Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2021 SAM #7190
SOLICITATION NOTICE

R -- Sole Source award to Complete Logistics Support, Inc. for CMPRO (Configuration Management Support)

Notice Date
8/6/2021 3:46:46 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N6133121TEW03
 
Response Due
8/13/2021 9:00:00 AM
 
Archive Date
08/28/2021
 
Point of Contact
Emily Key Walker, Phone: 8508967811, Jamell L. Kilgore, Phone: 8506366039
 
E-Mail Address
emily.key@navy.mil, jamell.kilgore@navy.mil
(emily.key@navy.mil, jamell.kilgore@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Subj:��� CMPRO (Configuration Management Support) � Identification of the agency and the contracting activity, and specific identification This is a sole source justification. Contracting activity is the Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (NSWC PCD), 110 Vernon Avenue, Panama City, FL 32407-7001 (Contracts Department Code 02). Nature and/or description of the action being approved. This action will award a firm fixed price purchase order to Complete Logistics Support, Inc. (DUNS: 080638599 / CAGE Code: 7VDF1), 475 Market St., Elmwood Park, NJ, 07407 for custom CMPro application development for the Special Operations Forces, Combat Diving (SOF- CD). � (including the estimated value). This requirement is for services to develop customized configuration management applications based on CMPro in support of the Special Operations Force Combat, Divers through 30 September 2022. d requirements personnel. This memo does not authorize acquisition for other requirements. This acquisition will be conducted using simplified acquisition procedures with a total dollar value above micro-purchase levels, but not exceeding the simplified acquisition threshold of $250,000.00. Delivery of all services will be by 30 September 2022. This purchase will be funded with FY21 Research, Development, Test, and Evaluation (RDT&E) funds. Identification of the justification rationale and, if applicable, a demonstration of the �service. 10 U.S.C. 2304(c)(1), 10 U.S.C. 2304(d)(1)(B). Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements FAR 6.302-1(a)(2)(iii)(B). 10 U.S.C. 2304(c) (1) - Only one responsible source and no other supplies or services will satisfy agency requirements, FAR 6.302-1. Special Operations Forces, Combat Diving (SOF-CD) requires support for configuration management of multiple systems. A Statement of Work was drafted and an Analysis of Alternatives was performed in previous years. The vendor, Complete Logistics Support, Inc. (CLS) was found to be most competent and their services have been utilized locally at NSWC-PCD, specifically with Special Operations Forces, Combat Diving. An extensive Market Research campaign was conducted and SOF-CD found CLS to continue to be best suited to continue supporting the configuration management requirement. SOF-CD Leads have a good working relationship with CLS and the local contractor whom they have been depending upon for configuration management support for multiple years. The current contract will end on 30-September 2021. As such, the Government does not expect significant savings nor better service through competition but does anticipate significant and unacceptable delays that will negatively impact interest to award on a sole source basis to Complete Logistics Support, Inc. A determination by the ordering activity contracting officer that the order represents the best value consistent with FAR 13.106-1(b). The Contracting Officer has determined that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. This requirement will be synopsized on the Commercial Opportunities website at SAM.gov per FAR 5.2. Based on the market research discussed in paragraph 4 above, CLS, Inc. is the only so Any other facts supporting the justification. None. A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made. As stated in paragraph 4 above, CLS, Inc. is the only source that can meet this requirement. SOW: STATEMENT OF WORK FOR CONFIGURATION MANAGEMENT SUPPORT SCOPE The Special Operational Forces Combat Diving Rapid Engineering Division (SOF CBDIV RED) Program Office, has a requirement for logistics support. The Contractor shall provide Configuration Management (CM) structure, processes, reporting, data migration, and training for the Contractors configuration management applications and tools. The Contractor shall ensure CM Support will be focused on rapid engineering development processes that are streamlined to be timely and efficient to achieve mission requirements. Background All Combat Diving (CBDIV) mission capabilities must be developed through defined and repeatable processes to ensure credibility for fielding and deployment decisions. The CBDIV Middle Tier of Acquisition program is a system of systems designed to provide for the modernization, manufacturing, testing, development, and transition of diving equipment for the combat diver. The Naval Surface Warfare Center Panama City Division (NSWC PCD) serves as the official Engineering Agent (EA) for the CBDIV program. This assigns NSWC PCD as the Design Agent (DA), Acquisition Engineering Agent (AEA), In-Service Engineering Agent (ISEA) and Software Support Activity (SSA) for Combat Diving. 2.0 APPLICABLE DOCUMENTS None REQUIREMENTS The Contractor shall develop specific elements of configuration management, as specified, in support of the SOF CBDIV-RED program office. Configuration Management Support (CDRL A001) The Contractor shall perform a variety of complex configuration management, administrative and analytical tasks in support of a contract program, as specified, in support of the SOF CBDIV-RED program office. To include but not limited to the following: CM Continuous Process Improvements : Research and Assess Current CM Posture. Conduct gap analysis between as-is and desired future state of the CM process. Define CM Implementation Strategy for New CM Processes. Utilize Best Practices based on existing CM standards/handbooks, implementations and subject matter expertise CM Administration : Provide customer interface and serve as liaison to other industry representatives to ensure conformance Maintain and update inventory records. Participate in special projects as required. Analyze, explain, and apply laws, regulations, rulings, and procedures pertinent to the work to be performed. Develop plans and monitor tasks to meet contractual/project requirements for assigned program. Develop and implement efficient procedure for various areas, such as inventory management. Continue Development of Current End-to-End Workflow for Key CM processes and Future State Processes: Create and establish new CM workflow processes. This includes but not limited to: file naming conventions, work order/inventory processes, IUID label work instructions. Process creations will be on going as program matures. Product Baseline Establishment workflow Configuration Change Request (CCR) review and adjudication workflow Configuration Control Board (CCB) SOF CBDIV RED Prototype Development/Testing/Fielding workflow SOF CBDIV RED Prototype Production/Testing/Fielding workflow SOF CBDIV RED Accomplishment on individual Project/Work Order/ workflow Continue Development and Implementation of Configuration Control Board (CCB) Capability: � Threshold goal is to implement CCB functionality in CMPRO utilizing CCB existing construct Forces Combat Diving Rapid Engineering Division CCB construct based on consensus of working groups and support of SOF CBDIV RED leadership. Include SME Analysis Develop use cases to formulate CM business rules Conduct gap analysis between as-is and desired future state Update applicable deliverables CMPRO Database Administration (CDRL A002) CMPRO Improve Current Setup in the Following Areas: Creating structure Systems/Sub Systems/System of Systems and �relationships. Create Program/System/Contract Task Dashboard Proprietary Group setup with data migration. Inventory Module setup with data migration. Create approved Roles/Control Groups/Steps Create user defined groups Create document types with business rules for creation/revision and auto number generation. Create categories/platforms Create workflow routes for current processes. Create approved menus/accounts/permissions/functions Create CMPRO User Training Visual Guides For: New User Basic Guide User Workflow Process Guide User Inventory Process Guide User Work Order Process Guide CMPRO Product Life Cycle Management: Product Life Cycle Management is not static but ongoing to adapt and grow with the product and its requirements as it goes the appropriate milestones. Establish milestones with metric reporting requirements on a weekly and monthly basis. These reports should include CMPRO generated reports. These do not require set up or extensive training to run, they are simple and will not take time away from the program set up. Establish that the current processes that have not been formalized in document form cannot hold up the progress of getting started. Establish Quarterly review of progress with live run through in CMPRO. Should be no more than 1 hour. Perform day to day Configuration Management Support as needed for SOF CBDIV RED Systems, Inventory, Documents, Drawings, Change Processes, to include ECPs through CCB. Ensure Reporting is updated as needed to include CDRL reporting. Support ISEA in Program Dashboard metrics. Maintain and update processes, workflow in CMPRO. Progress Reporting (CDRL A003) The Contractor shall report status and progress on a monthly basis. NMCI Accounts In accordance with the requirements of (System Authorization Access Request (SAAR-N) Requirements for Information Technology), the Contractor shall obtain Navy Marine Corps Intranet (NMCI) accounts to provide a Common Access Card (CAC) with a Public Key Infrastructure (PKI) Certificate to employees required to access secure Government websites and databases to perform the duties included in this SOW. Travel No travel is anticipated in support of this effort. Schedule The Contractor shall adhere to the following Notional timeline schedule: Planned Accomplishments SOW Ref��������������������� Task Completion � 3.1 Configuration Management Support 3.1.1 CM Continuous Process Improvements All QTR 3.1.2 CM Administration All QTR 3.1.3 Continue Development of Current End-to-End Workflow for Key CM 1st & 2nd� QTR 3.1.4 Continue Development and Implementation of Configuration Control 3rd & 4th� QTR 3.2 CMPRO Database Administration 3.2.1 CMPRO Improve Current Setup 1st & 2nd QTR 3.2.2 CMPRO Product Life Cycle Management 3rd & 4th� QTR Personnel Requirements The Contractor shall be responsible for employing personnel having the following levels of education, professional, and technical experience. These qualifications are only a baseline; contractors should strive for technical excellence in personnel by demonstrating experience and qualifications beyond these qualifications. The specialized experience included as part of the required qualifications shall have been obtained in the field of endeavor indicated by the applicable labor categories listed below. The experience indicated in the following labor categories must have been performed during the past five years. In cases requiring experience of more than five years, at least five years of the total experience must be within the past five years. Personnel must have, or be able to, obtain the appropriate security clearance as stated on the DD Form 254. Proof of U.S. citizenship is required to be permitted access to Government installation, aircraft, and ships. Labor Category Qualifications At least fifteen (15) years of experience in conducting analytical studies applicable to Configuration Management and Database Administration. Demonstrated ability to conduct studies, analysis, or evaluations of DoD weapon Systems/equipment. Demonstrated experience in the following Configuration Management/ CMPRO Program Support discipline is required: Creation/Setup/Support Systems/Sub Systems/System of Systems and parent/child relationships in Life Cycle Management starting at prototyping. Inventory and Production Module for equipment tracking and reporting. DD1149 and DD1348processes/reporting. Production/System/Model. Physical Inventory Management. Baseline creation and management for hardware/software. Audits, business rules and processes. Process Management business rules, checklists, work instructions, and processes for creation of new creation/change processes workflow routes for hardware/software, and associated documents and drawings from informal requirements to formal vetting requiring ECP/NOR change process in accordance with Program Office requirements. Program/System/Contract Task Dashboard set up and support for program leadership access at a glance information. Project business rules and processes including related Action Items (AI)/Tasks to include fielded items and work orders. Contracts business rules and processes for CDRLs/reviews tracking and reporting. Setup and maintain Roles/Control Groups, Information Groups. Roles/Control Groups, Information Groups, Permissions/Functions/and Menus. Module Permissions and defaults. Auto number generation formatting for document/drawing/software and related business rules for creation/revision. User training and tailored guidance material for approved processes in CMPRO. Import Document/Drawing/Software, Part Master/ Part BOM, As-built, Inventory/Vendor Reports, system reporting, Ad Hoc for tailored, repeatable metrics and reports. Education/Certifications: DAWIA LEVEL I - Configuration Management Log204 Section 306 Defense Acquisition University (DAU) DAWIA LEVEL I - IPT Leadership and Management CLM014 Section 888, DAU DAWIA LEVEL I��� ISO 9000:2000 CLE201 Section 888, DAU DAWIA LEVEL I - Performance Based Logistics Log235 Section 303, DAU DAWIA LEVEL I - Fundamentals of System Acquisition Management ACQ101 Section 315, DAU Value Based Six Sigma (VBSS) - Green Belt Certificate CMII Comprehensive Certification (CMIIC) - Institute of Configuration Management LEVEL I���������������������� The CMII/IPE Model LEVEL II -�������������� Structuring and Managing Requirements LEVEL III�������������������� Change Challenges and Proven Solutions LEVEL IV������ The CMII Close Loop Change Processes LEVEL V��������������� Operation, Maintenance, & Logistics LEVEL IV����������������������� CMII Implementation and Application 4.0 GOVERNMENT PROPERTY None 5.0 DATA DELIVERABLES Data shall be delivered in accordance with the attached Contract Data Requirements List (CDRL) (DD Form 1423) 6.0 PERIOD OF PERFROMANCE The period of performance shall be FY22 or 1st October 2021 through 30 September 2022. 7.0 SECURITY The Contractor shall require access to classified information up to the SECRET level. The Contractor will not be required to generate or store classified information. The requirements of the attached DD 254 apply. RELEASE OF INFORMATION �Release of information shall be in accordance with Section I, DFARS Clause 252.204-7000, Disclosure of Information. �All technical data provided to the Contractor by the Government shall be protected from public disclosure in accordance with the markings contained thereon. All other information relating to the items to be delivered or services to be performed under this contract shall not be disclosed by any means without prior approval of the appropriate NSWC PCD authority. Dissemination or public disclosure includes, but is not limited to, permitting access to such information by foreign nationals or by any other person or entity; publication of technical or scientific papers; advertising; or any other proposed public release. The Contractor shall provide adequate physical protection to such information to preclude access by any person or entity not authorized such access by the Government. Controlled Unclassified Information (CUI) Controlled Unclassified Information (CUI) is official information that requires the application of controls and protective measures for a variety of reasons and has not been approved for public release, to include technical information, proprietary data, information requiring protection under the Privacy Act of 1974, and Government- developed privileged information involving the award of contracts. CUI is a categorical designation that refers to unclassified information that does not meet the standards for National Security Classification under Executive Order 13526, but is (a) pertinent to the national interest of the United States or to the important interests of entities outside the Federal Government, and (b) under law or policy requires protection from unauthorized disclosure, special handling safeguards, or prescribed limits on exchange or dissemination. Minimum Requirements for Access to Controlled Unclassified Information (CUI) Prior to access, Contractor personnel requiring access to DON controlled unclassified information (CUI) or ""user level access to DON or DoD networks and information systems, system security and network defense systems, or to system resources providing visual access and/or ability to input, delete or otherwise manipulate sensitive information without controls to identify and deny sensitive information"" contractors must have clearance eligibility, or submit an Electronic Questionnaire for Investigation Processing (SF 86) to NSWC PCD Security for processing and subsequent adjudication by the DoD Consolidated Adjudications Facility. Minimum Protection Requirements for Controlled Unclassified Information Security classification guides and unclassified limited documents (e.g., CUI, Distribution Statement Controlled) are not authorized for public release and, therefore, cannot be posted on a publicly accessible webserver or transmitted over the Internet unless appropriately encrypted. CUI CUI is a document designation, not a classification. This designation is used by Department of Defense (DoD) and a number of other federal agencies to identify information or material, which although unclassified, disclosure to the public of the information would reasonably be expected to cause a foreseeable harm to an interest protected by one or more provisions of the Freedom of Information Act (FOIA). This includes information that qualifies for protection pursuant to the provisions of the Privacy Act of 1974, as amended. CUI must be marked, controlled and safeguarded in accordance with DoDI 5200.48, CUI Security of Unclassified DoD Information on Non-DoD Information Systems (DoDI 8582.01) DoD Policy Adequate security shall be provided for all unclassified DoD information on non-DoD information systems. Appropriate requirements shall be incorporated into all contracts, grants, and other legal agreements with non-DoD entities. Information Safeguards are applicable to unclassified DoD information in the possession or control of non-DoD entities on non-DoD information systems, to the extent provided by the applicable contract, grant, or other legal agreement with the DoD. Information Safeguards Unclassified DoD information that has not been cleared for public release may be disseminated by the Contractor, grantee, or awardee to the extent required to further the contract, grant, or agreement objectives, provided that the information is disseminated within the scope of assigned duties and with a clear expectation that confidentiality will be preserved. Examples include: Non-public information provided to a Contractor (e.g., with a request for proposal). Information developed during the course of a contract, grant, or other legal agreement (e.g., draft documents, reports, or briefings and deliverables). Privileged information contained in transactions (e.g., privileged contract information, program schedules, contract- related event tracking). It is recognized that adequate security will vary depending on the nature and sensitivity of the information on any given non-DoD information system. However, all unclassified DoD information in the possession or control of non- DoD entities on non-DoD information systems shall minimally be safeguarded as follows: Do not process unclassified DoD information on publically available computers (e.g., those available for use by the general public in kiosks or hotel business centers). Protect unclassified DoD information by at least one physical or electronic barrier (e.g., locked container or room, logical authentication or logon procedure) when not under direct individual control of an authorized user. At a minimum, overwrite media that have been used to process unclassified DoD information before external release or disposal. Encrypt all information that has been identified as CUI when it is stored on mobile computing devices such as laptops and personal digital assistants, compact disks, or authorized removable storage media such as thumb drives and compact disks, using the best encryption technology available to the Contractor or teaming partner. Limit transfer of unclassified DoD information to subcontractors or teaming partners with a need to know and obtain a commitment from them to protect the information they receive to at least the same level of protection as that specified in the contract or other written agreement. Transmit e-mail, text messages, and similar communications containing unclassified DoD information using technology and processes that provide the best level of privacy available, given facilities, conditions, and environment. Examples of recommended technologies or processes include closed networks, virtual private networks, public key-enabled encryption, and transport layer security. Encrypt organizational wireless connections and use encrypted wireless connections where available when traveling. If encrypted wireless is not available, encrypt document files (e.g., spreadsheet and word processing files), using at least application-provided password protected level encryption. Transmit voice and fax transmissions only when there is a reasonable assurance that access is limited to authorized recipients. Do not post unclassified DoD information to website pages that are publicly available or have access limited only by domain or Internet protocol restriction. Such information may be posted to website pages that control access by user identification and password, user certificates, or other technical means and provide protection via use of transport layer security or other equivalent technologies during transmission. Access control may be provided by the intranet (vice the website itself or the application it hosts). Provide protection against computer network intrusions and data exfiltration, minimally including: � �Current and regularly updated malware protection services, e.g., anti-virus, anti-spyware. �Monitoring and control of both inbound and outbound network traffic (e.g., at the external boundary, sub- networks, individual hosts), including blocking unauthorized ingress, egress, and exfiltration through technologies such as firewalls and router policies, intrusion prevention or detection services, and host- based security services. Prompt application of security-relevant software patches, service packs, and hot fixes. Comply with other current Federal and DoD information protection and reporting requirements for specified categories of information (e.g., medical, proprietary, Critical Program Information (CPI), personally identifiable information, export controlled) as specified in contracts, grants, and other legal agreements. Report loss or unauthorized disclosure of unclassified DoD information in accordance with contract, grant, or other legal agreement requirements and mechanisms. Do not use external IT services (e.g., e-mail, content hosting, database, document processing) unless they provide at least the same level of protection as that specified in the contract or other written agreement. Operations Security Operations Security (OPSEC) is concerned with the protection of critical information: facts about intentions, capabilities, operations, or activities that are needed by adversaries or competitors to bring about failure or unacceptable consequences of mission accomplishment. Critical information includes information regarding: Operations, missions, and exercises, test schedules or locations; Location/movement of sensitive information, equipment, or facilities; Force structure and readiness (e.g., recall rosters); Capabilities, vulnerabilities, limitations, security weaknesses; Intrusions/attacks of DoD networks or information systems; Network (and system) user IDs and passwords; Movements of key personnel or visitors (itineraries, agendas, etc.); and Security classification of equipment, systems, operations, etc. The Contractor, subcontractors and their personnel shall employ the following countermeasures to mitigate the susceptibility of critical information to exploitation, when applicable: Practice OPSEC and facilitate OPSEC awareness; Immediately retrieve documents from printers assessable by the public; Shred sensitive and Controlled Unclassified Information (CUI) documents when no longer needed; Protect information from personnel without a need-to-know; When promulgating information, limit details to that essential for legitimacy; During testing and evaluation, practice OPSEC methodologies of staging out of sight, desensitization, or speed of execution, whenever possible. 8.0 DISTRIBUTION LIMITATION STATEMENTS Technical Documents generated under this Order shall carry the following Distribution Limitation Statements. Word- processing and electronic files shall have the statements included in the file such that the first page of any resultant hard copy shall display the statements. For drawings, the statements shall be as near to the title block as possible without obscuring any detail of the drawing. Additionally, any diskette delivered shall be marked externally with the statements: DISTRIBUTION STATEMENT D: DISTRIBUTION AUTHORIZED TO DEPARTMENT OF DEFENSE AND US DOD CONTRACTORS ONLY; ADMINISTRATIVE OR OPERATIONAL USE (DATE). OTHER U.S. REQUESTS SHALL BE REFERRED TO COMMANDING OFFICER, NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION, ATTN: CODE E15, 110 VERNON AVENUE, PANAMA CITY, FL 32407-7001. DESTRUCTION NOTICE - CLASSIFIED INFORMATION, DESTROY IN ACCORDANCE WITH SECNAV M-5510.36, (DON INFORMATION SECURITY PROGRAM) OR DOD 5220.22-M, (NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL). UNCLASSIFIED LIMITED DOCUMENTS, (E.G., FOUO, DISTRIBUTION STATEMENT CONTROL) DESTROY BY ANY METHOD THAT WILL PREVENT DISCLOSURE OF CONTENTS OR RECONSTRUCTION OF THE DOCUMENT 9.0 GOVERNMENT AND CONTRACTOR RELATIONSHIP The services to be delivered under this Order are non-personal services and the parties recognize and agree that no employer-employee relationship exists or will exist under the Order between the Government and the Contractor's personnel. It is, therefore, in the best interest of the Government to afford both parties a full understanding of their respective obligations. All Contractor, Subcontractor, and consultant personnel shall wear prominently displayed identification badges at all times when performing work on NSWC PCD property or attending meetings in the performance of this Order. The badge shall contain the individual's name, the company name and logo. When participating in such meetings (e.g., as a speaker, panel member), those individuals in Contractor employ must supplement physical identification (e.g., badges, place markers) with verbal announcements so that it is clear to the assembled group that they are employees of the Contractor, not NSWC PCD employees. In addition, when working on NSWC PCD property, all Contractor, Subcontractor, and consultant personnel shall have signs visible on their desks or at their work sites that clearly state that they are not NSWC PCD employees. The Contractor is responsible for supervision of all Contractor personnel assigned to this Order. The Contractor shall exercise ultimate over all aspects of Contractor personnel day-to-day work under this Order including the assignment of work, means and manner of Contractor employee performance and the amount of Contractor supervision provided. The Contractor shall be ultimately responsible for all aspects of performance under this Order including the work of its Contractor personnel. Contractor personnel under this Order shall not: Be placed in a position where they are under the supervision, direction, or evaluation of a Government employee. Be placed in a position of command, supervision, administration or control over Government personnel, or over personnel of other Contractors under other NSWC PCD contracts, or become a part of the Government organization. Be used in administration or supervision of Government procurement activities. Have access to proprietary information belonging to another without the express written permission of the owner of that proprietary information. Employee Relationship: The services to be performed under this Order do not require the Contractor or its personnel to exercise personal judgment and discretion on behalf of the Government. Rather the Contractor's personnel will act and exercise personal judgment and discretion on behalf of the Contractor. Rules, regulations, directives and requirements that are issued by the U.S. Navy and NSWC PCD under its responsibility for good order, administration, and security are applicable to all personnel who enter the Government installation or who travel on Government transportation. This is not to be construed or interpreted to establish any degree of Government control that is inconsistent with a non-personal services Order. Inapplicability of Employee Benefits: This Order does not create an employer-employee relationship. Accordingly, entitlements and benefits applicable to such relationships do not apply. Payments by the Government under this Order are not subject to the Federal income tax withholdings. Payments by the Government under this Order are not subject to the Federal Insurance Contributions Act. The Contractor is not entitled to unemployment compensation benefits under the Social Security Act, as amended, by virtue of performance of this Order. The Contractor is not entitled to workman's compensation benefits by virtue of this Order. The entire consideration and benefits to the Contractor for performance of this Order are contained in the provisions for payment under this Order. Notice. It is the Contractor's, as well as, the Government's responsibility to monitor Order activities and notify the Contracting Officer if the Contractor believes that the intent of this clause has been or may be violated. The Contractor should notify the Contracting Officer in writing promptly, within three (3) calendar days from the date of any incident that the Contractor considers to constitute a violation of this clause. The notice should include the date, nature, and circumstances of the conduct, the name, function and activity of each Government employee or Contractor official or employee involved or knowledgeable about such conduct, identify any documents or substance of any oral communication involved in the conduct, and the estimate in time by which the Government must respond to this notice to minimize cost, delay or disruption of performance. The Contracting Officer shall promptly, within five (5) calendar days after receipt of notice, respond to the notice in writing. In responding, the Contracting Officer will either: confirm the conduct is in violation and when necessary direct the mode of further performance, countermand any communication regarded as a violation deny that the conduct constitutes a violation and when necessary direct the mode of further performance; or in the event the notice is inadequate to make a decision, advise the Contractor what additional information is required, and establish the date by which it should be furnished by the Contractor and the date. C-237-H001 ENTERPRISE-WIDE CONTRAC...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bc47488c284e4fdc836ca040632b4e59/view)
 
Place of Performance
Address: Panama City, FL 32407-7001, USA
Zip Code: 32407-7001
Country: USA
 
Record
SN06088088-F 20210808/210806230119 (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.