Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2011 FBO #3558
SOLICITATION NOTICE

S -- Water Treatment Plant Services

Notice Date
8/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W905MW1191WP01
 
Response Due
9/20/2011
 
Archive Date
11/19/2011
 
Point of Contact
Curtis Arthur II, 928-328-2978
 
E-Mail Address
MICC Center - Yuma Proving Ground
(curtis.arthur@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Combination Synopsis/Solicitation Solicitation Number: W905MW1191WP01 Response Date: 20 September 2011 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposal (RFP) is being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-53 effective 05 July 2011 Defense Federal Acquisition Regulation Supplement (DFARs), current to DPN 20110725 Edition. This solicitation is being issued as a RFP resulting in a Firm-Fixed Price and Cost contract. It is anticipated that payment will be made through Wide Area Work Flow (WAWF). Offerer shall account for any costs associated with accepting Visa payment. This commercial acquisition is being solicited on a 100% Small Business Set-Aside basis. The North American Industry Classification System (NAICS) is 221310 with a size standard of $7.0M. All prospective offerers must be actively registered in the Central Contractor Registration (CCR). Offerers may register online at http://www.ccr.gov. The Government intends to award this requirement based upon lowest price/technically acceptable process. The period of performance is a base year starting 01 October 2011 - 30 September 2012, first option year starting on 01 October 2012 - 30 September 2013, second option year starting on 01 October 2013 - 30 September 2014, third option year starting on 01 October 2014 - 30 September 2015, and fourth option year starting on 01 October 2015 - 30 September 2016. The government proposes to solicit quotes for the following: Contract Line Item Number (CLIN) 0001, Quantity: 12, Unit of Issue: Month, Description: Base Year - Operation, Maintenance and Repair Plant; Contract Line Item Number (CLIN) 0002, Quantity: 12, Unit of Issue: Month, Description: Base Year - Maintenance and Repair of Water Treatment Systems; Contract Line Item Number (CLIN) 0003, Quantity: 1, Unit of Issue: Dollars, U.S. Each, Description: Base Year - Materials, Equipment & Supplies for Plant & Systems; Contract Line Item Number (CLIN) 0004, Quantity: 1, Unit of Issue: Dollars, U.S., Description: Base Year - RO Monthly Charge; Contract Line Item Number (CLIN) 0005, Quantity: 1, Unit of Issue: Dollars, U.S., Description: Base Year - Installation/Set up of New System; Contract Line Item Number (CLIN) 0006, Quantity: 1, Unit of Issue: Dollars, U.S., Description: Base Year - Contractor Manpower Reporting; Contract Line Item Number (CLIN) 1001, Quantity: 12, Unit of Issue: Month, Description: First Option Year - Operation, Maintenance and Repair Plant; Contract Line Item Number (CLIN) 1002, Quantity: 12, Unit of Issue: Month, Description: First Option Year - Maintenance and Repair of Water Treatment Systems; Contract Line Item Number (CLIN) 1003, Quantity: 1, Unit of Issue: Dollars, U.S. Each, Description: First Option Year - Materials, Equipment & Supplies for Plant & Systems; Contract Line Item Number (CLIN) 1004, Quantity: 1, Unit of Issue: Dollars, U.S., Description: First Option Year - RO Monthly Charge; Contract Line Item Number (CLIN) 1005, Quantity: 1, Unit of Issue: Dollars, U.S., Description: First Option Year - Installation/Set up of New System; Contract Line Item Number (CLIN) 1006, Quantity: 1, Unit of Issue: Dollars, U.S., Description: First Option Year - Contractor Manpower Reporting; Contract Line Item Number (CLIN) 2001, Quantity: 12, Unit of Issue: Month, Description: Second Option Year - Operation, Maintenance and Repair Plant; Contract Line Item Number (CLIN) 2002, Quantity: 12, Unit of Issue: Month, Description: Second Option Year - Maintenance and Repair of Water Treatment Systems; Contract Line Item Number (CLIN) 2003, Quantity: 1, Unit of Issue: Dollars, U.S. Each, Description: Second Option Year - Materials, Equipment & Supplies for Plant & Systems; Contract Line Item Number (CLIN) 2004, Quantity: 1, Unit of Issue: Dollars, U.S., Description: Second Option Year - RO Monthly Charge; Contract Line Item Number (CLIN) 2005, Quantity: 1, Unit of Issue: Dollars, U.S., Description: Second Option Year - Installation/Set up of New System; Contract Line Item Number (CLIN) 2006, Quantity: 1, Unit of Issue: Dollars, U.S., Description: Second Option Year - Contractor Manpower Reporting; Contract Line Item Number (CLIN) 3001, Quantity: 12, Unit of Issue: Month, Description: Third Option Year - Operation, Maintenance and Repair Plant; Contract Line Item Number (CLIN) 3002, Quantity: 12, Unit of Issue: Month, Description: Third Option Year - Maintenance and Repair of Water Treatment Systems; Contract Line Item Number (CLIN) 3003, Quantity: 1, Unit of Issue: Dollars, U.S. Each, Description: Third Option Year - Materials, Equipment & Supplies for Plant & Systems; Contract Line Item Number (CLIN) 3004, Quantity: 1, Unit of Issue: Dollars, U.S., Description: Third Option Year - RO Monthly Charge; Contract Line Item Number (CLIN) 3005, Quantity: 1, Unit of Issue: Dollars, U.S., Description: Third Option Year - Installation/Set up of New System; Contract Line Item Number (CLIN) 3006, Quantity: 1, Unit of Issue: Dollars, U.S., Description: Third Option Year - Contractor Manpower Reporting; Contract Line Item Number (CLIN) 4001, Quantity: 12, Unit of Issue: Month, Description: Fourth Option Year - Operation, Maintenance and Repair Plant; Contract Line Item Number (CLIN) 4002, Quantity: 12, Unit of Issue: Month, Description: Fourth Option Year - Maintenance and Repair of Water Treatment Systems; Contract Line Item Number (CLIN) 4003, Quantity: 1, Unit of Issue: Dollars, U.S. Each, Description: Fourth Option Year - Materials, Equipment & Supplies for Plant & Systems; Contract Line Item Number (CLIN) 4004, Quantity: 1, Unit of Issue: Dollars, U.S., Description: Fourth Option Year - RO Monthly Charge; Contract Line Item Number (CLIN) 4005, Quantity: 1, Unit of Issue: Dollars, U.S., Description: Fourth Option Year - Installation/Set up of New System; and Contract Line Item Number (CLIN) 4006, Quantity: 1, Unit of Issue: Dollars, U.S., Description: Fourth Option Year - Contractor Manpower Reporting. All quotations shall be clearly marked with RFQ reference number W905MW1191WP01 and emailed or sent to the Point of Contact (POC) below no later than 19 September 2011 at 12:00 PM Mountain Standard Time (MST). Any questions about the requirement shall be emailed to the email address listed below by 25 August 2011. Offerers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. All quotations shall include pricing for all CLINs as award will be made on an all or none basis. CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions SEP 2007 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 Central Contractor Registration APR 2008 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters JAN 2011 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.215-1 Instructions to Offerors--Competitive Acquisition JAN 2004 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.217-5 Evaluation Of Options JUL 1990 52.217-8 Option To Extend Services NOV 1999 52.217-9 Option To Extend The Term Of The Contract MAR 2000 52.219-6Notice Of Total Small Business Set-AsideJUN 2003 52.219-8 Utilization of Small Business Concerns JAN 2011 52.219-9 Small Business Subcontracting Plan JAN 2011 52.219-14 Limitations On Subcontracting DEC 1996 52.219-16 Liquidated Damages-Subcontracting Plan JAN 1999 52.219-28 Post-Award Small Business Program Rerepresentation APR 2009 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-42Statement Of Equivalent Rates For Federal HiresMAY 1989 52.222-43 Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) SEP 2009 52.222-50 Combating Trafficking in Persons FEB 2009 52.222-54 Employment Eligibility Verification JAN 2009 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Contractor Policy to Ban Text Messaging While Driving SEP 2010 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.229-3 Federal, State And Local Taxes APR 2003 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-11 Extras APR 1984 52.232-18 Availability Of Funds APR 1984 52.232-22 Limitation Of Funds APR 1984 52.232-23 Assignment Of Claims JAN 1986 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.232-36 Payment by Third Party FEB 2010 52.233-1 Disputes JUL 2002 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-3 Alt I Protest After Award (Aug 1996) - Alternate I JUN 1985 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.242-1 Notice of Intent to Disallow Costs APR 1984 52.242-13 Bankruptcy JUL 1995 52.242-17 Government Delay Of Work APR 1984 52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I APR 1984 52.243-2 Alt I Changes--Cost-Reimbursement (Aug 1987) - Alternate I APR 1984 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-25 Limitation Of Liability--Services FEB 1997 52.247-5 Familiarization With Conditions APR 1984 52.247-21 Contractor Liability for Personal Injury and/or Property Damage APR 1984 52.247-24 Advance Notification by the Government APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.249-4 Termination For Convenience Of The Government (Services) (Short Form) APR 1984 52.249-6 Termination (Cost Reimbursement) MAY 2004 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7000 Disclosure Of Information DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7006 Billing Instructions OCT 2005 252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items JUN 2011 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.225-7001Buy American Act And Balance Of Payments ProgramJAN 2009 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 252.226-7001Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business ConcernsSEP 2004 252.232-7003Electronic Submission of Payment Requests and Receiving ReportsMAR 2008 252.232-7004 DOD Progress Payment Rates OCT 2001 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 The following FAR/DFARS/MICC/ Local clauses and provisions are incorporated by full text: 52.209-5 Certification Regarding Responsibility Matters APR 2010 52.209-7 Information Regarding Responsibility Matters JAN 2011 52.212-3 Offeror Representations and Certification--Commercial Items MAY 2011 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items MAY 2011 52.219-1 Small Business Program Representations APR 2011 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 1989 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. BASIS OF AWARD a. A single firm-fixed price and cost contract will be awarded for this requirement. All proposals will be evaluated for lowest price/technical acceptability. b. Award will encompass the entire Performance Work Statement (PWS). No partial awards will be made. Offerors must propose to perform all the aspects of the PWS to be considered for award. c.Award Without Discussions: As set forth in FAR 52.212-1(g), the Government intends to award without discussions. Accordingly, offerors are advised to submit initial proposals that are fully and clearly satisfactory without the need for additional information or explanation and containing the offeror's best terms from a technical and price standpoint. d. Competitive Range Determination: As set forth in FAR 15.306, in the event that the Government concludes that discussions are necessary, the Contracting Officer may determine that the number of most highly rated proposals that might otherwise be included in the competitive range exceeds the number at which an efficient competition can be conducted. Therefore, offerors will be notified that the competitive range can be limited for purposes of efficiency. The Contracting Officer may limit proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. 2. EVALUATION CRITERIA Evaluation criteria consist of factors and sub-factors. The proposals will be evaluated under three (3) evaluation factors: Technical, Past Performance, and Price. A proposal must be determined technically acceptable to be evaluated for past performance and price.The Technical factor and its sub-factors will be given a rating of "Acceptable," "Susceptible to being made acceptable," or "Unacceptable." The Past Performance factor will be given a rating of "Excellent," "Good," "Adequate," "Marginal," "Poor," or "Neutral." Factors to Be Evaluated. (a) TECHNICAL EVALUATION. The Government will evaluate technical proposals to determine the adequacy of each offerors proposed approach to meeting the technical requirements of the PWS based on the sub-factors identified below. (1) Sub-factor 1, Experience - Demonstrated ability to perform the technical requirements for each of the functional areas (Preventive Maintenance and Repair Service Calls) identified within the PWS. (2) Sub-factor 2, Technical Approach - The offeror's proposed approach (scheduling, staffing, etc) to meet the PWS requirements (3) Sub-factor 3, Certifications - The offeror's plant manager shall be a Grade 4 Water System Operator as classified by the Environmental Protection Agency. This certification must be maintained for the life of the contract. The offeror's plant operators shall have either a Grade 1 or Grade 2 Water System Operator as classified by the Environmental Protection Agency. This certification must be maintained for the life of the contract. The Technical factor will receive one of the adjectival ratings as defined below. Any sub-factor that receives an unacceptable rating will result in an overall unacceptable rating for the factor and will not be eligible for award. ADJECTIVAL RATINGDEFINITION AcceptableAcceptable quality and meets minimum PWS requirements necessary for satisfactory contract performance. Proposal contains no deficiencies or significant weaknesses, and any identified weaknesses do not impact the probability of meeting minimum requirements. Fair probability of success with low to moderate degree of risk. Susceptible to being made acceptable A proposal that satisfies most but not all of the minimum PWS requirements and/or in some instances fails to provide sufficient detail to demonstrate the feasibility of a proposed approach. The proposal contains weaknesses (to include possible significant weaknesses) and/or some deficiencies, but the overall approach is sufficiently sound that the weaknesses and/or deficiencies may be corrected without a major rewrite of the proposal. The degree of proposal risk is moderate to high. Note: A Susceptible rating cannot be a final rating. If award is made without discussions, a proposal initially evaluated as "Susceptible to being made acceptable" is not eligible for award. If discussions are conducted and a proposal initially evaluated as "Susceptible to being made acceptable" is retained within the competitive range, the Final Proposal Revision evaluation must be "Acceptable" to be eligible for award. UnacceptableA proposal that fails to meet minimum PWS requirements necessary for acceptable performance. Where discussions are contemplated, the proposal contains weaknesses, significant weaknesses, and deficiencies that cannot be corrected without a major rewrite of the proposal. The degree of proposal risk is very high. Note: A final rating of Unacceptable in ineligible for award. Deficiency - A material failure in a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. Weakness - A flaw in the proposal that increases the risk of unsuccessful contact performance. Significant Weakness - A flaw in the proposal that appreciably increases the risk of unsuccessful contract performance. Uncertainty - A not clearly defined or unknown finding that may increase the risk of unsuccessful contract performance. (b) FACTOR 2 - - PAST PERFORMANCE. The Past Performance evaluation will assess the relative risks associated with an offerors likelihood of success in performing the solicitation's requirements as indicated by that offeror's record of past performance. The past performance evaluation will focus on the quality of the offeror's recent and relevant current and past performance taking into consideration the elements of Quality of Service, Schedule, Safety, Customer Satisfaction, and Business Relations. In order for the Government to assess past performance, proposals shall include the following information relative to three current or completed (within the last three years) contracts relevant to the YPG requirement: 1)Name of Contracting Activity that awarded the contract 2)Contract Number and Period of Performance 3)Contract Type (Fixed Price, Cost Reimbursable, etc.) 4)Total Contract Value 5)Contracting Officer name and contact information 6)Brief history of the airlift support services performed 7)Name/organization/position and phone number of knowledgeable individual who can be queried by Government evaluators ADJECTIVAL RATINGDescription ExcellentEssentially no doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very Low GoodLittle doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Low AdequateSome doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Moderate MarginalSignificant doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: High Note: A final rating of Marginal is ineligible for award. PoorIt is extremely doubtful that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very High Note: A final rating of Poor is ineligible for award. NeutralThe offeror has insufficient/no relevant past performance upon which to base a meaningful performance risk prediction. Performance Risk Level: Unknown (c) FACTOR 3 - PRICE Price will not be assigned an adjectival rating; however, unreasonably proposed prices may be grounds for eliminating a proposal from the competitive range. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 15.404-1(b). (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) Local Clause 5152.233-4000, AMC-Level Protest Program (Nov 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC Level Protest Procedures. (End of Provision) AC 5152.0228-4001 (NOV 2006) INSURANCE REQUIREMENTS The following insurance is required as a minimum in accordance with the Federal Acquisition Regulations and the appropriate clause in Section I: a. Legally Required Insurance: Where certain laws apply, such as state laws governing workman's compensation and employer's liability coverage, etc., the contractor, prior to commencement of work, shall furnish the Contracting Officer a written statement that such laws have been complied with and that compliance will continue throughout the period of contract performance. Minimum coverage of $100,000 is required. b. Comprehensive General Liability and Automobile Liability: PerProperty Each PersonOccurrenceDamage Comprehensive None$500,000None General Liability Automobile Liability$200,000$500,000$20,000 __________________________________________________________________________________ 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (LOCAL CLAUSE) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Point of Contact(s): 928-328-2978
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/440ef0335dc5c1b1d17b0246d0cca763)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02543136-W 20110822/110820233312-440ef0335dc5c1b1d17b0246d0cca763 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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