SOLICITATION NOTICE
G -- Catholic Mass Musician
- Notice Date
- 7/28/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 711130
— Musical Groups and Artists
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- F3Z0454160AW09
- Archive Date
- 8/30/2014
- Point of Contact
- Christopher R. Schlotterbeck, Phone: 7074247736
- E-Mail Address
-
christopher.schlotterbeck.1@us.af.mil
(christopher.schlotterbeck.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 60th CONTRACTING SQUADRON TRAVIS AFB, CALIFORNIA COMBINED SYNOPSIS/SOLICITATION FOR CATHOLIC MASS MUSICIAN 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. GENERAL INFORMATION Solicitation Number: PR#F3Z0454160AW09 Request for Quotation (RFQ) 1 Request for Proposal (RFP) 0 Invitation for Bid (IFB) 0 This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-75 Effective 24 June 2014; Defense DPN 20140624 Effective 24 June 2014 and AFAC 2014-0421 Effective 21 April 2014. (This acquisition is set-aside for small businesses only. Large businesses may not submit an offer.) North American Industry Classification Code (NAICS): 711130 Size Standard: $7,000,000.00 SERVICES TO BE PERFORMED All services are to be performed in strict accordance with the attached Statement of Work. CLIN # DESCRIPTION QTY UNIT OF ISSUE 0001 Catholic Mass Musician in accordance with the performance work statement. Base Year: 01 Sep 14 -31 Aug 15 275 Hours 1001 Catholic Mass Musician in accordance with the performance work statement. Option Year 1: 01 Sep 15 -31 Aug 16 275 Hours 2001 Catholic Mass Musician in accordance with the performance work statement. Option Year 2: 01 Sep 16 -31 Aug 17 275 Hours 3001 Catholic Mass Musician in accordance with the performance work statement. Option Year 3: 01 Sep 17 -31 Aug 18 275 Hours 4001 Catholic Mass Musician in accordance with the performance work statement. Option Year 4: 01 Sep 18 -31 Aug 19 275 Hours Clauses included in this combined solicitation/synopsis are not all inclusive. Clauses included on any ensuing award may include all or some of the below clauses. Contractor's should assume that all of the below clauses are applicable to this acquisition. Additional clauses may also be added at the discretion of the contracting officer upon award BE SURE TO READ FAR 52.212-1, INSTRUCTIONS TO OFFERORS, AND FAR 52.212-2, EVALUATION FACTORS. IF GUIDELINES ARE NOT FOLLOWED AS SET FORTH IN 52.212-1 YOUR OFFER COULD BE CONSIDERED NON-RESPONSIVE. Purchase Order Clauses 52.202-1 DEFINITIONS (NOV 2013) (IAW FAR 2.201) 52.203-3 GRATUITIES (APR 1984) (IAW FAR 3.202) 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) (IAW FAR 3.503-2) 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010) (IAW FAR 3.808(b)) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) (IAW FAR 3.908-9) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (MAY 2011) (IAW FAR 4.303) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) (IAW FAR 4.1403(a)) 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) (IAW FAR 9.409) 52.217-8 OPTION TO EXTEND SERVICES (IAW FAR 17.208(f)) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (IAW FAR 17.208(g)) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) (IAW FAR 19.508(c)) 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2014) (IAW FAR 19.708(a)) 52.219-14 LIMITATIONS ON SUBCONTRACTING (NOV 2011) (IAW FAR 19.508(e), FAR 19.811-3(e)) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) (IAW FAR 19.309(d)) (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code _____________ assigned to contract number ______________________________. [Contractor to sign and date and insert authorized signer's name and title]. 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997) (IAW FAR 22.103-5(a), AFFARS 5322.101-1) 52.222-3 CONVICT LABOR (JUN 2003) (IAW FAR 22.202) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) (IAW FAR 22.810(a)(1)) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) (IAW FAR 22.810(e)) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (SEP 2010) (IAW FAR 22.1310(a)(1), DFARS 222.1310(a)(1)) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010) (IAW FAR 22.1408(a)) 52.222-37 EMPLOYMENT REPORTS ON VETERANS (SEP 2010) (IAW FAR 22.1310(b)) 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) (IAW FAR 22.1605) 52.222-41 SERVICE CONTRACT LABOR STANDARDS (MAY 2014) (IAW FAR 22.1006(a)) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) (IAW FAR 22.1006(b)) In compliance with the Service Contract Labor Standards statute, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage Fringe Benefits Media Specialist II $25.08 7% 52.222-44 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS--PRICE ADJUSTMENT (MAY 2014) (IAW FAR 22.1006(c)(2)) 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) (IAW FAR 22.1705(a)) 52.223-6 DRUG-FREE WORKPLACE (MAY 2001) (IAW FAR 23.505) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) (IAW FAR 23.1105) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) (IAW FAR 25.1103(a)) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS (DEC 2012) (IAW FAR 25.1103(e)) 52.229-3 FEDERAL, STATE, AND LOCAL TAXES (FEB 2013) (IAW FAR 29.401-3(a)) 52.232-1 PAYMENTS (APR 1984) (IAW FAR 32.111(a)(1)) 52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002) (IAW FAR 32.111(b)(1)) 52.232-11 EXTRAS (APR 1984) (IAW FAR 32.111(c)(2)) 52.232-17 INTEREST (MAY 2014) (IAW FAR 32.611(a), FAR 32.611(b)) 52.232-23 ASSIGNMENT OF CLAIMS (MAY 2014) (IAW FAR 32.806(a)(1)) 52.232-25 PROMPT PAYMENT (JUL 2013) (IAW FAR 32.908(c)) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) (IAW FAR 32.706-3) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (IAW FAR 32.009-2) 52.233-1 DISPUTES -- ALTERNATE I (DEC 1991) (IAW FAR 33.215, DFARS 233.215) 52.233-2 SERVICE OF PROTEST (SEP 2006) (IAW FAR 33.106(a)) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from (See page 1 Issuing Office). (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.233-3 PROTEST AFTER AWARD (AUG 1996) (IAW FAR 33.106(b)) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) (IAW FAR 33.215(b)) 52.242-13 BANKRUPTCY (JUL 1995) (IAW FAR 42.903) 52.242-17 GOVERNMENT DELAY OF WORK (APR 1984) (IAW FAR 42.1305(c)) 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) (IAW FAR 43.205(a)(1)) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (MAY 2014) (IAW FAR 44.403) 52.246-25 LIMITATION OF LIABILITY--SERVICES (FEB 1997) (IAW FAR 46.805(a)(4)) 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (APR 2012) (IAW FAR 49.502(b)(1)(i)) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) (IAW FAR 49.504(a)(1)) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (IAW FAR 52.107(b)) 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): Regulations URLs: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/far1toc.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/dfars/dfartoc.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/af_afmc/affars/affar1toc.htm NOTE: After selecting the appropriate regulation above, at the "Table of Contents" page, conduct a search for the desired regulation reference using your browser's FIND function. When located, click on the regulation reference (hyperlink). 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (IAW FAR 52.107(f)) (a) The use in this contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2).clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.253-1 COMPUTER GENERATED FORMS (JAN 1991) (IAW FAR 53.111) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) (IAW DFARS 203.171-4(a)) 252.203-7001 PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT-RELATED FELONIES (DEC 2008) (IAW DFARS 203.570-3) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) (IAW DFARS 203.970) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (IAW DFARS 203.171-4(b)) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) (IAW DFARS 204.404-70(b)) 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) (IAW DFARS 204.1105) 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) (IAW DFARS 204.7109) 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) (IAW DFARS 204.7303) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) (IAW DFARS 204.7403(c)) 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009) (IAW DFARS 209.104-70(a)) 252.209-7002 DISCLOSURE OF OWNERSHIP OR CONTROL BY A FOREIGN GOVERNMENT (JUN 2010) (IAW DFARS 209.104-70(b)) 252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (MAR 2014) (IAW DFARS 209.409) 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW--FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0009) (FEB 2014) (IAW DARS Tracking # 2014-O0009) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be use to enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal Law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal Law within the preceding 24 months. 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) (IAW DFARS 223.7306) 252.225-7000 BUY AMERICAN ACT-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005) (IAW DFARS 25.1101(1)) 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (FEB 2013) (IAW DFARS 225.7002-3(a)) 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) (IAW DFARS 225.7901-4) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) (IAW DFARS 232.7004) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (IAW DFARS 232.7004(b), PGI 232.7004(b)(1)) WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 252.232-7003, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone through the DFAS Centralized Customer Service number (800) 756-4571 (select option 2) or faxed to (866) 392-7091. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS myInvoice web site at http://www.dod.mil/dfas/contractorpay/myinvoice.html. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NUMBER: DELIVERY ORDER NUMBER: N/A TYPE OF DOCUMENT: Invoice and Receiving Report (COMBO) CAGE CODE: ISSUE BY DODAAC: FA4427 ADMIN DODAAC: FA4427 INSPECT BY DODAAC: N/A SERVICE ACCEPTOR / SHIP TO: F3Z045 LOCAL PROCESSING OFFICE: N/A PAY OFFICE DODAAC: F67100 SEND E-MAIL NOTIFICATIONS: CONTRACT ADMINISTRATOR: Christopher.schlotterbeck.1@us.af.mil CONTRACTING OFFICER: Robin.boyd@us.af.mil 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) (IAW DFARS 232.7102) 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013) (IAW DFARS 237.173-5) 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) (IAW DFARS 243.205-70) 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) (IAW DFARS 243.205-71) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) (IAW DFARS 244.403) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC (APR 2014) (IAW DFARS 247.574(b)) 5352.201-9101 OMBUDSMAN (NOV 2014) (IAW AFFARS 5301.9103) a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Mr. Gregory Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (IAW AFFARS 5323.9001) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. SOLICITATION PROVISIONS 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) (IAW FAR 4.1105(a)(1)) 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2014) (IAW FAR 4.1202) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is. (2) The small business size standard is. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless- (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. (iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that- (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (v) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation. This provision applies to solicitations using funds appropriated in fiscal years 2008, 2009, 2010, or 2012. (vi) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vii) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (viii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (ix) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (x) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xi) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xiii) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xiv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items. (xvi) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xvii) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternate I, II, and III) This provision applies to solicitations containing the clause at 52.225- 3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $79,507, the provision with its Alternate II applies. (D) If the acquisition value is $79,507 or more but its less than $100,000, the provision with its Alternate III applies. (xviii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xix) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations. (xx) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transaction Relating to Iran-Representation and Certifications. This provision applies to all solicitations. (xxi) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to- (A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. (2) The following certifications are applicable as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] (i) 52.219-22, Small Disadvantaged Business Status. __ (A) Basic. __ (B) Alternate I. __ (ii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. (see note) (iii) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Certification. ). (Note: If this clause is applicable it will be listed in the appropriate clause section of this document.) __ (iv) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification. (see note) (v) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). (Note: If this clause and it's Alternate I are applicable they will be listed in the appropriate clause section of this document.) (vi) 52.227-6, Royalty Information. __(A) Basic. __ (B) Alternate I. __(vii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR Clause # Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM. 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(1)) SEP 2006 Addendum to 52.212-1: Paragraph (b), entitled "Submission of Offers,': Offers may be submitted via handcarry or electronic mail. Submit signed and dated offer at or before 0800 (8:00 AM) Local (PST), 08 Aug 14. To send offer via electronic mail all documents must be scanned in.pdf (Acrobat) format and emailed to christopher.schlotterbeck.1@us.af.mil Please send any questions or requests to: 60 CONS/LGCC Attn: SrA Christopher R. Schlotterbeck 350 Hangar Ave, Bldg 549 Travis AFB, CA 94535 Submit quotations on company letterhead or pricing document. Quotations must include as a minimum: a) company contact information, b) price breakout for the requested line items, c) CAGE Code (from SAM registration), d) a completed FAR Provision 52.212-3, Representation and Certification with a copy of a verification of registration with ORCA (http://orca.bpn.gov/) and e) any other information relevant to the proposal. Quotations may be faxed to (707) 424-0288. No telephonic responses will be processed. The government reserves the right to make award on the initial quote without discussions. Paragraph (c), entitled ‘Period for Acceptance of Offers': The offeroragrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Paragraph (f)(1), entitled "Late submissions, modifications, revisions, and withdrawals of offers,': Travis AFB is in the Pacific Time Zone Addendum FAR 52.212-1 Instructions to Offerors - Commercial Items Offerors must submit information that relates to the evaluation criteria identified in the following paragraph. For item (iii), offerors must submit at least three (3) references and must provide their contact information, including names, telephone numbers, and email addresses. A resume will be submitted with offer for item (iv) below. 52.212-2 EVALUATION-COMMERCIAL ITEMS (IAW FAR 12.301(c)(1)) JAN 1999 Addendum to 52.212-2: 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 factor(s) shall be used to evaluate offers, in order of importance: 1. Evaluation audition results (addressing several key elements of the SOW, including site reading, ect.) 2. Resume 3. Price Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort UNKNOWN CONFIDENCE No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. IG 5.5.2.2 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(2)) SEP 2007 "DOWNLOAD FROM FEDBIZOPPS" and complete the required information at the Online Representation and Certification Application (ORCA) at http://orca.bpn.gov/ 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (IAW FAR 52.107(a) This solicitation incorporated 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 full text of a clause may be accessed electronically at this/these address(es): Regulations URLs: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/far1toc.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/dfars/dfar1toc.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/af_afmc/affars/affar1toc.htm NOTE: After selecting the appropriate regulation above, at the "Table of Contents" page conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the regulation reference (hyperlink). FEB 1998 RESPONSE DATE AND CONTACT INFORMATION Offers Due: Date: 15 Aug 14 8:00 AM Local Time (PST) Contact Info: Specialist Name: Christopher R. Schlotterbeck Phone: 707-424-7736 Fax: 707-424-0288 Email: christopher.schlotterbeck.1@us.af.mil BE SURE TO READ FAR 52.212-1, INSTRUCTIONS TO OFFERORS, AND FAR 52.212-2, EVALUATION FACTORS. IF GUIDELINES ARE NOT FOLLOWED AS SET FORTH IN 52.212-1 YOUR OFFER COULD BE CONSIDERED NON-RESPONSIVE. 52.237-1 - SITE VISIT Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A site visit will be scheduled for 11 August 2014 at 10:00 AM. If you plan on attending you will need to email me by close of business 08 August 2014 letting me know you wish to attend. We will be meeting in the parking lot adjacent to the Travis AFB Pass and Registration Center at 9:30 PM to gather and take accountability. The van will be leaving the visitor center at 9:45 AM to proceed to the site. You will not need to obtain a base pass because transportation will be provided by 60 CONS. As a failsafe measure you should bring your vehicle registration and proof of insurance in case you have to bring your vehicle on base. Please bring something to write with so you can write down any questions you may have for the customer. You are required to submit all of your questions in writing within 2 days of site visit and all of the answers will be posted on FedBizOpps. This is to ensure a fair solicitation process to all potential contractors. You may want to bring additional items that you may need to provide a more accurate quote. PERFORMANCE-BASED WORK STATEMENT (PWS) PERFORMANCE WORK STATEMENT FOR PASTORAL MUSICIAN FOR CATHOLIC MASSES 1 September 2014 - 31 August 2015 1. Scope of Responsibilities: Provide accompaniment/cantor/choir leadership and plan, organize, lead and support contemporary music ensemble for the Saturday 1700 Mass and Sunday morning 0930 and 1200 Catholic Masses. Contractor will also furnish same for special religious services (not to exceed 275 hours total including services and rehearsals during a twelve month period). Provide non-personal services in this capacity in support of the Catholic Parish Program. 2. Education and Experience Requirement Qualifications: These experiences are in order of preference. The highest preferred experience will be used to determine qualification for position. a) Provides Piano and Organ accompanist support for Mass. Also, serves as a choir director. b) Provide musical support which invites strong assembly participation in the liturgy in conjunction with formation and leadership of a volunteer choir and volunteer musicians. 1. The places of performance are 1st Street Chapel and Twin Peaks Chapel, Travis AFB, CA unless otherwise directed. 2. For access to the facility during non-duty hours (e.g. rehearsals), contact the Non Commissioned Officer In Charge (NCOIC) for facilities. Coordinate all support requirements with the NCOIC, Chapel Operations or his/her designated representative. 3. Arrival time for events is normally at least fifteen minutes prior to scheduled start time of rehearsal or worship service. c) Work with contracted Pastor and Chapel Staff for preparation and executing weekly and seasonal choir rehearsals. d) Provide music which supports the rites and liturgies celebrated at Catholic Mass, and other liturgical services (see Scope of Responsibilities). Music is chosen in conjunction with and under the guidance of the Catholic Priest/Chaplain and/or Parish/Liturgy Coordinator and Liturgy team. e) Maintain music library for adults and children. Recommendations for purchase of new music to be coordinated with the Catholic Priest/Chaplain. New purchases to update music library are made according to yearly budget. Contractor agrees to coordinate with other contracted music leaders and assist in filling out and submitting the purchase order for said music to the bookkeeper. f) Attend quarterly Parish Council and Liturgy Preparation meetings as directed. These meetings serve to inform the contractor of upcoming events which need special preparation and music support. g) When appropriate, meet with other contracted Cantor/song-leader/musicians to coordinate seasonal service music. h) Meet with the Catholic Priest/Chaplain periodically to review music and exchange feedback. i) Form and direct the volunteer a. choir and musicians at a weekly scheduled rehearsal which will last from one to one and a half hours. Contractor is to be aware that warm-ups before services are not considered a rehearsal; they are part of the service. b. Form and direct a volunteer children's choir which rehearses weekly for periodic participation in the liturgy. Rehearsals will last for one hour. c. Bell choir which rehearses weekly for provides musical enrichment for special masses and celebrations during the church year. j) Demonstrate appropriate personal and professional attitude, appearance, and behavior consistent with working in a chapel environment. Must work well with others, including those of different faiths and backgrounds; compromise gracefully; and respond diplomatically with difficult people. Must be able to follow Chaplain Corps 52 series AFI's and local policy without hesitation. k) Contractor is permitted to sub contract in the event that said contractor cannot fulfill his/her contract occasionally or for serious reason fulfill this contract. Substitute must be approved by the Parish Priest/Chaplain, Priest for the Catholic Mass, and/or Parish/Liturgy Coordinator at least one week prior to the event. Emergency situations will be dealt with on a case by case basis. Substitute must meet the same qualifications as the Contractor and be approved as suitable by the NCOIC, Chapel Operations. l) Prepare rehearsal/performance area; following events, ensure area is cleaned up and equipment is properly stored, lights turned off, and building secured, in accordance with chapel operating instructions. m) Assist in the recruitment of chapel participants who have special musical talents, maintain a roster of such volunteers, and coordinate utilization of their talents. n) Keep knowledge of liturgy and music current through reading of like literature or attending workshops. o) Submit an invoice for payment to Wide Area Work Flow. The invoice will be submitted no earlier than the last day of the month in which services are performed and no later than 10 days following the last day of the month in which services were performed. p) The Contractor is accountable for security and cleanliness of all facilities utilized in conjunction with their programs. 4. Quality Assurance: The NCOIC, Chapel Operations or designee will monitor and inspect the contractor's performance. The contractor will be notified in writing of any and all noncompliance, and will be given an opportunity to correct, if possible, nonconforming work. The contractor will be given an opportunity to respond, in writing, to any notice of noncompliance. 5. Furnished Equipment and Supplies. The Chapel will provide piano and/or keyboard in the sanctuary for use during rehearsal and worship service. The Chapel will provide the sanctuary for regularly scheduled rehearsals. If other rehearsal time is needed, the Contractor will submit a facility request in accordance with chapel procedures. The Chapel will provide necessary sheet music and similar products for music selections used in the worship service. Such sheet music and similar products will remain the property of the Chapel. 6. Problems/Issues. Any grievance by the Contractor should be resolved at the lowest level. The order of preference for day to day opperations is as follows: NCOIC, Chapel Operations, the Wing Chaplain, then the Contracting Officer. For issues reguarding contract performance or conflicts, contact the Contracting Officer. 7. Background Check. Contractor must undergo successful background criminal history check at local, state and national levels [Public Law Number 101-647, Section 231; Public Law Number 102-190; and resulting department of Defense Instruction Number 1402.5 require personnel contracted for child care services in every facility operated by the Federal Government to undergo successful background criminal history check at local, state and national levels. "Child care services" includes personnel contracted for such services in base chapel programs whose work brings them into contact with children less than 18 years of age.]. TRAVIS AFB SECURITY REQUIREMENTS 20 Jun 13 1. Security Requirements. Travis Air Force Base is designated as a closed base. In order to promote security and safety, all employees desiring access must adhere to installation entry requirements, to include, identity proofing and vetting. This includes a National Crime Information Center (NCIC) and California Law Enforcement Telecommunication System (CLETS) check. Identity proofing and vetting is not required for employees if they have a current favorable government security clearance which can be verified through the Joint Personnel Adjudication System (JPAS). 2. The primary contractor will ensure all employees possess proper credentials allowing them to work in the United States and ensure illegal aliens are not employed and/or transported onto the installation. At least one of the following forms of identification will be required for identity proofing:  United States Passport  Permanent Registration Card/Alien Registration Receipt Card (Form I-1551)  Foreign Passport with a temporary (I-1551) stamp or temporary (I-1551) printed notation on a machine readable immigrant visa.  Employment authorization document that contains a photograph (Form I-766)  Current/valid Driver's License  Identification card issued by Federal, State or local Government  U.S. Coast Guard Merchant Mariner Legacy Card  U.S. Coast Guard New Merchant Mariner Credential Additional supplemental sources of identity proofing which may be requested during increased FPCONS or Random Antiterrorism Measures (RAMs) include, but are not limited to:  School identification card with photograph  U.S. Military or draft record  Native American Tribal Document  U.S. Social Security Card issued by the Social Security Administration (SSA)  Certification of Birth Abroad issued by the Department of State (Form FS-545 or Form DS-1350)  Original or certified copy of a birth certificate issued by a state, county, municipal authority or outlying possession of the United States bearing an official seal  U.S. Citizen ID Cared (Form I-197)  ID Card for use of Resident Citizen in the United States (Form I-179)  Unexpired employment authorization document issued by the Department of Homeland Security (DHS) which includes, a) Form I-94 identifying the holder as an asylee, or b) other documentation issued by DHS or the former Immigration and Naturalization Service that identifies the holder as an asylee, lawful permanent resident, refugee or other status authorized to work in the United States incident to status  Foreign Military or Government Identification Credentials  Foreign passport with a current arrival-departure record (Form I-94) bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, if that status authorizes the alien to work for the employer  In the case of a nonimmigrant alien authorized to work for a specific employer incident to status, a foreign passport with Form I-94 or Form I-94A bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, as long as the endorsement has not yet expired and the proposed employment is not in conflict with any restrictions or limitations identified on the form. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provision of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. 3. Identity Proofing and Vetting. Employees whose background reveals any of the following disqualifiers will not be allowed installation access. All employees will be vetted based on the following disqualifying base access criteria: ‒ The individual is known to be or reasonably suspected of being a terrorist or belongs to an organization with known terrorism links/support. ‒ The installation is unable to verify the individual's claimed identity. ‒ There is a reasonable basis to believe the individual:  Has submitted fraudulent information concerning his or her identity.  Will attempt to gain unauthorized access to classified documents, information protected by the Privacy Act, information that is proprietary in nature, or other sensitive or protected information.  Will unlawfully or inappropriately use an access credential outside the workplace.  Based on an individual's criminal or dishonest history, that issuance of an access credential poses an unacceptable risk to the installation/mission. ‒ The individual:  Has/had been barred from entry/access to a Federal installation or facility.  Is wanted by Federal or civil law enforcement authorities, regardless of offense or violation.  Has been incarcerated within the past ten years, regardless of offense/violation, unless released on proof of innocence.  Has any conviction for espionage, sabotage, treason, terrorism, or murder.  Name appears on any Federal or State agency's watch list or hit list for criminal behavior or terrorist activity.  Has been convicted of a firearms or explosive violation within the past ten years.  Has been convicted of sexual assault, armed robbery, rape, child molestation, child pornography, trafficking in humans, drug possession with intent to sell or drug distribution. ‒ There is a reasonable basis to believe  Based on the individual's material, intentional false statement, deception, or fraud in connection with Federal or contract employment, that issuance of an access credential poses an unacceptable risk to the installation/mission.  Based on the nature or duration of the individual's alcohol abuse without evidence of substantial rehabilitation, that issuance of an access credential poses an unacceptable risk to the installation/mission.  Based on the nature or duration of the individual's illegal use of narcotics, drugs, or other controlled substances without evidence of substantial rehabilitation, that issuance of an access credential poses an unacceptable risk to the installation/mission.  A statutory or regulatory bar prevents the individual's contract employment; or would prevent Federal employment under circumstances that furnish a reasonable basis to believe that issuance of a access credential poses an unacceptable risk to the installation/mission.  The individual has knowingly and willfully engaged in acts or activities designed to overthrow the U.S. Government by force. Employees will be identity proofed and vetted each time a pass is issued. Security Forces may conduct random screenings at any time; if, disqualifying base access information is found employees may have their passes revoked. Employees with disqualifying base access information will be issued a denial access letter immediately revoking their base access privileges. Employees requesting to contest the adjudication, denial of installation access, or requesting a waiver/exception to policy must submit a written rebuttal/request within 10 business days of receipt of the barment letter to 60 AMW/CC, through 60 SFS/CC, Attention: 60 SFS/S5R, Bldg 381, 540 Airlift Drive, Suite C-101, Travis AFB 94535-2451. 4. Primary Contractor Responsibilities. The primary contractor will be responsible for the conduct of all employees working under that contract. Additionally, the primary contractor will: Coordinate base entry requirements with the 60th Contracting Squadron. Advise employees working on the installation they are subject to identity proofing and vetting against criteria specified in para. 3. Any employee who does not complete or sign the form will be denied installation access. Advise employees base pass' are only valid for the purpose, person and vehicle for which it was issued. Use of the base pass for any other purpose or by any other person will result in the pass being confiscated. Employees which misuse their pass may be subject to barment actions. If a pass is lost, notify the Pass and Registration Office immediately.  To obtain a pass, personnel will need a valid state or government photo identification.  To obtain a vehicle pass, personnel will need a driver license, registration and insurance. Provide written notification, within 24 hrs, to the 60th Contracting Squadron of any changes in employee's status. This includes, but is not limited to, the employee being fired or quitting their position with the company. Retrieve government issued personal and vehicle passes from employees which no longer need installation access. Passes will be turned into the 60th Contracting Squadron upon expiration. Obtaining a Base Pass. Provide an EAL (Entry Authority List) of all employees on company letterhead which require a base pass. All requests for a base pass will be submitted through the Base Contracting Office NLT 45 days prior to the contract start date. Exceptions will be made for short-notice contracts where the award date and performance start date are less than 45 days. A base pass will be issued for a maximum of one year. Prior to renewing a base pass, return the old base pass to the Pass and Registration for destruction. Ensure the EAL includes:  Contract number  Work site or location  Inclusive dates of the contract  Work schedule (include days of the week and time periods employees are on base)  Employee's full name, date of birth, and social security number Only persons who have undergone identity proofing and vetting and have no disqualifying base access information can serve as a sponsor. Persons appointed as sponsors will meet employees at the Visitor Control Center and ensure they are advised of security language contained herein. 5. Employee Responsibilities. All employees requiring reoccurring and unescorted access onto the installation must:  Carry their DoD ID card or installation pass on their person while on the installation.  Register privately owned vehicles in accordance with installation policies.  On request, present their DoD ID card or installation pass to security personnel. Refusal may be grounds for further administrative or punitive action.  If issued a Command Access Card (CAC), present documentation from the local security office or CAC sponsor confirming that the CAC has been reported lost or stolen.  Turn in access credentials to the 60th Contracting Squadron when the credential expires or when the basis for obtaining the credential no longer exists. 6. Increased Force Protection Condition (FPCON). During FPCON Normal, Alpha and Bravo; employees without a base issued pass must be sponsored onto the installation. During FPCON Charlie and Delta the base will curtail non-essential operations/functions and non-essential employees will be suspended at the direction of the installation commander. All employees attempting installation access; thereafter, will be physically escorted unless FPCON Mission-Essential designation has been approved in advance and is indicated on the base pass. 7. Restricted Area Badges. Employees may be submitted for unescorted entry into restricted areas if required for their contract. Contact the security manager for the military agency responsible for the project. 8. Escort Requirements. The following escort requirements apply: Installation. Sub-contractors must be escorted at all times. Controlled/Restricted Areas. Employees not in possession of a restricted area badge will be escorted at all times when working within controlled, restricted or other sensitive areas. Escorts can be either the military agency responsible for the project or an employee in possession of a restricted area badge. The military agency or employee in possession of a restricted area badge will follow existing procedures and instructions for obtaining entrance to controlled, restricted and sensitive areas. 9. Lost Base Passes or Restricted Area Badges. Base Passes. The employee's supervisor will investigate and provide written notification for a lost base pass to the 60th Contracting Squadron. Written notification should include an explanation from the employee on how, when, where and what steps have been taken to locate the missing base pass. If a replacement is needed, forward the notification with the request for a base pass. Restricted Area Badges (RAB). Employees issued a RAB must report the loss immediately to the security manager of the military agency that submitted the RAB request. The individual who lost the RAB will provide a written explanation on how, when, where and what steps have been taken to locate the missing RAB. The security manager will conduct their own inquiry and forward a report of investigation [with squadron commander endorsement]; the member's written explanation and the original AF Fm 2586 to the Pass and Registration office. A new RAB will not be issued until the investigation is complete. 10. Information Protection Security Training. IAW AFI 31-401, AFGM_1 para 8.5. Security Managers are required to provide initial uncleared or cleared training to all contractors within 90 days of assignment, this includes specialized security training. The security manager is required to track and document the completed training. The contractor will be required to participate in the government's in-house and web-based security training program under the terms of the contract. The government will provide the contractor with access to the on-line system after appropriate vetting qualification have been met. 11. For Official Use Only Information. Agency information marked "For Official Use Only" or bearing other sensitivity marking will be handled in accordance with agency information security program regulations and instructions. This information will not be divulged or disclosed without agency permission. Contractor personnel will ensure information that is considered sensitive or proprietary is not compromised. 12. Anti-terrorism Force Protection Training. IAW AFI 10-245 and TAFB OPLAN 10-245, all employees with contracts over 90 days, will complete initial and annual Level I Anti-Terrorism Awareness training at https://atlevel1.dtic.mil/at/. All personnel will be responsible to provide proof (copy of training certificates) of training to the Anti-terrorism Advisor/Representative responsible for the unit they are contracted. 13. Operations Security (OPSEC). IAW AFI 10-701, 60 AMW will consider OPSEC for all contractual requirements and determine if any contract contains any form of critical and/or sensitive information or activities. These requirements will be defined on the contract and SOW/PWS. If OPSEC requirements exist, then the 60 AMW OPSEC Program Manager will be contacted to review the SOW/PWS. This review may result in possible training requirements, in addition to what is stated below. For unclassified contracts, the DD Form 254, Department of Defense Contract Security Classification Specification, can be used to specify OPSEC requirements in lieu of defining these requirements on the contract and SOW/PWS. For classified contracts, the DD Form 254 is mandatory. Additionally, the 60 AMW OPSEC Program Manager or functional Unit OPSEC Coordinator will administer specific OPSEC training or training materials to all contract employees within 90 days of initial assignment to the contract (AFI 10-701, 5.2.4). The Installation (60 AMW) OPSEC Program Manager can be contacted at 424-3261/1375.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z0454160AW09/listing.html)
- Place of Performance
- Address: 1st Street Chapel snf Twin Peaks Chapel, Travis Air Force Base, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN03439600-W 20140730/140728234449-8a5ca1bd18d0877156bf7e93e2bf0f21 (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 |