SOLICITATION NOTICE
N -- Telecommunications cable installation
- Notice Date
- 6/8/2022 9:40:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
- ZIP Code
- 23709-1001
- Solicitation Number
- N4215833RC20478
- Response Due
- 6/22/2022 1:00:00 PM
- Archive Date
- 06/28/2022
- Point of Contact
- SHEILA ANDERSON, Phone: 7573969759, Denise Manor, Phone: 757-396-9829
- E-Mail Address
-
SHEILA.Y.ANDERSON@NAVY.MIL, denise.manor@navy.mil
(SHEILA.Y.ANDERSON@NAVY.MIL, denise.manor@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION NOTICE: Requirement Title:�������������� Telecommunications Cabling Solicitation Number:����������� N42158RC20590 Solicitation Issue Date:� � � � �Wednesday, 08� June 2022 Response Deadline:� � � � � � � �Wednesday�, 22 June 2022 no later than 4pm (EST) POC: Sheila Y. Anderson sheila.y.anderson.5.civ@us.navy.mil 757-396-9759 �������������������������������������������������� ����������������������������� Contracting Officer:� Chad Godwin ���������������������������������� ����� chad.godwin@navy.mil ����������������������������� ���������� (757) 967-2923 GENERAL INFORMATION This is a combined synopsis/solicitation notice for commercial product/services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a(n): Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through, Federal Acquisition Circular (FAC) 2022-04 and DFARS Change Notice 20220228. This acquisition is for 100% Total Small Business Set-Aside. North American Industry Classification System Code (NAICS) 811213 - Communication Equipment repair and Maintenance and Product or Service Code (PSC) N059- Installation of equipment-electrical and electronic equipment components The size standard is $8M. All qualified small businesses under this industry are encouraged to submit quotes. This requirement is/is not rated under Defense Priorities and Allocations System (DPAS) with an assigned rating of DO-C9. REQUIREMENT INFORMATION Description: The Norfolk Naval Shipyard has a requirement for Telecommunications cabling in bldg. 32. Place of Delivery/Performance/Acceptance/FOB Point: FOB Destination; Norfolk Naval Shipyard, Portsmouth, VA 23709 (exact customer address will be provided in the resulting contract). * Please specify shipping charges separately if quote is for FOB Origin. Line Item Description Quantity Unit of Measure 0001 Telecommunications voice, legacy Network, NMCI Network, SECNET Fiber Optic, cabling, and Workstation Outlets for� C200S & C266 1 Ea. INSTRUCTIONS TO OFFERORS FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language �there in: Questions may be submitted to the POC listed above no later than 3:00 PM, (EST) on 15 June 2022. ��Questions submitted after this date may not be answered. Quotes in response to this solicitation must be submitted via email to the POC and Contracting Officer �listed above no later than the established deadline. Quotes must be valid through 30 June 2022. All price quotations and contractor information must be submitted on Attachment 2 - Quote Sheet, and it must be filled out in its entirely. EVALUATION CRITERIA The Government intends to award one Firm Fixed Price, (FFP) contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation will be most advantageous to the Government, price and other factors considered. This solicitation will be evaluated with Lowest Price Technically Acceptable, (LPTA) criteria. The ��following factors shall be used to evaluate offers: Ability to Receive Award, if a contractor has been disbarred or has any active exclusions listed in SAM.gov they are not eligible for award. If the vendor does not meet the Set-Aside criteria, (if any) listed in paragraph 4 and 5 of the GENERAL INFORMATION Section, they cannot be eligible for award. Technical Acceptability, technical evaluation team will evaluate by assigning a rating of �acceptable� or �unacceptable�. The Government will evaluate the lowest priced quote for technical acceptability in accordance with the solicitation. If the lowest priced quote is determined not to be technically acceptable, the next lowest quote will be evaluated and so on, until one is found to be technically acceptable. Technically acceptable specifications are for Electrical Contractors and Wiring Installation Contractors and in accordance with Attachment 1 � Statement of Work. Price, will be evaluated on a comparative basis amongst all received quotations and the Government�s ��estimate. All price quotations and contractor information must be submitted on Attachment 2 - Quote Sheet, and it must be filled in entirely. CLAUSES AND PROVISIONS FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and �applicable to this solicitation. The provisions and clauses listed below have been determined by the contracting officer to be necessary for �this acquisition and consistent with customary commercial practices. The following clauses are hereby included by reference: 52.203-19���������������� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 ������������������System for Award Management (Oct 2018)���������������� 52.204-9������������������ Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13���������������� System for Award Management Maintenance 52.204-16���������������� Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18���������������� Commercial and Government Entity Code Maintenance 52.204-19���������������� Incorporation by Reference of Representations and Certifications 52.204-22���������������� Alternative Line item Proposal (Jan 2017) 52.204-23���������������� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24��������������� Representation Regarding Certain Telecommunications and Video Surveillance ������������������������������� Services or Equipment 52.204-25���������������� Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-10���������������� Prohibition on Contracting with Inverted Domestic Corporations 52.211-14� ��������������Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. ��������������� 52.211-15���������������� Defense Priority and Allocation Requirements. 52.212-1����������������� Instructions to Offerors (June 2020) 52.212-3 Alt I��������� Offeror Reps and Certs (Feb 2021) 52.212-4������������������ Contract Terms and Conditions�Commercial Items 52.212-5������������������ Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items 52.219-28���������������� Post-Award Small Business Program Representation 52.222-3������������������ Convict Labor 52.222-19���������������� Child Labor�Cooperation with Authorities and Remedies 52.222-21���������������� Prohibition of Segregated Facilities 52.222-22��������������� Previous Contracts and Compliance Reports. 52.222-23�������������� �Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction. 52.222-24���������������� Preaward On-Site Equal Opportunity Compliance Evaluation. 52.222-25���������������� Affirmative Action Compliance. ��������� 52.222-26���������������� Equal Opportunity 52.222-35���������������� Equal Opportunity for Veterans 52.222-36���������������� Equal Opportunity for Workers with Disabilities 52.222-41���������������� Service Contract Labor Standards 52.222-42��������������� Statement of Equivalent Rates for Federal Hires. 52.222-48��������������� Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. 52.222-50���������������� Combating Trafficking in Persons 52.223-18���������������� Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13���������������� Restrictions on Certain Foreign Purchases 52.225-25���������������� Prohibition on Contracting With Entities Engaging in Certain Activities or �������������������������������� Transactions Relating to Iran-Representation and Certifications. 52.232-33���������������� Payment by Electronic Funds Transfer�System for Award Management 52.232-39���������������� Unenforceability of Unauthorized Obligations 52.232-40���������������� Providing Accelerated Payments to Small Business Subcontractors 52.233-3������������������ Protest after Award 52.233-4������������������ Applicable Law for Breach of Contract Claim 52.237-2������������������ Protection of Government Buildings, Equipment, and Vegetation 52.247-34���������������� F.o.b. Destination 52.252-5������������������ Authorized Deviations in Provisions.����������������� 52.252-6� �����������������Authorized Deviations in Clauses. 252.203-7000���������� Requirements Relating to Compensation of Former DoD Officials 252.203-7002���������� Requirement to Inform Employees of Whistleblower Rights 252.203-7005��������� Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003��������� Control of Government Personnel Work Product 252.204-7004��������� Level I Antiterrorism Awareness training for Contractors (Feb 2019) 252.204-7008 ����������Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7009���������� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012���������� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015���������� Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016��������� Covered Defense Telecommunications Equipment or Services-Representation (Dec 2019) 252.204-7017��������� Prohibition on the Acquisition of Covered Defense telecommunications or Services 252.204-7018���������� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019���������� Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020���������� Notice of NIST SP 800-171 DoD assessment Requirements (Nov 2020) �������������������������������� 252.215-7003���������� Requirement for Submission of Data Other Than Certified Cost or Pricing Data-Canadian Commercial Corporation. ���� 252.223-7008���������� Prohibition of Hexavalent Chromium. 252.225-7048���������� Export-Controlled Items 252.225-7972���������� Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (Dev 2020-O0015) 252.225.7973���������� Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation (Dev 2020-O0015) (May 2020) 252.225.7974��������� Representation Regarding Persons that have Business Operations with the Maduro Regime (Feb 2020) (Dev 2020-O0005) 252.232-7003���������� Electronic Submission of Payment Requests and Receiving Reports252.232-7006��� Wide Area WorkFlow Payment Instructions 252.232-7017��������� Acceleration Payments to Small Business Subcontractors-Prohibition on Fees and Consideration 252.237-7010���������� Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000���������� Subcontracts for Commercial Items 252.246-7008���������� Sources of Electronic Parts( May 2018)�� 252.247-7023���������� Transportation of Supplies by Sea--Basic The following provisions and clauses are hereby included by full text: 52.252-1������ Solicitation Provisions Incorporated by Reference SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx (End of provision) 52.252-2������ Clauses Incorporated by Reference 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 address: https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx (End of clause) NAVSEA/NNSY (Expandable for Full Text): C-202-H001������������ Additional Definitions--Basic (NAVSEA) (OCT 2018) (a)�Department ? means the Department of the Navy. (b)� Commander, Naval Sea Systems Command ? means the Commander of the Naval Sea Systems Command of the Department of the Navy or his duly appointed successor. (c)��References to The Federal Acquisition Regulation (FAR) ? All references to the FAR in this contract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS), unless clearly indicated otherwise. (d)��National Stock Numbers ? Whenever the term Federal Item Identification Number and its acronym FIIN or the term Federal Stock Number and its acronym FSN appear in the contract, order or their cited specifications and standards, the terms and acronyms shall be interpreted as National Item Identification Number (NIIN) and National Stock Number (NSN) respectively which shall be defined as follows: (1)� National Item Identification Number (NIIN).��The number assigned to each approved Item Identification under the Federal Cataloging Program.� It consists of nine numeric characters, the first two of which are the National Codification Bureau (NCB) Code.� The remaining positions consist of a seven digit non?significant number. (2)� National Stock Number (NSN).��The National Stock Number (NSN) for an item of supply consists of the applicable four-position Federal Supply Class (FSC) plus the applicable nine-position NIIN assigned to the item of supply. (End of Text) C-211-H018������������ Approval by the Government (NAVSEA) (JAN 2019) Approval by the Government as required under this contract and applicable specifications shall not relieve the Contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such approval. �(End of Text) E-246-H016 ���������� FOB Destination Item(s) - Inspection and acceptance shall be made at destination by a representative of the Government. �(End of Text) G-232-H002���������� PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018) Inserted at time of award �(End of Text) G-232-H005���������� SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a)� For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level.� Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level.� For other than firm fixed price subcontracts, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced.� Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal.� Subcontractors may email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR).� Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b)� Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF.� No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. (End of Text) G-242-H001���������� GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a)� The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b)� The contracting officer is the only person authorized to change this contract or orders issued thereunder.� The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c)� The points of contact are as follows: (i)� The Procuring Contracting Officer (PCO) is: Name:� [ * ] Address:� [ *Street ] [ *City, State, Zip ] Phone: (Area Code) xxx- [xxxx];��� FAX: (Area Code) xxx- [xxxx] E-mail:� [ * ] �(ii)� The Contract Specialist is: Name:� [ * ] Address:� [ *Street ] [ *City, State, Zip ] Phone: (Area Code) xxx- [xxxx];��� FAX: (Area Code) xxx- [xxxx] E-mail:� [ * ] �(iii)� The Administrative Contracting Officer (ACO) is: Name:� [ * ] Address:� [ *Street ] [ *City, State, Zip ] Phone: (Area Code) xxx- [xxxx];�� E-mail:� [ * ] �(d)� The Contracting Officer�s Representative (COR) is the contracting officer�s appointed representative for technical matters.� The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements.� An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. �The Contracting Officer�s Representative (COR)� is: Name:� [ * ] Address:� [ *Street ] [ *City, State, Zip ] Phone: (Area Code) xxx- [xxxx];��� FAX: (Area Code) xxx- [xxxx] E-mail:� [ * ] �(e)� The Alternate Contracting Officer�s Representative (ACOR) is responsible for COR responsibilities and functions in the event that the COR is unavailable due to leave, illness, or other official business.� The ACOR is appointed by the contracting officer; a copy of the ACOR appointment will be provided upon award of this contract. �The Alternate Contracting Officer�s Representative (ACOR) is: Name:� [ * ] Address:� [ *City, State, Zip ] Phone: (Area Code) xxx- [xxxx]; ���FAX: (Area Code) xxx- [xxxx] E-mail:� [ * ] �(f)� The Technical Point of Contact (TPOC) is the contracting officer�s representative for technical matters when a COR is not appointed.� The TPOC is responsible for technical issues of contract administration, such as providing all items of Government Furnished Information (GFI), Government Furnished Material (GFM) and Government Furnished Equipment (GFE) if specified in the contract as well as the inspection and acceptance of all contract deliverables.� �The Technical Point of Contact (TPOC) is: Name:� [ * ] Address:� [ *Street ] [ *City, State, Zip ] Phone: (Area Code) xxx- [xxxx];��� FAX: (Area Code) xxx- [xxxx] E-mail:� [ * ] �(g)� The Alternate Technical Point of Contact (ATPOC) is responsible for TPOC responsibilities and functions in the event that the TPOC is unavailable due to leave, illness, or other official business. �The Alternate Technical Point of Contact (ATPOC) is: Name:� [ * ] Address:� [ *City, State, Zip ] Phone: (Area Code) xxx- [xxxx]; ���FAX: (Area Code) xxx- [xxxx] E-mail:� [ * ] �(h)� The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. �The Ombudsman is: Name:� [ * ] Address:� [ *Street ] [ *City, State, Zip ] Phone: (Area Code) xxx- [xxxx];�� E-mail:� [ * ] �(i)� The Authorized Ordering Person(s) for Per-Call Maintenance is responsible for issuing and maintaining records for any per-call orders for remedial maintenance placed under this contract.� No per-call order shall be placed outside the scope of this contract and the cumulative total of all orders shall not be in excess of any not-to-exceed amount specified in the contract. Per-call orders shall not, in any way, modify any terms and conditions of the contract. �(j)� The Authorized Ordering Person(s) for Per-Call Maintenance is: Name:� [ * ] Address:� [ *Street ] [ *City, State, Zip ] Phone: (Area Code) xxx- [xxxx];�� E-mail:� [ * ] (k)� The Contractor's point of contact for performance under this contract is: Name:� [ * ] Address:�� [ *Street ] [ *City, State, Zip ] Phone: (Area Code) xxx- [xxxx];��FAX: (Area Code) xxx- [xxxx]� E-mail:� [ * ] �[ * ] To be completed at contract award �(End of Text) G-242-H002���������� HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (JUL 2021) (a)� The policy of this activity is to schedule periods of reduced operations or shutdown during holiday periods.� Deliveries will not be accepted on Saturdays, Sundays or Holidays except as specifically requested by the [insert activity name].� All goods or services attempted to be delivered on a Saturday, Sunday or Holiday without specific instructions from the Contracting Officer or his duly appointed representative will be returned to the contractor at the contractor�s expense with no cost or liability to the U.S. Government. (b)� The federal Government observes the following holidays: �HOLIDAYS* New Year's Day� � � � � � � � � � Martin Luther King's Birthday��� Presidential Inauguration Day (Washington DC metro area only)������������� President's Day����������������� Memorial Day�������������������� Independence Day������������������������������ Labor Day������������������������� Columbus Day��������������������� Veteran's Day������������������ Thanksgiving Day����������������� Christmas Day������������������ *�� Except for the Presidential Inauguration Day, if the actual date falls on a Saturday, the holiday will be observed the preceding Friday.� If the holiday falls on a Sunday, the observance shall be on the following Monday.� �The actual date of observance for each of the above holidays, for a specific calendar year, may be obtained from the OPM website at OPM.GOV or by using the following direct link: https://www.opm.gov/policy-data-oversight/snow-dismissal-procedures/federal-holidays/#url. (c)� Delayed Opening, Early Dismissal and Closure of Government Facilities.� When a Government facility has a delayed opening, is closed or Federal employees are dismissed early (due to severe weather, security threat, security exercise, or a facility related problem) that prevents personnel from working, onsite contractor personnel regularly assigned to work at that facility shall follow the same reporting and/or departure directions given to Government personnel. The contractor shall not direct charge to the contract for such time off, but shall follow parent company policies regarding taking leave (administrative or other). Non-essential contractor personnel, who are not required to remain at or report to the facility, shall follow their parent company policy regarding whether they should go/stay home or report to another company facility. Subsequent to an early dismissal, delayed opening, or during periods of inclement weather, onsite contractors should monitor the OPM website as well as radio and television announcements before departing for work to determine if the facility is closed or operating on a delayed arrival basis.�� (d) When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severe weather, a security threat, or a facility related problem), on site contractors shall continue working established work hours or take leave in accordance with parent company policy. Those contractor employees who take leave shall not direct charge the non-working hours to the contract.� Contractors are responsible for predetermining and disclosing their charging practices for early dismissal, delayed openings, or closings in accordance with the FAR, applicable cost accounting standards, and the company�s established policy and procedures. Contractors shall follow their disclosed charging practices during the contract period of performance, and shall not follow any verbal directions to the contrary. The Contracting Officer will make the determination of cost allowability for time lost due to facility closure in accordance with FAR, applicable Cost Accounting Standards, and the Contractor's established accounting policy and procedures. (e)� If you intend to visit the Contracts Office, it is advised that you call for an appointment at least 24 hours in advance. �(f)� The hours of operation are as follows: ��������������������� AREA�������������������������� ������������ FROM��������������� TO [insert specific Departments]�� ����������������������������� [insert times] ���������������������������������������� (g) All deliveries to the Receiving Officer, ����� [Negotiator insert delivery location], shall be made Monday through Friday from ����� [Negotiator enter beginning hour of operation] to ����� [Negotiator enter closing hour of operation], local time.� Deliveries will not be accepted after ����� [Negotiator enter closing hour of operation].� No deliveries will be accepted on federal government holidays. (End of Text) L-204-H003����������� NOTIFICATION OF USE OF NAVY SUPPORT CONTRACTOR FOR OFFICIAL CONTRACT FILES (NAVSEA) (APR 2019) (a)��NAVSEA may use a contractor to manage official contract files hereinafter referred to as ""the support contractor"", including the official file supporting this procurement. These official files may contain information that is considered a trade secret, proprietary, business sensitive or otherwise protected pursuant to law or regulation, hereinafter referred to as �protected information�. File management services consist of any of the following: secretarial or clerical support; data entry; document reproduction, scanning, imaging, or destruction; operation, management, or maintenance of paper-based or electronic mail rooms, file rooms, or libraries; and supervision in connection with functions listed herein. (b)��The cognizant Contracting Officer will ensure that any NAVSEA contract under which these file management services are acquired will contain a requirement that (1) �The support contractor not disclose any information; (2) �Individual employees are to be instructed by the support contractor regarding the sensitivity of the official contract files; (3)��The support contractor performing these services be barred from providing any other supplies and/or services, or competing to do so, to NAVSEA for the period of performance of its contract and for an additional three years thereafter unless otherwise provided by law or regulation; and, (4)��In addition to any other rights the offeror may have, it is a third party beneficiary who has the right of direct action against the support contractor, or any person to whom the support contractor has released or disclosed Protected In
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/18e3471a5486432798fce7e4dcc3ee5e/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN06351256-F 20220610/220608230118 (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 |