SOLICITATION NOTICE
V -- 278th HSAD PRE DEPLOYMENT 3 LOCATIONS TN
- Notice Date
- 4/9/2025 1:56:44 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W7N1 USPFO ACTIVITY TN ARNG NASHVILLE TN 37204-1502 USA
- ZIP Code
- 37204-1502
- Solicitation Number
- W912L725Q0509
- Response Due
- 4/16/2025 11:00:00 AM
- Archive Date
- 04/17/2025
- Point of Contact
- Rhonda Lien, Phone: 6153130530, Teresa Baxter, Phone: 6153132658
- E-Mail Address
-
rhonda.m.lien.civ@mail.mil, teresa.a.baxter.civ@mail.mil
(rhonda.m.lien.civ@mail.mil, teresa.a.baxter.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- REQUEST FOR QUOTE W912L725Q0509 ***278TH JTMG Mobilization Lodging and Meals, Smyrna, Knoxville, and Winchester, TN **** URGENT � SMALL BUSINESS SET-ASIDE LOCATION: SMYRNA, KNOXVILLE, AND WINCHESTER, TN (LODGING & MEALS) ***Hotels no more than 30 miles outside of each Armory Tax Exempt form will be sent with award IMPORT INFORMATION � PLEASE READ This is a Request for Quote (RFQ) for the 278th JTMG Mobilization Lodging and Meals in three (3) locations. The period of performance is 1-4 MAY 2025. A rooming list will provided. � PLEASE FILL IN THE EXCEL with the HOTEL pricing. Please fill in the Excel sheet for the HOTEL send it back to me by Wednesday, 16 APRIL 2025 @ 1:00 pm CST. This requirement is being advertised as Small Business set-aside; the North American Industry Classification System (NAICS) Code is 721110 with a size standard of $40M. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52-212-3, Online Reps and Certifications, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, FAR 52.225-1 and Buy America Act Supplies. Please see attached Performance Work Statement (PWS) for all details LODGING Armory Address: 500 FITZHUGH DRIVE, SMYRNA, TN 37167 LOCATION: SMYRNA, TN DATE: 1-4 MAY 2025 POC: Day QUANTITY 01 MAY 2025 � Check-In DOUBLE ROOMS 16 02 MAY 2025 DOUBLE ROOMS 16 03 MAY 2025 DOUBLE ROOMS 16 04 MAY 2025 DOUBLE ROOMS Check-Out TOTAL ROOMS 48 Hotel Rooms: 48 DOUBLE ROOMS (16 per night) KNOXVILLE, TN CHECK IN 01 MAY 2025 CHECK OUT 04 MAY 2025 TOTAL ROOMS 186 Armory Address: 3330 SUTHERLAND AVE, KNOXVILLE, TN 37919 LOCATION: KNOXVILLE, TN DATE: 1-4 MAY 2025 POC: Day QUANTITY 01 MAY 2025 � Check-In 2 SINGLE/DOUBLE ROOMS 2/31 02 MAY 2025 2 SINGLE/DOUBLE ROOMS 2/31 03 MAY 2025 2 SINGLE/DOUBLE ROOMS 2/31 04 MAY 2025 Check-Out TOTAL ROOMS 6/93 Hotel Rooms: 6 SINGLE ROOMS AND 93 DOUBLE ROOMS WINCHESTER, TN CHECK IN 01 MAY 2025 CHECK OUT 04 MAY 2025 TOTAL ROOMS 186 Armory Address: 200 2nd AVE NW, WINCHESTER, TN 37398 LOCATION: WINCHESTER, TN DATE: 1-4 MAY 2025 POC: Day QUANTITY 01 MAY 2025 � Check-In DOUBLE ROOMS 10 02 MAY 2025 DOUBLE ROOMS 10 03 MAY 2025 DOUBLE ROOMS 10 04 MAY 2025 Check-Out TOTAL ROOMS 30 Hotel Rooms: 30 DOUBLE ROOMS The federal government request the per-diem rate. Please make sure the hotel rate is �INCLUSIVE� of all charges. A rooming list will be provided. All room prices shall include any applicable taxes, except Sales tax and State taxes. The Federal Govt is tax exempt. A Tax-Exempt form will be provided at time of award. Tax Exempt form will be sent with award REQUIREMENTS TO RETURN WITH QUOTE 52.212-2 EVALUATION - COMMERCIAL ITEMS: As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: (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 a. Technical, Rooming Agreement Location of hotels Number of hotels Inside rooms, no outside rooms b. Price c. Sam record Technical and Price, when combined, are more important than Past Performance. Price is a non-cost factor The government will use FAPIIS / CPARS for PAST Performance evaluation(s). For those with no record please submit up to five previous contracts within the last three years with your quote; Include Contract Number, Point of Contact, Email/Phone, and Agency Guest Lodging � Vendor will provide a block of the requested number of rooms - requesting pre-diem rate. Third Party vendors requirements: Vendor will provide hotel agreement with EXCEL RFQ � proof of rooms being held. Rooming agreement must be good until award notice. Vendor must submit Quote on time in order to be consider in award process. Vendor must comply with the Solicitation and RFQ pricing template in order to be considered for award. Award will be based on Technical and Price that is most advantageous to the Government and ability to comply with the Solicitation. Invoicing/Billing will be done electronically through WAWF-Wide Area Workflow - https://wawf.eb.mil/ after event has been completed. Award/Contract is a firm fixed price contact. Notification of award or acceptance of an offer will be emailed to the contractor. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Not Applicable -No Options (c) -A written notice of award or acceptance of an offer, emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Notification of award or acceptance of an offer will be emailed to the contractor. 52.203-3 GRATUITIES 52.203-6 ALT 1 RESTRICITIONS ON SUBCONTRACTOR SALES TO THE GOVT 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-4 PRINTED or COPIED DOUBLE-SIDED on POSTCONSUMER FIBER CONTENT PAPER 52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16 Commercial and Government Entity Code Reporting. 52.204-18 Commercial and Government Entity Code Maintenance. 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. 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. As prescribed in 4.2105(a), insert the following provision: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. (a) Definitions. As used in this provision- Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services.� (d) Representations. The Offeror represents that� (1) It [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� It [ ] does, [ ] does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-Representation As prescribed in 4.2105(c), insert the following provision: Covered Telecommunications Equipment or Services-Representation (Dec 2019) (a) Definitions. As used in this provision, �covered telecommunications equipment or services� has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. (c) Representation. The Offeror represents that it ? does, ? does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (End of provision) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 � Prohibition on Contracting With Inverted Domestic Corporations. 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS 52.212-3 ALT 1 OFFEROR REPRESENTATIONS AND CERTIFICATION � COMMERCIAL ITEMS 52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS 52-212-5 (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. 52.219-6 total small business set-aside 52.222-3 Convict Labor. 52.222-21 Prohibition of Segregated Facilities. 52.222-26, EQUAL OPPORTUNITY (Mar 2007) (E.O. 11246) 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (Sep 2010) (38 U.S.C. 4212) As prescribed in 22.1310(a)(1), insert the following clause: Equal Opportunity for Veterans (Oct 2015) (a) Definitions. As used in this clause-- �Active duty wartime or campaign badge veteran,� �Armed Forces service medal veteran,� �disabled veteran,� �protected veteran,� �qualified disabled veteran,� and �recently separated veteran� have the meanings given at FAR 22.1301. (b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the Contractor to employ and advance in employment qualified protected veterans. (c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate of identify properly the parties and their undertakings. [Class Deviation- 2017-O0008, Office of Federal contract Compliance Programs Waiver of Certain Clause Requirements in Contracts for Hurricane Harvey Relief Efforts. This clause deviation is effective on Sept 01, 2017, and remains in effect until incorporated into the FAR, or otherwise rescinded. (d) Notwithstanding the provisions of this section, the Contractor will not be obligated to develop the written affirmative action program required under the regulations implementing the Vietnam Era Veterans� Readjustment Assistance Act (VEVRAA). (End of Clause) Alternate I (Jul 2014). As prescribed in 22.1310(a)(2), add the following as a preamble to the clause: Notice: The following term(s) of this clause are waived for this contract: _____________________ [List term(s)]. 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 EMPLOYMENT REPORTS ON VETERANS 52.222-40 Notification of employe rights UNDER the national labor relations act 52.222-41 Service Contract Labor Standards. 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES 52.222-44 fair labor standards act & service contract 52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104) 52.222-62 PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 AVAILABILITY OF FUNDS Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-2 SERVICE OF PROTEST Service of Protest (Sep 2006) 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 ______________________. Teresa Baxter, Contracting Officer Houston Barracks USPFO- Purchasing & Contracting, RM 202 3041 Sidco Drive, Nashville, TN 37204 Preferably send email to Contracting Officer (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 52.233-3 Protest After Award. 52.233-4 APPLICABLE LAW OF BREACH OF CONTRACT CLAIM 52.237-1 Site Visit. 52.252-2 Clauses Incorporated by Reference. Acquisition.GOV | www.acquisition.gov / 52.239-1 PRIVACY OR SECURITY SAFEGUARDS. 52.252-6 Authorized Deviations in Clauses. 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert �(Deviation)� after the date of the clause. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or 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 solicitation or contract of any (48 CFR _1____) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of Clause) 252.201-7000 Contracting Officer's Representative. 252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS 252.203-7000 REQUIREMENTS RELATING OF 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. 252.204-7009 LIMITATIONS ON THE USE OF DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7011 Alternative Line Item Structure. 252.204-7012 Safeguarding covered defense information and cyber incident reporting 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT 252.222-7007 REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS 252-225-7012 PREFERENCEE FOR CERTAIN DOMESTIC COMMODITIES 252.225-7031 Secondary Arab Boycott of Israel. 252.225-7035 Buy American�Free Trade Agreements�Balance of Payments Program Certificate (Alternate I) 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) � 252.232-7006 Wide Area WorkFlow Payment Instructions. 252.232-7010 Levies on Contract Payments. 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002 request for equitable adjustment 252.247-7022 Representation of Extent of transportation by sea (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term �supplies� is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it� _____ Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. __X___ Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) PERFORMANCE WORK STATEMENT (PWS) FOR 278TH JMTGU Pre-Deployment Lodging and Meals Knoxville, TN Smyrna, TN Winchester, TN 1.0 General: 1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform 278TH JMTGU Pre-Deployment Mobilization Lodging with Meals, as defined in this PWS. 1.2 Background: The objective is to provide annual training support for the PRE-MOB Lodging and Meals for the Service Members of the TNARNG. 1.3 Period of Performance (PoP): The Period of Performance shall be 1-3 May 2025 at each location. (see section 5.0) 1.4 General Information: 1.4.1 Quality Control (QC): RESERVED 1.4.2 Quality Assurance (QA): The Government will evaluate the contractor�s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government will do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and acceptable quality level(s) or defect rate(s). 1.4.3 Recognized Holidays: RESERVED 1.4.4 Place and Performance of Services: (See 5.1 Requirements) 1.4.1 Property must meet all requirements as specified to be considered sufficient for the requirement. The end user may physically inspect facilities for safety, repair, or cleanliness and will have a unilateral and subjective decision on the part of the Government as to whether a property or facility is sufficient to fulfill the requirement. 1.4.4.4 Acceptance of alternative offers deviating from specified requirements are the sole subjective decision of the end user. 1.4.4.1 Telework: RESERVED 1.4.5 Security Requirements. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the COR. The contractor and all associated subcontractor employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by Department of Defense (DoD), Headquarters Department of Army (HQDA) and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. 1.4.5.1.1 HSPD-12 Background Investigation Requirements: RESERVED 1.4.5.1.2 Trusted Associate Sponsorship System (TASS): RESERVED 1.4.5.3 Communications Security/Information Technology (COMSEC/IT) Security: All communications with DoD organizations are subject to COMSEC review. All telephone communications networks are continually subject to intercept by unfriendly intelligence organizations. DoD has authorized the military departments to conduct COMSEC monitoring and recording of telephone calls originating from, or terminating at, DoD organizations. Therefore, the contractor is advised that any time contractor personnel place or receive a call they are subject to COMSEC procedures. The contractor shall ensure wide and frequent dissemination of the above information to all employees dealing with DoD information. The contractor shall abide by all Government regulations concerning the authorized use of the Government's computer network, including the restriction against using the network to recruit Government personnel or advertise job openings. 1.4.5.8 Information Awareness: RESERVED 1.4.5.9 iWATCH Training: RESERVED 1.4.5.10 OPSEC Training: RESERVED 1.4.5.12 Classified Information. RESERVED 1.4.5.13 Threat Awareness and Reporting Program (TARP). RESERVED 1.4.6 Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.4.6.1 Key Control. RESERVED 1.4.7 Special Qualifications: RESERVED 1.4.8 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the KO in accordance with FAR Subpart 42.5. The KO, COR and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor�s performance. At these meetings, the KO will apprise the contractor of how the Government views the contractor�s performance and the contractor shall apprise the Government of problems, if any, being experienced. The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. 1.4.9 Contract Manager (CM): The contactor shall designate a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The CM shall work through the COR to resolve issues, receive technical instructions, and ensure adequate performance of services. The CM shall ensure that contractor employees do not perform any services outside the scope of the contract without an official modification issued by the KO. The CM shall ensure contractor employees understand that services performed outside the scope of the contract are performed wholly at the expense of the contractor. 1.4.10 Identification of Contractor Employees: RESERVED 1.4.11. Combating Trafficking in Persons: The United States Government has adopted a zero-tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not engage in severe forms of trafficking in persons during the period of performance of the contract; procure commercial sex acts during the period of performance of the contract; or use forced labor in the performance of the contract. The Contractor shall notify its employees of the United States Government�s zero tolerance policy, the actions that will be taken against employees for violations of this policy. The contractor shall take appropriate action, up to and including termination, against employees or subcontractors that violate the US Government policy as described at FAR 22.17. 1.4.12 Contractor Travel. RESERVED 1.4.13 Data Rights. RESERVED 1.4.14 Organizational Conflicts of Interest (OCI): RESERVED 1.4.15 Phase In / Phase-Out Periods. RESERVED 2.0 Definitions and Acronyms 2.1 Definitions: 2.1.1 Contractor: A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 Contracting Officer (KO): A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 Contracting Officer Representative (COR): An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment will be in writing and will state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 Defective Service: A service output that does not meet the standard of performance associated with the PWS. 2.1.5 Deliverable: Anything that can be physically delivered and includes non-manufactured things such as meeting minutes or reports. 2.1.6 Key Personnel: RESERVED 2.1.7 Physical Security: Actions that prevent the loss or damage of Government property. 2.1.8 Quality Assurance: The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 Quality Assurance Surveillance Plan (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 Quality Control: All necessary measures taken by the Contractor to ensure that the quality of an end product or service shall meet contract requirements. 2.1.11 Subcontractor: One that enters into a cont...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1b48c18bd5d5481f933269965e08c493/view)
- Place of Performance
- Address: Nashville, IN, USA
- Country: USA
- Country: USA
- Record
- SN07402522-F 20250411/250409230054 (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 |