Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
MODIFICATION

R -- Pandemic Finance and Acquisition Support

Notice Date
7/26/2007
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSHQDC-07-R-00084
 
Response Due
8/3/2007
 
Archive Date
8/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
**Solicitation subsections I (Security), J (GFE/GFI), K (Protected Critical Infrastructure Information), L (Non Disclosure Agreements) of section II above and sections III (Clauses), IV (Instructions), and V (Evaluation) are provided below as amendment 1 to this solicitation.** I. Security i. The contractor must possess a current Top Secret facility security clearance issued by the Defense Security Service (DSS) in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M, prior to contract performance. a. All contractor personnel assigned to this contract shall possess security clearances issued by the Defense Security (DSS) commensurate with their required level of access to classified information. Interim Secret clearances are acceptable for Secret information with the exception of RD, CNWDI, SCI and NATO Information. Final clearances are required for those categories. Final Top Secret clearances are required for access to TS information (interim clearances are not acceptable.) Specifically designated contractor employees must also be eligible for access to Sensitive Compartmented Information (SCI), in accordance with DCID 6/4, at U.S. Government facilities. DCID 6/4 waivers will not be considered unless an extreme emergency exists. b. The contractor shall also possess DSS-approved safeguarding capability for Secret classified information in performance of this contract. All automated processing of classified information must be accomplished on DSS-approved information systems. c. DHS has determined that performance of this contract requires that the contractor, subcontractor(s), vendor(s), etc. (collectively herein known as 'contractor'), requires access to classified National Security Information (herein known as classified information). Classified information is government information that requires protection in accordance with Executive Order 12958, Classified National Security Information, and supplementing directives. The contractor shall abide by the requirements set forth in the DD Form 254, Contract Security Classification Specification and the National Industrial Security Program Operating Manual (NISPOM) for the protection of classified information at its cleared facility, if applicable, as directed by the Defense Security Service. If the contractor has access to classified information at a DHS or other government facility, it shall abide by the requirements set by the agency. ii. Implementing Instructions for Compliance with HSAR clause 3052.204-71 'Contractor Employee Access' a. General Department of Homeland Security Acquisition Regulation (HSAR) clause 3052.204-71 requires that contractor personnel requiring unescorted access to government facilities, access to sensitive information, or access to government information technology (IT) resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract. Department of Homeland Security (DHS) policy requires a favorably adjudicated background investigation prior to commencing work on this contract for all contractor personnel who require recurring access to government facilities or access to sensitive information, or access to government IT resources. Contractor employees will be given a suitability determination unless this requirement is waived under Departmental procedures. Requirements for suitability determination are defined in paragraph 3.0. b. Additional Information for Classified Contracts Performance of this contract requires the Contractor to gain access to classified National Security Information (includes documents and material). Classified information is Government information which requires protection in accordance with Executive Order 12958, National Security Information (NSI) as amended and supplemental directives. The Contractor shall abide by the requirements set forth in the DD Form 254, Contract Security Classification Specification, an attachment to the contract, and the National Industrial Security Program Operating Manual (NISPOM) for protection of classified information at its cleared facility, if applicable, as directed by the Defense Security Service. If the Contractor is required to have access to classified information at a DHS or other Government Facility, it shall abide by the requirements set forth by the agency. c. General Requirement The Contractor shall ensure these instructions are expressly incorporated into any and all subcontracts or subordinate agreements issued in support of this contract. d. Contractor Personnel(1) Employment Eligibility To comply with the requirements HSAR Clause 3052.204-71, and Department policy, the contractor must complete the following forms for applicable personnel who will be performing work under this contract as indicated: *Standard Form (SF) 85P, 'Questionnaire for Public Trust Positions' *FD-258 fingerprint cards *DHS Form 11000-6, 'Conditional Access to Sensitive But Unclassified Information Non-Disclosure Agreement'. Required of all applicable contractor personnel. *DHS Form 11000-9, 'Disclosure and Authorization Pertaining to Consumer Reports Pursuant to the Fair Credit Reporting Act (FCRA)'. (2) Continued Eligibility The Contracting Officer may require the contractor to prohibit individuals from working on contracts if the government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. (3) Termination The DHS Security Office shall be notified of all terminations/resignations within five (5) days of occurrence. The Contractor shall return to the Contracting Officer Technical Representative (COTR) all DHS issued identification cards and building passes that have either expired or have been collected from terminated employees. If an identification card or building pass is not available to be returned, a report shall be submitted to the COTR, referencing the pass or card number, name of individual to who it was issued and the last known location and disposition of the pass or card. e. Suitability Determination DHS may, as it deems appropriate, authorize and grant a favorable entry on duty (EOD) decision based on preliminary suitability checks. The favorable EOD decision would allow the employees to commence work temporarily prior to the completion of the full investigation. The granting of a favorable EOD decision shall not be considered as assurance that a full employment suitability authorization will follow. A favorable EOD decision or a full employment suitability determination shall in no way prevent, preclude, or bar DHS from withdrawing or terminating access government facilities or information, at any time during the term of the contract. No employee of the Contractor shall be allowed unescorted access to a Government facility without a favorable EOD decision or suitability determination by the Security Office. Contract employees waiting for an EOD decision may begin work on the contract provided they do not access sensitive Government information. Limited access to Government buildings is allowable prior to the EOD decision if the Contractor is escorted by a Government employee. This limited access is to allow Contractors to attend briefings, non-recurring meetings and begin transition work. f. Background Investigations Contract employees (to include applicants, temporaries, part-time and replacement employees) under the contract, requiring access to sensitive information, shall undergo a position sensitivity analysis based on the duties each individual will perform on the contract. The results of the position sensitivity analysis shall identify the appropriate background investigation to be conducted. All background investigations will be processed through the DHS Security Office. Prospective Contractor employees shall submit the following completed forms to the DHS Security Office. The Standard Form 85P will be completed electronically, through the Office of Personnel Management's e-QIP SYSTEM. The completed forms must be given to the DHS Security Office no less than thirty (30) days before the start date of the contract or thirty (30) days prior to entry on duty of any employees, whether a replacement, addition, subcontractor employee, or vendor: (1) Standard Form 85P, 'Questionnaire for Public Trust Positions' (2) FD Form 258, 'Fingerprint Card' (2 copies) (3) DHS Form 11000-6 'Conditional Access To Sensitive But Unclassified Information Non-Disclosure Agreement' (4) DHS Form 11000-9, 'Disclosure and Authorization Pertaining to Consumer Reports Pursuant to the Fair Credit Reporting Act' Only complete packages will be accepted by the DHS Security Office. Specific instructions on submission of packages will be provided upon award of the contract. Be advised that unless an applicant requiring access to sensitive information has resided in the US for three of the past five years, the Government may not be able to complete a satisfactory background investigation. Non-U.S. citizens shall not be authorized to access or assist in the development, operation, management or maintenance of Department IT systems under the contract, unless a waiver has been granted by the Head of the Component or designee, with the concurrence of both the Department's Chief Security Officer (CSO) and the Chief Information Officer (CIO) or their designees. Within DHS Headquarters, the waiver may be granted only with the approval of both the CSO and the CIO or their designees. In order for a waiver to be granted: *The individual must be a legal permanent resident of the U. S. or a citizen of Ireland, Israel, the Republic of the Philippines, or any nation on the Allied Nations List maintained by the Department of State; *There must be a compelling reason for using this individual as opposed to a U. S. citizen; and *The waiver must be in the best interest of the Government. g. Alternative Citizenship Requirements for Non-IT Contracts For non-Classified or non-IT contracts the above citizenship provision shall be replaced with the citizenship provision below: Each individual employed under the contract shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by a Permanent Resident Card (USCIS I-55 1). Any exceptions must be approved by the Department's Chief Security Officer or designee. h. Information Technology Security Clearance When sensitive government information is processed on Department telecommunications and automated information systems, the Contractor shall provide for the administrative control of sensitive data being processed. Contractor personnel must have favorably adjudicated background investigations commensurate with the defined sensitivity level. Contractors who fail to comply with Department security policy are subject to having their access to Department IT systems and facilities terminated, whether or not the failure results in criminal prosecution. Any person who improperly discloses sensitive information is subject to criminal and civil penalties and sanctions under a variety of laws (e.g., Privacy Act). Contractor access will be terminated for unauthorized use. The contractor agrees to hold and save DHS harmless from any unauthorized use and agrees not to request additional time or money under the contract for any delays resulting from unauthorized use or access. i. Information Technology Security Training and Oversight Before receiving access to IT resources under this contract the individual must receive a security briefing, which the Contracting Officer's Technical Representative (COTR) will arrange, and complete any nondisclosure agreement furnished by DHS. j. References DHS Office of Security DHS, Office of Security Personnel Security Staff Attn: Ora Smith Washington DC 20528 Telephone: (202) 447-5372 J. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) As required per task, the Government will provide on-site Contractor staff with office space and access to computer and office equipment and office supplies. K. Protected Critical Infrastructure Information The parties agree to implement an interim rule promulgating new regulations at Title 6 Code of Federal Regulations Section 29.8(c) to govern procedures for handling critical infrastructure information. The regulations detailed in the Rule, which was effective upon publication pursuant to Section 808 of the Congressional Review Act, were promulgated pursuant to Title II, Section 214 of the Homeland Security Act of 2002, known as the 'Critical Infrastructure Information Act of 2002' (CII Act). The Contractor shall not request, obtain, maintain or use Protected CII without a prior written certification from the Protected CII Program Manager or a Protected CII Officer that conforms to the requirements of Section 29.8(c) of the regulations in the Rule. The Contractor shall comply with all requirements of the Protected CII (PCII) Program set out in the CII Act, in the implementing regulations published in the Rule, and in the PCII Procedures Manual as they may be amended from time to time, and shall safeguard Protected CII in accordance with the procedures contained therein. The Contractor shall ensure that each of its employees, consultants, and subcontractors who work on the PCII Program have executed Non-Disclosure Agreements (NDAs) in a form prescribed by the PCII Program Manager. The Contractor shall ensure that each of its employees, consultants and subcontractors has executed a NDA and agrees that none of its employees, consultants or sub-contractors will be given access to Protected CII without having previously executed a NDA. L. Non-Disclosure Agreements All contractor personnel performing work may be required to sign Non-Disclosure Agreements. III. Clauses The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-17 are applicable to this procurement: FAR clauses 52.212-4, 52.212-4 Alt 1, and 52.212-5 are incorporated by reference. In addition, pursuant to 52.212-5 the following clauses are incorporated to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.247-34, FOB Destination; The following clauses are also incorporated by reference: 52.204-2 Security Requirements; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend Term of the Contract; 52.227-14 Rights in Data - General; 52.237-3 Continuity of Services. The full text of FAR clause incorporated by reference may be accessed electronically at this address: http://acquisition.gov/comp/far/index.html. The following Department of Homeland Security Acquisition Regulation (HSAR) Clauses are also incorporated: 3052.204-71 Contractor Employee Access; 3052.209-70 Prohibition on Contracts with Expatriates will be incorporated in full text in the resulting contract; 3052.209-72, Organizational Conflicts of Interest; 3052.209-73, Limitation of Future Contracting; 3052.215-70, Key Personnel or Facilities; 3052.242-71, Dissemination of Contract Information; 3052-242-72, Contracting Officer's Technical Representative. The full text of HSAR clauses may be accessed electronically at this address: http://farsite.hill.af.mil/VFHSAR1.htm. IV. Instructions to Offerors - offers shall consist of the following: A. A cover letter that (a) identifies the solicitation number; (b) the time specified for receipt of offers; (c) the name, address, and telephone number of the offeror; (d) remit to address, if different than mailing address; (e) acknowledgement of solicitation and amendments (if applicable); (f) assertion of the offeror's acceptance of the terms and conditions contained in the solicitation, including the terms and conditions outlined in the draft DD254 prepared for this procurement; (g) offeror's Tax Identification Number, Dun & Bradstreet Number, and CAGE Code. In order to obtain a copy of the draft DD254 the offeror shall send an email to John Nash at john.nash@dhs.gov requesting a copy by 7/31/07 at 10:00 a.m. EST. Upon receipt of the request Mr. Nash will forward a copy of the DD254 to the offeror in a return email. B. A completed pricing schedule identifying the proposed unit price and total price for each of the CLINS listed in the Pricing Schedule, Section I of this document. Prices shall be proposed for CLINS 0001 and 0101 on a firm-fixed-price basis. The Government anticipates that the level of effort required to fulfill the requirements of CLIN 0001 will total approximately 2,030 hours and the level of effort required to fulfill the requirements of CLIN 0101 will total approximately 2,030 hours. Prices shall be proposed for CLINS 0002 and 0102 on a labor-hour basis. The Government anticipates that the level of effort required to fulfill the requirements of CLIN 0002 will total 960 hours and the level of effort required to fulfill the requirements of CLIN 0102 will total 960 hours. C. A technical proposal no longer than 10 pages excluding resumes, commitment letters, past performance surveys, and representations and certifications. The technical proposal shall be prepared with 12 point, Times New Roman font, single line spacing, 1-inch margins, and 8-1/2x11-inch paper. Tables, figures, and graphs may use Arial, 10-point font, single-spaced. The technical proposal shall contain Personnel Qualifications, Technical Capability and Approach, and Past Performance sections as described below: i. Personnel Qualifications - The offeror shall identify the positions, roles, responsibilities, and the experience and qualifications for up to two key personnel relative to the tasks specified in the SOW. Resumes not longer than two (2) pages each shall be provided for each person. Each resume shall contain the following information: a. Job Title: Current and Planned Job Title. b. Labor Category: The individual's labor category. c. Company: Current company affiliation and location. d. Education: Degree(s), School, Location of School, Major, and Year of Graduation. e. Professional Experience/Qualifications: Brief summary of experience and training. f. Security Clearance: Current security clearance. If subcontractor or personnel employed by other than the Offeror are proposed, the government will only consider those qualifications if a firm commitment is demonstrated with the firm by which they are employed or with the individuals identified. Commitment letters shall be provided with the offer. ii. Technical Capability and Approach - The offeror shall describe its ability to fulfill the Statement of Work, including possession of required clearances, and demonstrate its understanding of the required tasks and approach to fulfilling them. If subcontractors are proposed the offeror shall describe how their participation will be managed. iii. Past Performance: The offeror shall identify three contracts/agreements as references, either on-going or completed not more than 5 years ago, that demonstrate past performance relevant to the solicitation requirements with contact number, brief description of services/supplies, name, telephone number, and email address of a person responsible for administering the contracts/agreements. The offeror shall forward a past performance questionnaire to the three references and request that the completed questionnaire be emailed directly to John Nash at john.nash@dhs.gov by 7/31/07 at 10:00 a.m. EST. In order to obtain a copy of the questionnaire the offeror shall send an email to Mr. Nash requesting a copy. Upon receipt of the request Mr. Nash will forward a copy of the questionnaire to the offeror in a return email. D. Representations and Certifications. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, the offeror shall complete only paragraph (j) of provision 52.212-3 Offeror Representations and Certifications - Commercial Items and submit this completed paragraph with its proposal. If the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision and submit these completed paragraphs with its proposal. V. Evaluation A. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined to be necessary. B. 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 technical factors shall be used to evaluate offers: 1. Personnel Qualifications: Key person(s) possesses training in both accounting, finance, business, and the physical sciences and has relevant experience providing acquisition and finance support for a science based federal government program. 2. Technical Capability and Approach: Demonstrated ability to fulfill the Statement of Work requirements, an understanding of the required tasks, and an approach to successfully fulfilling them. 3. Past Performance: Demonstrated ability to provide the same or similar services. C. Price will be evaluated in accordance with FAR 15.404-1(b), Price Analysis. Funding in the amount of $5,000 annually has been budgeted for travel under this requirement. Accordingly, $5,000 will be added to the total evaluated price for the Base Year and $5,000 will be added to the total evaluated price for the Option Year. D. Personnel Qualifications is the most important factor. E. Technical Capability and Approach and Past Performance are approximately equal in importance. F. All evaluation factors other than price, when combined, are significantly more important than price. Price will become a more significant factor in determining best value as offers become more equivalent in terms of technical merit. G. 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). H. A written notice of award or acceptance of an offer mailed 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. I. Questions about the solicitation shall be submitted via email by 7/31/07 at 10:00 a.m. EST to John Nash at john.nash@dhs.gov. J. Proposals shall be submitted via email by 8/3/07 at 10:00 a.m. EST to John Nash at john.nash@dhs.gov. Late submissions will not be considered.
 
Place of Performance
Address: Primary Place of Performance:, 1120 Vermont Ave., Washington, DC
Zip Code: 20005
Country: UNITED STATES
 
Record
SN01353033-W 20070728/070726220628 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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