Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SOLICITATION NOTICE

J -- Kodak Miniloader and Processor Maintenance - Kodak Miniloader & Processor Maintenance

Notice Date
1/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X4A21202AG05_LOVE_2
 
Point of Contact
Anthony R. Love, Phone: 334-953-3532
 
E-Mail Address
Anthony.Love@maxwell.af.mil
(Anthony.Love@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Kodak Miniloader and Processor Maintenance Renewal for Maxwell AFB, Alabama Medical Clinic The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase non-personal services as described in this document. 1. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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. 2. This solicitation document: F2X4A21202AG05 3. This synopsis/solicitation is issued as a request for proposal (RFP). No other solicitation will be submitted. 4. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-55 effective 03 Jan 2012 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20111220. 5. This requirement is for full and open competition. 6. NAICS: 811219 7. Small Business Size Standard: $19 Mil 8. Contract Line Item Numbers (CLINS): CLIN 0001 - Kodak ML2000 Miniloader PoP 23 Jan 2012 - 22 Jan 2013 Maintenance Renewal CLIN 0002 - Kodak Processor Maintenance Renewal 23 Jan 2012 - 22 Jan 2013 CLIN 1001 - Kodak ML2000 Miniloader First Option Period: 23 Jan 2013 - 22 Jan 2014 CLIN 1002 - Kodak Processor First Option Period: 23 Jan 2013 - 22 Jan 2014 CLIN 2001 - Kodak ML2000 Miniloader Second Option Period:23 Jan 2014 - 22 Jan 2015 CLIN 2002 - Kodak Processor Second Option Period: 23 Jan 2014 - 22 Jan 2015 9. DESCRIPTION OF ACQUISITION: Provide Kodak Processor Maintenance Renewal for Kodak ML2000 Miniloader S/N: 6734 and Kodak Processor S/N: 232630 from 23 Jan 2012 - 22 Jan 2013 with two twelve month option periods. (See attached Statement of Work) 10. Period of Performance: 23 Jan 2012 - 22 Jan 2013 with two twelve month option periods. 11. Place of Performance: Maxwell Air Force Base, Alabama 12. The following provisions and clauses apply to this procurement: Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil 12a. REFERENCE: FAR 52.217-5, Evaluation of Options (JUL 1990) FAR 52.204-7, Central Contractor Registration (APR 2008) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010) FAR 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008) FAR 52.222-51, Exemption from Application of the Service Contract to Contracts for Maintenance, Calibration, or Repair of Certain Equipment (NOV 2007) FAR 52.232-33, Payment by Electronic Funds Transfer (OCT 2003) DFARS 252.204-7004, Alt A, Central Contractor Registration (SEP 2007) DFARS 252.232-7003, Electronic Submission of Payment Request (MAR 2008) AFFARS 5352.201-9000, Contractor Access to Air Force Installations (AUG 2007) 12b. FULL TEXT: FAR 52.212-2 - Evaluation -- Commercial Items (JAN 1999): 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: i) Lowest price ii) Technical acceptability (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). (c) 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. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (NOV 2011): An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.252-1, 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/these address(es): http://farsite.hill.af.mil. FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2012), in paragraphs (b) and (c) the following clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) FAR 52.219-28, Post Award Small Business Program Representation (APR 2009) FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26, Equal Opportunity (MAR 2007) FAR 52.225-13, Restrictions on Certain Foreign Purchase (JUN 2008) FAR, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) FAR 52.217-8, Option to Extend Services (NOV 1999): 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 15 days. FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000): (a) The Government may extend the term of this contract by written notice to the Contractor within 30; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 42 months. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (JUN 2005) - (a) Definitions. As used in this clause- (1) "Foreign person" means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) "United States" means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) "United States person" is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it- (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) 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. (2) 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. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) 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 Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision). DFARS 252.212-7001(DEC 2011), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraphs (b) and (c) the following clauses apply: DFARS 252-203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) DFARS 252.237-7010, Prohibition of Interrogation of Detainees by Contractor Personnel (NOV 2010) DFARS 252.247-7023, Transportation of Supplies by Sea (MAY 2002) and Alt III (MAY 2002) AFFARS 5352.201-9101, Ombudsman (APR 2010) - 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 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, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Primary: Mr. David Jones, Deputy Chief, Contracting Division, HQ AETC/A7K; Alternate: Mr. Stephen Smith, Chief, Acquisition Support Branch, HQ AETC/A7KA; Address: 2035 First Street West, Ste 1, Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652 - 7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones@randolph.af.mil, or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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 13. Addendum to 52.212-1, INSTRUCTIONS TO OFFERORS This requirement is solicited as full and open competition procedures of FAR Part 12, Acquisition of Commercial Items. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements of this RFP. Technical acceptability will be based on paragraph 6a of the Statement of Work. Certificates or certifications must be submitted with initial proposals. Failure to submit proof of training will render a proposal as non-responsive. The offeror must submit a signed and dated proposal on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specifications, terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. Interested parties capable of providing the requirement must submit a written proposal to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.CCR.gov or by calling 1-888-227-2423 14. Addendum to 52.212-2, EVALUATION - COMMERCIAL ITEMS Award will be based on lowest price. An offer will be evaluated first on lowest price then on technical acceptability if the offeror accedes to all solicitation requirements. 15. Responses to this notice shall be provided in writing via e-mail to: Anthony R. Love, at Anthony.Love@maxwell.af.mil. All inquiries/responses to this notice must be received by not later than 12:00 P.M. Central Standard Time (CST) on 22 Jan 2012. Email is the preferred method. Points of Contact: Anthony R. Love (334) 953-3532, Fax (334) 953-3527 or Kimberly A. Knott, Phone (334) 953-3518, Fax (334) 953-3527. STATEMENT OF WORK 1. Work consists of furnishing all labor, materials, transportation, and replacement parts to provide preventive maintenance, calibration, and all intervening service calls on one processors and one multi-loader. One processor suitable for mammography and one processor suitable for general radiography docked to one Kodak processor and one Kodak Mini-loader. Included in the contract is service for the previously listed equipment which will incorporate all labor, materials, transportation, and replacement parts to provide preventive maintenance, calibration, and all intervening non-operator maintenance service calls. The equipment will be located in the 42d Medical Group, Building 760, Maxwell AFB, AL for the period of 23 Jan 2012 - 22 Jan 2013. 2. Prior to accomplishing any service work specified in the contract, the contractor will report to the Biomedical Equipment Maintenance work control desk, IN PERSON, for an escort to the site of the equipment. The Biomedical Equipment Maintenance Shop is located in Building 760, Rm 1S05, Maxwell AFB, AL and may be reached at telephone number (334) 953-6814. At the minimum and under no circumstances will a service provider be allowed access to the equipment without first signing in at the Medical Logistics Customer Service Desk and without first acquiring a hospital ID badge. 3. SCHEDULED SERVICE: a. The contractor will provide two (2) preventive maintenance inspections (PMI). The PMI will be performed in the month of October and April of that year. During the PMI visit, the contractor will inspect the total system in accordance with applicable manufacturer's literature. The contractor will coordinate and schedule PMIs to be accomplished within the scheduled month or combined with remedial service prior to that time period when approved by Biomedical Equipment Maintenance. The PMI will be performed during duty hours, 0730 - 1630, Monday through Fridays. b. Preventive maintenance inspections will be performed in accordance with applicable manufacturer's literature and in such a manner as to ensure that all systems listed in the contract are maintained within manufacturer's design and operational specifications. The Preventive Maintenance Inspection will include, but not be limited to: (1) Perform operational check of all systems and correct any deficiencies noted. (2) Verify that the system's internal and external calibrations are within manufacturer's specifications. (3) Clean and lubricate mechanical parts in accordance with applicable manufacturer's service manual. (4) Perform an electrical check out of the instrument and all accessories included in the contract to ensure compliance with manufacturer's specifications and current NFPA 101 guidelines for health care facilities. To include documentation of leakage currents and milliohm check of the power cord. (5) Replace excessively worn or defective parts exclusive of items termed as customer or operator maintenance items; i.e., syringes, valves, probes, etc. (6) Make mechanical adjustments to ensure proper operation. (7) Consult with the equipment operator regarding equipment performance. 4. SERVICE CALLS: a. The contractor will provide maintenance service as required by equipment breakdown. On-site response time for maintenance service calls will be within 24 consecutive clock hours, 5 days per week (Monday through Friday) excluding Government and Company holidays, after initial notification from the contracting officer or an authorized representative. The contractor will identify the person generating the service call on the service report. b. If equipment remains inoperative for a period of more than 96 hours after the contractor receives a service call notice, the contractor shall grant credit to the Government. The credit shall be prorated 1/30 of the monthly rate for each day the equipment is inoperative. The number of inoperative hours shall be adjusted to the nearest whole or half hour. c. Should it be necessary to remove equipment from the facility for servicing, the contractor will provide, at no additional cost to the government, a loaner like item. 5. REPLACEMENT PARTS: a. The contractor will use only new original or like new factory refurbished replacement parts in the performance of this contract. If required replacement parts are not immediately available to the contractor while performing PMIs or service calls, the contractor will notify the Biomedical Equipment Maintenance work controller of the deficiency. Contractor will deliver and install all replacement parts required to complete the inspection within 3 days of PMI or service call visit. b. Any parts that are not covered by contract and that are provided by the U.S. Air Force to the contractor shall be installed by the contractor at no additional charge; i.e., X-ray glassware, such as X-ray tube or vidicon tubes. c. The contractor will not bill for replacement parts unless specifically authorized by the contracting officer. d. Warranty: All repair parts furnished in connection with repair of equipment will be guaranteed against defects in materials and workmanship for a period of 30 calendar days or manufacturer's warranty whichever is greater. There shall be no additional charges for the service to perform maintenance actions previously performed within seven working days of the service call. Contractor's obligation shall be to repair or replace the defective part at no charge to the Government, except for labor costs beyond 7 working days to remove the defective part and install replacement part. 6. TRAINING REQUIREMENTS: a. All contractor representatives performing service under this contract will be factory trained on like equipment to that being serviced. The contractor will provide a copy of training certificates or documentation for all employees performing maintenance. 7. ACCEPTANCE AND INSPECTION: a. At the completion of each PMI or service call, the contractor will provide the Biomedical Equipment Maintenance work controller with a LEGIBLE service report. Failure to provide a service report will result in payments for services being delayed until service report is received by the Biomedical Equipment Maintenance Shop. Service reports will include: (1) Type of service: PMI, Routine, or Emergency Call. (2) A description of all services rendered during the visit. (3) A listing of any discrepancies that may still exist with any item on the contract. (4) The amount of time spent performing duties. (5) If replacement parts are used, a complete list of parts used by part number. Except for exchange parts, replaced parts will be returned to the Biomedical Equipment Maintenance Shop at the completion of required work. The completed service report will be turned into the Biomedical Equipment Maintenance Work controller prior to the contractor departing the 42d Medical Group. a. The NCOIC of Biomedical Equipment Maintenance or his representative may accompany the contractor during performance of all services during and after performance to ensure compliance with manufacturer's literature and the provisions stated in the contract. b. Final inspection and acceptance shall be made by the NCOIC of Biomedical Equipment Maintenance or his representative, 42d Medical Group, Maxwell AFB, AL. c. The contractor will not be responsible for repairs due to acts of God, abuse, or user misuse. Acts of God are defined as fire, floods, water, wind, lighting damages caused by nuclear reaction and nuclear radioactive contamination. The determination of abuse or misuse will be made jointly by the contractor and the NCOIC of Biomedical Equipment Maintenance or his designated representative. 8. ALTERNATE SERVICES: The contractor shall not use subcontractors in the performance of this contact without notifying the Contracting Officer and receiving written permission to subcontract this contract in whole or in part. 9. GOVERNMENT PROVIDED FACILITY Work Areas. The contractor will be able to perform maintenance on the equipment in its present location. The Government will provide heat, light, ventilation, electric current, and outlets for use by contractor's maintenance personnel. These facilities/utilities shall be provided at no charge to the contractor. SECURITY REQUIREMENTS FOR UNCLASSIFIED SERVICES 1. Contractor Notification Responsibilities: The contractor shall notify the 42d Air Base Wing Information Protection Office within 30 days before on-base performance of the service. The notification shall include: a. Name, address, and telephone number of contractor representatives. b. The contract number and contracting agency. c. The reason for the service (i.e., work to be performed). d. The location(s) of service performance and future performance, if known. e. The date service performance begins. f. Any change to information previously provided under this paragraph. 2. Obtaining and Retrieving Identification Media: As prescribed by the AFFAR 5352.242-9000, Contractor access to Air Force installations, the contractor shall comply with the following requirements: a. The contractor shall obtain base identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished identification badges while visiting or performing work on the installation. b. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of contractor employees needing access to the base. The letter will also specify the contractor individual(s) authorized to sign requests for base identification credentials. The contracting officer will endorse the request and forward it to the issuing base pass and registration office for processing. When reporting to the base pass and registration office for issue of military identification credentials for access to the installation, contractor individual(s) will need a valid state or federal issued picture identification. To operate a vehicle on base contractor individual(s) will need to provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate. c. During performance of the service, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. d. Upon completion or termination of the service or expiration of the identification passes, the contractor shall ensure that all base identification passes issued to contractor employees are returned to the issuing office. The issuing office will verify all base identification passes have been returned and/or accounted for. The issuing office will forward a memorandum to the contractor individual authorized to sign request for base identification credentials indicating the badges have been turned in. The DD Form 577 (signature card) for the contractor authorized requestor will be destroyed and the individual will not long be authorized to sign DD Form 1172 (Application for Uniform Services Identification Cards). e. Failure to comply with these requirements may result in withholding of final payment. 3. Pass and Identification Items: The service shall ensure the following pass and identification items required for service performance are obtained for employees: a. DD Form 1172, Application for Uniformed Services Identification Card (AFI 36-3026, Identification Cards For Members of The Uniformed Services, Their Family Members, and Other Eligible Personnel, and AETC Instruction 36-3001, Issue and Control of AETC Civilian Identification (ID) Cards). b. AF Form 1199, USAF Restricted Area Badge, or locally developed badge, if required. c. DoD Common Access Card (CAC), (AFI 36-3026). 4. Computer and Network Access Requirements: Contractor personnel that required access to unclassified government computers and operations systems (Automated Information Systems - AIS) will be designated as AIS-III - Nonsensitive Positions. Contractor personnel must submit a National Agency Check with Inquiries (NACI) and the NACI be favorability adjudicated before operating government furnished computer workstations or systems that have access to Air Force e-mail systems. These investigations shall be submitted by the government at no additional cost to the contractor. The contractor shall comply with the DoD 5200.2-R, Personnel Security Program, and AFI 33-119, Air Force Messaging, requirements. 5. Unescorted Entry to Restricted Areas: Contractor personnel requiring unescorted entry to restricted areas designated by the installation commander shall comply with base access requirements; AFI 31-101, Integrated Defense, DoD 5200.2-R, and AFI 31-501, Personnel Security Program Management, as applicable. Contractor personnel shall be the subject of a favorably adjudicated National Agency Check with Inquiries (NACI) investigation to qualify for unescorted entry to a restricted area. The Air Force shall submit NACI investigations for contractor employees at no additional cost to the contractor. Contractor personnel must contact the unit security manager to obtain the required paperwork for NACI and restricted area badges. 6. Entry Procedures to Controlled/Restricted Areas: The contractor shall comply and implement local base procedures for entry to Air Force controlled and restricted areas. 7. Freedom of Information Act Program (FOIA): The contractor shall comply with DoD Regulation 5400.7-R/Air Force Supplement, DoD Freedom of Information Act Program, requirements. The regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding For Official Use Only (FOUO) material. The contractor shall comply with AFI 33-332, Air Force Privacy Act Program, when collecting and maintaining information protected by the Privacy Act of 1974 authorized by Title 10, United States Code, section 8013. The contractor shall maintain records in accordance Air Force manual (AFMAN) 33-363, Management of Records; and disposed of in accordance with Air Force Records Information Management System (AFRIMS) Records Disposition Schedule (RDS) located at https://www.my.af.mil/gcss-af61a/afrims/afrims/. 8. Reporting Requirements: The contractor shall comply with AFI 71-101, Volume-1, Criminal Investigations, and Volume-2, Protective Service Matters, requirements. Contractor personnel shall report to 42d Air Base Wing Information Protection Office, any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment and as required thereafter. 9. Physical Security: Areas controlled by contractor employees shall comply with base operations plans/instructions for FPCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 10. Internal Operating Instructions: The contractor will adhere to the Air Force activity operating instructions (OI) for internal circulation control, protection of resources, and to regulate entry into Air Force controlled areas during normal, simulated, and actual emergency operations. 11. Key Control: The contractor will adhere to the Air Force activity operating instructions control procedures to ensure keys issued to the contractor by the government are properly safeguarded and not used by unauthorized personnel. The contractor shall not duplicate keys issued by the government. All government issued keys will be turned at the end of employment or contract. Lost keys shall be reported immediately to the Air Force activity that issued the keys. The government replaces lost keys or performs re-keying. The total cost of lost keys, re-keying or lock replacement shall be deducted from the monthly payment due the contractor. 12. Government Authorization: The contractor shall ensure its employees do not allow government issued keys to be used by personnel other than current authorized contractor employees. Contractor employees shall not use keys to open work areas for personnel other than contractor employees engaged in performance of their duties, unless authorized by the government functional area chief. 13. Access Lock Combinations: Access lock combinations are "For Official Use Only" and will be protected from unauthorized personnel. The contractor will adhere to the Air Force activity operating instruction (OI) for ensuring lock combinations are not revealed to unauthorized persons and ensure the procedures are implemented. The contractor is not authorized to record lock combinations without written approval by the government functional director. 14. Security Alarm Access Codes: Security alarm access codes are "For Official Use Only" and will be protected from unauthorized personnel. Security alarm access codes will be given contractors employees who required entry into areas with security alarms. Contractor employees will adhere to the Air Force activity operating instructions and will properly safeguard alarm access codes to prevent unauthorized disclosure. Contractor will not record alarm access codes without written approval by the government functional director. 15. Traffic Laws: The contractor and their employees shall comply with base traffic regulations. 16. Cellular Phone Operation Policy: The use of cellular phones while operating a motorized vehicle is prohibited on Maxwell-Gunter. Although discouraged, drivers are authorized to use devices, i.e. ear bud or ear boom, which allows their cellular phone to be operated hands-free. The device must not cover both ears. This policy applies to everyone driving on Maxwell-Gunter AFB. 17. Security Education and 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. 18. Healthcare: Healthcare provided at the local military treatment facility on an emergency reimbursable basis only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X4A21202AG05_LOVE_2/listing.html)
 
Place of Performance
Address: Maxwell AFB Montgomery, AL, Montgomery, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02653653-W 20120114/120112234531-960062cc0bf748fcb915969a075d2fcc (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  © 1994-2020, Loren Data Corp.