Aircraft Ground Power Units
Requirement Title: Aircraft ground power Solicitation Number: F3NT331076AW01 Solicitation Issue Date: Friday 24 June 2021 Central European Summer Time (CEST) Response Deadline: 1400 (2PM) Monday 12 Ju... Requirement Title: Aircraft ground power Solicitation Number: F3NT331076AW01 Solicitation Issue Date: Friday 24 June 2021 Central European Summer Time (CEST) Response Deadline: 1400 (2PM) Monday 12 July 2021 CEST Point(s) of Contact: Primary: Anna Gnatowska; anna.gnatowska.de@us.af.mil Alternate: Daira Rodriguez; daira.rodriguez@us.af.mil General Information This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ) under FAR 13.5. This solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular 2021-05 3-10-2021 Defense Federal Acquisition Regulation Public Notice 05-20-2021 Air Force Federal Acquisition Circular 2019-1001 Due to the overseas location of this requirement, no set-aside will be used in accordance with FAR 19.000(b). The North American Industry Size Classification System (NAICS) code associated with this requirement is 336411. Requirement Information Description: Specifications for Aircraft Ground Power Units: • Provides aircraft power exclusively through rechargeable batteries without diesel or gasoline generators • Compliant with MIL-STD-704F • Operates at or below 65 decibels • Zero operating emissions • Battery capacity of 150 kW/h or more • Input: 3-phase at 400 volts/50 hertz • On-board battery charger(s) rated to 50 kW or more (combined rate if multiple chargers on-board) • Output: 3-phase at 115 volts/400 hertz rated to 90 kVA • Protection class IP55 or better • Portable via towing by light-duty vehicle (12,500 lbs or less) • Towbar with 40mm towing ring • In-person or virtual training and certification for the operating personnel and maintenance actions upon delivery of the first ground power unit • Operating and maintenance instructions in English Contractor must accept GPC (Government Purchase Card – MasterCard) as payment to be eligible for contact award. You must validate when submitting your quotation that you accept GPC as payment for potential future maintenance actions. If re-selling equipment from another vendor, quoter must provide validation that they are an authorized re-seller of that equipment. If it is determined that the quoter is not an authorized re-seller of equipment they are quoting, the quotation may be summarily rejected and, in the event that occurs, the quoter may not be provided the opportunity to re-quote. Contractor must provide warranty terms and conditions Place of Delivery/Performance/Acceptance/FOB Point: 721st Aircraft Maintenance Squadron Ramstein Air Base, Germany (AMC) FOB: Destination Delivery must be before 1 September 2021. Line Item Description Quantity Unit Unit Price Extended Price 0001 Aircraft Ground Power Unit as described in the requirements information 4 EA 0002 Training (could be separately priced or included with the price of CLIN 0001) Total Instructions to Offerors FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: Quoted amounts need to be net prices without tax Quoted prices may be in United States Dollar (USD) or Euro Only. The Government reserves the right to award on an "All or None" basis The Government reserves the right to reject quotes that are not received by the response deadline. Provide Quote Expiration Date, Best Delivery Date, and any Discount Terms Quotes, attachments, and all other correspondence as listed in this solicitation must be emailed to both points of contact (POCs) All questions are to be submitted via email by 30 June 2021, 1400 (2PM) CEST; the Government reserves the right to not answer any questions submitted after this date and time Quotes are required to be valid until 30 September 2021 Quote shall be against the requirements above The technical response shall be no more than 5 pages (single sided) max, times new roman no smaller than font size 12, with 1” margins. Any pages beyond, or outside of these requirements, will not be reviewed. -52.212-1 is revised that only the email inboxes of the POCs are the only means for receipt of quotations and no other method will be accepted. The Government reserves the right to reject quotations if they are not received in the email inboxes of the identified POCs by the required due date and time. -vendors shall submit all required attachments listed at the end of this combined synopsis/solicitation. Those filled out attachments will not count toward any page count for quotation submittal. Evaluation Criteria FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein: 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. Award shall be based on all or none and best value to the government. The government may award without interchanges; however, the Government reserves the right to conduct interchanges if deemed in the Government's best interest. Quotes will be evaluated on price and offeror's ability to meet the delivery date and specification requirements of this combined synopsis/solicitation. Only new equipment will be accepted. Re- manufactured or grey market items will not be accepted. All items must include a manufacturer's warranty and be stated in their quote. Per 13.106-3, the CO must determine the price fair and reasonable. Clauses and Provisions FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications posted at FAR 52.212-3 have been entered or updated electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal in the last 12 months, and are current, accurate, complete, and applicable to this solicitation. Alternatively, if the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision and include a completed copy with its offer. The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following provisions and clauses are hereby included by reference: FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition; 52.202-1 Definitions (Nov 2013) 2020-06 52.203-3 Gratuities (Apr 1984) 1984-04 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 2020-06 Alt I Alternate I to 52.203-6 1995-10 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal and Improper Activity 2014-05 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 2020-06 52.203-19 Prohibition on Requiring Certain Internal confidentiality Agreements or Statements 2017-01 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 2011-05 52.204-7 System for Award Management 2018-10 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 2020-06 52.204-13 System for Award Management Maintenance 2018-10 52.204-16 Commercial and Government Entity Code Reporting 2020-08 52.204-18 Commercial and Government Entity Code Maintenance 2016-07 52.204-19 Incorporation by Reference of Representations and Certifications 2014-12 52.204-22 Alternative Line Item Proposal 2017-01 4.1008 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 2018-07 4.2004 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 2020-08 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 2015-10 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 2015-11 52.211-17 Delivery of Excess Quantities 1989-09 52.212-1 Instructions to Offerors -- Commercial Items 2020-06 52.222-26 Equal Opportunity 2016-09 52.222-29 Notification of Visa Denial 2015-04 52.222-50 Combating Trafficking in Persons 2020-10 Alt I 52.222-50 Alt I 2015-03 52.223-5 Pollution Prevention and Right-to-Know Information 2011-05 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 2020-06 52.225-13 Restrictions on Certain Foreign Purchases 2021-02 52.229-6 Taxes -- Foreign Fixed-Price Contracts 2013-02 52.229-11 Tax on Certain Foreign Procurements—Notice and Representation 2020-06 52.232-17 Interest 2014-05 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management 2018-10 52.232-39 Unenforceability of Unauthorized Obligations 2013-06 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 2013-12 52.233-1 Disputes 2014-05 52.233-3 Protest After Award 1996-08 52.233-4 Applicable Law for Breach of Contract Claim 2004-10 52.242-13 Bankruptcy. 1995-07 52.246-2 Inspection of Supplies -- Fixed-Price. 1996-08 52.246-16 Responsibility for Supplies. 1984-04 52.247-34 F.o.b. – Destination. 1991-11 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 2011-09 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 252.203-7005 Representation Relating to Compensation of Former DoD Officials 2011-11 252.204-7003 Control of Government Personnel Work Product. 1992-04 252.204-7015 Notice of Authorized Disclosure of Information for litigation support 2016-05 252.204-7016 Covered Defense Telecommunications Equipment or Services 2021-01 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 2021-01 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 2021-01 252.208-7000 Intent to Furnish Precious Metals as Government-Furnished Material. 1991-12 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a country that is a state sponsor of terrorism 2015-10 252.211-7003 Item Unique Identification and Valuation. 2016-03 252.213-7000 Notice to Prospective Suppliers on the use of past performance information retrieval system - statistical reporting in past performance evaluations 2018-03 252.215-7013 Supplies and services provided by nontraditional defense contractors 2018-01 252.222-7999 Combating Race and Sex Stereotyping - Revision 1 2021-01 252.223-7006 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic and Hazardous Materials. 2014-09 252.223-7008 252.223-7008 Prohibition of Hexavalent Chromium. 2013-06 252.225-7005 252.225-7005 Identification of Expenditures in the United States. 2005-06 252.225-7012 252.225-7012 Preference for Certain Domestic Commodities. 2017-12 252.225-7041 Correspondence in English. 1997-06 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States 2015-06 252.225-7048 Export-Controlled Items. 2013-06 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (Deviation 2020-O0005) 2020-02 252.229-7002 Customs Exemptions (Germany). 1997-06 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 252.232-7006 Wide Area WorkFlow Payment Instructions. 2018-12 252.232-7008 Assignment of Claims (Overseas). 1997-06 252.232-7010 Levies on Contract Payments. 2006-12 252.232-7017 Accelerating Payments to Small Business Subcontractors - Prohibition on Fees and Consideration 2020-04 252.233-7001 Choice of Law (Overseas). 1997-06 252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation. 2021-04 252.243-7001 Pricing of Contract Modifications. 1991-12 252.243-7002 Requests for Equitable Adjustment. 2012-12 252.244-7000 Subcontracts for Commercial Items. 2020-10 252.244-7001 Alternate I Contractor Purchasing System Administration. 2014-05 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System. 2016-08 252.246-7008 Sources of Electronic Parts 2018-05 252.247-7023 Transportation of Supplies by Sea. 2019-02 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 2019-10 5352.223-9001 Health and Safety on Government Installations 2019-10 The following provisions and clauses are hereby included by full text: 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) (a) Definitions. As used in this clause– Covered contractor information system means an information system that is owned or operated by a contractor that processes, stores, or transmits Federal contract information. Federal contract information means information, not intended for public release, that is provided by or generated for the Government under a contract to develop or deliver a product or service to the Government, but not including information provided by the Government to the public (such as on public websites) or simple transactional information, such as necessary to process payments. Information means any communication or representation of knowledge such as facts, data, or opinions, in any medium or form, including textual, numerical, graphic, cartographic, narrative, or audiovisual (Committee on National Security Systems Instruction (CNSSI) 4009). Information system means a discrete set of information resources organized for the collection, processing, maintenance, use, sharing, dissemination, or disposition of information (44 U.S.C. 3502). Safeguarding means measures or controls that are prescribed to protect information systems. (b) Safeguarding requirements and procedures. (1) The Contractor shall apply the following basic safeguarding requirements and procedures to protect covered contractor information systems. Requirements and procedures for basic safeguarding of covered contractor information systems shall include, at a minimum, the following security controls: (i) Limit information system access to authorized users, processes acting on behalf of authorized users, or devices (including other information systems). (ii) Limit information system access to the types of transactions and functions that authorized users are permitted to execute. (iii) Verify and control/limit connections to and use of external information systems. (iv) Control information posted or processed on publicly accessible information systems. (v) Identify information system users, processes acting on behalf of users, or devices. (vi) Authenticate (or verify) the identities of those users, processes, or devices, as a prerequisite to allowing access to organizational information systems. (vii) Sanitize or destroy information system media containing Federal Contract Information before disposal or release for reuse. (viii) Limit physical access to organizational information systems, equipment, and the respective operating environments to authorized individuals. (ix) Escort visitors and monitor visitor activity; maintain audit logs of physical access; and control and manage physical access devices. (x) Monitor, control, and protect organizational communications (i.e., information transmitted or received by organizational information systems) at the external boundaries and key internal boundaries of the information systems. (xi) Implement subnetworks for publicly accessible system components that are physically or logically separated from internal networks. (xii) Identify, report, and correct information and information system flaws in a timely manner. (xiii) Provide protection from malicious code at appropriate locations within organizational information systems. (xiv) Update malicious code protection mechanisms when new releases are available. (xv) Perform periodic scans of the information system and real-time scans of files from external sources as files are downloaded, opened, or executed. (2) Other requirements. This clause does not relieve the Contractor of any other specific safeguarding requirements specified by Federal agencies and departments relating to covered contractor information systems generally or other Federal safeguarding requirements for controlled unclassified information (CUI) as established by Executive Order 13556. (c) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (c), in subcontracts under this contract (including subcontracts for the acquisition of commercial items, other than commercially available off-the-shelf items), in which the subcontractor may have Federal contract information residing in or transiting through its information system. (End of clause) 52.222-19 CHILD LABOR—COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (JUL 2020) (a) Applicability. This clause does not apply to the extent that the Contractor is supplying end products mined, produced, or manufactured in— (1) Israel, and the anticipated value of the acquisition is $50,000 or more; (2) Mexico, and the anticipated value of the acquisition is $83,099 or more; or (3) Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada, Croatia, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova, Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or the United Kingdom and the anticipated value of the acquisition is $182,000 or more. (b) Cooperation with Authorities. To enforce the laws prohibiting the manufacture or importation of products mined, produced, or manufactured by forced or indentured child labor, authorized officials may need to conduct investigations to determine whether forced or indentured child labor was used to mine, produce, or manufacture any product furnished under this contract. If the solicitation includes the provision 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products, or the equivalent at 52.212-3(i), the Contractor agrees to cooperate fully with authorized officials of the contracting agency, the Department of the Treasury, or the Department of Justice by providing reasonable access to records, documents, persons, or premises upon reasonable request by the authorized officials. (c) Violations. The Government may impose remedies set forth in paragraph (d) for the following violations: (1) The Contractor has submitted a false certification regarding knowledge of the use of forced or indentured child labor for listed end products. (2) The Contractor has failed to cooperate, if required, in accordance with paragraph (b) of this clause, with an investigation of the use of forced or indentured child labor by an Inspector General, Attorney General, or the Secretary of the Treasury. (3) The Contractor uses forced or indentured child labor in its mining, production, or manufacturing processes. (4) The Contractor has furnished under the contract end products or components that have been mined, produced, or manufactured wholly or in part by forced or indentured child labor. (The Government will not pursue remedies at paragraph (d)(2) or paragraph (d)(3) of this clause unless sufficient evidence indicates that the Contractor knew of the violation.) (d) Remedies. (1) The Contracting Officer may terminate the contract. (2) The suspending official may suspend the Contractor in accordance with procedures in FAR Subpart 9.4. (3) The debarring official may debar the Contractor for a period not to exceed 3 years in accordance with the procedures in FAR Subpart 9.4. (End of clause) 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) (a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities. (b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of the threshold specified in Federal Acquisition Regulation (FAR) 22.1408(a) on the date of subcontract award, unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings. (End of clause) 52.225-17 Evaluation of Foreign Currency Offers.(Feb 2000) If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using the exchange rate posted at https://www.fiscal.treasury.gov/reports-statements/treasury-reporting-rates-exchange/current.html. The Government will use the rate current as published on the site when quotes are due to convert prices for price comparison purposes only. in effect as follows: (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (b) For acquisitions conducted using negotiation procedures- (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions. (End of provision) 52.233-2 Service of Protest (Sept 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from daira.rodriguez@us.af.mil (b) The copy of any protest shall be received in the office designated above within oneday of filing a protest with the GAO. (End of provision) 52.252-1, Solicitation Provisions Incorporated by Reference 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): https://www.acquisition.gov/ 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): https://www.acquisition.gov/ 52.252-6, Authorized Deviations in Clauses (Apr 1984) 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. The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 5352.201-9101 OMBUDSMAN (Jun 2016) 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 quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. 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). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman. Primary: Mr. Eric Symanski AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: eric.symanski@us.af.mil Tel: DSN: (314)480-2209 Fax: (49)-6731-47-2025 Alternate: Ms. Heidi Hoehn AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: heidi.hoehn.de@us.af.mil Tel: DSN: (314)480-9330 Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, 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, contractor 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 employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (1) For construction projects send the written request to either 86 CES/SABER (Ramstein projects) or 52 CES/SABER (Spangdahlem projects). (2) For services contracts, send the written request to the Contracting Officer Representative for your contract as designated in writing by the Contracting Officer. SPECIFIC ACCESS REQUIREMENTS FOR CONTRACTS PERFORMED IN GERMANY A. US CITIZENS: 1. US Citizens employed under contract with Technical Expert, Troop Care, Analytical Support, or Military Exigency status, are vetted for performance and base access through DOCPER. Go to the DOCPER Internet site at http://www.per.hqusareur.army.mil/cpd/docper for information not covered below, i.e., AE Reg 715-9 FAQs (Frequently Asked Questions), Informative presentations, and a wealth of other status-related info. (a) In accordance with the Exchange of Notes (dated 27 Mar 98) implementing the Provisions of Articles 72 and 73 of the German Supplementary Agreement (SA) to the North Atlantic Treaty Organization (NATO) Status of Forces Agreement (SOFA), non-German citizens of a NATO member country who perform services on US Government contracts shall not start work in Germany without meeting one of the following criteria: (1) Technical Expert Status accreditation (TESA) (2) Troop Care Status accreditation (TCSA) (3) Analytical Support Status accreditation (ASSA) (4) Military Exigency (ME) via TESA or ASSA (5) TESA/ASSA TDY (6) Exemption from German work permit ("fax back") (7) German work permit or compliance with European Union member nation exchange laws and regulations (8) Certificates of limited tax liability and a German work permit (b) In order to request status under paragraph (a)(1) through (a)(5) above, the contractor shall submit all subcontractor agreements which will be used for the Government's Contract Notification package to DoD Contractor Personnel Office (DOCPER). The contractor shall submit Technical Expert Status Accreditation (TESA)/Troop Care Status Accreditation (TCSA)/Analytical Support Status Accreditation (ASSA) application packages for any employees for which TESA/TCSA/ASSA is sought within three business days of the individual being hired. (c) The applications cited in paragraph (b) above shall be submitted by the contractor, by means of the DOCPER Contractor Online Processing System (DCOPS) through the contracting officer's appointed representative to DOCPER. DOCPER's contact information is available at the DOCPER Internet site http://www.per.hqusareur.army.mil/cpd/docper/GermanyDefault.aspx (d) A 10-week temporary TESA or ASSA may be granted by the US Government for purposes of Military Exigency (ME). ME is granted for time sensitive, mission critical positions for the purpose of permitting individual contract employees, who upon initial review of the application appear to meet the requirements of TESA or ASSA, to begin working in Germany prior to TESA/ASSA accreditation. (e) Current Common Access Card (CAC) procedures: (1) DOCPER issues the DD 1172-2. (2) The Contracting Officer’s Representative at the unit level (QAP/COR), as the Trusted Agent (TA), creates a Contractor Verification System (CVS) account for the contractor employee to enter and complete online personal information. (3) The employee takes a copy of the DD 1172-2 and proof of CVS entry into the database to the pass and identification issuing office to obtain CAC. (f) In addition to the contract clause AFFARS clause 5352.242-9001, CACs for Contractor Personnel, local policy directs the contractor to turn in CACs to the issuing office and provide written/s...
Data sourced from SAM.gov.
View Official Posting »