Payment Card Industry Data Security Standards Services
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in the notice. FAR Par... 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in the notice. FAR Part 13 applies. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The synopsis/solicitation reference number is 140P2119R0023 and is being issued as a Request for Proposal (RFP). 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, Effective 20 December 2018 and the Department of the Interior Acquisition Regulation System (DIAR). 4. This procurement is set aside as unrestricted under NAICS code 522320 "Financial Transactions Processing Reserve and Clearinghouse Activities" with a size standard of $38.5M. The Government anticipates award of one firm fixed price contract. 5. The National Park Service is seeking a Qualified Security Assessor (QSA), Payment Application Qualified Security Assessor (PA-QSA) and Approved Scanning Vendor (ASV) with extensive PCI assessment experience to assist the Recreation Fee program in providing the following services: a. PCI Security Standards policy guidance b. PCI DSS scope reduction practices guidance c. National Park Service Cardholder Data Environment (CDE) d. Self-assessment questionnaires (SAQ) for each Merchant ID e. Attestation of Compliance (AOC) f. PCI SCC level 1 penetration testing g. PCI SCC vulnerability scans 6. The attached Scope of Work contains complete information about the services required. 7. The firm fixed price and performance schedule applicable to this contract is as follows: CONTRACT LINE ITEM NUMBER (CLIN) CONTRACT LINE ITEM TITLE QUANTITY UNIT UNIT PRICE TOTAL PRICE 1 BASE PERIOD (05/20/2019-05/19/2020) 1 LS $ $ TOTAL BASE PRICE (CLIN 1) ------------------------------------ $ 2 OPTION PERIOD ONE (05/20/2020-05/19/2021) 1 LS $ $ 3 OPTION PERIOD TWO (05/20/2021-05/19/2022) 1 LS $ $ 4 OPTION PERIOD THREE (05/20/2022-05/19/2023) 1 LS $ $ 5 OPTION PERIOD FOUR (05/20/2023-05/19/2024) 1 LS $ $ TOTAL PRICE FOR ALL OPTIONS (CLINs 2 through 5) $ TOTAL PROPOSED PRICE - BASE PLUS ALL OPTIONS (CLINs 1 through 5) $ 8. FAR Clause 52.212-1 Instructions to Offerors - Commercial Items (OCT 2018) applies to this solicitation and is incorporated by reference. a. Addendum to 52.212-1 Instructions to Offerors - Commercial Items (OCT 2018) i. Addendum 1.0: Submission Instructions Specific to this Solicitation 1. Respondents to this solicitation shall submit proposals to the following address no later than the date and time specified in this solicitation: Electronic Commerce (E-mail): Paula Johnson, Contracting Officer Paula_Johnson@nps.gov 2. The proposal size is limited to 20 MB or less. Offerors are encouraged to review the timeliness submission requirements for electronic commerce in FAR 52.212-1(f). 3. Respondents shall submit a proposal that fully addresses all evaluation factors described in FAR Clause 52.212-2. The proposal shall be organized and submitted as follows: a. VOLUME I i. Non-Price Factors 1. Factor 1: Technical Approach a. The offeror shall provide a detailed description of its overall technical approach for providing the required Payment Card Industry Data Security Standards (PCI-DSS) services required under each task. A proposed schedule, including vulnerability scanning, for the base period of the contract is requested to demonstrate the offeror's understanding of all required deliverables. 2. Factor 2: Qualifications and Experience a. The offeror shall demonstrate its ability to provide a qualified security assessor (QSA) and payment application qualified security assessor (PA-QSA). Additionally, each offeror shall provide demonstrated experience for a minimum of three (3) and a maximum of five (5) contract efforts of similar size and scope performed within the last five (5) years. For each relevant contract effort, offerors shall identify the customer, contract number, period of performance, description of work, value and relevance to this requirement. 3. Factor 3: Past Performance a. The offeror shall complete the Past Performance Questionnaire included in the attachments for up to three (3) substantially efforts performed by the prime contractor with in the last (5) five years which are proposed to be similar scope, magnitude of effort, and complexities. The submitted projects may be the same projects submitted under Factor 2 or the offeror may elect to include different projects for the Factor 3 submission. Completed Past Performance Questionnaires shall be included in the offerors' proposal. b. VOLUME II i. Acknowledgement of all amendments using one of the methods set forth in Block 11 of the SF 30 or as otherwise stated in the amendment if an SF30 is not used ii. Price iii. A completed copy of the provision at 52.212-3 Offeror Representations and Certifications - Commercial Items (OCT 2018) iv. Submitted offers must be valid for a minimum of 90 days from the provided response date c. Page Limitations i. The Volume I submission, inclusive of cover letters, pictures and charts, shall not exceed 25 pages. Title pages, dividers and table of contents shall not be counted in the 25 page limitation. Any information provided beyond this limit will not be evaluated. ii. There is no page limitation for the Volume II submission. iii. Page size shall be 8.5 x 11 inches. Fonts shall be readable and a minimum size of 10 point font is recommended for use. ii. Addendum 2.0: Additional Provisions Incorporated by Reference 1. 52.225-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. 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://www.acquisition.gov PROVISIONS INCORPORATED BY REFERENCE 52.203-18 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements - Representation JAN 2017 52.204-7 System for Award Management OCT 2018 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation NOV 2015 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certification AUG 2018 iii. Addendum 3.0: Additional Provisions Incorporated in Full Text 1. 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management which can be accessed via https://www.sam.gov (see 52.204-7). (End of provision) 2. 52.333-2 SERVICE OF PROTEST DEPARTMENT OF THE INTERIOR (JUL 1996) (DEVIATION) (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 NPS, WASO - WCP Contracting, Attn: Paula Johnson, Contracting Officer, P.O. Box 25287, MS WCP. Denver, CO 80225. A courtesy copy shall be sent via electronic commerce (e-mail) to Paula_Johnson@nps.gov. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (c) A copy of the protest served on the Contracting Officer shall be simultaneously furnished by the protester to the Department of the Interior Assistant Solicitor, Acquisitions and Intellectual Property, 1849 C Street, NW., Room 6511, Washington, DC 20240. (End of Provision) 3. 1415.215-71 USE AND DISCLOSURE OF PROPOSAL INFORMATION - DEPARTMENT OF THE INTERIOR (APR 1984) (a) Definitions. For the purposes of this provision and the Freedom of Information Act (5 U.S.C. 552), the following terms shall have the meaning set forth below: (1) "Trade Secret" means an unpatented, secret, commercially valuable plan, appliance, formula, or process, which is used for making, preparing, compounding, treating or processing articles or materials which are trade commodities. (2) "Confidential commercial or financial information" means any business information (other than trade secrets) which is exempt from the mandatory disclosure requirement of the Freedom of Information Act, 5 U.S.C. 552. Exemptions from mandatory disclosure which may be applicable to business information contained in proposals include exemption (4), which covers "commercial and financial information obtained from a person and privileged or confidential," and exemption (9), which covers "geological and geophysical information, including maps, concerning wells." (b) If the offeror, or its subcontractor(s), believes that the proposal contains trade secrets or confidential commercial or financial information exempt from disclosure under the Freedom of Information Act, (5 U.S.C. 552), the cover page of each copy of the proposal shall be marked with the following legend: "The information specifically identified on pages ______ of this proposal constitutes trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act. The offeror requests that this information not be disclosed to the public, except as may be required by law. The offeror also requests that this information not be used in whole or part by the government for any purpose other than to evaluate the proposal, except that if a contract is awarded to the offeror as a result of or in connection with the submission of the proposal, the Government shall have the right to use the information to the extent provided in the contract." (c) The offeror shall also specifically identify trade secret information and confidential commercial and financial information on the pages of the proposal on which it appears and shall mark each such page with the following legend: "This page contains trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act and which is subject to the legend contained on the cover page of this proposal." (d) Information in a proposal identified by an offeror as trade secret information or confidential commercial and financial information shall be used by the Government only for the purpose of evaluating the proposal, except that (i) if a contract is awarded to the offeror as a result of or in connection with submission of the proposal, the Government shall have the right to use the information as provided in the contract, and (ii) if the same information is obtained from another source without restriction it may be used without restriction. (e) If a request under the Freedom of Information Act seeks access to information in a proposal identified as trade secret information or confidential commercial and financial information, full consideration will be given to the offeror's view that the information constitutes trade secrets or confidential commercial or financial information. The offeror will also be promptly notified of the request and given an opportunity to provide additional evidence and argument in support of its position, unless administratively unfeasible to do so. If it is determined that information claimed by the offeror to be trade secret information or confidential commercial or financial information is not exempt from disclosure under the Freedom of Information Act, the offeror will be notified of this determination prior to disclosure of the information. (f) The Government assumes no liability for the disclosure or use of information contained in a proposal if not marked in accordance with paragraphs (b) and (c) of this provision. If a request under the Freedom of Information Act is made for information in a proposal not marked in accordance with paragraphs (b) and (c) of this provision, the offeror concerned shall be promptly notified of the request and given an opportunity to provide its position to the Government. However, failure of an offeror to mark information contained in a proposal as trade secret information or confidential commercial or financial information will be treated by the Government as evidence that the information is not exempt from disclosure under the Freedom of Information Act, absent a showing that the failure to mark was due to unusual or extenuating circumstances, such as a showing that the offeror had intended to mark, but that markings were omitted from the offeror's proposal due to clerical error. (End of provision) 9. FAR Provision 52.212-2 Evaluation - Commercial Items (OCT 2014) applies to this solicitation and is incorporated in full text as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, listed in descending order of importance, shall be used to evaluate offers: 1. Non-Price Factors a. Factor 1: Technical Approach i. The offeror's proposed technical approach will be evaluated as to the extent it demonstrates a clear understanding of the scope of work required for the project, along with a proposed schedule that will ensure achievement of task objectives. b. Factor 2: Qualifications and Experience i. The offeror shall demonstrate its ability to provide a qualified security assessor (QSA) The offeror's qualifications will be evaluated upon its ability to provide a qualified security assessor (QSA) and payment application qualified security assessor (PA-QSA). Offerors that demonstrate the organizational capability, resources and prior experience for providing similar services will be more favorably rated. Offerors that do not demonstrate the organizational capability, resources and prior experience for providing similar services will be less favorably rated. c. Factor 3: Past Performance i. Past performance will be evaluated in terms of overall relevancy to this project and in terms of overall level of confidence in the firms' ability to successfully execute and complete this project supported by the indicated past performance. Offerors demonstrating a higher level of successful past performance in the evaluated areas will be more favorably rated. Offerors demonstrating a lower level of successful past performance in evaluated areas will be less favorably rated. In the case of an offeror without a record of relevant, recent past performance or for whom information on past performance is not available, the offeror will be evaluated neither favorably nor unfavorably. 2. Price (No rating assigned) All non-price factors are of listed in descending order of importance . All evaluation factors, other than cost or price, when combined are more important than cost or price. (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. (End of provision) 10. Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications - Commercial Items (OCT 2018) with its offer. 11. FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2018) applies to this solicitation and is incorporated by reference. a. Addendum 1.0: Additional Clauses Incorporated by Reference i. 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: http://www.acquisition.gov CLAUSES INCORPORATED BY REFERENCE 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 b. Addendum 2.0 Additional Clauses Incorporated by Full Text i. 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 30 days for the current completion date. (End of clause) ii. 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 days; 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 five years, six months. (End of clause) c. Addendum 3.0 Department of the Interior Local Clauses i. 1452.201-70 AUTHORITIES AND DELEGATIONS (SEPT 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause) ii. ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: An invoice in accordance with the clause at FAR 52.212-4(g) Invoice, containing the elements identified at (1) (i) through (x). The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Template) iii. NOTICE TO CONTRACTORS - CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (DEC 2015) FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. We request that you furnish the Contracting Officer (CO) with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official (AO). Information in the report must be protected as source selection sensitive information not releasable to the public. When your Contractor Representative(s) are registered in CPARS, they will receive an automatically generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at https://www.cpars.gov/. Within 60 days after the end of a performance period, the AO will complete an interim or final past performance evaluation, and the report will be accessible at https://www.cpars.gov/. Contractor Representatives may then provide comments in response to the evaluation, or return the evaluation without comment. Your comments should focus on objective facts in the AO's narrative and should provide your views on the causes and ramifications of the assessed performance. All information provided should be reviewed for accuracy prior to submission. If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating "No comment" in the space provided, and then selecting "Accept the Ratings and Close the Evaluation". Your response is due within 60 calendar days after receipt of the CPAR. On day 15, the evaluation will become available in PPIRS-RC marked as "Pending" with or without comments and whether or not it has been closed. If you do not sign and submit the CPAR within 60 days, it will automatically be returned to the Government and will be annotated: "The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment." The following guidelines apply concerning your use of the past performance evaluation. Protect the evaluation as source selection information. After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the CO for instructions. Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control. Prohibit the use of or reference to evaluation data for advertising, promotional material, pre-award surveys, responsibility determinations, production readiness reviews, or other similar purposes. If you wish to discuss a past performance evaluation, you should request a meeting in writing to the CO no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 60-day review period. A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. (End of Notice) 12. FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (JAN 2019) applies to this acquisition as follows: The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this con...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »