S--Building Automation System Maintenance - Snake Riv
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 announce... 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; quotes are being requested and a written solicitation will not be issued. This solicitation document, number 140R1019Q0052, and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 dated July 12, 2019. This Request for Quotes (RFQ) is issued pursuant to Part 12 and Part 13 of the Federal Acquisition Regulations for full and open competition. Quotes are due 3 p.m. (MDT) on August 14, 2019. The applicable North American Industry Classification System (NAICS) Code is 561210. Reclamation will consider all responsible sources who submit a timely quote that conforms to the solicitation. Prospective offerors may submit quotes electronically to asomerville@usbr.gov 3 p.m. (MDT) on August 14, 2019. Any contractor interested in doing business with the Federal Government must register in the System for Award Management database prior to award of a contract or agreement. SAM is a Federal Government owned and operated FREE website at www.SAM.gov. All invoices for this procurement must be submitted through the Department of Treasury's Internet Payment Platform located at www.IPP.gov. IPP is a Federal Government owned and operated FREE website at www.IPP.gov. The resulting award will be a firm fixed price service purchase order with four (4) 1-year option periods For further information about the requirement, offerors should contact Amanda Somerville @usbr.gov. Bureau of Reclamation Pacific Northwest Region Snake River Area Office Boise, Idaho BUILDING AUTOMATION SERVICE PERFORMANCE WORK STATEMENT 1) BACKGROUND a) The Bureau of Reclamation has a service requirement to operate and maintain the Heating, Ventilation and Cooling System (HVAC) and Security at 230 N. Collins Road, Boise, Idaho 83702. 1) The building is occupied by Bureau of Reclamation and U.S. Geological Survey personnel. b) The Automated Building Management System (ABMS) requires maintenance on the hardware and software. This computerized system operates and maintains the HVAC, security, and access controls. c) The ABMS is a Honeywell EBI R430. A contract is currently in place that will upgrade the current EBI R430 to a Honeywell EBR R500. 2) SCOPE OF WORK a) Contractor shall perform maintenance intervals as determined by equipment, application, location and Honeywell's computer data bank of maintenance experience, and manufacture's specifications. 1) Honeywell provides software and hardware enhancement and support for Customer's Enterprise Building Integrator (EBI) system, which consists of Honeywell Security Manager and Honeywell Building Manager; required updates are sent directly from Honeywell as needed. 2) The contractor shall be authorized to repair, install, or perform work on Honeywell equipment and parts without voiding any regulations, authorizations, or warranties. The contractor shall note on its quote that it has this authorization. b) Contractor shall repair or replace serviceable components, parts and software which have been found to be defective or have failed. Replaced components shall be new or reconditioned components of compatible design as required to maintain the ABMS system. 3) PLACE AND PERIOD OF PERFORMANCE a) It is anticipated the term of the task order (TO) shall take place from October 1, 2019 through September 30, 2020; plus, four (4) additional 12-month option periods. The exercising of such option periods may be made at Reclamation's discretion. b) RECOGNIZED HOLIDAYS. The contractor will not be required to provide service on recognized Federal holidays established by Federal law (5 U.S.C. 6103). A schedule of the recognized holidays can be found at the following website: http://www.opm.gov/Operating_Status_Schedules/fedhol/2019.asp. c) The ABMS controls three (3) buildings from a server located in building 1. 4) CONTRACTOR FURNISHED EQUIPMENT AND MATERIAL a) All necessary equipment, materials, supplies, supervision, and any required items for successful performance of the work required shall be furnished by the contractor. b) All equipment shall be of the size and type customarily used in work of this kind and meet all Honeywell authorizations and warranties. c) The contractor shall ensure that applicable energy-consuming products are energy efficient products (i.e.; ENERGY STARĀ® products or FEMP-designated products) are used during the performance of this TO. 5) SPECIFIC TASKS/SERVICES REQUIRED a) TASK I. The contractor shall maintain the ABMS system within the functional limitations of presently installed hardware and/or software. No remote access to the EBI System or server is allowed. 1) STANDARD. The ABMS system shall operate at a standard meeting or exceeding established industry standards continuously 24 hours a day, seven (7) days week 90% of the time. b) TASK II. The contractor shall provide a total of four (4) hours of on-site training annually. The on-site training shall be dedicated to operating and/or programming issues and proper ongoing operation and improving application of the ABMS. 1) STANDARD. The contractor shall provide training meeting or exceeding established industry standards and characteristics of a successful, quality training session four (4) hours 90% of the time. c) TASK III. The contractor shall provide monthly "Microsoft Hot Fix Matrix" database updates to include a listing of approved Microsoft updates required for the ABMS and EBI systems. No update or database shall cause conflicts with the EBI System database. 1) STANDARD. The contractor shall provide monthly requirements meeting or exceeding established industry standards and characteristics of a successful, quality result for updates 90% of the time. d) TASK IV. The contractor shall provide a minimum of 53 hours of "On-Site Services" every 12-month period of performance over the life of the TO. "On-Site Services" are defined as EBI software and programming support, as well as on-site support for installation of software patches and upgrades. 1) STANDARD. The contractor shall provide "On-Site Services" within one week of request 80% of the time. e) TASK V. The contractor shall respond to emergencies to include, but not limited to: inoperable access controls, no heating or cooling for the building(s) within 24 hours of notification by the COR. THE CONTRACTOR SHALL NOT REPAIR, INSTALL, OR PERFORM WORK THAT WILL RESULT IN A CHANGE IN SPECIFICATIONS, SPECIFICATIONS, TERMS, CONDITIONS, AND/OR WILL RESULT IN ADDITIONAL FUNDING (WITHIN THE SCOPE OF THIS TO) REQUIRED WITHOUT WRITTEN NOTIFICATION FROM THE CONTRACTING OFFICER. 1) STANDARD. The contractor shall respond to emergencies within 24 hours of notification 90% of the time. 6) PERFORMANCE REQUIREMENTS SUMMARY TABLE (PRST) a) The following table summarizes the tasks, the performance standard, monitoring method, and incentives for stated performance standards. Task Description Performance Standard Method of Monitoring Positive and Negative Incentives 5(a) ABMS Maintenance The ABMS system shall operate at a standard meeting or exceeding established industry standards continuously 24 hours a day, seven (7) days week 90% of the time. Periodic Positive Exceptional performance documented. Negative 1.) Rework at contractor's expense. 2.) Deductions in accordance with Section 7 of this PWS. 5(b) On-Site Training The contractor shall provide training meeting or exceeding established industry standards and characteristics of a successful, quality training session four (4) hours 90% of the time. Customer Feedback 5(c) Monthly Database and Updates The contractor shall provide monthly requirements meeting or exceeding established industry standards and characteristics of a successful, quality result for updates 90% of the time. Periodic 5(d) On-Site Services The contractor shall provide "On-Site Services" on time 80% of the time. 100% Inspection 5(e) Emergency Services The contractor shall respond to emergencies within 24 hours of notification 90% of the time. 7) GOVERNMENT REMEDIES a) All work shall be subject to inspection, approval, and acceptance by Reclamation. Reclamation will compare the contractor's performance to industry standards and will not exclude common sense considerations as applied by the COR. The Contracting Officer (CO) will follow the requirements of FAR Clause 52.212-4 for the contractor's failure to correct nonconforming services. 1) Reclamation will consider work incomplete when any one of the following conditions exits: (i) Any tasks are not performed in accordance with performance standards or procedures (ii) Updates conflict with EBI database (iii) Training not complete (iv) Any task not completed 2) If the contactor fails to correct or re-perform unsatisfactory or omitted (annual, quarterly, monthly, and weekly tasks), the Government may seek remedies that may include a deduction in the amount to be paid to the contractor as stated in the PRST. The remedy may include the scheduled full amount for that item or for a portion of the month or other period of time, as appropriate. 3) The contractor shall not include in any invoices any work that is not performed. 8) CONTRACTOR QUALITY CONTROL a) The contractor shall be responsible for the management and quality control actions necessary to meet the quality standards set forth by the TO. 1) At a minimum, to include: (i) the methods for identifying and preventing deficiencies in the quality and timeliness of services performed before the level of performance becomes unacceptable. (ii) an inspection system to cover all required services specifying specify how the contractor will inspect the task activities on a scheduled or unscheduled basis, how frequently the contractor will accomplish the inspections, and the title(s) of the individual(s) who will perform the inspections. (iii) Written or electronic database records of all inspections conducted by the contractor and any necessary corrective actions taken. The records shall be made available to the CO, as requested, during the term of the TO. 2) Reclamation has developed a Quality Assurance Surveillance Plan (QASP) for the services required under this PWS. The primary intent of this plan is to provide the COR a basis for evaluating the quality of performance the contractor provides during the life of the TO. The QASP is not a part of the TO, nor is it intended to duplicate the contractor's established quality control procedures. Reclamation has provided an informational copy of the QASP associated with this PWS; the QASP is a living document that Reclamation can revise or modify, as circumstances warrant. 9) REQUIRED SUBMITTALS a) Submittals from the contractor are required during the term of the PO to ensure quality and safe work under the PO. Required submittals are as follows: RSN Clause Or Section Title Submittals Required Due date or delivery time No. of sets to be sent to: CO COR 1 Insurance - Work on a Government Installation FAR 52.228-05 Written certification that the required insurance has been obtained Within 10 calendar days after award 1 0 2 Liability Insurance DIAR 1452.228-70 Acceptable certificate of liability insurance Within 10 calendar days after award 1 0 3 Section 2(a)(2) of the PWS Authorized Honeywell With their quote 1 0 4 Reclamation Clause WBR 1452.237-80 Names, Vehicle Information of Contractor Employee Performing Services Before Contractor Employee Arrives On-Site 0 1 Solicitation Provisions and Clauses Incorporated by Reference. This solicitation incorporates one or more solicitation provision and clause 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 address: https://www.acquisition.gov/far/ The following provisions and clauses apply to this acquisition, and are incorporated by reference: 52.204-7, System for Award Management (OCT 2018); 52.204-13, System for Award Management Maintenance (OCT 2018); 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); 52.212-1, Instructions to Offerors - Commercial Items (OCT 2018); 52.212-3, Offeror Representations and Certifications-Commercial Items. (OCT 2018); 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2018); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 52.242-15, Stop-Work Order (AUG 1989); 52.217-8, Option to Extend Services. (NOV 1999); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2019) to include: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015), 52.222-3, Convict Labor (JUN 2003), 52.222-17, Nondisplacement of Qualified Workers (MAY 2014), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (SEP 2016), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014), 52.222-41, Service Contract Labor Standards (AUG 2018), 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014), 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015), 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017), 52.222-35, 52.222-50, Combating Trafficking in Persons (JAN 2019),), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), and 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018). The following provisions and clauses apply to this acquisition and are incorporated by full text: DOI-AAAP-0028 v03 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: none. The Contractor shall submit an electronic copy of the IPP invoice to the Contract Specialist at gboyle@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. 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 Clause) DIAR 1452.201-70 Authorities and Delegations. (SEP 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) DIAR 1452.215-71 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) WBR 1452.201-80 Contracting Officer's Representative's Authorities and Limitations -- Bureau of Reclamation. (MAY 2018) (a) Performance of the work under this contract shall be subject to the technical direction of the Reclamation Contracting Officer's Representative (COR). The term "technical direction" is defined to include, without limitation: (1) Inspecting and accepting or rejecting work performed under the contract. (2) Representing the Government in technical phases of the work. The COR is responsible for the technical administration of the contract and will provide instructions and interpretations to the Contractor on all technical matters relating to the contract. The COR will supervise or oversee all Government technical and administrative personnel assigned to assist the COR. (3) Reviewing and, where required by the contract, approving submittals of technical data, shop drawings, samples, literature, plans, or other data required to be delivered by the Contractor to the Government. (b) The Contractor will receive a copy of the written COR designation from the Contracting Officer. It will specify the extent of the COR's authority to act on behalf of the Contracting Officer. (c) Technical direction must be within the scope of work stated in the contract. Only the Contracting Officer is authorized to determine if a change is within the scope of the contract; therefore, the COR does not have the authority to, and may not, issue any technical direction that - (1) Constitutes a direction of additional work outside the Contract requirements; (2) Constitutes a change as defined in the contract clause entitled "Changes;" (3) In any manner causes an increase or decrease in the total contract cost, or the time required for contract performance; (4) Changes any of the expressed terms, conditions or specifications of the contract; or (5) Interferes with the Contractor's right to perform the terms and conditions of the contract. (d) All technical direction shall be issued in writing by the COR. (e) The Contractor must proceed promptly with the performance of technical direction duly issued by the COR in the manner prescribed by this clause and within its authority under the provisions of this clause. If, in the opinion of the Contractor, any instruction or direction by the COR falls within one of the categories defined in (c)(1) through (c)(5) of this clause, the Contractor must not proceed and must notify the Contracting Officer in writing within five (5) working days after receipt of any such instruction or direction and must request the Contracting Officer to modify the contract accordingly. Upon receiving the notification from the Contractor, the Contracting Officer must - (1) Advise the Contractor in writing after receipt of the Contractor's letter that the technical direction is within the scope of the contract effort and does not constitute a change under the Changes clause of the contract; or (2) Advise the Contractor that the Government will issue a written change order. (f) A failure of the Contractor and Contracting Officer either to agree that the technical direction is within the scope of the contract or to agree upon the contract action to be taken with respect to the technical direction will be subject to the provisions of the clause entitled "Disputes." (End of Clause) WBR 1452.223-82 Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace -- Bureau of Reclamation - (DEC 2009) (a) In performing work under this contract, the contractor shall comply with the requirements of Executive Order 13058, dated August 9, 1997, which prohibits the smoking of tobacco products in all interior space owned, rented, or leased by the executive branch of the Federal Government, and in any outdoor areas under executive branch control in front of air intake ducts. (b) In addition, pursuant to Federal Management Regulation (FMR) Bulletin 2009-B1, effective December 22, 2008, smoking is prohibited in courtyards and within 25 feet of doorways and air intake ducts on outdoor space under the jurisdiction, custody or control of GSA. (End of Clause) WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation. (MAY 2005) In accordance with the Agreement on Government Procurement, as amended by the Uruguay Round Agreements Act (Pub. L. 103-465), and other trade agreements, FAR Subpart 25.4, World Trade Organization Government Procurement Agreement, applies to Bureau of Reclamation acquisitions. In order to apply trade agreements unique to Reclamation, the contracting officer will (irrespective of any other provision or clause of this solicitation) evaluate acquisitions at or above the dollar thresholds listed in FAR 25.402(b) without regard to the restrictions of the Buy American Act. (End of Provision) WBR 1452.237-80 Security Requirements--Bureau of Reclamation. (FEB 2017) (a) General Security Requirements- (1) This clause addresses security requirements, including general procedural requirements, information security requirements, contractor employee suitability requirements, identification card requirements, site security requirements, vessel exclusion barriers, and information technology security requirements. Within this clause, COR means Contracting Officer's Representative. If there is no COR appointed and identified to the Contractor, the term instead will mean the Program Manager or any other authorized individual responsible for technical oversight under the contract. "Work site" means the Government facility, office, construction site, and any other area within the Government office or facility that the Contractor must access to accomplish work under this contract. (2) The work performed under this contract shall only be accomplished by individuals (in the employment of the Contractor or any subcontractors) whose conduct and behavior is consistent with the efficiency of the Federal Service and the requirements of this contract, and who are acceptable to the CO. If Reclamation finds a Contractor employee to be unsuitable or unfit for his or her assigned duties, the CO will direct the Contractor to remove the individual from the contract and access to the Federal facility at which the contract activities are occurring. (3) The Contractor's employees governed by this contract may need access to sensitive information and/or sensitive areas. The Federal Government (Government) reserves the right, in its sole discretion, to determine suitability of Contractor personnel and deny access to any sensitive information or project specific area to any personnel for any cause. (4) The Contractor is responsible for informing and ensuring compliance by its employees with any applicable security procedures of the Government facility where work may be performed under this contract. (5) Any Contractor employee that will have access to a Federally-controlled facility or information system will be required to have a Government-issued identification card, consisting of a Personal Identity Verification (PIV) Card, a temporary identification card, or a visitor badge. (Note: within the Department of the Interior this card is known as a DOI Access Card.) During performance of the contract, the Contractor shall keep the COR apprised of any changes in personnel, or changes in personnel access or duration, to ensure that performance is not delayed by compliance with credentialing processes. (6) A Contractor employee will not be provided access to a Government facility or information system until a Government PIV Card, temporary identification card, or visitor identification badge has been issued to the Contractor employee. For those individuals that will be receiving a PIV Card, the Government may, at its discretion, issue a temporary id...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »