S--RO 402 Carpets and Rugs Cleaning Services
COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information include... COMBINED SYNOPSIS SOLICITATION 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. The government anticipates award of a single firm fixed price contract. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. The government intends to award without discussion. Solicitation 36C10E19Q0144 is issued as a request for quote (RFQ) using TIERED EVALUATIONS. The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-01, effective January 22, 2019. The combined synopsis/solicitation is set aside for Veteran Owned Small Businesses and is limited to Service Disabled veteran Owned Small Business (SDVOSB) and alternatively Veteran Owned Small Business (VOSB): This Request for Quote (RFQ) is being issued as a TIERED EVALUATION for SDVOSB concerns, or in the alternative, as a tiered evaluation for VOSB concerns. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. All Service Disabled Veteran Owned Small Business are also determined to be veteran-owned small business concerns. Only quotes from verified SDVOSB and VOSB concerns will be accepted by the Government. Specifically, the contracting officer shall consider preferences for verified SDVOSBs first, then preferences for verified VOSBSs. Any quote that is submitted by a contractor that is not a verified SDVOSB or VOSB in VIP will not be considered for award. The applicable NAICS Code for this solicitation is 561740 and the Small Business Size limitation is $5.5M. Offers from SDVOSB and VOSB concerns must be registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time and date set for receipt of offers and at the time and date of award to be considered for award. The contractor shall provide all equipment, services, material, tools, labor, facilities transportation and supervision to for cleaning of carpets and rugs in the designated facility. FOB Destination pricing to include most favored customer discounts. This action is subject to availability funds for the next fiscal year. Please provide all requested information and pricing for all CLIN as shown: Company Name: Company DUNS Number: Company Tax ID Number: Point of Contact: Telephone: SCHEDULE PAGE RFQ 36C10E19Q0144 ITEM NUMBER DESCRIPTION QTY U/I U/P AMOUNT 0001 BASE YEAR: CARPET AND RUG CLEANING POP Begin: 06/03/2019 POP End: 06/02/2020 Vacuum and steam clean all accessible carpet surfaces in building 248 first and second floor offices, 20,560 square feet of occupied office space plus six (6) carpet runners using restorative low moisture cleaning agent for cleaning approximately 20,560 square feet (1st floor 8,000 and 2nd floor 12,560) of carpeting in the Togus Regional Office 1 YR $ $ 1001 OPTION YEAR I CARPET AND RUG CLEANING POP BEGIN: 06/03/2020 POP END: 06/02/2021 Vacuum and steam clean all accessible carpet surfaces in building 248 first and second floor offices, 20,560 square feet of occupied office space plus six (6) carpet runners using restorative low moisture cleaning agent for cleaning approximately 20,560 square feet (1st floor 8,000 and 2nd floor 12,560) of carpeting in the Togus Regional Office 1 YR $ $ 2002 OPTION YEAR II CARPET AND RUG CLEANING POP BEGIN: 06/03/2021 POP END:06/02/2022 Vacuum and steam clean all accessible carpet surfaces in building 248 first and second floor offices, 20,560 square feet of occupied office space plus six (6) carpet runners using restorative low moisture cleaning agent for cleaning approximately 20,560 square feet (1st floor 8,000 and 2nd floor 12,560) of carpeting in the Togus Regional Office 1 YR $ $ Base Year Total Grand total all years vi. DESCRIPTION OF SERVICES: The Contractor shall provide all management, tools, supplies, and equipment and labor necessary to vacuum and steam clean the carpets at the Veterans Benefits Togus Regional Office Located in Building 248, Togus Medical Center at 1 VA Center, Augusta, ME 04330. The Contractor tasks include: CONTRACTOR REQUIREMENTS: Contractor is required to have a planned and organized approach to cleaning that uses products and processes that focuses on reducing impacts on human health and the environment The selected contractor must have appropriate Material Safety Data Sheets (MSDS) present for all products used during the execution of the contract Contractor will be required to provide services on a schedule that will minimize work disruption (after hours / weekends) The selected contractor will be required to coordinate the Support Services Division (RO 402 SSD) with a two week notice of their intended work schedule To schedule a site survey prior to submission of your quote please send an email to scott.brooks@va.gov with cc to raymond.tracey@va.gov CONTRACTOR SHALL: Vacuum and steam clean all accessible carpet surfaces in building 248 first and second floor offices, 20,560 square feet of occupied office space plus six(6) carpet runners Using restorative low moisture cleaning agent, clean approximately 20,560 square feet (1st floor 8,000 and 2nd floor 12,560) of carpeting in the Togus Regional Office Use cleaning method that will allow for VBA personnel to resume foot traffic without causing damage to previous cleaned carpet tiles, within 6 hours Remove spots, stains and gum, as part of the cleaning process Exercise caution while cleaning, to prevent damage to the wiring underneath work spaces and to the carpet tile adhesive Carpeting damaged by the carpet cleaning contractor will be replaced at the expense of the carpet cleaning contractor Cleanup those areas that immediately affect customer service to include appearance, including removal of debris and trash. PERIOD OF PERFORMANCE: The period of performance will be for a base year with two one-year options: Frequency of service once per year. Work at the government site shall not take place on Federal holidays or weekends (but may require off-hour work due to network loading or other disruptions that could occur) unless directed by the Contracting Officer (CO). There are ten (10) Federal holidays set by law (USC Title 5 Section 6103): Under current definitions, four are set by date: New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October SERVICE GUIDLINES: Service appointments shall be conducted after the normal business hours of Monday through Friday (7:30 A.M. 4:30 P.M.). A twenty-four (24) hour notice is required for a cancellation of service request. If the Contractor is not notified of the cancellation at least twenty-four (24) hours prior to the scheduled assignment, the Contractor may invoice for the number of hours scheduled for the cancelled assignment. If the Contractor cannot attend a scheduled appointment, a minimum of twenty-four (24) hours advanced notice shall be provided to the Government POC, via phone. The Togus Regional Office shall not incur any charges for appointments cancelled by the Contractor In the event of work stoppage, make themselves available the next open government day to continue or complete the required tasking as listed in this performance work statement. GOVERNMENT FURNISHED EQUIPMENT: The Government will furnish fresh water and electric current at existing outlets as may be required for the work to be performed under the contract at no cost to the contractor. SECURITY REQUIREMENTS: All personnel employed by the Contractor, in the performance of this contract or any representative of the Contractor entering the government installation, shall abide by all station security requirements for entry to building. The government will provide constant surveillance/escorts of Contractor employees while at the job site and during the entire period of the job performance. STANDARD: All work shall comply with the requirements as listed in the performance work statement. The Contractor shall be fully responsible for compliance with all local, state, and federal environment/occupational safety laws, rules and regulations. The Contractor shall follow life and safety codes, and take necessary actions to avoid conditions, which may be hazardous to the health and safety of VBA assigned personnel SERVICE DELIVERY SUMMARY: Performance Objective Performance Threshold PWS Performance Clean Carpet Carpet is 100% cleaned Quality inspections will be accomplished daily Remove Spots, Stains and Gum 90% of all spots, stains removed. 100% of all gum removed Random inspections will be accomplished No damage to wiring underneath the flooring, carpet tile and adhesive 100% of damage repaired Any damage caused by the Contractor will be repaired/replaced at the Contractor expense. Daily inspections will be accomplished OTHER REQUIREMENTS: Togus VARO SSD will ensure that the all small items (trash bins, shred boxes) will be off the floor prior to services Togus VARO SSD will ensure that the chair mates are off the floor prior to services. KEY PERSONNEL: Chief, Support Services Division, VBA Togas RO, - Tracy Sinclair Support Services Specialist, COTR, SSD, VBA Togas RO, - Scott Brooke ESTIMATED PERIOD OF PERFORMANCE Base Year: 06-03-2019 to 06-02-2020 Option I: 06-03-2020 to 06-02-2021 Option year II 06-03-2021 to 06-02-2022 RESERVED RULES AND REGULATIONS 14.1 Current rules and regulations applicable to the premises, where the work shall be performed, shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, presenting valid identification for entrance, smoking restrictions and any safety procedures as outlined in the site regulations. 14.2 The Contractor shall be responsible for the acts and omissions of all its employees and subcontractors, their agents and employees and all other persons performing any of the work under a contract with the Contractor. 14.3 Invoicing: Payment for all services will be made annually in arrears upon receipt of an itemized invoice containing the following information: VA Contract Number / Invoice Billing Obligation Number (Will be provided by the Government) Company Name and Address Invoice Date Invoice Number (Note: Each Invoice must have a different Invoice Number) Dates of Services performed Description of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the invoice. Name, title and phone number of points of contact to notify in case of a defective invoice. vii. FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), applies to this solicitation. The following provisions are added as addenda: 52.217-5 Evaluation of Options (JUL 1990) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) 852.270-1 Representatives of Contracting Officers (JAN 2008) (End of Addendum to 52.212-1) 52.212-2, Evaluation Commercial Items (OCT 2014) (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 shall be used to evaluate offers: Factor 1, Technical: Contractor shall demonstrate ability to perform carpet cleaning on a large scale for an area over estimated SF of 8,000 to over 20,000 square feet. You will submit with your quote in pdf format only one paragraph explanation. Factor 2, Past Performance: Provide two references on service contracts you have held currently or with the past years five (5) years that are for carpet cleaning services for estimated SF between 8,000 SF to over 20,000 Factor 3: Did contractor request a site survey, and did they attend. Factor 4:   As part of its offer, any offeror who will perform services under the resultant contract utilizing subcontractors shall provide in their bid the name, address, contact information, business type (i.e., small business, woman owned business, service-disabled veteran owned business, etc.) and percentage of amount paid by the government to it that the offeror anticipates paying to said subcontractor in the performance of this contract. Factor 5: Technical, Past performance when combined are more important than 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. Submission of Offers: Offers are due no later than May 16, 2019 by 4:00 PM EST. Offers shall be submitted electronically to Raymond.tracey@va.gov The email subject line must contain the following: Quote in Response to RFQ 36C10E19Q0144, Carpet Cleaning Services RO 402 Togus, Augusta ME. Offers shall be based on the requirements of the request for quotation and must contain the following: A cover page including the following information: Business Name, Socioeconomic category (i.e. SDVOSB, VOSB), Address, DUNS Number, Name, Phone number, and email address for the Primary Point of Contact, Tax Identification Number (TIN) A completed price schedule in the format as provided in the attachment. Acknowledgement of any amendments (if applicable). Response to Technical, Factor 1 Signed and dated Rules of Behavior as a separate pdf only all pages of Rules of Behavior must be submitted with quote s a separate document Solicitation Questions: Questions of a technical nature shall be submitted to the Contracting Officer in writing via e-mail. No phones calls will be taken. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 7 May 2019 4:00 EST. Offerors are encouraged to schedule a site survey by sending an email to raymond.tracey@va.gov. before 7 May 2019. 4:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation, so all interested parties can see the answers. Amendments: Amendments to this solicitation will be posted at http://www.fedbizopps.gov(FBO). Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on FBO, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable. viii. FAR 52.212-3, Offeror Representations and Certifications -Commercial Items (NOV 2017) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs N/A. ix. FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) applies to this solicitation. The following provisions clauses are added as addenda: 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 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. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 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. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (AUG 2018) 52.232-18 Availability of Funds (APR 1984) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (JUL 2013) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-1 Disputes, Alternate (DEC 1991) 52.246-4 Inspection of Services Fixed Price (AUG 1996) 52.252-6 Authorized Deviations in Clause (APR 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.273-74 Award without Exchanges (Jan 2003) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Veteran-owned small business or VOSB (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more Veterans; (ii) The management and daily business operations of which are controlled by one or more Veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov): and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. (2) Veteran is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from verified Veteran-owned small business concerns. All service-disabled Veteran-owned small businesses are also determined to be Veteran-owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not Veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified Veteran-owned small business concern. (c) Agreement. A Veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR § 125.6. (d) A joint venture may be considered a Veteran-owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB and/or VOSB as appropriate. (e) Any Veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program 852.219-74 Limitations on Subcontracting Monitoring and Compliance. As prescribed in 819.7203(a) insert the following clause: LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION) (a) This solicitation includes VAAR 852.219-11, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) 852.252-70 Solicitation Provisions or Clause Incorporated by Reference (Jan 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) (End of Addendum to 52.212-4) xii. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post-Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) 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) 52.222-50 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) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) This Statement is for Information Only: Wage Rate Available 2015-4009 (Rev 8) 12/26/2018 Employee Class Monetary Wage Fringe Benefits 11150 Janitor 13.40 11122 Housekeeping 13.40 (End of clause) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) xiii. Additional Contract Requirements or terms and conditions: None xiv. Defense Priorities and Allocations Systems and assigned rating: N/A xv. Offers are due no later than May 16, 2019 by 4:00 PM EST. Offers shall be submitted electronically to Raymond.tracey@va.gov. The email subject line must contain the following: RO402 TOGUS, ME., Quote in Response to 36C10E19Q0144, Carpet Cleaning Services. Togus Regional Office Located in Building 248, Togus Medical Center at 1 VA Center, Augusta, ME 04330. Potential offers bear the burden of ensuring that quotes, support documents, any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this Request for quote. Failure to provide any of the required information or the providing of inadequate or unclear information may result in the offer being considered unacceptable. Federal Acquisition Regulations require that federal contractors register in the System for Award Management (SAM) database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Potential offers are encouraged to read the entire RFQ before submitting any questions for clarification, questions but be submitted by email, no telephone calls. questions are due within 5 days after RFQ is posted. For additional information, please contact the Contracting Officer, Raymond Tracey at (716)-430-4684, or via e-mail to raymond.tracey@va.gov Appendix C CONTRACTOR RULES AND BEHAVIOR (Contractor shall complete and return all pages with quote as a separate attachment, pdf format preferred) Contractor agrees to abide by these terms and account for the I and my and me used in these rules. I understand and agree that I have no reasonable expectation of privacy in accessing or using any VA, or other Federal Government information systems. I consent to reviews and actions by the Office of Information & Technology (OI&T) staff designated and authorized by the VA Chief Information Officer (CIO) and to the VA OIG regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with the VA. These actions may include monitoring, recording, copying, inspecting, restricting access, blocking, tracking, and disclosing to all authorized OI&T, VA, and law enforcement personnel as directed by the VA CIO without my prior consent or notification. I consent to reviews and actions by authorized VA systems administrators and Information Security Officers solely for protection of the VA infrastructure, including, but not limited to monitoring, recording, auditing, inspecting, investigating, restricting access, blocking, tracking, disclosing to authorized personnel, or any other authorized actions by all authorized OI&T, VA, and law enforcement personnel systems; deny access to Federal government systems; accrue resources for unauthorized use on Federal government systems; or otherwise misuse Federal government systems or resources are prohibited. I understand that such unauthorized attempts or acts are subject to action that may result in criminal, civil, or administrative penalties. This includes penalties for violations of Federal laws including, but not limited to, 18 U.S.C. §1030 (fraud and related activity in connection with computers) and 18 U.S.C. §2701 (unlawful access to stored communications). I agree that OI&T staff, in the course of obtaining access to information or systems on my behalf for performance under the contract, may provide information about me including, but not limited to, appropriate unique personal identifiers such as date of birth and social security number to other system administrators, Information Security Officers (ISOs), or other authorized staff without further notifying me or obtaining additional written or verbal permission from me. I understand I must comply with VA s security and data privacy directives and handbooks. I understand that copies of those directives and handbooks can be obtained from the Contracting Officer. If the contractor believes the policies and guidance provided by the Contracting Officer is a material unilateral change to the contract, the contractor must elevate such concerns to the Contracting Officer for resolution. I will report suspected or identified information security/privacy incidents to the Contracting Officer and to the local ISO or Privacy Officer as appropriate. GENERAL RULES OF BEHAVIOR Rules of Behavior are part of a comprehensive program to provide complete information security. These rules establish standards of behavior in recognition of the fact that knowledgeable users are the foundation of a successful security program. Users must understand that taking personal responsibility for the security of their computer and the information it contains is an essential part of their job. The following rules apply to all VA contractors. I agree to: Follow established procedures for requesting, accessing, and closing use...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »