Combine Solicitation – Protestand Gospel Choir Director
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Protestand Gospel Choir Director
Classification Code: G - Social services
Solicitation Number: F3Z0454160AW03
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance (zipcode): 94535
Place of Performance Country: US
Description:
Air Mobility Command
60th CONS
60th CONTRACTING SQUADRON
COMBINED SYNOPSIS/SOLICITATION
FOR
PROTESTANT GOSPEL CHOIR DIRECTOR
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; proposals are being requested and a written solicitation will not be issued.
GENERAL INFORMATION
Solicitation Number: PR#F3Z0454160AW03
Request for Quotation (RFQ) 1 Request for Proposal (RFP) 0 Invitation for Bid (IFB) 0
This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-75 Effective
(This acquisition is set-aside for small businesses only. Large businesses may not submit an offer.)
North American Industry Classification Code (NAICS): 711130 Size Standard:
SERVICES TO BE PERFORMED
All services are to be performed in strict accordance with the attached Statement of Work.
Purchase Order Clauses
Clauses included in this combined solicitation/synopsis are not all inclusive. Clauses included on any ensuing award may include all or some of the below clauses. Contractor's should assume that all of the below clauses are applicable to this acquisition. Additional clauses may also be added at the discretion of the contracting officer upon award
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (
52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (
52.217-8 OPTION TO EXTEND SERVICES (IAW FAR 17.208(f)) 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 60 days. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (IAW FAR 17.208(g)) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 66 months.
52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (
The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code _____________ assigned to contract number ______________________________.
[Contractor to sign and date and insert authorized signer's name and title].
52.222-3 CONVICT LABOR (
This Statement is for Information Only: It is not a Wage Determination
Employee Class Monetary Wage Fringe Benefits Media Specialist II
52.222-50 COMBATING TRAFFICKING IN PERSONS (
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (
52.232-23 ASSIGNMENT OF CLAIMS (
52.252-2 CLAUSES INCORPORATED BY REFERENCE (
Regulations URLs: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/far1toc.htmhttp://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/dfars/dfartoc.htmhttp://farsite.hill.af.mil/reghtml/regs/far2afmcfars/af_afmc/affars/affar1toc.htm
NOTE: After selecting the appropriate regulation above, at the "Table of Contents" page, conduct a search for the desired regulation reference using your browser's FIND function. When located, click on the regulation reference (hyperlink).
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (
(b) The use in this contract of any Defense Federal Acquisition Regulation Supplement (48
52.253-1 COMPUTER GENERATED FORMS (
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (
252.204-7006 BILLING INSTRUCTIONS (
252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (
252.225-7000 BUY AMERICAN ACT-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (
252.225-7048 EXPORT-CONTROLLED ITEMS (
252.232-7010 LEVIES ON CONTRACT PAYMENTS (
WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS
IN ACCORDANCE WITH DFARS 252.232-7003, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF.
Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil.
Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone through the DFAS Centralized Customer Service number (800) 756-4571 (select option 2) or faxed to (866) 392-7091. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS myInvoice web site at http://www.dod.mil/dfas/contractorpay/myinvoice.html.
THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF.
CONTRACT NUMBER: DELIVERY ORDER NUMBER: N/A TYPE OF DOCUMENT: Invoice and Receiving Report (COMBO) CAGE CODE: ISSUE BY DODAAC: FA4427 ADMIN DODAAC: FA4427 INSPECT BY DODAAC: N/A SERVICE ACCEPTOR / SHIP TO: F3Z045 LOCAL PROCESSING OFFICE: N/A PAY OFFICE DODAAC: F67100
SEND E-MAIL NOTIFICATIONS:
CONTRACT ADMINISTRATOR: [email protected] CONTRACTING OFFICER: [email protected]
252.232-7010 LEVIES ON CONTRACT PAYMENTS (
252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC (<chron>APR 2014) (IAW DFARS 247.574(b))
5352.201-9101 OMBUDSMAN (
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Mr.
5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.
SOLICITATION PROVISIONS
52.204-7 SYSTEM FOR AWARD MANAGEMENT (
(c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent
(d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within 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 the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.
FAR Clause # Title Date Change
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.
52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(1))
Addendum to 52.212-1:
Paragraph (b), entitled "Submission of Offers,': Offers may be submitted via handcarry or electronic mail. Submit signed and dated offer at or before 0800 (
Please send any questions or requests to: 60 CONS/LGCC Attn:
Submit quotations on company letterhead or pricing document. Quotations must include as a minimum: a) company contact information, b) price breakout for the requested line items, c) CAGE Code (from SAM registration), d) a completed FAR Provision 52.212-3, Representation and Certification with a copy of a verification of registration with ORCA (http://orca.bpn.gov/) and e) any other information relevant to the proposal. Quotations may be faxed to (707) 424-0288. No telephonic responses will be processed. The government reserves the right to make award on the initial quote without discussions.
Paragraph (c), entitled 'Period for Acceptance of Offers': The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.
Paragraph (f)(1), entitled "Late submissions, modifications, revisions, and withdrawals of offers,':
Addendum FAR 52.212-1 Instructions to Offerors - Commercial Items Offerors must submit information that relates to the evaluation criteria identified in the following paragraph. For item (iii), offerors must submit at least three (3) references and must provide their contact information, including names, telephone numbers, and email addresses. A resume will be submitted with offer for item (iv) below.
52.212-2 EVALUATION-COMMERCIAL ITEMS (IAW FAR 12.301(c)(1)) JAN 1999 Addendum to 52.212-2: 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 factor(s) shall be used to evaluate offers, in order of importance: 1. Resume 2. Price Award shall be based on the best value to the Government. Each of the criteria identified in (i - vi) will be rated as described below, and the highest rated offeror will be deemed the best value to the Government. The Government reserves the right not to award a contract if none of the offerors are rated Acceptable or higher. Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort.
SATISFACTORY CONFIDENCE Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort.
LIMITED CONFIDENCE Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort.
NO CONFIDENCE Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort
UNKNOWN CONFIDENCE No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. IG 5.5.2.2
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(2))
"DOWNLOAD FROM FEDBIZOPPS" and complete the required information at the Online Representation and Certification Application (ORCA) at http://orca.bpn.gov/
52.252-1
SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (IAW FAR 52.107(a) This solicitation incorporated 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 full text of a clause may be accessed electronically at this/these address(es): Regulations URLs: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/far1toc.htmhttp://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/dfars/dfar1toc.htmhttp://farsite.hill.af.mil/reghtml/regs/far2afmcfars/af_afmc/affars/affar1toc.htm
NOTE: After selecting the appropriate regulation above, at the "Table of Contents" page conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the regulation reference (hyperlink).
RESPONSE DATE AND contact INFORMATION
Offers Due: Date:
contact Info: Specialist Name: Christopher R. Schlotterbeck Phone: 707-424-7736 Fax: 707-424-0288 Email: [email protected]
BE SURE TO READ FAR 52.212-1, INSTRUCTIONS TO OFFERORS, AND FAR 52.212-2, EVALUATION FACTORS. IF GUIDELINES ARE NOT FOLLOWED AS SET FORTH IN 52.212-1 YOUR OFFER COULD BE CONSIDERED NON-RESPONSIVE.
PERFORMANCE-BASED WORK STATEMENT (PWS) PERFORMANCE WORK STATEMENT Protestant Gospel Service Choir Director
1. Contract Position Title. Protestant Gospel Service Choir Director
2. Scope of Responsibilities. Plan, organize, and support the Protestant Gospel Worship Service Choir and Music Program at
3. Education and Experience Requirement. The Protestant Gospel Service Choir Director must have: 3.1. Have education equivalent to completion of at least a high school education and at least two (2) years experience as a Gospel Worship Service Choir Director.
3.2. Possess a high level of musical skill; be able to direct a choir, know gospel chord progression and voicing, three to four part vocal harmonies, and arrange and chart music. Individual must also have knowledge of the different styles of gospel music.
3.3. Demonstrate consistent thoroughness in teaching vocal parts to choir members.
3.4. Resume required.
4. Specific Responsibilities. The Protestant Gospel Service Choir Director will:
4.1. Direct Adult, Youth, and Children's Gospel Choir at scheduled rehearsals, worship services and special events. Worship services begin at 1130 on Sundays and end normally not later than 1330. Prepare for and conduct regular weekly rehearsals, prepare the Adult, Youth, & Children's Gospel Choirs to sing hymns, praise and worship choruses, and other appropriate music for the regular Sunday Gospel Worship Service.
4.2. The contractor must submit and favorably pass the background check application according to
4.4. Must comply with DoDI 1402.5, all 52
4.5. Direct choirs at
4.6. Select appropriate selection of choir and worship service music for Sunday worship services and coordinate with the Gospel Worship Service Chaplain.
4.7. Submit a completed Fund Request (AF 4356) for purchase of music and/or supplies 10 days before expected date as well as submit all facility usage request form no later than 5 days prior to event. All other support requirements must be coordinated with the Superintendent, Chapel Operations.
4.8. Assist in the recruitment of chapel participants to utilize their musical talents, maintain a roster of such volunteers, and coordinate utilization of their talents in the Protestant Parish Program.
4.9. Arrive thirty minutes prior to scheduled start time of rehearsal or worship service.
4.10. Prepare rehearsal/performance area; following events, ensure area is cleaned up and equipment is properly stored, lights turned off, and building secured after every worship service or rehearsal in accordance with chapel operating instructions.
4.11. Demonstrate appropriate personal and professional attitude, appearance, and behavior consistent with working in a chapel environment.
4.12. Provide additional services as needed and approved by the Gospel Service Chaplain, such as revivals, retreats, and funerals, etc.
4.13. Submit monthly choir attendance reports to the Gospel Service Chaplain on the last Monday of each month.
4.14. Pay any
5. Working Hours and Extended Period of Absence: When agreed to by both parties, provide additional services as required and approved by the Non Commissioned Officer In Charge (NCOIC), Chapel Operations or designee (retreats, combined services, and funerals, etc). The Contractor is required to give the NCOIC, Chapel Operations a two-week notice of any extended period of absence. In the contractor's absence, contractor will ensure that there is a fully qualified substitute to carry out the requirements of the contract, this includes the requirement to pass local, state and national background checks. Substitute must be of equal or superior competence to the contractor. Request and receive approval from the NCOIC, Chapel Operations or their designee a minimum of two weeks before substitution or changes are made. Substitute must also have a completed favorable background check. Contractor will develop a documented method of reimbursement for any substitutes.
6.
7. The contractor is accountable for security and cleanliness of all facilities utilized in conjunction with their programs.
8. The contractor coordinates all support requirements with the NCOIC, Chapel Operations or a designated representative.
9. The Wing Chaplain:
9.1 Reviews the contract annually to consider exercise of option.
9.2 Provides classroom, toys, consumable food items, and curriculum deemed necessary to perform services described in this PWS.
10. Quality Assurance: The NCOIC, Chapel Operations or designee will monitor and inspect the contractor's performance. The contractor will be notified in writing of any and all noncompliance, and will be given an opportunity to correct, if possible, nonconforming work. The contractor will be given an opportunity to respond, in writing, to any notice of noncompliance.
11. Problems/Issues. Any grievance by the Contractor should be resolved at the lowest level. The order of preference for day to day opperations is as follows: NCOIC, Chapel Operations, the Wing Chaplain, then the Contracting Officer. For issues reguarding contract performance or conflicts, contact the Contracting Officer.
1. Security Requirements.
2. The primary contractor will ensure all employees possess proper credentials allowing them to work in
* United States Passport
* Permanent Registration Card/Alien Registration Receipt Card (Form I-1551)
* Foreign Passport with a temporary (
* Employment authorization document that contains a photograph (Form I-766)
* Current/valid Driver's License
* Identification card issued by Federal, State or local Government
* U.S. Coast Guard
* U.S. Coast Guard New Merchant Mariner Credential
Additional supplemental sources of identity proofing which may be requested during increased FPCONS or Random Antiterrorism Measures (RAMs) include, but are not limited to:
* School identification card with photograph
* U.S. Military or draft record
* Native American Tribal Document</p>
* U.S. Social Security Card issued by the
* Certification of Birth Abroad issued by the
* Original or certified copy of a birth certificate issued by a state, county, municipal authority or outlying possession of
* U.S. Citizen ID Cared (Form I-197)
* ID Card for use of Resident Citizen in
* Unexpired employment authorization document issued by the
* Foreign Military or Government Identification Credentials
* Foreign passport with a current arrival-departure record (Form I-94) bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, if that status authorizes the alien to work for the employer
* In the case of a nonimmigrant alien authorized to work for a specific employer incident to status, a foreign passport with Form I-94 or Form I-94A bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, as long as the endorsement has not yet expired and the proposed employment is not in conflict with any restrictions or limitations identified on the form.
The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provision of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required.
3. Identity Proofing and Vetting. Employees whose background reveals any of the following disqualifiers will not be allowed installation access. All employees will be vetted based on the following disqualifying base access criteria:
-- The individual is known to be or reasonably suspected of being a terrorist or belongs to an organization with known terrorism links/support. -- The installation is unable to verify the individual's claimed identity.
-- There is a reasonable basis to believe the individual:
* Has submitted fraudulent information concerning his or her identity.
* Will attempt to gain unauthorized access to classified documents, information protected by the Privacy Act, information that is proprietary in nature, or other sensitive or protected information.
* Will unlawfully or inappropriately use an access credential outside the workplace.
* Based on an individual's criminal or dishonest history, that issuance of an access credential poses an unacceptable risk to the installation/mission. -- The individual:
* Has/had been barred from entry/access to a Federal installation or facility.
* Is wanted by Federal or civil law enforcement authorities, regardless of offense or violation.
* Has been incarcerated within the past ten years, regardless of offense/violation, unless released on proof of innocence.
* Has any conviction for espionage, sabotage, treason, terrorism, or murder.
* Name appears on any Federal or State agency's watch list or hit list for criminal behavior or terrorist activity.
* Has been convicted of a firearms or explosive violation within the past ten years.
* Has been convicted of sexual assault, armed robbery, rape, child molestation, child pornography, trafficking in humans, drug possession with intent to sell or drug distribution.
-- There is a reasonable basis to believe
* Based on the individual's material, intentional false statement, deception, or fraud in connection with Federal or contract employment, that issuance of an access credential poses an unacceptable risk to the installation/mission.
* Based on the nature or duration of the individual's alcohol abuse without evidence of substantial rehabilitation, that issuance of an access credential poses an unacceptable risk to the installation/mission.
* Based on the nature or duration of the individual's illegal use of narcotics, drugs, or other controlled substances without evidence of substantial rehabilitation, that issuance of an access credential poses an unacceptable risk to the installation/mission.
* A statutory or regulatory bar prevents the individual's contract employment; or would prevent Federal employment under circumstances that furnish a reasonable basis to believe that issuance of a access credential poses an unacceptable risk to the installation/mission.
* The individual has knowingly and willfully engaged in acts or activities designed to overthrow the
Employees will be identity proofed and vetted each time a pass is issued. Security Forces may conduct random screenings at any time; if, disqualifying base access information is found employees may have their passes revoked.
Employees with disqualifying base access information will be issued a denial access letter immediately revoking their base access privileges. Employees requesting to contest the adjudication, denial of installation access, or requesting a waiver/exception to policy must submit a written rebuttal/request within 10 business days of receipt of the barment letter to 60 AMW/CC, through 60 SFS/CC, Attention: 60 SFS/S5R, Bldg 381,
4. Primary Contractor Responsibilities. The primary contractor will be responsible for the conduct of all employees working under that contract. Additionally, the primary contractor will:
Coordinate base entry requirements with the
Advise employees working on the installation they are subject to identity proofing and vetting against criteria specified in para. 3. Any employee who does not complete or sign the form will be denied installation access.
Advise employees base pass' are only valid for the purpose, person and vehicle for which it was issued. Use of the base pass for any other purpose or by any other person will result in the pass being confiscated. Employees which misuse their pass may be subject to barment actions. If a pass is lost, notify the Pass and Registration Office immediately.
* To obtain a pass, personnel will need a valid state or government photo identification.
* To obtain a vehicle pass, personnel will need a driver license, registration and insurance.
Provide written notification, within 24 hrs, to the
Retrieve government issued personal and vehicle passes from employees which no longer need installation access. Passes will be turned into the
Obtaining a
* Contract number
* Work site or location
* Inclusive dates of the contract
* Work schedule (include days of the week and time periods employees are on base)
* Employee's full name, date of birth, and social security number
Only persons who have undergone identity proofing and vetting and have no disqualifying base access information can serve as a sponsor. Persons appointed as sponsors will meet employees at the
5. Employee Responsibilities. All employees requiring reoccurring and unescorted access onto the installation must:
* Carry their DoD ID card or installation pass on their person while on the installation.
* Register privately owned vehicles in accordance with installation policies.
* On request, present their DoD ID card or installation pass to security personnel. Refusal may be grounds for further administrative or punitive action.
* If issued a Command Access Card (CAC), present documentation from the local security office or CAC sponsor confirming that the CAC has been reported lost or stolen.
* Turn in access credentials to the
6. Increased Force Protection Condition (FPCON). During FPCON Normal, Alpha and Bravo; employees without a base issued pass must be sponsored onto the installation. During FPCON Charlie and Delta the base will curtail non-essential operations/functions and non-essential employees will be suspended at the direction of the installation commander. All employees attempting installation access; thereafter, will be physically escorted unless FPCON Mission-Essential designation has been approved in advance and is indicated on the base pass. 7. Restricted Area Badges. Employees may be submitted for unescorted entry into restricted areas if required for their contract. contact the security manager for the military agency responsible for the project.
8. Escort Requirements. The following escort requirements apply:
Installation. Sub-contractors must be escorted at all times.
Controlled/Restricted Areas. Employees not in possession of a restricted area badge will be escorted at all times when working within controlled, restricted or other sensitive areas. Escorts can be either the military agency responsible for the project or an employee in possession of a restricted area badge. The military agency or employee in possession of a restricted area badge will follow existing procedures and instructions for obtaining entrance to controlled, restricted and sensitive areas.
9. Lost Base Passes or Restricted Area Badges.
Base Passes. The employee's supervisor will investigate and provide written notification for a lost base pass to the
Restricted Area Badges (RAB). Employees issued a RAB must report the loss immediately to the security manager of the military agency that submitted the RAB request. The individual who lost the RAB will provide a written explanation on how, when, where and what steps have been taken to locate the missing RAB. The security manager will conduct their own inquiry and forward a report of investigation [with squadron commander endorsement]; the member's written explanation and the original AF Fm 2586 to the Pass and Registration office. A new RAB will not be issued until the investigation is complete.
10. Information Protection Security Training. IAW AFI 31-401, AFGM_1 para 8.5. Security Managers are required to provide initial uncleared or cleared training to all contractors within 90 days of assignment, this includes specialized security training. The security manager is required to track and document the completed training. The contractor will be required to participate in the government's in-house and web-based security training program under the terms of the contract. The government will provide the contractor with access to the on-line system after appropriate vetting qualification have been met. 11. For Official Use Only Information. Agency information marked "For Official Use Only" or bearing other sensitivity marking will be handled in accordance with agency information security program regulations and instructions. This information will not be divulged or disclosed without agency permission. Contractor personnel will ensure information that is considered sensitive or proprietary is not compromised.
12. Anti-terrorism Force Protection Training. IAW AFI 10-245 and TAFB OPLAN 10-245, all employees with contracts over 90 days, will complete initial and annual Level I Anti-Terrorism Awareness training at https://atlevel1.dtic.mil/at/. All personnel will be responsible to provide proof (copy of training certificates) of training to the Anti-terrorism Advisor/Representative responsible for the unit they are contracted.
13. Operations Security (OPSEC). IAW AFI 10-701, 60 AMW will consider OPSEC for all contractual requirements and determine if any contract contains any form of critical and/or sensitive information or activities. These requirements will be defined on the contract and SOW/PWS. If OPSEC requirements exist, then the 60 AMW OPSEC Program Manager will be contacted to review the SOW/PWS. This review may result in possible training requirements, in addition to what is stated below. For unclassified contracts, the DD Form 254,
Link/URL: https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z0454160AW03/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 7391 |
Combine Solicitation – Protestant Worship Musician
Combine Solicitation – Gospel Service Musician
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News