Combine Solicitation – Angiography Laser Maintenance
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Angiography Laser Maintenance
Classification Code: 65 - Medical, dental & veterinary equipment & supplies
Solicitation Number: F3Z4534098AQ11(1)
Contact:
Setaside: N/AN/A
Place of Performance (address): David Grant Medical CenterTravis AFB, CA
Place of Performance (zipcode): 94535
Place of Performance Country: US
Description:
Air Mobility Command
60th CONS
60th CONTRACTING SQUADRON
COMBINED SYNOPSIS/SOLICITATION
FOR
Angiography Laser Maintenance
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. Award is contingant on availability of funds. Please make all quotes good through
GENERAL INFORMATION
Solicitation Number: PR# F3Z4534098AQ01
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) 2005-76 Effective
(This acquisition is full and open competition. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency)
North American Industry Classification Code (NAICS): 811219 Size Standard:
SERVICES TO BE PERFORMED
All services are to be performed in strict accordance with the attached Performance Work Statement (PWS).
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 SUUBCONTRACT AWARDS (
(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 60 months.
52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (
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 (
Other Purchase Order Clauses
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (
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: F3Z453 LOCAL PROCESSING OFFICE: N/A PAY OFFICE DODAAC: F67100
SEND E-MAIL NOTIFICATIONS:
CONTRACT ADMINISTRATOR: [email protected] CONTRACTING OFFICER: [email protected]
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (
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.
52.204-7 SYSTEM FOR AWARD MANAGEMENT (
Paragraph (b), entitled "Submission of Offers,': Offers may be submitted via handcarry or electronic mail. Submit signed and dated offer at or before 09:00 (
Please send any questions or requests to: 60 CONS/LGCC Attn:
52.212-2 EVALUATIONS - COMMERCIAL ITENS (
(b) 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. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (
52.233-2 SERVICE OF PROTEST (
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (
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).
52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (DFARS) (48
Other Solicitation Provisions
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (
(d) (1) The following representations or certifications in the System for Award Management (SAM) database are applicable to this solicitation as indicated: (i) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. Applies to all solicitations expected to result in contracts of
(e) The offeror has completed the annual representations and certifications electronically via the SAM website at https://acquisition.gov/. After reviewing the ORCA 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 FAR 52.204-8(c) and paragraph (d) 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 provision 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/DFARS Provision# 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 located in the SAM database. 252.209-7002 DISCLOSURE OF OWNERSHIP OR CONTROL BY A FOREIGN GOVERNMENT (
(b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal Law within the preceding 24 months.
252.217-7026 IDENTIFICATION OF SOURCES OF SUPPLY (
TABLE Source of Supply Line Items National Stock Number Commercial Item (Y or N) Company Address Part No Actual Mfg (1) (2) (3) (4) (4) (5) (6)
(1) List each deliverable item of supply and item of technical data. (2) If there is no national stock number, list "none." (3) Use "Y" if the item is a commercial item; otherwise, use "N". If "Y" is listed, the Offeror need not complete the remaining columns in the table. (4) For items of supply, list all sources. For technical data, list the source. (5) For items of supply, list each source's part number for the item. (6) Use "Y" if the source of supply is the actual manufacturer; "N" if it is not; and "U" if unknown.
Offers Due: Date:
RESPONSE DATE AND contact INFORMATION
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 FOR MAINTENANCE OF SPECTRANETICS ANGIOGRAPHY LASER David Grant Medical Center (DGMC)
I. DESCRIPTION OF SERVICES
The contractor shall provide everything necessary as defined in this Performance Work Statement (PWS), except as specified herein as Government furnished property or services, to provide rental preventive maintenance to include intervening service calls for government owned equipment, located at the 60th
* Service performed by OEM-certified technicians
* Use of only new OEM parts
* Preventive maintenance and unlimited repairs that include all parts, labor, and travel
* Manufacturer telephone technical support 24/7
* Loaners as necessary during repairs
* Service Reports
1. Preventive Maintenance Inspections and Intervening Repair Service. The Contractor shall provide annual scheduled preventive maintenance inspections and repair or replacement services as needed on the
* Review of system operation
* Lubrication, cleaning, functional checks
* Completion of minor operational and reliability field engineering change notices
* PM to current published OEM specifications
* Any other remedial maintenance of non-emergency nature including but not limited to adjustments, calibrations, lubrications, cleaning, testing, replacement of work or defective non-consumable parts, etc. required to keep the equipment in good operating condition.
Contractor shall provide maintenance necessary to preserve system performance and safety testing. Contractor travel to perform covered service shall be included at no additional cost to the Government. Contractor shall arrange the date and time of preventive inspections with the Medical Equipment Repair Center (MERC) at least one week in advance. All routine preventive maintenance service shall be accomplished during normal duty hours
2. Service Reports: A service report is required for any maintenance service performed at any time. Contractor shall sigh in/ out on the log sheet and report to the POC in the Medical Equioment Repair Center both upon arrival on-site and upon completion of the work. The original service report, signed off by the department using the equipment, must be presented to the Medical Equipment Repair Center ([email protected]) and a copy sent to the Contracting Officer upon completion of the work proir to departure. The service report must include the following as a minimum:
* Date and time of service
* Company and service representative name
* Contract number
* A detailed description of any services ar repairs performed, documenting labor and any parts used.
* Any contractor recommendations necessary to maintain the equipment in the best operating condition.
* For PM/ Calibration service calls, the PM/ Calibration checklist with results will serve as the service report.
* Contractor shall ensure compliance with the National Fire Protection Association Standard NFPA 99 ( Electrical Equipment in Healthcare Facilities), and shall list electrical leakage current and ground resistance readings for equipment and provide this information as part of the service report.
3. OEM Replacement Parts. Contractor shall provide repair parts meeting or exceeding current OEM spacification. All parts shall be only new standard parts. Replaced parts shall become the property of the contractor and shall be removed from the hospital and disposed of at no additional cost to the Government.
4. Modifications/ Software Upgrades. All software and hardware modifications and upgrades recommended or normally provided by the OEM to keep the system operational capability current shall be provided and accomplished by the contractor during PM inspections at no additional cost to the Government.
II. GENERAL INFORMATION
1. Operator Training. Contractor shall provide instructions and training to DGMC equipment operators on the proper care and operation of the equipment through telephone support between 0800 and 1700, Monday through Friday.
2. Initial Inspection. All contractor owned equipment will be inspected and approved by the Biomedical Equipment Maintenance Section prior to use in the Medical Treatment Facility. 3. Removal of Equipment. Should the equipment or any component listed herein require repair at the contractor's plant, contractor shall obtain a signed authorization for removal of equipment. Contractor shall not remove any equipment until loaner/replacement is installed on-site. Contractor shall be responsible for damage or loss of equipment while in contractor's possession. 4. Health Insurance Portability and Accountability Act (HIPAA). In accordance with DoD 6025.18-R "
(a) Definitions. As used in this clause generally refer to the Code of Federal Regulations (CFR) definition unless a more specific provision exists in DoD 6025.18-R or DoD 8580.02-R. Individual has the same meaning as the term "individual" in 45 CFR 160.103 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g). Privacy Rule means the Standards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E. Protected Health Information has the same meaning as the term "protected health information" in 45 CFR 160.103, limited to the information created or received by the Contractor from or on behalf of the Government pursuant to the Contract. Electronic Protected Health Information has the same meaning as the term "electronic protected health information" in 45 CFR 160.103. Required by Law has the same meaning as the term "required by law" in 45 CFR 164.103. Secretary means the Secretary of the
Specific Use and Disclosure Provisions (a) Except as otherwise limited in this Clause, the contractor may use Protected Health Information for the proper management and administration of the contractor or to carry out the legal responsibilities if the contractor. (b) Except as otherwise limited in this Clause, the contractor may disclose Protected Health Information for the proper management and administration of the contractor, provided that disclasures are required by law, or the contractor obtains reasonable assurances from the person to whom the information is disclosed that it will remain confidential and used or further disclosed only as required by law or for the purpose for which it was disclosed to the person, and the person notifies the contractor on any instances of which it is aware in which the confidentiality if the information has been breached. (c) Except as otherwise limited in this Clause, the Contractor may use Protected Health Information to provide Data Aggregation services to the Government as permitted by 45 CFR 164.502(e)(2)(i)(B). (d) Contractor may use Protectected Health Information to report violations of law to appropriate Federal and State authorities, consistent with 45 CFR 164.502(j)(1).
Obligations of the Government Provisions for the Government to Inform the Contractor of Privacy Practices and Restrictions (a) The Government shall provide the Contractor with the notice of privacy practices that the Government produces in accordance with 45 CFR 164.520. (b) The Government shall provide the Contractor with any changes in, or revocation of, permission by Individual to use or disclose Protected Health Information, if such changes affect the Contractor's permitted or required uses and disclosures. (c) The Government shall notify the Contractor of any restriction to the use or disclosure of Protected Health Information that the Government has agreed to in accordance with 45 CFR 164.522.
Permissible Requests by the Government The Government shall not request the Contractor to use or disclose Protected Health Information in any manner that would not be permissible under the HIPAA Privacy Rule, the HIPAA Security Rule, or any applicable Government regulations (including without limitation, DoD 6025.18-R and DoD 8580.02-R) if done by the Government, except for providing Data Aggregation services to the Government and for management and administrative activities of the Contractor as otherwise permitted by this clause.
Termination (a) Termination. A breach by the Contractor of this clause, may subject the Contractor to termination under any applicable default or termination provision of this Contract. (b) Effect of Termination. (1) If this contract has records management requirements, the records subject to the Clause should be handled in accordance with the records management requirements. If this contract does not have records management requirements, the records should be handled in accordance with paragraphs (2) and (3) below (2) If this contract does not have records management requirements, except as provided in paragraph (3) of this section, upon termination of this Contract, for any reason, the Contractor shall return or destroy all Protected Health Information received from the Government, or created or received by the Contractor on behalf of the Government. This provision shall apply to Protected Health Information that is in the possession of subcontractors or agents of the Contractor. The Contractor shall retain no copies of the Protected Health Information. (3) If this contract does not have records management provisions and the Contractor determines that returning or destroying the Protected Health Information is infeasible, the Contractor shall provide to the Government notification of the conditions that make return or destruction infeasible. Upon mutual agreement of the Government and the Contractor that return or destruction of Protected Health Information is infeasible, the Contractor shall extend the protections of this Contract to such Protected Health Information and limit further uses and disclosures of such Protected Health Information to those purposes that make the return or destruction infeasible, for so long as the Contractor maintains such Protected Health Information.
Miscellaneous (a) Regulatory References. A reference in this Clause to a section in DoD 6025.18-R, DoD 8580.02-R, Privacy Rule or Security Rule means the section currently in effect or as amended, and for which compliance is required. (b) Survival. The respective rights and obligations of this contract under the "Effect of Termination" provision of this Clause shall survive the termination of this Contract. (c) Interpretation. Any ambiguity in this Clause shall be resolved in favor of a meaning that permits the Government to comply with DoD 6025.18-R, DoD 8580.02-R, the HIPAA Privacy Rule or the HIPAA Security Rule.
5. Warranty Repairs made during the term of the contract are warranted for the period of the contract or for ninety (90) days, whichever is longer.
Travis AFB Security Requirements
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 Merchant Mariner Legacy Card
* 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
* 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 installation is unable to verify the individual's:
-- Citizenship, immigration status, or social security number or claimed identity.
* The individual is/has/has been:
-- Barred from entry/access to a federal installation or facility. -- Wanted by federal/civil law enforcement authorities, regardless of offense/violation. -- On a federal agency "watch list" or "hit list" for criminal behavior/terrorist activity. -- Knowingly/willfully engaged in acts/activities to overthrow the government by force. -- Incarcerated 12 months/longer in the past 10 years, regardless of offense/violation, unless released on proof of innocence.
* The individual has been convicted of:
-- Child molestation or pornography; any crime involving indecent acts with a minor. -- Espionage, sabotage, treason, terrorism, or murder. -- Firearms or explosive violation within the past ten years. -- Felony involving violence against a person, arson robbery or burglary. -- Drug distribution, possession, intent to sell, trafficking or use more than once. -- Sexual assault, rape, human trafficking or any felony sexual in nature requiring registration as a sex offender under applicable federal or state law.
* The individual is known to be or reasonably suspected of:
* Being a terrorist or belongs to an organization with known terrorism links or support.
* There is reasonable basis to believe the individual:
-- Submitted fraudulent information concerning his or her identity. -- Will unlawfully or inappropriately use an access credential outside the workplace. -- 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.
* There is reasonable basis to believe, that issuance of an access credential poses unacceptable risk when:
-- Criminal or dishonest history exists. -- A statutory or regulatory bar prevents the individual's contract employment; or would prevent federal employment. -- The individual's material, intentional false statement, deception or fraud in connection with federal or contract employment. -- Based on the nature or duration of the individual's alcohol abuse without evidence of substantial rehabilitation. -- Based on the nature or duration of the individual's illegal use of narcotics, drugs, or other controlled substances without evidence of substantial rehabilitation.
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/F3Z4534098AQ11(1)/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 8394 |
Special Notice – 63– Automated Installation Entry (AIE) – 3
U.S. Patents Awarded to Inventors in New Jersey (Sept. 22)
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News