The RFP Database
New business relationships start here

SMFS EEC


Oregon, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Solicitation # W912JV-19-Q-2002

Action Code: Combined Synopsis/ Solicitation Notice


NAICS Code/ PSC Code: 541612/ R431


Subject: Employment and Education Outreach Services


Solicitation Number: W912JV-19-Q-2002


Posted date: July 19th 2019


Response due Date and Time: August 20th 2019


Set Aside: Service-Disabled Veteran-Owned Small Business


Contracting Office Address:
United States Property and Fiscal Office
ATTN: USPFO-P, 1776 Militia Way/PO Box 14350
Salem, Oregon 97309-5047


Performance Location:
Service Member Family Support (SMFS)
ANDERSON READINESS CENTER (ARC)
3225 State Street
Salem, Or 97309


Description


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.


The solicitation is No W912JV-19-Q-2002 and is issued as a Request for Quote (RFQ). The RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 541612 - Human Resources Consulting Services


The government intends to award a Firm Fixed price contract award. Electronic quotations are the only acceptable method of quotation. Faxed offers will not be considered. Email quotations to Richard Harvey at email: Richard.a.harvey5.civ@mail.mil Phillip Chik, at: phillip.l.chik2.civ@mail.mil. The award will only be made to an offeror whose quotation is all-inclusive of the requirements on this solicitation.


Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil.


Period of Performance (POP): After contract award, the anticipated Period of Performance (PoP) will be from September 26, 2019 through September 25, 2020.


Information to Offerors


All Quotes shall be firm-fixed pricing (FFP)
ALL questions and answers will be answered on one amendment after the questions have been closed for this solicitation. The closing date and time for "Questions" is August 12th 2019 at 11:00 am PST. NO QUESTIONS will be accepted after that time. The government will have an amendment posted to FBO No Later Than (NLT) August 14th 2019 in order to give vendors adequate time to review the questions. Important Note: All amendments must be acknowledged by email to Richard Harvey at Richard.a.harvey5.civ@mail.mil before the closing due date of the solicitation or you will be excluded from award.


If you have any questions or concerns regarding this Request for Quote (RFQ), please contact Richard Harvey at email: Richard.a.harvey5.civ@mail.mil Work Phone: 503-584-3773 or Phillip Chik at email: phillip.l.chik2.civ@mail.mil Work Phone: 503-584-3784. To ensure receipt of your quote, please send quote to Richard Harvey


SAM vendor registration is required. Please visit www.sam.gov. Step-by-step information on how to register is detailed on the website. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil


Please review FAR clause 52.229-3 for any exemptions in Federal, State and Local Taxes and their applicability pertaining to your quote for this RFQ.


BASIS FOR AWARD


The Government will award one contract resulting from this solicitation in accordance with FAR 13.106 to the responsible offeror conforming to all requirements in this solicitation and quoting the lowest price offeror meeting all the requirements of the Selection Criteria outlined in the PWS. It is also required that you provide adequate technical documentation as required by the requirements of this solicitation to determine you are capable of providing the services required. The awarded vendor will provide us with the documents listed below. This will be verified by a government representative that the person is technically acceptable before issuance of award. You're quote will be evaluated as either "Acceptable" or "Unacceptable". All unacceptable quotes will be eliminated from award. The government reserves the right to hold discussions, discussions will not be made for this requirement.



SELECTION CRITERIA


The contractor must produce these documents along with their firm fixed priced quote in order to be considered for selection based on the following criteria, Please place your past performance on a separate document entitled Past Performance (Selection Criteria Documents) along with your quote listed in the bottom of this section. The price listed at the bottom of this section will be evaluated for price only:


TECHNICAL PACKET


TO INCLUDE


Technical Package:


Must provide a technical pamphlet that outlines the capabilities of your firm and that you understand everything outlined in the Performance Work Statement (PWS). Pamphlet should include information outlining education, experience level and credentials of the Project Manager and Regional Employment and Education service professionals.


Past Performance:


Must provide 3, but no more than 5 jobs that have been done that are similar in scope.


Price:


CLIN 0001 Program Manager Services (POP September 26th 2019 through September 25th 2020) I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________



CLIN 0002 Employment and Education Professional Services for 2 Regions (POP September 26th 2019 through September 25th 2020) I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________



CLIN 0003 Travel per the PWS NOT TO EXCEED $20,000.00 (POP September 26th 2019 through September 25th 2020) I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________



CLIN 0004: Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see requirement below) or indicate "No Charge". TOTAL tiny_mce_marker_______________


TOTAL CLIN 0001 - 0004 TOTAL tiny_mce_marker________________


CONTRACT MANPOWER REPORTING


Contracting Manpower Recording Act (CMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ARMY collection site as described in this associated PWS. The contractor shall complete Contractor Manpower Reporting (CMR) in accordance with the requirements outlined in the PWS. Information regarding CMR, including contractor user guides, can be obtained at the following website: https://cmra.army.mil/help/glossary.html


Unit Identification Code (UIC) for the Requiring Activity: W8BAAA


Issuing Office DoDAAC: W912JV


ANTI-TERRORISM TRAINING


Contractor must be able to provide the below training certificates 3 days before the commencement of work is to start on or before September 26th 2019. Certificates must be provided to the Contracting Officers Representative (COR) along with copies sent to the Contracting Officer and Contract Specialist.


AT Level I Training. This provision/clause/contract text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 10 calendar days before contract start date. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR and to the Contracting Officer, within 3 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at.


iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 3 calendar days of the training event start date (NLT 23 September 2019), with the results reported to the COR and KO before contract commencement.


OPSEC Training: In accordance with AR 530-1, Operations Security, new contractor employees shall complete Level I OPSEC training within 30 calendar days of their reporting for duty and annually thereafter. The contractor shall submit certificates of completion for each contractor employee to the COR within 15 calendar days after completion of training. Level 1 OPSEC training is available at http://cdsetrain.dtic.mil/opsec/.


Threat Awareness and Reporting Program (TARP): Per AR 381-12, Threat Awareness and Reporting Program (TARP), contractor employees with security clearances must receive annual TARP training by a counterintelligence (CI) agent or other trainer as specified in Chapter 2 Threat Awareness and Education, Section II, paragraph 2-4b. The contractor shall identify annual TARP training, personnel trained and date of training with the Monthly Progress Report.
REQUIREMENTS FOR QUOTE


Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with a total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. You may also fill out the PDF version on FBO of the solicitation and send in by the closing due date and time. The award will only be made to an offeror that is all-inclusive of the requirements for this solicitation.


PRICES QUOTED MUST BE VALID FOR 30 DAYS.


FOB Destination TO:


ORARNG
1776 Militia Way/PO Box 14350
Salem, Oregon 97309-5047


Please return this page and provide the following information.


Contact Person: ________________________________________________________


E-mail Address: ________________________________________________________


Telephone: ____________________________________________________________


DUNS Number: _________________________________________


CAGE Code: ________________________________________


Federal Tax ID Number _____________________________________________


PERFORMANCE WORK STATEMENT (PWS)


FOR


Oregon Service Member & Family Support
Employment and Education Program FY20 Services


General:


1.1 Scope: The Oregon Employment and Education Outreach Program functions to assist Reserve Component Service Members, Veterans, and their Families with employment and educational needs.


The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform Employment and Education Services, as defined in this PWS. Assistance in the development and implementation of outreach services for military personnel entering/re-entering the civilian community with concentration on education and employment opportunities. Network with the local government and other agencies and disseminate this information to the appropriate Veterans and/or Service Members. Provide career support to include career assessment, resume writing, interview skills coaching, and identification of employment barriers. Participate in Yellow Ribbon events for the Oregon National Guard; identify educational and employment needs of Service Members and their Families within each geographic area. Provide reports back to the Oregon National Guard to include but not limited to pre-employment and educational progress, special focus is on the status of unemployed Service Members deployed since 2003 to capture information on their progress regarding employment and education.


1.2 Background: The Oregon National Guard Service Member and Family Support (SMFS) Directorate has a requirement for contractor support to manage all aspects of a Reserve Component Employment and Education Outreach program designed to identify Service Members, Veterans, and their Families eligible for support and provide them with information on available benefits and connect them with sources of support/services. The Contractor shall perform all functions necessary to develop and implement programs to identify and support the employment and educational needs of Service Members and Family Members. Contractor shall also inform and educate them on improving program effectiveness and offerings. Special emphasis is on gathering information on effectiveness of the program to include: trend analysis, needs assessment surveys, and summary reports.


1.3 Period of Performance (PoP): The Period of Performance shall be 1 Base Year of 12 months beginning on 26 September 2019 to 25 September 2020.


1.4 General Information:


1.4.1 Quality Control (QC): The contractor shall develop and maintain an effective QC Plan (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's QCP is the means by which it assures itself that its work complies with the requirements of the contract. As a minimum, the contractor shall develop QC procedures that address the areas identified in Technical Exhibit 1, Performance Requirements Summary (PRS). The finalized QCP will be accepted by the Government at the time of the award of the Task/Delivery Order. The KO may notify the Contractor of required modifications to the plan during the period of performance. The Contractor then shall coordinate suggested modifications and obtain acceptance of the plan by the KO. Any modifications to the program during the period of performance shall be provided to the KO for review no later than 10 working days prior to effective date of the change. The QCP shall be subject to the Governments review and approval. The Government may find the QCP "unacceptable" whenever the Contractors procedures do not accomplish quality control objective(s). The Contractor shall revise the QCP within 10 working days from receipt of notice that QCP is found "unacceptable."


1.4.2 Quality Assurance (QA): The Government will evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government will do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and acceptable quality level(s) or defect rate(s).


1.4.3 Recognized Holidays: The following are recognized United States (US) holidays. The contractor shall not perform services on these days:


1.4.3.1 New Year's Day: January 1st
1.4.3.2 Martin Luther King, Jr.'s Birthday
1.4.3.3 President's Day
1.4.3.4 Memorial Day
1.4.3.5 Independence Day: July 4th
1.4.3.6 Labor Day
1.4.3.7 Columbus Day
1.4.3.8 Veteran's Day: November 11th
1.4.3.9 Thanksgiving Day
1.4.3.10 Christmas Day: December 25th


1.4.4 Place and Performance of Services: The contractor shall provide services between the hours of 8:00 a.m. - 4:30 p.m. on Monday through Friday, except on recognized US holidays. The Contractor shall provide dedicated representative for each region. One representative minimum per region with duty location within the assigned region defined as; Region 1 = Lane, Linn, Benton, Lincoln, Polk, and Marion Counties, and Region 2 = Wasco, Clackamas, Multnomah, Hood River, Yamhill, and Washington Counties. The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential.


1.4.4.1 Telework: The Government may permit telework by contractor employees when determined to be in the best interest of the Government in meeting work requirements. In furtherance of Continuity of Operations Planning (COOP), a telework program may be enacted to ensure that the Government's mission-critical operations stay operational during times of national emergency or incidents of national significance. Telework shall be at no additional cost to the Government.


1.4.4.2 Unscheduled gate closures by the Security Police may occur at any time causing all personnel entering or exiting a closed installation to experience a delay. This cannot be predicted or prevented. Contractors are not compensated for unexpected closures or delays. Vehicles operated by contractor personnel are subject to search pursuant to applicable regulations. Any moving violation of any applicable motor vehicle regulation may result in the termination of the contractor employee's installation driving privileges.


1.4.4.3 The contractor's employees shall become familiar with and obey the regulations of the installation; including fire, traffic, safety and security regulations while on the installation. Contractor employees should only enter restricted areas when required to do so and only upon prior approval. All contractor employees shall carry proper identification with them at all times, and shall be subject to such checks as may be deemed necessary. The contractor shall ensure compliance with all regulations and orders of the installation which may affect performance. The Government reserves the right to direct the removal of an employee for misconduct, security reasons, or any overt evidence of communicable disease. Removal of contractor employees for reasons stated above does not relieve the Contractor from responsibility for total performance of this contract.


1.4.5 Security Requirements. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the COR. The contractor and all associated subcontractor employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by Department of Defense (DoD), Headquarters Department of Army (HQDA) and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes.


1.4.5.1 Reserved


1.4.5.2 For contractors that do not require a CAC, but require access to a DoD facility or installation: Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), and applicable installation, facility and area commander installation/facility access, and local security policies and procedures (provided by a government representative).


1.4.5.3 Communications Security/Information Technology (COMSEC/IT) Security. All communications with DoD organizations are subject to COMSEC review. All telephone communications networks are continually subject to intercept by unfriendly intelligence organizations. DoD has authorized the military departments to conduct COMSEC monitoring and recording of telephone calls originating from, or terminating at, DoD organizations. Therefore, the contractor is advised that any time contractor personnel place or receive a call they are subject to COMSEC procedures. The contractor shall ensure wide and frequent dissemination of the above information to all employees dealing with DoD information. The contractor shall abide by all Government regulations concerning the authorized use of the Government's computer network, including the restriction against using the network to recruit Government personnel or advertise job openings.


1.4.5.4 Reserved


1.4.5.5 Protection of Personally Identifiable Information (PII). The contractor shall protect all PII encountered in the performance of services in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 224.103 Personally Identifiable Information and Department of Defense Directive (DoDD) 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R. If a PII breach results from the contractor's violation of the aforementioned policies, the contractor shall bear all notification costs, call-center support costs, and credit monitoring service costs for all individuals whose PII has been compromised.


1.4.5.11 Reserved


1.4.5.12 Reserved


1.4.5.13 Reserved


1.4.6 Physical Security. The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured.


1.4.6.1 Key Control. NOTE: All references to keys include key cards. The contractor shall establish and implement methods of ensuring that no keys/key cards issued by the Government are lost or misplaced or are used by unauthorized persons. No keys issued by the Government shall be duplicated. The contractor shall include procedures covering key control in the QCP. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The contractor shall immediately report any occurrences of lost or duplicated keys/key cards to the COR.


1.4.6.1.1 In the event keys, other than master keys, are lost or duplicated, the contractor shall, upon direction by the KO, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the Government replaces or re-keys the locks, the Government will deduct the total cost of lock replacement or re-keying from the monthly payment due the contractor. In the event a master key is lost or duplicated, the Government will replace all locks and keys for that system, and will deduct the total cost from the monthly payment due the contractor.


1.4.6.1.2 The contactor shall prohibit the use of the Government issued keys/key cards by any persons other than the contractor's employees. The contractor shall prohibit the opening of locked areas by contractor employees to permit entrance of persons other than contactor employees engaged in the performance of services in those areas, or personnel authorized entrance by the KO.


1.4.6.2 Lock Combinations: The contractor shall establish and implement methods of ensuring that no lock combinations are revealed to unauthorized persons. The contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the contractor's QCP.


1.4.7 Special Qualifications: Employment and staffing difficulties shall not be justification for the contractor's failure to meet established requirements. If such difficulties impair performance, the contractor may be subject to termination for cause.


1.4.7.1 Contractor Employee Qualifications: The contractor is responsible for providing a fully qualified work force. The contractor shall employ and utilize only experienced, responsible, and capable persons in the performance of work under the awarded contract. All employees must be citizens of the United States.


1.4.7.2 Key Personnel Qualifications Requirements: The Project Manager is considered a Key Personnel position. Key Personnel require a Bachelor's degree or demonstrated practical experience in the area(s) of expertise required by the technical specifications, as well as a demonstrated capability in program / project coordination applications with two years' experience. Possess knowledge directly related to the requirements as they relate to the Reserve Components. In addition, the Project Manager must have team lead or management experience. The project manager cannot be dual hatted. Any replacement to the Project Manager must be approved by the SMFS COR and a Contracting Officer in the state of Oregon..


1.4.7.3 Exempt Professional Employees: Contractor employees supporting this requirement are identified as professional employees as defined in 29 CFR 541 and are not subject to the requirements of the Service Contract Act of 1965 (FAR Subpart 22.11 Professional Employee Compensation). The Contractor shall ensure the labor categories as defined in the Labor Categories document, labor rates, and man-hours utilized in the performance of each task (PWS line item) issued hereunder will be the minimum necessary to accomplish the task.


1.4.8 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the KO in accordance with FAR Subpart 42.5. The KO, COR and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor's performance. At these meetings, the KO will apprise the contractor of how the Government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced. The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government.


1.4.9 Identification of Contractor Employees: All contractor personnel attending meetings, answering Government telephones and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression that they are Government employees. The contractor shall ensure that all documents or reports produced by contractor personnel are suitably marked as contractor products or that contractor participation is appropriately disclosed. The contractor's status as a "contractor" shall be predominantly displayed in all correspondence types (to include signature blocks on e-mail) and dealings with Government or non-Government entities. Contractor personnel shall wear identification badges distinguishing themselves as such. The badges shall have the company name, employee name and the word "contractor" displayed. The contractor shall retrieve all identification media (including vehicle passes) from its employees who depart employment for any reason. The contractor shall return all identification media (i.e., badges and vehicles passes) to the KO within 14 days of an employee's departure.


1.4.10. Combating Trafficking in Persons: The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not engage in severe forms of trafficking in persons during the period of performance of the contract; procure commercial sex acts during the period of performance of the contract; or use forced labor in the performance of the contract. The Contractor shall notify its employees of the United States Government's zero tolerance policy, the actions that will be taken against employees for violations of this policy. The contractor shall take appropriate action, up to and including termination, against employees or subcontractors that violate the US Government policy as described at FAR 22.17.


1.4.11 Contractor Travel: The contractor shall travel to other government facilities and to client meetings at a variety of locations, to include travel to outlying areas in the state, during the performance of this contract.


The contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. All travel requires COR recommendation for approval and/or authorization by the KO prior to travel arrangements being made.


The contractor may be required to travel to off-site training locations and to ship training aids to these locations in the performance of this contract. The cost of shipping training aids shall be borne by the contractor. The contractor will be reimbursed for the costs of shipping training aids in accordance with the JTR and limitation of funds in this contract.


Estimated Travel Mileage/Events Per &ear
Region City Total Mileage Estimate per Region Estimated # of nights of lodging
Region 1
Salem
8516
15
Region 2 Portland 8516 15
Program Manager Oregon 5400 15
TOTALS 22,432 45



1.4.12 Data Rights: The Government has unlimited rights to all documents/materials produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the KO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights.


1.4.13 Organizational Conflicts of Interest (OCI): The contractor and subcontractor personnel performing services under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent OCIs, as defined in FAR Subpart 9.5. The contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The contractor's mitigation plan will be determined to be acceptable solely at the discretion of the KO. In the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may impose other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI.


1.4.14 Reserved


2.0 Definitions and Acronyms:


2.1 Definitions:


2.1.1 Contractor: A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime.


2.1.2 Contracting Officer (KO): A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government.


2.1.3 Contracting Officer Representative (COR): An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment will be in writing and will state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract.


2.1.4 Defective Service: A service output that does not meet the standard of performance associated with the PWS.


2.1.5 Deliverable: Anything that can be physically delivered and includes non-manufactured things such as meeting minutes or reports.


2.1.6 Key Personnel: Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.


2.1.7 Physical Security: Actions that prevent the loss or damage of Government property.


2.1.8 Quality Assurance: The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards.


2.1.9 Quality Assurance Surveillance Plan (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.


2.1.10 Quality Control: All necessary measures taken by the Contractor to ensure that the quality of an end product or service shall meet contract requirements.


2.1.11 Subcontractor: One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor.


2.2 Acronyms:


AEI Army Enterprise Infostructure
AR Army Regulation
AT/OPSEC Antiterrorism/Operational Security
BI Background Investigation
CM Contract Manager
CMRA Contractor Manpower Reporting Application
COR Contracting Officer Representative
DA Department of the Army
DD254 Department of Defense Contract Security Classification Specification
DFARS Defense Federal Acquisition Regulation Supplement
DoD Department of Defense
FAR Federal Acquisition Regulation
GFP/M/E/S Government Furnished Property/Material/Equipment/Services
HQDA Headquarters, Department of the Army
HSPD Homeland Security Presidential Directive
IA Information Assurance
IS Information System(s)
KO Contracting Officer
NGB National Guard Bureau
OCI Organizational Conflict of Interest
PII Personally Identifiable Information
PIPO Phase In/Phase Out
POC Point of Contact
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Program
SSN Social Security Number
TE Technical Exhibit
USD(I) Under Secretary of Defense for Intelligence



3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the property, material, equipment, and/or services listed below solely for the purpose of performance under this contract:


3.1 Property: The Government will make space available at government facilities to meet with clients, but will not provide a dedicated workstation, computer, or other equipment to include office supplies. The COR will coordinate access to utilize government facilities when necessary. Requests for use of these facilities need to be sent to the COR at least 15 days in advance. COR will need sufficient time to reserve the space requested.


3.2 Reserved


3.3 Reserved


3.4 Reserved


3.5 Utilities: All utilities in the facility will be available for the contactor's use in the performance of this contract. The contractor shall instruct employees in utilities conservation practices. The contractor shall operate under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount.


4.0 Contractor Furnished Property, Materials, and Equipment (CFP/M/E):


4.1 General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1.


Richard Harvey, Contract Specialist, Phone 503-584-3773, Email richard.a.harvey5.civ@mail.mil - Phillip Chik, Contracting Officer, Phone 503-584-3784, Email phillip.l.chik2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP