The RFP Database
New business relationships start here

Lyster Army Health Clinic Security System


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

 

GENERAL INFORMATION

 

This is a combined synopsis/solicitation for services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation.  Proposals are being requested for the required service and no written solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-05, Effective 13 August 2019.

 

This requirement is issued as a Request for Proposal (RFP) (Reference-Number 00113633693).

 

This requirement is being competed as unrestricted on the open market in accordance with the following:

NAICS Code:  561621 - Security Systems Services (except locksmiths); Size standard: $22.0M

Product Service Code: S211 - Surveillance Services

 

Fort Rucker, AL requires the following service: Upgrade and additions/adjustments to the pre-existing security system to include yearly service plans, maintence inspections, and software update support.  The Government's intent is to award this contract with one (1) Base Year and four (4) Option Years.

 

Description: Lyster Army Health Clinic is currently utilizing the Lenel Security System in most areas of the facility.  This requirement is for the upgrade and additions/adjustments to the pre-existing security system.  This will allow for the aging security system (door alarms, sensors, and CCTV system) to be properly adjusted and upgraded-allowing full functionality of the system and give the security unit the ability to monitor all mission essential/vulnerable areas continuously.    

 

Type of Contract:  The Governement anticipates a single award Firm-Fixed-Price Contract.


 



IMPORTANT NOTES: 


1. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.


2. A site visit is scheduled at Lyster Army Health Clinic, Bldg 301 Andrews Ave, Fort Rucker, AL 36362 on Thursday, 26 September 2019, at 10:00 AM Central Standard Time (CST).  All visitors must go to the Daleville Gate Vistor Control Center, open 8:00am - 4:00pm, Monday through Sunday, to obtain a Visitors Badge.  You will need a valid Governement-issued picture identification.  To expidite the process, you can download and complete a Fort Rucker Form 2746-R-E from https://www.rucker.army.mil/visit/ and bring it with you at the time of processing.  For more information, call (334) 255-0607.  Please ensure to give yourself enough time to obtain the pass prior to the scheduled site visit.  Please provide a list of all attendees names (as reflected on their driver's license) who plan on being at the site visit, include title and a telephone number for each individual. Submit the requested information to Contract Specialist, Katelin Grothe at Katelin.b.grothe.civ@mail.mil not later than Wednesday, 25 September 2:00 PM CST. Offerors are encouraged to visit the site and take steps as may be reasonably necessary to ascertain the nature and location of work and the general and local conditions that can affect the work or cost thereof. Failure to do so will not relieve offerors from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in this RFP, the specification, or related documents. All pertinent questions shall be submitted by e-mail to Contract Specialist, Katelin Grothe at katelin.b.grothe.civ@mail.mil by Friday, 27 September 2019 at 12:00 PM CST.


3. Responses to this notice shall be provided in writing via e-mail to Contract Specialist, Katelin Grothe at katelin.b.grothe.civ@mail.mil and Contracting Officer, Anita Mclain at anita.l.mclain.civ@mail.mil. ; All responses shall be received NLT 5:00 PM CST on Friday 18 October 2019.

 

 

 

SCHEDULE OF SUPPLIES/SERVICES ON EXECUTION OF CONTRACT:

This acquisition is for the purchase of the following:  

 

CLIN 0001 - Equipment

Estimated Quantity:  - 1 Job

 

CLIN 0002 - Labor

Estimated Quantity:  - 1 Job

 

CLIN 0003 - Base Contractor Manpower Reporting Application

Estimated Quantity:  - 1 Job

 

CLIN 0004 - Base Year Service plan

Estimated Quantity:  - 1 Job

 

CLIN 0005 - Base Year Maintenance Inspections

Estimated Quantity:  - 1 Job

 

CLIN 0006 - Base Year Supplies and Misc

Estimated Quantity:  - 1 Job

 

CLIN 0007 - Base Year IMD Software Update Support

Estimated Quantity:  - 1 Job

 

CLIN 0008 - Option Year 1 Contractor Manpower Reporting Application

Estimated Quantity:  - 1 Job

 

CLIN 0009 - Option Year 1 Service plan

Estimated Quantity:  - 1 Job

 

CLIN 0010 - Option Year 1 Maintenance Inspections

Estimated Quantity:  - 1 Job

 

CLIN 0011 - Option Year 1 Supplies and Misc

Estimated Quantity:  - 1 Job

 

CLIN 0012 - Option Year 1 IMD Software Update Support

Estimated Quantity:  - 1 Job

 

CLIN 0013 - Option Year 2 Contractor Manpower Reporting Application

Estimated Quantity:  - 1 Job

 

CLIN 0014 - Option Year 2 Service plan

Estimated Quantity:  - 1 Job

 

CLIN 0015 - Option Year 2 Maintenance Inspections

Estimated Quantity:  - 1 Job

 

CLIN 0016 - Option Year 2 Supplies and Misc

Estimated Quantity:  - 1 Job

 

CLIN 0017 - Option Year 2 IMD Software Update Support

Estimated Quantity:  - 1 Job

 

CLIN 0018 - Option Year 3 Contractor Manpower Reporting Application

Estimated Quantity:  - 1 Job

 

CLIN 0019 - Option Year 3 Service plan

Estimated Quantity:  - 1 Job

 

CLIN 0020 - Option Year 3 Maintenance Inspections

Estimated Quantity:  - 1 Job

 

CLIN 0021 - Option Year 3 Supplies and Misc

Estimated Quantity:  - 1 Job

 

CLIN 0022 - Option Year 3 IMD Software Update Support

Estimated Quantity:  - 1 Job

 

CLIN 0023 - Option Year 4 Contractor Manpower Reporting Application

Estimated Quantity:  - 1 Job

 

CLIN 0024 - Option Year 4 Service plan

Estimated Quantity:  - 1 Job

 

CLIN 0025 - Option Year 4 Maintenance Inspections

Estimated Quantity:  - 1 Job

 

CLIN 0026 - Option Year 4 Supplies and Misc

Estimated Quantity:  - 1 Job

 

CLIN 0027 - Option Year 4 IMD Software Update Support

Estimated Quantity:  - 1 Job

 

 

 

 

PERFORMANCE WORK STATEMENT

Lyster Army Health Clinic

Fort Rucker, Alabama

 

 

1.  General: Lyster Army Health Clinic (LAHC) is an Army Health Clinic sited at building 301 in Fort Rucker, Alabama and is part of the US Army Medical Command.  It provides world- class health services to military personnel and beneficiaries. This is a non-personal services contract to provide Lyster Army Health Clinic (LAHC) security services on and to the existing Lenel OnGuard system, indoor/outdoor security cameras, access control locks, magnetic door locks, cabling, monitors, Dell made server running Lenel software, and displays that are vital to the Lenel OnGuardTM security system, which is currently installed in LAHC. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor, in turn, shall be accountable to the Government for Contractor or subcontractor personnel.

 

•1.1  Scope:  The Contractor shall furnish all equipment and equipment installation personnel, to provide successful installation of the identified Video Surveillance System (VSS) and Security Access Control/Badging and Monitoring System (SAC/BMS). Licenses renewal cost is included in this contract, Contractor shall ensure program licenses do not expire during length of contract.  The Contractor shall ensure all security current and future hardware, for term of contract, is in good operating condition in all buildings (301 LAHC main, 9204 Veterinarian clinic, and Brown Dental) assigned to the Lyster Army Health Clinic, Fort Rucker, Alabama, 36362. Contractor shall maintain the integrity, functionality and reliability that are required to protect critical environments. Contractor shall provide and install software updates to security PC systems, Contractors shall provide training to security staff on operating procedures on all installed security equipment. Contractor shall perform monthly inspections on systems that secure high value and mission essential areas.  Contractor shall provide client with on-site end user training of all security equipment installed. Contractor shall conduct system assessment of the entire system within the first 30 days of the contract. The requirement is to install a Lenel (or equivalent) compatible VSS AND SAC/BMS and standalone Security Access Control/Badging and Monitoring System, which will allow operators in two different locations in LAHC to monitor real-time views of all cameras installed, as well as video and still images (data) which have been recorded by those cameras for the previous 30 days, copy any recorded data to a standard compact disk (CDR=recordable CD, all formats) or digital video disk (DVDR=recordable DVD, all formats) in a format which will allow viewing of the video or images on any computer without the need for specific software.

 

•1.2   Objective:   This contract is required to maintain our security and access systems which protect classified material, high value items, controlled medical substances and ensures the safety and security of our patients, visitors, and staff. This contract ensures we can provide 24/7 security coverage of the facility. 

 

1.3. Personnel Security Requirements.

 

1.3.1. General. The Contractor employees shall be properly screened and cleared for access to the installation at the level of security specified in DD 254, DoD Contract Security Classification Specification.

 

1.3.2. A valid NACI background clearance is required for the Contractor or Contractor personnel.

 

1.3.3. Contractor personnel shall wear a clearly readable identification badge, furnished by the LAHC Security Office, which consists of the Contractor's company name, employee's name and current picture.

 

1.3.4. Contractor personnel shall have access to building 301 LAHC main, 9204 Veterinarian clinic, and Brown Dental, as required for installation of VSS AND SAC/BMS and SAC/BMS during regular duty hours, Monday through Friday, 0730 (7:30am) - 1615 (4:15pm) unless prior coordination is made regarding location, time, date and task specified.

 

1.3.5. AT Level I Training. This provision/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 Army installations, facilities and controlled access areas shall complete AT Level I awareness training annually IAW current contractor personnel training requirements.  The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 30 calendar days after completion of training by all employees and subcontractor personnel.  AT level I awareness training is available at the following website: https://jkodirect.jten.mil/Atlas2/faces/page/login/Login.seam

 

1.3.6. Access and General Protection/Security Policy and Procedures.

This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area.  Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative).   The contractor shall also 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.  Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy.  In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.

 

1.3.7. 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 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award.

 

1.4. Physical Security of Equipment. The Contractor shall ensure all installed equipment is properly secured in the designated installation areas of LAHC main, Veterinarian Clinic, and Brown Dental. The Contractor shall ensure all installed equipment is secured in a suitable locations. All new equipment not yet installed will be secured by the Contractor to prevent damage from the elements, theft or destruction.

 

1.5. Contingency Plan. The Contractor shall have and provide a clear and concise written Contingency Plan to meet any emergency. The contingency plan shall be presented to the KO for review/approval within 30 days after contract award. The Contingency plan will cover areas such as increased/extended work hours and/or expansion of the Contractor workforce due to any of the following events:

 

1.5.1. Sudden buildup of military forces in preparation for war, police action, international crises, increase FPCON, etc.

 

1.5.2. Natural disaster which impacts upon either the Government's or Contractor's ability to perform.

 

1.5.3. Civil disturbances (i.e., riots, mass demonstrations, terrorist attacks, etc.).

 

1.5.4. Labor strikes, which impact upon either the, Governments or Contractor's ability to perform.

 

1.5.5. Local Government emergencies such as accidents, fires, terrorist attacks, etc.

 

1.6. Lost and Found property. The Contractor shall ensure that all articles found by the Contractor's employees are turned in to the LAHC Security Office within one (1) workday.

 

1.7. General Administrative Requirements. The Contractor is responsible for reviewing and updating current plans or equipment changes throughout the life of this contract. Any revisions shall be provided to the Contracting Officer for approval. Any changes made during the contract performance period shall be submitted and approved by the Contracting Officer prior to implementation.

 

1.8. Quality Control Plan.

 

1.8.1. Quality control is the responsibility of the Contractor. The Contractor shall establish and implement a system of supervisory checks and controls to ensure that the minimum performance requirements and standards outlined in the Contract and PWS are met. This plan must be reviewed by Government's representative and approved prior to implementation.

 

1.8.2. The Contractor shall submit a written copy of the quality control plan to the KO for review/approval within 30 days after contract award. Any changes made during the Contract performance period shall be submitted and approved by the Contracting Officer prior to implementation.

 

1.9. Quality Assurance. The Contractor and the COR will conduct an assessment of the VSS AND SAC/BMS equipment installation and operation after completion of work at LAHC. The Contractor and COR will also conduct an assessment of the complete VSS AND SAC/BMS installation and operation prior to completion of the contract.

 

1.10. Safety.

 

1.10.1The Contractor shall establish and maintain an accident prevention program. The safety program will conform to requirements of applicable Army Regulation 385-10 and to the Occupational Safety and Health Act of 1970 (OSHA). The safety plan shall be presented to the KO for review/approval within 30 day after contract award.

 

1.10.2. The Contractor shall submit to the Contracting Officer immediately a full report of all incidents which pose any actual or potential threat to the facility's security or safety of the personnel located there. If there is any doubt as to whether a report should be filed, that doubt should be resolved in favor of reporting the incident or condition. Government owned facilities or equipment found to be in need of repair shall be reported within 1 hour of discovery to the Contracting Officer.

 

1.11. Energy Conservation.

 

1.11.1. The Contractor shall instruct employees in appropriate utilities conservation practices. Contractor's employees, and in turn the Contractor, shall operate under conditions which preclude the waste of utilities.

 

1.12. Recordkeeping.

 

1.12.1.The Contractor shall comply with the recordkeeping requirements of 29 CFR Part 1904 and with the safety and health standards published in 41 CFR Part 50-204, including any matters incorporated by reference therein, and immediately report any incidents to the Contracting Officer's Representative.

 

1.13 Contractor Manpower Reporting.

 

1.13.1. ACCOUNTING FOR CONTRACT SERVICES - The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor Manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/

 

The required information includes:

(1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative;

(2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period;

(4) Contractor name, address, phone number, e-mail address, identity of Contractor employee entering data;

(5) Estimated direct labor hours (including sub-Contractors);

(6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors);

(8) Predominant Federal Supply Class Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost;

(10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information);

(11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website);

(12) Presence of deployment or contingency contract language;

(13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country).

(14) As part of its submission, the Contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server of fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site."

 

1.14. Network Access Requirements.

 

1.14.1. The Contractor and Contractor Personnel will have limited/system installation specific access to computers on the Government infrastructure. When testing and implementation is required to ensure the VSS AND SAC/BMS is operational, Government personnel shall be present when appropriately approved contract personnel access the computers and/or Government network. CAC card is required for network access.

 

1.14.2   Contractor must ensure that all equipment meets LAHC requirements and thus must maintain regular communication with LAHC's IMD (Information Management Department) service to ensure all computers or software related requirements are met in order to prevent delays or down-times in services. The Contractor may be given permission to be unescorted while working in the communication closets and data centers with in the hospital only after being approved by the Chief Information Officer to perform such tasks.

During times where server and updates are required, Contractor must coordinate with IMD to ensure that server and software requirements and security are being met. Contractor is not allowed to work on any server unaccompanied unless written consent is given to the contractor and memo held by both physical security, and COR. Contractor must hold a Secret level security clearance to work on in any communication closet or server room. Those not meeting this requirement are not authorized to work on or to LAHC servers or network per MEDCEN/DHA policy. Contractor must ensure that all technicians have performed HIPAA, Informational Assurance, Informational Security, and Operational Security training prior to accessing any MEDCEN/DHA network, server, or communication closet per MEDCEN/DHA policy.

Contractor shall provide as part of service all camera, access control, and server licenses renewals as part of the services provided. License renewals is only applicable to newly installed equipment. Items not requiring license renewal shall not need license renewed. Those items requiring renewals shall be done as part of the services and maintenance offered under this service maintenance contract. If renewals come at additional cost then such shall be placed as a purchase ordered and made as an attachment to the contract. Contractor shall apply for and get approval to perform B to B for patches and upgrades and have approved ATO for network.

 

1.14.3 Contractor shall apply for and get approval to perform B to B for patches and upgrades and have approved ATO for network.

 

1.14.4 Contractor shall obtain DoDD 8570 - IAT level 2 Cyber Security Certifications in order to perform security system installation and maintenance functions.

 

1.14.5 Contractor will not take orders to perform tasks that would add additional costs or go beyond the hours as mentioned from any persons other than what is granted in writing from the KO. Contractor shall note that any activity not directly authorized by the KO or what is granted in this contract is an unauthorized commitment and the US government has no responsibility to pay for such tasks that were not directly authorized.

 

1.15. Procedures Manual.

 

1.15.1. The Contractor shall develop a Procedures or Instruction Manual to ensure VSS AND SAC/BMS monitoring personnel can adequately view information in real-time and properly transfer recorded data to be viewed on other computer systems. This will ensure the VSS AND SAC/BMS is being operated to its maximum potential.

 

1.15.2. The Procedure's Manual shall address the following items as a minimum:

a. System startup and login procedures.

b. Accessing the various buildings cameras and camera views.

c. Accessing the data recorded at the various buildings

c. Playback of recorded data at all buildings

d. How to properly transfer both video and still image data to CDR/DVDR.

e. How to view both video and still image data on computers other than the VSS AND SAC/BMS.

f. Individual VSS AND SAC/BMS component startup and reboot procedures.

g. Troubleshooting procedures for all hardware and software aspects of the complete VSS AND SAC/BMS.

 

 

2. Definitions and Acronyms.

 

2.1.1. Video Surveillance System (VSS AND SAC/BMS). A system which includes camera(s), video recording device(s), computer(s) with monitoring software and output device(s) such as computer screen(s) or television(s) used for the purpose of  monitoring a specific area or areas in order to observe traffic, equipment and/or personnel.

 

2.1.2. Certifying Official. The commander or their designated representative charged with the maintenance of law and order at an installation/ activity or facility and for making suitability determinations of contract guards.

 

2.1.3. Chief of Guards. The top manager of the contract guard force at a specific installation.

 

2.1.4. Class "A" Telephone. Full telephone service to include access to commercial long distance, DSN, and local off/on-installation lines.

 

2.1.5. Contracting Officer (KO). An individual with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings.

 

2.1.6. Contracting Officer's Representative (COR). An individual at a specific installation designated in writing by the Contracting Officer to act as an authorized representative within the scope and limitations authorized by the Contracting Officer.

 

2.1.7. Controlled Area/Secured Area. Any specifically designated building, area of structure, containing lucrative targets for theft, compromise, or destruction and to which entry must be limited in order to provide more than routine protection.

 

2.1.8. Customer Complaint. A means of documenting certain kinds of contract service problems. A Government program that is explained to every organization that receives service under this contract, which is used to evaluate a Contractor's performance.

 

2.1.9. Defective Service. A service output that does not meet the standard of performance.

 

2.1.10. Installation. A military post or base.

2.1.11. Performance Assessment (PAP). An organized written document used for quality assurance surveillance. The document contains specific methods to perform surveillance of the Contractor.

 

2.1.12. Performance Requirement. The point that divides acceptable and unacceptable performance. In the case of assessing the Contractor's performance of installing a VSS AND SAC/BMS, performance will be ultimately measured by whether the VSS AND SAC/BMS captures the required data, is properly capable of being monitored, data capable of being copied to CDR/DVDR and opened on other computers.

 

2.1.13. Performance Requirements Summary. Identifies the key service outputs of the contract that will be evaluated by the Government to assure contract performance and if the Contractor meets standards.

 

2.1.14."Act of God" defined by system damaged caused by severe weather phenomenon or occurrence of natural causes that cannot be prevented by caution or common preventative practices or procedures.

 

2.1.15. Procedures Manual. A narrative description of the training and procedures the Contractor shall give to the customer regarding specific operations of the product.

 

2.2 Abbreviations and Acronyms.

CCTV Closed Circuit Television

CDR Any format of recordable compact disk media; +R, -R, +RW, -RW, etc.

COR Contracting Officer's Representative

DVDR any format of recordable digital video disk media; +R, -R, +RW, -RW, etc.

GFP Government Furnished Property

KO Contracting Officer

PR Performance Requirement

PRS Performance Requirement Summary

QAE Quality Assurance Evaluator

PAP Performance Assessment Plan

PWS Performance Work Statement

VSS AND SAC/BMS Video Surveillance System and Security Access Control and Badging/ Monitoring System.

 

3. GOVERNMENT FURNISHED PROPERTY

3.1. No Government furnished property will be provided to the Contractor or Contractor personnel. Contractor may reuse existing Card Readers, electric locking devices, panels, cables, door position switches and installed miscellaneous components. The network to which the VSS AND SAC/BMS will be connected is owned by the Government, and once the VSS AND SAC/BMS is complete it will also belong to the Government.

 

3.2. Heat, cooling, light, water, and other utilities are available in the structures where the VSS AND SAC/BMS components will be housed during use.

 

3.3. Working space will be provided in order to cut cable and conduit, attach cable ends and connectors, and various other small tasks required for proper job completion.

 

3.4. Standard US Army and Government forms and regulations as needed.

 

3.5. The Government will provide all keys to access necessary doors for proper security and installation of equipment.

 

3.6. All property furnished by the Government under the Contract will remain the property of the Government. Maintenance and repair is the responsibility of the Government. The Contractor has the responsibility to report all equipment maintenance issues or problems with the Government equipment and must ensure proper utilization and handling of the equipment. The Contractor shall report the building number if applicable with the problem or issue. All hardware and software installed will be the property of the government. All equipment changes or disposal shall require government authorization prior to action.

 

3.7 For contractors requiring Common Access Card (CAC). Before CAC issuance, the contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI) or an equivalent or higher investigation in accordance with Army Directive 2014-05.  The contractor employee will be issued a CAC only if duties involve one of the following: (1) Both physical access to a DoD facility and access, via logon, to DoD networks on-site or remotely; (2) Remote access, via logon, to a DoD network using DoD-approved remote access procedures; or (3) Physical access to multiple DoD facilities or multiple non-DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or more.  At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI at the Office of Personnel Management.

 

3.8 For contractors that do not require 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 Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative and performed annually), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.  

 

3.9 Criminal Background Check Requirement:  Contractor and sub-contractors must pass a formal criminal background check. This check will be performed through the LAHC Security Manager.

 

3.9.1 Access, General Protection, and Security Policy and Procedures: Contractor and all associated subcontractors shall comply with applicable installation, facility, and area commander installation and/or facility access and local security policies and procedures (provided by government representative).  The contractor shall also provide all information required for background checks to meet installation access requirement to be accomplished by installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractors must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy.

 

 

4. Contractor Equipment.

 

4.1. The contractor shall furnish the necessary tools, equipment, materials and products necessary to ensure accurate, efficient and expeditious completion of the VSS AND SAC/BMS installation.

 

Complete upgrade of security access control system and badging monitoring system, Lenel (or equivalent) compatible.

 

All licenses, software, hardware necessary to successfully upgrade entire security system. Monthly updates and maintenance of system. Product proposed will be required to be approved by COR prior to selection.

Contractor shall be required to be fully licensed and certified on all current (preexisting) Lenel security systems and proposed upgrade security monitoring systems. Must specify in quote/proposal all licenses Contract Company currently maintains.

 

Contractor shall provide LAHC up to 10 software licenses installed in system chosen by PTMS COR, either during installation or on later maintenance visits.

 

System must be connected to LAHC network (via shared switches), but will not be set as public to ensure proper isolation from network functions. Contractor shall ensure all personnel have current NACI checks in order to obtain CAC for network installation. Contractor shall obtain proper Approval to Operate (ATO) packets from DHA prior to installation of system upgrade and ensure that all system components are Trade Agreement Act compliant.

 

Contractor shall provide all uploaded software to LAHC IMD on a hard disk for safekeeping. System administration rights and passwords will be given to at least 1 PTMS and IMD government representative. 

 

Contractor shall provide all fibers, connections, servers, and switches and shall ensure that all network related functions, connections, and installation actions are cleared by LAHC IMD personnel to ensure that all DHA IA regulatory policies are adhered to at all times.

 

System installed is required to have software that will alert PTMS personnel monitoring system when SAC/BMS door was overridden manually with date, time, and location of manual override.

 

The operation system installed shall be the most up to date software available and contain updated badge making software and hardware, compatible with existing Lenel product. Shall be capable of creating sub-groups for limited camera viewing of specified areas.

 

Upgrade must include 2 stand-alone systems installed at guard monitoring area and main PTMS in processing location. Must run wiring for system connection to designated EOC area, allowing capability of moving system hardware to that location if needed. Hardware must include two monitors for each operating system.

 

Must be Information Assurance Vulnerability Alert (IAVA) compliant/TAA compliant and checked for compliance monthly during maintenance and software patch/update visit.

 

Any old system hardware used will be required to be certified and warrantied by contractor for no less than 3 years prior to use.

 

Updated panic button system software and hardware, compatible with existing system. Replace existing equipment (buttons) with equipment that can be installed in a static locations. Reduce number to no more than 100 and dispose of all old/unusable buttons.

 

Installation of Duress Alarm keypad (similar to the alarm pad currently in PTMS area for panic buttons) at Front Desk for identification of Duress Alarm pulls.

 

Install one button push notification system in two locations for emergency code notification (white, violet, gray, green, etc.-must include "test" or "exercise" option for training of clinic personnel). Notification must be capable of reaching all areas of the clinic.

 

Installation of system will include testing, set-up, full training on system functions, and creation of 8 badging templates (based on customer requirements regarding identification classification requirements, with the reloading of all existing badge holders.

 

System must be capable of establishing various access levels/time zones/permissions. Must be capable of being fully locked down with a simple action for emergency situations. This capability must be easily accessible in several locations established by PTMS personnel.

 

Contractor shall guarantee a 4-hour response to emergency work orders and a 48 hour response time to all service calls 7 days a week.

 

Contractor shall provide a three year, full system warranty and full service maintenance contract for year of installation, plus four additional years, which will include, but will not be limited to, back-up of access control system configuration, archiving of cardholder database/transaction logs, back-up video management system configuration, confirm correct recording preferences, de-fragment all hard drives, run system-wide diagnostic reports in order to identify faulty equipment.

 

Contractor shall provide red line drawings during installation of security system upgrade, as requested, and clearly labeled red line drawings after project completion.

 

Contractor shall provide an on-site technician to complete monthly maintenance and system updates and patches, as directed by LAHC IMD network scan results, one full eight (8) hour day per month during normal duty hours (7:30 am to 4:15pm) Monday through Friday. Additional days will require pre-approval from COR.  Travel time to worksite is not included in time "on-site" or work completed.

 

Contractor shall guarantee 100% systems integrity, functionality and reliability upon completion of first service call.

 

 

Video System:

 

Upgrade (full) video system with Lenel (or equivalent) compatible system with high performance, multi-point cameras capable of panning side to side, zooming in to specific points, and capturing still frame pictures of video.

 

Contract must provide all fibers, connections, servers, and switches to ensure proper function of video system network. Must adhere to DHA information management/information assurance (IA3, TAA, IAVA) policy requirements.

 

Servers must hold no less than 30 days of video recordings of general clinic areas and clinic perimeter and all cameras, with the exception of restricted areas, must be pixel/motion change capability.  No less than 45 days of high grade video recording capability for various restricted areas. Must have capability to save recorded material onto disk or removable media.

 

Preliminary site walk required to finalize all camera placement and type. Camera number reduction of current number, with full coverage of clinic, perimeter, and surrounding area/parking lots.

 

 Contractor shall provide cabling test results on all data drops to LAHC PTMS and IMD upon project completion

 

Abatement of existing material and installed material (old and new) is responsibility of contractor.

 

Contractor shall include 5 free of charge camera relocations per calendar year.

 

Additional 7 multipoint cameras and card readers (with cabling and hardware), to include labor, written into contractor for future installations in clinic areas.

 

Spare parts for all system equipment will be furnished by contractor (included in contract) and stored in LAHC. Contractor will carry all equipment and/or tools required for maintenance of the system.

 

All work must be executed in a way that patient care is not interrupted. Any work requiring system interruption that might impact patient care shall be performed during non-patient care hours (i.e. before/afterhours and/or weekends). 

 

5. Hours of Operation:  The contractor is responsible for providing 24 hours, 7 day a week technical support.  This will include on-line software support for PC based systems.

 

6. Place of Performance:  The work to be performed under this contract will be performed at all buildings/locations that have security equipment that is monitored by the Lyster Army Health Clinic.

 

7. Physical Security/Key Control:   Contractor may be issued keys.  The Contractor shall reimburse the Government for lost keys or lock sets, if the lock sets are required to be replaced as a result of lost keys. The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use.  At the close of each work period, government facilities, equipment, and materials shall be secured.

 

8. Description of Services/Introduction:  The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform maintenance as defined in this Performance Work Statement except for those items specified as government furnished property and services.  The contractor shall perform to the standards in this contract.

 

8.1 All services provided under this agreement shall be performed in a workmanlike manner. Any claim of defective workmanship must be provided to the COR by written notice prior to the termination date of this agreement upon which the contractor agrees to remedy and redo any such services in a timely manner without cost to the contractee. Contractor also warrants against defect parts or components, hardware or software supplied hereunder for the period of the contract or until termination date of this agreement whichever is earlier.

 

8.2 If any parts or component supplied by contractor under this agreement should prove defective during the first 12 months or warranty under the terms of the manufacturer of parts and equipment shall be repaired or replaced by the contractor. All other parts, equipment, software and components of current system in place will be considered all-inclusive to repair or replacement of by the contractor to ensure integrity of systems in place. Any new additions to the security system as a whole i.e. cameras, monitors, or technological upgrades will be at cost of the contractee with cost of installation incurred and completed by the contractor. 

 

8.3 Any work that is completed and required to breach ceiling or fire walls must have pre-approval and final inspection from LAHC Security, Facilities and Safety to ensure patient safety and fire protection.

 

8.4  When an issue with the equipment is identified by the COR, he/she shall notify the contractor immediately. When an issue with the equipment is identified by the contractor employee, he/she shall notify the COR immediately. The contractor shall be responsible for providing the necessary documents to the requiring activity for resolving all identified issues, to include identifying future upgrade needs, with the breakdown of all associated costs for each project.  The COR shall be responsible for initiating the necessary documents and funding for a modification against the contract for each individual project, not to exceed the ceiling amount without prior approval by the Contracting Officer, utilizing firm fixed priced CLINs 0006, 0010, 0013, 0016, and 0019.

 

9.   Special Qualifications

 

9.1 Bosch Panic System/Monitoring Service:  Contractor must be licensed and certified as a distributor/installer in the Bosch Panic System, and provide a monitoring service. Proof of licenses and certifications must be provided.

 

9.2 Lenel (or equivalent): Contractor must be licensed and certified in the Lenel (or equivalent) System. Proof of licenses and certifications must be provided.

 

9.3 Additional Certifications: Contractor must be licensed and certified in all operating systems and hardware the system currently has and will transition to.

 

9.4 Supervision of Contractor Employees:  The Government will not exercise any supervision or control over Contractor or subcontractor employees while performing work under the contract. Such employees shall be accountable solely to the Contractor, not the Government, except for the case of breaching a ceiling or fire wall.  

 

9.5 Data Rights:  The Government will not provide a computer access. The Government has unlimited rights to all documents/material 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 Contracting Officer.  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.

 

9.6  Contractor shall ensure that all Passwords, log in ID's, license numbers and or all access to security systems and computer based systems, are given to the Security Specialist.  Informational accessibility to access systems within the security systems and or functions thereof will remain the property of LAHC. Contractor shall ensure LAHC security has full access to all systems prior to termination of contract.

 

10. Equipment

 

 







Description



Quantity





Workstation with at least 1TB Storage, 32GB RAM, Dual 4GB Graphics 4.5GHZ

4C,16X DVD R/W+-

Compatible with Lenel software/program

 



2





24" Monitors



2





1GB Network Interface Card- Compatible with Lenel software/program



2





Wireless Keyboard and Mouse



2





HID: ID Printer, Dual w/1 Side Lam with film, over laminate and ink-

Compatible with Lenel software/program



1





Tipod for Badging Camera



1





HID: Card, iClass, 2KBits,w/2 Applications- Compatible with Lenel software/program



1000 ct





2U Rackmount Video Recording Server 48TB, 16GB RAM, (2  256GB OS Drives,

Server NLT 2016, 1600W Power Supply- Compatible with Lenel software/program



2





Multipoint cameras, out and indoor, ability to pan/zoom, with appropriate license- Compatible with Lenel software/program



64





PVE Network Camera



3





Compact Fixed Mini Dome



9





Pendent kits



8





Camera wall mounts



8





CAT 6, 24 port panels



9





Armstrong Ceiling Tiles- For Cameras and Potential Replacements- Models 1732

and 1911



20 (As needed)





Alarm panel2



2





Panic buttons with mounting equipment



80





ALT:DC power supply, 12/24 vdc, 6-amp



4





PWS: Battery, SLA, 12V



8





Cable and communications: 22/6 STR OAS 1M



2





Cable and communications 18/2 STR JKT 1M



2





Faceplate option for 1006 strike



8





Card readers PIV multiCLASS/HIDProx w/ Keypad



8





Lock electric BODY 12/24DC NFS 630



8





Doors (Intelligent Dual Reader Controller - 12 or 24 VDC @700mA, size 6 (152mm) W x 8(203mm) L x 1 (25mm)H), 6 MB standard cardholder flash memory, 50,000 of Event memory, maximum of 32 devices, On-board Ethernet, on-board two door control, eight inputs, four outputs, cabinet tamper and power fault input monitors.



4







 

 

 

CONTRACT TERMS AND CONDITIONS:

 

The following clauses apply:

 

By reference:

 

52.203-3, Gratuities (Apr 1984)

52.203-6, Restrictions on Subcontractor Sales to the Governement (Sep 2006)

52.203-7, Anti-Kickback Procedures (May 2014)

52.203-8, Cancellation, Recission and Recovery of Funds for Illegal or Improper Activity (May 2014)

52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007)

52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Oct 2010)

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)

52.204-1, Approval of Contract (Dec 1989)

52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)

52.204-7, System for Award Management (Oct 2018)

52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011)

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)

52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)

52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)

52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)

52.209-7, Information Regarding Responsibility Matters (Oct 2018)

52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018)

52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)

52.214-35, Submission of Offers in U.S. Currency (Apr 1991)

52.216-1, Type of Contract (Apr 1984)

52.217-2, Cancellation Under Multi-year Contracts, (Oct 1997)

52.217-8, Option to Extend Services (Nov 1999)

52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns (Oct 2014)

52.219-8, Utilization of Small Business Concerns (Oct 2018)

52.219-14, Limitations on Subcontracting (Deviation 2019-O0003) (Jan 2017)

52.219-28, Post Award Small Business Program Representation (Jul 2013)

52.222-3, Convict Labor (Apr 2015)

52.222-21, Prohibition of Segregated Facilites (Apr 2015)

52.222-37, Employment Reports on Veterans (Feb 2016)

52.222-54, Employment Eligibility Verification (Oct 2015)

52.223-5, Pollution Prevention and Right-to-Know Information (May 2011)

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

52.223-19, Compliance with Environmental Management Systems (May 2011)

52.223-22, Public Disclosure of Greenhouse Gas Emissions and  Reduction Goals-Representation (Dec 2016)

52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 

52.228-5, Insurance Work on Government Installation (Jan 1997)

52.229-3, Federal, State, and Local Taxes (Feb 2013)

52.232-17, Interest  (May 2014)

52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)

52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018)

52.232-39, Unenforceability of Unathorized Obligations (Jun 2013)

52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

52.233-1, Disputes (May 2014)

52.233-2, Service of Protest (Sep 2006)

52.233-3, Protest After Award (Aug 1996)

52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)

52.237-1, Site Visit (Apr 1984)

52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)

52.242-13, Bankruptcy (Jul 1995)

52.243-1, Changes-Fixed-Price (Alternate II) (Aug 1987)

52.244-6, Subcontracts for Commercial Items (Jan 2019)

52.246-2, Inspection of Supplies-Fixed-Price (Aug 1996)

52.246-4, Inspection of Services-Fixed-Price (Aug 1996)

52.246-16, Responsibility for Supplies (Apr 1984)

52.246-25, Limitation of Liability-Services (Feb 1997)

52.249-2, Termination for Convenience of the Government (Fixed-Price) (Apr 2012)

52.249-4, Termination for Convenence of the Governement (Services)(Short Form) (Apr 1984)

52.249-8, Default (Fixed-Price Supply and Service) (Apr 1984)

52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)

52.252-2, Clauses Incorporated by Reference (Feb 1998)

52.252-3, Alterations in Solicitation (Apr 1984)

52.252-4, Alterations in Contract (Apr 1984)

52.252-5, Authorized Deviations in Provisions (Apr 1984)

52.252-6, Authorized Deviations in Clauses (Apr 1984)

252.201-7000, Contracting Officer's Representative (Dec 1991)

252.203-7000, Requirements Relating to Compensation on of Former DoD Officials (Sep 2011)

252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defence Contract-Related Felonies (Dec 2008)

252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)

252.203-7005, Representation on Relating to Compensation on of Former DoD Officials (Nov 2011)

252.204-7003, Control of Government Personnel Work Product (Apr 1992)

252.204-7004, Antiterroism Awareness Training for Contractors (Feb 2019)

252.204-7006, Billing Instructions (Oct 2005)

252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)

252.204-7012, Safeguarding Covered Defense Information and Cyber Security Incident Reporting (Oct 2016)

252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016)

252.208-7000, Intent to Furnish Precious Metals as Government-Furnished Material (Dec 1991)

252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (May 2019)

252.211-7003, Item Unique Identification and Valuation (Mar 2016)

252.215-7007, Notice of Intent to Resolict (Jun 2012)

252.215-7008, Only One Offer (Jun 2019)

252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2018)

252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014)

252.225-7001, Buy American and Balance of Payments Program (Dec 2017)

252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2017)

252.225-7012, Preference for Certain Domestic Commodities (Dec 2017)

252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (Jun 2011)

252.225-7048, Export Controlled Items (Jun 2013)

252.226-7001, Utilization of Indian Organizations, Indian Owned Economic Enterprises, and Native Hawaiin Small Business Concerns (Apr 2019)

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)

252.232-7010, Levies on Contract Payments (Dec 2006)

252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013)

252.243-7001, Pricing of Contract Modifications (Dec 1991)

252.243-7002, Request for Equitable Adjustments (Dec 2012)

252.244-7000, Subcontracts for Commercial Items (Jun 2013)

 

 

By Full Text:

 

 

52.202-1 -- Definitions (Nov 2013)

 

When a solicitation provision or contract clause uses a word or term that is defined in the Federal Acquisition Regulation (FAR), the word or term has the same meaning as the definition in FAR 2.101 in effect at the time the solicitation was issued, unless--

 

(a) The solicitation, or amended solicitation, provides a different definition;

 

(b) The contracting parties agree to a different definition;

 

(c) The part, subpart, or section of the FAR where the provision or clause is prescribed provides a different meaning; or

 

(d) The word or term is defined in FAR Part 31, for use in the cost principles and procedures.

 

(End of Clause)


 


 


52.203-10 -- Price or Fee Adjustment for Illegal or Improper Activity (May 2014)


 


(a) The Government, at its election, may reduce the price of a fixed-price type contract and the total cost and fee under a cost-type contract by the amount of profit or fee determined as set forth in paragraph (b) of this clause if the head of the contracting activity or designee determines that there was a violation of 41 U.S.C. 2102 or 2103, as implemented in section 3.104 of the Federal Acquisition Regulation.


 


(b) The price or fee reduction referred to in paragraph (a) of this clause shall be --


 


(1) For cost-plus-fixed-fee contracts, the amount of the fee specified in the contract at the time of award;


 


(2) For cost-plus-incentive-fee contracts, the target fee specified in the contract at the time of award, notwithstanding any minimum fee or "fee floor" specified in the contract;


 


(3) For cost-plus-award-fee contracts --


 


(i) The base fee established in the contract at the time of contract award;


 


(ii) If no base fee is specified in the contract, 30 percent of the amount of each award fee otherwise payable to the Contractor for each award fee evaluation period or at each award fee determination point.


 


(4) For fixed-price-incentive contracts, the Government may --


 


(i) Reduce the contract target price and contract target profit both by an amount equal to the initial target profit specified in the contract at the time of contract award; or


 


(ii) If an immediate adjustment to the contract target price and contract target profit would have a significant adverse impact on the incentive price revision relationship under the contract, or adversely affect the contract financing provisions, the Contracting Officer may defer such adjustment until establishment of the total final price of the contract. The total final price established in accordance with the incentive price revision provisions of the contract shall be reduced by an amount equal to the initial target profit specified in the contract at the time of contract award and such reduced price shall be the total final contract price.


 


(5) For firm-fixed-price contracts, by 10 percent of the initial contract price or a profit amount determined by the Contracting Officer from records or documents in existence prior to the date of the contract award.


 


(c) The Government may, at its election, reduce a prime contractor's price or fee in accordance with the procedures of paragraph (b) of this clause for violations of the statute by its subcontractors by an amount not to exceed the amount of profit or fee reflected in the subcontract at the time the subcontract was first definitively priced.


 


(d) In addition to the remedies in paragraphs (a) and (c) of this clause, the Government may terminate this contract for default. The rights and remedies of the Government specified herein are not exclusive, and are in addition to any other rights and remedies provided by law or under this contract.


 


(End of Clause)


 


 


52.203-17 - Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014)


 


(a) This contract and employees working on this contract will be subject to the whistleblower rights and remedies in the pilot program on Contractor employee whistleblower protections established at 41 U.S.C. 4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239) and FAR 3.908.


 


(b) The Contractor shall inform its employees in writing, in the predominant language of the workforce, of employee whistleblower rights and protections under 41 U.S.C. 4712, as described in section 3.908 of the Federal Acquisition Regulation.


 


(c) The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts over the simplified acquisition threshold.


 


(End of clause)


 


 


52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017)


 


(a) Definition. As used in this provision--


 


"Internal confidentiality agreement or statement", "subcontract", and "subcontractor", are defined in the clause at 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.


 


(b) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use funds appropriated (or otherwise made available) for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP