The RFP Database
New business relationships start here

Master IDIQ - Detainee Meals Laredo OFO- Indefinite Delivery Indefinite Quantity (IDIQ)


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 20085197 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 722310 with a small business size standard of $38.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-08-03 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The DHS Customs and Border Protection (CBP) requires the following items, Meet or Exceed, to the following: Base Period of Performance: 08/15/2015 - 08/14/2016 LI 001: Breakfast meal will consist of any of the following: potato and egg 3oz in a 6 inch flour tortilla taco ham and egg 3oz in a 6 inch flour tortilla taco bean and american grated cheese 3oz in a 6 inch flour tortilla taco croissant/biscuit with 1-2 slices of ham and 1 egg sausage biscuit 3oz
Please provide description of what is being offered. Quantities will vary form 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis. SEE ATTACHED STATEMENT OF WORK FOR DETAILS, THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 002: Lunch/Dinner meal will consist of any of the following:
Chicken fajita 4oz in a 6 inch flour tortilla taco No less than 4 oz. 100% ground beef pattie burger with one 1 oz. slice of American cheese (imitation cheese acceptable) on bun Ketchup and mustard packets should be provided separately No onions or pickles should be added at any time
Chicken sandwich (fried, baked, broiled) on bun 2 oz. Ketchup and mustard packets should be provided separately No onions or pickles should be added at any time
1 oz. slice, 3 slices of turkey sandwich mayonnaise packets should be provided separately
1 oz. slice, 3 slices of ham sandwich mayonnaise packets should be provided separately Please provide description of what is being offered. Quantities will vary form 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 003: 8oz. bottle of water (will be included with each meal). Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 004: Milk 8oz.container 1% fat content (no glass) should be available upon request only. Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 005: 100% Juice 8oz. container (no glass, orange, apple or grape) should be available upon request only. Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; Option 1 Period of Performance: 08/15/2016 - 08/14/2017 LI 001: Breakfast meal will consist of any of the following: potato and egg 3oz in a 6 inch flour tortilla taco ham and egg 3oz in a 6 inch flour tortilla taco bean and american grated cheese 3oz in a 6 inch flour tortilla taco croissant/biscuit with 1-2 slices of ham and 1 egg sausage biscuit 3oz
Please provide description of what is being offered. Quantities will vary form 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 002: Lunch/Dinner meal will consist of any of the following:
Chicken fajita 4oz in a 6 inch flour tortilla taco No less than 4 oz. 100% ground beef pattie burger with one 1 oz. slice of American cheese (imitation cheese acceptable) on bun Ketchup and mustard packets should be provided separately No onions or pickles should be added at any time
Chicken sandwich (fried, baked, broiled) on bun 2 oz. Ketchup and mustard packets should be provided separately No onions or pickles should be added at any time
1 oz. slice, 3 slices of turkey sandwich mayonnaise packets should be provided separately
1 oz. slice, 3 slices of ham sandwich mayonnaise packets should be provided separately Please provide description of what is being offered. Quantities will vary form 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 003: 8oz. bottle of water (will be included with each meal). Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 004: Milk 8oz.container 1% fat content (no glass) should be available upon request only. Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 005: 100% Juice 8oz. container (no glass, orange, apple or grape) should be available upon request only. Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; Option 2 Period of Performance: 08/15/2017 - 08/14/2018 LI 001: Breakfast meal will consist of any of the following: potato and egg 3oz in a 6 inch flour tortilla taco ham and egg 3oz in a 6 inch flour tortilla taco bean and american grated cheese 3oz in a 6 inch flour tortilla taco croissant/biscuit with 1-2 slices of ham and 1 egg sausage biscuit 3oz
Please provide description of what is being offered. Quantities will vary form 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 002: Lunch/Dinner meal will consist of any of the following:
Chicken fajita 4oz in a 6 inch flour tortilla taco No less than 4 oz. 100% ground beef pattie burger with one 1 oz. slice of American cheese (imitation cheese acceptable) on bun Ketchup and mustard packets should be provided separately No onions or pickles should be added at any time
Chicken sandwich (fried, baked, broiled) on bun 2 oz. Ketchup and mustard packets should be provided separately No onions or pickles should be added at any time
1 oz. slice, 3 slices of turkey sandwich mayonnaise packets should be provided separately
1 oz. slice, 3 slices of ham sandwich mayonnaise packets should be provided separately Please provide description of what is being offered. Quantities will vary form 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 003: 8oz. bottle of water (will be included with each meal) Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 004: Milk 8oz.container 1% fat content (no glass) should be available upon request only. Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 005: 100% Juice 8oz. container (no glass, orange, apple or grape) should be available upon request only. Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; Option 3 Period of Performance: 08/15/2018 - 08/14/2019 LI 001: Breakfast meal will consist of any of the following: potato and egg 3oz in a 6 inch flour tortilla taco ham and egg 3oz in a 6 inch flour tortilla taco bean and american grated cheese 3oz in a 6 inch flour tortilla taco croissant/biscuit with 1-2 slices of ham and 1 egg sausage biscuit 3oz
Please provide description of what is being offered. Quantities will vary form 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 002: Lunch/Dinner meal will consist of any of the following:
Chicken fajita 4oz in a 6 inch flour tortilla taco No less than 4 oz. 100% ground beef pattie burger with one 1 oz. slice of American cheese (imitation cheese acceptable) on bun Ketchup and mustard packets should be provided separately No onions or pickles should be added at any time
Chicken sandwich (fried, baked, broiled) on bun 2 oz. Ketchup and mustard packets should be provided separately No onions or pickles should be added at any time
1 oz. slice, 3 slices of turkey sandwich mayonnaise packets should be provided separately
1 oz. slice, 3 slices of ham sandwich mayonnaise packets should be provided separately Please provide description of what is being offered. Quantities will vary form 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 003: 8oz. bottle of water (will be included with each meal) Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 004: Milk 8oz.container 1% fat content (no glass) should be available upon request only. Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 005: 100% Juice 8oz. container (no glass, orange, apple or grape) should be available upon request only. Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; Option 4 Period of Performance: 08/15/2019 - 08/14/2020 LI 001: Breakfast meal will consist of any of the following: potato and egg 3oz in a 6 inch flour tortilla taco ham and egg 3oz in a 6 inch flour tortilla taco bean and american grated cheese 3oz in a 6 inch flour tortilla taco croissant/biscuit with 1-2 slices of ham and 1 egg sausage biscuit 3oz
Please provide description of what is being offered. Quantities will vary form 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 002: Lunch/Dinner meal will consist of any of the following:
Chicken fajita 4oz in a 6 inch flour tortilla taco No less than 4 oz. 100% ground beef pattie burger with one 1 oz. slice of American cheese (imitation cheese acceptable) on bun Ketchup and mustard packets should be provided separately No onions or pickles should be added at any time
Chicken sandwich (fried, baked, broiled) on bun 2 oz. Ketchup and mustard packets should be provided separately No onions or pickles should be added at any time
1 oz. slice, 3 slices of turkey sandwich mayonnaise packets should be provided separately
1 oz. slice, 3 slices of ham sandwich mayonnaise packets should be provided separately Please provide description of what is being offered. Quantities will vary form 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 003: 8oz. bottle of water (will be included with each meal) Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 004: Milk 8oz.container 1% fat content (no glass) should be available upon request only. Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; LI 005: 100% Juice 8oz. container (no glass, orange, apple or grape) should be available upon request only. Quantities will vary from 0 to 200 per service. Services are provided 3 times a day, every day of the year on an as needed basis SEE ATTACHED STATEMENT OF WORK FOR DETAILS THIS WILL BE AN INDEFINITE DELIVERY INDEFINTE QUANTITY CONTRACT., 200, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection (CBP) intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection (CBP) is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. A. Controls
1. The Contractor shall comply with the U.S. Customs and Border Protection (CBP) administrative, physical and technical security controls to ensure that the Government?s security requirements are met.
2. All Government furnished information must be protected to the degree and extent required by local rules, regulations, and procedures. The Contractor shall comply with all security policies contained in CBP Handbook 1400-05C, Information Systems Security Policies and Procedures Handbook.
3. All services provided under this contract must be compliant with the Department of Homeland Security (DHS) information security policy identified in DHS Management Directive (MD) 4300.1, Information Technology Systems Security Program and DHS 4300A, Sensitive Systems Handbook.
4. All Contractor employees under this contract must wear identification access badges when working in CBP facilities. Prior to Contractor employees? departure/separation, all badges, building passes, parking permits, keys and pass cards must be given to the Contracting Officer?s Technical Representative (COTR). The COTR will ensure that the cognizant Physical Security official is notified so that access to all buildings and facilities can be revoked. NOTE: For contracts within the National Capitol Region (NCR), the Office of Internal Affairs, Security Management Division (IA/SMD) should be notified if building access is revoked.
5. All Contractor employees must be registered in the Contractor Tracking System (CTS) database by the Contracting Officer (CO) or COTR. The Contractor shall provide timely start information to the CO/COTR or designated government personnel to initiate the CTS registration. Other relevant information will also be needed for registration in the CTS database such as, but not limited to, the contractor?s legal name, address, brief job description, labor rate, Hash ID, schedule and contract specific information. The CO/COTR or designated government personnel shall provide the Contractor with instructions for receipt of CTS registration information. Additionally, the CO/COTR shall immediately notify IA/SMD of the contractor?s departure/separation.
6. The Contractor shall provide employee departure/separation date and reason for leaving to the CO/COTR in accordance with CBP Directive 51715-006, Separation Procedures for Contractor Employees. Failure by the Contractor to provide timely notification of employee departure/separation in accordance with the contract requirements shall be documented and considered when government personnel completes a Contractor Performance Report (under Business Relations) or other performance related measures. B. Security Background Investigation Requirements
1. In accordance with DHS Management Directive (MD) 11055, Suitability Screening Requirements for Contractors, Part VI, Policy and Procedures, Section E, Citizenship and Residency Requirements, contractor employees who require access to sensitive information must be U.S. citizens or have Lawful Permanent Resident (LPR) status. A waiver may be granted, as outlined in MD 11055, Part VI, Section M (1).
2. Contractor employees that require access to DHS IT systems or development, management, or maintenance of those systems must be U.S. citizens in accordance with MD 11055, Part VI, Section E (Lawful Permanent Resident status is not acceptable in this case). A waiver may be granted, as outlined in MD 11055, Part VI, Section M (2)
3. Provided the requirements of DHS MD 11055 are met as outlined in paragraph 1, above, contractor employees requiring access to CBP facilities, sensitive information or information technology resources are required to have a favorably adjudicated background investigation (BI) or a single scope background investigation (SSBI) prior to commencing work on this contract. Exceptions shall be approved on a case-by-case basis with the employee?s access to facilities, systems, and information limited until the Contractor employee receives a favorably adjudicated BI or SSBI. A favorable adjudicated BI or SSBI shall include various aspects of a Contractor employee?s life, including employment, education, residences, police and court inquires, credit history, national agency checks, and a CBP Background Investigation Personal Interview (BIPI).
4. The Contractor shall submit within ten (10) working days after award of this contract a list containing the full name, social security number, place of birth (city and state), and date of birth of employee candidates who possess favorably adjudicated BI or SSBI that meets federal investigation standards.. For employee candidates needing a BI for this contract, the Contractor shall require the applicable employees to submit information and documentation requested by CBP to initiate the BI process.
5. Background Investigation information and documentation is usually submitted by completion of standard federal and agency forms such as Questionnaire for Public Trust and Selected Positions or Questionnaire for National Security Positions; Fingerprint Chart; Fair Credit Reporting Act (FCRA) form; Criminal History Request form; and Financial Disclosure form. These forms must be submitted to the designated CBP official identified in this contract. The designated CBP security official will review the information for completeness. 6. The estimated completion of a BI or SSBI is approximately sixty (60) to ninety (90) days from the date of receipt of the properly completed forms by CBP security office. During the term of this contract, the Contractor is required to provide the names of contractor employees who successfully complete the CBP BI or SSBI process. Failure of any contractor employee to obtain and maintain a favorably adjudicated BI or SSBI shall be cause for dismissal. For key personnel, the Contractor shall propose a qualified replacement employee candidate to the CO and COTR within 30 days after being notified of an unsuccessful candidate or vacancy. For all non-key personnel contractor employees, the Contractor shall propose a qualified replacement employee candidate to the COTR within 30 days after being notified of an unsuccessful candidate or vacancy. The CO/COTR shall approve or disapprove replacement employees. Continuous failure to provide contractor employees who meet CBP BI or SSBI requirements may be cause for termination of the contract.
C. Security Responsibilities
1. The Contractor shall ensure that its employees follow the general procedures governing physical, environmental, and information security described in the various DHS CBP regulations identified in this clause. The contractor shall ensure that its employees apply proper business practices in accordance with the specifications, directives, and manuals required for conducting work under this contract. Applicable contractor personnel will be responsible for physical security of work areas and CBP furnished equipment issued under this contract.
2. The CO/COTR may require the Contractor to prohibit its employees from working on this contract if continued employment becomes detrimental to the public?s interest for any reason including, but not limited to carelessness, insubordination, incompetence, or security concerns.
3. Work under this contract may require access to sensitive information as defined under Homeland Security Acquisition Regulation (HSAR) Clause 3052.204-71, Contractor Employee Access, included in the solicitation/contract. The Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the CO.
4. The Contractor shall ensure that its employees who are authorized access to sensitive information, receive training pertaining to protection and disclosure of sensitive information. The training shall be conducted during and after contract performance.
5. Upon completion of this contract, the Contractor shall return all sensitive information used in the performance of the contract to the CO/COTR. The Contractor shall certify, in writing, that all sensitive and non-public information has been purged from any Contractor-owned system. D. Notification of Contractor Employee Changes
1. The Contractor shall notify the CO/COTR via phone, facsimile, or electronic transmission, immediately after a personnel change become known or no later than five (5) business days prior to departure of the employee. Telephone notifications must be immediately followed up in writing. Contractor?s notification shall include, but is not limited to name changes, resignations, terminations, and reassignments to another contract.
2. The Contractor shall notify the CO/COTR and program office (if applicable) in writing of any proposed change in access requirements for its employees at least fifteen (15) days, or thirty (30) days if a security clearance is to be obtained, in advance of the proposed change. The CO/COTR will notify the Office of Information and Technology (OIT) Information Systems Security Branch (ISSB) of the proposed change. If a security clearance is required, the CO/COTR will notify IA/SMD.
E. Non-Disclosure Agreements
When determined to be appropriate, Contractor employees are required to execute a non-disclosure agreement (DHS Form 11000-6) as a condition to access sensitive but unclassified information. Contractor will comply with the Prison Rape Elimination Act of 2003 (codified at 42 U.S.C. ?15601 et seq.), and with all applicable DHS PREA standards (found at 6 C.F.R. Part 115 and http://www.gpo.gov/fdsys/pkg/FR-2014-03-07/pdf/2014-04675.pdf ) for preventing, detecting, monitoring, investigating, and eradicating any form of sexual abuse within CBP Facilities / Programs / Offices, whether owned, operated or contracted. CBP has a zero tolerance policy prohibiting all forms of sexual abuse of individuals in its custody, including in detention facilities, during transport, and during processing. The Contractor acknowledges that, in addition to ?self-monitoring requirements?, CBP will conduct announced or unannounced compliance monitoring to include ?on-site? monitoring. Failure to comply with PREA, including PREA Standards and CBP Policies may result in termination of the contract. Contractor Code of Business Ethics and Conduct Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial(AUG 2012) ORDERING ORDER LIMITATIONS INDEFINITE QUANTITY SINGLE OR MULTIPLE AWARDS OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM OPTION TO EXTEND SERVICES OPTION TO EXTEND THE TERM OF THE CONTRACT NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE Convict Labor Child Labor-Cooperation with Authorities and Remedies Equal Opportunity Combating Trafficking in Persons AVAILABLITY OF FUNDS Availability of Funds for the Next Fiscal Year Prompt Payment CHANGES TERMINATION FOR CONVIENCE OF THE GOVERNMENT DEFAULT PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUN 2006) F.O.B. destination only.

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP