+ All Categories
Home > Documents > Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement...

Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement...

Date post: 10-Jul-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
24
Embassy of the United States of America GSO/Procurement Office Antiguo Cuscatlan, January 16 , 2020. To: Prospective Quoters Subject: Request for Quotation No. l 9ES6020Q0029 The Embassy of the United States of America has a reqtJirement for a contractor to submit a quotation to provide RISK MANAGEMENT FRAMEWORK FOR CSL COMALAPA, as per described in Attachment A. The Request for Proposal (RFP) consists of the following sections: I. Standard Form SF-18 2. Attachment A - Specifications 3. Late quotation ru les and evaluation method 4. Far and Dosar Clauses The Embassy plans to award a Purchase Order. You are encouraged to make your quotation competitive. You are also cautioned against any collusion with other potential offerors with regard to price quotations to be submitted. The RFQ does not commit the American Embassy to make any award. The Embassy may cancel this RFQ or any part of it. Please read the RFQ carefully and if you are interested, submit your quotation via e-mail to [email protected] including the completed SF-18 by on or before 11 :00 (local time) on January 30, 2020. No oral, partial or late quotations will be accepted. Enclosure: As Stated Sincerely, Kimberly McConnell Contracting Officer
Transcript
Page 1: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

Embassy of the United States of America

GSO/Procurement Office

Antiguo Cuscatlan, January 16, 2020.

To: Prospective Quoters

Subject: Request for Quotation No. l 9ES6020Q0029

The Embassy of the United States of America has a reqtJirement for a contractor to submit a quotation to provide RISK MANAGEMENT FRAMEWORK FOR CSL COMALAPA, as per described in Attachment A.

The Request for Proposal (RFP) consists of the following sections:

I. Standard Form SF-18 2. Attachment A - Specifications 3. Late quotation ru les and evaluation method 4. Far and Dosar Clauses

The Embassy plans to award a Purchase Order. You are encouraged to make your quotation competitive. You are also cautioned against any collusion with other potential offerors with regard to price quotations to be submitted. The RFQ does not commit the American Embassy to make any award. The Embassy may cancel this RFQ or any part of it.

Please read the RFQ carefully and if you are interested, submit your quotation via e-mail to [email protected] including the completed SF-18 by on or before 11 :00 (local time) on January 30, 2020. No oral, partial or late quotations will be accepted.

Enclosure: As Stated

Sincerely,

Kimberly McConnell

Contracting Officer

Page 2: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

REQUEST FOR QUOTATIONS I THIS RFQ [] IS [x] IS NOT A SMALL BUSINESS- PAGE r F

I PAGES

(THIS IS NOT AN ORDER) SMALL PURCHASE SET-ASIDE (52.2 I 9-4) I I 13 I

I. REQUEST NO. 1 2 DATE ISSUED 1 3. REQUISITION/PURCHASE REQUEST NO 4. CERT. FOR NAT. DEF. RATING

19ES6020Q0029 01/16/2020 PR8905458 UNDER BOSA REG. 2 AND/OR OMS REG. I

SA. ISSUED BY General Services Office, American Embassy San Sa lvador 6. DELIVER BY (Date)

5B. FOR INFORMATION CALL: (Name and telephone 110.) (No collect call,· 7 DELIVERY

NAME TELEPHONE NUMBER X FOB DESTINATION OTHER (See Schedule)

Janina M. de Rengifo RengifoJM @state.gov AREA CODE NUMBER

2501-2462 8. TO: 9. DESTINATION

a. NAME b COMPANY a. NA.ME OF CONSIGNEE

American Embassy San Salvador

c. STREET ADDRESS b. STREET ADDRESS

Final Blvd. Santa Elena, Antiguo Cuscatlan

d CITY e. STATE f. ZIP CODE c CITY

La Libertad

d. STATE I e. ZIP CODE

10. PLEASE FURNISH QUOTATIONS TO THE IMPORTANT: This is a requesl for infonna1ion, and quotations furni shed are not offers. If you are unable to quote, please so ISSUING OFFICE IN BLOCK SA 0 OR indicale on 1his fonn and return ii to 1he address in Block 5A. This request does not cornmil the Governm ent to pay any costs BEFORE CLOSE OF BUS INESS (Date) incurred in the preparation of the submi ssion of thi s quotation or to contract for suppl ies or services. Supplies are of domesti c origin 01/30/2020 @ 11:00am unless otherwise indicaied by quoler. Any representations and/or certifications attached lo Jhis Request for Quotations must be

compleied by Jhe quoter

11 . SCHEDULE (Include applicable Federal, State and local taxes)

ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

(a) (b) (c) (d) (e) (I)

I RISK MANAGEMENT FRAMEWORK FOR CSL I LUMP SUM $

COMALAPA

**AS PER ATTACHED SCOPE OF WORK**

$

12 DISCOUNT FOR PROMPT PAYMENT a IO CALENDAR DAYS b 20 c. 30 CALEEANDAR DAYS d. CALENDAR DAYS

% CALENDAR % 1% DAYS NUMBER

%

NOTE: Additional provisions and representations [] are [ ] are not attached.

13 NA.ME AND ADDRESS OF QUOTER 14 SIGNATURE OF PERSON AUTHORIZED 15 DA TE OF QUOTATION TO SIGN QUOTATION

a. NAME OF QUOTER

b. STREET ADDRESS 16. SIGNER

c. COUNTY a. NAME (Type or print) b. TELEPHONE

d. CITY

I e STATE

I f. ZIP CODE c TITLE (Type or print) A.REA CODE

NUMBER

STANDARD FORM I 8

Page 3: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

Solicitation Number 19ES6020Q0029

The American Embassy in San Salvador invites you to submit a proposal to provide RISK MANAGEMENT FRAMEWORK FOR CSL COMALAPA, as per described in Attachment A.

Submit your quotation via e-mail to Janina de Rengifo, [email protected] on or before 11 :00 (local time) on January 30, 2020. No oral, partial or late quotations wi ll be accepted.

In order for a proposal to be considered, you must quote all items described in Attachment A and complete and submit the attached SF-18. Partial quotes will not be considered.

Please address any questions to: Janina M de Rengifo Emai l: [email protected]

Page 4: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

Evaluation Factors:

Award will be made to the lowest priced, acceptable, responsible quoter.

The Government will determine acceptability by assessing the offeror's compliance with the terms of the RFQ. The Government will determine responsibility by analyzing whether the apparent successful quoter complies with the requirements of FAR 9.1 , including:

• ability to comply with the required performance period, taking into consideration all existing commercial and governmental business commitments;

• satisfactory record of integrity and business ethics; • necessary organization, experience, and skills or the ability to obtain them; • necessary equipment and facilities or the ability to obtain them; and • otherwise qualified and eligible to receive an award under applicable laws and regulations.

IMPORTANT NOTE: In order to be eligible for award, vendors must be registered in the US Government System for Award Management (SAM). Please visit this for our QUICK GUIDE FOR CONTRACTOR REGISTRATION:

http://photos.state.gov/libraries/elsavador/892757 /MI CLASON/Quick Guide for Contract Registrations.pdf

!(you are not registered in SAM, you will not be eligible for award. You must provide your DUNS number with your proposal and evidence that you are registered in SAM

Page 5: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

PERFORMANCE WORK STATEMENT (PWS) RISK MANAGEMENT FRAMEWORK (RMF)

CSL COMALAPA, EL SALVADOR

1.0 OBJECTIVE: This requirement is to obtain contractor support services to provide for IT (cybersecurity) preparedness and IT vulnerability management support, specifically to address current critical cyber vulnerabilities. This support includes, but not limited to: Host Based Security System HBSS, also known as McAfee ePO product suite, Endpoint Security, Assured Compliance Assessment Solution (ACAS) , physical security, and development of all applicable supporting documentation. Risk Management Framework (RMF) and Enterprise Mission Assurance Support Serv ice eMASS have to be incorporated to make us achieve the Authority to Operate (A TO)

2.0 BACKGROUND: Cooperative Security Location (CSL) Comalapa, El Salvador Secure Internet Protocol Router Network (SIPRNET) and Non-Classified Internet Protocol Router Network (NIPRNET) provides the communications link in combating transnational organized crime. This link supports aviation assets and personnel in the detection , monitoring and tracking of illicit trade and trafficking.

3.0 APPLICABLE DIRECTIVES

SECNA VINST 3052.2 - Cyberspace Policy and Administration Within the DO CJ CCC SI 6510.0 IF - Assurance (IA) and Computer Network Defense (CND). Do DD 8140.01 - Cyberspace Workforce Management. COMNA VCYBERFORINST 5239.2A - Cyber Security and Information Assurance Do DI 8510.01 - Risk Management Framework (RMF) for DoD Information Technology

4.0 GENERAL REQUIREMENTS: The Contractor shall provide all management, supervision, and labor to complete the tasks identified in the performance work statement.

4.1 PERFORMANCE REQUIREMENTS: The Contractor shall provide site Information Systems Security Manager (ISSM)/RMF/eMASS Subject Matter Expert (SME) for any requirements related to the upcoming RMF accreditation with sufficient skills to accomplish the tasks contained in this PWS. The Contractor shall assist in the preparation and execution of the upcoming reaccreditation which may include the following sub-tasks:

• Providing augmentation support for the role of ISSM with the same RMF SME. • Organize and execute all of the required RMF Lifecycle steps per the DODI 8510.01 to bring network

into compliance per DoD Policy. • Provide guidance and direction on action items previously identified in the RMF Continuous

Monitoring Strategy and POA&M per DoD policy. • Provide tips and techniques on how to best run DISA security content automation protocol (SCAP)

tools, how to setup their postures, provide Vulnerability Management System (VMS) input and run reports.

• Ass ist in the management of all aspects in the preparation to include; engineering vulnerability scanning software, Tenable Nessus Manager, Enterprise Anti-virus and Endpoint Security suite, McAfee ePolicy Orchestrator, Windows Domain Controllers, Cisco Firewall , Routers , Switches,

Page 6: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

Windows 10 Workstations, Office products, Windows and Bind DNS servers and VMware ESXI host.

• Develop and publish various high level security documentation in support of Computer Network Defense (CNO) directives.

• Include a ll personnel , equipment, tools, materials, supervision, and quality contro l measures necessary to ensure RMF compliance achievement.

• Prepare After-Act ion Plan (AAP)

• Provide ass istance in scanning and producing STG checklist.

• Further Documentation support for technical reviews.

4.2 SKILLS AND KNOWLEDGE REQUIRED FOR THE POSITION

• Qualified IA 8570.01-M Certified DI SA Cyber Readiness Reviewer. • Maintain a Secret Clearance to access secure workspaces. • Must have a minimum of 2 years' experience in conducting RMF and reviewing RMF technologies and processes. • Understand the RMF process, the grad ing methodology, the applicable Security Technical Implementation Guides

(STIG), the intent of the Computer Network Defense (CND) Directives, individual Fragmentary • Orders (FRAGO), and the tools used during the SAR. • Provide a Navy qualified Validator to perform required duties. • Com plete of all RMF documentation {Steps I - 5): required Policies and Procedures, Implementation Plans,

Assessment Plans. • Work with site closely to assure all documents/policies/process meets our operational and functional requirements. • eMass access • Perform controls assessment. • Submit all items to eMass. • Correct/Update documents as required by NAO. • Contractor shall be familiar with organization structure and operational methods of Navy and other Department of

Defense (DoD) components.

• Contractor personnel shall be proficient in the use of Microsoft Office suite and incorporated programs to include Excel, PowerPoint, Word, Outlook (2007 or newer version), and have a minimum two years' experience working with Microsoft software.

• Contractor personnel shall have sufficient skills to accomplish the tasks contained in the PWS

• Contractor personnel must possess excellent written and oral communications skills to effect ively communicate both orally and in writing. Contractor personnel shall possess tact, sound judgment, initiative and be fully competent and professional at all times.

• Contractor personnel shall have strong organizational, and customer service skills. • The Government will not bear the costs of any Contractor training to execute this PWS. • Contractor personnel shall be self-starters, be able to work independently and take a lead role within their duties

when conducting the day-to-day business within the N6 Department.

Page 7: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

ATTACHMENT A

PERFORMANCE REQUIREMENTS SUMMARY (PRS). The performance standards for this PWS are stated in the PRS Below:

Task Performance Objective Performance Frequency Acceptable Quality Surveillance Standards level (AQL) Method

1 Analyze, identify, and Adhere to Continual Reports, requesta nad execute corrective actions requirements documentation Surveillance IAW CND directive IOT specified reviewed are done Method comply sith DODI 8510.01 paragraph 4.0 and promptly and submitted

4.1 of PWS without error. Files, Random forms, fo lders, and Inspection reports shall be made for inspection by government POC upon request

95% Accuracy rate must be maintained.

2 Meet Support Provide required Contract Qualified personnel Government Rep Qualifications personnel with awa rd during Performing support inspection

qualifications period of 100% Accuracy rate Approval of execution clearances,

certifications and feedback

5.0 PERIOD OF PERFORMANCE:

01FEB20-30APR20

Page 8: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

6. The FSO will ensure that the SAAR-N is forwarded to the receiving command Security Manager for receipt at least one week prior to the start date for the individual.

"ALL AUTHORIZED USERS OF DoD INFORMATION SYSTEMS SHALL RECEIVE INITIAL INFORMATION ASSURANCE IA ORIENTATION AS A CONDITION OF ACCESS AND THEREAFTER MUST COMPLETE ANNUAL IA REFRESHER AWARENESS TRAINING TO MAINTAIN AN ACTIVE USER ACCOUNT."

7. GOVERNMENT PROPERTY FURNISHED: The work under this contract is located at a Government site or installation. In accordance with OF ARS PGI 245.1 02-70(2) property that is incidental to the place of performance; such as when the contract requires contractor personnel to be located on a Government site or installation where the use of Government-provided office space and equipment, e.g. , chairs, telephones, and computers, is standard practice will be made available and used by contractor personnel. Contractor. shall only use Government-provided items to accomplish the tasks required under this contract. Personal or company use of phones, utilities, computers, printers, copiers, etc. , not directly related to required services is strictly prohibited. Contractor shall not remove any Government-provided items from the worksite without the express written permission of the Contracting Officer's Representative or his/her designated representative.

8.0 CONTRACTOR FURNISHED EQUIPMENT: The Contractor shall provide all labor, supervision, transportation , vehicles, supplies, eq uipment, materials, facilities and services required to perform work under this contract that are not listed under Section 4 of this PWS .

9.0 CONTRACTOR IDENTIFICATION: Contracting personnel must identify themselves as "contractors" when attending meetings, answering Government te lephones, or working in situations where their actions cou ld be construed as official government acts. The Contractor must ensure that their employee(s) display(s) his or her name and the name of the company while in the work area, and include the company's name in his or her email display.

10.0 PERSONNEL COMPLIANCE: The contractor shall ensure that contractor employees observe and comply with all local and higher authority policies, regulations, and procedures concerning fire , safety, environmental protection, sanitation, security, traffic, parking, energy conservation, flag courtesy, "off limits" areas, and possession of firearms or other lethal weapons. When two or more directives or instructions app ly, the contractor shall comply with the more stringent of the directives or instructions.

11.0 SMOKING/DRUG/ALCOHOL POLICY The contractor shall comply with local command smoking policies and workforce requirements. The contractor shall also comp ly with all Federal drug-free workplace and work force requirements and local command policies. The contractor shall comply with all applicable Federal statutes, laws, and regulations to implement a Drug Free Workplace Program (DFWP). Copies of all policies will be provided to the contractor by the local command Administrative Officer (AO) at performance start date.

12.0 PERSONNEL CONDUCT: The selection, assignment, reassignment, transfer,

Page 9: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

service or maintenance work is being performed. In the event the contractor believes that Government and other contractor personnel are interfering with the performance of the tasks described in this SOW, the contractor shall notify the DGR immediately. The contractor is obligated to continue performance of the effort described in this contract unless there is authorization from the KO or DGR to stop work. Failure by the contractor to notify the DGR and receive necessary instructions could result in denial of any additional costs incurred in performance of the contract under such conditions.

13.0 SAFETY: The contractor is solely responsible for compliance of all safety regulations of employees while working on government owned facilities. All accidents which may arise out of, or in connection with, performance of services required hereunder which result in inj ury, death , or property damage , shall be reported in writing to the Contracting Officer and cognizant DGR within twenty-four hours of such occurrence. Reports shall provide full details of the accident, including statements from witnesses . The fore-going procedures shall also apply to any claim made by a third party against the contractor as a result of any accident that occurs in connection with performance under this contract.

14.0 DELIVERABLES

Enterprise-wide Contractor Manpower Reporting Application (ECMRA) The Contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for CSL, COMALAP A, El Salvador via a secure data collection site . Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are:

( 1) W, Lease/Rental ofEquipment; (2) X, Lease/Rental of Facilities; (3) Y , Construction of Structures and Facilities; (4) S, Utilities ONLY; (5) V, Freight and Shipping ONLY.

The contractor is required to complete ly fill in all required data fields using the following web address https://doncmra.nmci .navy. mil.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY) , which runs February 1 through April 30. While inputs may be reported any time during the FY, all data shall be reported no later than April 30 of each calendar year. Contractors may direct questions to the help desk, linked at https ://doncmra.nmci.navy.mil .

15.0 MEETINGS AND BRIEFINGS: When requested by the designated government representative (DGR), the contractor shall attend , participate in and furnish input to scheduled and unscheduled meetings, conferences, and briefings. Frequency may be weekly, monthly, or as otherwise required.

Page 10: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

on the level of computer/network access, the contract employee will reqmre a successful investigation as detailed below.

ACCESS TO FEDERAL FACILITIES Per HSPD-12 and implementing guidance, all contractor employees working at a federa lly controlled base, faci lity or activity under this clause will require a DoD CAC. When access to a base, facilit y or activity is required contractor employees shall in-process with the avy Command ' s Security Manager upon arrival to the Navy Command and shall out-process prior to their departure at the completion of the ind iv idual' s performance under the contract.

ACCESS TO DOD IT SYSTEMS In accordance with SECNA V M-5510.30, contractor employees who require access to DoN or DoD networks are categorized as IT-I , IT- II , or IT-Ill. The IT-II level, defined in detail in SECNA V M-5510.30, includes positions which require access to information protected under the Privacy Act, to include Protected Health Information (PHI). All contractor employees under this contract who require access to Privacy Act protected information are therefore categorized no lower than IT-II. IT Levels are determined by the requiring activity ' s Command Information Assurance Manager. Contractor employees requiring privileged or JT-1 level access, (when specified by the terms of the contract) require a Single Scope Background Investigation (SSBI) which is a higher level investigation than the National Agency Check with Law and Credit (NACLC) described below. Due to the privileged system access, a SSBI suitable for High Risk public trusts positions is required. Individuals who have access to system control , monitoring, or administration functions (e.g. system administrator , database administrator) require training and certification to Information Assurance Technical Level I, and must be trained and certified on the Operating System or Computing Environment they are required to maintain.

Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation. When access to IT systems is required for performance of the contractor employee's duties, such employees shall in-process with the Navy Command ' s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out­process prior to their departure at the comp letion of the individual ' s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The decision to authorize access to a government IT system/network is inherently governmental. The contractor supervisor is not authorized to sign the SAAR-N; therefore, the government employee with knowledge of the system/network access required or the COR sha ll sign the SAAR-N as the "supervisor".

The SAAR-N shall be forwarded to the Navy Command ' s Security Manager at least 30 days prior to the individual's start date . Failure to provide the required documentation at least 30 days prior to the individual's start date may result in delaying the individual 's start date.

When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor' s Security Representative shall contact the Command Security Manager for guidan ce when reinvestigations are require d.

Page 11: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

r .

15.1.1 Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission)

15.1.2 Original Signed Release Statements

Failure to provide the required documentation at least 30 days prior to the individual's start date shall result in delaying the individual's start date. Background investigations shall be reinitiated as required to ensure investigations remain current (not older than IO years) throughout the contract performance period . The Contractor's Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required.

Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the Navy Command's Security Manager upon arrival to the Navy command and shall out­process prior to their departure at the completion of the individual's performance under the contract. Employees requiring IT access shall also check-in and check-out with the Navy Command's Information Assurance Manager. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command's Security Manager at least 30 days prior to the individual's start date . Failure to provide the required documentation at least 30 days prior to the individual's start date shall result in delaying the individual's start date.

The contractor shall ensure that each contract employee requmng access to IT systems or networks complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. Contractor employees shall accurately complete the required investigative forms prior to submission to the Navy Command Security Manager. The Navy Command's Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy may render the contractor employee ineligible for the assignment. An unfavorable determination made by the Navy is final (subject to SF-86 appeal procedures) and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. The Navy Command's Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a determination.

If the contractor employee al_ready possesses a current favorably adjudicated investigation, the contractor shall submit a Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copy VAR directly from the contractor's Security Representative . Although the contractor will take JPAS "Owning" role over the contractor employee, the Navy Command will take JPAS "Servicing" role over the contractor employee during the hiring process and for the duration of assignment under that contract. The contractor shall include the IT Position Category per SECNA V M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee's performance under the contract.

Page 12: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

16.0 BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO OR PERFORMING NON- SENSITIVE DUTIES

CERTIFICATION- INHERENTLY GOVERNMENTAL FUNCTIONS INDICATOR-version I, dated 10/07/19

(to be attached with the Purchase Request -Service Requirements )

11 cert1ty tnat tn1s service requirement as aennea oy Dl'AP memo, dated 25 Feb Ll.113 1s: YES NO

1. CL=" Closely Associated Functions" means functions that are closely associated with inherently

governmental functions ; those contractor duties that could expand to become inherently • 0 governmental funct ions without sufficient management controls or oversight on the part of the Government .

2. CT= "Critical Functions" means functions that are necessary to the agency being able to effectively

perform and maintain contra I of its mission and operations. Typically, critical functions are recurring • 0 and lonQ-term in duration .

3. OT= " Other Functi ons" means the services are neither Closely Associated Functions (CL) nor 0 • Critical Functions (CT).

CERTIFIED BY: (Requiring Activity) I SIGNATURE: DATE (YYYMMDD)

Page 13: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

CLASSIFICATION (When filled in) : Unclassified

NAME & TITLE OF REVIEWING OFFICIAL SIGNATURE

14. ADDITIONAL SECURITY REQUIREMENTS

Requirements, in addition to NISPOM requirementfor classified infonnation,are established for this contract.

I Z] No D Yes If Yes. identify the pertinent contractual clauses in the contract document itself, or provide an appropriate statement which identifies the additional reqwrements. Provide a copy of the reqwrements to the CSO. The field will expand as text 1s added or you can also use ,tern 13. When removing any expanded text area, use delete key or backspace key, then click out of the text field for it to shrink after the text has been deleted. (See instructions for additional guidance or use of the fillable PDF.)

15. INSPECTIONS

Elementsof this contract are outside the inspection responsibility of the CSO.

IZ] No D Yes 11 Yi,,s explain and identify spedfic areas and government activity resf/nsible for inspecfons. The field will expand as text is added or you can also use item 13. When removing any expanded text area, use delete key or bac space key, then click out of the text field for it to shrink after the text has been deleted. (See ins /ruction s for addifonal guidance or use of the fillable PDF.)

16. GOVERNMENT CONTRACTING ACTIVITY (GCA) AND POINT OF CONTACT (POC)

a. GCA NAME c. ADDRESS (Include ZIP Code) d. POC NAME

NAVSUP Fleet Logistics Center Jacklyn Roberts NA VY SUPPLY SY ST EM S COMMAND Jacksonvill e e. POC TELEPHONE (Include Area Code)

3rd Floor, 110 Yorktown Ave + I (904) 542-1028 b. ACTIVITY ADDRESS CODE (AAC) OF THE

Naval Air Static n Jacksonv i II e FL 32212 CONTRACTING OFFICE (See Instructions) f . EMAIL ADDRESS (See Ins/ructions)

N 68836 jack lyn.robert s@navy .m ii

17. CERTIFICATION AND SIGNATURES

Security requirementsstated hereinare complete and adequate for safeguarding the classified infonnaiton to be releasedor generated under this classified effort. All questionsshall be referred to the official named below. Upon die itally siqning Item 17h, no changes can be made as the form will be locked.

a. TYPED NAME OF CERTIFYING OFFICIAL (Last, First , Middle In itial) d . AAC OF THE CONTRACTING OFFICE h. SIGNATURE (See Ins/ructions) (See Ins/ructions)

Joanne Brown N68836

b. TITLE e. CAGE CODE OF THE PRIME CONTRACTOR (See Instructions.)

Command Securi ty Officer

C. ADDRESS (Include ZIP Code) f. TELEPHONE (Include Area Code) i. DATE SIGNED

U.S. Naval Forces Southern Command +1 (904) 804-1205 (See Instructions)

P.O. Box 280003, Bldg . 3 g. EMA IL ADDRESS (See Instructions) Mayport, FL. 32228-0003

18. REQUIRED DISTRIBUTION BY THE CERTIFYING OFFICIAL

IZ] a. CONTRACTOR D f. OTHER AS NECESSARY (If more room is needed, continue in Item 13 or on additional page if necessary.)

0 b. SUBCONTRACTOR

IZI C COGNIZANT SECURITY OFFICE FOR PRIME AND SUBCONTRACTOR

IZJ d. U.S. ACTIVITY RESPONSIBLE FOR OVERSEAS SECURITY ADMINISTRATION

0 e. ADMINISTRATIVE CONTRACTING OFFICER

DD FORM 254, MAY 2019 PREVIOUS EDITION IS OBSOLETE. Page 1 of 3

CLASSIFICATION (When filled in) . Unclassified

Page 14: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

DD FORM 254, MAY2019 PREVIOUS EDITION IS OBSOLETE. Page3 of3

CLASSIFICATION (When filled in) : Unclassified

Page 15: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

CLAUSES FOR PURCHASE ORDERS AND BLANKET PURCHASE AGREEMENTS AW ARD ED BY OVERSEAS CONTRACTING ACTIVITIES

(Current thru FAC 2005-95)

COMMERCIAL ITEMS

FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998)

This purchase order or BPA incorporates the following clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acguisition.gov/far

DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm

FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) CLAUSES

NUMBER TITLE DATE

52.204-9 Personal Identity Verification of Contractor Personnel (if JAN 2011 contractor requires physical access to a federally-controlled facility or access to a Federal information system)

52.212-4 Contract Terms and Conditions - Commercial Items JAN 2017

(Alternate I (MAY 2014) of 52.212-4 applies if the order is time-and-materials or labor-hour)

52.225-19 Contractor Personnel in a Diplomatic or Consular MAR2008 Mission Outside the United States (applies to services at danger pay posts only)

52.227-19 Commercial Computer Software License (if order is for DEC 2007 software)

52.228-3 Workers ' Compensation Insurance (Defense Base Act) JUL 2014 (if order is for services and contractor employees are covered by Defense Base Act insurance)

Page 16: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

52.228-4 Workers' Compensation and War-Hazard Insurance (if APR 1984 order is for services and contractor employees are not covered by Defense Base Act insurance)

52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders­

Commercial Items (JAN 20 17)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) o:;•_209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

(2) 52.233-3 , Protest After Award (AUG 1996) (31 l .S.C. 1553).

(3) 52 233-• , Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (l2J.. .~.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

[Contracting Officer check as appropriate.]

_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) ( • 1 l . ~ C. • 70• and 10 l . ~.C 2• 02).

_ (2) 52.203-1 ;, Contractor Code of Business Ethics and Conduct (Oct 2015) (• I l 1.S.C. 1509)).

_ (3) ~• .1 03-15, Whistleblower Protections under the American Recovery and Reinvestment Act of2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

_ (4) 52.20• -l_Q, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 l ~.C. 6101 note).

_ (5) [Reserved].

_ (6) 52. 1 0• -1-±, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

_ (7) 52.20-±-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

_ (8) 51 .209-6, Protecting the Government' s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S .C. 6101 note).

Page 17: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

_ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).

_ ( 10) [Reserved].

_ (1 l)(i) 52.') 19-3 , Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) ( 15 l .S.C. 657a).

_ (ii) Alternate I (Nov 2011) of 52.219- , .

_ (12)(i) 52.219-..J., Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (1 5 l .S.C. 657a).

_ (ii) Alternate I (JAN 2011) of 52.219-..J. .

_ (13) [Reserved]

_ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) ( 15 l .S.C. 6..J...J.).

_ (ii) Alternate I (Nov 2011).

_ (iii) Alternate II (Nov 2011 ).

_ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) ( 15 l .\.C . 6..J...J.).

_ (ii) Alternate I (Oct 1995) of 5').') 19-7.

_ (iii) Alternate II (Mar 2004) of 52.21 l) _ 7 .

_ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) ( 15 l I .S.C. ()3 7( d)(2 )and (3)).

_ (17)(i) 52.219-9, Small Business Subcontracting Plan (Nov 2016) ( 15 l 1.S.C. 63 7( d)( ..J. )).

_ (ii) Alternate I (Nov 2016) of 52 .219-9.

_ (iii) Alternate II (Nov 2016) of 5')_'119-<) .

_ (iv) Alternate III (Nov 2016) of 52 .219-9 .

_ (v) Alternate IV (Nov 2016) of 51 . ') 19-9.

_ (18) 51 .219-13 , Notice of Set-Aside of Orders (Nov 2011) ( 15 l . ~.C. 6..J...J.( r)).

_ (19) 52.219-1..J., Limitations on Subcontracting (Nov 2011) (15 l . ~.C. 63 7(a)( I ..J. )).

_ (20) 52.219-16, Liquidated Damages- Subcon-tracting Plan (Jan 1999) ( 15 l . '-; .C.

637(d)(..J.)(F)(i)).

_ (21) 52.219-')7, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011 ) (15 lJ.S.C. 657 I).

_ (22) 52.219-28 , Post Award Small Business Program Rerepresentation (Jul 2013) ( 15 l . \ .( . 632(a)(2 )).

Page 18: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

_ (23) 52.219-29 Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 l '.S.C. 63 7(111)).

_ (24) 52. 1 l 9-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 l .S.C. 637(111)).

_ (25) 52.222-3 , Convict Labor (June 2003) (E.O. 11755).

_ (26) 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).

_ (27) 52.222-' l , Prohibition of Segregated Facilities (Apr 2015).

_ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

_ (29) 52.222-35 , Equal Opportunity for Veterans (Oct 2015)(3 8 l .S.C.--+212).

_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (' 9 U.S.C. 793).

_ (31) 52.112-:n, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

_ (32) 52.222--W, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

_ (33)(i) 52.22 1 -50, Combating Trafficking in Persons (Mar 2015) ('2 U.S.C. chapter 78 and E.O. 13627).

_ (ii) Alternate I (Mar 2015) of 52.222-50 (22 l .S.C. chapter 78 and E.O. 13627).

_ (34) 52.222-5-+, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803 .)

_ (35) 52.211-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25 , 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).

Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

_ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016).

_ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) -+2 L1.S.C. 6962 c 3 A ii ). (Not applicable to the acquisition of commercially available off-the-shelf items.)

Page 19: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

_ (ii) Alternate I (May 2008) of 5 '. '' ~-9 ( ..J.' l .S.C. . h%2( i )(' )( C )) . (Not applicable to the acquisition of commercially available off-the-shelf items.)

_ (38) 51 .113-11 , Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693).

_ (39) 52.223-12 , Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693).

_ (40)(i) 52.2 1 3-13 , Acquisition ofEPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514).

_ (ii) Alternate I (Oct 2015) of 52.22i-l 3.

_ (4 l)(i) 52.223-1 --1- , Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514).

_ (ii) Alternate I (Jun 2014) of 52.223-1 -+ .

_ (42) 51 .223-15 , Energy Efficiency in Energy-Consuming Products (DEC 2007) (-+' l .~.C. 8259h).

_ (43)(i) 52.223-16 , Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).

_ (ii) Alternate I (Jun 2014) of 51 .2'3-16.

_ ( 44) 52.223-18 , Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).

_ (45) 52.223-20 , Aerosols (JUN 2016) (E.O. 13693).

_ (46) 52. 1 23-1 1, Foams (JUN 2016)(E.O. 13693).

_ (47) 52.225-1 , Buy American- Supplies (May 2014) (-+ I l .S.C. chapter 83 ).

_ (48)(i) 52 .225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (±l l·.s.c. chapter 83, 19 l·.s.c. 3301 note, JlJ l .',.C. 2112 note, 19 l .~.C. 3805 note, 19 l .~.C. --1-001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41 , 112-42, and 112-43.

_ (ii) Alternate I (May 2014) of 51 . 1 '5-3 .

_ (iii) Alternate II (May 2014) of 52.2_25-3 .

_ (iv) Alternate III (May 2014) of 52.225-) .

_ (49) 52.225-5 , Trade Agreements (OCT 2016) ( I lJ l . \.C.. 1 50 I , et seq., l.2J . 'i.C. 330 I note).

_ (50) 51 .225-13 , Restrictions on Certain Foreign Purchases (June 2008) (E.O. ' s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

Page 20: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

_ (51) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008 ; 10 ll.S.C. 2302 Note) .

_ (52) 52.226-..J., Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (..J.2 U.S.C. 5150).

_ (53) 52.226-5 , Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (..J.2 u.s.c. 5150).

_ (54) 52.232-1 9, Terms for Financing of Purchases of Commercial Items (Feb 2002) (:±1 l ' .S.C . ..J.505 , IO l .S.C. 1 307(0).

_ (55) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 l 1.S.C. 4505 , lQ l 1.S.C. 2307( t)).

_ (56) 52.232-33 , Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 ll.S .C. 3332).

_ (57) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 ll.S.C. 3332).

_ (58) 52.232-36, Payment by Third Party (May 2014) (31 l 1.S.C. 3332).

_ (59) 51 .1 39-1 , Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

_ (60)(i) 52.2..J. 7-6..J. , Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (..J.6l l.S.C.Appx.1241(b) and l0U.S.C. 1 631 ).

_ (ii) Alternate I (Apr 2003) of 52.2..J. 7-6-+.

( c) The Contractor shall comply with the FAR clauses in this paragraph ( c ), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

[Contracting Officer check as appropriate.]

_ (1) 5'.22'-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).

_ (2) 52.222-..J.1 , Service Contract Labor Standards (May 2014) (41 l .S.C. chapter 67).

_ (3) 52.222-..J.2 , Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and ..J. I l · .S.C. chapter 6 7).

_ (4) 52.2'2-43 , Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 ll.S.C. 206 and 41 l l.S.C. chapter 6 7).

_ (5) 52.222-..J.4, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 l '.S.C. 206 and -ti l .S.C. chapter 67).

Page 21: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

_ (6) 52.222-51 , Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Requirements (May 2014) (-+I l'.S.C. chapter 67).

_ (7) 52.222-5\ Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services- Requirements (May 2014) (-+ I l .S .C. chapter 67).

_ (8) 52.222-55 , Minimum Wages Under Executive Order 13658 (Dec 2015).

_ (9) 52.222-62 , Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

_ (10) 51 .116-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (-+2 t·.s.c. 1792).

_ (11) 52.237-11 , Accepting and Dispensing of $1 Coin (Sept 2008) (} I l .S .('~ 511 '(p)( I)).

( d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph ( d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2 , Audit and Records- Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor' s directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR -..;uhpart -+ .7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)(l) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(l) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (-+ I l .\ .C. 3509).

(ii) 52.2 I 9-8 , Utilization of Small Business Concerns (Nov 2016) ( 15 l'.S.C. ()37( d )( 2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract ( except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any

Page 22: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (I) of FAR clause 52.2-i2-17.

(iv) 52.222-21 , Prohibition of Segregated Facilities (Apr 2015)

(v) 52.222-26, Equal Opportunity{Sept 2016) (E.O. 11 246).

(vi) 52.222-35 , Equal Opportunity for Veterans (Oct 2015) (3 8 l .S.C. .. Q 12).

(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 l ' .S.C. 793).

(viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 l 1.S.C. 4212 )

(ix) 52.222--W, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52 .222-40.

(x) 52.221 -41 , Service Contract Labor Standards (May 2014) (41 l .S.C. chapter 67).

(xi) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 l .S.C. chapter 78 and E.O 13627).Altemate I (Mar 2015) of 52.2 1 2-SQ (22 l l .S.C. cha ter 78 and l~.O 13627 .

(xii) 52.222-51 , Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 l .S.C. chapter 67).

(xiii) 52 .2;2-53 , Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 l 1.S.C . chapter 6 7).

(xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989).

(xv) 52.222-55 , Minimum Wages Under Executive Order 13658 (Dec 2015).

(xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).

Note to paragraph (e)(l)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

(xvii) '52.222-60, Paycheck Transparency (Executive Order 13673) (OCT2016)) .

(xviii) 52.;2 1 -62 , Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

Page 23: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note) .

(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 l '.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6 .

(xxi) 51 .1 47-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 l .S.C. Appx. I 24 l(b) and IO l .~.C. 2631 ). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)

DEPARTMENT OF STATE ACQUISITION REGULATION (48 CFR Chapter 6) CLAUSES

NUMBER TITLE DATE

652.225-71 Section 8( a) of the Export Administration Act of 1979, AUG 1999 As Amended (if order exceeds simplified acquisition threshold)

652.229-70 Excise Tax Exemption Statement for Contractors Within JUL 1988 the United States (for supplies to be delivered to an overseas post)

652.229-71 Personal Property Disposition at Posts Abroad AUG 1999

652.237-72 Observance of Legal Holidays and Administrative Leave APR2004 (for services where performance will be on-site in a Department of State facility)

652 .239-71 Security Requirements for Unclassified Information SEP 2007 Technology Resources (for orders that include information technology resources or services in which the contractor will have physical or electronic access to Department information that directly supports the mission of the Department)

652.242-70 Contracting Officer's Representative (if a COR will be AUG 1999 named for the order) Fill-in for paragraph b: "The COR IS "

Page 24: Embassy of the United States of America GSO/Procurement Office · 2020-01-21 · GSO/Procurement Office Antiguo Cuscatlan, January 16, 2020. To: Prospective Quoters Subject: Request

652.242-71 Notice of Shipments JUL 1988

652.242-73 Authorization and Performance AUG 1999

652.243-70 Notices AUG 1999

652.247-71 Shipping Instruction FEB 2015

The following clause is provided in full text, and is applicable for orders for services that will require contractor employees to perform on-site at a DOS location and/or that require contractor employees to have access to DOS information systems:

652.204-70 Department of State Personal Identification Card Issuance Procedures (MAY2011)

(a) The Contractor shall comply with the Department of State (DOS) Personal Identification Card Issuance Procedures for all employees performing under this contract who require frequent and continuing access to DOS facilities , or information systems. The Contractor shall insert this clause in all subcontracts when the subcontractor' s employees will require frequent and continuing access to DOS facilities, or information systems.

(b) The DOS Personal Identification Card Issuance Procedures may be accessed at http://www.state.gov/rn/ds/rls/rpt/c21664.htm.

(End of clause)


Recommended