Arkansas Bids > Bid Detail

Backflow Prevention Assembly - Testing & Repair

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159070265810544
Posted Date: May 9, 2023
Due Date: May 23, 2023
Solicitation No: W519TC-23-Q-0116
Source: https://sam.gov/opp/5903fcab03...
Follow
Backflow Prevention Assembly - Testing & Repair
Active
Contract Opportunity
Notice ID
W519TC-23-Q-0116
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RI
Office
W6QK ACC-RI
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 09, 2023 10:53 am CDT
  • Original Date Offers Due: May 23, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    White Hall , AR 71602
    USA
Description

US Army Contracting Command - Rock Island, Munitions and Industrial Base Division - CCRI-AIE



1. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.



2. The U.S. Army Contracting Command - Rock Island (ACC-RI) hereby requests a quote for backflow prevention assembly (BFPA) testing, repair and retesting to protect the portable water supply from possible contamination at Pine Bluff Arsenal (PBA) in accordance with (IAW) Attachment 001 "SOW PBA BFPA Testing"



3. Solicitation W519TC-23-Q-0116 is issued as a Request for Quote (RFQ), being awarded as a small business set aside, in accordance with (IAW) FAR 12.6 This combined synopsis/solicitation is being released in accordance with (IAW) FAR Part 12 and FAR Part 13.



The Government anticipates awarding a firm-fixed price contract with a base year and four 1-year options, as follows:



Period of Performance:



Base Period: Date of Award - Day 365



Option Period 1: Day 365 - Day 730



Option Period 2: Day 731 - Day 1,095



Option Period 3: Day 1,095 - Day 1,460



Option Period 4: Day 1,461 - Day 1,825



4. The following NAICCS code and small business size standard apply:



NAICS: 238220 Size Standard: $19,000,000.00



5. Vendor shall use Attachment 002 "W519TC-23-W-0116 Price Matrix" to submit its price quote.



6. Contract will be awarded in accordance with FAR 52.212-2 to the Lowest Price Technically Acceptable, responsive, and responsible contractor whose price is determined to be fair and reasonable.



7. FAR 52.212-1 Instructions to Offerors-Commercial Items, and any addenda to this provision, are applicable to this acquisition.



8. FAR 52.212-2 Evaluation - Commercial Items, and any addenda to this provision, are applicable to this acquisition.



9. Offerers shall submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer.



10. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, and any addenda to this clause, are applicable to this acquisition.



11. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and any of the FAR Clauses marked, in the full text FAR 52.212-5 included below, are applicable to this acquisition



12. This acquisition is not rated in the Defense Priorities and Allocations System.



13. All questions shall be submitted by 1:00pm, Central Standard Time on 16 May 2023. The United States Government (USG) is not obligated to answer questions submitted after this period. All reasonable questions submitted by the date listed above will be answered via an amendment to the solicitation.



14. The Place of Performance is Pine Bluff Arsenal, Pine Bluff Arkansas 71602.



15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02, published February 14, 2023.



16. Quotes shall be submitted electronically via email by 1:00pm, Central Time on 23 May 2023 via email. The points of contact for this action are Eric Contreras, eric.d.contreras2.civ@army.mil and John Fotos, john.g.fotos.civ@army.mil.







Sincerely,



John Fotos,



Contracting Officer





Encl:



Attachment 001 "SOW PBA BFPA Testing"



Attachment 002 "W519TC-23-W-0116 Price Matrix"



Attachment 003 "Backflow Prevention PRS"







CONTRACT TERMS AND PROVISIONS



The following clauses will be incorporated into the contract by Reference: 52.204-7 System for Award Management (Oct 2018)



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance (Oct 2018)



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)



52.204-26 Covered Telecommunications Equipment or Services-Representation 52.212-4 Contract Terms and Conditions-Commercial Items (Nov 2021)



52.217-5 Evaluation of Options (Jul 1990)



52.219-1 Small Business Program Representations (Mar 2023) 52.219-8 Utilization of Small Business Concerns (Oct 2022)



52.219-28 Post-Award Small Business Program Representation (Mar 2023) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999)



52.222-25 Affirmative Action Compliance (Apr 1984)



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Jun 2020) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)



52.233-3 Protest after Award (Aug 1996)



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



52.237-2 Protection of Government Buildings, Equipment and Vegetation (Apr 1984) 52.237-3 Continuity of Services (Jan 1991)



52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference



52.252-5 Authorized Deviation in Provisions (Nov 2020) 52.252-6 Authorized Deviation in Clauses (Nov 2020)



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



252.203-7000 Requirements Relating to Compensation to former DoD Officials (Sep 2011)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)



252.204-7000 Disclosure of Information (Oct 2016)



252.204-7002 Payment for Contract Line or Subline Items Not Separately Priced (APR 2020)



252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services - Representation (May 2021)







252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021)



252.204-7022 Expediting Contract Closeout (May 2021)



252.211-7003 Item Unique Identification and Valuation (Mar 2022)



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



252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006)







The following provisions and clauses are hereby incorporated by Full Text:





52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)




  1. North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition-








    1. Is set aside for small business and has a value above the simplified acquisition threshold;










    1. Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or










    1. Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women owned small business set-aside or sole-source award regardless of dollar value.








  1. Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-








    1. The solicitation number;

    2. The time specified in the solicitation for receipt of offers;

    3. The name, address, and telephone number of the offeror;

    4. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;










    1. Terms of any express warranty;










    1. Price and any discount terms;










    1. "Remit to" address, if different than mailing address;










    1. A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);










    1. Acknowledgment of Solicitation Amendments;










    1. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references









(including contract numbers, points of contact with telephone numbers and other relevant information); and








    1. If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.








  1. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.






  1. Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during pre-award testing.






  1. Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.






  1. Late submissions, modifications, revisions, and withdrawals of offers:








    1. Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.







(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-










      1. If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or














      1. There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or














      1. If this solicitation is a request for proposals, it was the only proposal received.













(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.






  1. Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.






  1. If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.






  1. Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offerer or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.






  1. Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerers. Therefore, the offerer's initial offer should contain the offerer's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.






  1. Multiple awards. The Government may accept any item or group of items of an offer, unless the offerer qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offerer specifies otherwise in the offer.






  1. Availability of requirements documents cited in the solicitation.





(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite







8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-



8925, Facsimile (202) 619-8978.





(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.




  1. Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:








    1. ASSIST (https://assist.dla.mil/online/start/).










    1. Quick Search (http://quicksearch.dla.mil/).








  1. Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-








    1. Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);










    1. Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or

    2. Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.








  1. Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.





U) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.





(k) Reserved.





(I) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:








  1. The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.






  1. The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.






  1. The overall ranking of all offerors, when any ranking was developed by the agency during source selection.






  1. A summary of the rationale for award;






  1. For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror.






  1. Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.





(End of provision)





ADDENDUM TO FAR PROVISION 52.212-1 INSTRUCTIONS TO OFFERORS -



COMMERCIAL ITEMS (NOV 2021)




  1. Offeror is highly encouraged to read each document included in solicitation W519TC-23-Q-0116 prior to preparing the quote.






  1. Offeror shall prepare a quote package that contains all the data listed below in sections 2(a) and 2(b-e). Quote shall be submitted electronically in compliance with the instructions provided in combined Synopsis/Solicitation W519TC-23-Q-0116.








    1. TECHNICAL: A technical description of the supplies/services being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This document shall be submitted on company letterhead in Adobe Acrobat (.pdf) format. The technical description is limited (which includes i-iv below) to no more than 10 pages. The Cover Page and Table of Contents do not count towards page count. The Government is not obligated to review and evaluate any more than the first 10 pages, for Technical. The Cover Page of Technical shall include the following information:












      1. Company Name, SAM Unique Entity ID or CAGE Code














      1. Contact information (i.e. name, phone number, and email address) for appropriate company representative;














      1. The technical description shall also indicate whether or not Offeror will be able to comply with the Government's delivery schedule.














      1. Confirmation the quote remains valid for a period of 90 days after the submission deadline.














    1. PRICE: Offeror shall provide a quote utilizing the Attachment 002 Price Matrix. Offeror shall enter a price in each of the yellow highlighted fields of the Price Matrix.










    1. Completed FAR provisions and clauses. Offeror shall complete and submit the following FAR provisions and clauses as part of its quote package:












      1. FAR Clause 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS














      1. FAR Clause 52.222-25 AFFIRMATIVE ACTION COMPLIANCE












    1. Signed acknowledgement of the solicitation and any subsequent solicitation amendments (if any amendments have been issued by the Government).










    1. Offeror shall be registered in the System for Award Management (SAM) database to at the time of quote submission. Failure to be registered in SAM will render the quote unresponsive. SAM is to be used for all of the following:








  1. contractor registration (formerly CCR),






  1. representations and certifications (formerly ORCA), and






  1. exclusions (formerly EPLS). If Offeror has current representations and certifications in the System for Award Management (SAM) database, Offeror is allowed to submit the SAM representations and certifications in lieu of completing and submitting FAR Clause 52.212-3.



(End of Provision Addendum)





52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES



(NOV 2021)






    1. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:





Purchase Order will be awarded on a Firm Fixed-Price basis, to the Lowest Price Technically Acceptable offeror.








    1. Options. The Government will evaluate offers for award purposes by adding the total price for all options, to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).










    1. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether





or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of provision)







ADDENDUM TO FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (NOV 2021)




  1. The USG will evaluate responses to this solicitation in accordance with FAR 52.212-2 and the information contained within this addendum.






  1. The Evaluation Factors for this solicitation are as follows:








    1. Factor 1: Technical










    1. Factor 2: Price








  1. Technical Factors will be evaluated as follows:





ACCEPTABLE: The Offeror has submitted a technical description that meets all of the required elements of the attached Statement of Work.





UNACCEPTABLE: The Offeror either does not submit a technical description; or submits a technical description that does not meet all of the required elements of the attached Statement of Work.






  1. Only quotes rated TECHNICALLY ACCEPTABLE will be evaluated on Price. Price will be evaluated as follows:





The Price will be determined by total summation of the prices entered in each of the yellow highlighted fields in the attached Price Matrix submitted by the offeror.






  1. Award will be made to the lowest price, technically acceptable, responsive and responsible Offeror in accordance with FAR 9.104.





(End of Provision Addendum)





52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023)






  1. 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 products and commercial services:








    1. 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (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)).










    1. 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).














    1. 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115- 232).










    1. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).










    1. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801).










    1. 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).










    1. 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)).








  1. 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 products and commercial services:





_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) ( 41 U.S.C. 4704 and 10 U.S.C. 4655).



_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509)).



_ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)



1 (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract



Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note).



_ (5) [Reserved].



_ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-



117, section 743 of Div. C).



_ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).



(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) ( 31 U.S.C. 6101 note).



_ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) ( 41 U.S.C. 2313).



_ (10) [Reserved].



_ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) ( 15 U.S.C. 657a).



_ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offerer elects to waive the preference, it shall so indicate in its offer) ( 15 U.S.C. 657a).



_ (13) [Reserved]







- (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644).



_ (ii) Alternate I (Mar 2020) of 52.219-6.



_ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644).



_ (ii) Alternate I (Mar 2020) of 52.219-7.



_ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C.



637(d)(2) and (3)).



_ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2022) ( 15 U.S.C. 637(d)(4)).



_ (ii) Alternate I (Nov 2016) of 52.219-9.



_ (iii) Alternate II (Nov 2016) of 52.219-9.



_ (iv) Alternate Ill (Jun 2020) of 52.219-9.



_ (v) Alternate IV (Sep 2021) of 52.219-9.



_ (18) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) ( 15 U.S.C. 644(r)).



_ (ii) Alternate I (Mar 2020) of 52.219-13.



_ (19) 52.219-14, Limitations on Subcontracting (Oct 2022) ( 15 U.S.C. 637s).



_ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Sep 2021) ( 15 U.S.C. 637(d)(4)(F)(i)).



_ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set­ Aside (Oct 2022) ( 15 U.S.C. 657f).



_ (22) (i) 52.219-28, Post Award Small Business Program Representation (Mat 2023) 15 U.S.C. 632(a)(2)).



_ (ii) Alternate I (Mar 2020) of 52.219-28.



_ (23) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(m)).



_ (24) 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Oct 2022) ( 15 U.S.C. 637(m)).



_ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15 U.S.C. 644(r)).



_ (26) 52.219-33, Nonmanufacturer Rule (Sep 2021) ( 15U.S.C. 637(a)(17)).




  1. 52.222-3, Convict Labor (Jun 2003) (E.O.11755).

  2. 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126).

  3. 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

  4. (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).



_ (ii) Alternate I (Feb 1999) of 52.222-26.



_ (31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212).



_ (ii) Alternate I (Jul 2014) of 52.222-35.



(32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29



U.S.C. 793).



_ (ii) Alternate I (Jul 2014) of 52.222-36.



_ (33) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212).



_ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).







(35) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter



78 and E.O. 13627).



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



_ (36) 52.222-54, Employment Eligibility Verification (May 2022) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.)



_ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA­ Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)



_ (ii) Alternate I (May 2008) of 52.223-9 ( 42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)



_ (38) 52.223-11, 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) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).



_ (ii) Alternate I (Oct 2015) of 52.223-13.



_ (41) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).



_ (ii) Alternate I (Jun2014) of 52.223-14.



_ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) ( 42 U.S.C. 8259b).



_ (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 52.223-16.



(44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).



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



_ (46) 52.223-21, Foams (Jun2016) (E.O. 13693).



_ (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).



_ (ii) Alternate I (Jan 2017) of 52.224-3.



(48) (i) 52.225-1, Buy American-Supplies (Oct 2022) ( 41 U.S.C. chapter 83).



_ (ii) Alternate I (Oct 2022) of 52.225-1.



_ (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Dec 2022) ( 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C.



4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 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 [Reserved].



_ (iii) Alternate II (Dec 2022) of 52.225-3.



_ (iv) Alternate Ill (Jan 2021) of 52.225-3.



_ (v) Alternate IV (Oct 2022) of 52.225-3.



_ (50) 52.225-5, Trade Agreements (Dec 2022) ( 19 U.S.C. 2501, et seq., 19 U.S.C.



3301 note).







(51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).



_ (52) 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. Subtitle A, Part V, Subpart G Note).



_ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ( 42



u.s.c. 5150).



_ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) ( 42 U.S.C. 5150).



_ (55) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021).



_ (56) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 3805).



_ (57) 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 3805).



(58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) ( 31 U.S.C. 3332).



_ (59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) ( 31 U.S.C. 3332).



_ (60) 52.232-36, Payment by Third Party (May 2014) ( 31 U.S.C. 3332).



_ (61) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a).



_ (62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) ( 15 U.S.C. 637(d)(13)).



_ (63) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631).



_ (ii) Alternate I (Apr 2003) of 52.247-64.



_ (iii) Alternate II (Nov 2021) of 52.247-64.




  1. 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 products and commercial services:





_ (1) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter67).



_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67).



_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67).



_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67)



_ (5) 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 U.S.C. chapter 67).



_ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67).



_ (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).







- (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O.



13706).



_ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792).




  1. 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, as defined in FAR 2.101, on the date of award of this contract, 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.










    1. 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 subpart 4.7, 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.










    1. 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.








  1. (1) 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)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-




  1. 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509).






  1. 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (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)).






  1. 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).








  1. 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115- 232).






  1. 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.






  1. 52.222-21, Prohibition of Segregated Facilities (Apr 2015).






  1. 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246).






  1. 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212).






  1. 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793).






  1. 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212).






  1. 52.222-40, 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.






  1. 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter 67).






  1. (A) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O 13627).



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






  1. 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 U.S.C. chapter 67).






  1. 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67).






  1. 52.222-54, Employment Eligibility Verification (May 2022) (E.O. 12989).






  1. 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).






  1. 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).






  1. (A) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a).







(B) Alternate I (Jan 2017) of 52.224-3.






  1. 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. Subtitle A, Part V, Subpart G Note).






  1. 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.






  1. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232-40.






  1. 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.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 products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.





(End of Provision)







The Following are Local Requirements specific to ACC-RI





CONTRACTOR PERFORMANCE INFORMATION





The successful offeror/bidder under this solicitation is advised that after contract award its performance under this contract will be subject to an assessment(s) in accordance with FAR 42.15 and AFARS 5142.1503. The Department of Defense (DoD) Contractors Performance Assessment Reporting System (CPARS) will be used to maintain the performance report(s) generated on this contract. The rating system to be used in this assessment shall be as follows:





Exceptional (Dark Blue) - Performance meets contractual requirements and exceeds many to the Government's benefit. The contractual performance of the element or sub element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective.





Very Good (Purple) - Performance meets contractual requirements and exceeds some to the Government's benefit. The contractual performance of the element or sub element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective.







Satisfactory (Green) - Performance meets contractual requirements. The contractual performance of the element or sub element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory.





Marginal (Yellow) - Performance does not meet some contractual requirements. The contractual performance of the element or sub element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor's proposed actions appear only marginally effective or were not fully implemented.





Unsatisfactory (Red) - Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub element contains serious problem(s) for which the contractor's corrective actions appear or were ineffective.





The evaluation procedures to be used in this assessment, which include coordination with the contractor, are detailed in AFARS 5142.1503.





GENERAL SAFETY AND OCCUPATIONAL HEALTH GUIDANCE:






  1. The Army has an overall goal of ensuring that contracted work is performed using procedures and risk controls that ensure workers, the public and the environment are not endangered.






  1. Contractors must comply with applicable Federal, State, and local codes and standards, including Safety and Occupational Health (SOH) requirements, as well as any additional specific requirements invoked by the contract. These requirements are listed in, but not limited to: (1) DoD Instruction 6055.1, "DoD Occupational Safety and Health Program," (2) Army Regulation 385-10, "The Army Safety Program," (3) Department of the Army Pamphlet 385-10, "Army Safety Program," (4) Occupational Safety and Health Administration, General Industry Standards, CFR 1910, (5) Occupational Safety and Health Administration, Construction Standards, CFR 1926, (6)



U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1,



(7) Local Installation Safety and Health Regulations.






  1. Army contractors will be required to have a Safety and Occupational Health Program implemented that is tailored to meet the safety requirements of each contract and the associated tasks and products of that contract. This program will be documented in the contractor's safety plan.






  1. Contract activities will be conducted in a safe and healthful manner that minimizes accidents as well as impacts on Army operations and members of the public.






  1. Contractors are responsible for the safety and health of their employees and protection of the public at contractor plants and work sites.





AMC-LEVEL PROTEST PROGRAM







If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to:





Headquarters U.S. Army Materiel Command



Office of Command Counsel-Deputy Command Counsel 4400 Martin Road



Rm: A6SE040.001



Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840



e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-level protest procedures are found at:



http://www.amc.army.mii/Connect/Legal-Resources/





If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel to obtain the AMC-Level Protest Procedures.





The Following are Local Requirements specific to Pine Bluff Arsenal (PBA)





NON-RELEASE OF CONTRACT INFORMATION (MAR 2000)






  1. Any proprietary, confidential commercial, trade secret or similar type of information in the contract resulting from this solicitation may not be released to anyone outside the Government.






  1. Do not release proprietary, confidential commercial, trade secret or similar type of information from this contract to anyone inside the Government that does not have a legitimate need to know the information.






  1. If in doubt about what information in the contract may be released, contact the Contracting Officer.






  1. Criminal penalties are provided by 18 U.S.C. for the improper release of proprietary and/or confidential commercial information.



(End)









Inspection and Acceptance (PBA) (AUG 90)







Inspection and acceptance will be at destination, unless otherwise provided herein. Until delivery and acceptance, and after any rejections, risk of loss will be on the contractor, unless loss results from negligence of the United States Government.



(End) EMPLOYEE IDENTIFICATION (Jul 2002)



The contractor shall be responsible for providing positive identification of employees as required by the Security Office at Pine Bluff Arsenal. Prior to beginning work or receiving a notice to proceed, the contractor shall identify with the Pine Bluff Contracting Division and Security Office points of contact who shall be responsible for identifying employees, subcontractors, vendors and delivery personnel. One identified point of contact shall personally accompany any contractor personnel, subcontractors, vendors, or delivery personnel to be badged to the Security Office. Employees or other personnel arriving without an identified point of contact will not be badged. Any delays caused by improper identification of employees shall be at the contractor's expense and no time extensions shall be allowed for such delays.



(End)







PERSONNEL (PBA) (REVISED FEB 2006)





All personnel are hereby notified that any NON-U.S. Citizen/Foreign National (FN) must meet the provisions of PBAR 190-3 prior to being permitted on Pine Bluff Arsenal.






    1. All contractor personnel will be required to produce proof of citizenship prior to being badged. If contractors employees are NON-U.S. Citizen/Foreign National (FN), the contractor will submit a request through the COR, through the Security Office to the Commander, asking for authorization for the resident alien to work on Pine Bluff Arsenal. The request shall include the information as shown in PBAR 190-3, Appendix E.

    2. Upon authorization, NON-U.S. Citizen/FN will be issued an "Escort required" badge, meaning a permanently badged PBA employee must escort the individual at all times while on the installation, except as authorized by PBAR 190-3 para E.1.1.





(End) SECURITY REQUIREMENTS (PBA) (Dec 1999)



During the time that the contractor performs work on post, he is expected to be aware that Pine Bluff Arsenal is a controlled access installation. Specific security requirements as they apply to the project site will be noted during a post -award conference. The contractor will exercise care to prevent unauthorized intrusions by locking gates, closing and locking doors/windows and performing similar actions. In the event that a breach of security occurs notwithstanding the contractor's efforts to prevent it, he shall immediately notify the Pine Bluff Arsenal Security Police (540-3505), reporting the occurrence and explaining the nature of the violation.



(End) SECURITY REQUIREMENTS (PBA) (Apr 2001)










  1. All prime contractors and sub-contractors performing services or duties at the Pine Bluff Arsenal shall comply with security rules and regulations generally applicable to all persons entering the installation.






  1. In addition specific requirements applicable to contractor personnel are as follows:








    1. Contractors will register vehicles, used in performance of with the Security Office. An affidavit will be signed by the contractor stating that he has and will continue to maintain liability insurance on all vehicles in an amount not lower than the minimum limits prescribed by the financial responsibility or the compulsory law of the State of Arkansas.










    1. Contractor employees desiring to operate their private owned vehicles (POV) on the Arsenal will be required to sign the same affidavit as specified in para b. (1) above and to register POV in the Security Office.










    1. All contractor personnel will be required to be badged prior to the beginning of any contractor service as follows:












      1. Contractors performing services within non-sensitive areas of the installation will be issued a non-photographic type ID badge if the contract does not exceed 21 calendar days. Issuance of this badge does not require the presence of the contractor employees at the Security Office.














      1. Contractors performing services within non-sensitive areas of the installation will be issued a photographic type ID badge if the contract exceeds 21 calendar days. Issuance of this badge requires the presence of the contractor employees at the Security Office.














      1. Contractors performing services within sensitive areas of the installation will be issued a non-photographic type ID badge and visitor pass if the contract does not exceed 21 calendar days. Issuance of this badge and pass will require the presence of the contractor employees at the Security Office. Badge exchange will be required by all personnel at the entrance to areas where required.














      1. Contractors performing services within sensitive areas of the installation will be issued a photographic type ID badge if the contract exceeds 21 calendar days. Issuance of this badge will require the presence of contractor employees at the Security











Office. Badge exchange is required by all personnel at the entrance to areas where required.










      1. If non-photographic type badges are utilized it will be the responsibility of the contractor or subcontractor to furnish the Security office with the name of all contractor employees to whom such badges are issued by number. This list of names will remain current at all times. If visitor passes are issued with non-photographic type badges, the procedures in paragraph (vi) below apply.


















      1. If photographic type badges are issued to contractor employees the Security Office will maintain a list of all badges issued by name, number, etc., however, it will be the responsibility of the contractor to ensure that all employees report to the Security Office for issuance of photographic type ID badges or visitor passes.














      1. It will be the responsibility of the contractor or subcontractor to ensure that all ID badges, photographic and non-photographic type, are returned to the Security Office upon termination of any individual employee. Contractors will also be responsible to ensure that all vehicle registrations, contractor and POV, are cancelled and vehicle decals are removed and returned to the Security Office.














      1. Contractors or sub-contractors will be required to reimburse the U.S. Government in the amount of $44.00 for replacement (a second badge) of PBA Security access badges that are lost, stolen or mutilated. In addition, fees for re-issue of badges will increase in $5.00 increments for each subsequent loss (i.e., $49.00 for third badge,







$54.00 for fourth badge, etc.) of ID badges not returned to the Security Office upon completion or termination of contract.










      1. Contractor employees arriving at any gate or area improperly badges or without Arsenal ID badge will be denied entrance until proper identification or badging has been accomplished.














      1. Contractor and sub-contractor personnel performing services within exclusion areas or highly sensitive areas will be required to be escorted by an appropriately cleared and authorized individual at all times while in such areas.







NOTE: Services for this contract will be performed in several area(s) of the installation. Work in an exclusion area will be detailed in the PWS.






  1. All contractors or sub-contractor's vehicles used on Pine Bluff Arsenal must have a company sign prominently displayed on each side of the vehicle, if work is being performed in the production area. These signs may be permanently affixed to the vehicle or may be magnetic type.





(End)









SECURITY VETTING PROGRAM (Jun 2014)





The Pine Bluff Arsenal (PBA) Vetting Program is being changed to comply with installation access requirements identified in AR 190-13, HSPD-12 and DTM 09-012. Access policy requires all unescorted persons entering DOD installations to have a valid purpose to enter, have their identity verified and vetted to determine the fitness of the individual requesting and/or requiring access to the installation, and be issued or in possession of an authorized and valid access credential. They also require local passes only be issued to non-DOD cardholder personnel who have successfully passed an NCIC check.





UNCLASSIFIED



-2-





Effective 30 June 2014, The Directorate of Law Enforcement and Security (D/LE&S) requires background checks to be conducted on all individuals 16 years of age or older who do not possess a valid DOD Identification (ID) credential (i.e. CAC, Military Id) prior to being granted access onto PBA. This change includes 100% of contractors, vendors, commercial carriers, visitors, Natural Resources customers, MWR customers and CYS customers.



The following criteria will prevent access to PBA: Violent Offense Conviction within the last ten (10) years, Felony or Misdemeanor Class A Conviction within the last five (5) years, Current Pending Charges, Active Warrant or Convicted Sex Offender. Habitual Offenders with three (3) or more criminal convictions may also be denied access at the mutual discretion of two Certified ACIC/NCIC Operators. In addition, the following criteria will prevent hunting on PBA: Felony Conviction, Domestic Violence Conviction, DUI/DWI Conviction within the last five (5) years or Active Order of Protection.



(End)


Attachments/Links
Contact Information
Contracting Office Address
  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 09, 2023 10:53 am CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >