COMBINED SYNOPSIS/SOLICITATION
Elevator Maintenance and Repair Services for the National Marine Fisheries Service (NMFS) located in Seattle, Washington
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6,
as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures
authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written
solicitation will not be issued.
(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number
1305M322QNWWP0009DR.
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular
2022-02 (JAN 2022) (Deviation 2020-11)(AUG 2020)
(IV) This solicitation is being issued as a total small business set-aside. The associated NAICS code is 811310. The small
business size standard is $16.5M.
(V) This combined solicitation/synopsis is for purchase of the following commercial services:
Line Item 0001 – Base Year; Task 1 - Services, non-personal, to provide all equipment, labor, and materials (unless otherwise provided
herein) necessary to perform all O&M, inspections, repairs, and recordkeeping to ensure proper operation of elevators in accordance
with the statement of work, which is attached the Request for Quote form SF18. The period of performance is 12 months.
Line Item 0002 - Base Year 2022. Services, non-personal, to provide all equipment, labor, and materials (unless otherwise provided
herein) necessary to perform Cat-5 testing on the West Building Elevator in accordance with the statement of work, which is attached
the Request for Quote form SF18. The period of performance is 1 Job.
Line Item 1001 – Option Year 1; Task 1 - Services, non-personal, to provide all equipment, labor, and materials (unless otherwise
provided herein) necessary to perform all O&M, inspections, repairs, and recordkeeping to ensure proper operation of elevators in
accordance with the statement of work, which is attached the Request for Quote form SF18. The period of performance is 12 months.
Line Item 2001 – Option Year 2; Task 1 - Services, non-personal, to provide all equipment, labor, and materials (unless otherwise
provided herein) necessary to perform all O&M, inspections, repairs, and recordkeeping to ensure proper operation of elevators in
accordance with the statement of work, which is attached the Request for Quote form SF18. The period of performance is 12 months.
Line Item 3001 – Option Year 3; Task 1 - Services, non-personal, to provide all equipment, labor, and materials (unless otherwise
provided herein) necessary to perform all O&M, inspections, repairs, and recordkeeping to ensure proper operation of elevators in
accordance with the statement of work, which is attached the Request for Quote form SF18. The period of performance is 12 months.
Line Item 4001 – Option Year 4; Task 1 - Services, non-personal, to provide all equipment, labor, and materials (unless otherwise
provided herein) necessary to perform all O&M, inspections, repairs, and recordkeeping to ensure proper operation of elevators in
accordance with the statement of work, which is attached the Request for Quote form SF18. The period of performance is 12 months.
(VI) Description of requirements is as follows:
See attached Statement of Work, which applies to Base Year and all Option Years and Wage Determination No 2015-5535 Revision
17 Dated 12/27/2021, which is attached to the Request for Quote form SF18.
(VII) Place of performance:
National Marine Fisheries Service
2725 Montlake Boulevard East
Seattle, WA, 98112
Base Year: Twelve (12) Months, 04/13/2022 through 04/12/2023
Option Year 1: Twelve (12) Months, 04/13/2022 through 04/12/2023
Option Year 2: Twelve (12) Months, 04/13/2022 through 04/12/2023
Option Year 3: Twelve (12) Months, 04/13/2022 through 04/12/2023
Option Year 4: Twelve (12) Months, 04/13/2022 through 04/12/2023
(VIII) FAR 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) applies to this acquisition and is in full text in the RFQ
SF18.
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide
all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from
further evaluation and rejected without further notification to the offeror.
1. Submit quotes to the office specified in this solicitation on or before the time specified in the solicitation. Email quotes are
acceptable and can be sent to diana.romero@noaa.gov.
2. Contractor shall have an active registration in the System for Award Management (SAM found at www.SAM.gov) in order to
provide a quote and be eligible for award.
3. Provide all evaluation criteria in accordance with 52.212-2 in this package.
“THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE
CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT”.
Site Visit
National Marine Fisheries Service
2725 Montlake Boulevard East
Seattle, WA, 98112
Vendors must email to make site visit appointments. Point of Contact Thanh Trinh Email: thanh.m.trinh@noaa.gov
All Bidders are strongly encouraged to make a site visit to inspect all proposed work and to acquire all necessary site information to
properly prepare their Quote. Failure of the Contractor to visit the site and acquire all necessary site information to properly prepare
the quote shall not be acceptable cause to justify a later request for additional costs after Contract Award. Any questions that come up
at the site visit must be provided to Diana Romero via email at diana.romero@noaa.gov no later than Feb 08, 2022 at 12:00 P.M.
MDT/MST. No questions will be answered on site.
Technical Approach and Capability. The offeror's approach to performing contract requirements and its capability to successfully
perform the contract will be evaluated. A contractor that has performed a site visit will be regarded with higher technical capability
unless the contractor can provide a detailed technical approach write-up with their quote for the Government to consider in place of a
site visit.
CONTRACTORS MUST BE ACTIVE IN SAM IN ORDER FOR QUOTES TO BE ACCEPTABLE.
FAR 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be
performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the
extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after
contract award.
(End of Provision)
CAM 1352.215-72 INQUIRIES (APR 2010)
OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO
diana.romero@noaa.gov QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00 P.M. MDT/MST, 02/08/2022.
Any responses to questions will be made in writing, without identification of the questioner, and will be included in an
amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the
solicitation will govern performance of the contract.
(End of clause)
(IX) FAR 52.212-2 Evaluation—Commercial Products and Commercial Services (NOV 2021)
(a) 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. Award will be based on the best value to the government trade off. The following factors shall be used to evaluate offers:
1) Technical Capability: It is the contractor’s responsibility to provide the quote, all necessary documentation and/or
information for the government to make a determination that the contractor has the capability to provide these services.
2) Past Performance – quote shall include at least 2 references for similar services including the name, phone number, full
address and email address. The government will use its discretion to determine the sources of past performance information
used in the evaluation, and the information may be obtained from references provided by the offeror, the agency’s
knowledge of the contractor’s performance, other government agencies or commercial entities, or past performance
databases, and past performance will be based on responsiveness, timeliness, quality, and customer service.
3) Price. The Government intends to award a best value trade-off, firm fixed-price purchase order on an all or none
basis with payment terms of Net 30.
(b) 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).
(c) 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)
(X) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (NOV 2021)
(DEVIATION 2020-11) (AUG 2020) applies to this acquisition and is in full text in the RFQ SF-18 applies to this acquisition and is in
full text in the RFQ SF-18.The offeror shall complete the annual representations and certifications electronically in System for Award
Management at https://www.sam.gov/portal/SAM/#1.
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and
certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has
not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v))
of this provision.
The offeror shall complete the annual representations and certifications electronically in System for Award Management at
https://www.sam.gov/portal/public/SAM/
(XI) The clause at FAR 52.212-4 Contract Terms and Conditions—Commercial Items (NOV 2021) (Deviation 2017-02)
(Aug 2017), applies to this acquisition.
(XII) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial
Items (Jan 2022) (Deviation 2021-06) (Sept 2021) (Deviation 2020-11) (Aug 2020) (Deviation 2020-05) (Apr 2020) (Deviation
2017-05)(Sept 2017) applies to this acquisition and is in full text in the RFQ SF18
(XIII) The following clauses/provisions are also applicable to this acquisition:
FAR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)
FAR 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT & VEGETATION (APR 1984)
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
(NOV 2021)
The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not
provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the
performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror
Representations and Certifications-Commercial Products or Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3.
(a) Definitions. As used in this provision—
Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable
inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on
Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub.
L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or
renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be
construed to—
(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities
of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any
user data or packets that such equipment transmits or otherwise handles.
(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232)
prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered
telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to—
(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities
of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any
user data or packets that such equipment transmits or otherwise handles.
(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM)
(https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".
(d) Representation. The Offeror represents that—
(1) It □ will, □ will not provide covered telecommunications equipment or services to the Government in the performance of
any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional
disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and
(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that—
It □ does, □ does not use covered telecommunications equipment or services, or use any equipment, system, or service that
uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at
paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section.
(e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer:
(i) For covered equipment—
(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier,
CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known);
(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM
number, manufacturer part number, or wholesaler number; and item description, as applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining
if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.
(ii) For covered services—
(A) If the service is related to item maintenance: A description of all covered telecommunications services offered
(include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or
(B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation
of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.
(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the
representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer:
(i) For covered equipment—
(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier,
CAGE code, and whether the entity was the OEM or a distributor, if known);
(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM
number, manufacturer part number, or wholesaler number; and item description, as applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining
if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.
(ii) For covered services—
(A) If the service is related to item maintenance: A description of all covered telecommunications services offered
(include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or
(B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of
covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in
paragraph (b)(2) of this provision.
(End of provision)
FAR 52.217-5 Evaluation of Options (JULY 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will
evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of
options will not obligate the Government to exercise the option(s).
(End of provision)
Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government
as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract
using the rates applicable at the time of exercise.
FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These
rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision
may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting
Officer may exercise the option by written notice to the Contractor within 15 days of contract completion.
(End of Clause)
Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government
as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract
using the rates applicable at the time of exercise.
FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days of contract completion;
provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the
contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
(End of Clause)
FAR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)
FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984)
FAR 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT & VEGETATION (APR 1984)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may
include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those
provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or
offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/far/index.html
(End of provision)
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more 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/these address(es):
https://www.acquisition.gov/far/index.html
(End of clause)
FAR 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized
deviation is indicated by the addition of “(DEVIATION)” after the date of the clause.
(b) The use in this solicitation or contract of Commerce Acquisition Regulation (48 CFR 1352) clause with an authorized deviation is
indicated by the addition of “(DEVIATION)” after the name of the regulation.
(End of clause)
FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized
deviation is indicated by the addition of “(DEVIATION)” after the date of the clause.
(b) The use in this solicitation or contract of Commerce Acquisition Regulation (48 CFR 1352) clause with an authorized deviation is
indicated by the addition of “(DEVIATION)” after the name of the regulation.
(End of clause)
Department of Commerce Clauses:
FOR FULL TEXT OF COMMERCE ACQUISITION CLAUSE OR PROVISIONS YOU MAY TO GO THE FOLLOWING
WEBSITE:
http://www.ago.noaa.gov/acquisition/AcqManual/09_part1330-52.html#1330-52.237-71%20NOAA%20Government-
Contractor%20Relations%20%E2%80%93%20Non-Personal%20Services
CAR 1352.201-70 Contracting Officer’s Authority (APR 2010)
CAR 1352.209-73 Compliance with the Laws (APR 2010)
CAR 1352.209-74 Organizational Conflict of Interest (APR 2010)
CAR 1352.233-70 AGENCY PROTESTS (APRIL 2010)
(a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer,
with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999)
(b) Agency protests filed with the Contracting Officer shall be sent to the following address:
Chad Hepp
Director
NOAA/AGO Western Acquisition Division-Boulder
325 Broadway SOU6
Boulder, CO 80305
FAX: 303-497-3163
(c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address:
Barry Berkowitz
Senior Procurement Executive and
Director, Office of Acquisition Management
U.S. Department of Commerce
Room 6422
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington DC 20230
FAX: 202-482-1711
(d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of
the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest
Decision Authority.
(e) Service upon the Contract Law Division shall be made as follows:
U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230.
FAX: (202) 482-5858
(End of Provision)
CAR 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APRIL 2010)
(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless
an agency protest has been filed.
(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the
Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with
either GAO or the Court of Federal Claims.
(c) Service upon the Contract Law Division shall be made as follows:
U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230.
FAX: (202) 482-5858
(End of Provision)
CAR 1352.237-71 Security processing requirements - low risk contracts (April 2010)
(a) Investigative Requirements for Low Risk Contracts. All contractor (and subcontractor) personnel proposed to be employed
under a Low Risk contract shall undergo security processing by the Department's Office of Security before being eligible to work on the premises of any Department of Commerce owned, leased, or controlled facility in the United States or overseas, or to obtain access to a Department of Commerce IT system. All Department of Commerce security processing pertinent to this contract will be conducted at no cost to the contractor.
(b) Investigative requirements for Non-IT Service Contracts are:
(1) Contracts more than 180 days - National Agency Check and Inquiries (NACI).
(2) Contracts less than 180 days - Special Agency Check (SAC).
(c) Investigative requirements for IT Service Contracts are:
(1) Contracts more than 180 days - National Agency Check and Inquiries (NACI).
(2) Contracts less than 180 days - National Agency Check and Inquiries (NACI).
(d) In addition to the investigations noted above, non-U.S. citizens must have a background check that includes an
Immigration and Customs Enforcement agency check.
(e) Additional Requirements for Foreign Nationals (Non-U.S. Citizens). Non-U.S. citizens (lawful permanent residents) to be
employed under this contract within the United States must have:
(1) Official legal status in the United States;
(2) Continuously resided in the United States for the last two years; and
(3) Obtained advance approval from the servicing Security Officer in consultation with the Office of Security headquarters.
(f) DOC Security Processing Requirements for Low Risk Non-IT Service Contracts. Processing requirements for Low Risk
non-IT Service Contracts are as follows:
(1) Processing of a NACI is required for all contract employees employed in Low Risk non-IT service contracts for more than 180 days.
The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. The contract
employee must also complete fingerprinting.
(2) Contract employees employed in Low Risk non-IT service contracts for less than 180 days require processing of Form OFI-86C
Special Agreement Check (SAC), to be processed. The Sponsor will forward a completed Form OFI-86C, FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer, who will send the investigative packet to the Office of Personnel Management for processing.
(3) Any contract employee with a favorable SAC who remains on the contract over 180 days will be required to have a NACI conducted to continue working on the job site.
(4) For Low Risk non-IT service contracts, the scope of the SAC will include checks of the Security/Suitability Investigations Index
(SII), other agency files (INVA), Defense Clearance Investigations Index (DCII), FBI Fingerprint (FBIF), and the FBI Information
Management Division (FBIN).
(5) In addition, for those individuals who are not U.S. citizens (lawful permanent residents), the Sponsor may request a Customs
Enforcement SAC on Form OFI-86C, by checking Block #7, Item I. In Block 13, the Sponsor should enter the employee's Alien
Registration Receipt Card number to aid in verification.
(6) Copies of the appropriate forms can be obtained from the Sponsor or the Office of Security. Upon receipt of the required forms, the Sponsor will forward the forms to the servicing Security Officer. The Security Officer will process the forms and advise the Sponsor and the Contracting Officer whether the contract employee can commence work prior to completion of the suitability determination based on the type of work and risk to the facility (i.e., adequate controls and restrictions are in place). The Sponsor will notify the contractor of favorable or unfavorable findings of the suitability determinations. The Contracting Officer will notify the contractor of an approved contract start date.
(g) Security Processing Requirements for Low Risk IT Service Contracts. Processing of a NACI is required for all contract
employees employed under Low Risk IT service contracts.
(1) Contract employees employed in all Low Risk IT service contracts will require a National Agency Check and Inquiries (NACI) to be processed. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85.
Fingerprints and a Credit Release Authorization must be completed within three working days from start of work, and provided to the Servicing Security Officer, who will forward the investigative package to OPM.
(2) For Low Risk IT service contracts, individuals who are not U.S. citizens (lawful permanent residents) must undergo a NACI that
includes an agency check conducted by the Immigration and Customs Enforcement Service. The Sponsor must request the ICE check as a part of the NAC.
(h) Notification of Disqualifying Information. If the Office of Security receives disqualifying information on a contract
employee, the Sponsor and Contracting Officer will be notified. The Sponsor shall coordinate with the Contracting Officer for the
immediate removal of the employee from duty requiring access to Departmental facilities or IT systems. Contract employees may be barred from working on the premises of a facility for any of the following reasons:
(1) Conviction of a felony crime of violence or of a misdemeanor involving moral turpitude.
(2) Falsification of information entered on security screening forms or of other documents submitted to the Department. (3) Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful
conduct or other conduct prejudicial to the Government regardless of whether the conduct was directly related to the contract.
(4) Any behavior judged to pose a potential threat to Departmental information systems, personnel, property, or other assets.
(i) Failure to comply with security processing requirements may result in termination of the contract or removal of contract
employees from Department of Commerce facilities or denial of access to IT systems.
(j) Access to National Security Information. Compliance with these requirements shall not be construed as providing a contract
employee clearance to have access to national security information.
(k) The contractor shall include the substance of this clause, including this paragraph, in all subcontracts.
(End of clause)
NOAA ACQUISITION MANUAL (NAM) LANGUAGE
NAM 1330-52.222-70 NOAA SEXUAL ASSAULT AND SEXUAL HARASSMENT PREVENTION AND RESPONSE
POLICY (MAY 2018)
In accordance with NOAA Administrative Order (NAO) 202-1106, NOAA Sexual Assault and Sexual Harassment Prevention and
Response Policy, it is the policy of NOAA to maintain a work environment free from sexual assault and sexual harassment. NOAA
prohibits sexual assault and sexual harassment by or of any employee, supervisor, manager, contractor, vendor, affiliate, or other
individual with whom NOAA employees come into contact by the virtue of their work for NOAA.
(a) Definitions. Contractor Employees - The term “contractor employees,” as used in this solicitation and contract language, refers to employees of the prime contractor or its subcontractors, affiliates, consultants, or team members. Sexual Assault - The term sexual assault, as used in this solicitation and contract language, means any conduct proscribed by state or federal sexual abuse laws, including, but not limited to, those defined in chapter 109A of title 18 of the U.S. Code (sexual abuse), and assaults committed both by offenders who are strangers to the victim and by offenders who are known or related by blood or marriage to the victim. Sexual Harassment - As defined by the Equal Employment Opportunity Commission, sexual harassment is a form of sex discrimination that violates Title VII of the Civil Rights Act of 1964. It includes unwelcome sexual advances, requests for sexual favors, and other verbal, non- verbal, or physical conduct of a sexual nature when any of the following are true:
• Submission to such conduct is made either explicitly or implicitly as a term or condition of an individual's
employment;
• Submission to or rejection of such conduct by an individual is used as the basis for employment decisions affecting such
individual;
• The conduct unreasonably interferes with an individual's work performance or creates an intimidating, hostile, or offensive
working environment. The main characteristics of sexual harassment are that the harasser's conduct is targeted against the
recipient’s sex, gender identity, or sexual orientation, and is unwelcome to the recipient. It may include, but is not limited to:
offensive jokes, slurs, epithets or name calling, undue attention, physical assaults or threats, unwelcome touching or contact,
intimidation, ridicule or mockery, insults or put-downs, constant or unwelcome questions about an individual's identity, and
offensive objects or pictures.
(b) Requirements.
1. It is the responsibility of the contractor to ensure that contractor employees maintain the highest degree of conduct and standards in performance of the contract. In support of this, NOAA urges its contractors to develop and enforce comprehensive company policy addressing sexual assault and sexual harassment.
2. The contractor shall include wording substantially the same as this solicitation and contract language in every subcontract
so that it is binding upon each subcontractor.
3. If a contractor employee observes or is the object of sexual assault or sexual harassment, he or she is highly encouraged to report the matter, as soon as possible, to their immediate supervisor, the Contracting Officer’s Representative (COR), subset of the COR (e.g. Task Manager or Assistant COR), or contracting officer (CO) if a COR is not assigned to the contract. The contract employee may also contact the NOAA Civil Rights Office to obtain guidance on reporting instances of sexual assault or sexual harassment. If deemed necessary, the contractor employee may also report such instances to local law enforcement. In the case where the incident occurs while performing at a remote location, such as at sea or in the field (at a field camp or other isolated location) where the above referenced individuals are unavailable, the contractor employee should follow the reporting procedure set forth in NAO 202- 1106, Section 6, .07, Reporting from Remote Locations.
i. Swift reporting allows NOAA and the contractor to take the appropriate measures to ensure that offensive behavior stops and the
complainants’ needs are addressed.
ii. The COR (if assigned), CO, and contractor, where applicable, will work together to ensure appropriate action is taken in
accordance with applicable laws and regulations, contract terms and conditions, and the contractor’s written policy (where
applicable).
4. The contractor shall provide all contractor employees assigned to perform under this contract with mandatory sexual assault and
sexual harassment prevention and response training in compliance with the requirements of NAO
202-1106, Section 5, Prevention Training and Awareness, as part of their initial in-processing and on an annual basis thereafter. The initial training shall be completed within business days [30 unless a different number is inserted] of contract award or the date
a contractor employee is assigned to perform under the contract, as applicable. Evidence of initial training by name and date completed for each contractor employee, shall be submitted to the COR or contracting officer (if no COR assigned) within 10 business days of completion. Evidence of annual training by name and date completed for each contractor employee shall be submitted to the COR or contracting officer (if no COR assigned) no later than March 1st of each calendar year of contract performance.
i. The mandatory sexual assault and sexual harassment training provided by the contractor shall include the required elements set
forth by NOAA’s Workplace Violence Program Manager. A link to the website including the required elements of the training is
provided at: http://www.ago.noaa.gov/quicklinks/harassment_training.html. The website will also provide training materials and
resources to assist the contractor in conducting the training. The contractor may provide training that solely addresses the NOAA
required elements or may supplement existing company sexual assault and sexual harassment training in a manner that ensures all
of the elements are adequately addressed.
ii. The required elements of the training and resources available to the contractor for the training may be updated by NOAA
periodically. The contractor is responsible for monitoring the website and incorporating any changes to the NOAA required
elements into the contractor provided training.
iii. NOAA’s Workplace Violence Program Manager, COR, or CO may periodically review the contractor’s training outline to ensure
all required elements are included and, if necessary, any appropriate adjustments are made to the training by the contractor.
iv. Contractor employees performing on assignments in a remote location, such as at a field camp or other isolated locations, are
subject to receiving the same briefing on the parameters of the order provided to NOAA employees as set forth in Section 6 of
NAO 202-1106.
5. The contractor shall provide a copy of this solicitation and contract language and NAO 202-1106 to contractor employees.
(c) Sexual Assault/Sexual Harassment (SASH) Helpline. For NOAA employees, affiliates, and contractors who have experienced
sexual assault or sexual harassment, NOAA has established the NOAA Sexual Assault/Sexual Harassment (SASH) helpline. This
helpline is designed to provide crisis intervention, referrals, and emotional support to those who are victims and/or survivors of
sexual harassment or sexual assault within the workplace. Contractor employees may use the helpline to receive live, confidential,
one-on-one support in an occurrence of sexual harassment or assault by a Federal Government employee. All services are
anonymous, secure, and available worldwide, 24 hours a day, seven days a week. The NOAA SASH helpline is accessible through a variety of channels, including:
● Phone: 1-866-288-6558
● Website & Online Chat: http://NOAASASHHelpline.org
● Mobile App: NOAA SASH Helpline (available via iOS and Android App Stores)
● Text: (202) 335-0265
(d) Confidentiality. Any party receiving information from the filing of a complaint alleging sexual assault or sexual
harassment, or while performing an investigation into such a complaint, shall keep the information confidential.
“Confidentiality” means that the information shall only be shared with others who have a need to know the information to
conduct their official duties.
(e) Remedies. In addition to other remedies available to the Government, contractor employee violations of Federal requirements
(e.g., law, statutes, executive orders, code, rules, regulations) applicable to sexual assault and sexual harassment and/or failure to
complete the mandatory training set forth in this solicitation and contract language, may result in:
1. Requiring the Contractor to remove a contractor employee or employees from the performance of the contract;
2. Requiring the Contractor to terminate a subcontract;
3. Suspension of contract payments until the Contractor has taken appropriate remedial action;
4. Termination of the contract for default or cause, in accordance with the termination clause of this contract;
5. Suspension or debarment; or
6. Other appropriate action.
(End of clause)
NAM 1330-52.237-70 CONTRACTOR COMMUNICATIONS (APR 2010)
(a) A contractor employee shall be identified both by the individual’s name and the contractor’s name when:
1. Included in NOAA’s locator, and
2. When submitting any type of electronic correspondence to any NOAA employee or stakeholder.
(b) Any written correspondence from a contractor or any contractor employee shall be printed on company/organization
letterhead or otherwise clearly identify the sender as an employee of the company or organization and shall identify the
contract number.
(c) Contractors and/or contractor employees shall clearly identify themselves as such in any verbal communications, whether in
informal discussion or a formal meeting.
(End of clause)
NAM 1330-52.237-71 NOAA GOVERNMENT-CONTRACTOR RELATIONS – NON-PERSONAL SERVICES
CONTRACT (SEPT 2017)
(a) The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services as defined in FAR Part 37, Service Contracting, and the parties recognize and agree that no employer-employee relationship exists or will exist under the contract between the Government and the Contractor’s personnel. It is, therefore, in the best interest of the Government to afford both parties an understanding of their respective obligations.
(b) Contractor personnel under this contract shall not: (1) Be placed in a position where they are under relatively continuous supervision and control of a Government employee.
(2) Be placed in a position of command, supervision, administration, or control over Government personnel or over personnel of
other Contractors performing under other NOAA contracts.
(c) The services to be performed under this contract do not require the Contractor or the Contractor’s personnel to exercise personal
judgement and discretion on behalf of the Government. Rather, the Contractor’s personnel will act and exercise personal judgement
and discretion on behalf of the Contractor.
(d) Rules, regulations, directives, and requirements that are issued by the Department of Commerce and NOAA under its
responsibility for good order, administration, and security are applicable to all personnel who enter the Government installation and
facilities, who are provided access to Government systems, or who travel on Government transportation. This is not to be construed
or interpreted to establish any degree of Government control that is inconsistent with a non-personal services contract.
(e) Both parties are responsible for monitoring contract activities for indications of improper employee-employer relationships
during performance. In the event a situation or occurrence takes place inconsistent with this contract language, the following
applies:
(1) The Contractor shall notify the Contracting Officer in writing within 5 business days from the date of any situation or
occurrence where the Contractor considers specific contract activity to be inconsistent with the intent of this contract language. The
notice must include the date, nature and circumstance of the situation or occurrence, the
name, function and activity of each Government employee or Contractor employee involved or knowledgeable about the situation
or occurrence, provide any documents or the substance of any oral communications related to the activity, and an estimated date by
which the Government is recommended to respond to the notice in order to minimize cost, delay, or disruption of performance.
(2) The Contracting Officer will review the information provided by the Contractor, obtain additional information (if needed), and
respond in writing as soon as practicable after receipt of the notification from the Contractor. The Contracting Officer’s response
will provide a decision on whether the Contracting Officer determines the situation or occurrence to be inconsistent with the intent
of this contract language and, if deemed necessary, will specify any corrective action(s) to be taken in order to resolve the issue.
(End of clause)
NAM 1330-52.237-72 CONTRACTOR ACCESS TO NOAA FACILITIES (SEPT 2017)
(a)
1. NOAA may close and or otherwise deny contractor employees access to a NOAA facility for a portion of a business
day or longer for various reasons including, but not limited, to the following events:
2. The performance of this contract requires employees of the prime contractor or its subcontractors, affiliates,
consultants, or team members (“contractor employees”) to have access to and to the extent authorized, mobility
within, a NOAA facility.
i. Federal public holidays for Federal employees in accordance with 5 U.S.C. 6103;
ii. Fires, floods, earthquakes, and unusually severe weather, including but not limited to snow storms, tornadoes,
and hurricanes;
iii. Occupational safety or health hazards;
iv. Lapse in Appropriations; or
v. Federal Statute, Executive Order, Presidential Proclamation, or any other unforeseen reason.
3. In such events, the contractor employees may be denied access to a NOAA facility that is ordinarily available
for the contractor to perform work or make delivery, as required by the contract.
(b) In all instances where contractors are denied access or required to vacate a NOAA facility, in part or in whole, the contractor
shall be responsible to ensure contractor personnel working under the contract comply. If the circumstances permit, the contracting
officer will provide direction to the contractor, either directly or through the Contracting Officer’s Representative (COR), which
could include continuing on-site performance during the NOAA facility closure period; however, if Government oversight is
required and is not available, on-site performance shall not be allowed. In the absence of such direction, the contractor shall exercise sound judgment to minimize unnecessary contract costs and performance impacts, for example, performing required work off- site if possible or reassigning personnel to other activities if appropriate.
(c) The contractor shall be responsible for monitoring the Office of Personnel Management at opm.gov, the local radio, television
stations, NOAA web sites, and other communication channels. Once the facility is accessible, the contractor shall resume contract
performance as required by the contract. (d) For the period that NOAA facilities were not accessible to contractors who required access in order to perform the services, the
contracting officer may—
1. Adjust the contract performance or delivery schedule for a period equivalent to the period the NOAA facility was
not accessible;
2. Forego the work; or
3. Reschedule the work by mutual agreement of the parties.
(e) Notification procedures of a NOAA facility closure, including contractor denial of access, are as follows:
1. The contractor shall be responsible for notification of its employees of the NOAA facility closure to include denial of
access to the NOAA facility. The dismissal of NOAA employees in accordance with statute and regulations providing
for such dismissals shall not, in itself, equate to a NOAA facility closure in which contractors are denied access.
Moreover, the leave status of NOAA employees shall not be conveyed or imputed to contractor personnel. Accordingly,
unless a NOAA facility is closed and the contractor is denied access to the facility, the contractor shall continue
performance in accordance with the contract.
2. Access to Government facilities and resources, including equipment and systems, will be limited and personnel
necessary to administer contract performance may not be available. Generally, supply and service contracts that are
funded beyond the date of the lapse in appropriation and do not require access to Government facilities, active
administration by Government personnel or the use of Government resources in a manner that would cause the
Government to incur additional obligations during the lapse in appropriation may continue. If a delivery date for a
contract falls during the period of a lapse in appropriations, Government personnel may not be available to receive
delivery. Contractors are directed to consult with a contracting officer before attempting to make a delivery. Contracting
officers will be available throughout the lapse in appropriation period to provide guidance.
Once OMB guidance is given, CORs, in consultation with the contracting officer, will notify those contractors that
are deemed by the Program Office to be performing excepted work and identify the contractor personnel requiring
access to NOAA facilities. CORs will also coordinate with directly with facility management or physical security
personnel at respective locations to ensure that the names of contractor personnel requiring access to Government
facilities during the lapse in appropriations are provided to physical security personnel.
Contractors who are not designated as performing excepted work are not allowed access to Government facilities or to
utilize Government resources in a manner that would incur any additional obligation of funding on behalf of the
Government during the lapse in appropriation.
3. Unless otherwise specified within the contract award, contractors requiring access to NOAA facilities outside normal
business hours or outside the normal workweek shall submit a written request in writing through the COR to the
contracting officer. The written request shall provide justification supporting the required access and be submitted
hours/days (contracting officer insert number of days. If blank, 72 hours applies) before access to the NOAA facility is
needed.
(End of clause)
NAM 1330-52.270-304 NOAA ACQUISITION AND GRANTS OFFICE OMBUDSMAN (OCT 2016)
a. The NOAA Acquisition and Grants Office (AGO) Ombudsman is available to organizations to promote responsible and
meaningful exchanges of information. Generally, the purpose of these exchanges will be to:
1. Allow contractors to better prepare for and propose on business opportunities.
2. Advise as to technologies and solutions within the marketplace that the
Government may not be aware of, or is not fully benefiting from.
3. Identify constraints in transparency and process.
b. The AGO Ombudsman will objectively, reasonably, and responsibly collaborate with parties and recommend fair, impartial,
and constructive solutions to the matters presented to him/her. Further, the AGO Ombudsman will maintain the reasonable
and responsible confidentiality of the source of a concern, when such a request has been formally made by an authorized
officer of an organization seeking to do business with, or already doing business with NOAA.
c. Before consulting with the AGO Ombudsman, interested parties must first address their concerns, issues, disagreements,
and/or recommendations with the respective contracting officer for resolution. However, direct access to the AGO
Ombudsman may be sought when an interested party questions the objectivity or equity of a contracting officer’s decision, or
when there is a bona fide reason to believe that reasonable, responsible, and objective consideration will not be received from
an assigned contracting officer.
d. There are several constraints to the scope of the AGO Ombudsman’s authority, for instance:
1. Consulting with the AGO Ombudsman does not alter or postpone the timelines of any formal process
(e.g., protests, claims, debriefings, employee employer actions,
activities involving A-76 competition performance decisions, judicial or congressional hearings, or
proposal, amendment, modification or deliverable due dates, etc.).
2. The AGO Ombudsman cannot participate in the evaluation of proposals, source selection
processes, or the adjudication of protests or formal contract disputes.
3. The AGO Ombudsman is not authorized to generate or alter laws, judicial decisions, rules,
policies, or formal guidance.
4. The AGO Ombudsman is not authorized to develop or alter opportunity announcements, solicitations, contracts,
or their terms or conditions.
5. The AGO Ombudsman cannot overrule the authorized decisions or determinations of the contracting officer.
6. The AGO Ombudsman has no authority to render a decision that binds AGO, NOAA, the Department of
Commerce, or the U.S. Government.
7. The AGO Ombudsman is not NOAA’s agent relative to the service of magistrate or judicial process
and cannot be used to extend service of process to another party (whether federal, public, or a private
entity).
e. After review and analysis of a filed concern or recommendation, the AGO Ombudsman may refer the interested party
to another more suitable federal official for consideration. Moreover, concerns, disagreements, and/or
recommendations that cannot be resolved by the AGO Ombudsman will need to be pursued through more formal
venues.
f. The AGO Ombudsman is not to be contacted to request copies of forms and/or documents under the purview of a
contracting officer. Such documents include Requests for Information, solicitations, amendments, contracts, modifications,
or conference materials.
g. Questions regarding this solicitation and contract language shall be directed to Rafael Roman, NOAA AGO
Ombudsman, at Rafael.Roman@noaa.gov.
(End of solicitation and contract language)
(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.
(XV) Quotes are required to be received in the contracting office no later than 5:00 P.M. MST/MDT on February 10, 2022. All
quotes must be emailed to the attention of Diana Romero. The email address is diana.romero@noaa.gov
(XVI) Any questions regarding this solicitation should be directed to Diana Romero, phone: 303-497-3761, email:
diana.romero@noaa.gov