Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2025 SAM #8475
SOURCES SOUGHT

R -- Contract Support Services - RPO-C - RFI

Notice Date
2/7/2025 12:46:42 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77625Q0116
 
Response Due
2/14/2025 1:00:00 PM
 
Archive Date
04/15/2025
 
Point of Contact
Jesus Reyes, Contract Specialist, Phone: Contract Officer, Fax: Karla Lefarth
 
E-Mail Address
Jesus.Reyes3@va.gov
(Jesus.Reyes3@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR A REQUEST FOR QUOTE (RFQ). THE DEPARTMENT OF VETERANS AFFAIRS IS NOT SOLICITING OFFERS OF ANY KIND. NO CONTRACT AWARD WILL BE MADE ON THE BASIS OF ANY RESPONSE(S) TO THIS NOTICE. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. In accordance with the Federal Acquisition Regulation (FAR) Part 10 on Market Research and Public Law 109-461, the Department of Veterans Affairs is conducting market research to identify verified Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns that have the capability to provide contractor support services to the government at a fair and reasonable price. This announcement is for informational and planning purposes only and should not be interpreted as a commitment by the government to issue a solicitation or award a contract. A Sources Sought notice (36C776-24-Q-0280) was posted on SAM.gov on July 22, 2024. Initially, the VA sought to consolidate Acquisition Support Services and Acquisition Utilization Services into a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract. However, the VA has decided that combining the roles of 1101 and 1102 is not the best approach. This Request for Information (RFI) aims to inform the industry of our revised plan to conduct market research specifically for 1102 Contract Specialist support only. The U.S. Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Regional Procurement Office Central (RPO-C) has a need for an experienced contractor who has five (5) or more years of experience supplying acquisition support services to federal agencies.� The contractor is needed to assist various contracting teams in their procurement requirements. The contractor shall provide experienced Entry-Level Contract Support (ECS), Mid-Level Contract Support (MCS), and Senior Contract Support (SCS). Contractor acquisition support services will be required throughout the life of this contract. The contractor s office and contractor personnel shall be located within the continental United States, Alaska, Hawaii and Puerto Rico. The contractor shall provide non-personal, non-inherently governmental acquisition support services in support of the VHA s contracting offices. The contractor and contractor personnel shall not be designated as the CO or COR or make decisions; rather they will support the various VA procurement teams in their procurement needs. Contractor personnel may not supervise or otherwise direct Government employees. VA COs, CSs, CORs and other staff shall ultimately be responsible for making decisions on behalf of VA.� FINAL Contract Support Services Performance Work Statement (PWS) INTRODUCTION The U.S. Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Regional Procurement Office - Central (RPO-C) has a need for Contract Support Services to assist various VHA central region contracting teams in their procurement requirements. The contractor shall provide experienced contract acquisition specialists as outlined in section 4 of this Performance Work Statement (PWS). SCOPE OF WORK Contractor support services will be required throughout the life of this contract. The contractor s office and contractor personnel shall be located within the continental United States, Alaska, Hawaii and Puerto Rico. The contractor shall provide non-personal, non-inherently governmental contract support services in support of the VHA s contracting offices. The contractor and contractor personnel shall not be designated as the CO or COR or make decisions; rather they will support the various VA procurement teams in their procurement needs. Contractor personnel may not supervise or otherwise direct Government employees. VA COs, CSs, CORs and other staff shall ultimately be responsible for making decisions on behalf of VA. Contract support services may include, but are not limited to strategy, planning, data analysis, requirements and/or documentation development, preparing Independent Government Cost Estimate (IGCE), compliance reviews for acquisition documents and forms. Services may include advisory support and assisting functional area technical experts with the development of writing requirements into sound/sufficient Statement of Work (SOW), PWS and/or Orders. Other support functions may include acquisition planning, solicitation preparation, market research/analysis, source selection document preparation, administration of terms and conditions, preparing contract modifications and documents, cost/price analysis, development of analytics, creating reports, preparation of contract termination documents, and drafting contract close-out documents. Successful performance of this contract requires a wide variety of associated procurement skills and activities including research, analysis, data entry, writing, document preparation, editing, scanning, document management, phone calls, faxing, filing, and other activities as necessary to complete the tasks assigned. DESCRIPTION OF SERVICES During the life of the resulting contract the Contractor will be required to provide three contract support categories which include diverse and various support responsibilities in support of the NCO/PCAC. The Contractor shall provide qualified personnel who can perform cradle to grave acquisitions functions in accordance with the Federal Acquisition Regulations (FAR), Veterans Affairs Acquisition Regulation (VAAR), and all other applicable regulations and policies. Contractor personnel shall perform pre-award procurement functions such as requirements definition, market research, drafting contractual documents such as solicitations, awards, and amendments using the Electronic Contract Management System (eCMS), coordinating with requiring activities, industry, and other stakeholders, and completing contractual files. Contractor personnel shall perform post-award procurement functions such as drafting modifications, drafting option year notices and modifications, monitoring contractor performance, and preparing contracts for close-out. REQUIREMENT QUALIFICATIONS and CATEGORIES Minimum Qualifications: Each proposed candidate shall possess all the demonstrated experience and educational requirements described in this section for the specific discipline needed on each task order executed. Pre-screened detailed resumes showing work experience (to include actual duties performed, contract types and actions; not only job descriptions) must be submitted to and approved by the COR to start the onboarding process. If an NCO/PCAC is looking for a specific type of acquisition experience, such as construction, complex services, and/or leasing, the Contractor will be advised when a task order is issued. Entry-Level Contract Support (ECS): Each proposed ECS shall possess all the demonstrated experience and educational requirements as delineated in this section. Experience must reflect abilities to support federal acquisitions. In respect to the minimum qualifications, one qualification may not be substituted for another. Each applicant must possess all minimum qualifications. Education: Four (4) years above high school from an accredited college or university as recognized by the Secretary, U.S. Department of Education. Experience: The ECS shall have a minimum of two (2) years of federal contracting experience working on government acquisitions within the last five (5) years. Additional Required Knowledge and Skills: In addition to the experience and educational requirements described in sections 4.1.1. and 4.1.2., the ECS must possess the following knowledge and skills: Ability to conduct comprehensive review of procurement documents for accuracy, adequacy, and completeness. Ability to identify and resolve inconsistencies through communication. Ability to read and interpret Federal and agency acquisition policy, regulations, and directives. Ability to draft and prepare contract related documents and forms. Ability to perform and/or evaluate market research, trends, conditions, alternative sources, and technological advances as they apply to the program. Ability to prepare and process purchase requisitions and procurement packages to the supporting CO for award. Ability to research, analyze, prepare, and review invoice receipts, receiving reports, fund status, final payments, release of claims, certificates of completion, close-out documents, and any additional supporting documents or activities needed for contract closeout. Ability to investigate, review, and prepare open obligations/undelivered orders (UDO) for closeout. Ability to perform post-award administration in support of CO. Ability to monitor quality assurance surveillance plans (QASPs) to ensure contracted services meet contract requirements along with the expectations and needs of the facility. Mid-Level Contract Support (MCS): The MCS shall possess all the demonstrated experience and educational requirements delineated in this section. Experience must reflect abilities to support federal acquisitions. In respect to the minimum qualifications, one qualification may not be substituted for another. Each candidate must possess all minimum qualifications as verified by a signed and dated resume by the individual and a corporate executive. Resume must reflect documented experience of pre- and post-award acquisition processes and activities. Experience: A minimum of three (3) recent years (within the last five years) relevant experience in conducting comprehensive contract acquisition support services with knowledge of Federal Acquisition Regulation (FAR), Veterans Affairs Acquisition Regulation (VAAR), and all other applicable regulations and policies. Education: Bachelor's degree with a major in any field; or at least twenty-Four (24) semester hours in any combination of the following fields: accounting, business, finance, law, contracts, purchasing, economics, industrial management, marketing, quantitative methods, and organization and management. Additional Knowledge and Skills: In addition to the experience and educational requirements described in sections 4.2.1. and 4.2.2., the MCS must possess the knowledge and skills of an ECS as described in section 4.1.3. as well as the following knowledge and skills: Possess a working knowledge of the Federal acquisition life cycle. Ability to conduct comprehensive research and analysis of technical and cost/price data. Ability to read and interpret Federal acquisition policy, regulations, and directives. Ability to review and/or write requirements, ensuring receipt of sound and sufficient procurement packages submitted by NCO customers. Ability to provide business advice and assistance to functional area technical experts, requiring activities, and customers. Ability to analyze and assist in the development of IGCEs. Ability to work with the technical experts and the CO to ensure project milestones are reflected in the contractual documents and project plan. Ability to plan, coordinate, evaluate, and execute the logistical actions required to support the mission of the organization. Ability to support, coordinate, and assist with the planning, preparing, developing, executing, and maintaining of current acquisition plans, strategies, and overall program office acquisition administration functions including program control and tracking. Ability to research and review all applicable policies, guidance, and regulations to support the customer and Contracting Officer (CO) in their decision making. Ability to coordinate with leadership, staff, and other stakeholders to conduct analyses and recommend or develop a course of action. Ability to assist in the performance of cost benefit analysis. Ability to analyze and evaluate pricing data and other types of pricing information to draft a price reasonableness recommendation for the CO. Ability to establish parameters and maintain controls to ensure contracts are executed in accordance with terms and conditions. Ability to assist with monitoring contract performance over the life of the concerning contract and demonstrate the ability to solve a broad range of problems relating to proposals for change, claims, payments, and similar problems. Ability to prepare or draft contract modifications and associated modification documentation requirements. Ability to support COs and CSs on all phases of acquisition for contract modifications, change orders, supplemental agreements and delivery order processes including requirements requiring definitions, justification and approval for service contract extension, method of contracting, evaluation of proposals and advice concerning contract administration. Senior Contract Support (SCS): The SCS must possess all the demonstrated experience and knowledge requirements delineated in this section. Experience must reflect abilities to support all federal acquisitions regardless of acquisition type or dollar value. In respect to the minimum qualifications, one qualification may not be substituted for another. Each candidate must possess all minimum qualifications as verified by a signed and dated resume by the individual and a corporate executive. Resume must reflect abilities to support all aspects of acquisition to include experience with contracts greater than the SAT. Experience: A minimum of five (5) recent years within the last seven (7) years relevant experience in conducting comprehensive and complex contract acquisition support services with an extensive knowledge of the FAR, Veterans Affairs Acquisition Regulation (VAAR), and all other applicable regulations and policies. Resume must reflect documented experience of pre- and post-award acquisition processes and activities along with related training and certifications. 4.3.1.1. Construction/Architect-Engineering (AE) Specialized Experience Requirements. Ability to apply the required knowledge of laws, regulations, and procedures to the act of properly issuing and administering a construction contract in accordance with Federal acquisition laws, regulations, and best business practices. Have knowledge of construction and AE contracting request and develop construction/AE solicitation packages in accordance with FAR, VAAR, and agency policies and procedures. Familiar with FAR Part(s) 14, 15, 36, and 43. Unless otherwise approved by the VA any SCS (who meets the 5 years general experience requirement) who will be specializing in construction/AE requirements must also have the following experience: (1) 3 years of experience in developing AE solicitations and administrating AE contracts and modifications; (2) 3 years of experience developing construction solicitations and administering construction contracts and modifications all within the guidelines set forth in paragraph 4.3.1. 4.3.1.2. Complex service contracts (such as Health Care Contracts) experience requirements. Have in-depth knowledge of FAR 13/15. Familiarity with medical language. Any SCS (who meets the 5 years general experience requirement) who will be specializing in Complex service contracts must also have the following experience: 5 years of experience developing complex service solicitations and administering complex service contracts and modifications all within the guidelines set forth in paragraph 4.3.1. 4.3.1.3. Leasing and Specialized experience requirements: Be familiar with Real Property Leasing, utilities contracts, sharing of space and other non-medical agreements (selling/sharing agreements, revokable licenses, interagency agreements), and hotel services for Veterans using procedures outlined in the FAR, VAAR, General Services Acquisition Manual (GSAM), General Services Acquisition Regulation (GSAR), public laws, and agency policy. Unless otherwise approved by the VA any SCS (who meets the 5 years general experience requirement) who will be specializing in Leasing and Specialized Contracts must also have the following experience: 2 years of experience developing real property/lease related solicitations, contracts and modifications all within the guidelines set forth in paragraph 4.3.1. Education: Bachelor's degree with a major in any field; or at least twenty-four (24) semester hours in any combination of the following fields: accounting, business, finance, law, contracts, purchasing, economics, industrial management, marketing, quantitative methods, and organization and management. A Federal Acquisition Certification in Contracting (FAC-C Level I, II, or III), FAC-C (Professional), or DAWIA Level III in Contacting certification or courses leading to certification, or demonstration of the completion of commercial courses equivalent to certification. Additional Knowledge and Skills: In addition to the experience and educational requirements described in sections 4.3.1. and 4.3.2., the SCS shall possess the following knowledge and skills an MCS as described in section 4.2.3. as well as the following knowledge and skills: Ability to provide clear leadership, technical direction, and guidance to all lower-level acquisition personnel. Possess excellent time management and writing skills. Ability to collaborate with customers and stakeholders on performance requirements among multiple sites and service lines to obtain agreement, standardize enterprise equipment, supply and/or service requirements in support of strategic acquisition plans. Ability to refine and improve source selection evaluation criteria. Ability to make suggestions by analyzing difficult contracting issues and identifying alternative courses of action to satisfy specialized requirements and solve a variety of contracting problems. Ability to conducting gap analyses and understanding of cost elements which go into the production, management or delivery of a healthcare resource service or product. Ability to provide advisory support and prepare procurement packages for review in accordance with customer requirements and in compliance with VA policy and procedures, to include federal and state laws and regulations. General IT Systems and Applications: The following IT systems and applications are utilized for these positions. All candidates must have a working knowledge of these systems and websites: MS Teams, Word, Excel, Outlook, PowerPoint, Internet Explorer, and Edge SharePoint Adobe Acrobat Google Chrome Government contract writing systems System for Award Management (SAM.gov) Contractor Performance Assessment Reporting System (CPARS) FPDS-NG (Federal Procurement Data System) GSA eBuy/GSA Advantage! Small Business Administration (SBA.gov) English Language Requirement: The Contractor shall ensure all personnel performing under this contract are able to read, write, and speak English fluently. All personnel must have the ability to effectively communicate orally via telephone and MS Teams communications as well as via email communications. U.S. Citizenship: All contractor personnel performing under this contract shall be U.S. citizens. Physical Requirements: Position is primarily sedentary, working while seated and/or standing. PERIOD of PERFORMANCE, PLACE OF PERFORMANCE and HOURS Term of Contract This contract has a single five-year ordering period, with five one-year pricing periods. The NCO/PCAC Contracting Office will issue the Task Orders. Each Task Order (TO) shall specify the hours and period of performance. Pricing Period Dates Pricing Period 1 May 28, 2025 May 27, 2026 Pricing Period 2 May 28, 2026 May 27, 2027 Pricing Period 3 May 28, 2027 May 27, 2028 Pricing Period 4 May 28, 2028 May 27, 2029 Pricing Period 5 May 28, 2029 May 27, 2030 Place of Performance Contractor personnel may be required to work on- or off-site (i.e., Government Office, home or the contractor s office); the assigned contractor personnel will be provided a laptop and Personal Identity Verification (PIV) card. Specific location to be identified in the individual task order. Potential locations include any of the following: Murfreesboro, Memphis, Johnson City, TN; Lexington, Louisville, KY; Ann Arbor, Battle Creek, Detroit, MI; Cincinnati, Columbus, Kettering, Dayton, Cleveland/Independence, OH; Indianapolis, Marion, IN; Milwaukee, Madison, Green Bay, Tomah, WI; North Chicago, Marion, IL; Leavenworth, Wichita, Topeka, KS; St. Louis, Poplar Bluff, Columbia, MO; Houston, TX; New Orleans, Alexandria, Shreveport, LA; Biloxi, Jackson, MS; Fayetteville, Little Rock, AR; Florida panhandle, FL; St. Paul, St. Cloud, MN; Coralville, Des Moines, IA; Omaha, NE; Fort Meade, Sioux Falls, SD; or Fargo, ND. Travel to the nearest VA Medical Center is required for on-boarding (fingerprinting, PIV picture, PIV card and issuance of Government Furnished Equipment (GFE)). Contractor personnel are usually required to physically access the nearest VA facility when receiving GFE. The Contractor s services are expected to be needed for six (6) NCOs: 9, 10, 12, 15, 16, and 23; and PCAC. The location area of each NCO is shown on Attachment D.2. Each Task Order will show the number of hours and estimated number of personnel needed for each location. Schedule Information and Tour of Duty The Contractor shall provide the minimum number of personnel for each contracting office to meet the number of hours shown in the schedule and to ensure continuity. The number of hours and personnel shown in the schedule are estimates only. Task Order(s) will be issued based on the number of hours (personnel) needed for each NCO, and PCAC office. Please note the hourly rate submitted by the contractor must be a fully burdened rate, with a single hourly rate for all locations for each pricing period. Tour of Duty (work hours): Each COR and the contractor s representative shall work together to determine the work hours (tour of duty) of each assigned contractor employee to ensure a consistent schedule. Work hours will adhere to the local time zone of the NCO or PCAC office in which the individual contractor personnel supports. The hours of operation are Monday through Friday 6:00 am to 6:00 pm with the local time of their issuing office, excluding Federal holidays. Full-time contractor personnel shall work 40 hours per week (part-time contractor personnel are expected to work at least 20 hours per week). A normal tour of duty for full-time contractor personnel is eight (8) hours per day with an unpaid 30-minute lunch (8.5 hours), five (5) days per week, Monday through Friday, excluding Federal holidays. The tour of duty (work hours) for part-time contractor personnel shall be coordinated between the COR and Contractor and shall be within the hours of operation. Variations to a 40-hour work week, including alternative work schedules, require advance approval by the CO and COR. Any changes to the tour of duty must be submitted to the COR prior to any adjustment. CORs are responsible for tracking hours and may require contractor employees to send an email verification when employee shift starts and ends. The day-to-day supervision and direct control over contractor personnel will be the sole responsibility of the Contractor. Federal Holidays: The following holidays are observed by the Federal Government: New Year s Day (January 1) Birthday of Martin Luther King, Jr. (Third Monday in January) Washington s Birthday (Third Monday in February) Memorial Day (Last Monday in May) Juneteenth National Independence Day (June 19) Independence Day (July 4) Labor Day (First Monday in September) Columbus Day (Second Monday in October) Veterans Day (November 11) Thanksgiving Day (Fourth Thursday in November) Christmas Day (December 25) This list shall include any additional day specifically declared by the President of the United States to be a federal holiday. **If a holiday falls on a Saturday, for most Federal employees, the preceding Friday will be treated as a holiday for pay and leave purposes. (See 5 U.S.C. 6103(b).) If a holiday falls on a Sunday, for most Federal employees, the following Monday will be treated as a holiday for pay and leave purposes. (See Section 3(a) of Executive Order 11582, February 11, 1971.) ***Contractor-employees are prohibited from working on any federal holiday. Planned/Unplanned Absences: The Contractor is required to notify the COR immediately for sick/delay absences from work and at least two days prior to vacation or other absences from work. Personnel may use vacation and sick time in accordance with the contractor s policies, but the contractor shall schedule its employees vacation time to ensure that employees are not absent from performance availability for more than two (2) consecutive weeks at a time.� The contractor shall ensure that no more than one of their assigned personnel to a specific office is out of the office simultaneously unless the absence is related to inclement weather, illness, or other unforeseen events. Temporary Schedule Adjustments: Any temporary adjustments to a contractor-employee s work schedule must be requested in advance and approved by the COR. For example, a temporary schedule adjustment could be to work longer on one day in exchange for a shorter workday later in the same two-week pay period. Under no circumstances will a contractor work more than 40 hours in a week unless authorized by the COR; all make up time must be worked during core hours. GOVERNMENT FURNISHED INFORMATION, PROPERTY, and EQUIPMENT Government Furnished Equipment (GFE): The Government shall provide a PIV card, a laptop computer and software applicable to contract personnel in performance of this contract. Contractor personnel may be required to physically access the nearest government VA facility to receive the GFE. Contractor personnel shall safeguard all Government property, documents, and equipment. Government Personal Identification Verification card (PIV): PIV cards will be issued at the start of contract services for security access to Government equipment and sites. Contractor shall ensure all government furnished equipment (GFE) and PIV cards are returned to the VA (or relevant COR) within seven (7) calendar days when the contract ends or when an employee leaves for any reason prior to contract end. Additional GFE may be provided depending on circumstance and equipment availability. The Contractor shall furnish any other required equipment and supplies as necessary. Government Furnished Information (GFI): The Government may provide all applicable policies, guides, standard operating procedures, templates, information, and access to VA networks and SharePoint necessary for performance under this PWS. The VA retains ownership of all Government furnished equipment, materials, documents, and information and services furnished under this Contract. OTHER COSTS Other Direct Costs (ODC): The cost of general-purpose items (notebooks, paper, pens, calculators, headsets, folders, tape, staplers, internet, etc.) required for the conduct of the Contractor s normal business operations will not be considered an allowable ODC in performance of this contract. The government does not anticipate ODCs not already accounted for as general-purpose items required under this contract. The proposed price shall include all necessary ODCs. The day-to-day supervision and direct control over the work performed by contractor personnel shall be the sole responsibility of the contractor. This supervision is not a separate reimbursable item under this requirement. Supervision is an overhead cost that is the responsibility of the contractor. PERFORMANCE REQUIREMENTS and SUMMARY Inherently Government Functions/Non-Personal Services: In performance of this contract, the Contractor shall provide services as required by contracting activities within the RPO-C area, to support VA s overall mission. It is expressly agreed and understood that this is a non-personal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor, or its employees are rendered in its capacity as an independent Contractor and shall not be considered VA employees for any purpose whatsoever. The contract acquisition support services required on this contract constitute professional and management services within the definition provided by FAR 37.201. This contract allows the Government to obtain professional services which are essential to the VA mission, but not otherwise available at this time within the VA. Contractor personnel shall not perform Inherently Governmental Functions (IGF) as defined in Federal Acquisition Regulation (FAR) Part 7.503(c)(12). All contract acquisition support services shall be conducted in accordance with the FAR, Veterans Affairs Acquisition Regulation (VAAR), VA Acquisition Manual (VAAM), Procurement Policy Memorandums (PPMs), Veterans Health Administration Procurement Manual (VHAPM), VHA Procurement Guide (VHAPG), public laws, statutes, and VA policies and procedures. Tasks executed by the Contractor shall be considered recommendations subject to the review and approval by the Government. It shall be the responsibility of the Contractor to manage their employees and guard against any actions that are personal services in nature. Professional Conduct and Performance: Contract employees shall adhere to professional conduct standards that include professional courtesy, punctuality, and respect. Professional conduct includes being accessible during duty hours and adhering to each contractor employee s work schedule. The respective COR shall be notified of any schedule changes prior to the contractor employee s absence or tardiness. Schedule changes shall be approved by the COR prior to working. Should any contractor employee be determined to be unacceptable in terms of professional conduct during duty hours, the CO and Contractor POC shall be notified by the COR. If the unacceptable conduct continues, the Contractor, upon direction from the CO, shall remove and replace the contractor personnel involved at no additional cost to the Government. All Contract Personnel shall sign a Contractor Rules of Behavior (ROB - Attachment D.4) annually from date of hire. Contractor Identification: Contractor personnel shall clearly identify themselves as Contractors at all times, in all communications and representations, to avoid situations arising where sensitive topics might be better discussed solely between Government employees. Identification shall include when in the workplace, in meetings, in conversations, telecommunications, mail, electronic mail (email), faxes, with Government personnel, other contractor personnel and the public. Answering Telephones: Contractor personnel must identify themselves as contract personnel in telephone conversations and meetings via telephone, or when working in situations where their actions may be construed as official Government acts and/or personnel. Telephone script: Hello, this is (name) with (contractor name) in support of (NCO number, or PCAC), how may I help you? Utilizing Electronic Mail: When prime contractor or sub-contractor personnel send email messages as a part of contract performance (or otherwise relating to contract matters), each sender shall have a signature line that includes: First Name and Last Name (Contractor) Title Phone Number Email Address Individual s Employer Name Assigned Team or Ordering facility Non-Disclosure and Conflict of Interest Agreements: To ensure the integrity of Government contracting operations, all contractor personnel shall execute a Non-Disclosure Agreement (NDA) during the on-boarding process. All contractor personnel will have ongoing access to proprietary information which they are...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f829f1f4c8ad45769b05c150ac591a8d/view)
 
Record
SN07337145-F 20250209/250207230031 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.