/
Version 3 As of   29 OCT 2021 Version 3 As of   29 OCT 2021

Version 3 As of 29 OCT 2021 - PowerPoint Presentation

tracy
tracy . @tracy
Follow
342 views
Uploaded On 2022-02-10

Version 3 As of 29 OCT 2021 - PPT Presentation

Procurement Acquisition Lead Time Army Contracting Command Redstone Arsenal Distribution Statement A Approved for public release distribution is unlimited as submitted under ACCRSA Public Release Authorization 2021039 ID: 907931

2021 release acc public release 2021 public acc rsa distribution services award amp support approved submitted 039 authorization contract

Share:

Link:

Embed:

Download Presentation from below link

Download Presentation The PPT/PDF document "Version 3 As of 29 OCT 2021" is the property of its rightful owner. Permission is granted to download and print the materials on this web site for personal, non-commercial use only, and to display it on your personal computer provided you do not modify the materials and that you retain all copyright notices contained in the materials. By downloading content from our website, you accept the terms of this agreement.


Presentation Transcript

Slide1

Version 3As of 29 OCT 2021

Procurement Acquisition Lead Time

Army Contracting CommandRedstone Arsenal

Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide2

Attendees – Please keep your camera off and microphone on “mute” during the sessionPresenters - Enter the session with camera and microphone off. Turn camera on prior to briefingMute microphone when not

speakingQuestions can be submitted via the chat room during the session. We will try to answer all questions at the end of the session.

Mr. John

Mayes, ACC-RSA Deputy Executive Director,

will be the moderator for questionsDuring the PALT session there will be no source selection information provided

Virtual Rules of Engagement/Etiquette

Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide3

Opening Remarks SSCM UpdatePEO/Directors

COVID 19 Contractor Safety

Protocols

Questions from Industry

Closing Remarks

Mr. Joseph Giunta, Executive Director/ Senior Contracting

Official, ACC-RSAMr. Jeff Sullivan (ACC-RSA)Mr. Don Nitti/Ms. Heidi Herron (AMCOM)Mr. Darryl Colvin/Ms. Rosemary Hill (M&S)Mr. Patrick Mason/Mr. Rod Matthews (Aviation)COL Michael Mai/Mr. Steve Hayes (SMD/SP)Ms. Christi Dolbeer/Ms. Tonya Wood (DEVCOM AvMC)Mr. Douglas Barnes (IEW&S)

Ms. Bobbie Terry (ACC-RSA)

Mr. John Mayes/Moderator

Mr. Joseph Giunta

Agenda

Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide4

Strategic Services & Category Management Division Upcoming Requirements

Title

Description

Status

Acquisition

& Program Support Services

ACC-RSA is establishing

a competitive single-award Blanket Purchase Agreement under GSA schedules for Acquisition & Program Support Services.

Enterprise capability available to Army users.

SSCM is executing and administering the BPA and task orders.

NAICS: 541611, Administrative Management and General Management Consulting Services

Set Aside: Indian Tribal Entity, as defined in Title 25 U.S. Code

§ 5304(e)

Finalizing award documentsAward planned for first week of November 2021.Facilities Support ServicesDEVCOM AvMC seeks to establish an acquisition solution to evaluate existing USG space, create a design of existing space to accommodate new/existing furniture, remove and store furniture, install low voltage (telephone, internet, fiber, etc.), set up conference rooms and install required equipment, and install security systems. Customer is currently using a PEO Aviation contract awarded by the Department of the Interior (DOI) as their primary means to get services.SSCM will be executing award and Enterprise Scope TBDNAICS: 541614, Process, Physical Distribution, and Logistics Consulting ServicesCoordinating Acquisition Strategy with DEVCOMTargeting Award by late calendar year 2021, early 2022.

Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide5

Strategic Services & Category Management Division Upcoming Requirements

Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Title

Description

Status

U.S. Army Materiel

Command Analysis Group Logistics Studies and Analysis

AMC seeks an acquisition solution to integrate, synchronize and operationalize Army logistics studies and analyses. HQ, AMC is the primary stakeholder, but agencies involved with logistics and sustainment will be able to use this solution.

Execution/Administration responsibility TBD.

NAICS: 541611, Administrative Management and General Management Consulting Services

Industry Day scheduled for 09 Nov 2021

Nov/Dec

2021: Draft RFQ Released

Jan/Feb 2022: Official RFQ ReleasedMay/Jun 2022: Awards madeEXPRESS OverviewEXPRESS Overview and How to get a GSA ScheduleTentative date of 8 Dec 2021. Will be announced via sam.gov, supported by GSA, and held virtually.

DEVCOM AvMC Enterprise Information Technology Support Services

This effort will provide the personnel, services, and supplies necessary to enable the full lifecycle of IT support requirements across DEVCOM AvMC.

RFI released to Alliant 2 and VETS 2.

NAICS 541512 (Computer Systems Design Services)

RFI responses received 28 Oct 2021.

Nov 2021: Government decision on strategic source and size determination

Dec 2021: Draft solicitation release

Jan 2022: Solicitation release

Slide6

AMCOM Directorate, ACC-RSA

Requiring

Activity

Description

Status/Schedule

UH-60 Power Unit, Gas Turbine

/ AMCOM Logistics Center (ALC)

Overhaul/upgrade of

Power Unit, Gas Turbine for the UH-60 Blackhawk

Est

. Value: $61M

Contract Type: FFP ID/IQPOP: 5 YRNAICS Code: 333611Full & Open CompetitionPre-Solicitation Notice posted 18 Dec 20 (W58RGZ-22-B-0003)Anticipated IFB Release 30 Nov 21Anticipated Closing 15 Dec 21Anticipated Contract Award 15 Jan 22UH-60 Blackhawk Generic Starters / AMCOMInspection and overhaul for the UH-60 Starter, Engine, Hydraulic.

Est. Value: $2.6M

Contract Type: FFP ID/IQ

POP: 5 YR

NAICS

Code: 336412

Full & Open Competition

First-Time ProcurementAnticipated IFB Release 30 Nov 21Anticipated Closing 30 Dec 21 Anticipated Contract Award 30 Jan 22Security Assistance Management Directorate (SAMD) (MSS)Maintenance support services for fleet of AH-64 Apaches, UH-60 Blackhawks, 406 Combat Scouts, and Schweizer 333sEst. Value: $338,889,150Contract Type: Hybrid–FFP/CPFF/CRNFPOP: Base + 4NAICS Code: 488190 Previous SOL cancelled due to Congressional DelaysBridge Contract:  Anticipate 18 Months, procurement docs just being initiatedNotice of Intent to exercise -8 Extension: Anticipated 05 Nov 21-8 Option Exercise: Anticipated 31 Jan 22 New POP under Extension:   02/01/2022 - 07/31/22

Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide7

AMCOM Directorate, ACC-RSA

Requiring

Activity

Description

Status/Schedule

Non-Standard Missile Division / Security Assistance Management Directorate

(SAMD)

Technical support procure, deliver and sustain missile systems entered into agreement via Foreign Military Sales (FMS) between US Government (USG) and FMS activities in 21 countries

Anticipated Qty.: N/A

Est. Value: $33M

Contract Type: Hybrid FFP/T&M

POP: Base + 4

NAICS

Code: 541330EXPRESS 2020T-13Competition w/Technical Domain PrimesSet-aside TBDAnticipated RFQ Release 02 Dec 21 Anticipated RFQ Close 13 Jan 22 Anticipated Award 18 May 22

AMCOM Logistics Center (ALC) & Aviation Field Maintenance Directorate (AFMD)

Programmatic support

for all program level activities (e.g.; development & maintenance of program planning documents; the collection, evaluation & analysis of program data; costing, scheduling & sustainment activity management, financial management systems & programs, etc.)

 

Est. Value: $64M

Contract Type: Hybrid T&M/FFP

POP: Base + 4 NAICS Code: 541611EXPRESS 2020P-03Competition w/Programmatic Domain Primes SB Set-asideAnticipated RFQ Release 15 Nov 21Anticipated RFQ Close 20 Dec 21Anticipated Award 28 Apr 22 Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide8

AMCOM Directorate, ACC-RSA

Requiring

Activity

Description

Status/Schedule

U.S. Army Parachute Team (USAPT) –Maintenance Services / U.S. Army Marketing & Engagement Brigade (MEB),

Ft.

Knox, KY

Maintenance activities

to

maintain two

C-147A (DeHavilland DHC-8 315 Series) and three UV-18C (Viking DHC-6 400 Series) multi-engine aircraft and associated

ground support equipment.Est. Value: $20.5MContract Type: FFP & CRNFPOP: 5 YRNAICS Code: 488190Acquisition transferred to NAVAIR in OCT 2021, will be awarded using an existing multi-engine maintenance & ground support contract vehicle.NAVAIR Contracting POC: Ronald Weinberger ronald.m.weinberger.civ@mail.milDistribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide9

Missiles and Space Directorate, ACC-RSA

Title/Requiring

Activity

Description

Status/Schedule

Indirect Fire Protection Capability Increment 2 (IFPC Inc 2)

Division: CCAM-LT

The IFPC Inc 2 weapon system is a mobile, ground-based weapon system designed to defeat subsonic cruise missile and provides 360-degree protection of critical fixed and semi-fixed assets, with the capability to engage simultaneous threats arriving from different azimuths.

Solicitation issued

7 Apr 21

OTA proposals received 4 Jun 21

Awarded 27 Sep 21

Strategic and Operational Rockets and Missiles (STORM)Division: CCAM-PFThe Industrial Engineering Services (IES) contract provides services related to the prime production of the Multiple Launch Rocket System (MLRS), High Mobility Artillery Rocket System (HIMARS), and MLRS Family of Munitions (MFOM).

Planning to use the General Services Administration (GSA) One Acquisition Solution for Integrated Service (OASIS) suite of contracts.

Strategic and Operational Rockets and Missiles (STORM)

Division: CCAM-PF

The

Logistics EXPRESS

Task order is to support the

STORM logistics team in managing the total logistics lifecycle for its major systems and components to consist of but limited to acquisition, development, supply, sustainment maintenance programs of all STORM managed assets.NAICS code: 541614RFQ released 14 Jul 21 RFQ closed 16 Aug 21 Target award 20 Dec 21Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide10

Missiles and Space Directorate, ACC-RSA

Title/Requiring

Activity

Description

Status/Schedule

Strategic and Operational Rockets and Missiles (STORM)

Division: CCAM-PF

The Technical EXPRESS Task Orde

r is to provide

support to address all lifecycles with expertise in the functional areas of electrical/electronics engineering, systems engineering, mechanical engineering, configuration and data management, quality engineering, production engineering, Global Positioning System (GPS) technology and policy, software, and foreign military sales (FMS) for the field artillery launchers and Precision

Guided Missiles and Rockets.

NAICS code: 541330

RFI released 20 Oct 21RFI closing 8 Nov 21RFQ release 5 Jan 22RFQ closing 7 Feb 22Target award 1 Aug 22Strategic and Operational Rockets and Missiles (STORM)Division: CCAM-PFThe Programmatic EXPRESS Task Order is to provide support is required to assist the Program Office to develop, field and upgrade these weapon system, to include field artillery launchers and the Precision Guided Missiles and Rockets.

NAICS code: 541611

RFI released

20 Oct 21

RFI closing 8 Nov 21

RFQ release 5

Jan 22

RFQ closing 7 Feb 22Target award 25 Jul 22Integrated Fires Mission Command (IFMC) Division: CCAM-SMIntegrated Battle Command System (IBCS) Hardware Low Rate Initial Production/Full Rate Production (LRIP/FRP) effort is to build to print the IBCS system via the supplied Technical Data Package. The IBCS components include the Engagement Operations Center (EOC), Engagement Center Trailer (ECT), IBCS Collaborative Environment (ICE), B-Kit, and Integrated Fire Control Network (IFCN) Relay. NAICS code: 336414RFP released 25 Nov 20RFP closed 20 Sep 21 Target award 23 Dec 21Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide11

Missiles and Space Directorate, ACC-RSA

Title/Requiring

Activity

Description

Status/Schedule

Agile Software Development

Division: CCAM-SM

The

Agile Software

Development GSA Alliant 2 Task Orde

r is to provide

support to the Government led Agile development process to develop, test, integrate, and deliver successive software Program Increments (PI) for the Integrated Battle Command System (IBCS).

NAICS code: 541512 RFQ target release 12 Nov 21RFQ target closing 17 Dec 21Target award 31 Mar 22System Engineering and Technical Assistance (SETA) Division: CCAM-SMThe SETA Task Order is to provide support SETA support to the Integrated Fires Mission Command (IFMC) Project Office. NAICS code: 541715

Working with the Project Office to issue a Request for Information (RFI) on Responsive Strategic Sourcing for Services (RS3) suite of contracts.

Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide12

Aviation Directorate, ACC-RSA

Title/Requiring

Activity

Description

Status/Schedule

Transport Aircraft Contractor Logistic Support (CLS) for the U.S. Army Fixed Wing (FW) Transport Fleet.

- Full and Open Competition for Transport Aircraft CLS for the U.S. Army FW Transport Fleet which includes C-12, C-26, and C-35 Aircraft.

- Contract Type: Hybrid consisting of Firm-Fixed

Price (

FFP),

Cost Reimbursable (CR), and Cost-Plus-Fixed-Fee (CPFF)

- Approximately 150 Government Owned and Government Operated (GOGO) Aircraft maintained by Contractor Personnel at 75 sites CONUS & OCONUS.

- Funding Types: Predominately OMA however some APA and RDTE expected.

NAICS: 488190, Other Support Activities for Air TransportationRFI to Industry released beta.SAM.gov on 3 Feb 2021.Projected draft RFP release: 29 Oct 2021Projected RFP Release: 30 Nov 2021Projected Award: 1 Mar 2023PoP: 1 Jun 2023 – 31 May 2029 (Base + 5 one year Options)Soldier Unmanned Aircraft Systems (SUAS) Design and Development - Competitive Small Business Set-Aside for engineering, test, validation, verification, maintenance sustainment, and design related engineering requirements for the Rucksack Portable Unmanned Aircraft System. - Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) Cost Plus Fixed Fee (CPFF). Selection based on Best Value/Trade-off- Funding Types: RDTE and APA expected.- NAICS: 541330, Engineering Services

Pre-solicitation synopsis released mid Feb 2021

Projected RFP release: 3 Jan 2022

Projected Award: 15 Aug 2022

PoP: Sept 2022 – Feb 2028

(Base + 4 One Year Options and a six

month Option)

We are currently waiting on the approved/signed Acquisition plan from the requiring activity.Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide13

Aviation Directorate, ACC-RSA

Title/Requiring

Activity

Description

Status/Schedule

Special Electronic

Mission Aircraft (SEMA) Contractor Logistics Support (CLS) for U.S. Army Fixed Wing (FW) SEMA Fleet

- Full and Open Competition for SEMA CLS for the U.S. Army Fixed Wing

SEMA commercial derivative aircraft (CDA)

Fleet.

- Contract Type: Hybrid consisting of Firm-Fixed

Price (

FFP),

Cost Reimbursable (CR), and Cost-Plus-Fixed-Fee (CPFF)- Approximately 80 Government Owned and Government Operated (GOGO) Aircraft (variants of RC-12, MC-12, Model 300, RO-6A, and EO-5) maintained by Contractor Personnel at approximately 16 sites CONUS & OCONUS. - Funding Types: OMA and APANAICS: 488190 Other Support Activities for Air Transportation.RFI to be released to industry via sam.gov by 3rd Quarter FY25Projected Award: Feb 2027- PoP: Feb 2027 – Feb 2032 (5 Year Base + 4 Options)- Evaluating acquisition alternatives to include available strategic sources to determine best solutionVertical LiftFuture Tactical Unmanned Aircraft Systems (FTUAS)

- V

ertical take-off and landing capability and an expeditionary Ground Control System (GCS) that enables movement on the battlefield requiring minimal Army organic rotary wing aircraft to move.

Contract

Type

: Increment 1 and Increment 1a

- Increment 1

: Prototype OTA (Cost-Plus-Fixed Fee (CPFF). Proposals from five (5) down-selected vendors received on 18 Oct 2021. Proposals are being evaluated.Funding Type: RDT&E- Increment 1a: A Sole Source FAR-based production contract will be awarded. Requirements being defined.Funding Type: Procurement, initial spares, initial training material, NETs, and attrition AVs will be APA 3. FSRs, CLS, follow-on spares and repairs will be OMA.- NAICS: 336411 (both increments)RFI to Industry released beta.SAM.gov on 25 Mar 2021.Increment 1: Projected Award: 31 Jan 2022 PoP: TBDIncrement 1a: Projected draft RFP release: TBD Projected Award: TBD PoP: TBDDistribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide14

Aviation Directorate, ACC-RSA

Title/Requiring

Activity

Description

Status/Schedule

Business & Analytic Services for

Cargo PMO

(EXPRESS)

To provide Business

and Analytic Services to Cargo Program Management Office (PMO) in accordance with the AMCOM EXPRESS.

- Estimated Value: $14M

- Contract Type: Hybrid (FFP & Time & Material (T&M)

- PoP: 5 years

- NAICS: 541611Limited Source Competition with Business & Analytic Domain PrimesRFQ Release Date: 1 Jun 2021RFQ Close Date: 5 Jul 2021Anticipated RFQ Award Date: 18 Nov 2021Logistics Services for Utility PMO (EXPRESS)To provide Logistics Services to Utility PMO in accordance with the AMCOM EXPRESS.- Estimated Value: $150M- Contract Type: Hybrid (FFP & T&M)

- PoP: 5 years

- NAICS: 541614

Limited Source Competition with Logistics Domain Primes

Anticipated RFQ Release

Date: 1 Dec 2021

Anticipated RFQ Close Date: 4 Jan 2022

Anticipated RFQ Award Date: 27 Apr 2022Technical Services for Fixed Wing PMO(EXPRESS)To provide Technical Services to Fixed Wing (FW) PMO in accordance with the AMCOM EXPRESS.- Estimated Value: $47M- Contract Type: Hybrid (FFP & T&M)- PoP: 5 years- NAICS: 541330ENGLimited Source Competition with Technical Domain PrimesRFQ Release Date: 24 Aug 2021RFQ Close Date: 4 Oct 2021Anticipated RFQ Award Date: 31 Jan 2022Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide15

SMD/SP Directorate, ACC-RSA

Title/Requiring

Activity

Description

Status/Schedule

SMDC SMD CoE

Simulation Center Support - simulation support services for development and integration of systems

Provides state-of-the-art secure operations for modeling and simulation resources, integration, demonstration, and performance verification and visualization capabilities

in support of development, testing, and integration of space, high altitude, missile defense, and cyber capabilities for the warfighter.

8(a) Set-Aside

RFP issued 13 Apr 21

Under proposal evaluation

Anticipate award 22 Dec 21

USAG-RSAInstallation Services Support (ISS)Supports U.S. Army Garrison – Redstone in the maintenance and repair of real property and attached fixtures, environmental services, and maintenance services of facilities, water, waste water, steam, gas, and electrical systems.8(a) Set-AsideRFP issued 30 June 20Under proposal evaluationAnticipated award Dec 21

PEO AVIATION G6

Information Technology Support Svc

Information Technology Support Services (ITSS) to enable Aviation System Management and System IT life cycle support and solutions from concept development through sustainment for PEO Aviation Chief Information Office.

FAIR OPPORTUNITY – CHESS SB Set-Aside

RFP issued 16 Dec 20

Under proposal evaluation

Anticipated award Nov 21Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide16

SMD/SP Directorate, ACC-RSA

Title/Requiring

Activity

Description

Status/Schedule

Product Director, Test, Maintenance, and Diagnostic Equipment (TMDE)

Wireless At-Platform Test

Set (WATS

).

Production contract effort consisting of manufacturing, test, delivery, technology insertion and maintenance activities. The WATS is an essential component of the Integrated Family of Test Equipment (IFTE).

SB Set-Aside (previously solicited as Full-and-Open Competition)

RFP issued 3 May 21

Proposals received 03 Jun 21

Anticipate award in Nov 21Army Sustainment Command / AOAP Program Mgt OfficeThe Army Oil Analysis Program (AOAP), managed by the United States Army Materiel Command’s (USAMC) Army Sustainment Command (ASC), is required to provide AOAP laboratory management, operation and training for the continental United States (CONUS) and outside the continental United States (OCONUS) laboratories that support both United States (U.S.) and Foreign Military Sales (FMS) program customers. The AOAP Program Manager (PM) determines the Department of the Army (DA) laboratory requirements based on the fluctuating needs of DA.100% SB Set-AsideRFP issued 11 Jun 21

Proposals received on 19 Jul 21

Anticipate award in Nov 21

TMDE

Spectrum Analyzer

This procurement requires a battery operated, handheld spectrum analyzer which will meet the general purpose functional test requirements to measure signal spectrum across a myriad of communication and weapon

Full-and-Open Competition SAIDIQ

Anticipate RFP issuance on 07 Jan 22Industry Day completedAnticipate award in Aug 22Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide17

Modernization Directorate, ACC-RSA

Title/Requiring

Activity

Description

Status/Schedule

SRD

TORFQ 2021B-01 - Business

and Analytical Support

for

Aviation and Missile Center (AvMC)

Quotes received 16 Aug

Completion of Evals. anticipated in Oct 2021

Anticipate award

in Nov 2021TDD2021T-12 - Technical Services for Material Science/Engineering Division / EXPRESS (Previously considered for consolidation (2021T-03). RFI indicated there were insufficient small businesses for a consolidation).Quotes received 27 SepCompletion of Evals anticipated in Nov 2021Anticipate award in Jan 2022

TDD

2021T-13 – Technical Services for the Aviation and Missile Center for Nondestructive Testing Support .

(Previously considered for consolidation (2021T-03). RFI indicated there were insufficient small

businesses for a consolidation).

Anticipate Solicitation release in Oct 2021

Anticipate receipt of proposals in Nov 2021

Anticipate award in Feb 2022PEO AV FLRAA PMOFuture Long Range Assault Aircraft (FLRAA) Program of RecordThe Future Vertical Lift (FVL) FLRAA Capability Set Three (CS3) is a Pre-Major Defense Acquisition Program (ACAT1C) established to develop and field the next generation of affordable vertical lift tactical assault / utility aircraft for the Army.Period of Performance is 100 months for an estimated value of $9.103B.Limited Competition: Bell Textron Incorporated, Fort Worth, TX and Sikorsky Aircraft Company, Stratford, CTLimited Sources J&A Approved 1 December 20.

Draft

RFP issued to Limited Competition

14 December 20

Middle-Tier Acquisition ADM Approved 26 March 21.

Formal RFP

issued 6

July

21

Proposals

received 7

Sept

21

Anticipated award

August 22

Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide18

Policy ReferencesAdequate COVID Safety Protocols for Federal Contractors

 

09 Sep 2021: President

Biden signed Executive Order

14042 Ensuring Adequate COVID Safety Protocols for Federal Contractors

- COVID-19 Action Plan

24

Sep 2021: Safer Federal Workforce Task Force issued COVID-19 Workplace Safety: Guidance for Federal Contractors and

Subcontractors – Requires Workforce Safety Protocol & Establishment of Task Force

30

Sep 2021: FAR Council issued direction for Agency Deviations to Implement Executive Order

14042 – Provide direction of FAR based contracts to include clause

01

Oct 2021: DPC issued Class Deviation 2021-00009 – Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (DFARS 252.223-7999) – Direct the inclusion of DFARS clause08 Oct 2021: DPC issued Implementation of Executive Order 14042, Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors, in Other Transaction Agreements – OTA clause inclusion18 October 2021: Force Health Protection Guidance (Supplement 23) Revision 1, Department of Defense Guidance for Coronavirus Disease 2019 Vaccination Attestation, Screening Testing, and Vaccination Verification - Outline execution requirements.Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide19

  

·

      

Effective immediately,

these changes

are

required/mandatory

. Ther

e are no exceptions to the implementation of these

clauses in applicable solicitations, contracts, task orders, delivery orders, and modifications that are for services (including construction) and other transactions agreements performed in whole or in part within the United States or its outlying areas, as identified

in Class Deviation 2021-00009 – Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (DFARS 252.223-7999

) and DPC memorandum

dtd 08 October 2021 Implementation of Executive Order 14042, Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors, in Other Transaction AgreementsThe Contractor shall include the clause 252.223-7999 in subcontracts at any tier that exceed the simplified acquisition threshold (for FAR based contracts on the date of subcontract award, and are for services, including construction, or that exceed $250,000 (for other transaction agreements), and are for services, including construction, performed in whole or in part within the United States or its outlying areas.Overview Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide20

Contracting Officers are responsible for including the required clause in the applicable contract instruments. The contractor is responsible for the enforcement of this clause, they are required to meet the terms and conditions of the contract.

Contractors should address all concerns through the corresponding Contracting/Agreements Officer.

This is an ever changing and evolving requirement. Additional policy and guidance is excepted over the coming weeks. Contractors will find all guidance concerning Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors published by the Safer Federal Workforce Task Force at https:/www.saferfederaworkforce.gov/contractors/. Contractors should also refer to FAQs on the same website.

Overview continued

Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.

Slide21

Questions from Industry Mr. John Mayes Closing Remarks Mr. Joseph Giunta

PALT Schedule Remainder FY22 1 February (2nd QTR) 3 May (3rd QTR) 20 July (4th QTR)

SEC POC: Ms. Melissa Mitchell (melissa.d.mitchell.civ@mail.mil)

Closing Remarks

Distribution Statement A- Approved for public release; distribution is unlimited; as submitted under ACC-RSA Public Release Authorization 2021-039.