Federal Bureau of Investigation                                         Quantico Contracts Unit                                         FBI Academy, ERF Bldg 27958-A                                         Quantico, VA 22135                                          December 16, 2009  ALL OFFERORS:  RE:  FEDERAL BUREAU OF INVESTIGATION (FBI) REQUEST FOR QUOTE (RFQ) - RFQ-0223541B GUNSMITH SERVICES  PROCUREMENT INFORMATION:  1.   General Information  The FBI hereby solicits your quote to satisfy the requirements as set forth in RFQ-0223541B.  The quote shall be submitted to the location identified in Addendum to Clause 52.212-1, Instructions to Offerors--Commercial Items Section 1, Submission Quotes.  Once the solicitation has been posted, there shall be no telephonic contact regarding this requirement with any FBI employee other than the Contracting Officer. If contact is made the company risks being eliminated from further participation of this requirement.  2.   Quote Preparation  Proposals are to be submitted in two parts, Part 1-Technical Proposals, Part 2-Cost/Price. If submitting via hard copy, Part 1 - Technical section of the proposal shall be submitted as an original with two additional copies. Part 2 shall be submitted as an original only. If submitting via electronic communications, Part 1 and Part 2 can be submitted as an original.  Â3.                           Dates:   RFQ Release: December 16, 2009   Questions Due: January 6, 2010   Response to Questions: January 13, 2010   Proposals Due: January 27, 2010 by 11:00 AM, EST.  Should you have any questions concerning this acquisition, please contact me at (703) 632-6303, or via e-mail
[email protected].  Sincerely yours,   Gary W. Hopkins Contract Specialist Finance Division Enclosure (1)                                                 18a. PAYMENT WILL BE MADE BY SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, &30  1. REQUISITION NUMBER PAGE 1 OF 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE     DATE           12/16/2010 8. OFFER DUE DATE/     LOCAL TIME b. TELEPHONE NUMBER (No collect calls) 4. ORDER NUMBER 2. CONTRACT NUMBER 3. AWARD/EFFECTIVE     DATE 7. FOR SOLICITATION INFORMATION CALL: a. NAME 9. ISSUED BY 10. THIS ACQUISITION IS 11. DELIVERY FOR FOB DESTINATION UNLESS BLOCK IS MARKED 12. DISCOUNT TERMS  13b. RATING 14. METHOD OF SOLICITATION 15. DELIVER TO 17a. CONTRACTOR/          OFFEROR 16. ADMINISTERED BY 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW          IS CHECKED  19. ITEM NO. 20. SCHEDULE OF SUPPLIES/SERVICES 22. UNIT 21. QUANTITY 24. AMOUNT 23. UNIT PRICE       26. TOTAL AWARD AMOUNT (For Govt Use Only) 25. ACCOUNTING AND APPROPRIATION DATA  28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _1___ COPIES       TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET       FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO       THE TERMS AND CONDITIONS SPECIFIED HEREIN. 29. AWARD OF CONTRACT: REFERENCE __________________________ OFFER       DATED _______________________. YOUR OFFER ON SOLICITATION (BLOCK       5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH       HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 30c. DATE SIGNED 31C. DATE SIGNED 32a. QUANTITY IN COLUMN 21 HAS BEEN 32b. SIGNATURE OF AUTHORIZED GOVT. REPRESENTATIVE 32c. DATE 41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT  CODE   41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE 33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED       CORRECT FOR PARTIAL FINAL 36. PAYMENT 37. CHECK NUMBER 38. S/R ACCOUNT NUMBER 42a. RECEIVED BY (Print) 42b. RECEIVED AT (Location) 42c. DATE REC'D (YY/MM/DD) 39. S/R VOUCHER NUMBER 42d. TOTAL CONTAINERS 40. PAID BY AUTHORIZED FOR LOCAL REPRODUCTION SEE REVERSE FOR OMB CONTROL NUMBER AND PAPERWORK BURDEN STATEMENT STANDARD FORM 1449 (10-95) Prescribed by GSA - FAR (48 CFR) 53.212  CODE    FACILITY CODE    CODE    CODE    UNRESTRICTED   X SET ASIDE:                         % FOR   X SMALL BUSINESS    SMALL DISADV. BUSINESS    8(A)   SIC: SIZE STANDARD:    SEE SCHEDULE    13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700)   X RFQ    IFB    RFP   TELEPHONE NO.    17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER    SEE ADDENDUM   (Attach Additional Sheets as Necessary)   X 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA   27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA X ARE    ARE NOT ATTACHED  ARE    ARE NOT ATTACHED X X  RECEIVED    INSPECTED  ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED    COMPLETE    PARTIAL  FINAL  CODE                   RFQ- 01223541B             Federal Bureau of Investigation 935 Pennsylvania Ave., N.W. Room 6823 Washington, D.C. 20535-0001  Gary W. Hopkins       01/27/10 11:00EST       703.632.6303     100     FBI Academy Quantico Contracts Unit, ERF Bldg 27958-A Quantico, VA 22135 FBI Academy, Attn: Gary W. Hopkins QCU, ERF Bldg 27958-A, Quantico, VA 22135 U.S. Department of Treasury    SEE ATTACHED               Gary W. Hopkins Contracting Officer                       DEPARTMENT OF JUSTICE    FEDERAL BUREAU OF INVESTIGATION                                  DEFENSIVE SYSTEMS UNIT GUNSMITH REQUEST FOR QUOTATION NUMBER 0223541B  SUPPLIES OR SERVICES AND PRICES/COSTS  1.   OVERVIEW  This solicitation is for Commercial off-the-shelf gunsmithing services of designated FBI weapons in accordance with Part 12, Commercial Items, of the Federal Acquisition Regulation (FAR).  This solicitation is for a Certified Gunsmith (hereafter known as a Gunsmith). This type of contract provides for the furnishing of an indefinite quantity, within the stated limits from the date of award of this contract for 12 months with four, one-year option periods. Each option period begins on the anniversary date of the contract award. During the life of the contract the FBI shall order the guaranteed minimum quantity of 2000 hours of weapons maintenance. The services shall be performed on a five (5) day, work week during normal business hours between the hours of 0700 through 1730. At times, there maybe exceptions to these scheduled hours, but only at the approval of the Contracting Officer's Technical Representative and/or his designee.  The offeror shall furnish the stated minimum, and as ordered, any additional quantity of repair service which may not exceed a maximum of 20,800 hours of weapons maintenance. The Government shall not be required to purchase from the successful offeror(s) any additional quantities after the initial guaranteed minimum. Obligation of funds and specific quantities will be ordered through individual delivery orders.  2.   PRICES PROPOSED  The FBI solicits your proposal for Gunsmith services in accordance with the Description/Specification/Work Statement, and in the below solicitation documents. The FBI reserves the right to disqualify any proposal that takes exception to any part of this solicitation. If an offeror's proposal contains proprietary information, such proposals must be so labeled on its face, and all proprietary information contained therein must be clearly identified so that it can be properly safeguarded.  CONTRACT LINE ITEM NUMBER (CLIN) #1001: FULL-TIME CERTIFIED GUNSMITH  The guaranteed minimum, over the life of the contract, is 2,000 hours of full-time gunsmith services. The maximum over the life of the contract (base year and four, one-year options) is 20,800 hours of full-time gunsmith services. Please provide a fully burden labor rate for the services being proposed.             Base Year:             $               Per Hour             Option Year #1         $                Per Hour             Option Year #2         $                Per Hour             Option Year #3         $                Per Hour             Option Year #4         $                Per Hour                         DESCRIPTION/SPECIFICATION/WORK STATEMENT  1.   INTRODUCTION  The Federal Bureau of Investigation provides firearms instruction to serving Special Agents, New Agent Trainees, other Federal Special Agents, law enforcement officers from other agencies; provides briefings to visitors and dignitaries; and provides logistical support to the FBI on a world wide basis, conducts substantial research into firearms, ammunition, ballistic protective garments, and related materials.  One Contract Gunsmith is required to assist in the operation of the Weapons Management Facility (WMF) in repairing and maintaining weapons, conducting inventories, securing FBI property, and performing repairs on FBI owned or approved firearms. The purpose of this contract includes, but is not limited to, support of the FBI's Personally Owned Weapons Program (POW). These efforts are to support the Defensive Systems Unit (DSU), located at the FBI Academy in Quantico, Virginia.  2.   TECHNICAL REQUIREMENTS  Minimum Qualifications:  The following minimum qualifications are required for a Contract Gunsmith providing services to the FBI DSU:  Â                   United States citizen  Â                   Capable of being awarded a Top Secret security clearance by the federal government. The appropriate clearance must be maintained during the life of the Contract and may require successful completion of periodic and aperiodic (random) security-related FBI polygraph examinations focusing on counterintelligence issues. Refusal to submit to polygraph or failure to successfully complete polygraph examination will result in denial of access, revocation of security clearance, or other appropriate security measures. Should the Contractors be unable to perform the terms and conditions of the Contract as a result of its failure to comply with the Contract's security requirements, the Government shall terminate the Contract at no cost to the Government.  Â                   Possess a valid driver's license for the state of residence                        Â                   Demonstrate substantial knowledge of firearms repair and maintenance procedures, including certification as a gunsmith or armorer  Â                   Demonstrate thorough knowledge of FBI issued firearms including, but not limited to, the Glock family of pistols, the SIG Sauer family of pistols, the Remington 870 shotgun, and the Colt pattern rifle/carbine - such knowledge must include operating controls, disassembly and assembly, safety systems, and safe handling methods  Â                   Ability to use computers, including the preparation of documents and inputting data. Knowledge of Corel WordPerfect and Microsoft Office is preferred, but not required                                                                              Nature of Services  Contractors are to provide all services in full compliance with existing or subsequently adopted or modified FBI techniques and methods, as provided in written documentation (such as lesson plans, training aids, and armorer's manuals) and in briefings provided by FBI DSU staff.  Services to be provided (as noted above) shall include, but not be limited to, the following:  Â                   employ safe weapon handling techniques at all times  Â                   ability to perform weapon repair, upgrades, inspections, and maintenance in a high volume environment, performing repetitious tasks and assignments, and meet established deadlines  Â                   ability to handle changing priorities with limited advance notice  Â                   ability to work in close spaces and in close proximity to others  Â                   participate in inventories of firearms and related materials, and prepare relevant reports as required  Â                   safely inspect, disassemble, perform repairs, modifications, upgrades, assemble, disassemble, and perform preventative maintenance, and reassemble FBI owned or approved POW firearms including (but not limited to) Glock pistols, SIG Sauer pistols, Remington shotguns, and Colt pattern rifles and carbines   Â                   assist in the refinishing of firearms including complete weapon disassembly, sandblasting, and Parkerizing  Â                   test fire weapons for both function and accuracy  Â                   record, package, and secure weapons for lawful destruction and assist FBI personnel during the destruction process  Â                   log-in and secure weapons received from special agents attending in-service training and assist them with weapon related issues, problems, questions, and concerns  Â                   assist as required in the shipping and receiving of weapons and supplies  Â                   assist at the Issue Point with the issuance of weapons, including temporary weapon issuance, and receiving weapons for repair  Â                   prepare trainee weapons for issuance in support of New Agent training and quarterly qualifications for FBIHQ special agents and Washington Field Office (WFO) special agents, maintaining accurate logs of such issuance and return  Â                   assist with briefings and demonstrations provided to trainees attending re-certification and armorer schools conducted by the DSU  Â                   physical requirements include lifting and carrying bulky items, up to 50 pounds in weight  TRAINING AND TRAVEL EXPENSES  Contractors may be required to travel in support of FBI operations. All required travel expenses will be reimbursed, at rates not to exceed those authorized for government employees.  Training may be provided at government expense, if such training is in the best interests of the government. Such training is not authorized to meet any pre-award RFQ requirements.  SCHEDULING AND AVAILABILITY  Contractor is scheduled for work assignments through a series of task orders which are subject to change without notice. These task orders may be verbal or written.  Contract small arms technician shall be required to work a minimum of 100 hours (regular labor/hour rate) per month, to a maximum of 160 hours at the regular labor/hour rate per month. Contractor will not be held in default if they are unable to meet the minimum availability requirement through an unforeseen circumstance (i.e., injury, illness, etc.).  Contractor is not paid for any meal breaks.  Overtime will be paid at one and one half times the regular labor/hour rate. All overtime must be approved in advance by the TPOC, COTR, or the Contracting Officer (CO).  Contractor shall notify the TPOC, in advance if possible, whenever they are unavailable for assigned tasks.  PROGRAM MANAGEMENT  Contractor may be asked to assist in DSU Program Management activities, but such activity will normally exclude vendor contacts and liaison with other agencies. This type of activity will exclude any decision making authority.  3.   HEALTH TESTING  The contractor shall provide, at contractor expense, pre-award and annual testing for the following aspects. The documentation shall be provided to the Technical Point of Contact (TPOC):  Â                   Lead - may not exceed 25 mg/dl. If a test reveals a higher level, a second test must be performed. If this test also exceeds the established level the government shall terminate the contract for convenience.  Â                   Zinc protoporphyrin - may not exceed 50 mg/dl. If a test reveals a higher level, a second test must be performed. If this test also exceeds the established level the government shall terminate the contract for convenience.  Â                   Audiometer examination (hearing) - This test will establish a baseline. Subsequent testing will determine if any deterioration from baseline exists. Significant deterioration could be cause for termination of the contract for convenience of the government.  In addition to providing this information pre-award, during the RFQ submittal/response phase, this information must also be supplied on an annual basis no earlier than 120 days nor later than 90 days prior to the end of the contract year.  4.   REPORTS AND RECORDS  Contractor is required to prepare various reports and records during the course of activities, including, but not limited to a Contractor Activity Report, weapon sign in/sign out reports, inventory reports, Federal Express shipping documents, memoranda, and other documents as required.  All reports, records, and other documentation prepared for the government, shall become the property of the government, and shall not be disseminated outside of the FBI without prior authorization.  5.   GUIDANCE AND DIRECTION  Contractor is provided guidance, advice, and direction to ensure that the services they provide are in full compliance with existing or subsequently adopted or modified FBI techniques and methods.  Such information is provided by the Technical Point of Contact (TPOC).  6.   DEPORTMENT AND APPEARANCE  Contractor is required to provide services in an appropriate and professional manner. Contractor must fully cooperate with FBI personnel when providing services and interact with FBI personnel and trainees in a positive, constructive, harmonious manner.  Contractor is required to perform all services wearing appropriate attire, normally consisting of business attire or a uniform specified by the FBI. Contractor shall ensure that any uniform or other authorized attire worn is neat, clean, and in good repair.  Contractor is responsible for all expenses associated with clothing and apparel.  7.   GOVERNMENT FURNISHED PROPERTY  Contractor is furnished the following government property:  Â                   work space, including telephone service, computer access, and miscellaneous office supplies  Â                   tools for the maintenance and repair of firearms     All furnished government property is provided for work related use only, and is afforded for the convenience of the government, to ensure maximum efficiency. All use of government furnished property must be lawful, and must not be converted for personal use.  Contractor is required to fully secure all government furnished property, and may be held financially responsible for all negligent damage to or loss of such property.  8.   GOVERNMENT OWNED VEHICLES  Contractor may NOT operate government owned vehicles.  9.   GOVERNMENT FACILITIES  Contractor has access to government facilities such as cafeterias, and is permitted use of these facilities, provided such use conforms to all rules and policies regarding the use of these facilities. Contractor is not paid for a meal break.  Contractor is not permitted use of government owned facilities such as gymnasiums, weight rooms, or related fitness equipment.  Contractor Gunsmiths are not permitted to work on non-Bureau firearms or other material in Bureau space.  10.  PERFORMANCE EVALUATION  Contractor will be evaluated by the TPOC on their performance on an annual basis. The evaluation will include, but not be limited to, the following:  Â                   conforming to contract requirements  Â                   standards of good workmanship  Â                   adherence to contract schedules  Â                   administrative aspects of performance  Â                   behavior and commitment to customer satisfaction  Contractor will be provided a copy of the performance evaluation and will be afforded an opportunity to personally review the evaluation with the TPOC and Contracting Officer.   ADDENDUM TO CLAUSE 52.212-4 TERMS AND CONDITIONS - COMMERCIAL ITEMS  ADD:  CLAUSES INCORPORATED BY REFERENCE  52.204-7   CENTRAL CONTRACTOR REGISTRATION (APR 2008) 52.216?18  ORDERING (OCT 1995) 52.216-22  INDEFINITE QUANTITY (OCT 1995) 52.217?9   OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.232-18  AVAILABILITY OF FUNDS (APR 1984) 52.232?19  AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 52.232-35  DESIGNATION OF OFFICE FOR GOVERNMENT RECEIPT OF ELECTRONIC FUNDS TRANSFER INFORMATION (MAY 1999) 52.232-37  MULTIPLE PAYMENT ARRANGEMENTS (MAY 1999) 52.233-3   PROTEST AFTER AWARD (AUG 1996)  MODIFY:  1.   ORDERING - The Gunsmith services to be furnished under this contract shall be placed by the Contracting Officer via Delivery Order.  2.   PLACE OF PERFORMANCE - FBI Academy, Quantico, Virginia or other designated CONUS location(s).  3.   INVOICES All invoices shall be submitted as follows:             REMIT INVOICES TO:                   FBI ACADEMY ? DSU, ATTN: MICHAEL PERRY                       QUANTICO, VA 22135.              Â4.               CONTRACT ADMINISTRATION  The Contracting Officer of record is and will be administered by:  Federal Bureau of Investigation FBI Academy Attn: Gary W. Hopkins ERF, Building 27958-A Quantico, VA 22135 Telephone: 703-632-6303 Facsimile: 703-632-6103        The Ombudsman of record on this requirement is:  Mr. Richard Lee Haley, II Federal Bureau of Investigation 935 Pennsylvania Ave., N.W. Room 6032 Washington, D.C. 20535-0001 Telephone: 202-324-4204  Written communications shall make reference to the contract and purchase order number and shall be mailed to the above address unless otherwise instructed.  5.    TERM AND TYPE OF CONTRACT  The term of this contract shall be for a base period of one year with four, one-year options, from the date of award. Options are subject to the availability of FBI authorized funding, Contracting Officer approval and contract modification.  The type of contract shall be an Indefinite Quantity-Indefinite Delivery, Fixed Price, Labor Hour type contract.  Â6.               NOTICE TO THE GOVERNMENT OF DELAYS  In the event the Contractor encounters difficulty in meeting performance requirements, or when he/she anticipates difficulty in complying with the contract delivery schedule or completion date, or whenever the Contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely performance of this contract, the Contractor shall immediately notify the Contracting Officer and the COTR, in writing, giving pertinent details; provided, however, that this data shall be informational only in character and that this provision shall not be construed as a waiver by the Government of any delivery schedule or date, or any rights or remedies provided by law or under this contract.  7.   TOP SECRET CLEARANCE REQUIREMENTS  Federal Acquisition Regulation (FAR) 52.204-2, Security Requirements (AUG 1996), applies to this contract, as does the following:  The Contractor shall comply with (1) the Security Agreement (DD Form 441); (2) the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220.22M); and, (3) the Security Classification Guide (DD-254) issued by the customer at time of award.  The Security Officer assigned cognizance of this contract is to be provided at time of award. Any Security questions during the RFQ process shall be directed in writing to Gary W. Hopkins at the FBI Academy, ERF, Bldg 27958-A, Quantico, VA, 22135, or email to:
[email protected], or faxed to (703) 632-6103.              7.1 COUNTERINTELLIGENCE (CI) FOCUSED POLYGRAPH EXAMINATION             All non-FBI personnel and contractors (both independent contractors, employees of corporations, and other business entities that contract with the FBI), who perform functions requiring access to FBI information, FBI information system, and FBI space may be subject to a Personnel Security Polygraph examination.             The Assistance Director, Security Division, who functions as the Security Program Manager (SPM), is authorized to compel FBI and non-FBI personnel with access to FBI information or facilities to submit to a polygraph examination. The SPM will use the thirteen Adjudicative Guidelines associated with Executive Order 12968 to determine whether a polygraph examination is warranted.             The appropriate clearance shall be maintained during the life of the contract and may require successful completion of periodic and aperiodic (random) security-related FBI polygraph examinations focusing on counterintelligence issues. Refusal to submit to polygraph or failure to successfully complete polygraph examination will result in denial of access, revocation of security clearance, or other appropriate security measures. Should the contractor be unable to perform the terms and conditions of the contract as a result of its failure to comply with the contract's security requirements, the Government shall terminate the contract a no cost to the Government.                       7.2 WARRANT LESS SEARCH             All cleared personnel accessing information within FBI controlled space are required to execute FBI Form FD 1001 Consent for Warrant less Searches of Department of Justice (DOJ) Workplaces as a condition of working at FBI facilities. The Director, FBI, implemented the Attorney General's policy subjecting employees to warrant less physical searches of their offices or immediate workplaces within DOJ premises when authorized by the Attorney General (AG) or the Deputy Attorney General (DAG) based upon a determination that:                   1) information the Department deems credible indicates that the employee is, or may be, disclosing classified information in an unauthorized manner;                   2) information the Department deems credible indicates that the employee has incurred excessive indebtedness or has acquired a level of affluence that can not be reasonably explained by other information;                   3) information the Department deems credible indicates that the employee had the capability and opportunity to disclose classified information that is believed to have been lost or compromised to a foreign power or an agent of a foreign power; or                   4) information the Department deems credible indicates that the employee has repeatedly or significantly mishandled or improperly stored classified information.  The search may extend to the entire office or workplace and anything within it that might hold classified information, including locked containers (such as briefcases) and electronic storage media (such as computer disk and handheld computers), whether owned by the government, by the employee, or by a third party. The search may be conducted by appropriate FBI personnel and/or law enforcement officers, on an announced or unannounced basis, during the workday or after hours. If discovered during a search, evidence of misconduct - whether related to storage or classified information, storage of sensitive but unclassified information, or a crime - will be collected and reported to appropriate authorities.       All forms will be retained by the FBI during the period the individual is providing services and two years after that individual's departure before final disposition is taken.  8.   TRAVEL  The Contractor's travel within CONUS shall be approved in advance by the Contracting Officer. Any travel required under this contract will be reimbursed in accordance with the Federal Travel Regulations available at .  9.   FOREIGN TRAVEL  The Contractor must notify the FBI Security Officer of any travel to a foreign country prior to departure. Foreign travel includes both official and unofficial trips, including day trips to Mexico and Canada. Individuals must complete and submit a FD-772 (Report of Official/Unofficial Foreign Travel Form) 30 calendar days in advance of traveling. Unplanned travel to border countries should be reported immediately upon return.  CLAUSES INCORPORATED IN FULL TEXT  1. 52.233?2 SERVICE OF PROTEST (SEP 2006)             (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from  Mr. Walter V. Meslar Bureau Procurement Chief Federal Bureau of Investigation Room 6823 935 Pennsylvania Ave., N.W. Washington, D.C. 20535-0001 (202) 324-4418             (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.  2.   2852.201?70 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (JAN 1985) (JUSTICE ACQUISITION REGULATION CLAUSE)             (a) TO BE DETERMINED AFTER AWARD, is hereby designated to act as Contracting Officer's Technical Representative (COTR) under this contract.             (b) The COTR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment.             (c) The COTR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes.  3.   2852.223?70 UNSAFE CONDITIONS DUE TO THE PRESENCE OF HAZARDOUS MATERIAL (JUN 1996) (JUSTICE ACQUISITION REGULATION CLAUSE)             (a) "Unsafe condition" as used in this clause means the actual or potential exposure of contractor or Government employees to a hazardous material as defined in Federal Standard No. 313, and any revisions thereto during the term of this contract, or any other material or working condition designated by the Contracting Officer's Technical Representative (COTR) as potentially hazardous and requiring safety controls.             (b) The Occupational Safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require contractors to apprize its employees of all hazards to which they may be exposed in the course of their employment; proper conditions and precautions for safe use and exposure; and related symptoms and emergency treatment in the event of exposure.             (c) Prior to commencement of work, contractors are required to inspect for and report to the contracting officer or designee the presence of, or suspected presence of, any unsafe condition including asbestos or other hazardous materials or working conditions in areas in which they will be working.             (d) If during the performance of the work under this contract, the contractor or any of its employees, or subcontractor employees, discovers the existence of an unsafe condition, the contractor shall immediately notify the contracting officer, or designee, (with written notice provided not later than three (3) working days thereafter) of the existence of an unsafe condition. Such notice shall include the contractor's recommendations for the protecti...
Bid Protests Not Available