Notice of Unenforceability of FAR 52.223-99 DEV for All USMS Contract Instruments/Awards
ID: USMS-Notice-of-Unenforceability-52-223-99-DEVType: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICE MARSHALS SERVICE
Timeline
    Description

    Notice of Unenforceability of FAR 52.223-99 DEV for All USMS Contract Instruments/Awards

    The US Marshals Service (USMS) under the Department of Justice has issued a Special Notice to communicate the unenforceability of FAR 52.223-99 DEV - FAR Deviation Clause Executive Order 14042. This notice is in compliance with Executive Order 14099, which focuses on moving beyond COVID-19 vaccination requirements for federal workers.

    Under this order, the USMS will not require covered contractors and subcontractors to comply with any requirements implementing Executive Order 14042, including the previously issued Safer Federal Workforce Task Force Guidance.

    For any questions related to this notice, please contact Samantha Davis at samantha.davis@usdoj.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    ACC-APG Division D Update on Implementation of EO 14042
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE ARMY This notice provides an update on the implementation of Executive Order 14042 by the ACC-APG Division D of the DEPT OF DEFENSE. The initial guidance issued by OMB on December 1, 2021, has been rescinded due to a court order. Another court has issued a nationwide injunction that bars enforcement of the Executive Order in any state or outlying area of the United States. OMB has formulated updated guidance to be applicable even if the existing court orders change or new orders are issued. Under the updated guidance, the Government will not enforce the clause implementing requirements of Executive Order 14042 in U.S. states or outlying areas subject to a court order prohibiting its application. However, the Government will enforce the clause in all other circumstances, except for contractor employees who perform substantial work in an Excluded State or Outlying Area or in a covered contractor workplace located in such areas. A current list of Excluded States and Outlying Areas can be found at https://www.saferfederalworkforce.gov/contractors/. It is important to note that the court orders only apply to the application of requirements pursuant to Executive Order 14042. The Safer Federal Workforce Task Force's guidance for COVID-19 workplace safety protocols for Federal agencies remains unchanged. Federal agency workplace safety protocols for Federal buildings and Federally controlled facilities still apply in all locations. For any questions, please contact Jeff Schoerner at Jeffrey.a.schoerner.civ@army.mil. Jeff Schoerner is the Army Contracting Command, Aberdeen Proving Ground, Division D Branch Chief/Supervisory Contract Specialist.
    FAQ EO 14042: Ensuring Adequate COVID Safety Protocols for Federal Contractors
    Active
    Health And Human Services, Department Of
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - FAQ EO 14042: Ensuring Adequate COVID Safety Protocols for Federal Contractors This notice provides Frequently Asked Questions (FAQs) to assist HHS industry partners in understanding Executive Order 14042: Ensuring Adequate COVID Safety Protocols for Federal Contractors. The FAQs offer guidance on testing requirements for contractor employees entering HHS facilities. Unvaccinated employees, including those with legal accommodations, must be tested for COVID-19 before entering an HHS facility. To gain access, unvaccinated employees must present a "Negative" COVID-19 test result taken within three calendar days. Contractors who are not fully vaccinated, unvaccinated, or choose not to disclose their vaccination status need a negative test taken within three calendar days each time they attempt to access an HHS facility. The requirements apply to prime and subcontractors at all tiers, except for subcontracts solely for product provision. Small businesses are also subject to these requirements. For more information, please visit the Safer Federal Workforce Task Force web page at: https://www.saferfederalworkforce.gov/. For further inquiries, contact Mary Young at Mary.Young@hhs.gov.
    Special Notice to Industry on Developments per the Make PPE in America Act
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of Homeland Security, Department of is posting a Special Notice on behalf of the interagency working group for implementation of the Make PPE in America Act. This notice is in collaboration with the U.S. Department of Health and Human Services (HHS), Department of Veterans Affairs (VA), and Office of Management and Budget, Made in America Office. The purpose of this notice is to inform industry about developments related to the Make PPE in America Act. The interagency working group plans to release a more detailed informational white paper in the first quarter of calendar year 2024.
    DHS FY 2023 Annual Posting of Buy American Act Domestic Nonavailability Waiver Actions
    Active
    Homeland Security, Department Of
    Special Notice: HOMELAND SECURITY, DEPARTMENT OF has issued a notice regarding the DHS FY 2023 Annual Posting of Buy American Act Domestic Nonavailability Waiver Actions. This notice aims to promote and enhance awareness of the Buy American Act (BAA) and its impact on the U.S. economy. During Fiscal Year 2023, DHS executed 1,050 contract actions valued at $67,480,499.71 using the domestic nonavailability exception under the BAA. This represents approximately 1.83 percent of the annual DHS procurement obligations for the fiscal year subject to compliance with the BAA. The majority of these actions were awarded by the U.S. Coast Guard (USCG) for various items such as miscellaneous aircraft accessories and components, airframe structural components, helicopter rotor blades, drive mechanisms, and components, tubing, and hardware. These items are considered "spare and replacement parts for equipment of foreign manufacture, and for which domestic parts are not available." The USCG needs these parts to maintain and service aircraft and other assets, and they often have to acquire them from foreign original equipment manufacturers (OEMs). Overall, this notice highlights the use of domestic nonavailability waivers under the BAA in DHS procurement actions, particularly by the USCG for acquiring necessary parts for aircraft and other assets.
    Industry Memo for Supply Chain Risk Management (SCRM) (M-22-18 updated by M-23-16)
    Active
    Environmental Protection Agency
    Special Notice: Environmental Protection Agency (EPA) - Supply Chain Risk Management (SCRM) The Environmental Protection Agency (EPA) has issued a special notice regarding the implementation of supply chain risk management (SCRM) measures. This notice is in response to the Office of Management and Budget (OMB) memorandum M-22-18, which aims to enhance the security of the software supply chain through secure software development practices. The EPA is required to comply with the National Institute of Standards and Technology (NIST) guidance when using third-party software on its information systems or when it affects the agency's information. This guidance was updated by OMB memorandum M-23-16, which extended the due dates for attestation collection and announced metrics collection for waivers and extensions. To comply with Executive Order 14028 and the OMB memorandums, the EPA will update its processes for approving software, including the requirement of vendor attestations. The agency anticipates collecting attestations for "critical software" three months after OMB Paperwork Reduction Act (PRA) approval of the common form. For all other software, attestation letters will be collected six months after OMB PRA approval of the common form. The EPA will begin collecting attestation letters as part of pre-award and post-award contract deliverables once final OMB guidance is received regarding the use of the common form for all impacted software. For more information, please refer to Executive Order 14028, OMB memorandum M-22-18, and M-23-16. Any questions can be submitted to SCRM@epa.gov. Please ensure the accuracy and completeness of the summary to avoid any negative consequences.
    FY24 IOD-OMSU Quick Draw Medical Pack System
    Active
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for the procurement of a Quick Draw Medical Pack System and associated accessories, aimed exclusively at small businesses. This solicitation, numbered 15M10224QA4700343, requires compliance with Federal Acquisition Regulation (FAR) clauses and emphasizes the importance of submitting detailed proposals, including product photos and brochures, by the deadline of September 17, 2024. The procurement is critical for enhancing emergency management capabilities, ensuring that the USMS can effectively meet operational needs while promoting equitable participation in government contracting. Interested vendors should direct inquiries to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further information.
    Domestic Origin of Meat Produced for Federal Nutrition Assistance Programs January 2024
    Active
    Agriculture, Department Of
    Special Notice: AGRICULTURE, DEPARTMENT OF - AGRICULTURAL MARKETING SERVICE - USDA AMS 3J14 The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), has issued a special notice regarding the domestic origin of meat produced for federal nutrition assistance programs. The notice clarifies that meat products used in these programs must come from animals that are born, raised, and slaughtered in the United States. AMS procures food products of domestic origin for nutrition assistance programs and regularly evaluates the effectiveness of its food purchase programs. The guidelines for procuring beef, pork, lamb, and bison products were found to be unclear, prompting the need for clarification. To ensure compliance with the domestic origin requirement, vendors must not knowingly procure animals from outside the U.S. for use in federal nutrition assistance programs. Additionally, vendors must not knowingly slaughter animals clearly marked as imported to produce meat for these programs. USDA regulations require that imported cattle, bison, swine, and lambs be identified through branding, tattoos, and/or identification tags. AMS will enforce the domestic origin requirement by requiring vendors to include a description of how they will ensure compliance in their technical proposals. This may involve implementing segregation plans or other methods to provide reasonable assurance of compliance. AMS conducts regularly scheduled in-person audits to verify compliance with the technical proposals. If a vendor is found to have violated the domestic origin requirement, they will be required to provide a corrective action and, if necessary, update their technical proposal. Willful violations may result in the vendor being suspended by AMS until they can demonstrate that the issue has been resolved. AMS auditors will not visit feedlots as part of verifying the domestic origin requirement. Audits will be conducted on the premises of the vendor establishment, and it is the vendor's responsibility to ensure compliance. Contracts awarded prior to January 1, 2024, are not subject to the clarified requirement. However, contracts entered on or after January 1, 2024, will be subject to the requirement. Contractors with concerns about meeting the clarified requirements should contact AMS. For more information, please contact Darin R. Doerscher, Chief Food Safety and Technology Branch at USDA, AMS, Livestock & Poultry Program. Phone: 563-847-1550, Email: darin.doerscher@usda.gov.
    FY24 IOD-OMSU Medical Equipment
    Active
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting quotes for medical equipment under the RFQ number 15M10224QA4700344, with a focus on small businesses. The procurement includes various medical supplies such as IO700-EN Sam IO drivers, needles, stabilizers, and adapters, with a performance period extending from September 30, 2024, to September 29, 2025. This initiative underscores the federal government's commitment to engaging small businesses while ensuring compliance with regulations and providing essential medical supplies to government agencies. Interested vendors must submit their quotes by September 18, 2024, and can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further inquiries.
    USMS IDIQ Body Armor
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS), a component of the Department of Justice, is seeking proposals for a Single Award Indefinite Delivery, Indefinite Quantity (SA-IDIQ) contract to supply ballistic protective systems (body armor) for its Deputy U.S. Marshals. The contract aims to provide essential body armor components necessary for the USMS to fulfill its law enforcement responsibilities, including court security, fugitive apprehension, and witness protection. This procurement is critical for ensuring the safety and operational readiness of USMS personnel, with proposals due by October 4, 2024. Interested vendors must contact Julie Simpson at julie.simpson@usdoj.gov for the full solicitation and are encouraged to submit any questions by September 18, 2024.
    FMS Navigational Database
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking to negotiate and award a contract for a worldwide subscription to electronic navigational database services, specifically to support the functionality of aircraft flight management computers (FMC). This procurement aims to provide current and accurate navigational flight data in electronic format, which is essential for pre-flight planning and airborne operations. The contract period is set from October 1, 2024, to September 30, 2025, with Boeing Digital Solutions, Inc. identified as the intended sole source provider. Interested parties may submit information in response to this notice by emailing Victor J. Stamps at victor.j.stamps@usdoj.gov by 12:00 pm CST on September 24, 2024; however, no unsolicited proposals will be considered.