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 The initial guidance issued by OMB on December 1, 2021, has been rescinded due to a court order.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.
    S--Forthcoming amendment for Solicitation N4008019R0303--Facilities Support Services (FSS) to be performed at White House Communications Agency (WHCA) and Marine Helicopter Squadron One (HMX-1), JBAB
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY is issuing a forthcoming amendment for Solicitation N4008019R0303 - Facilities Support Services (FSS) to be performed at White House Communications Agency (WHCA) and Marine Helicopter Squadron One (HMX-1), Joint B. This amendment will provide RFI responses and extend the proposal due date to 29 February 2019 for the solicitation. The Facilities Support Services (FSS) being procured are typically used to provide support and maintenance services for the facilities at White House Communications Agency (WHCA) and Marine Helicopter Squadron One (HMX-1), Joint B.
    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.
    Notice of Opportunity - Amendment
    Active
    Homeland Security, Department Of
    The U.S. Secret Service (USSS) is inviting expressions of interest from holders of the Department of Energy's Fourth Generation Energy Savings Performance Contract (ESPC) indefinite-delivery contracts for a potential task order at the James J. Rowley Training Center in Laurel, Maryland. The primary objective of this initiative is to implement energy and water conservation measures aimed at achieving significant energy reductions, decreasing greenhouse gas emissions, and exploring renewable energy options. This project underscores the USSS's commitment to enhancing energy efficiency and sustainability within its operations, with a mandatory pre-bid site visit scheduled for September 19, 2024, and responses due by September 30, 2024. Interested contractors can reach out to Shauntynee Penix at shauntynee.penix@usss.dhs.gov or Daniel Boylen at daniel.boylen@associates.usss.dhs.gov for further information.
    DEPARTMENT OF ENERGY OFFICE OF ENVIRONMENTAL MANAGEMENT SPECIAL NOTICE - PROCUREMENT SCHEDULE UPDATE
    Active
    Energy, Department Of
    Special Notice: Department of Energy Office of Environmental Management - Procurement Schedule Update The Department of Energy (DOE) has provided an updated procurement schedule for all major DOE Office of Environmental Management final Request for Proposal releases. This special notice serves to inform interested parties about the schedule changes. The procurement schedule update is intended to provide information on upcoming procurement opportunities related to environmental management projects. These projects aim to address environmental challenges and promote sustainable practices. For any questions or comments regarding this announcement, please contact Tamara Miles, EMCBC Procurement Director, at EMProcurementNews@emcbc.doe.gov.
    70B04C24C03 – Smiths Detection Inc – Notice of Intent
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of - Smiths Detection Inc - Notice of Intent The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Smiths Detection Inc. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment. The equipment provided by Smiths Detection Inc detects illicit material and radiological threats attempting to enter or exit the borders. It is crucial for ensuring the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Smiths Detection Inc is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded no later than August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States. Smiths Detection Inc, located in Edgewood, Maryland, is a provider of technically complex and high-value inspection and detection equipment systems used by CBP to secure land border crossings, airports, seaports, rail crossings, mail handling, and express cargo consignment facilities within the United States and participating countries.