Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2014 FBO #4667
SOLICITATION NOTICE

65 -- COST PER TEST REAGENTS AND ANALYZERS

Notice Date
9/2/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, ATTN: MCAA SE BLDG 39706, 39706 40th Street, Fort Gordon, Georgia, 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W81K0014R4424
 
Archive Date
10/8/2014
 
Point of Contact
Valerie DeVeaux, Phone: 7067878438
 
E-Mail Address
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and for support 13.5, Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W81K00-14-R-4424 for purchase request GFEBS 0010524424 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516. Size standard is 500 employees. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. The purpose of this solicitation is to establish a cost-per-test (CpT) agreement for Immunodiagnostic instruments, written procedures, calibrators, controls, performance verifiers, training, and reagents for daily operation at Winn Army Community Hospital Main Laboratory, Tuttle Army Health Clinic Laboratory, Hawks Troop Medical Clinic Laboratory, and North Troop Medical Dental Clinic Laboratory, Fort Stewart, GA. Ordering period of 1 October 2014 through 30 September 2017. Initial Ordering Period: I October 2014 through 30 September 2015. Quotes are due by 23 September 2014 at 12:00 pm EST. Questions must be submitted via email not later than 12 September 2014 (no questions will be entertained after this date). Quotes and questions shall be submitted via email to Valerie.J.DeVeaux.civ@mail.mil. This is a brand name or equal solicitation. The brand name is Ortho Clinical Diagnostics' Vitros 5600, 4600 and 350 Immunodiagnostic Testing Instruments. If submitting an "or equal" quote, the offer must comply with the instructions in the Addendum to FAR 52.212-1 and FAR 52.211-6, Brand Name or Equal. SALIENT CHARACTERISTICS Chemistry Features/Benefits The System Must: • Have no plumbing, drains, stirring mechanisms, mixing assemblies floor vents, or demonized water • • Have no standby mode system, be always available/in normal operation including no priming or washes. • Be ergonomically designed with flat touch screen monitor. • Have on-board documentation and help functions. • Have all system all waste contained within the system and disposed of daily. • Not allow sample and or reagent carryover by utilizing disposable tips. The system must not use reusable probes to aspirate the sample and reagent. • Must be able to aspirate the sample from a track, using point in space metering. • Not have dedicated reagent positions. • Require minimal reagent preparation. • Have liquid reagents which must be capped while onboard. • Run up to 10 user defined assays at one time. • Have flexible processing for routine and STAT testing. • Utilize universal sample trays which accommodate primary tubes including the following containers all of the following sample containers:10mL, 7mL, 5mL, 2-4mL Collection Tubes, 1mL microtube, microsample cup and.5mL and 2mL without adapters. • Have positive patient identification via on-board barcode scanner. • Throughput of up to 300 results per hour. • Use the direct ISE method to measure sodium, potassium and chloride. • Have on-board dilution. Specifically, auto dilution, auto repeat and auto reflex capability. • Be self-monitoring and alert operators to prompt action, avoiding testing delays. • Have disposable tips, deep tube sample metering, automated sample status checks, error recovery, self diagnostics. • Provide sample management with clot detection, bubble detection, liquid Level-Sensing, short-sample detection. The system must save the sample if a clot or bubble is detected during primary aspiration. • Be able to determine hemolysis, icterus and turbidity levels without additional patient sample, reagents, consumables and no effect on throughput. It must flag only assays affected by the interferent. It must send flags and level to the LIS or data management system. • Have an enzymatic creatinine assay • If Lithium is a required assay, the reagent must be available on system. • Utilize Dry Chemistry Technology to directly measure total bilirubin, Bc, and Bu. • Must use assays that are in a dry thin film layered format for BMP and CMP. • Have HDL, LDL, TIBC, HBA1C assays which require no pretreatment. • Support multiple lots onboard and automatically switch lots when one is depleted. • Offer extended calibration stability with the same lot. • Only calibrate assays at lot change, when critical system parts are changed due to service or maintenance, if QC results are consistently outside acceptable ranges, or when government regulations require, i.e., 6 months in US. • Provide host query and broadcast download capability • Provide connectivity capability for remote troubleshooting/diagnostics and software download via high speed broad band connection. Immunoassay Features/Benefits • Have no off board plumbing, drains, floor vents and offer self-contained on-board liquid waste management. • Use disposable wells provided by the manufacture for samples which prevent sample carryover and decrease error. • Be able to utilize: enhanced chemiluminescence technology • Have at least on-board test capacity of 2000 tests. • All assays can be programmed and calibrated at once. • Utilize Sample Volume: 10-80 µL • Utilize universal sample trays which accommodate all of the following sample containers:10mL, 7mL, 5mL Collection Tubes, 1.5 mL microtube, microsample cup and.5mL and 2mL without adapters • Have all components necessary to process an assay in a ready-to-use, single universal package. • Be able to verify and document diagnostic checks throughout system processing and result reporting including: Verifies sample aspiration and dispense Disposable tip metering Clot, bubble, low and high viscosity, thin layer fluid and short sample detection Save-the-Sample clot/bubble management - samples with bubbles or clots are not tested. Liquid level sensing Dilution volume verification o Well dispense verification o Reagent metering verification o Reagent aspiration verification o Sample and reagent verification - verifies sample and reagent volume in the well after incubation, and confirms previously verified sample and assay reagent dispense volumes. o Well wash dispense verification o Signal reagent dispense verification o Self-calibrating luminometer. • Offer extended calibration stability with the same lot • Support multiple lots • Have on-board documentation and help functions • Have primary tube sampling with on-board dilution • Have positive patient identification via on-board barcode scanner • Have Flexible processing for manual, stat or automated testing • Be self-monitoring and alerts operators to prompt action, avoiding testing delays. • Troponin assay that offers superior sensitivity and demonstrates excellent distinction between normal ranges of plasma troponin levels and clinically significant levels of plasma troponin. • FT4 assay utilizing non-analog design which is not compromised by the presence of abnormal proteins. Delivery schedule will be provided after award of contract. CLIN 0001. Cost -Per-Test Immunodiagnostics Cost-Per-Test includes: Training of 2 key operators, M-F on-site services, Slides, reagents, controls, calibrators and consumables. Also includes instrument service and 2 Vitros 5600, 3 Vitros 350, Silver service for all contractor owned analyzers for NTMC located at Hawks Clinic, Tuttle Clinic and Winn Army Community Hospital, Ft Stewart, GA. SAF FY15 Ordering Period of 1 Oct 14 - 30 Sep 15. Payment to be made in arrears. CLIN 0001AA ITEM# 8196057 ALBUMIN/5 PACK/250 SLDS QTY: 155 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AB ITEM# 1053180 ALKP/5 PACK/300 SLDS QTY: 122 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AC ITEM# 1655281 ALT/5 PACK/250 SLDS QTY: 146 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AD ITEM# 8433815 AST/5 PACK/300 SLDA QTY: 122 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AE ITEM# 8102204 BUN/5 PACK/ 300 SLD QTY: 140 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AF ITEM# 1450261 CALCIUM/ 5 PACK/ 300 SLDS QTY: 140 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AG ITEM# 8445207 CHLORIDE/ 5 PACK/ 250 SLDS QTY: 168 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AH ITEM# 6802584 CREATININE/IDMS STD/ 5 PK/ 300 QTY: 150 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AJ ITEM# 8262396 ENZYMATIC CO2/5PACK/300 SLDS QTY: 140 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AK ITEM# 1707801 GLUCOSE/5 PACK/300 SLDS QTY: 160 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AL ITEM# 8157596 POTASSIUM/ 5 PACK/ 250 SLDS QTY: 170 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AM ITEM# 8379034 SODIUM/ 5 PACK/250 SLDS QTY: 170 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AN ITEM# 8159931 TOT BILIRUBIN/ 5 PACK/ 300 SLDS QTY: 135 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AP ITEM# 8392292 TOT PROTEIN/ 5 PACK/ 250 SLDS QTY: 170 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AQ ITEM# 8383051 BUBC/ 5 PACK/ 300 SLDS QTY: 14 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AR ITEM# 1612365 BUBC/5 PACK/90 SLDS QTY: 14 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AS ITEM# 1669829 CHOLESTEROL/ 5 PACK/ 300 SLDS QTY: 107 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AT ITEM# 8478034 CK/5 PACK/ 90 SLDS QTY: 59 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AU ITEM# 8384489 LDH/5 PACK/ 250 SLDS QTY: 25 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AV ITEM# 8255093 MAGNESIUM/ 5 PACK/ 300 SLDS QTY: 17 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AW ITEM# 1921204 MAGNESIUM/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AX ITEM# 1513209 PHOSPHORUS/ 5 PACK/ 300 SLDS QTY: 25 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AY ITEM# 1336544 TRIGLYCERIDES/ 5 PACK/ 300 SLDS QTY: 70 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001AZ ITEM# 8329930 TRIGLYCERIDES/ 5 PACK/ 90 SLDS QTY: 14 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BA ITEM# 1943927 URIC ACID/ 5 PACK/ 300 SLDS QTY: 20 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BB ITEM# 8112724 AMYLASE/ 5 PACK/ 90 SLDS QTY: 36 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BC ITEM# 6801895 DIRECT HDL/5PACK/300 SLDS QTY: 70 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BD ITEM# 6803469 DIRECT HDL/5PACK/90 SLDS QTY: 12 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BE ITEM# 8257289 GGT/ 5 PACK/250 SLDS QTY: 100 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BF ITEM# 1515808 IRON/ 5 PACK/ 300 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BG ITEM# 8150112 LACTATE/ 5 PACK/ 90 SLDS QTY: 18 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 00001BH ITEM# 8297749 LIPASE/ 5 PACK/ 300 SLDS QTY: 78 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BJ ITEM# 1726926 AMMONIA/ 5 PACK/ 90 SLDS QTY: 15 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BK ITEM# 8097990 CRP/ 5 PACK/ 90 SLDS QTY: 39 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BL ITEM# 8208431 CSF PROTEIN/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BM ITEM# 6800120 URINE PROTEIN/ 5 PACK/ 90 SLDS QTY: 30 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BN ITEM# 6801740 MALB REAGENT/BOX 300 T QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BP ITEM# 6802314 D%A1C REAGENT BOX/ 300 T QTY: 25 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BQ ITEM# 1037274 ACET/ 5 PACK/90 SLDS QTY: 30 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BR ITEM# 8892382 CRBM/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BS ITEM# 8343386 DIGOXIN/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BT ITEM# 6801711 GENTAMICIN REAGENT BOX/ 300 T QTY: 3 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BU ITEM# 1632660 LITHIUM/ 5 PACK/ 90 SLDS QTY: 5 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BV ITEM# 8298671 PHENYTOIN/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BW ITEM# 1314343 SALICYLATE/ 5 PACK/ 90 SLDS QTY: 24 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BX ITEM# 1307164 THEOPHYLLINE/ 5 PACK/ 90 SLDS QTY: 5 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BY ITEM# 6801710 VALPROIC REAGENT/ 300 T QTY: 5 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001BZ ITEM# 6801709 VANCOMYCIN REAGENT 300 T QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001CA ITEM# 8046872 ALCOHOL/ 5 PACK/ 90 SLDS QTY: 60 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001CB ITEM# 1896836 CKMB 100 WELLS QTY: 50 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001CC ITEM# 6802156 NT PROBNP 100 WELLS QTY: 22 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001CD ITEM# 6802301 TROPONIN I ES 100 WELLS QTY: 60 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001CE ITEM# 8552630 ESTRADIOL 100 WELLS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001CF ITEM# 6802220 TOT B HCG II 100 WELLS QTY: 70 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001CG ITEM# 6801756 PSA 100 WELLS QTY: 19 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001CH ITEM# 1315589 FREE T3 100 WELLS QTY: 35 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001CJ ITEM# 1322528 TOTAL T3 100 WELLS QTY: 30 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001CK ITEM# 8744468 TOT T4 100 WELLS QTY: 40 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001CL ITEM# 1912997 TSH 100 WELLS QTY: 220 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001CM ITEM# 6802892 IPTH REAGENT 100 WELLS QTY: 10 EACH; UNIT PRICE:__________ TOTAL AMOUNT: ___________ CLIN 0001CN ITEM# 6801728 dLDL REAGENT BOX/600 T QTY: 3 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 0001CP ITEM# DISPOSABLE & MAIN FRAME PARTS QTY: 4,239 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ Total Base Period: _____________________ CLIN 1001. Cost -Per-Test Immunodiagnostics Cost-Per-Test includes: Training of 2 key operators, M-F on-site services, Slides, reagents, controls, calibrators and consumables. Also includes instrument service and 2 Vitros 5600, 3 Vitros 350, Silver service for all contractor owned analyzers for NTMC located at Hawks Clinic, Tuttle Clinic and Winn Army Community Hospital, Ft Stewart, GA. Ordering Period of 1 Oct 15 - 30 Sep 16. Payment to be made in arrears. CLIN 1001AA ITEM# 8196057 ALBUMIN/5 PACK/250 SLDS QTY: 155 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AB ITEM# 1053180 ALKP/5 PACK/300 SLDS QTY: 122 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AC ITEM# 1655281 ALT/5 PACK/250 SLDS QTY: 146 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AD ITEM# 8433815 AST/5 PACK/300 SLDA QTY: 122 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AE ITEM# 8102204 BUN/5 PACK/ 300 SLD QTY: 140 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AF ITEM# 1450261 CALCIUM/ 5 PACK/ 300 SLDS QTY: 140 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AG ITEM# 8445207 CHLORIDE/ 5 PACK/ 250 SLDS QTY: 168 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AH ITEM# 6802584 CREATININE/IDMS STD/ 5 PK/ 300 QTY: 150 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AJ ITEM# 8262396 ENZYMATIC CO2/5PACK/300 SLDS QTY: 140 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN. 1001AK ITEM# 1707801 GLUCOSE/5 PACK/300 SLDS QTY: 160 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AL ITEM# 8157596 POTASSIUM/ 5 PACK/ 250 SLDS QTY: 170 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AM ITEM# 8379034 SODIUM/ 5 PACK/250 SLDS QTY: 170 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AN ITEM# 8159931 TOT BILIRUBIN/ 5 PACK/ 300 SLDS QTY: 135 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AP ITEM# 8392292 TOT PROTEIN/ 5 PACK/ 250 SLDS QTY: 170 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AQ ITEM# 8383051 BUBC/ 5 PACK/ 300 SLDS QTY: 14 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AR ITEM# 1612365 BUBC/5 PACK/90 SLDS QTY: 14 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AS ITEM# 1669829 CHOLESTEROL/ 5 PACK/ 300 SLDS QTY: 107 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AT ITEM# 8478034 CK/5 PACK/ 90 SLDS QTY: 59 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AU ITEM# 8384489 LDH/5 PACK/ 250 SLDS QTY: 25 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AV ITEM# 8255093 MAGNESIUM/ 5 PACK/ 300 SLDS QTY: 17 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AW ITEM# 1921204 MAGNESIUM/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AX ITEM# 1513209 PHOSPHORUS/ 5 PACK/ 300 SLDS QTY: 25 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AY ITEM# 1336544 TRIGLYCERIDES/ 5 PACK/ 300 SLDS QTY: 70 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001AZ ITEM# 8329930 TRIGLYCERIDES/ 5 PACK/ 90 SLDS QTY: 14 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BA ITEM# 1943927 URIC ACID/ 5 PACK/ 300 SLDS QTY: 20 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BB ITEM# 8112724 AMYLASE/ 5 PACK/ 90 SLDS QTY: 36 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BC ITEM# 6801895 DIRECT HDL/5PACK/300 SLDS QTY: 70 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BD ITEM# 6803469 DIRECT HDL/5PACK/90 SLDS QTY: 12 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BE ITEM# 8257289 GGT/ 5 PACK/250 SLDS QTY: 100 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BF ITEM# 1515808 IRON/ 5 PACK/ 300 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BG ITEM# 8150112 LACTATE/ 5 PACK/ 90 SLDS QTY: 18 EACH; UNIT PRICE: _________ TOTAL AMOUNT: ___________ CLIN 10001BH ITEM# 8297749 LIPASE/ 5 PACK/ 300 SLDS QTY: 78 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BJ ITEM# 1726926 AMMONIA/ 5 PACK/ 90 SLDS QTY: 15 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BK ITEM# 8097990 CRP/ 5 PACK/ 90 SLDS QTY: 39 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BL ITEM# 8208431 CSF PROTEIN/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BM ITEM# 6800120 URINE PROTEIN/ 5 PACK/ 90 SLDS QTY: 30 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BN ITEM# 6801740 MALB REAGENT/BOX 300 T QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BP ITEM# 6802314 D%A1C REAGENT BOX/ 300 T QTY: 25 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BQ ITEM# 1037274 ACET/ 5 PACK/90 SLDS QTY: 30 EACH; UNIT PRICE: __________ TOTAL AMOUNT: CLIN 1001BR ITEM# 8892382 CRBM/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BS ITEM# 8343386 DIGOXIN/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BT ITEM# 6801711 GENTAMICIN REAGENT BOX/ 300 T QTY: 3 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BU ITEM# 1632660 LITHIUM/ 5 PACK/ 90 SLDS QTY: 5 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BV ITEM# 8298671 PHENYTOIN/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BW ITEM# 1314343 SALICYLATE/ 5 PACK/ 90 SLDS QTY: 24 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BX ITEM# 1307164 THEOPHYLLINE/ 5 PACK/ 90 SLDS QTY: 5 EACH; UNIT PRICE: __________ TOTAL AMOUNT: __________ CLIN 1001BY ITEM# 6801710 VALPROIC REAGENT/ 300 T QTY: 5 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001BZ ITEM# 6801709 VANCOMYCIN REAGENT 300 T QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CA ITEM# 8046872 ALCOHOL/ 5 PACK/ 90 SLDS QTY: 60 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CB ITEM# 1896836 CKMB 100 WELLS QTY: 50 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CC ITEM# 6802156 NT PROBNP 100 WELLS QTY: 22 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CD ITEM# 6802301 TROPONIN I ES 100 WELLS QTY: 60 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CE ITEM# 8552630 ESTRADIOL 100 WELLS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CF ITEM# 6802220 TOT B HCG II 100 WELLS QTY: 70 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CG ITEM# 6801756 PSA 100 WELLS QTY: 19 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CH ITEM# 1315589 FREE T3 100 WELLS QTY: 35 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CJ ITEM# 1322528 TOTAL T3 100 WELLS QTY: 30 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CK ITEM# 8744468 TOT T4 100 WELLS QTY: 40 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CL ITEM# 1912997 TSH 100 WELLS QTY: 220 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CM ITEM# 6802892 IPTH REAGENT 100 WELLS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CN ITEM# 6801728 dLDL REAGENT BOX/600 T QTY: 3 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 1001CP ITEM# DISPOSABLE & MAIN FRAME PARTS QTY: 4,239 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ Option Year 1Total: _____________________ CLIN 2001. Cost -Per-Test Immunodiagnostics Cost-Per-Test includes: Training of 2 key operators, M-F on-site services, Slides, reagents, controls, calibrators and consumables. Also includes instrument service and 2 Vitros 5600, 3 Vitros 350, Silver service for all contractor owned analyzers for NTMC located at Hawks Clinic, Tuttle Clinic and Winn Army Community Hospital, Ft Stewart, GA. Ordering Period of 1 Oct 16 - 30 Sep 17. Payment to be made in arrears. CLIN 2001AA ITEM# 8196057 ALBUMIN/5 PACK/250 SLDS QTY: 155 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AB ITEM# 1053180 ALKP/5 PACK/300 SLDS QTY: 122 EACH; UNIT PRICE:_____________ TOTAL AMOUNT: __________ CLIN 2001AC ITEM# 1655281 ALT/5 PACK/250 SLDS QTY: 146 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AD ITEM# 8433815 AST/5 PACK/300 SLDA QTY: 122 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AE ITEM# 8102204 BUN/5 PACK/ 300 SLD QTY: 140 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AF ITEM# 1450261 CALCIUM/ 5 PACK/ 300 SLDS QTY: 140 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AG ITEM# 8445207 CHLORIDE/ 5 PACK/ 250 SLDS QTY: 168 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AH ITEM# 6802584 CREATININE/IDMS STD/ 5 PK/ 300 QTY: 150 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AJ ITEM# 8262396 ENZYMATIC CO2/5PACK/300 SLDS QTY: 140 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AK ITEM# 1707801 GLUCOSE/5 PACK/300 SLDS QTY: 160 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AL ITEM# 8157596 POTASSIUM/ 5 PACK/ 250 SLDS QTY: 170 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AM ITEM# 8379034 SODIUM/ 5 PACK/250 SLDS QTY: 170 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AN ITEM# 8159931 TOT BILIRUBIN/ 5 PACK/ 300 SLDS QTY: 135 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AP ITEM# 8392292 TOT PROTEIN/ 5 PACK/ 250 SLDS QTY: 170 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AQ ITEM# 8383051 BUBC/ 5 PACK/ 300 SLDS QTY: 14 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AR ITEM# 1612365 BUBC/5 PACK/90 SLDS QTY: 14 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AS ITEM# 1669829 CHOLESTEROL/ 5 PACK/ 300 SLDS QTY: 107 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AT ITEM# 8478034 CK/5 PACK/ 90 SLDS QTY: 59 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AU ITEM# 8384489 LDH/5 PACK/ 250 SLDS QTY: 25 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AV ITEM# 8255093 MAGNESIUM/ 5 PACK/ 300 SLDS QTY: 17 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AW ITEM# 1921204 MAGNESIUM/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AX ITEM# 1513209 PHOSPHORUS/ 5 PACK/ 300 SLDS QTY: 25 EACH; UNIT PRICE: __________ TOTAL AMOUNT: arker___________ CLIN 2001AY ITEM# 1336544 TRIGLYCERIDES/ 5 PACK/ 300 SLDS QTY: 70 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001AZ ITEM# 8329930 TRIGLYCERIDES/ 5 PACK/ 90 SLDS QTY: 14 EACH; UNIT PRICE: arker__________ TOTAL AMOUNT: ___________ CLIN 2001BA ITEM# 1943927 URIC ACID/ 5 PACK/ 300 SLDS QTY: 20 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BB ITEM# 8112724 AMYLASE/ 5 PACK/ 90 SLDS QTY: 36 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BC ITEM# 6801895 DIRECT HDL/5PACK/300 SLDS QTY: 70 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BD ITEM# 6803469 DIRECT HDL/5PACK/90 SLDS QTY: 12 EACH; UNIT PRICE: marker__________ TOTAL AMOUNT: ___________ CLIN 2001BE ITEM# 8257289 GGT/ 5 PACK/250 SLDS QTY: 100 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BF ITEM# 1515808 IRON/ 5 PACK/ 300 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BG ITEM# 8150112 LACTATE/ 5 PACK/ 90 SLDS QTY: 18 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 20001BH ITEM# 8297749 LIPASE/ 5 PACK/ 300 SLDS QTY: 78 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BJ ITEM# 1726926 AMMONIA/ 5 PACK/ 90 SLDS QTY: 15 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BK ITEM# 8097990 CRP/ 5 PACK/ 90 SLDS QTY: 39 EACH; UNIT PRICE: __________ TOTAL AMOUNT: marker___________ CLIN 2001BL ITEM# 8208431 CSF PROTEIN/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BM ITEM# 6800120 URINE PROTEIN/ 5 PACK/ 90 SLDS QTY: 30 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BN ITEM# 6801740 MALB REAGENT/BOX 300 T QTY: 10 EACH; UNIT PRICE:__________ TOTAL AMOUNT: ___________ CLIN 2001BP ITEM# 6802314 D%A1C REAGENT BOX/ 300 T QTY: 25 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BQ ITEM# 1037274 ACET/ 5 PACK/90 SLDS QTY: 30 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BR ITEM# 8892382 CRBM/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BS ITEM# 8343386 DIGOXIN/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BT ITEM# 6801711 GENTAMICIN REAGENT BOX/ 300 T QTY: 3 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BU ITEM# 1632660 LITHIUM/ 5 PACK/ 90 SLDS QTY: 5 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BV ITEM# 8298671 PHENYTOIN/ 5 PACK/ 90 SLDS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BW ITEM# 1314343 SALICYLATE/ 5 PACK/ 90 SLDS QTY: 24 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BX ITEM# 1307164 THEOPHYLLINE/ 5 PACK/ 90 SLDS QTY: 5 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BY ITEM# 6801710 VALPROIC REAGENT/ 300 T QTY: 5 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001BZ ITEM# 6801709 VANCOMYCIN REAGENT 300 T QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT:___________ CLIN 2001CA ITEM# 8046872 ALCOHOL/ 5 PACK/ 90 SLDS QTY: 60 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001CB ITEM# 1896836 CKMB 100 WELLS QTY: 50 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001CC ITEM# 6802156 NT PROBNP 100 WELLS QTY: 22 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001CD ITEM# 6802301 TROPONIN I ES 100 WELLS QTY: 60 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001CE ITEM# 8552630 ESTRADIOL 100 WELLS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001CF ITEM# 6802220 TOT B HCG II 100 WELLS QTY: 70 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001CG ITEM# 6801756 PSA 100 WELLS QTY: 19 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001CH ITEM# 1315589 FREE T3 100 WELLS QTY: 35 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001CJ ITEM# 1322528 TOTAL T3 100 WELLS QTY: 30 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001CK ITEM# 8744468 TOT T4 100 WELLS QTY: 40 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001CL ITEM# 1912997 TSH 100 WELLS QTY: 220EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001CM ITEM# 6802892 IPTH REAGENT 100 WELLS QTY: 10 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001CN ITEM# 6801728 dLDL REAGENT BOX/600 T QTY: 3 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ CLIN 2001CP ITEM# DISPOSABLE & MAIN FRAME PARTS QTY: 4,239 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________ Option Year 2 Total: _____________________ Place of Performance: Winn Army Community Hospital 1061 Harmon Ave Fort Stewart, GA 31314 UNITED STATES The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-4 Contract Terms and Conditions--Commercial Items May 2014 ADDENDUM TO 52.212-4 (v) Army Regulation 600-20, Army Command Policy, 20 Sep 2012 - AS APPLICABLE OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Responses Program (SHARP), 12 Nov 2013 The contractor shall comply with OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP), 12 Nov 2013. The SHARP reporting requirements apply only to knowledge obtained by contractor personnel while performing services under this contract. The contractor shall require all Contract Service Providers (CSP) with knowledge of an incident of sexual assault occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. The contractor shall require all CSPs with knowledge of an incident of sexual harassment occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. The contractor shall ensure all service providers receive Sexual Harassment/Assault Response and Prevention (SHARP) training not later than 60 calendar days after contractor personnel begin performance under this contract. Training can be obtained either online or in person. Contractor personnel can attend SHARP training provided by MEDCOM on an every other month basis by contacting (210) 221-6118 for class date/time and availability. If the employee has an AKO account, they can access online the Team Bound Self Study course through Army Learning Management System (ALMS) at http://www.atsc.army.mil/tadlp/delivery/alms.asp (w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. <http://farsite.hill.af.mil/> CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-12 Limitation On Payments To Influence Certain Federal OCT 2010 Transactions 52.203-17 Contractor Employee Whistleblower Rights and Requirement To APR 2014 Inform Employees of Whistleblower Rights 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content MAY 2011 Paper 52.204-10 Reporting Executive Compensation and First-Tier Subcontract JUL 2013 Awards 52.209-6 Protecting the Government's Interest When Subcontracting With AUG 2013 Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4 Notice of Price Evaluation Preference for HUBZone Small JAN 2011 Business Concerns 52.219-8 Utilization of Small Business Concerns MAY 2014 52.219-9 Small Business Subcontracting Plan JUL 2013 52.219-16 Liquidated Damages - Subcontracting Plan JAN 1999 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2014 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-18 Encouraging Contractor Policies To Ban Text Messaging AUG 2011 While Driving 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-18 Availability Of Funds APR 1984 52.232-36 Payment by Third Party MAY 2014 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-13 Bankruptcy JUL 1995 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control of Government Personnel Work Product APR 1992 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By MAR 2014 The Government of a Terrorist Country 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) SEP 2013 252.219-7004 Small Business Subcontracting Plan (Test Program) JAN 2011 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.225-7013 Duty-Free Entry OCT 2013 252.225-7021 Trade Agreements OCT 2013 252.225-7048 Export-Controlled Items JUN 2013 252.232-7010 Levies on Contract Payments DEC 2006 CLAUSES INCORPORATED BY FULL TEXT 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) (a) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the System for Award Management database via https://www.acquisition.gov. (b) As required by section 3010 of the Supplemental Appropriations Act, 2010 (Pub. L. 111-212), all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. FAPIIS consists of two segments-- (1) The non-public segment, into which Government officials and the Contractor post information, which can only be viewed by-- (i) Government personnel and authorized users performing business on behalf of the Government; or (ii) The Contractor, when viewing data on itself; and (2) The publicly-available segment, to which all data in the non-public segment of FAPIIS is automatically transferred after a waiting period of 14 calendar days, except for-- (i) Past performance reviews required by subpart 42.15; (ii) Information that was entered prior to April 15, 2011; or (iii) Information that is withdrawn during the 14-calendar-day waiting period by the Government official who posted it in accordance with paragraph (c)(1) of this clause. (c) The Contractor will receive notification when the Government posts new information to the Contractor's record. (1) If the Contractor asserts in writing within 7 calendar days, to the Government official who posted the information, that some of the information posted to the non-public segment of FAPIIS is covered by a disclosure exemption under the Freedom of Information Act, the Government official who posted the information must within 7 calendar days remove the posting from FAPIIS and resolve the issue in accordance with agency Freedom of Information procedures, prior to reposting the releasable information. The contractor must cite 52.209-9 and request removal within 7 calendar days of the posting to FAPIIS. (2) The Contractor will also have an opportunity to post comments regarding information that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them. (3) As required by section 3010 of Pub. L. 111-212, all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. (d) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600. (End of clause) CLAUSES INCORPORATED BY FULL TEXT 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates that are independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall re-represent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts-- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall re-represent its size status in accordance with the size standard in effect at the time of this Re-representation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following re-representation and submit it to the contracting office, along with the contract number and the date on which the re-representation was completed: The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 325413- assigned to contract number ___________. (End of clause) CLAUSES INCORPORATED BY FULL TEXT 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) (a) During the term of this contract, the Contractor shall post an employee notice, of such size and in such form, and contains such content as prescribed by the Secretary of Labor, in conspicuous places in and about its plants and offices where employees covered by the National Labor Relations Act engage in activities relating to the performance of the contract, including all places where notices to employees are customarily posted both physically and electronically, in the languages employees speak, in accordance with 29 CFR 471.2(d) and (f). (1) Physical posting of the employee notice shall be in conspicuous places in and about the Contractor's plants and offices so that the notice is prominent and readily seen by employees who are covered by the National Labor Relations Act and engage in activities related to the performance of the contract. (2) If the Contractor customarily posts notices to employees electronically, then the Contractor shall also post the required notice electronically by displaying prominently, on any Web site that is maintained by the Contractor and is customarily used for notices to employees about terms and conditions of employment, a link to the Department of Labor's Web site that contains the full text of the poster. The link to the Department's Web site, as referenced in (b)(3) of this section, must read, ``Important Notice about Employee Rights to Organize and Bargain Collectively with Their Employers.'' (b) This required employee notice, printed by the Department of Labor, may be- (1) Obtained from the Division of Interpretations and Standards, Office of Labor-Management Standards, U.S. Department of Labor, 200 Constitution Avenue, NW, Room N-5609, Washington, DC 20210, (202) 693-0123, or from any field office of the Office of Labor-Management Standards or Office of Federal Contract Compliance Programs; (2) Provided by the Federal contracting agency if requested; (3) Downloaded from the Office of Labor-Management Standards Web site at http://www.dol.gov/olms/regs/compliance/EO13496.htm; or (4) Reproduced and used as exact duplicate copies of the Department of Labor's official poster. (c) The required text of the employee notice referred to in this clause is located at Appendix A, Subpart A, 29 CFR Part 471. (d) The Contractor shall comply with all provisions of the employee notice and related rules, regulations, and orders of the Secretary of Labor. (e) In the event that the Contractor does not comply with the requirements set forth in paragraphs (a) through (d) of this clause, this contract may be terminated or suspended in whole or in part, and the Contractor may be suspended or debarred in accordance with 29 CFR 471.14 and subpart 9.4. Such other sanctions or remedies may be imposed as are provided by 29 CFR part 471, which implements Executive Order 13496 or as otherwise provided by law. (f) Subcontracts. (1) The Contractor shall include the substance of this clause, including this paragraph (f), in every subcontract that exceeds $10,000 and will be performed wholly or partially in the United States, unless exempted by the rules, regulations, or orders of the Secretary of Labor issued pursuant to section 3 of Executive Order 13496 of January 30, 2009, so that such provisions will be binding upon each subcontractor. (2) The Contractor shall not procure supplies or services in a way designed to avoid the applicability of Executive Order 13496 or this clause. (3) The Contractor shall take such action with respect to any such subcontract as may be directed by the Secretary of Labor as a means of enforcing such provisions, including the imposition of sanctions for noncompliance. (4) However, if the Contractor becomes involved in litigation with a subcontractor, or is threatened with such involvement, as a result of such direction, the Contractor may request the United States, through the Secretary of Labor, to enter into such litigation to protect the interests of the United States. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) (a) Definitions. As used in this clause-- Adequate security means protective measures that are commensurate with the consequences and probability of loss, misuse, or unauthorized access to, or modification of information. Attribution information means information that identifies the Contractor, whether directly or indirectly, by the grouping of information that can be traced back to the Contractor (e.g., program description or facility locations). Compromise means disclosure of information to unauthorized persons, or a violation of the security policy of a system, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of an object, or the copying of information to unauthorized media may have occurred. Contractor information system means an information system belonging to, or operated by or for, the Contractor. Controlled technical information means technical information with military or space application that is subject to controls on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination. Controlled technical information is to be marked with one of the distribution statements B-through-F, in accordance with DoD Instruction 5230.24, Distribution Statements on Technical Documents. The term does not include information that is lawfully publicly available without restrictions. Cyber incident means actions taken through the use of computer networks that result in an actual or potentially adverse effect on an information system and/or the information residing therein. Exfiltration means any unauthorized release of data from within an information system. This includes copying the data through covert network channels or the copying of data to unauthorized media. Media means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks, magnetic disks, large-scale integration memory chips, and printouts onto which information is recorded, stored, or printed within an information system. Technical information means technical data or computer software, as those terms are defined in the clause at DFARS 252.227-7013, Rights in Technical Data--Non Commercial Items, regardless of whether or not the clause is incorporated in this solicitation or contract. Examples of technical information include research and engineering data, engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technical reports, technical orders, catalog-item identifications, data sets, studies and analyses and related information, and computer software executable code and source code. (b) Safeguarding requirements and procedures for unclassified controlled technical information. The Contractor shall provide adequate security to safeguard unclassified controlled technical information from compromise. To provide adequate security, the Contractor shall- (1) Implement information systems security in its project, enterprise, or company-wide unclassified information technology system(s) that may have unclassified controlled technical information resident on or transiting through them. The information systems security program shall implement, at a minimum- (i) The specified National Institute of Standards and Technology (NIST) Special Publication (SP) 800-53 security controls identified in the following table; or (ii) If a NIST control is not implemented, the Contractor shall submit to the Contracting Officer a written explanation of how- (A) The required security control identified in the following table is not applicable; or (B) An alternative control or protective measure is used to achieve equivalent protection. (2) Apply other information systems security requirements when the Contractor reasonably determines that information systems security measures, in addition to those identified in paragraph (b)(1) of this clause, may be required to provide adequate security in a dynamic environment based on an assessed risk or vulnerability. Table 1--Minimum Security Controls for Safeguarding Minimum required security controls for unclassified controlled technical information requiring safeguarding in accordance with paragraph (d) of this clause. (A description of the security controls is in the NIST SP 800-53, ``Security and Privacy Controls for Federal Information Systems and Organizations'' (http://csrc.nist.gov/publications/PubsSPs.html).) BILLING CODE 5001-06-P [GRAPHIC] [TIFF OMITTED] TR18NO13.031 BILLING CODE 5001-06-C Legend: AC: Access Control AT: Awareness and Training MP: AU: Auditing and Accountability CM: Configuration Management CP: Contingency Planning IA: Identification and Authentication IR: Incident Response MA: Maintenance MP: Media Protection PE: Physical & Environmental Protection PM: Program Management RA: Risk Assessment SC: System & Communications Protection SI: System & Information Integrity (c) Other requirements. This clause does not relieve the Contractor of the requirements specified by applicable statutes or other Federal and DoD safeguarding requirements for Controlled Unclassified Information as established by Executive Order 13556, as well as regulations and guidance established pursuant thereto. (d) Cyber incident and compromise reporting. (1) Reporting requirement. The Contractor shall report as much of the following information as can be obtained to the Department of Defense via (http://dibnet.dod.mil/) within 72 hours of discovery of any cyber incident, as described in paragraph (d)(2) of this clause, that affects unclassified controlled technical information resident on or transiting through the Contractor's unclassified information systems: (i) Data Universal Numbering System (DUNS). (ii) Contract numbers affected unless all contracts by the company are affected. (iii) Facility CAGE code if the location of the event is different than the prime Contractor location. (iv) Point of contact if different than the POC recorded in the System for Award Management (address, position, telephone, email). (v) Contracting Officer point of contact (address, position, telephone, email). (vi) Contract clearance level. (vii) Name of subcontractor and CAGE code if this was an incident on a subcontractor network. (viii) DoD programs, platforms or systems involved. (ix) Location(s) of compromise. (x) Date incident discovered. (xi) Type of compromise (e.g., unauthorized access, inadvertent release, other). (xii) Description of technical information compromised. (xiii) Any additional information relevant to the information compromise. (2) Reportable cyber incidents. Reportable cyber incidents include the following: (i) A cyber incident involving possible exfiltration, manipulation, or other loss or compromise of any unclassified controlled technical information resident on or transiting through Contractor's, or its subcontractors', unclassified information systems. (ii) Any other activities not included in paragraph (d)(2)(i) of this clause that allow unauthorized access to the Contractor's unclassified information system on which unclassified controlled technical information is resident on or transiting. (3) Other reporting requirements. This reporting in no way abrogates the Contractor's responsibility for additional safeguarding and cyber incident reporting requirements pertaining to its unclassified information systems under other clauses that may apply to its contract, or as a result of other U.S. Government legislative and regulatory requirements that may apply (e.g., as cited in paragraph (c) of this clause). (4) Contractor actions to support DoD damage assessment. In response to the reported cyber incident, the Contractor shall- (i) Conduct further review of its unclassified network for evidence of compromise resulting from a cyber incident to include, but is not limited to, identifying compromised computers, servers, specific data and users accounts. This includes analyzing information systems that were part of the compromise, as well as other information systems on the network that were accessed as a result of the compromise; (ii) Review the data accessed during the cyber incident to identify specific unclassified controlled technical information associated with DoD programs, systems or contracts, including military programs, systems and technology; and (iii) Preserve and protect images of known affected information systems and all relevant monitoring/packet capture data for at least 90 days from the cyber incident to allow DoD to request information or decline interest. (5) DoD damage assessment activities. If DoD elects to conduct a damage assessment, the Contracting Officer will request that the Contractor point of contact identified in the incident report at (d)(1) of this clause provide all of the damage assessment information gathered in accordance with paragraph (d)(4) of this clause. The Contractor shall comply with damage assessment information requests. The requirement to share files and images exists unless there are legal restrictions that limit a company's ability to share digital media. The Contractor shall inform the Contracting Officer of the source, nature, and prescription of such limitations and the authority responsible. (e) Protection of reported information. Except to the extent that such information is lawfully publicly available without restrictions, the Government will protect information reported or otherwise provided to DoD under this clause in accordance with applicable statutes, regulations, and policies. The Contractor shall identify and mark attribution information reported or otherwise provided to the DoD. The Government may use information, including attribution information and disclose it only to authorized persons for purposes and activities consistent with this clause. (f) Nothing in this clause limits the Government's ability to conduct law enforcement or counterintelligence activities, or other lawful activities in the interest of homeland security and national security. The results of the activities described in this clause may be used to support an investigation and prosecution of any person or entity, including those attempting to infiltrate or compromise information on a contractor information system in violation of any statute. (g) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (g), in all subcontracts, including subcontracts for commercial items. (End of clause) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) (a) The Contractor is not required to flow down the terms of any Defense Federal Acquisition Regulation Supplement (DFARS) clause in subcontracts for commercial items at any tier under this contract, unless so specified in the particular clause. (b) While not required, the Contractor may flow down to subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligation. (c) The Contractor shall include the terms of this clause, including this paragraph (c), in subcontracts awarded under this contract, including subcontracts for the acquisition of commercial items. (End of clause) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) (a) (a) Definitions. As used in this clause -- (1) "Components" means articles, materials, and supplies incorporated directly into end products at any level of manufacture, fabrication, or assembly by the Contractor or any subcontractor. (2) "Department of Defense" (DoD) means the Army, Navy, Air Force, Marine Corps, and defense agencies. (3) "Foreign flag vessel" means any vessel that is not a U.S.-flag vessel. (4) "Ocean transportation" means any transportation aboard a ship, vessel, boat, barge, or ferry through international waters. (5) "Subcontractor" means a supplier, materialman, distributor, or vendor at any level below the prime contractor whose contractual obligation to perform results from, or is conditioned upon, award of the prime contract and who is performing any part of the work or other requirement of the prime contract. (6) "Supplies" means all property, except land and interests in land, that is clearly identifiable for eventual use by or owned by the DoD at the time of transportation by sea. (i) An item is clearly identifiable for eventual use by the DoD if, for example, the contract documentation contains a reference to a DoD contract number or a military destination. (ii) "Supplies" includes (but is not limited to) public works; buildings and facilities; ships; floating equipment and vessels of every character, type, and description, with parts, subassemblies, accessories, and equipment; machine tools; material; equipment; stores of all kinds; end items; construction materials; and components of the foregoing. (7) "U.S.-flag vessel" means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States. (b)(1) The Contractor shall use U.S.-flag vessels when transporting any supplies by sea under this contract. (2) A subcontractor transporting supplies by sea under this contract shall use U.S.-flag vessels if-- (i) This contract is a construction contract; or (ii) The supplies being transported are-- (A) Noncommercial items; or (B) Commercial items that-- (1) The Contractor is reselling or distributing to the Government without adding value (generally, the Contractor does not add value to items that it contracts for f.o.b. destination shipment); (2) Are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations; or (3) Are commissary or exchange cargoes transported outside of the Defense Transportation System in accordance with 10 U.S.C. 2643. (c) The Contractor and its subcontractors may request that the Contracting Officer authorize shipment in foreign-flag vessels, or designate available U.S.-flag vessels, if the Contractor or a subcontractor believes that -- (1) U.S.-flag vessels are not available for timely shipment; (2) The freight charges are inordinately excessive or unreasonable; or (3) Freight charges are higher than charges to private persons for transportation of like goods. (d) The Contractor must submit any request for use of other than U.S.-flag vessels in writing to the Contracting Officer at least 45 days prior to the sailing date necessary to meet its delivery schedules. The Contracting Officer will process requests submitted after such date(s) as expeditiously as possible, but the Contracting Officer's failure to grant approvals to meet the shipper's sailing date will not of itself constitute a compensable delay under this or any other clause of this contract. Requests shall contain at a minimum -- (1) Type, weight, and cube of cargo; (2) Required shipping date; (3) Special handling and discharge requirements; (4) Loading and discharge points; (5) Name of shipper and consignee; (6) Prime contract number; and (7) A documented description of efforts made to secure U.S.-flag vessels, including points of contact (with names and telephone numbers) with at least two U.S.-flag carriers contacted. Copies of telephone notes, telegraphic and facsimile message or letters will be sufficient for this purpose. (e) The Contractor shall, within 30 days after each shipment covered by this clause, provide the Contracting Officer and the Maritime Administration, Office of Cargo Preference, U.S. Department of Transportation, 400 Seventh Street SW., Washington, DC 20590, one copy of the rated on board vessel operating carrier's ocean bill of lading, which shall contain the following information: (1) Prime contract number; (2) Name of vessel; (3) Vessel flag of registry; (4) Date of loading; (5) Port of loading; (6) Port of final discharge; (7) Description of commodity; (8) Gross weight in pounds and cubic feet if available; (9) Total ocean freight in U.S. dollars; and (10) Name of the steamship company. (f) The Contractor shall provide with its final invoice under this contract a representation that to the best of its knowledge and belief-- (1) No ocean transportation was used in the performance of this contract; (2) Ocean transportation was used and only U.S.-flag vessels were used for all ocean shipments under the contract; (3) Ocean transportation was used, and the Contractor had the written consent of the Contracting Officer for all non-U.S.-flag ocean transportation; or (4) Ocean transportation was used and some or all of the shipments were made on non-U.S.-flag vessels without the written consent of the Contracting Officer. The Contractor shall describe these shipments in the following format: ITEM CONTRACT QUANTITY DESCRIPTION LINE ITEMS ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ TOTAL_______________________________________________________________ (g) If the final invoice does not include the required representation, the Government will reject and return it to the Contractor as an improper invoice for the purposes of the Prompt Payment clause of this contract. In the event there has been unauthorized use of non-U.S.-flag vessels in the performance of this contract, the Contracting Officer is entitled to equitably adjust the contract, based on the unauthorized use. (h) In the award of subcontracts for the types of supplies described in paragraph (b)(2) of this clause, including subcontracts for commercial items, the Contractor shall flow down the requirements of this clause as follows: (1) The Contractor shall insert the substance of this clause, including this paragraph (h), in subcontracts that exceed the simplified acquisition threshold in part 2 of the Federal Acquisition Regulation. (2) The Contractor shall insert the substance of paragraphs (a) through (e) of this clause, and this paragraph (h), in subcontracts that are at or below the simplified acquisition threshold in part 2 of the Federal Acquisition Regulation. (End of clause) 252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA (MAR 2000) (a) The Contractor has indicated by the response to the solicitation provision, Representation of Extent of Transportation by Sea that it did not anticipate transporting by sea any supplies. If, however, after the award of this contract, the Contractor learns that supplies, as defined in the Transportation of Supplies by Sea clause of this contract, will be transported by sea, the Contractor -- (1) Shall notify the Contracting Officer of that fact; and (2) Hereby agrees to comply with all the terms and conditions of the Transportation of Supplies by Sea clause of this contract. (b) The Contractor shall include this clause; including this paragraph (b), revised as necessary to reflect the relationship of the contracting parties-- (1) In all subcontracts under this contract, if this contract is a construction contract; or (2) If this contract is not a construction contract, in all subcontracts under this contract that are for-- (i) Noncommercial items; or (ii) Commercial items that-- (A) The Contractor is reselling or distributing to the Government without adding value (generally, the Contractor does not add value to items that it subcontracts for f.o.b. destination shipment); (B) Are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations; or (C) Are commissary or exchange cargoes transported outside of the Defense Transportation System in accordance with 10 U.S.C. 2643. (End of clause) HCAA Local Clause 5001 - Non-Defense Health Agency (Non-DHA) Health Insurance Portability and Accountability Act (HIPAA) Business Associate Agreement (BAA) (7 JANUARY 2014) Introduction In accordance with 45 CFR 164.502(e)(2) and 164.504(e) and paragraph C.3.4.1.3 of DoD 6025.18-R, "DoD Health Information Privacy Regulation," January 24, 2003, this document serves as a BAA between the signatory parties for purposes of the HIPAA and the "HITECH Act" amendments thereof, as implemented by the HIPAA Rules and DoD HIPAA Issuances (both defined below). The parties are a DoD Military Health System (MHS) component, acting as a HIPAA covered entity, and a DoD contractor, acting as a HIPAA business associate. The HIPAA Rules require BAAs between covered entities and business associates. Implementing this BAA requirement, the applicable DoD HIPAA Issuance (DoD 6025.18-R, paragraph C3.4.1.3) provides that requirements applicable to business associates must be incorporated (or incorporated by reference) into the contract or agreement between the parties. (a) Catchall Definition. Except as provided otherwise in this BAA, the following terms used in this BAA shall have the same meaning as those terms in the DoD HIPAA Rules: Data Aggregation, Designated Record Set, Disclosure, Health Care Operations, Individual, Minimum Necessary, Notice of Privacy Practices (NoPP), Protected Health Information (PHI), Required By Law, Secretary, Security Incident, Subcontractor, Unsecured Protected Health Information, and Use. -Breach means actual or possible loss of control, unauthorized disclosure of or unauthorized access to PHI or other PII (which may include, but is not limited to PHI), where persons other than authorized users gain access or potential access to such information for any purpose other than authorized purposes, where one or more individuals will be adversely affected. The foregoing definition is based on the definition of breach in DoD Privacy Act Issuances as defined herein. -Business Associate shall generally have the same meaning as the term "business associate" in the DoD HIPAA Issuances, and in reference to this BAA, shall mean [insert name of Business Associate signatory to this BAA]. -Agreement means this BAA together with the documents and/or other arrangements under which the Business Associate signatory performs services involving access to PHI on behalf of the MHS component signatory to this BAA. -Covered Entity shall generally have the same meaning as the term "covered entity" in the DoD HIPAA Issuances, and in reference to this BAA, shall mean [insert name of MHS component signatory to this BAA]. -DHA Privacy Office means the DHA Privacy and Civil Liberties Office. The DHA Privacy Office Director is the HIPAA Privacy and Security Officer for DHA, including the National Capital Region Medical Directorate (NCRMD). -DoD HIPAA Issuances means the DoD issuances implementing the HIPAA Rules in the DoD Military Health System (MHS). These issuances are DoD 6025.18-R (2003), DoDI 6025.18 (2009), and DoD 8580.02-R (2007). -DoD Privacy Act Issuances means the DoD issuances implementing the Privacy Act, which are DoDD 5400.11 (2007) and DoD 5400.11-R (2007). -HHS Breach means a breach that satisfies the HIPAA Breach Rule definition of breach in 45 CFR 164.402. -HIPAA Rules means, collectively, the HIPAA Privacy, Security, Breach and Enforcement Rules, issued by the U.S. Department of Health and Human Services (HHS) and codified at 45 CFR Part 160 and Part 164, Subpart E (Privacy), Subpart C (Security), Subpart D (Breach) and Part 160, Subparts C-D (Enforcement), as amended by the 2013 modifications to those Rules, implementing the "HITECH Act" provisions of Pub. L. 111-5. See 78 FR 5566-5702 (Jan. 25, 2013) (with corrections at 78 FR 32464 (June 7, 2013)). Additional HIPAA rules regarding electronic transactions and code sets (45 CFR Part 162) are not addressed in this BAA and are not included in the term HIPAA Rules. -Service-Level Privacy Office means one or more offices within the military services (Army, Navy, or Air Force) with oversight authority over Privacy Act and HIPAA privacy compliance. I. Obligations and Activities of Business Associate (a) The Business Associate shall not use or disclose PHI other than as permitted or required by the Agreement or as required by law. (b) The Business Associate shall use appropriate safeguards, and comply with the DoD HIPAA Rules with respect to electronic PHI, to prevent use or disclosure of PHI other than as provided for by the Agreement. (c) The Business Associate shall report to Covered Entity any Breach of which it becomes aware, and shall proceed with breach response steps as required by Part V of this BAA. With respect to electronic PHI, the Business Associate shall also respond to any security incident of which it becomes aware in accordance with any Information Assurance provisions of the Agreement. If at any point the Business Associate becomes aware that a security incident involves a Breach, the Business Associate shall immediately initiate breach response as required by part V of this BAA. (d) In accordance with 45 CFR 164.502(e)(1)(ii)) and 164.308(b)(2), respectively), as applicable, the Business Associate shall ensure that any subcontractors that create, receive, maintain, or transmit PHI on behalf of the Business Associate agree to the same restrictions, conditions, and requirements that apply to the Business Associate with respect to such PHI. (e) The Business Associate shall make available PHI in a Designated Record Set, to the Covered Entity or, as directed by the Covered Entity, to an Individual, as necessary to satisfy the Covered Entity obligations under 45 CFR 164.524. (f) The Business Associate shall make any amendment(s) to PHI in a Designated Record Set as directed or agreed to by the Covered Entity pursuant to 45 CFR 164.526, or take other measures as necessary to satisfy Covered Entity's obligations under 45 CFR 164.526. (g) The Business Associate shall maintain and make available the information required to provide an accounting of disclosures to the Covered Entity or an individual as necessary to satisfy the Covered Entity's obligations under 45 CFR 164.528. (h) To the extent the Business Associate is to carry out one or more of Covered Entity's obligation(s) under the HIPAA Privacy Rule, the Business Associate shall comply with the requirements of HIPAA Privacy Rule that apply to the Covered Entity in the performance of such obligation(s); and (i) The Business Associate shall make its internal practices, books, and records available to the Secretary for purposes of determining compliance with the HIPAA Rules. II. Permitted Uses and Disclosures by Business Associate (a) The Business Associate may only use or disclose PHI as necessary to perform the services set forth in the Agreement or as required by law. The Business Associate is not permitted to de-identify PHI under DoD HIPAA issuances or the corresponding 45 CFR 164.514(a)-(c), nor is it permitted to use or disclose de-identified PHI, except as provided by the Agreement or directed by the Covered Entity. (b) The Business Associate agrees to use, disclose and request PHI only in accordance with the HIPAA Privacy Rule "minimum necessary" standard and corresponding DHA policies and procedures as stated in the DoD HIPAA Issuances. (c) The Business Associate shall not use or disclose PHI in a manner that would violate the DoD HIPAA Issuances or HIPAA Privacy Rules if done by the Covered Entity, except uses and disclosures for the Business Associate's own management and administration and legal responsibilities or for data aggregation services as set forth in the following three paragraphs. (d) Except as otherwise limited in the Agreement, the Business Associate may use PHI for the proper management and administration of the Business Associate or to carry out the legal responsibilities of the Business Associate. The foregoing authority to use PHI does not apply to disclosure of PHI, which is covered in the next paragraph. (e) Except as otherwise limited in the Agreement, the Business Associate may disclose PHI for the proper management and administration of the Business Associate or to carry out the legal responsibilities of the Business Associate, provided that disclosures are required by law, or the Business Associate obtains reasonable assurances from the person to whom the PHI is disclosed that it will remain confidential and used or further disclosed only as required by law or for the purposes for which it was disclosed to the person, and the person notifies the Business Associate of any instances of which it is aware in which the confidentiality of the information has been breached. (f) Except as otherwise limited in the Agreement, the Business Associate may use PHI to provide Data Aggregation services relating to the Covered Entity's health care operations. III. Provisions for Covered Entity to Inform Business Associate of Privacy Practices and Restrictions (a) The Covered Entity shall provide the Business Associate with the notice of privacy practices that the Covered Entity produces in accordance with 45 CFR 164.520 and the corresponding provision of the DoD HIPAA Issuances. (b) The Covered Entity shall notify the Business Associate of any changes in, or revocation of, the permission by an Individual to use or disclose his or her PHI, to the extent that such changes affect the Business Associate's use or disclosure of PHI. (c) The Covered Entity shall notify the Business Associate of any restriction on the use or disclosure of PHI that the Covered Entity has agreed to or is required to abide by under 45 CFR 164.522, to the extent that such changes may affect the Business Associate's use or disclosure of PHI. IV. Permissible Requests by Covered Entity The Covered Entity shall not request the Business Associate to use or disclose PHI in any manner that would not be permissible under the HIPAA Privacy Rule or any applicable Government regulations (including without limitation, DoD HIPAA Issuances) if done by the Covered Entity, except for providing Data Aggregation services to the Covered Entity and for management and administrative activities of the Business Associate as otherwise permitted by this BAA. V. Breach Response (a) In general. In the event of a breach of PII/PHI held by the Business Associate, the Business Associate shall follow the breach response requirements set forth in this Part V, which is designed to satisfy both the Privacy Act and HIPAA as applicable. If a breach involves PII without PHI, then the Business Associate shall comply with DoD Privacy Act Issuance breach response requirements only; if a breach involves PHI (a subset of PII), then the Business Associate shall comply with both Privacy Act and HIPAA breach response requirements. A breach involving PHI may or may not constitute an HHS Breach. If a breach is not an HHS Breach, then the Business Associate has no HIPAA breach response obligations. In such cases, the Business Associate must still comply with breach response requirements under the DoD Privacy Act Issuances. If the DHA Privacy Office determines that a breach is an HHS Breach, then the Business Associate shall comply with both the HIPAA Breach Rule and DoD Privacy Act Issuances, as directed by the DHA Privacy Office, regardless of whether the breach occurs at DHA or at one of the Service components. If the DHA Privacy Office determines that the breach does not constitute an HHS Breach, then the Business Associate shall comply with DoD Privacy Act Issuances, as directed by the applicable Service-Level Privacy Office. The Business Associate shall contact the Covered Entity for guidance when the incident is not an HHS Breach. This Part V is designed to satisfy the DoD Privacy Act Issuances and the HIPAA Breach Rule as implemented by the DoD HIPAA Issuances. In general, for breach response, the Business Associate shall report the breach to the Covered Entity, assess the breach incident, notify affected individuals, and take mitigation actions as applicable. Because DoD defines "breach" to include possible (suspected) as well as actual (confirmed) breaches, the Business Associate shall implement these breach response requirements immediately upon the Business Associate's discovery of a possible breach. (b) Government Reporting Provisions The Business Associate shall report the breach within one hour of discovery to the Covered Entity and to the US Computer Emergency Readiness Team (US CERT) -the other parties as deemed appropriate by the Covered Entity. The Business Associate is deemed to have discovered a breach as of the time a breach (suspected or confirmed) is known, or by exercising reasonable diligence would have been known, to any person (other than the person committing it) who is an employee, officer or other agent of the Business Associate. The Business Associate shall submit the US-CERT report using the online form at https://forms.us-cert.gov/report/. Before submission to US-CERT, the Business Associate shall save a copy of the on-line report. After submission, the Business Associate shall record the US-CERT Reporting Number. Although only limited information about the breach may be available as of the one hour deadline for submission, the Business Associate shall submit the US-CERT report by the deadline. The Business Associate shall e-mail updated information as it is obtained, following the instructions at http://www.us-cert.gov/pgp/email.html. The Business Associate shall provide a copy of the initial or updated US-CERT report to the -Covered Entity and the applicable Service-Level Privacy Office, if requested by either. Business Associate questions about US-CERT reporting shall be directed to the Covered Entity or Service-Level Privacy Office, not the US-CERT office. The additional US Army and the US Army Medical Command (MEDCOM) reporting requirements are addressed in the PII Breach Reporting and Notification Policy. The latest version of this policy can be obtained from the Covered Entity or the MEDCOM Privacy Act/Freedom of Information Act (FOIA) Office at: usarmy.jbsa.medcom.list.medcom-foia-users@mail.mil. If multiple beneficiaries are affected by a single event or related set of events, then a single reportable breach may be deemed to have occurred, depending on the circumstances. The Business Associate shall inform the Covered Entity as soon as possible if it believes that "single event" breach response is appropriate; the Covered Entity will determine how the Business Associate shall proceed and, if appropriate, consolidate separately reported breaches for purposes of Business Associate report updates, beneficiary notification, and mitigation. When a Breach Report initially submitted is incomplete or incorrect due to unavailable information, or when significant developments require an update, the Business Associate shall submit a revised form or forms, stating the updated status and previous report date(s) and showing any revisions or additions in red text. Examples of updated information the Business Associate shall report include, but are not limited to: confirmation on the exact data elements involved, the root cause of the incident, and any mitigation actions to include, sanctions, training, incident containment, follow-up, etc. The Business Associate shall submit these report updates promptly after the new information becomes available. Prompt reporting of updates is required to allow the Covered Entity to make timely final determinations on any subsequent notifications or reports. The Business Associate shall provide updates to the same parties as required for the initial Breach Report. The Business Associate is responsible for reporting all information needed by the Covered Entity to make timely and accurate determinations on reports to HHS as required by the HHS Breach Rule and reports to the Defense Privacy and Civil Liberties Office as required by DoD Privacy Act Issuances. In the event the Business Associate is uncertain on how to apply the above requirements, the Business Associate shall consult with the Covered Entity (or the Service-Level Privacy Office, which will consult with the DHA Privacy Office as appropriate) when determinations on applying the above requirements are needed. (c) Individual Notification Provisions If the DHA Privacy Office determines that individual notification is required, the Business Associate shall provide written notification to individuals affected by the breach as soon as possible, but no later than 10 working days after the breach is discovered and the identities of the individuals are ascertained. The 10 day period begins when the Business Associate is able to determine the identities (including addresses) of the individuals whose records were impacted. The Business Associate's proposed notification to be issued to the affected individuals shall be submitted to the parties to which reports are submitted under paragraph V (a) for their review, and for approval by the DHA Privacy Office. Upon request, the Business Associate shall provide the DHA Privacy Office with the final text of the notification letter sent to the affected individuals. If different groups of affected individuals receive different notification letters, then the Business Associate shall provide the text of the letter for each group. (PII shall not be included with the text of the letter(s) provided.) Copies of further correspondence with affected individuals need not be provided unless requested by the Privacy Office. The Business Associate's notification to the individuals, at a minimum, shall include the following: -The individual(s) must be advised of what specific data was involved. It is insufficient to simply state that PII has been lost. Where names, Social Security Numbers (SSNs) or truncated SSNs, and Dates of Birth (DOBs) are involved, it is critical to advise the individual that these data elements potentially have been breached. -The individual(s) must be informed of the facts and circumstances surrounding the breach. The description should be sufficiently detailed so that the individual clearly understands how the breach occurred. -The individual(s) must be informed of what protective actions the Business Associate is taking or the individual can take to mitigate against potential future harm. The notice must refer the individual to the current Federal Trade Commission (FTC) web site pages on identity theft and the FTC's Identity Theft Hotline, toll-free: 1-877-ID-THEFT (438-4338); TTY: 1-866-653-4261. -The individual(s) must also be informed of any mitigation support services (e.g., one year of free credit monitoring, identification of fraud expense coverage for affected individuals, provision of credit freezes, etc.) that the Business Associate may offer affected individuals, the process to follow to obtain those services and the period of time the services will be made available, and contact information (including a phone number, either direct or toll-free, e-mail address and postal address) for obtaining more information. Business Associates shall ensure any envelope containing written notifications to affected individuals are clearly labeled to alert the recipient to the importance of its contents, e.g., "Data Breach Information Enclosed," and that the envelope is marked with the identity of the Business Associate and/or subcontractor organization that suffered the breach. The letter must also include contact information for a designated POC to include, phone number, email address, and postal address. If the Business Associate determines that it cannot readily identify, or will be unable to reach, some affected individuals within the 10 day period after discovering the breach, the Business Associate shall so indicate in the initial or updated Breach Report. Within the 10 day period, the Business Associate shall provide the approved notification to those individuals who can be reached. Other individuals must be notified within 10 days after their identities and addresses are ascertained. The Business Associate shall consult with the DHA Privacy Office, which will determine which media notice is most likely to reach the population not otherwise identified or reached. The Business Associate shall issue a generalized media notice(s) to that population in accordance with Privacy Office approval. The Business Associate shall, at no cost to the government, bear any costs associated with a breach of PII/PHI that the Business Associate has caused or is otherwise responsible for addressing. Breaches are not to be confused with security incidents (often referred to as cyber security incidents when electronic information is involved), which may or may not involve a breach of PII/PHI. In the event of a security incident not involving a PII/PHI breach, the Business Associate shall follow applicable DoD Information Assurance requirements under its Agreement. If at any point the Business Associate finds that a cyber security incident involves a PII/PHI breach (suspected or confirmed), the Business Associate shall immediately initiate the breach response procedures set forth here. The Business Associate shall also continue to follow any required cyber security incident response procedures to the extent needed to address security issues, as determined by DoD/DHA. VI. Termination (a) Termination. Noncompliance by the Business Associate (or any of its staff, agents, or subcontractors) with any requirement in this BAA may subject the Business Associate to termination under any applicable default or other termination provision of the Agreement. (b) Effect of Termination. (1) If the Agreement has records management requirements, the Business Associate shall handle such records in accordance with the records management requirements. If theAgreement does not have records management requirements, the records should be handled in accordance with paragraphs (2) and (3) below. If the Agreement has provisions for transfer of records and PII/PHI to a successor Business Associate, or if DHA gives directions for such transfer, the Business Associate shall handle such records and information in accordance with such Agreement provisions or DHA direction. (2) If the Agreement does not have records management requirements, except as provided in the following paragraph (3), upon termination of the Agreement, for any reason, the Business Associate shall return or destroy all PHI received from the Covered Entity, or created or received by the Business Associate on behalf of the Covered Entity that the Business Associate still maintains in any form. This provision shall apply to PHI that is in the possession of subcontractors or agents of the Business Associate. The Business Associate shall retain no copies of the PHI. (3) If the Agreement does not have records management provisions and the Business Associate determines that returning or destroying the PHI is infeasible, the Business Associate shall provide to the Covered Entity notification of the conditions that make return or destruction infeasible. Upon mutual agreement of the Covered Entity and the Business Associate that return or destruction of PHI is infeasible, the Business Associate shall extend the protections of the Agreement to such PHI and limit further uses and disclosures of such PHI to those purposes that make the return or destruction infeasible, for so long as the Business Associate maintains such PHI. VII. Miscellaneous (a) Survival. The obligations of Business Associate under the "Effect of Termination" provision of this BAA shall survive the termination of the Agreement. (b) Interpretation. Any ambiguity in the Agreement shall be resolved in favor of a meaning that permits the Covered Entity and the Business Associate to comply with the HIPAA Rules and the DoD HIPAA Rules. (End of HCAA Local Clause 5001) END OF ADDENDUM TO 52.212-4 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ____ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) PROVISIONS INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items APR 2014 PROVISIONS INCORPORATED BY FULL TEXT ADDENDUM TO 52.212-1 (a) Replace paragraph (a) with the following: Past performance is not an appropriate evaluation factor for the acquisition. 1. Technical acceptability: If providing an "equal" item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your product/service meets the salient characteristics of the items as specified in the solicitation (before each set of CLINs) by submitting product literature or other documentation that specifically shows how the proposed item meets each one of the salient characteristics. 2. Price. Provide a unit price and extended amount for all CLINs. NOTE: Each CLIN contains a quantity (e.g., CLIN 0001AA requests 155 each at 5 pack/250 slides). If proposing another item, document how the proposed item contains the same quantity (e.g., 155 each at 5 pack/250 slides). 3. Subcontracting Plan: Prior to the issuance of a Contract resulting from this solicitation, at the Contracting Officer's request, an Offeror shall submit one of the following: a) A Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 252.219-7004; b) Documentation that they are participating in the DoD Subcontracting Test Program in accordance with DFARS 252.209-7004 c) Sufficient evidence that subcontracting opportunities do not exist (to include any efforts made to subcontract at least some of the work). Failure to do so within the time specified by the Contracting Officer may render the quote ineligible for issuance of a Contract 4. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. 5. Vendors are requested to submit a quote for their technical capabilities, the supplies listed herein (see line items), their completed provisions/representations and certifications (unless completed in SAM) by the response due date and time. Vendors must be registered in the System for Awards Management (SAM) to be eligible for award. The SAM website is https://www.sam.gov/portal/public/SAM/. Quotes are due by 22 September 2014 at 12:00 PM, Eastern Standard Time. Quotes shall be submitted to Valerie.J.DeVeaux.civ@mail.mil. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, the locations where full text can be found are: <http://farsite.hill.af.mil/> 52.204-5 Women-Owned Business Other Than Small Business MAY 1999 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to DEC 2012 Iran-Certification 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985) (a) The offeror certifies that -- (1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to -- (i) Those prices; (ii) The intention to submit an offer; or (iii) The methods or factors used to calculate the prices offered. (2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory - (1) Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision; or (2) (i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision ____________________ [insert full name of person(s) in the offeror's organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror's organization]; (ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) of this provision have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision. (c) If the offeror deletes or modifies subparagraph (a)(2) of this provision, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure. (End of Provision) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (end of provision) 52.215-20 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA - ALTERNATE IV (OCT 2010) (a) Submission of certified cost or pricing data is not required. (b) Provide data described below: Submission of other than certified cost or pricing data may be required at the discretion of the Contracting Officer. (End of provision) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a firm-fixed-price contract resulting from this solicitation. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 38 months. (End of clause) 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 Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Ms. Valerie DeVeaux, 39706 40th Street, Fort Gordon, GA 30905 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): <http://farsite.hill.af.mil/> (End of provision) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DFARS Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (a) Definition. Covered DoD official is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. (End of provision) 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (a) Line items are the basic structural elements in a solicitation or contract that provide for the organization of contract requirements to facilitate pricing, delivery, inspection, acceptance and payment. Line items are organized into contract line items, subline items, and exhibit line items. Separate line items should be established to account for separate pricing, identification (see section 211.274 of the Defense Federal Acquisition Regulation Supplement), deliveries or funding. The Government recognizes that the line item structure in this solicitation may not conform to every offeror's practices. Failure to correct these issues can result in difficulties in accounting for deliveries and processing payments. Therefore, offerors are invited to propose an alternative line item structure for items on which bids, proposals, or proposals are requested in this solicitation to ensure that the resulting contract structure is economically and administratively advantageous to the Government and the Contractor. (b) If an alternative line item structure is proposed, the structure must be consistent with subpart 204.71 of the Defense Federal Acquisition Regulation Supplement and PGI 204.71. A sample solicitation line-item structure and a corresponding offer of a proposed alternative line-item structure follow. Solicitation: ---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit price Amount ---------------------------------------------------------------------------------------------------------------- 0001............................ Computer, Desktop with 20 EA....................... CPU, Monitor, Keyboard and Mouse. ---------------------------------------------------------------------------------------------------------------- Alternative line-item structure offer where monitors are shipped separately: ---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit Price Amount ---------------------------------------------------------------------------------------------------------------- 0001............................ Computer, Desktop with 20 EA....................... CPU, Keyboard and Mouse. 0002............................ Monitor................. 20 EA....................... ---------------------------------------------------------------------------------------------------------------- (End of provision) 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009) (a) "Definitions." As used in this provision -- (a) "Government of a terrorist country" includes the state and the government of a terrorist country, as well as any political subdivision, agency, or instrumentality thereof. (2) "Terrorist country" means a country determined by the Secretary of State, under section 6(j)(1)(A) of the Export Administration Act of 1979 (50 U.S.C. App. 2405(j)(i)(A)), to be a country the government of which has repeatedly provided support for such acts of international terrorism. As of the date of this provision, terrorist countries subject to this provision include: Cuba, Iran, Sudan, and Syria. (3) "Significant interest" means - (i) Ownership of or beneficial interest in 5 percent or more of the firm's or subsidiary's securities. Beneficial interest includes holding 5 percent or more of any class of the firm's securities in "nominee shares," "street names," or some other method of holding securities that does not disclose the beneficial owner; (ii) Holding a management position in the firm, such as a director or officer; (iii) Ability to control or influence the election, appointment, or tenure of directors or officers in the firm; (iv) Ownership of 10 percent or more of the assets of a firm such as equipment, buildings, real estate, or other tangible assets of the firm; or (v) Holding 50 percent or more of the indebtedness of a firm. (b) "Prohibition on award." In accordance with 10 U.S.C. 2327, no contract may be awarded to a firm or a subsidiary of a firm if the government of a terrorist country has a significant interest in the firm or subsidiary or, in the case of a subsidiary, the firm that owns the subsidiary, unless a waiver is granted by the Secretary of Defense. (c) "Disclosure." If the government of a terrorist country has a significant interest in the Offeror or a subsidiary of the Offeror, the Offeror shall disclosure such interest in an attachment to its offer. If the Offeror is a subsidiary, it shall also disclose any significant interest the government of a terrorist country has in any firm that owns or controls the subsidiary. The disclosure shall include -- (1) Identification of each government holding a significant interest; and (2) A description of the significant interest held by each government. (End of provision) 252.215-7008 ONLY ONE OFFER (OCT 2013) (a) After initial submission of offers, the Offeror agrees to submit any subsequently requested additional cost or pricing data if the Contracting Officer notifies the offeror that- (1) Only one offer was received; and (2) Additional cost or pricing data is required in order to determine whether the price is fair and reasonable or to comply with the statutory requirement for certified cost or pricing data (10 U.S.C. 2306a and FAR 15.403-3). (b) Requirement for submission of additional cost or pricing data. Except as provided in paragraph (c) of this provision, the Offeror shall submit additional cost or pricing data as follows: (1) If the Contracting Officer notifies the Offeror that additional cost or pricing data are required in accordance with paragraph (a) of this clause, the data shall be certified unless an exception applies (FAR 15.403-1(b)). (2) Exceptions from certified cost or pricing data. In lieu of submitting certified cost or pricing data, the Offeror may submit a written request for exception by submitting the information described in the following paragraphs. The Contracting Officer may require additional supporting information, but only to the extent necessary to determine whether an exception should be granted, and whether the price is fair and reasonable. (i) Identification of the law or regulation establishing the price offered. If the price is controlled under law by periodic rulings, reviews, or similar actions of a governmental body, attach a copy of the controlling document, unless it was previously submitted to the contracting office. (ii) Commercial item exception. For a commercial item exception, the Offeror shall submit, at a minimum, information on prices at which the same item or/ similar items have previously been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. Such information may include- (A) For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities; (B) For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market; or (C) For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item. (3) The Offeror grants the Contracting Officer or an authorized representative the right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify any request for an exception under this provision, and the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the Offeror's determination of the prices to be offered in the catalog or marketplace. (4) Requirements for certified cost or pricing data. If the Offeror is not granted an exception from the requirement to submit certified cost or pricing data, the following applies: (i) The Offeror shall prepare and submit certified cost or pricing data and supporting attachments in accordance with the instructions contained in Table 15-2 of FAR 15.408, which is incorporated by reference with the same force and effect as though it were inserted here in full text. The instructions in Table 15-2 are incorporated as a mandatory format to be used, unless the Contracting Officer and the Offeror agree to a different format. (ii) As soon as practicable after agreement on price, but before contract award (except for unpriced actions such as letter contracts), the offeror shall submit a Certificate of Current Cost or Pricing Data, as prescribed by FAR 15.406-2. (c) If the Offeror is the Canadian Commercial Corporation, certified cost or pricing data are not required. If the Contracting Officer notifies the Canadian Commercial Corporation that additional data other than certified cost or pricing data are required in accordance with 225.870-4(c), the Canadian Commercial Corporation shall obtain and provide the following: (1) Profit rate or fee (as applicable). (2) Analysis provided by Public Works and Government Services Canada to the Canadian Commercial Corporation to determine a fair and reasonable price (comparable to the analysis required at FAR 15.404-1). (3) Data other than certified cost or pricing data necessary to permit a determination by the U.S. Contracting Officer that the proposed price is fair and reasonable [U.S. Contracting Officer to provide description of the data required in accordance with FAR 15.403-3(a)(1) with the notification]. (4) As specified in FAR 15.403-3(a)(4), an offeror who does not comply with a requirement to submit data that the U.S. Contracting Officer has deemed necessary to determine price reasonableness or cost realism is ineligible for award unless the head of the contracting activity determines that it is in the best interest of the Government to make the award to that offeror. (d) If negotiations are conducted, the negotiated price should not exceed the offered price. (End of provision) 252.225-7020 TRADE AGREEMENTS CERTIFICATE (JAN 2005) (a) Definitions. Designated country end product, non-designated country end product, qualifying country this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will consider only offers of end products that are U.S.-made, qualifying country, or designated country end products unless-- (i) There are no offers of such end products; (ii) The offers of such end products are insufficient to fulfill the Government's requirements; or (iii) A national interest waiver has been granted. (c) Certification and identification of country of origin. (1) For all line items subject to the Trade Agreements clause of this solicitation, the offeror certifies that each end product to be delivered under this contract, except those listed in paragraph (c)(2) of this provision, is a U.S.-made, qualifying country, or designated country end product. (2) The following supplies are other non-designated country end products: (Line Item Number) (Country of Origin) (End of provision) 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it- _____ Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. _____ Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (Endof provision) END OF ADDENDUM 52.212-1 52.212-2 Evaluation - Commercial Items JAN 1999 ADDENDUM TO 52.212-2 Paragraph (a) is hereby replaced with the following: The Government will issue an order resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. 1. The following adjectival ratings will be used in evaluating the offeror's written technical proposal: Acceptable - To receive this rating, the offeror's products shall meet all of the salient characteristics set forth in the solicitation (see pages 2 and 5 of this solicitation). The offeror must demonstrate exactly how its proposed product/system meets each of the characteristics listed. Unacceptable - An unacceptable rating will be assessed on any offeror that presents items that demonstrates any of the following: a) Each salient must be technically acceptable in order to receive an overall acceptable rating. Failure to meet the salient characteristics as set forth will make the proposal unacceptable. b) Failure to provide sufficient detail for the Government to determine whether the items satisfactorily meet the requirements of this solicitation. 2. Subcontracting Plan. If requested, the item submitted in response to Addendum to FAR 52.212-1, paragraph 3 (Subcontracting Plan) will be evaluated for acceptability, in accordance with either the appropriate clause(s) or for sufficient demonstration that no subcontracting opportunities exist prior to award. A plan is not required to be submitted with quotes, but may be requested for approval by the Contracting Officer prior to award. The targets for the requested plan are as follows: SB (44.68%), SDB (30%), WOSB (11.55%), SDVOSB (3.82%), VOSB (3.68%), and HUB (7.35%). 3. Price: Prices will be reviewed and must be determined to be fair and reasonable. Option year pricing will be evaluated along with overall contract value during initial contract award phase. END OF ADDENDUM TO 52.212-2 WAWF Electronic Submission of Payment Request Contractor shall submit payment request using the following method as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. _x__ Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (see instructions below) ___ Web Invoicing System (WInS) ___ American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats ___ Other (please specify)____________________________________ DFAS POC and Phone:_DFAS Rome Phone#: (315) 330-6926, FAX#: (315)330-6964_____ WAWF-RA is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF- RA Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS)[fill in DFAS location here](Block 18a of your purchase order/contract) at [fill in DFAS vendor pay phone number here] or faxed to [fill in DFAS vendor pay fax phone number here]. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF-RA documents. TYPE OF DOCUMENT [X the appropriate block] ___ Commercial Item Financing ___ Construction Invoice (Contractor Only) ___ Invoice (Contractor Only) X Invoice and Receiving Report (COMBO) ___ Invoice as 2-in-1 (Services Only) ___ Performance Based Payment (Government Only) ___ Progress Payment (Government Only) ___ Cost Voucher (Government Only) ___ Receiving Report (Government Only) ___ Receiving Report With UID Data (Government Only) ___ Summary Cost Voucher (Government Only) CAGE CODE: [Enter Contractor Cage Code here] _ ISSUE BY DODAAC: W81K00 ADMIN BY DODAAC: W81K00 INSPECT BY DODAAC: W33XWA ACCEPT BY DODAAC: W33XWA SHIP TO DODAAC: W33XWA LOCAL PROCESSING OFFICE DODDAC: [Enter LPO DODAAC here if applicable] PAYMENT OFFICE FISCAL STATION CODE: HQ0490 EMAIL POINTS OF CONTACT LISTING: (Use Group e-mail accounts if applicable) INSPECTOR: [Enter Inspector's email address here] ACCEPTOR: [Enter Acceptor's email address here] __ RECEIVING OFFICE POC: [Enter receiving office POC email address here] CONTRACT ADMINISTRATOR: Valerie.J.DeVeaux.Civ@mail.mil CONTRACTING OFFICER: Carolyn.F.Lovett.Civ@mail.mil ADDITIONAL CONTACT: [Enter email address(es) here] For more information contact [Enter Contract Specialist and/or Contracting Officers Name, email and phone here]. Valerie DeVeaux (End of clause) STATEMENT OF OBJECTIVES (SOO) 1. GENERAL. 1.1. The contractor shall provide USA MEDDAC Ft. Stewart, GA Department of Pathology with equipment, written procedures, calibrators, controls, performance verifiers, training, and reagents for daily operation on a cost per test basis for the period of 1 October 2014, or date of award, through 30 September 2015 and 2 option years through 30 September 2017. This equipment will be located at Winn Army Community Hospital Main Laboratory, Tuttle Army Health Clinic Laboratory, Hawks Troop Medical Clinic Laboratory, and North Troop Medical Dental Clinic Laboratory under the management of the Department of Pathology. Contract shall include installation, correlation/method comparison, and all troubleshooting and any other items required for the proper operation of its' contractor owned equipment. Funding will be allocated annually subject to the availability of funds. 1.2. PERSONNEL. N/A 1.3. PHYSICAL SECURITY. 1.3.1. Contractor personnel or any representative of the contractor entering Fort Stewart shall abide by all security regulations and shall be subject to security checks. 1.3.2. Contractor personnel shall report to Hospital Medical Maintenance, Building 302, to obtain a temporary vendor security badge PRIOR to commencing deliveries and or equipment installation. 1.4. QUALITY CONTROL. 1.4.1. The contractor shall be responsible to ensure that the quality of materials provided under this contract meet or exceed the statement of objectives. 1.5. HOURS OF OPERATION. 1.5.1. Normal Hours. Normal hours of operation are 7:30am to 4:30pm EST, Monday through Friday. 1.5.2. Recognized Holidays. Facility observes all federal holidays. Federal Holidays are as follows: 1 Jan New Year's Day 3rd Monday in Jan Martin Luther King Jr. Birthday 3rd Monday in February President's Day Last Monday in May Memorial Day 4th July Independence Day 1st Monday in Sep Labor Day 2nd Monday in Oct Columbus Day 11 Nov Veteran's Day 4th Thursday in Nov Thanksgiving Day 25 Dec Christmas Day 2. DEFINITIONS. 2.1. STANDARD DEFINITIONS. 2.1.1. Acceptable Quality Level (AQL). The AQL is the maximum percent defective that, for the purposes of sampling inspections, can be considered satisfactory or the acceptable level of performance before the Government will reject a service. 2.1.2. Contracting Officer (KO). A person duly appointed with the authority to enter into and administer contracts on behalf of the U.S. Government. 2.1.3. Customer Complaint. A means of documenting certain kinds of contract problems. A government program that is explained to every organization that receives supplies under this contract. 2.2. TECHNICAL DEFINITIONS. 2.2.1. Material Safety Data Sheets (MSDS). A document that contains information on the potential health effects of exposure to chemicals, other potentially dangerous substances, and on safe working measures when handling chemical or hazardous substances. 2.2.2. Troubleshooting. Those actions taken by the contractor to assist the government equipment operator in resolving any technical deficiencies with the equipment under the contract to maintain or restore the equipment to operational. 3. GOVERNMENT FURNISHED PROPERTY. N/A 4. CONTRACTOR FURNISHED ITEMS. 4.1. The contractor shall furnish all materials required to maintain contractor owned equipment. Any costs associated with travel, lodging or meals to maintain contractor owned equipment shall be at the cost of the contractor. 4.2. Contractor shall provide new or updated user manuals when changes are made at no additional cost. 4.3. Contractor shall furnish all applicable MSDS for reagents, equipment and supplies utilized under this contract at no additional cost. 4.4. Contractor shall deliver two complete Automated Immunodiagnostic Chemistry systems and three complete Automated General Chemistry systems including the following Components per System: Command Center Sample Management Center Reagent Management Center Barcode Sample Identification Unit Incubating Units Reading Unit Powerware/UPS On Board Computer with Printer Software Operator‘s Manual Maintenance Manual 5. SPECIFIC TASKS. 5.1. Contractor shall provide on-site technical support for installation of analyzers to bring the system to a fully operational status at the hospital and outlying clinics 5.2. Contractor shall ensure the analyzer does not require a water purification/ filtration system or modification of the facilities plumbing for a water supply. 5.3. The contractor shall ensure proper packaging of reagents, supplies, and equipment and that they are shipped at proper refrigerated or frozen temperatures according to manufacturer specifications. 5.4. Contractor shall ensure all shipments arrive Monday through Friday between the hours of 7:30am and 4:00pm EST; excluding holidays and weekends according to paragraph 1.6.2 above. 5.5. The contractor shall respond to phone calls regarding shipment discrepancies the same day of notification and discrepancy shall be corrected within 24 hours. 5.6. Contractor shall provide customer notification of updates on any reagents in writing within 5 business days and ensure continuity of services and availability of reagents during reagent revision when required. 5.7. Reagents must meet quality control guidelines set forth by manufacturer. 5.8. The contractor shall provide all software upgrades at no additional cost. 5.9. The contractor shall notify the laboratory if there is a recall on any reagents or equipment within 24 hours. 5.10. Contractor shall respond to equipment failure calls within two hours when an analyzer is not working or the morning of the next duty day if after 5:00pm Monday through Friday 5.11 Contractor shall arrive on site within 24 hours of call being placed or the morning of the next duty day if after 5:00pm Monday through Friday if telephonic troubleshooting is unsuccessful and correct deficiencies within 24 hours after arrival on-site. 5.12. The contractor shall provide 24 hour telephonic troubleshooting. 5.13. The system must all waste contained within the system and be able to be disposed of daily 5.15. The system must have positive patient identification via on-board barcode scanner. 5.16. The system must have on-board dilution. Specifically, auto dilution, auto repeat, and auto reflex capability. 5.17. The system must be able to determine hemolysis, icterus, and turbidity levels without additional patient sample, reagents, consumables, and no affect on throughput. It must flag only assays affected by the interferent. It must send flags and level to the LIS or data management system. 5.18. The equipment must be capable of performing all of the following test: Automated Immunodiagnostic Chemistry System- Sodium, Chloride, Potassium, Glucose, BUN, Creatinine, ALK Phos, Calcium, Total Protein, Phosphorus, Total Bilirubin, Direct Bilirubin, Neonatal Bilirubin, LDH, AST, ALT, Cholesterol, CO2, Albumin, CK, Triglycerides, Lipase, Amylase and Direct HDL, Uric Acid, Magnesium, GGT, Iron, Lactate, Direct LDL, Ammonia, CRP, Acetaminophen, Carbamazapine, Digoxin, Gentamicin, Lithium, Phenobarbital, Phenytoin, Salicylate, Theophylline, Valproic Acid, Vancomycin, Alcohol, NT-Pro BNP, Troponin I, Estradiol, B-HCG, PSA, Free T3, Total T3, Total T4, TSH, iPTH, Automated General Chemistry System-Sodium, Chloride, Potassium, Glucose, BUN, Creatinine, ALK, Phos, Calcium, Total Protein, Phosphorus, Total Bilirubin, Direct Bilirubin, Neonatal Bilirubin, LDH, AST, ALT, Cholesterol, CO2, Albumin, CK, Triglycerides, Lipase, Amylase and Direct HDL, Uric 6.0. Termination. 6.1. Termination. A breach by the Contractor of this clause, may subject the Contractor to termination under any applicable default or termination provision of this Contract. 7. PAYMENTS. 7.1. Contractor shall create a combo invoice document using the government's Wide Area Work Flow (WAWF) electronic internet based System. WAWF is required. The website is https:// wawf.eb.mil. Contractor shall invoice in accordance with DFARS 252.232-7003. 7.2. Contractor shall re-use the same invoice number listed on the original invoice with a letter behind the original invoice number when resubmitting an invoice. A new invoice number will not be generated for a previous shipment. 7.3. Contractor shall submit invoices in WAWF within 7-10 days of shipping date but no later than 30 days of shipping date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W81K0014R4424/listing.html)
 
Place of Performance
Address: Winn Army Community Hospital, 1061 Harmon Ave, Fort Stewart, Georgia, 31314, United States
Zip Code: 31314
 
Record
SN03492255-W 20140904/140902235904-ffb5c0dc9f55cfc164724594a571f0ec (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.