Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2015 FBO #5094
SOLICITATION NOTICE

J -- Maintenance Services, Training and Support as it Relates to Notocord Telemetry Acquisition System.

Notice Date
11/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH15T0440
 
Archive Date
11/17/2016
 
Point of Contact
Sharon R. Smith, Phone: 3016191352
 
E-Mail Address
sharon.r.smith.civ@mail.mil
(sharon.r.smith.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION 1. Issue Date: 11/02/2015 Close Date: 12/2/2015 10:00 AM 2. Requiring Activity: US Army Medical Research Acquisition Activity (USAMRAA) for the US Army Medical Research Institute of Infectious Disease (USAMRIID), Fort Detrick, MD 21702. 3. Description of Requirement: USAMRIID has a requirement for Maintenance Services, Training and Support as it Relates to Notocord Telemetry Acquisition System. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 4. Solicitation Number: W81XWH-15-T-0440 This combined synopsis/solicitation is issued as a request for quotations (RFQ) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81, April 10, 2015. This is an unrestricted procurement. The relevant NAICS code is 811219 with a small business size standard of $20.5M. Contract shall be Firm Fixed-Price. 5. Schedule: CLIN DESCRIPTION QTY U/I UNIT PRICE BASE YEAR 0001 Maintenance on Equipment 1 Yr ___________ 0002 Contractor Manpower Reporting 1 Yr ___________ OPTION YEAR: ONE 1001 Maintenance on Equipment 1 Yr ___________ 1002 Contractor Manpower Reporting 1 Yr ___________ OPTION YEAR: TWO 2001 Maintenance on Equipment 1 Yr ___________ 2002 Contractor Manpower Reporting 1 Yr ___________ OPTION YEAR: THREE 3001 Maintenance on Equipment 1 Yr ___________ 3002 Contractor Manpower Reporting 1 Yr ___________ OPTION YEAR: FOUR 4001 Maintenance on Equipment 1 Yr ___________ 4002 Contractor Manpower Reporting 1 Yr ___________   6. Performance Work Statement: PERFORMANCE WORK STATEMENT (PWS) CONTRACT FOR SERVICES: SOFTWARE UPGRADES/INSTALLATION, MAINTENANCE SERVICES, TRAINING AND SUPPORT AS IT RELATES TO THE NOTOCORD TELEMETRY ACQUISITION SYSTEM 1.0 PURCHASE, SERVICES, PERFORMANCE WORK STATEMENT (PWS), AND SCOPE 1.1 This contract shall provide for services rendered to Employees of the Bacteriology and Virology Divisions in the way of hardware/software installation and programming, maintenance services, training and support on critical Telemetry Acquisition Systems at the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). 1.2 The Contractor shall comply with Federal, State and Local laws, and regulations and standards applicable to the performance of this contract such as, but no limited to: Code of Federal Regulation (CFR), National Fire Protection Association Standards (NFPA), Underwriter's Laboratories Standards for Safety (UL), Occupational and Safety Health Act (OSHA), including Lockout/Tag-out, American Society of Mechanical Engineers (ASME), the Food and Drug Administration (FDA), and Canadian Standards Association (CSA). The Contractor shall provide Material Safety Data Sheets (MSDS) to the Contracting Officer's Representative (COR) for all chemicals, lubricants, fluids, solutions or materials contemplated for use in the performance of the contract as outlined in Title 29 CFR (Code of Federal Regulation) 1910 (General Industry Standards) and Title 40 CFR, Protection of Environment. All materials shall be approved by the authorized Government Representative prior to introducing the material into USAMRIID. a. If a conflict in regulations occurs, the most stringent regulation shall apply. b. Smoking is prohibited in any area of USAMRIID. c. Eating and drinking is permitted only in designated areas upon approval of the Contracting Officer's Representative (COR). 1.3 The Contractor shall not accept any instruction issued by any person other than the Government Contracting Officer (KO), or the Contracting Officer's Representative (COR) as long as it does not alter, change, or affect the legal terms of the contract. 1.4 The Contractor shall provide all the necessary trained and experienced personnel to provide hardware/software installation and programming, maintenance services, training and support to the ITS Telemetry Acquisition Systems currently used at USAMRIID. 1.5 The period of performance for this project will be 1 year with 4 (1) year options. 1.6 The Contractor shall have the ability and resources for telephonic, facsimile, and e-mail communications with the Government to transact business and discuss matters relating to the performance of this contract. 1.7 Software listed in this contract will be serviced and maintained to meet or exceed the original equipment manufacturers (OEM's) published specifications. 1.8 Acronyms and Definitions used in the text of this PWS are at Technical Exhibit 2 (TE-2). 1.9 Publications and Documents required for the completion of this contract are listed in Technical Exhibit 3 (TE-3) 1.10 The Contractor may be required to maintain or establish a quality management system to ensure that the quality of the services, material provided, and documentation meet or exceed the specifications, terms, and conditions of this contract. At the discretion of the Government, an inspection of the contractor maintained quality management system may be conducted by the COR or KO. Upon request of the Contracting Officer's Representative (COR), the Contractor shall participate in the quality assurance inspections. Further, the Contractor's quality management system may be required to meet the requirements of the International Organization for Standardization (ISO) 09001/9002 or ISO/IEC 17025, Good Laboratory Practices (GLP), and Good Manufacturing Practices (GMP). 2.0 GOVERNMENT RESPONSIBILITY, PROPERTY, MATERIALS, AND SERVICES 2.1 Government property and materials made available to the Contractor under the terms of this contract shall be for used only to meet the performance requirements of this contract. 2.2 Subject to security regulations, the Government will make available to the Contractor the equipment scheduled for servicing at such time and duration as required by the Contractor when coordinated with the COR or authorized Government POC's. 2.3 The Government, at its election, may furnish consumable or expendable supplies consumed during a normal procedural sequence when necessary for the completion of the required maintenance services. Consumable or expendable supplies will only be provided for work accomplished at the Government site. The Contractor must identify any and all other materials that are considered consumable or expendable and the Government must agree to provide said consumable and/or expendable supplies. 2.4 The Government will provide the Contractor with all Government required forms and make available all Government publications referenced in this Performance Work Statement (PWS) when not normally available to the public or the Contractor. Final determination of availability rests with the Government. 2.5 The Government will operate the system in accordance with the instruction manual provided by the Original Equipment Manufacturer (OEM). 2.6 The Government will not be responsible for damage or loss of the Contractor's materials or personal belongings, brought onto Government property, due to fire, theft, accident, or other disaster. 3.0 GOVERNMENT POINTS OF CONTACT (POC'S) 3.1 The Government KO will identify the Government's POC's and their responsibilities. The Government COR(s) will be designated, in writing, to the Contractor and their scope of authority will be set forth therein. 3.2 Normal business hours for USAMRIID operations are from 0800 thru 1600, Monday through Friday, Federal Holidays excluded. 4.0 CONTRACTOR POINTS OF CONTACT (POC'S) 4.1 The name and telephone number of the Contractor's POCs will be provided to the Government no later than the post orientation conference. 4.2 The Contractor shall provide, in writing, the name and telephone number, facsimile and email of a primary and alternate individual to act as their representative for the scheduling and coordination of service calls, and to be responsible for the coordination of the contract with the Government. The Contracting Officer (KO) and Contracting Officer's Representative (COR) shall immediately be notified in writing whenever changes are made. 5.0 CONTRACTOR PERSONNEL 5.1 All Contractor Personnel dealing directly with Government personnel shall be able to communicate in English, both verbally, and in writing. 5.2 USAMRIID is a Restricted Area. All maintenance services, performed on-site at USAMRIID facilities, shall be accomplished by Field Service Engineers who are United States Citizens and/or have met security requirements. Unescorted access to the facility will require the Contractor to have undergone a satisfactory National Agency Check (NAC) investigation. The Contractor shall submit an SF85P to the USAMRIID Personnel Security Officer and verification of U.S. citizenship is required at that time. Additionally, access to areas containing select agents in which equipment covered in this PWS is located, will require the Contractor to upgrade their NAC investigation to a National Agency Check with Law and Credit Coverage (NACLAC) by submitting an SF86. Also, the contractor must submit a FD961 (security risk assessment form). Unescorted access will not be granted until approved by the Center for Disease Control (CDC). Until final approval is given for access, the Contractor shall be escorted into areas containing select agents. 5.3 The Contractor shall ensure that FSE's and repair technicians are technically qualified and competent in the servicing of the equipment listed in TE-1. 5.4 Preventive maintenance and remedial repair scheduling shall be coordinated with the Medical Maintenance Branch and Suite Supervisor(s) (if equipment is located in containment), or the equipment operators with the approval of the Suite Supervisor. Coordination with equipment operators or Suite Supervisor(s) in containment suites may vary depending on who has authority to make arrangements in compliance with security and biosurety regulations. The names, phones numbers, and contact information for the Suite Supervisors and/or operators will be provided as needed. 5.5 The Contractor's FSE shall park in the appropriately designated parking areas as determined by the COR. The Government will not invalidate or make reimbursement for parking violations of the Contractor under any condition. 6.0 CONTRACTOR FURNISHED PROPERTY AND MATERIAL 6.1 Only the material referenced in paragraph 2, above will be furnished by the Government. All other material required in the performance of this contract shall be furnished by the Contractor. 6.2 The Contractor shall provide all service literature, reference publications, and diagnostic software to be used by contractor service technicians as required for the completion of the services in accordance with this PWS. 6.3 Parts, hardware, firmware, and software changes, substitutions and/or modifications that are not supported or authorized by the OEM are not permitted. 6.4 The Contractor shall provide the COR or POC with a service report upon completion of all maintenance services. The service report shall include, but not be limited to: The Contract Number (PO), a detailed description of the service(s) performed, replacement part information (if needed), the completion date and time, labor hours expended, and the name of the technician performing the service. Evidence of proper equipment performance such as calibration data, standardization data, charts, graphs, a service checklist etc., is also required upon completion of the service. 6.5 The Contractor shall provide all supporting documentation not provided with the service report within three (3) work days of the service completion date. 7.0 CONTRACTOR RESPONSIBILITY 7.1 The Contractor shall provide to the software installation and programming, upgrades, maintenance services, training, support and documentation on all Notocord telemetry data acquisition systems at USAMRIID: a. The telemetry data acquisition systems may require software installation, upgrades, programming and conversion. This applies to major and minor software versions released during the maintenance year. b. Critical bugs corrections upon request (defined as recurrent issues generated exclusively by the code developed by Contractor, leading to data loss or corruption, inability to acquire data or visually access all or part of the data, inability to display data via Microsoft Excel) c. Technical support services may be required for the upkeep of telemetry data acquisition systems to ensure the integrity of accurate data collection during critical research studies using non-human primates. This includes, but not limited to: 7.1.c.1 Priority hot line for urgent issues 7.1.c.2 Problem diagnosis and software error identification 7.1.c.3 Data analysis optimization 7.1.c.4 Assistance with product installation and upgrade 7.1.c.5 Assistance with software utilization 7.1.c.6 Assistance in setting up and improving configurations for data acquisition and analysis 7.1.c.7 Assistance in optimizing simple Microsoft Excel extraction models 7.1.c.8 Guidance on hardware utilization and optimization 7.1.c.9 Information on new software releases d. The newly installed NOTOCORD-hem Evolution software for the ITS, DSI, and TSE Telemetry Acquisition Systems will include training and consultation services with GLP documentation. Experienced Technicians will document training for the USAMRIID personnel in how to set up and work with the NOTOCORD-hem evolution software and hardware on the ITS, DSI and TSE Telemetry Acquisition Systems, which acquires, analyzes and stores physiological data for the proper collection to be compiled for animal research projects supported by Defense Threat Reduction Agency (DTRA). 7.2 Contractor shall provide refresher training courses to Government personnel on a yearly basis or when COR deems appropriate to maintain the required technical expertise among the Telemetry users at USAMRIID. 7.3 The Contractor shall be responsible for all items of Government equipment throughout the period of performance. The Contractor shall be responsible for any damage to Government owned equipment and property and shall replace or repair any property damaged due to a fault of the Contractor or his/her representatives. All such replacement or repair shall be at the Contractor's expense when approved by the KO. 7.4 The Contractor shall, at a minimum, perform all scheduled services and conduct functional tests as prescribed by the OEM using a detailed services checklist. The completed checklist will be provided to the Government with the contractor's service report. 7.5 Reports shall be provided to the COR by the Contractor during the initial submission, and then by quarterly status reports with both electronic and hard copies. These reports will include, but not be limited to: documentation for system hardware and software installation and programming, annual maintenance schedules, inspection, calibration, and revalidation of all ITS Telemetry Acquisition Systems at USAMRIID. 7.6 The Contractor shall not be penalized financially or otherwise for delays caused by the Government. 7.7 The Contractor shall provide to the COR, for each billing period, their invoice for payment. The invoice may be used by the Government to aid in verifying the Contractor's performance. Contractor shall request payment and invoice via Wide Area Work Flow (WAWF) per the following schedule: IN ARREARS   TECHNICAL EXHIBIT - 1 (TE-1) LISTING OF SPECIFIC SERVICES COVERED BY THIS CONTRACT INCLUSIONS: The Contractor shall provide repair or replacement of all software components including modules, to assure satisfactory operating performance of the Telemetry Acquisition System. EXCLUSIONS: The following conditions are excluded from service under this contract: repair of damaged or malfunction of listed equipment resulting from abuse, accident, operator error, failure of other equipment or equipment operation in excess of design or environmental specifications; and repair due to neglect or failure to perform operator level maintenance as outlined in the instruction manual. TECHNICAL EXHIBIT - 2 (TE-2) ACRONYMS ASME: American Society of Mechanical Engineers BMBL: Biosafety in Microbiological and Biomedical Laboratories (BMBL, published by the US Department of Health and Human Services/CDC-NIH), CFR: Code of Federal Regulations COR: Contracting Officers Representative. CSA: Canadian Standards Association DTRA: Defense Threat Reduction Agency ECG/EKG: Electrocardiogram FDA: Food and Drug Administration FSE: Field Service Engineer. GIS: General Industry Standards GLP: Good Laboratory Practices GMP: Good Manufacturing Practices IND: Investigational New Drug ISO: International Organization for Standardization KO: Contracting Officer. KR: Contractor. MMCN: Material management Control Number. MSDS: Material Safety Data Sheet. NAC: National Agency Check. NACLAC: National Agency Check with Law and Credit Coverage. NFPA: National Fire Protection Association. NHP: Non-Human Primate NIST: National Institute of Standards and Technology. OEM: Original Equipment Manufacturer OSHA: Occupational Safety and Health Administration. POC: Point of Contact. SIP: Special Immunizations Program. SOW: Statement of Work. TMDE: Test Measurement and Diagnostic Equipment. TMTI: Transformational Medical Technologies Initiative UL: Underwriters Laboratories Inc. USAMRIID: United States Army Medical Research Institute of Infectious Diseases. WAWF: Wide Area Work Flow. DEFINITIONS CONTRACTING OFFICER (KO): A Government employee with the expressed authority to enter into, administer, and/or terminate contracts, and to make related determinations and findings. CONTRACTING OFFICERS REPRESENTATIVE (COR): A Government employee, appointed and delegated with certain duties and responsibilities in writing by the KO, normally to provide technical direction, clarification and guidance, and for monitoring and ensuring satisfactory performance of the contract. FIELD SERVICE ENGINEER (FSE): A person who is authorized by the contractor to perform maintenance services (corrective or preventive). These personnel must be fully qualified and at a minimum meet the following: 1.) Successfully completed a formalized training program, for the equipment identified in TE-1 2.) Have a minimum of two years of experience, servicing the types of equipment identified in this contract. POINT OF CONTACT (POC): A person who is authorized by the KO as their representative at the equipment work site who has the authority to request services and performance of the contractor against this contract. The COR has this authority as well. QUALITY CONTROL PLAN: The Contractor's written plan will ensure the performance of the services required by the contract are met or exceeded. At a minimum the Contractor's Quality Control Plan will include: 1. Method for acquiring acceptable replacement parts. 2. Method of ensuring a safe working environment at the Government site. 3. Suggested inspection intervals and checklists to be used by the contractors QA inspector. 4. Contractor's management and supervision process. SCHEDULED SERVICE: Those services routinely performed on a scheduled basis at set intervals. The categories of scheduled services are: maintenance, calibration, and revalidation. Scheduled services shall include, but are not limited to, the following when applicable: 1. Cleaning and lubricating the equipment. 2. Reviewing the operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications. 3. Calibrating the equipment. 4. Performing remedial maintenance. 5. Testing and replacing faulty and worn parts or parts which are likely to fail prior to the next service visit. 6. Measuring and adjusting and calibrating as necessary for optimal performance and quality. 7. Inspecting cables and electrical wiring for wear and fraying and replacing where indicated. 8. Inspecting, and replacing where indicated, all mechanical components including, but are not limited to: mounting hardware, support devices, cables, chains, belts, bearings and tracks, interlocks, clutches, motors, and keyboards. 9. Returning the equipment to the operating condition defined in the OEM's published specifications. 10. Providing documentation of services provided. TECHNICAL EXHIBIT - 3 (TE-3) PUBLICATIONS AND DOCUMENTS Documents applicable to this contract are listed below. The documents have been coded as advisory (A) or mandatory (M). The Contractor shall follow those coded as mandatory, but only to the extent specified in this specification when the document is referenced herein. Army publications will be available at the start of the contract. The Contractor will be notified of pertinent supplements or amendments to mandatory publications issued during the life of the contract. Supplements or amendments will be incorporated by a contract modification issued by the Contracting Officer. ARMY REGULATIONS: (A) AR 40 61 Medical Logistics Policies and Procedures ARMY PAMPHLET: (A) DA Pam 710 2 1 Using Unit Supply System Manual Procedures TECHNICAL BULLETINS: (A) TB 38 750 2 Maintenance Management Procedures for Medical Equipment FORMS: (M) DD Form 2163 Medical Equipment Calibration/Verification/Certification OTHER REGULATORY DOCUMENTS: (A) 21 CFR Codes of Federal Regulations, Title 21, Food and Drugs, Part 0800 to 1299 (Includes Regulations for the Administration and Enforcement of the Radiation Control for Health and Safety Act of 1968) USAMRIID REGULATORY GUIDANCE, SERVICES AND PROCEDURES: (M) The contractor shall comply with the current USAMRIID Regulation 385-69, BIOCONTAINMENT LABORATORY OPERATIONS and other regulations that may apply in the future. The Contractor shall immediately report to the Contracting Officer's Representative (COR) and the Medical Division, USAMRIID, Fort Detrick, Maryland, any illness or symptom of illness (fever > 100.4 degrees F)of any of his/her employees who have been or are being utilized in the performance of the services called for by this contract. The Contractor will encourage such employees to accept hospitalization and medical treatment at Government expense at Fort Detrick in the event a Fort Detrick physician determines that the employee may have a disease contacted as a result of the performance of this contract and that such treatment or hospitalization is advisable. It is agreed that any charge for subsistence of any such employee while an inpatient at the Fort Detrick Hospital shall be paid for by the individual patient or by the Contractor. It is further agreed that this privilege does not extend to continuing treatment unless granted by the Contracting Officer in accordance with the provisions of the contract. 8. ANTITERRORISM/ OPERATIONS SECURITY REVIEW The purpose of this section is to document the review of the requirements packet package requirements performance work statement (PWS), quality assurance surveillance plan and any applicable source selection evaluation criteria for antiterrorism (AT) and other related protection matters to include, but not limited to: AT, operational security (OPSEC), information assurance (IA), physical security, law enforcement, intelligence, foreign disclosure. The following language from the Antiterrorism/ Operations Security Review form applies: 1. AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within XX calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within XX calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil 2. Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 2b. For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 4. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within XX calendar days of contract award and within YY calendar days of new employees commencing performance with the results reported to the COR NLT XX calendar days after contract award. 9. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). The purpose of this section is to define performance evaluation procedures. The Surveillance Plan describes what the government will survey. The absence of any contract requirement from the QASP shall not detract from its enforceability nor limit the rights or remedies of the government under any other provision of this contract, including the clauses entitled, "Inspection of Services" and "Default." The government has the right to inspect all services required in the contract. 2.1.1. The Performance Requirement is set forth in Column #1. 2.1.2. The Performance Standard is set forth in Column #2. 2.1.3. The Acceptable Quality Level for each Requirement is set forth in Column #3. 2.1.4. The Surveillance Method and Frequency for each requirement is set forth in Column #4. 9.1. GOVERNMENT QUALITY ASSURANCE. Contractor performance will be compared to the Contract Performance Standards and the QASP. The government may use a variety of surveillance methods to evaluate the contractor's performance to determine if it meets the contract standards. The methods used on the contract are: 2.2.1. One Hundred Percent Inspection of the output items. 2.2.2. Periodic Inspection of the processes or output items. 2.2.3. Customer Complaints 2.2.4 Random Sampling 9.2. PERFORMANCE EVALUATION. Performance of a service will be an evaluation to determine whether or not it meets the performance threshold of the contract. When the performance threshold is not met, a Contract Discrepancy Report (CDR) will be issued to the contractor by the Contracting Officer's Representative (COR). The contractor shall respond to the CDR by completing the form and returning it to the COR within 15 calendar days of receipt. 9.3. QUALITY ASSURANCE SURVEILLANCE PLAN TABLE Performance Requirement Performance Standard Acceptable Quality Level Method of Surveillance and Frequency Coordination of Scheduled Annual/Semi-Annual Preventive Maintenance, Hardware/Software Upgrades, and Calibration of Current Equipment Contractor Is Responsible For Coordinating And Completing Scheduled Maintenances To Ensure Compliance Within Five (5) Working Days Prior To The End Of The Month. 90% Compliance Preventive Maintenance Plan and COR Observation Coordination of Remedial Repairs Contractor Is Responsible For Coordination And Completion Of Any And / Or All Remedial Repairs 90% Compliance COR Observation Service Parts Requirements Contractor Is Responsible For The Repair Parts Used In The Servicing Of Equipment Which Must Be New OEM Parts Or OEM Certified Used Parts In The Servicing Of All Equipment 100% Compliance COR And Technical Inspection, OEM Certification, and Documentation On All New And Used Parts Provide Pre-Study Consulting, Data Reduction, Interpretation, And Statistical Analysis Services Contractor Is Responsible For Providing Services That Support The ITS Telemetry Acquisition System 100% Compliance Review Of Records, Reports, and Data with COR Observation Contractor Will Maintain a Single Project Schedule From Which Various Project Reports Shall Be Produced Initial and Quarterly Status Reports With a Minimum Of Three (3) Teleconferences, And One (1) Pre-Protocol Meeting With Both Electronic And Hard Copy Reports Reports Will Contain No More Than One (1) Error Per Analyzable Field. 100% Compliance. Status Reports with COR Observation Provide Invoices to COR For Payment. Invoices May Be Used To Aid In Verifying Performance In Accordance With The Performance Work Statement. 100% Compliance Proper Documentation Provided Initially and Then Quarterly With COR Observation 9.4. METHODS OF QA SURVEILLANCE. Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the administration of this QASP. a. Feedback from Oversight Board b. Feedback from Government Users c. Feedback from Property Book Officers d. Direct Observation e. 100% Inspection f. Review of Quarterly Reports (various) g. Review of Monthly Reports (various) Regardless of the surveillance method, the COR shall always contact the contractor's task manager or on-site representative when a defect is identified and inform the manager of the specifics of the problem. The COR shall be responsible for monitoring the contractor's performance in meeting a specific performance standard/AQL. a. DIRECT OBSERVATION. (Can be performed periodically or through 100% surveillance.) b. MANAGEMENT INFORMATION SYSTEMS (MIS). (Evaluates outputs through the use of management information reports. Best used for general surveillance and may need to be supplemented by periodic inspections.) c. PERIODIC INSPECTION. Uses a comprehensive evaluation of selected outputs. Inspections may be scheduled as required. 1) Analysis of contractor's progress reports. (Evaluate cost, schedule, etc.) 2) Performance reporting. Surveillance results may be used as the basis for actions (to include payment deductions) against the contractor. In such cases, the Inspection of Services clause and the Inspection of Supplies clause in the Contract becomes the basis for the KO's actions. 9.5. RATINGS. Metrics and methods are designed to determine if performance exceeds, meets, or does not meet a given standard and acceptable quality level. A rating scale shall be used to determine a positive, neutral, or negative outcome. The following ratings shall be used: Example 1: EXCEPTIONAL: Performance significantly exceeds contract requirements to the Government's benefit. SATISFACTORY: Performance meets contractual requirements. UNSATISFACTORY: Performance does not meet contractual requirements. 10. DOCUMENTING PERFORMANCE. a. ACCEPTABLE PERFORMANCE. The Government shall document positive performance. A report template is attached. Any report may become a part of the supporting documentation for fixed fee payments, award fee payments, or other actions. b. UNACCEPTABLE PERFORMANCE. When unacceptable performance occurs, the COR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's task manager or on-site representative. A CDR template is attached to this QASP. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for contract payment deductions, fixed fee deductions, award fee nonpayment, or other actions deemed necessary by the KO. 11. FREQUENCY OF MEASUREMENT. a. Frequency of Measurement. During contract/order performance, the COR shall take periodic measurements, quarterly as specified in the AQL column of the Performance Standards Summary Matrix, and shall analyze whether the negotiated frequency of measurement is appropriate for the work being performed. b. Frequency of Performance Assessment Meetings. The COR shall meet with the contractor quarterly to assess performance and shall provide a written assessment.   PERFORMANCE REPORT 1. CONTRACT NUMBER: W81XWH-XX-P-XXXX 2. Prepared by: COR NAME ENTERED AT TIME OF AWARD 3. Date and time of observation: 4. Observation: <Examples of items to include in a report are: - Method of surveillance. - How frequently you conducted surveillance. - Surveillance results. - Number of observations.> Prepared by: COR Signature - Contracting Officer's Representative Date   CONTRACT DISCREPANCY REPORT (CDR) 5. Contract Number: W81XWH-XX-P-XXXX 6. TO: (Contractor Task Manager or on-site representative) <insert name> 7. FROM: COR NAME 8. Date and time observed discrepancy: 9. DISCREPANCY OR PROBLEM: <Describe in detail. Identify any attachments.> 5. Corrective action plan: A written corrective action plan < is / is not > required. < If a written corrective action plan is required include the following. > The written Corrective Action Plan will be provided to the undersigned not later than < # days after receipt of this CDR. > Prepared by: COR Signature - Contracting Officer's Representative Date Received by: Signature - Contractor Task Manager or on-site representative Date   9. Delivery Information: CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 POP 08 DEC 2015 TO 307 DEC 2016 N/A FORT DETRICK-USAMRIID 1425 PORTER STREET FORT DETRICK MD 21702-5011 FOB: Destination W23MYC 0002 POP 08 DEC 2015 TO 307 DEC 2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 1001 POP 08 Dec 2016 TO 07 Dec 2017 N/A FORT DETRICK-USAMRIID 1425 PORTER STREET FORT DETRICK MD 21702-5011 FOB: Destination W23MYC 1002 POP 08 Dec 2016 TO 07 Dec 2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 2001 POP 08 DEC 2017 TO 07 DEC2018 N/A FORT DETRICK-USAMRIID 1425 PORTER STREET FORT DETRICK MD 21702-5011 FOB: Destination W23MYC 2002 POP 08 DEC 2017 TO 07 DEC 2018 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 3001 POP 08 DEC 2018 TO 07 DEC 2019 N/A FORT DETRICK-USAMRIID 1425 PORTER STREET FORT DETRICK MD 21702-5011 FOB: Destination W23MYC 3002 POP 08 DEC 2018 TO 07 DEC 2019 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 4001 POP 08 DEC 2020 TO 07 DEC 2021 N/A FORT DETRICK-USAMRIID 1425 PORTER STREET FORT DETRICK MD 21702-5011 FOB: Destination W23MYC 4002 POP 08 DEC 2020 TO 07 DEC 2021 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 10. CLAUSES AND PROVISIONS 52.203-3 Gratuities APR 1984 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.204-18 Commercial and Government Entity Code Maintenance JUL 2015 52.212-1 Instructions to Offerors--Commercial Items OCT 2015 52.212-3 Offeror Representations and Certification--Commercial Items OCT 2015 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.245-1 Government Property APR 2012 52.245-9 Use And Charges APR 2012 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls AUG 2015 252.204-7008 (Dev) Compliance with Safeguarding Covered Defense Information Controls OCT 2015 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. SEP 2015 252.204-7012 (Dev) Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2015 252.204-7015 Disclosure of Information to Litigation Support Contractors FEB 2014 252.211-7007 Reporting of Government-Furnished Property AUG 2012 252.222-7007 Representation Regarding Combating Trafficking in Persons JAN 2015 252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.227-7015 Technical Data--Commercial Items FEB 2014 252.227-7037 Validation of Restrictive Markings on Technical Data JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property APR 2012 252.245-7002 Reporting Loss of Government Property APR 2012 252.245-7003 Contractor Property Management System Administration APR 2012 252.245-7004 Reporting, Reutilization, and Disposal MAR 2015 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. BASIS FOR THE AWARD 1.1. This is a competitive requirement for maintenance services consisting of customer support, software updates and upgrades, maintenance. Service shall include all parts, labor, travel, phone support and preventative maintenance visits to USAMRIID. 1.2. The requirement will be evaluated using Lowest Price Technically Acceptable (LPTA) source selection process in accordance with FAR 15.101-2 and Army Source Selection Supplement determining if contractor proposal is "Acceptable" or "Unacceptable." A single firm-fixed price (FFP) contract will be established if the offeror has been determined responsible and the technical proposal is determined to be acceptable to the Government, cost/price and other factors considered. 1.3. To receive consideration for award, offerors must achieve an evaluation of not less than "Acceptable" for the Management Approach and Past performance evaluation factors. The non-cost/price evaluation factors are as follows: Factor 1: Technical Approach Factor 2: Past Performance Factor 3: Price Government evaluators will not assume that the offeror possesses any capability or knowledge unless it is specified in the proposal. 2. Evaluation Criteria: (The following criteria will be used to evaluate the non-price aspects of the proposal.) 2.1. Factor 1: Technical Approach : The technical approach will be evaluated to the degree to which the Offeror technical approach demonstrates a clear understanding of all the tasks and how the approach is likely to yield the required results within the required timeframe; the methodology and flexibility that will be used in accomplishing any resultant award; overall ability to perform; The technical approach is creative and reduces cost, technical, or schedule risk to the Government. 2.2. Factor 2: Past Performance : The Government will conduct a past performance risk evaluation that will be based on the quality, relevance, and currency of the Offeror's past performance, as well as that of its Subcontractors. This evaluation will consider how each Offeror's past performance relates to the probability of successful accomplishment of the required effort. Past Performance will be evaluated for the Offeror's probability of meeting the solicitation requirements. The Past Performance evaluation will consider the Offeror's demonstrated relevant and recent record of performance in supplying products and services that meet the requirements. A performance confidence assessment rating will be assigned for each Offeror focusing on relevant and recent Past Performance. The Government will review the Past Performance information to determine the quality and usefulness as it applies to performance confidence assessment. The Past Performance risk evaluation will assess the risks associated with an Offeror's likelihood of success in performing the PWS requirements indicated by the Offeror's record of past performance on relevant efforts, either included in the proposal or identified by the evaluators in any other manner. In this context, "Offeror" refers to the proposed Prime Contractor and all proposed Subcontractors. The Prime Contractor and proposed Subcontractors will first be assessed individually and the results will then be assessed in their totality to derive the Offeror's Past Performance rating. 2.3. Factor 3 - Price: Price will be evaluated separately from non-price and past performance factors. A price analysis will be performed in order to evaluate the fairness and reasonableness of the proposed price. The proposed price will be evaluated to ascertain consistency with the level of effort described in the offeror's technical proposal. 3. EVALUATION RATING STANDARDS 3.1. Technical Approach Ratings (excluding Past Performance) Technical Acceptable/Unacceptable Ratings Acceptable - Proposal Clearly meets the minimum requirements of the solicitation. Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation. 3.2. Past Performance Ratings Past Performance Acceptable/Unacceptable Ratings Acceptable - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable - Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (End of provision) CONTRACTOR MANPOWER REPORTING (CMR) - (ACCOUNTING FOR CONTRACT SERVICES) (APR 2011) (USAMRAA) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (l) Contract Number; (2) Delivery Order Number (If applicable); (3) Task Order Number (If applicable); (4) Requiring Activity Unit Identification Code (UIC); (5) Command; (6) Contractor Contact Information; (7) Federal Service Code (FSC); (8) Direct Labor Hours; (9) Direct Labor Dollars; and, (10) Location. In the event the Contracting Officer's Representative (COR)/Contracting Officer's Technical Representative (COTR) has not entered their data requirements first, the contractor must also enter the COR/COTR required data with the exception of fund cite, obligations, and disbursement data. The CMRA help desk can be reach at 703-695-5103 or 703-695-5058 for any technical questions. The help desk can also be contacted via email: contractormanpower@hqda.army.mil. As part of its quote or offer, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (APR 2014) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers: (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) XX (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109- 282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). XX (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] XX (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. XX (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Oct 2001) of 52.219-9. ____ (iii) Alternate II (Oct 2001) of 52.219-9. ____ (iv) Alternate III (Oct 2015) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). XX (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). XX (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)). ____ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (July 2013) (15 U.S.C. 637(m)). XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ____ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). XX (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). XX (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). XX (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). ____ (31) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212). ____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). XX (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). XX (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (36) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (OCT 2015) of 52.223-13. ____ (37)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (39)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. XX (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____(42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ____ (ii) Alternate I (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. ____ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). XX (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). XX (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). XX (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (54)(i) 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). ____ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) XX(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). _____ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). ` _____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) 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. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(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 (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (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 $700,000 ($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 (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 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. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 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) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 07 days. (End of clause) 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 30 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 60 months. (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): WWW.USAMRAA.ARMY.MIL (End of clause) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) (a) Definitions. As used in this clause' Automatic identification device means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. Concatenated unique item identifier means-- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. Data Matrix means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022. Data qualifier means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. DoD recognized unique identification equivalent means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. DoD item unique identification means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. Enterprise means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. Enterprise identifier means a code that is uniquely assigned to an enterprise by an issuing agency. Government's unit acquisition cost means-- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. Issuing agency means an organization responsible for assigning a globally unique identifier to an enterprise (e.g., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee 135 NATO Commercial and Government Entity (NCAGE)/Commercial and Government Entity (CAGE) Code, or the Coded Representation of the North American Telecommunications Industry Manufacturers, Suppliers, and Related Service Companies (ATIS-0322000) Number), European Health Industry Business Communication Council (EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.nen.nl/Normontwikkeling/Certificatieschemas-enkeurmerken/ Schemabeheer/ISOIEC-15459.htm. Issuing agency code means a code that designates the registration (or controlling) authority for the enterprise identifier. Item means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. Lot or batch number means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. Machine-readable means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. Original part number means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. Parent item means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. Serial number within the enterprise identifier means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. Serial number within the part, lot, or batch number means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. Serialization within the enterprise identifier means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. Serialization within the part, lot, or batch number means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. Type designation means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto. Unique item identifier means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. Unique item identifier type means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items: ------------------------------------------------------------------------ Contract line, subline, or exhibit line item No. Item description ------------------------------------------------------------------------ ------------------------------------------------------------------------ (ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table: ------------------------------------------------------------------------ Contract line, subline, or exhibit line item No. Item description ------------------------------------------------------------------------ ------------------------------------------------------------------------ (If items are identified in the Schedule, insert ``See Schedule'' in this table.) (iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number ----. (iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ----. (v) Any item not included in paragraphs (c)(1)(i), (ii), (iii), or (iv) of this clause for which the contractor creates and marks a unique item identifier for traceability. (2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor. (3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology--International symbology specification--Data matrix; ECC200 data matrix specification. (4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that-- (i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology-Transfer Syntax for High Capacity Automatic Data Capture Media. (5) Unique item identifier. (i) The Contractor shall-- (A) Determine whether to-- (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized Unique identification equivalent; and for serialization within the part, lot, or batch number only: Original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD- 130, Identification Marking of U.S. Military Property, latest version; (C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and (D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest version. (ii) The issuing agency code-- (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. (12) Type designation of the item as specified in the contract schedule, if any. (13) Whether the item is an item of Special Tooling or Special Test Equipment. (14) Whether the item is covered by a warranty. ** Once per item. (e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph (c)(1)(v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows: (1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/. (2) Embedded items shall be reported by one of the following methods-- (i) Use of the embedded items capability in WAWF; (ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or (iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) ----, Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423. (g) Subcontracts. If the Contractor acquires by contract any items for which item unique identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s), including subcontracts for commercial items. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). TO BE FILLED IN AT TIME OF AWARD (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. TO BE FILLED IN AT TIME OF AWARD (Contracting Officer: Insert inspection and acceptance locations or "Not applicable".) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC THIS AREA TO BE FILLED IN AT TIME OF AWARD. Issue By DoDAAC ____ Admin DoDAAC ____ Inspect By DoDAAC ____ Ship To Code ____ Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) ____ Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ____ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. ____ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH15T0440/listing.html)
 
Place of Performance
Address: Fort Detrick, United States
 
Record
SN03935400-W 20151104/151102234036-718dc97cf52239de77f3bf3fd0492321 (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.