Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2020 SAM #6638
SOLICITATION NOTICE

Q -- Blood Donor and Transport

Notice Date
1/30/2020 11:12:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
 
ZIP Code
21702-9203
 
Solicitation Number
N6264520R0003Blood
 
Response Due
1/31/2020 7:00:00 AM
 
Archive Date
02/06/2020
 
Point of Contact
Richard D Taylor, Phone: 3016192314, Fax: 3016191132, Jacqueline Vitale, Phone: 3016199242
 
E-Mail Address
richard.taylor35.civ@mail.mil, jacqueline.n.vitale.civ@mail.mil
(richard.taylor35.civ@mail.mil, jacqueline.n.vitale.civ@mail.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) FAR Part 12 (Acquisition of Commercial Items), using Simplified Acquisition Procedures for Certain Commercial Items found at Far Part 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are not being requested and a written solicitation will not be issued. Paper copies are not available. The solicitation number is N6264520R0003 and is linked to Notice of Intent Posting dated 18 October 2019. The North American Industrial Classification System (NAICS) code is 621511 with a small business size standard of $35.0 million. The Government intends to award a Firm Fixed Price (FFP) Contract.� The requirement will be fulfilled via a sole-source acquisition for Creative Testing Solutions. There are no set-aside restrictions for this requirement.�� Vendors must be registered with System for Award Management (SAM) to be considered for award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TA effective 06 May 2019 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190215 effective 15 February 2019. It is the contractor's responsibility to be familiar with the applicable FAR and DFARS clauses and provisions. The FAR clauses may be accessed in full text at:� http://acquisition.gov/browsefar Section SF 1449 - CONTINUATION SHEET ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Blood Donor and Transport FFP NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AA 6,500 Each Donor Panel FFP Donor Panel (appropriate confirmatory test costs included) (HIV-1/2, HTLV-I/II, HBsAg, HCV, HBc, T. cruzi (Chagas), HIV/HCV/HBV NAT (Pool), WNV (IDS), Zika (IDS), ABO/Rh, AB Screen, Syphilis, CMV FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AB 20 Each A, B Antibody Titers 1:256 FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AC 100 Each HLA 1,2 for TRALI mitigation FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AD 6,500 Each Babesia (Pooled) FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AE 20 Each Babesia (IDS) FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AF 40 Each West Nile Virus FFP Individual Sample-IDS FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AG 40 Each Zika FFP Individual Sample- IDS FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AH 215 Each Transportation FFP Shipment pick up at base and driven to Charlotte CTS - 270 miles. Pick up at Gate 1700 - Result Upload 1300 next day. FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AJ Return of Shipping Containers FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 OPTION Blood Donor and Transport FFP NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AA 6,500 Each OPTION Donor Panel FFP Donor Panel (appropriate confirmatory test costs included) (HIV-1/2, HTLV-I/II, HBsAg, HCV, HBc, T. cruzi (Chagas), HIV/HCV/HBV NAT (Pool), WNV (IDS), Zika (IDS), ABO/Rh, AB Screen, Syphilis, CMV FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AB 20 Each OPTION A, B Antibody Titers 1:256 FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AC 100 Each OPTION HLA 1,2 for TRALI mitigation FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AD 6,500 Each OPTION Babesia (Pooled) FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AE 20 Each OPTION Babesia (IDS) FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AF 40 Each OPTION West Nile Virus FFP Individual Sample-IDS FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AG 40 Each OPTION Zika FFP Individual Sample- IDS FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AH 215 Each OPTION Transportation FFP Shipment pick up at base and driven to Charlotte CTS - 270 miles. Pick up at Gate 1700 - Result Upload 1300 next day. FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AJ OPTION Return of Shipping Containers FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 OPTION Blood Donor and Transport FFP NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AA 6,500 Each OPTION Donor Panel FFP Donor Panel (appropriate confirmatory test costs included) (HIV-1/2, HTLV-I/II, HBsAg, HCV, HBc, T. cruzi (Chagas), HIV/HCV/HBV NAT (Pool), WNV (IDS), Zika (IDS), ABO/Rh, AB Screen, Syphilis, CMV FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AB 20 Each OPTION A, B Antibody Titers 1:256 FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AC 100 Each OPTION HLA 1,2 for TRALI mitigation FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AD 6,500 Each OPTION Babesia (Pooled) FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AE 20 Each OPTION Babesia (IDS) FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AF 40 Each OPTION West Nile Virus FFP Individual Sample-IDS FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AG 40 Each OPTION Zika FFP Individual Sample- IDS FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AH 215 Each OPTION Transportation FFP Shipment pick up at base and driven to Charlotte CTS - 270 miles. Pick up at Gate 1700 - Result Upload 1300 next day. FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AJ OPTION Return of Shipping Containers FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 OPTION Blood Donor and Transport FFP NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AA 6,500 Each OPTION Donor Panel FFP Donor Panel (appropriate confirmatory test costs included) (HIV-1/2, HTLV-I/II, HBsAg, HCV, HBc, T. cruzi (Chagas), HIV/HCV/HBV NAT (Pool), WNV (IDS), Zika (IDS), ABO/Rh, AB Screen, Syphilis, CMV FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AB 20 Each OPTION A, B Antibody Titers 1:256 FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AC 100 Each OPTION HLA 1,2 for TRALI mitigation FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AD 6,500 Each OPTION Babesia (Pooled) FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AE 20 Each OPTION Babesia (IDS) FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AF 40 Each OPTION West Nile Virus FFP Individual Sample-IDS FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AG 40 Each OPTION Zika FFP Individual Sample- IDS FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AH 215 Each OPTION Transportation FFP Shipment pick up at base and driven to Charlotte CTS - 270 miles. Pick up at Gate 1700 - Result Upload 1300 next day. FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AJ OPTION Return of Shipping Containers FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 OPTION Blood Donor and Transport FFP NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001AA 6,500 Each OPTION Donor Panel FFP Donor Panel (appropriate confirmatory test costs included) (HIV-1/2, HTLV-I/II, HBsAg, HCV, HBc, T. cruzi (Chagas), HIV/HCV/HBV NAT (Pool), WNV (IDS), Zika (IDS), ABO/Rh, AB Screen, Syphilis, CMV FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001AB 20 Each OPTION A, B Antibody Titers 1:256 FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001AC 100 Each OPTION HLA 1,2 for TRALI mitigation FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001AD 6,500 Each OPTION Babesia (Pooled) FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001AE 20 Each OPTION Babesia (IDS) FFP FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001AF 40 Each OPTION West Nile Virus FFP Individual Sample-IDS FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001AG 40 Each OPTION Zika FFP Individual Sample- IDS FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001AH 215 Each OPTION Transportation FFP Shipment pick up at base and driven to Charlotte CTS - 270 miles. Pick up at Gate 1700 - Result Upload 1300 next day. FOB: Destination NET AMT ����������������� ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001AJ OPTION Return of Shipping Containers FFP FOB: Destination NET AMT ����������������� INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 N/A N/A N/A N/A 0001AA N/A N/A N/A Government 0001AB N/A N/A N/A Government 0001AC N/A N/A N/A Government 0001AD N/A N/A N/A Government 0001AE N/A N/A N/A Government 0001AF N/A N/A N/A Government 0001AG N/A N/A N/A Government 0001AH N/A N/A N/A Government 0001AJ N/A N/A N/A Government 1001 N/A N/A N/A N/A 1001AA N/A N/A N/A Government 1001AB N/A N/A N/A Government 1001AC N/A N/A N/A Government 1001AD N/A N/A N/A Government 1001AE N/A N/A N/A Government 1001AF N/A N/A N/A Government 1001AG N/A N/A N/A Government 1001AH N/A N/A N/A Government 1001AJ N/A N/A N/A Government 2001 N/A N/A N/A N/A 2001AA N/A N/A N/A Government 2001AB N/A N/A N/A Government 2001AC N/A N/A N/A Government 2001AD N/A N/A N/A Government 2001AE N/A N/A N/A Government 2001AF N/A N/A N/A Government 2001AG N/A N/A N/A Government 2001AH N/A N/A N/A Government 2001AJ N/A N/A N/A Government 3001 N/A N/A N/A N/A 3001AA N/A N/A N/A Government 3001AB N/A N/A N/A Government 3001AC N/A N/A N/A Government 3001AD N/A N/A N/A Government 3001AE N/A N/A N/A Government 3001AF N/A N/A N/A Government 3001AG N/A N/A N/A Government 3001AH N/A N/A N/A Government 3001AJ N/A N/A N/A Government 4001 N/A N/A N/A N/A 4001AA N/A N/A N/A Government 4001AB N/A N/A N/A Government 4001AC N/A N/A N/A Government 4001AD N/A N/A N/A Government 4001AE N/A N/A N/A Government 4001AF N/A N/A N/A Government 4001AG N/A N/A N/A Government 4001AH N/A N/A N/A Government 4001AJ N/A N/A N/A Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 0001 N/A N/A N/A N/A 0001AA POP 01-MAR-2020 TO 28-FEB-2021 N/A COMMANDING OFFICER NAVAL HOSPITAL 100 BREWSTER BLVD CODE 71 CAMP LEJEUNE NC 28547-0100 FOB:� Destination N68093 0001AB POP 01-MAR-2020 TO 28-FEB-2021 N/A (SAME AS PREVIOUS LOCATION) FOB:� Destination N68093 0001AC POP 01-MAR-2020 TO 28-FEB-2021 N/A (SAME AS PREVIOUS LOCATION) FOB:� Destination N68093 0001AD POP 01-MAR-2020 TO 28-FEB-2021 N/A (SAME AS PREVIOUS LOCATION) FOB:� Destination N68093 0001AE POP 01-MAR-2020 TO 28-FEB-2021 N/A (SAME AS PREVIOUS LOCATION) FOB:� Destination N68093 0001AF POP 01-MAR-2020 TO 28-FEB-2021 N/A (SAME AS PREVIOUS LOCATION) FOB:� Destination N68093 0001AG POP 01-MAR-2020 TO 28-FEB-2021 N/A (SAME AS PREVIOUS LOCATION) FOB:� Destination N68093 0001AH POP 01-MAR-2020 TO 28-FEB-2021 N/A (SAME AS PREVIOUS LOCATION) FOB:� Destination N68093 0001AJ POP 01-MAR-2020 TO 28-FEB-2021 N/A (SAME AS PREVIOUS LOCATION) FOB:� Destination N68093 1001 N/A N/A N/A N/A 1001AA POP 01-MAR-2021 TO 28-FEB-2022 � N/A COMMANDING OFFICER NAVAL HOSPITAL 100 BREWSTER BLVD CODE 71 CAMP LEJEUNE NC 28547-0100 FOB:� Destination 1.3 Commanding Officer.� The senior Officer that has ultimate responsibility for the operation of the local activity. 1.4 Contracting Officer.� The Government official at the Naval Medical Logistics Command with the actual authority to enter into, administer, and/or terminate contracts and make related determinations and findings on the behalf of the Government. 1.5 Contracting Officer�s Representative (COR).� The Government official appointed in writing by the Contracting Officer who functions as the technical representative of the Contracting Officer under the contract.� For Indefinite Delivery and Indefinite Quantity contracts, CORs will be appointed for each task order in addition to an overall contract COR. 1.6 Contractor.� The organization identified as the Contractor/offeror on the Standard Form 1449 and its employees who are providing services under the contract. 1.7. Defense Contract Audit Agency (DCAA).� The Government office responsible for performing all necessary contract audits for the Department of Defense.� DCAA also provides accounting and financial advisory services regarding contracts and subcontracts. 1.8 Department Head.� The Government official responsible for managing the operation of a distinct organizational division, office, or unit.� The Department Head is subordinate to the Commanding Officer of the local activity. 1.9 Local Activity.� The Military Treatment Facility (MTF), research activity, or other organization that falls under the cognizance of BUMED. 1.10 Military Treatment Facility (MTF).� A Department of Defense (DoD) hospital or medical or health center where services may be required to be performed under this contract.� The abbreviation, �MTF� includes all Branch Medical or Health Clinics, Medical Administrative Units, Branch Medical or Health Annexes and other subordinate clinical activities. 1.11 Naval Medical Logistics Command (NMLC).� The Department of the Navy command responsible for providing contract support for BUMED. 1.12 Research Activity.� N/A�� 1.13 Technical Assistant (TA).� The local activity representative who may be appointed by the Commanding Officer (or designated representative) to provide technical or administrative assistance to the COR.� TAs may be assigned to assist and support the COR but shall not be given the authority to provide any technical direction or clarification directly to the Contractor. 2.� Responsibilities. 2.1 The Contracting Officer, Acquisition Management Directorate (Code 03), Naval Medical Logistics Command shall: 2.1.1 Perform all required pre-award actions including providing information or answering questions that arise during the solicitation period and as a result of Freedom of Information Act (FOIA) inquiries. 2.1.2 Review the Contract Administration Plan (CAP).� 2.1.3 Verify that the individual(s) nominated to act as COR and/or ACOR have had the required training and the necessary experience.� If the Contracting Officer determines that a nominee does not meet experience and training requirements, the Contracting Officer shall request that the local activity nominate another individual. 2.1.4 Review the CAP prior to incorporation into the solicitation.� This review shall ensure that all contract administration functions are assigned, suit the specific circumstances of the contract and give due consideration to the type of contract, the place of performance, period of performance, and inspection and acceptance criteria stated in the solicitation/contract. 2.1.5 Include the COR duties contained in this Master CAP in the resultant solicitation/contract.� Additional duties shall be separately delineated within the contract, as appropriate. 2.1.6 Designate the paying office in the contract. 2.1.7 Appoint the COR and ACOR.� COR and ACOR appointments shall be completed through the DoD Contracting Officer�s Representative Tracking (CORT) Tool at: https://wawf.eb.mil.� 2.1.8 Perform all contract administration duties of a Contracting Officer.� Regular meetings between the Contracting Officer, the COR or the local activity Commanding Officer (or representative) will be held to discuss the status of and the performance under individual contracts.� The format and frequency of these meetings will depend upon the size and complexity of the contract. NOTE:� All parties are specifically reminded that only the Contracting Officer has the authority to modify the terms of the contract.� Therefore, in no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the contract between the Contractor and any other person be effective or binding on the Government.� When/if, in the opinion of the Contractor, any direction affecting the terms of the contract has been given by the COR or any other person, the Contractor shall promptly notify the Contracting Officer. 2.1.9 Evaluate reports of Contractor non-compliance and take appropriate action within 30 days of receipt.� Copies of any correspondence regarding the results of such analyses shall be provided to the local activity and the COR simultaneously with the action taken. 2.1.10 Arrange the post-award conference, if required.� Invite necessary attendees.� Ensure that the requirements of the contract and the COR�s duties are thoroughly discussed and understood.� Ensure that all personnel involved understand current DoD Standards of Conduct policies. 2.1.11 Oversee the performance of CORs under the contract.� Prompt action shall be taken when COR (or alternate) is not performing properly. 2.1.12 Maintain the official contract file including modifications (and all back-up documentation). 2.1.13 Maintain the accuracy of this Master CAP throughout the life of the contract. 2.1.14 Maintain a list of all CORs under their authority.� Periodically review the files and performance of these CORs in accordance with NAVSUPINST 4205.3 (series) and local policies. 2.1.15 Review the existing annual Contractor performance report prior to negotiating (if applicable) any task orders under the contract, extending the contract, or exercising any options under the contract.� 2.2. The Commanding Officer of the Local Activity (or designated representative) shall: 2.2.1 Establish policy guidance for the performance of services. 2.2.2 Provide overall direction for services at the activity. 2.2.3 Budget and provide funding for the contract. 2.2.4 Nominate (to the Contracting Officer) an individual to be appointed as COR (by name, title, organizational code and telephone number).� This individual (augmented by the activity Department Heads) shall also be the contract quality assurance monitor and lead technical advisor to the Contracting Officer and shall be responsible for the technical interface needed during contract performance.� An ACOR can be nominated to act in the absence of the COR, when needed, or to provide additional expertise.� COR and ACOR nominations shall be made through the DoD CORT Tool at: https://wawf.eb.mil.� The local activity approval authority for the COR or ACOR nomination may be the nominee�s supervisor.� NOTE:� COR duties cannot be delegated. The COR shall be accountable for the actions of ACORs. NOTE:� Nomination of a new COR or ACOR as a result of reassignment, termination of employment, etc., shall be made in accordance with the procedures outlined herein. 2.2.5 Ensure all individuals nominated as COR or ACOR have the necessary qualifications to satisfactorily perform the required duties and hold a position of responsibility commensurate with the complexity of the contract.� All CORs must complete DAU CLC 106.� In addition CORs should complete a Naval Supply System Command (NAVSUP) or BUMED approved COR training course (or DAU/DoD equivalents) prior to appointment under complex contracts. 2.2.6 Support and supervise the COR in the performance of his/her duties.� If the Commanding Officer determines that assigned duties are not being performed in a satisfactory manner, immediate corrective action shall be taken (including the recommendation to replace the COR if required).� The Contracting Officer shall be promptly notified of all actions taken.� The local activity should consider COR performance in rating all individuals assigned COR functions. 2.2.7 Ensure that appropriate timely action is taken on all contract related correspondence received from either the Contracting Officer or COR.� This includes the timely submission (to the Contracting Officer) of any requests for changes to the contract, deviations or waivers.� An Independent Government Cost Estimate of the impact on contract price and the availability of additional funding (if required) must accompany all requests for changes to the contract.� The Contractor�s price quote and the rationale for requesting the change shall accompany any changes proposed by the Contractor.� The Contractor�s price quote serves as a budgetary estimate of the cost impact.� The local activity shall also provide input as to technical acceptability of proposed contract language changes. 2.2.8 The local activity Commanding Officer may appoint a TA to assist the COR in executing routine contract administration, monitoring and, surveillance duties.� The appointment of all TAs must be in writing and must include the TA's responsibilities and limitations.� A copy of this appointment letter shall be provided to the Contracting Officer.� Before appointment, the local activity shall assure that all TAs have the appropriate training and experience.� TAs must complete DAU CLC 106 prior to appointment.� A sample TA appointment letter is located on the NAVSUP Contracting Knowledge Site (CKS) at: https://www.navsup.navy.mil/cks/reference_library/acquisition_reference_library/forms�� 2.3 The Contracting Officer's Representative (COR) shall: 2.3.1 Notify the Contracting Officer in writing of any organizational or personnel changes affecting the CAP. 2.3.2 Attend both the pre-proposal and post-award conferences, if held. 2.3.3 Upon receipt of the contract from the Contracting Officer, forward copies of documents to staff having administrative responsibilities for the contract. 2.3.4 Attend periodic meetings (as necessary) among the Contracting Officer, local activity and Contractor to discuss the status of and performance under the contract. 2.3.5 Avoid issuing any instructions that would constitute a change to the contract.� The COR and Contractor shall not enter into any understanding, agreement, modification, or change order deviating from the terms of the contract which shall be effective or binding on the Government.� If in the opinion of the Contractor, an effort outside the scope of the contract is requested, the Contractor shall promptly notify the Contracting Officer in writing.� The Contractor shall not act unless the Contracting Officer has issued a written change to the contract.� The COR will include, on all correspondence to the Contractor, a declination of authority statement as follows: �I have neither the authority nor the intent to change the terms or conditions of this contract.� This contract can only be changed by a written modification issued by the Contracting Officer.� If you believe that I am requesting an effort outside the scope of this contract, promptly notify the Contracting Officer.� Additionally, this shall not be construed as an authorization for new work or additional work not already contained in the contract.� 2.3.6 Perform as the technical interface between the Government and the Contractor for this contract.� The COR shall provide technical advice or clarification regarding the performance work statement and terms of the contract; milestones to be met within the general terms of the contract or specific subtasks of the contract.� The COR is the point of contact through whom the Contractor can relay technical questions and problems to the Contracting Officer.� The Contractor may also contact the Contracting Officer directly. 2.3.7 Coordinate/facilitate complete and timely approvals for work at Government facilities between the local activity and the Contractor.� The COR shall inspect the qualifications of each contract employee prior to submission to the local activity if required by the contract. 2.3.8 Monitor Contractor performance and progress under the contract.� If potentially inefficient or wasteful methods are being used, the COR shall take reasonable and timely action to alert the Contractor and the Contracting Officer.� Furthermore, the COR shall promptly advise the Contracting Officer of any observed continuous and/or substantial deficiencies in the Contractor's performance or other noncompliance with the terms and conditions of the contract.� Section C or the Performance Work Statement of the contract includes the Quality Assurance Surveillance Plan to be used by the COR to monitor Contractor performance.� Deviation from this surveillance plan is only permitted with the prospective approval of the Contracting Officer. 2.3.9 In accordance with procedures given in this CAP, promptly issue Contract Discrepancy Reports (CDRs) (Enclosure (1)) to the Contractor to document discrepant performance.� The COR shall always obtain the Contractor's response/rebuttal to the CDR, evaluate, with the affected Department Head, the acceptability of the response and promptly forward the CDR, Contractor response/rebuttal, and their recommendation to the Contracting Officer. 2.3.10 The COR shall recognize that CDRs become official records within the contract file and that they have serious implications for overall contract management and relationships.� CDRs shall not be the first and only choice for communicating contract issues with the Contractor and shall be implemented in accordance with the procedures given below within this CAP.� 2.3.11 For serious contract performance deficiencies, or when less formal communications fail to resolve minor performance deficiencies, the COR will issue a CDR to the Contractor. 2.3.12 The COR shall ensure that all inspection data is attached to the CDR.� The Contractor cannot be expected to respond to performance deficiencies that are not clearly and specifically identified.� A cover memorandum on the CDR should specify that the Contractor has three working days, or other appropriate deadline, to respond in writing to the COR.� At the time the CDR is issued to the Contractor, the COR shall provide a copy of the CDR to the Contracting Officer. 2.3.13 Upon return of the CDR package from the Contractor, the COR shall review the Contractor�s comments and give careful, objective consideration to the facts and mitigating circumstances documented in the response.� The COR shall then make a final written determination and recommendation to the Contracting Officer on the acceptability of Contractor performance and note it on the CDR.� The COR shall state why the Contractor�s response does or does not have merit.� The COR shall prepare the determination, recommendation, and other statements as appropriate along with actions being requested of the Contracting Officer and as much additional documentation as required to support their conclusions and recommendations. 2.3.14 The COR shall provide the above documentation along with actions being requested of the Contracting Officer and as much additional documentation as required to support their conclusions and recommendations to (1) the Contractor, and (2) the Contracting Officer. 2.3.15 The Contracting Officer will review CDRs and will advise the COR of the need for any further documentation. 2.3.16 Monitor and verify that services are provided in accordance with the performance work statement and terms of the contract.� Keep accurate records of Contractor performance and compare these records with the Wide Area Work Flow (WAWF) invoice submitted by the Contractor.� The COR shall always use this information as a tool when evaluating Contractor invoices.� Monthly Progress Reports should be compared with their corresponding Contractor invoices to verify consistency between the two.� The COR should review the acceptability of invoices by consideration of the following: (a) Are there any performance issues? (b) Are costs appropriate considering current progress of work? (c) Are required reports up to date? For cost reimbursement contracts or task orders, the COR�s review of invoices shall be documented by completion of a Contractor Invoice Review Form (Enclosure (2)).� 2.3.17 Notify the Contracting Officer of questioned costs or issues.� As required, assist the Contracting Officer in resolving questioned costs or issues with the Contractor.� 2.3.18 Accept the services as the official Government representative.� 2.3.19 Use appropriate methods for contract surveillance. 2.3.20 Understand contract invoicing requirements.� TheCOR shall ensure that all WAWF Invoices are processed in a timely manner so that prompt payment due dates are met.� Prior to acceptance of a WAWF invoice, the processing official shall obtain approval from the cognizant activity Department Head that the payment request is appropriate.� This can be done by having the activity Department Head sign a DD250 (or provide an e-mail to the Contractor) for uploading into WAWF with the invoice.� When the WAWF invoice comes up in the WAWF system, the processing official can then see that approval has already been given by the activity Department Head. 2.3.21 Immediately alert the Contracting Officer of any unusual performance problems.� If a corrective action plan is approved by the Contracting Officer, the COR shall monitor the implementation and effectiveness of that corrective action plan.� In uncertain situations, the COR shall always seek advice from the Contracting Officer, as prudent, before acting. 2.3.22 Continually monitor the quantity of services provided under each CLIN/SLIN and (if applicable) task order.� Advise the Contracting Officer if it appears that service quantities may be exhausted before the end of the performance period, or if quantities for services have been ordered but will not be received by the end of the performance period. 2.3.23 Perform administrative duties including maintaining files which support the actions performed as a COR.� The COR shall respond to all contract correspondence in a timely manner.� Contract files shall include a conforming copy of the contract, all modifications, a conforming copy of the Contractor�s Technical Proposal, all surveillance reports, each CDR (including the Contractor�s response/rebuttal), any contract-related correspondence, a contract log or COR diary, all telephone conversation and email records, meeting minutes, reports from Government subject matter experts, and Independent Government Cost Estimates. 2.3.24 If applicable, take the necessary steps to ensure that Government property furnished to the Contractor is provided in a timely manner and in proper condition for use.� The COR shall maintain both inventory and disposition records for all Government furnished property.� This inventory/disposition file is coordinated with the Contracting Officer.� The COR shall ensure that the Contractor returns all Government furnished property or that Government furnished material has been reasonably consumed in the performance of work. 2.3.25 Read and comply with all applicable Standards of Conduct and Conflict of Interest instructions and procedures including annual financial interest filings. 2.3.26 Ensure that the Contractor receives copies of all regulations and/or directives considered appropriate to the services being provided. 2.3.27 Submit information detailing the Contractor's performance to the Contracting Officer.� A statement indicating performance has been satisfactory along with your request to continue performance is required prior to exercising options under the contract.� An annual report on the Contractor's performance will be required 30 days after the end of each performance period.� A final report shall be sent to the Contracting Officer within 60 days after completion of the contract.� The final report shall contain a conclusive statement describing the Contractor's overall performance and an evaluation on the accountability of Government property furnished to the Contractor.� An addendum report may also be required.� Format for the report will be in consonance with the Contractor Performance Assessment Reporting System (CPARS) and is provided at Enclosure (3).� If the COR is responsible as the assessing official to complete the CPARS assessment, then that assessment may take the place of the annual report on Contractor performance.� These reports are to be submitted to the Contracting Officer through the DoD CORT Tool at: https://wawf.eb.mil.����� 2.3.28 Perform other duties, particular to the contract, as may be incorporated into the contract document or as required by the Contracting Officer. 2.3.29 Generate monthly COR reports to the Contracting Officer and COR file.� The report shall address the status of Contractor deliverables.� Format for the monthly COR report is provided at Enclosure (4).� The report is to be submitted to the Contracting Officer through the DoD CORT Tool at: https://wawf.eb.mil.� 2.3.30 The COR and ACOR shall self-nominate themselves through the DoD CORT Tool at: https://wawf.eb.mil.� The CORT Tool should also be utilized to assist in the performance of the COR responsibilities. 2.4 Technical Assistant (TA).� All requirements for TA duties are reported directly to the COR.� At the direction of the COR, the TA shall: 2.4.1 Perform surveillance and identify Contractor deficiencies. 2.4.2 Review contract deliverables, recommending acceptance/rejection, and providing the COR with the documentation to support all recommendations. 2.4.3 Assist the COR in the preparation of the final Contractor performance report using the format and procedures prescribed by the Contracting Officer. 2.4.4 Identify Contractor non-compliance with reporting requirements. 2.4.5 Evaluate Contractor proposals, identifying potential problem areas. 2.4.6 Provide to the COR (a) recommendations for revisions or clarifications to the performance work statement and terms of the contract and (b) recommendations for revisions to the CAP. 2.4.7 Provide detailed written reports of any trip, meeting, correspondence, telephone conversation, email or anecdotal conversation after any contact between the TA and the Contractor. 2.5 For cost reimbursement contracts or task orders - the Defense Contract Audit Agency (DCAA) shall be responsible for audit verification/provisional approval of invoices and final audit of the contract prior to final payment to the Contractor. 3.� Contractor Performance Assessment Reporting System (CPARS) 3.1 A Contractor Performance Assessment Report (CPAR) is required annually and after contract completion.� An addendum report may be used to record Contractor performance relative to contract closeout or other administrative requirements.���� 3.2 The COR will provide an assessment of the Contractor�s performance in CPARS. 3.3 The Contracting Officer will review the COR�s assessment in CPARS. 3.4 The Contractor will have a 30-day period to respond to each CPAR. Enclosures: Enclosure 1 - Contract Discrepancy Report Enclosure 2 - Contractor Invoice Review Form (Not Applicable) Enclosure 3 - Contractor Performance Assesssment Report Enclosure 4 - COR Monthly Report to the Contracting Officer ENCLOSURE 1 - CDR CONTRACT DISCREPANCY REPORT Contract Number: Contract Clause: Date: COR Findings: COR (sign and date): Contractor Response: Contractor Project Manager (sign and date): COR Determination/Recommendation: COR (sign and date): Contracting Officer Acknowledgement and Recommendation (sign and date): ENCLOSURE 2 - CIRF Enclosure 2 - Contractor Invoice Review Form CONTRACTOR INVOICE REVIEW From:� (Applicable COR) To:����� (Applicable Contracting Officer and DCAA) Subj:� INVOICE REVIEW OF CONTRACT NO.__________________ ��������� (also identify delivery/task order number(s) as applicable) Encl:� (1) Invoice No.__________________ Check Appropriate Statement: 1.____ Enclosure (1) submitted under the subject contract (delivery/task order) has been reviewed and the labor hours, labor mix, material (if any), travel, and other direct costs identified therein appear consistent and reasonable for the effort performed during the period covered by the invoice. 2.____ Enclosure (1) submitted under the subject contract (delivery/task order) has been reviewed and the following discrepancies/deficiencies are noted: ����������������������������������������������������������������������������������������������� ____________________________________ ����������������������������������������������������������������������������������������������� Contracting Officer�s Representative ����������������������������������������������������������������������������������������������� (signature and date) ENCLOSURE 3 - CPAR Enclosure 3 � Contractor Performance Assessment Report � CONTRACTOR PERFORMANCE ASSESSMENT REPORT � � Contractor Name and Address: � Company Name: Street Address: Report Type: {Annual or Final or Addendum} � Period of Performance Being Assessed: � Contract Number: � Order Number: � Location of Contract Performance: � Program Title: � � � Contract Effort Description: � Key SubContractor(s): � Contractor Name: Effort Performed: Contractor Name: Effort Performed: Evaluation Ratings Definitions Rating Definition Note Exceptional Performance meets contractual requirements and exceeds many to the Government�s benefit. The contractual performance of the element or sub-element being assessed was accomplished with few minor problems for which corrective actions taken by the Contractor was highly effective. To justify an Exceptional rating, identify multiple significant events and state how they were of benefit to the Government. A singular benefit, however, could be of such magnitude that it alone constitutes an Exceptional rating. Also, there should have been NO significant weaknesses identified. Very Good Performance meets contractual requirements and exceeds some to the Government�s benefit. The contractual performance of the element or sub-element being assessed was accomplished with some minor problems for which corrective actions taken by the Contractor was effective. To justify a Very Good rating, identify a significant event and state how it was a benefit to the Government. There should have been no significant weaknesses identified. Satisfactory Performance meets contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the Contractor appear or were satisfactory. To justify a Satisfactory rating, there should have been only minor problems, or major problems the Contractor recovered from without impact to the contract. There should have been NO significant weaknesses identified. A fundamental principle of assigning ratings is that Contractors will not be assessed a rating lower than Satisfactory solely for not performing beyond the requirements of the contract. Marginal Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects a serious problem for which the Contractor has not yet identified corrective actions. The Contractor�s proposed actions appear only marginally effective or were not fully implemented. To justify Marginal performance, identify a significant event in each category that the Contractor had trouble overcoming and state how it impacted the Government. A Marginal rating should be supported by referencing the management tool that notified the Contractor of the contractual deficiency (e.g., management, quality, safety, or environmental deficiency report or letter). Unsatisfactory Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains a serious problem(s) for which the Contractor�s corrective actions appear or were ineffective. To justify an Unsatisfactory rating, identify multiple significant events in each category that the Contractor had trouble overcoming and state how it impacted the Government. A singular problem, however, could be of such serious magnitude that it alone constitutes an unsatisfactory rating. An Unsatisfactory rating should be supported by referencing the management tools used to notify the Contractor of the contractual deficiencies (e.g., management, quality, safety, or environmental deficiency reports, or letters). Assigned Rating Evaluation Area Prior Rating Current Rating Quality of Product or Service Schedule Cost Control (Not required for Firm-Fixed Price or Firm-Fixed Price with Economic Price Adjustment) Business Relations Management of Key Personnel (For Services and Information Technology Business Sectors only - Not Applicable to Operations Support) Other Areas: (1) {list} (2) {list} (3) {list} Rating Support Note: A factual narrative is required for all assessments regardless of rating.� Each narrative statement in support of the area assessment must contain objective data. Quality of Product or Service Narrative: Schedule Narrative: Cost Control Narrative (if applicable): Business Relations Narrative: Management of Key Personnel Narrative (if applicable): Other Areas (1) Narrative: Other Areas (2) Narrative: Other Areas (3) Narrative: COR Name: Signature: Date: ENCLOSURE 4 - COR REPORT Enclosure 4 � COR Monthly Report to the Contracting Officer COR Monthly Report to the Contracting Officer 1. Contract No. (also include Task Order No. if applicable): 2. Description of Services: 3. Period of Performance � list month report covers: 4. Contractor: 5. Method(s) of Surveillance Used: 6. This document is in accordance with the inspection of services clause, the Contract Administration Plan (CAP), and the Quality Assurance Surveillance Plan (QASP) requirements. 7. Complete each of the following and provide detailed explanation when required.� Attach additional documents if explanation is long or requires supporting evidence. a. Quality of Work: (�� ) Exceptional (�� ) Very Good (�� ) Satisfactory (�� ) Marginal (�� ) Unsatisfactory If Marginal or Unsatisfactory, explain: b. Was the Contractor�s performance timely? (�� ) Yes (�� ) No If No, explain: c. Are there any significant issues that should be brought to the Contracting Officer�s attention? (�� ) Yes (�� ) No If Yes, explain: d. Is action being taken by Contractor to correct discrepancies? (�� ) Yes (�� ) No Discrepancies this month If Yes, explain: 8. Customer Complaints: a. Number of customer complaints: b. Number of VALID customer complaints: Discuss VALID complaints: 9. Status of Contract/Delivery/Task Order Deliverables for month report covers: Deliverable Deliverable Due Date Date Deliverable Submitted Comments 10. Additional COR Comments: 11. I hereby certify that services have been received and accepted. Contracting Officer�s Representative Name: Signature: Date: � NOTICE:� NAVY USE OF SUPPORT CONTRACTOR FOR CONTRACT CLOSEOUT FUNCTIONS Naval Medical Logistics Command (NMLC) uses two private contractors in support of the contract closeout process.� Those companies are Contracting Resources Group (CRG) of Federal Hill, MD, doing business under the authority of the Small Business Administration�s 8(a) program and the Ability One Program, doing business under the authority of the Javits-Wagner O�Day Act (41 U.S.C. � 47). The contract closeout process includes activities such as processing deobligation modifications, obtaining contractor and requiring activity concurrence, preparing the DD-Form 1594 (Contract Completion Statement), and preparing closed files for archiving.� Support contractors may perform additional administrative duties, including filing and processing simple administrative modifications.� Performing these functions require the contractor employees to have access to the contract file.� Therefore, information you provide to the Government or information already in the possession of the Government may be viewed by these support contractors in the course of performing contract close-out functions.� The information that may be made available to the contractor may include pricing and technical proposals and performance information. NMLC has signed Non-Disclosure Agreements with each support contractor employee and has required both contractors to provide a Conflict of interest Mitigation Plan to ensure these employees are firewalled from all business development activity. PERFORMANCE WORK STATEMENT Performance Work Statement 1.� Scope. To provide transport and viral marker testing for blood collection samples. 2.� Background. Viral marker testing is a key component of the process of providing safe, pure, and potent products for Naval Medical Center Camp Lejeune (NMCCL), as well as, to the Department of Defense in support of service men and women conducting operational missions around the world.� 3.� Requirements. � Specimen Testing: � a. Using Food and Drug Administration approved methodologies for testing blood donations, Vendor must provide accurate testing of received specimens in accordance with facility guidelines. b. Vendor will deliver test results the NMCCL Blood Donor Center via computer upload no later than 1300 the day following receipt of the donor specimens.� In the event the computer upload option is not functioning, the Vendor will fax or email test results in an easy to read format. c. Vendor must maintain licensure by the Food and Drug Administration and ensure all test methods employed are approved by the FDA for use in blood donation testing. d. Vendor will immediately notify the NMCCL Blood Donor Center of any delays or inability to transport donor specimens to the testing facility. e. Vendor will provide all required facilities, personnel, services, equipment, and supplies to provide blood donor testing services to deliver interrupted performance of donor testing. f. Vendor will maintain all legally-required license(s), certification(s), and accreditation(s) in accordance with Federal statutes and implementing regulations. g. Vendor will guarantee any subcontractors performing services hereunder shall meet the same requirements and any applicable State requirements. Proof of the above required certification(s), accreditation(s), license(s), etc., shall be made available upon request. f. Vendor will verify all employees perform duties in accordance with their level of license and certification.� Vendor will ensure all testing staff complies with the minimum Federal, State, and local law qualifications/requirements. g. Vendor will ensure each referral laboratory possesses all legally-required license(s), certification(s), and accreditation(s) in accordance with Federal statutes and implementing regulations. h. Vendor will provide all necessary instructions for sample submission, paperwork required for sample submission, transport boxes, coolant devices, and packaging materials. i. Vendor will provide results for the following donor testing: ABO/Rh Antibody Screen Syphilis CMV Antibody Titers� HIV NAT HBV NAT HCV NAT WNV NAT HBsAg HBcAb HCV Ab HIV 1/2 Ab HTLV 1/2 Ab Chagas Ab Zika Virus Babesia NAT j. Vendor will ensure all confirmatory and/or supplemental testing is performed within 10 days upon receipt at their testing laboratory on donor specimens that are found to be reactive for the following tests: � Hepatitis B Surface Antigen Hepatitis B Surface Antigen/Hepatitis B Virus Core Human T- Lymphotropic VirusesType I & II (HTLV 1/11) Human Immunodeficiency Virus (HIV) Hepatitis C Virus Chagas Treponema pallidum (Syphilis) Hepatitis C Virus k. Vendor will ensure the accurate and timely performance of laboratory testing services. The quality for all services rendered hereunder shall conform to the highest standards in the clinical pathology and clinical reference laboratory professions as established by accrediting and licensing agencies. l. Vendor will notify the NMCCL Blood Donor Center of improper specimen submission and rejection.� Notification of rejected samples/shipments will be sent electronically to the current points of contacts provided by the customer. m. Vendor will communicate testing errors or discrepancies to the attention of the representatives of the blood donor center immediately upon discovery. � 4. Hours of Operation: a. Vendor must be available by telephone every working day from Monday through Sunday during the business hours of 0730-1700 in accordance with the NMCCL BDC blood drive schedule. � 5. Transportation of Specimens to Testing Facility: � a. The Vendor�s Specimen Transport driver must contact the NMCCL BDC at (910)450-3458 upon arrival at Marine Corps Base camp Lejeune to receive the specimen shipment.� Cancellation of transport of specimens must be made by the NMCCL BDC no later than 1200 on the same day of the scheduled pick up. b. Vendor must ensure cold chain requirements and integrity of the specimens is maintained during the entirety of transport to the testing facility. 6. Technical Support: � a. Telephone support for technical and operational questions must be available every day of the week from Monday through Sunday during the business hours of 0730-1700. b. The Vendor must have an information technology technician available to assist with maintaining, repairing, troubleshooting, and training on the testing computer information system. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0b47ae3d64f8434ca5ea84cb84efd844/view)
 
Place of Performance
Address: Camp Lejeune, NC 28547, USA
Zip Code: 28547
Country: USA
 
Record
SN05547538-F 20200201/200130230202 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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