Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2020 SAM #6663
SOLICITATION NOTICE

J -- Maintenance for IGS Navigation system

Notice Date
2/24/2020 7:47:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NAVAL MEDICAL CENTER PORTSMOUTH VA PORTSMOUTH VA 23708 USA
 
ZIP Code
23708
 
Solicitation Number
RFQ-N0018320Q0035
 
Response Due
3/6/2020 7:00:00 AM
 
Archive Date
03/21/2020
 
Point of Contact
Lahonda Carter-Graves, Phone: 7579535740, Fax: 7579535739, Dana D. Harris, Phone: 7579535084, Fax: 75749535739
 
E-Mail Address
ahonda.r.carter-graves.civ@mail.mil, dana.d.harris2.civ@mail.mil
(ahonda.r.carter-graves.civ@mail.mil, dana.d.harris2.civ@mail.mil)
 
Description
PERFORMANCE WORK STATEMENT (PWS) Maintenance Services for Biomed Dept.-Naval Medical Center Portsmouth PART 1 SCOPE OF WORK General:� This is a non-personal services contract to provide full contract support immediately upon award of a resulting order. The Government shall not exercise any supervision or control over the contract service providers performing the services herein.� Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. � Description of Services/Introduction:� The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide full maintenance support for the items listed in Section B and all support items / components as defined in this PWS except for those items specified as government furnished property and services.� The contractor shall perform to the standards in this contract. � Background:�� The Contractor shall be qualified / authorized by the OEM (IE: Certified Agent of the OEM) in the repair of all equipment listed within this contract. Certification of the OEM must be current (within 2 years) at all times prior to contract award and throughout contract period.� Contractor and its employees shall maintain qualifications throughout entire contract period. In the event that a sub-contractor is used for this requirement, the sub-contractor must be a Certified Agent of the OEM.� Qualification includes but not limited to the certification of all repair persons and repair facilities by the OEM as being trained / qualified to perform required repairs.� The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance.�� Additionally contractor must have ready access to parts inventory of OEM replacement parts. Objectives: Equipment listed in this contract will be maintained to meet the original equipment manufacturer�s (OEM) specifications. � Scope: This contract shall provide for maintenance services which include on-site corrective repairs, normal working hour coverage (8:00 A.M. to 4:30 P.M. Monday through Friday excluding Federal holidays); emergency service and routine preventive maintenance services to Department of Defense owned equipment, as listed on the: DD Form 1155 �Order for Supplies or Services�.� It shall include all systems, subsystem components, and assemblies, (i.e.: contractor responsible for total maintenance of entire system).� All maintenance provisions shall apply to hardware, firmware, and software, as appropriate, unless otherwise stated. Period of Performance:� The period of performance shall be for one (1) base year plus four (4) option years. � BASE YEAR 01-OCT-2020 to 30-SEP-2021 OPTION 1 01-OCT-2021 to 30-SEP-2022 OPTION 2 01-OCT-2022 to 30-SEP-2023 OPTION 3 01-OCT-2023 to 30-SEP-2024 OPTION 4 01-OCT-2024 to 30-SEP-2025 GENERAL INFORMATION Quality Control (If applicable):� The contractor shall develop and maintain an effective QCP to ensure services are performed in accordance with this PWS.� The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services.� The contractor�s quality control program is the means by which the contractor assures that the work performance complies with the contract requirements of the contract.� [The QCP is to be delivered, within 30 days after contract award or with the contractor�s proposal if it is an evaluation factor, three copies of a comprehensive written QCP shall be submitted to the Contracting Officer (KO) and Contracting Officer Representative (COR) within 5 working days when changes are made thereafter.] After acceptance of the QSP the contractor shall receive the KO�s acceptance in writing of any proposed change to the QC system.� � Quality Assurance:� The government shall evaluate the contractor�s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP).� This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards.� It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).��� Recognized Holidays:� ���� New Year�s Day�������������������������������������������� Labor Day Martin Luther King Jr.�s Birthday���������������� Columbus Day President�s Day���������������������������������������������� Veteran�s Day Memorial Day������������������������������������������������ Thanksgiving Day Independence Day����������������������������������������� Christmas Day Hours of Operation:� The contractor is responsible for conducting business, between the hours of 8:00 A.M. to 4:30 P.M., Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings.� The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons.� When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.� � Place of Performance:� The work to be performed under this contract will be at a government facility. � Type of Contract:� The government will award a FFP Contract.� � PHYSICAL Security: �The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. � Key Control (If applicable).�� The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons.� NOTE: All references to keys include key cards.� No keys issued to the Contractor by the Government shall be duplicated.� The Contractor shall develop procedures covering key control that shall be included in the QCP.� Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas.� The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the KO. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying.� When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. �In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. � The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor�s employees.� The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. Lock Combinations (If applicable).��� The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons.� The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations.� These procedures shall be included in the Contractor�s QCP � Special Qualifications: The contractor is responsible for ensuring all employees possess and maintain current Information Assurance Technician (IAT) Level I professional certification during the execution of this contract. The Contractor shall provide trained, experienced, English speaking personnel, labor, tools, diagnostic equipment, software, test phantoms, material, supplies, transportation, parts and equipment necessary to perform Preventive Maintenance (PM), Calibration (CAL), Safety testing (ST) and corrective maintenance. � The Contractor shall provide telephonic communications with the Government to discuss technical matters relating to the performance of this contract.� A systems operator will be made available to answer technical questions regarding system operations and applications. The Contractor Point of Contact (POC).� Service calls shall be placed 24 hours a day, 7 days a week by calling a vendor supplied toll free response center.� Qualified service reps are required to make a �best effort�� to call back within 4-hours during normal business hours (8am � 5pm CST / Monday � Friday excluding Federal Holidays) to schedule service visit.� � Contracting Officer Representative (COR):� The COR will be identified by COR Appointment letter.� The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements; including Government drawings;� designs;� specifications; monitor Contractor's performance and notify both the KO and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel.� A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates.� The COR is not authorized to change any of the terms and conditions of the contract � Identification of Contractor Employees:�� All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials.� They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed.� Contractors shall wear identifying badges at all times when conducting business inside a government facility. � 1.16.02 To obtain a gate pass, refer to http://dbids.dmdc.mil/#!/register � Contractor Travel (If applicable):�� [Insert any travel requirements.]. �For example:� Contractor will be required to travel CONUS during the performance of this contract to attend meetings, conferences, and training.� The contractor may be required to travel to off-site training locations and to ship training aids to these locations in support of this PWS.� Required language should travel be needed:� Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract.� All travel requires Government approval/authorization and notification to the COR.� For proposal purposes, a Not to exceed amount �for travel can be established or you can include in your IGE and the �workload summary , a projected listing of travel locations to include frequency and number of persons required to travel so the offerors can provide pricing. � Other Direct Costs (If applicable):� [Insert what the other direct costs requirements will be.� These costs must be preapproved by the KO]� For example:� This category includes travel, reproduction, and shipping expenses associated with training activities and visits to contractor facilities.� � Data Rights (If applicable):� The Government has unlimited rights to all documents/material produced under this contract.� All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government.� These documents and materials may not be used or sold by the contractor without written permission from the KO.� All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose.� This right does not abrogate any other Government rights. � Organizational Conflict of Interest (If applicable):� It is the contractor�s responsibility to notify the KO of any potential Organizational Conflict of Interest (OCI). In the event that an OCI exist the contractor shall propose a Mitigation plan that shall be reviewed and accepted by the KO prior to continuance of the work that presents an OCI. Should the proposed Mitigation Plan is not accepted by the KO, the Government may terminate this contract, disqualify the Contractor from subsequent contractual efforts, and pursue any remedies as may be permitted by the law or this contract. PART 2 DEFINITIONS & ACRONYMS Definitions and Acronyms: � DEFINITIONS � CONTRACTOR.� A supplier or vendor awarded a contract to provide specific supplies or service to the government.� The term used in this contract refers to the prime. CONTRACTING OFFICER (KO).�� A person with authority to enter into, administer, and/or terminate contracts, and make related determinations and findings on behalf of the government.� This is the only individual who can legally bind the government. CONTRACTING OFFICER'S REPRESENTATIVE (COR).�� An employee of the U.S. Government appointed by the contracting officer to administer the contract.� Such appointment shall be in writing and shall state the scope of authority and limitations.� This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications.� This individual does NOT have authority to change the terms and conditions of the contract. DEFECTIVE SERVICE.� A service output that does not meet the standard of performance associated with the Performance Work Statement. DELIVERABLE.� Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. KEY PERSONNEL.� Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS.� When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. PHYSICAL SECURITY.� Actions that prevent the loss or damage of Government property. QUALITY ASSURANCE.� The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP).� An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.� QUALITY CONTROL.� All necessary measures taken by the Contractor to assure that the quality of an end product or service meet contract requirements. SUBCONTRACTOR.� One that enters into a contract with a prime contractor.� The Government does not have privity of contract with the subcontractor. WORK DAY.� The number of hours per day the Contractor provides services in accordance with the contract. WORK WEEK.� Monday through Friday, unless specified otherwise. � ACRONYMS:� � ACOR������������������������ Alternate Contracting Officer's Representative CFR���������������������������� Code of Federal Regulations CONUS���������������������� Continental United States (excludes Alaska and Hawaii) COR��������������������������� Contracting Officer Representative COTS������������������������� Commercial-Off-the-Shelf DD250����������� ����������� Department of Defense Form 250 (Receiving Report) DFARS���������� ����������� Defense Federal Acquisition Regulation Supplement DOD��������������������������� Department of Defense FAR��������������������������� Federal Acquisition Regulation �������� HIPAA����������������������� Health Insurance Portability and Accountability Act of 1996 KO����������������������������� Contracting Officer OCI���������������������������� Organizational Conflict of Interest OCONUS������������������� Outside Continental United States (includes Alaska and Hawaii) ODC �������������������������� Other Direct Costs POC��������������������������� Point of Contact PWS��������������������������� Performance Work Statement QA����������������������������� Quality Assurance QAP��������������������������� Quality Assurance Program QASP������������������������� Quality Assurance Surveillance Plan QC������������������������������ Quality Control QCP��������������������������� Quality Control Program TE������������������������������ Technical Exhibit � PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES � GOVERNMENT FURNISHED ITEMS AND SERVICES:� � The government will be responsible for maintaining the proper environment, including utilities and site requirements necessary for the system to function properly as specified by the OEM. � The Government will operate the system in accordance with the instruction manual provided by the OEM. PART 4.0 CONTRACTOR FURNISHED ITEMS AND SPECIFIC TASKS � 4.1 Government furnished property, Materials and Services. The Contractor representative(s) at each site is encouraged to request a pre-maintenance inspection prior to the onset of the contract.� As all apparent discrepancies must be identified upon submittal of quote, any and all claims must be received within 30 days of contract award or prior to contract start whichever occurs first.� All non-apparent / hidden discrepancies must be identified no later than the first scheduled preventative maintenance.� Any claims resulting from hidden defects must be received within 30 days of first scheduled preventative maintenance.�� Any equipment found to be inoperable during this pre-maintenance inspection would be repaired using a separate purchase order.� The cost of repairs shall not exceed contractor�s normal retail rate for required repairs.� The government certifies that the equipment to be maintained under this contract will be in good operating condition on the effective date of this contract.� For the purpose of this contract, the clause, �good operating condition� means the conditions necessary for the equipment to function as intended without corrective maintenance.� The Contractor agrees to leave the equipment in good operating condition at the expiration of this contract.� During the final week of this contract, the Government will make final inspection of the equipment.� Any correction of deficiencies noted during this inspection shall be resolved prior to contract end.� The Government reserves the right to request the repair (at no additional cost to the Government) of items identified with latten defects after contract termination, when it has been determined that defects either are a result of contractor�s performance or should have been discovered during normal performance of work under this contract.� � 4.1.2 The Government will not be responsible for the damage or loss due to fire, theft, accident, or other disaster of Contractor supplies, materials, or for the personal belongings brought onto Government property by Contractor�s personnel. � 4.2 Contractor Furnished Property and Material. � The Contractor shall provide all service literature, reference publications, laptop computers and diagnostic software to be used by the contractor service technicians and as required for the completion of the services in accordance with this contract. � Replacement Parts. The Contractor shall have ready access to unique and/or high mortality replacement parts.� All parts supplied shall be compatible with the existing system.�� In the event that replacements parts are required to be shipped. Shipping shall be performed in the fastest reasonable means possible (i.e., next day air) at no additional cost to the Government. �The Contractor shall at their expense, replace all worn or defective parts necessary to restore the equipment to 100% operational condition as specified by the OEM.� Vendor is not responsible for consumable items. �Contractor installed replacement parts shall become the property of the Government and the replaced malfunctioning part shall become the property of the Contractor.� Replaced items shall be properly disposed of at no additional cost to the Government (contractor to pay all �environmental fees� where required). � �Freight, postage, and storage charges associated with shipment and receipt of replacement parts, and the return of parts shall be the responsibility of the Contractor. � �All replacement parts shall be new and certified as OEM replacement parts.� In the event that new parts are not available, rebuilt parts and sub-assemblies are allowed provided that they are warranted to be free of defects for a period of time that meets or exceeds warranties of similar replacement parts.� The contractor shall specifically annotate on the final Field Service report the use and identification of rebuilt parts and the period of warranty.� When discrepancies occur, the Government will make the final determination on whether a replacement part is of equal or better quality. Replacement parts must maintain the integrity of system / equipment certification to include compliance with any UL, AMA, JACHO, Manufactures Certifications or any other certifications as they apply. � �The Contractor must include software revisions and updates (field service changes), which are required due to FDA, or manufacturer announced safety-hazard recall, to include FDA Year 2000 Compliance Directive, as part of the contract at no additional cost to the Government.� Updates shall be performed as soon as possible after release, but no later than the first scheduled Preventative Maintenance Inspection after release.� For any updates that have been identified as critical, or required for the proper operation of equipment by the OEM, contractor shall provide installation within 30 days of release regardless of Preventative Maintenance Schedules.� �The Contractor shall at their expense, replace all worn or defective parts necessary to restore the equipment to 100% operational condition as specified by the OEM.� Vendor is not responsible for consumable items. � �Contractor installed replacement parts shall become the property of the Government and the replaced malfunctioning part shall become the property of the Contractor.� Replaced items shall be properly disposed of at no additional cost to the Government (contractor to pay all �environmental fees� where required). � �Freight, postage, and storage charges associated with shipment and receipt of replacement parts, and the return of parts shall be the responsibility of the Contractor. � �All replacement parts shall be new and certified as OEM replacement parts.� In the event that new parts are not available, rebuilt parts and sub-assemblies are allowed provided that they are warranted to be free of defects for a period of time that meets or exceeds warranties of similar replacement parts.� The contractor shall specifically annotate on the final Field Service report the use and identification of rebuilt parts and the period of warranty.� When discrepancies occur, the Government will make the final determination on whether a replacement part is of equal or better quality. Replacement parts must maintain the integrity of system / equipment certification to include compliance with any UL, AMA, JACHO, Manufactures Certifications or any other certifications as they apply. � �The Contractor must include software revisions and updates (field service changes), which are required due to FDA, or manufacturer announced safety-hazard recall, to include FDA Year 2000 Compliance Directive, as part of the contract at no additional cost to the Government.� Updates shall be performed as soon as possible after release, but no later than the first scheduled Preventative Maintenance Inspection after release.� For any updates that have been identified as critical, or required for the proper operation of equipment by the OEM, contractor shall provide installation within 30 days of release regardless of Preventative Maintenance Schedules. 4.3 Contractor Report Requirements. During normal duty hours, Contracted Field Service Engineer (FSE) personnel shall check-in with the Biomedical Engineering Division upon arrival at the Government site and again prior to departure.� (Biomedical Engineering located in Build-250 1st floor; 757-953-5336). The Contractor FSEs shall personally notify Biomedical Engineering (BME) of problems that result in the equipment being left disabled upon their departure.� After normal duty hours, Contractor FSE�s shall notify the Officer of the Day Desk (Bldg 2, 2nd Floor) and the systems operator designated by BME. The Contractor shall provide to BME a full service report within two (2) days after completion of all service performed.� The service report shall include, but not be limited to:� contract number, equipment description (model, serial number, equipment control number) contractor�s log number, detailed description of the service(s) performed, replacement part(s) information (part number, part value, nomenclature, unit price, manufacturer, if not OEM, and whether the part is new/used/reconditioned), the completion date and time, man-hours expended, model and serial numbers, and the name of the FSE performing the service.�� In the event that agents / sub-contractors are used in the performance of repairs, said agent shall be identified on the service report by company name and contact information (i.e., telephone number).� Additionally contractor will be required to affix a tag on equipment upon the completion of a preventative maintenance inspection.� Tag may either be a �sticker� or �hanging tag�.� As a minimum the tag shall contain: the name of the contractor, technician performing inspection and date of inspection legibly printed. � Responsibility. � �The Contractor shall be responsible for the repair/replacement of damaged Government owned equipment and property due to the negligence of the Contractor or his representatives.� All such replacement or repair shall be at the Contractor�s expense and shall be inspected to the satisfaction of the KO or appointed representative. � �Preventive Maintenance Services. � �In accordance with Naval Medical Logistics Command (NAVMEDLOGCOM) Risk Assessment Criteria, preventive maintenance shall be performed once a year in accordance with the Original Equipment Manufacturers (OEM) recommendations.� � �(The Government Fiscal Year runs: October through September).� The Contractor shall make a best effort to schedule and complete preventive maintenance services prior to the 15th of the selected month, but no later than the last day of the month. � AS REQUESTED BY BIOMED � �All test equipment used in the performance of this contract must be calibrated (if required / as required by manufacture of test equipment) and shall be in compliance with Joint Commission on Accreditation of Healthcare Organizations (JCAHO), Original Equipment Manufacturer (OEM) and Federal Drug Administration (FDA) standards as required.� � �Corrective Maintenance. � �Normal working hour maintenance coverage will be Monday through Friday, between 8:00 A.M. to 4:30 P.M.� A contractor Service Tech shall respond via telephone within 4 hours after receipt of trouble call, and make a best effort to provide on-site service no later than the close of business (4:30 pm) on the next business day. Vendor is to make a best effort to have all equipment operational within 72 hours of initial on-site response. �In the event that emergency service outside the normal working hours are required by the Government, additional work shall be billable to the Government at published commercial rates, and negotiated and approved by a Contracting Officer prior to services rendered. � �Government request for corrective maintenance will be placed by BME, to the Contractor�s POC.� Corrective Maintenance shall be completed during the hours specified in the contract. � �The Contractor shall assign a unique Log/Reference Number to each Government request for corrective Maintenance. � �Contractor�s response to requests for service may include telephone consultation with the equipment user/operator and a Contractor FSE.� Telephone consultation shall: 1) provide instruction in determining operator error; 2) to determine the most likely cause of the problem; 3) to determine if resolution of the problem requires the dispatch of a FSE; and 4) to identify replacement parts likely to be required in order to return the equipment to 100% operational condition as specified by the OEM.� � �Contractor�s pricing shall be inclusive of all cost including parts, labor, travel and shipping, unless otherwise indicated.� Any/all exclusions are listed as follows: � No Exclusions � �The Contractor shall have his/her own service manuals, specifications, schematic diagrams, and parts lists to assist in the evaluation/repair of all equipment included in this contract. � �Removal of Government Property. � �Wheneverthe repair of equipment cannot be performed at the Government site as determined by the Contractor, the Contractor shall notify BME who will make arrangements for the Contractor to remove the item to the Contractor�s designated site.� The Contractor may be required to sign a Government form accepting responsibility for the Government equipment.� The Contractor shall provide a detailed description of removed items.� For associated items / accessories, contractor to provide a detailed description and quantities of items to be removed.� Description to include as a minimum manufacturers serial numbers and equipment control number (ECN) of all equipment / items removed.� In the event that items / sub-assemblies / accessories are repaired via �Repair by Replacement� a detailed description of replaced items is to be included upon return of repaired components. � �All charges resulting from a Contractor determined requirement to transport Government owned property, covered by this contract, to and from an alternate repair location shall be the responsibility of the Contractor. � �Equipment Modification Upgrades. � �The Contractor shall only incorporate OEM specified modifications, alterations and upgrades.� Approval shall be obtained from BME prior to the Contractor installation of any modification, alteration, or upgrades. � �The Contractor shall maintain contact with the OEM to determine the requirement for field modifications and to ensure accomplishment of these modifications in accordance with the time schedule set forth by the OEM. � �The Government shall not alter the system without prior notification to the Contractor. � �The contractor at no additional cost shall provide software updates to the Government.� Installation of updates will be left to the discretion of the Government.� All supplied software is to be warranted current and free of defects such as viruses.� � �Service beyond the Scope of the Contract. � �The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify BME, in writing, of the existence or the development of any defects in, or repair required to the scheduled equipment, which the Contractor considers they are not responsible for under the terms of this contract. � �At the same time of the notification, the Contractor shall furnish BME with written estimate of the cost to make the necessary repairs.� Repairs considered by the Contracting Officer to be outside the scope of this contract shall not be covered under this contract, but shall be ordered under a separate purchase order. � PART 5 APPLICABLE PUBLICATIONS � (In this section list any publications, manuals, and/or regulations that the contractor must abide by.� See example provided below.) Applicable Publications (Current Editions) (If applicable):� (In this section list any publications, manuals, and/or regulations that the contractor must abide by.� See example provided below.) � The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures.� (For example, FAR Part 10, AR 25-2, AR 530-1.)� � PART 6 ATTACHMENT/TECHNICAL EXHIBIT LISTING � (Under this section list all attachments and technical exhibits that will be useful for the contractor to submit an appropriate proposal.) � Attachment List:� � Attachment 1� Quality Assurance Surveillance Plan (QASP)(This document is required for every PWS.� See attached example for format.) � Attachment 2� Deliverables Schedule (This document is required for every PWS.� See attached example for format. � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7f413ccda24d42df8a39dcbfeb757b58/view)
 
Place of Performance
Address: Portsmouth, VA 23708, USA
Zip Code: 23708
Country: USA
 
Record
SN05570454-F 20200226/200224230138 (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.