Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 20, 2023 SAM #7997
SPECIAL NOTICE

R -- Community Led Monitoring Tanzania

Notice Date
10/18/2023 11:14:04 AM
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
PANMRA23P0000006347
 
Response Due
10/25/2023 7:00:00 AM
 
Archive Date
11/09/2023
 
Point of Contact
REBECCA WISNER, Phone: 3016191349
 
E-Mail Address
rebecca.c.wisner.civ@health.mil
(rebecca.c.wisner.civ@health.mil)
 
Description
Request for Information (RFI) Community Led Monitoring in Tanzania General Information: This is an RFI as defined in FAR 15.201(e) to ascertain market research information and current capabilities. �The RFI also seeks to determine whether this requirement is commercially available in the market. based on the described herein. �� This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI will be treated as business confidential information. �Nonetheless, submitters should properly mark their responses if the information is confidential. �Responses to the RFI will not be returned. �Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. �Responders are solely responsible for all expense associated with responding to this RFI. RFI Response and due date: 25 October 2023 Instructions to Responders: Responses from all capable and qualified sources are encouraged to respond to this request. � White papers should adhere to the following formatting and outline instructions: 1. � All submissions shall be made electronically and be in one of the following formats: Microsoft Word or Adobe PDF. 2. Cover Page (1page) ��� �Title� ��� �Organization ��� �Responders technical and administrative points of contact (names, addresses, phone, fax number and email addresses) ��� �Topic area(s) addressed ��� �NAICS Code ��� �Unique Entity ID/Cage Code 3. � Interested parties are asked to respond to this RFI and submit a capabilities statement that supports the focus of this RFI as described in the DRAFT Performance Work Statement (PWS). Interested parties should indicate if this similar or like requirements have been done in the commercially. Please review the place of performance requirements. Please submit written responses via email in Microsoft Office 2000 or 2007 format. �All responses should be complete: in 12-point font; and not to exceed 3 pages total, including graphics, tables, and appendices. No hardcopies shall be accepted. No written solicitation document is available at this time. Telephone requests will not be honored, and no bidders list shall be maintained. No inquiries regarding any potential future acquisition activities shall be entertained. No questions will be addressed. Responses from industry must be a to a �local indigenous organization in Tanzania. Responses are due to the Point of Contact, Ms. Rebecca Wisner at email: �rebecca.c.wisner.civ@health.mil � no later than 10:00AM ET, Wednesday, 25 October 2023.� DRAFT PERFORMANCE WORK STATEMENT (PWS) Community-Led Monitoring (CLM) in Tanzania ? Part 1 General Information 1. �General: �This is a non-personal service(s) contract under which the personnel rendering the service(s) are not subject, either by the contract�s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. 1.1 �Description of Services/Introduction: �This is a non-personal service(s) contract to a �local indigenous organization in Tanzania to: (a) support people living with Human Immunodeficiency Virus (HIV) (PLHIV); (b) meaningfully engage with HIV service providers and stakeholders; (c) address service barriers; and (d) contribute to the achievement of the 95-95-95 United States (US) President�s Emergency Plan for Acquired Immunodeficiency Syndrome (AIDS) Relief (PEPFAR) goal. The Recipient will gather information to assess the quality of services received by PLHIV at healthcare facilities supported by the Department of Defense (DoD)/Walter Reed Army Institute of Research (WRAIR) PEPFAR program and share the data with stakeholders to address the challenges for HIV service delivery in the regions of Mbeya, Rukwa, Katavi, and Songwe. � 1.2 �Background: �The US Military HIV Research Program (MHRP) conducts research to develop an effective HIV vaccine as part of an international effort to protect US and Allied troops and reduce the impact of HIV infection worldwide. In 2004, the program began to collaborate on HIV prevention, care and treatment services, funded by the State Department/Office of the Global AIDS Coordinator and Global Health Diplomacy (S/GAC), PEPFAR, with African militaries and in the communities where MHRP conducts research. The integration of prevention, care, and treatment services has helped MHRP build strong and trusting relationships with the communities, while providing an ethical framework for the conduct of HIV clinical research. The Department of International HIV Prevention and Treatment (IHPT) under MHRP executes PEPFAR programs around its civilian research sites in Kenya, Tanzania, and Uganda and with militaries in Kenya, Tanzania, Nigeria, and the Philippines. The military programs are conducted in collaboration with the Department of Defense HIV/AIDS Prevention Program (DHAPP). To develop and implement HIV/AIDS care and treatment aspects, MHRP through DoD Health Affairs, established an interagency agreement with the US Department of State to receive PEPFAR funds, which direct the implementation of effective HIV/AIDS care and treatment programs in Africa. Each country seeking support under PEPFAR negotiates for and develops a detailed annual Country Operational Plan (COP). MHRP has secured PEPFAR funds for HIV/AIDS prevention, care and treatment programs in Kenya, Tanzania, Uganda, and Nigeria. WRAIR-Tanzania has gained valuable experience since PEPFAR/T introduced Community-Led Monitoring (CLM) in Fiscal Year (FY) 2021. PEPFAR/T, in collaboration with the Joint United Nations Programme on HIV/AIDS (UNAIDS), developed and validated national CLM tools and indicators and piloted CLM in 18 high burden, low performing councils through Implementing Partner and Ambassador�s Small Grants mechanism. Data was compiled, both positive and negative feedback were received and discussions on corrective actions with healthcare providers and managers were conducted.� Building on these experiences, CLM remains to be a strategic PEPFAR requirement to fund in COP23 (FY24). PEPFAR/T strengthened and expanded an inclusive and coordinated approach to CLM. Programmatically, the funding and management of CLM activities is shifting to each agency to reach more councils, which will enhance sustainability and improve national-level coordination through its existing network. This calls for expanding the program to more facilities as well as targeting priority groups such as Key and Vulnerable Populations (KVPs), pregnant and breast-feeding women living with HIV, as well as children and adolescent clients. CLM is a:� o�� �A client-centered approach that seeks to improve access and quality of services to PLHIVs. PLHIV take leadership role in collecting data, providing feedback, and tracking HIV service provision and improvements. o�� �A process that empowers service recipients to engage and pinpoint barriers to services, use evidence (data) to enhance advocacy and meaningful engagements with health service providers and Government on needed changes to improve accountability and quality of HIV services. o�� �An approach that helps service recipients to monitor the 5-As (Availability, Accessibility, Acceptability, Affordability and Appropriateness) of HIV/AIDS services.� ��� �Availability: Do the required health services and commodities exist? If so, do they exist when they are needed and in adequate supply? ��� �Accessibility: Are there long waiting times? Are hours of operations convenient? Is there a smooth referral processes along the care cascade? ��� �Acceptability: How well do the services meet/satisfy the requirements of the clients? �How are services agreed or approved by the clients? �� ��� �Affordability: Do services require out of pocket spending for the clients? Is the service delivery model efficient? How is the sustainability of the response? � ��� �Appropriateness: Are services tailored to the specific needs of KVP? Are age and gender considered in service packages? � 1.3 �Scope/Period of Performance: � 1.3.1�� �Scope: �The Contractor shall provide non-personal service(s). The contractor shall support the DoD/WRAIR-Tanzania team located at the US Mission in Dar es Salaam with ensuring the quality of HIV services received by PLHIV, by conducting CLM activities approved in the annual Tanzania COP at facilities supported by funding from PEPFAR. Specifically, the contractor shall provide experienced, technical support for assessing the quality of services for PEPFAR-funded HIV/AIDS programs in the Southern Highlands regions of Mbeya, Songwe, Rukwa and Kavavi. CLM will include collecting data from PLHIV receiving services and healthcare workers providing services at healthcare facilities on a quarterly basis, summarizing and reviewing the data, and sharing the findings with stakeholders. Data will be collected at public and/or private health facilities, community-based service delivery facilities and/or community service points (for example, community groups). This requirement is based on DoD/WRAIR�s current mission needs in Tanzania; as the mission changes, the needs may increase or decrease.� 1.3.2 Period of Performance: The Period of performance for this requirement shall be as follows: Base period�� �30 December 2023 � 30 September 2024 Option period 1�� �1 October 2024 � 30 September 2025 Option period 2�� �1 October 2025 � 30 September 2026 Option Period 3�� �1 October 2026 � 30 September 2027 1.4 �Objectives: �The objective of this requirement is to gather information to assess the quality of services received by PLHIV at the health care facilities supported by the DoD/WRAIR PEPFAR program and share the data with stakeholders to address the challenges for HIV service delivery in the regions of Mbeya, Rukwa, Katavi, and Songwe. �The contractor shall meet the following objectives: 1. Collect data from people receiving care and treatment services at DoD/WRAIR- supported healthcare facilities, using Focus Group Discussions (FGDs), interviews and observation data collection methods on a quarterly basis. 2. Collect data form HIV service providers using interviews, observations, and facility records on a quarterly basis. 3. Analyze and summarize the feedback received in quarterly reports and data collection tools, using WRAIR-Tanzania Office pre-approved templates.� 4. Review and share quarterly feedback with stakeholders. 1.5 �General Information: 1.5.1 �Quality Control Plan (QCP): The Contractor shall develop and maintain a Quality Control Plan (QCP) to ensure services are performed In Accordance With (IAW) this Performance Work Statement (PWS). The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor's QCP is the means by which it assures that the work provided complies with the requirements of the contract. The Contractor�s Proposed QCP shall be submitted to the Contracting Officer (KO) through the Contracting Officer�s Representative (COR) for review within 10 days after date of contract award (A.001). The Government will review and either notify the Contractor in writing of acceptance of the plan or return their comments to the Contractor within 15 days. If the Government has provided comments, the Contractor shall then have 15 days to submit a Final QCP. After receipt of the Final QCP, the Contractor may receive the KO�s acceptance in writing. Any proposed changes to the accepted QCP are required to be resubmitted for acceptance by the KO No Later Than (NLT) 30 days prior to the anticipated change and before implementation by the Contractor. The timeline noted above will apply for review and acceptance for proposed changes. At a minimum, the QCP must include and answer the following to be acceptable:� (a) A chart showing the organizational structure and lines of authority, the names, qualifications, duties, responsibilities, and classification of each member of the Contractor's Quality Control (QC) Team; (b) How the Contractor will monitor work to ensure performance complies with all deliverables (etc. timelines, deadlines, and goals); (c) How the Contractor will monitor work to ensure performance complies with all specifications and requirements of the contract, including the contract�s clauses; (d) How the Contractor will monitor and ensure staff qualifications remain current and valid including DoD Contractor Personnel Office (DOCPER) processes/approvals throughout contract performance; (e) RESERVED (f) RESERVED (g) How the Contractor will identify, investigate, and correct any non-conforming performance and prevent similar deficiencies in the future; and (h) How the Contractor will file and save all QC related documents for the life of the contract plus 5 years. 1.5.1.1 RESERVED 1.5.1.2 �The Contractor shall inform the WRAIR Activity Manager or COR of issues or potential issues that might affect the performance within 48 clock hours of identifying those issues. Verbal reports shall be followed up by written reports within 2 days (A.002). 1.5.2 �Quality Assurance: �The Government will 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 acceptable quality levels (performance thresholds). 1.5.3 �Recognized Holidays: �The following provides information on recognized holidays for the purpose of the PWS. If submittal of any documentation (e.g., deliverables, submittals, etc.) deadlines fall on a holiday, the closest work day prior to the holiday will apply as the deadline for submittal.� 1.5.3.1 U.S. Holidays: RESERVED. 1.5.3.2 �Host Nation Holidays: Work shall not be performed on local Host Nation holidays occurring during the normal workweek unless otherwise directed by the KO. � New Year�s Day�� ��� ��� ��� ��� �Saba Saba Zanzibar Revolution Day�� ��� ��� ��� �Eid al-Adha Karume Day�� ��� ��� ��� ��� ��� �Peasant�s Day Good Friday�� ��� ��� ��� ��� ��� �Mwalimu Nyerere Day Easter Monday�� ��� ��� ��� ��� �Independence Day Union Day�� ��� ��� ��� ��� ��� �Christmas Day Worker�s Day�� ��� ��� ��� ��� �Boxing Day Eid-al-Fitr�� � 1.5.4 Contractor Onboarding Work Plan: The Contractor shall prepare and maintain an Onboarding Work Plan. The plan, as a minimum, shall identify regularly scheduled work (to include location, work to be completed, timeline, quantities, budgets, etc.). The Contractor�s proposed Work Plan shall be submitted to the KO via the COR and WRAIR Activity Manager for review within 30 days after date of contract award (A.003). The Government will review and either accept or return their comments to the Contractor within 10 days. The Contractor shall then have 3 days to submit a Final Work Plan. Any proposed change to the accepted Final Work Plan is required to be resubmitted via the COR and WRAIR Activity Manager for review and acceptance by the KO at a minimum thirty (30) days prior to implementation. The timeline noted above shall apply for review and acceptance for proposed changes. In addition to the onboarding work plan, the contractor shall also prepare and maintain annual workplans based on WRAIR and PEPFAR calendars (A.004). Specific timeline of the annual workplan submission will be communicated by WRAIR-Tanzania. 1.5.5 �Training Holidays: RESERVED 1.5.6 �Place of Performance: �The work to be performed under this contract will be performed in 21 Councils within the DoD/WRAIR-supported regions in the Southern Highlands (Mbeya, Songwe, Rukwa and Katavi). Data will be collected at public and/or private health facilities, community-based service delivery facilities and/or community service points (for example, community groups). 1.6 �Security Requirements: �The following information is provided on security related matters. 1.6.1 �Security Program: RESERVED� 1.6.2 �Personnel Security Clearance Requirements: RESERVED� 1.6.3 �Installation Access: RESERVED� 1.6.4 �Background Checks: RESERVED 1.6.4.1 �U.S. Citizen: RESERVED� 1.6.4.2 �Local Nationals and Third Country Nationals: RESERVED 1.6.5 �Physical Security: RESERVED 1.6.6 �Operations Security (OPSEC) Requirements: RESERVED � 1.7 �Key Control: RESERVED 1.8 �Post Award Conference/Periodic Progress Meetings: �The Contractor shall attend any post award meeting or conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation (FAR) Subpart 42.5. The KO, COR, the WRAIR Activity Manager and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the KO will apprise the Contractor of how the Government views the Contractor's performance and the Contractor shall apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 1.8.1 �The Contractor shall attend, participate in, and furnish input to scheduled and unscheduled meetings, conferences, and briefings that relate to the functions and services herein as required by the Government to provide effective communication and impart necessary information. The Contract Coordinator or designated representative shall attend meetings as requested by the Government. Meeting attendees shall at times include Contractor managerial, supervisory, and other personnel knowledgeable of the subject matter. Meetings may start or end outside of regular duty hours. 1.9 �Contracting Officer�s Representative (COR): �Refer to Part 2 of this PWS for the definition of a COR. As determined by the KO, a COR will be appointed and identified by letter of designation, a copy of which will be provided to the Contractor by the KO. The designation letter 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 resulting order. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is not authorized to obligate the Government. If the work is not written in the contract, the COR is not authorized to request new work. 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 notifies both the KO and Contractor of any deficiencies, coordinate availability of Government property, and coordinate site entry of Contractor personnel. � 1.10 �Key Personnel: �The following personnel are considered key personnel by the Government: Contract Coordinator and Alternate Contract Coordinator. The Contractor shall provide a Contract Coordinator who shall be responsible for the performance of the work. The name of this person and an Alternate Contract Coordinator, who shall act for the Contractor when the Contract Coordinator is absent, along with a Curriculum Vitae (CV) for each of these individuals, shall be provided in writing to the KO NLT 5 days after contract award (A.005). �Acceptance of the CV by the KO is required before these individuals are permitted to perform any task on this contract. The Contract Coordinator and Alternate Contract Coordinator shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. Qualifications for all key personnel are listed below: � �� �a. �Contract Coordinator and Alternate Contract Coordinator: Doctor of Medicine, Degree in Public Health or Degree in Sociology and must demonstrate a minimum of 5 years of experience working in with public health projects.� 1.11 �Identification of Contractor Employees: �All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties must identify themselves, to include proper marking of signature blocks in correspondence, to avoid creating an impression in the minds of members of the public that they are Government officials. The Contractor shall ensure that all documents or reports, produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. � 1.12 �RESERVED 1.13 �Contractor Travel: The Contractor will be required to travel within the WRAIR supported regions (Mbeya, Rukwa, Katavi and Songwe). In addition to these regions and with approval of the COR and the Activity Manager, the contractor may be authorized to travel to other locations within Tanzania and outside of Tanzania during the performance of this contract to attend meetings, workshops, 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. The Contractor may be authorized travel expenses at rates no higher than the substantive provisions of the Joint Travel Regulation (JTR), IAW FAR Part 31.205-46, and the limitation of funds specified in this contract.� 1.14 �Other Direct Costs (ODCs): � The Contractor will be authorized expenses necessary for performance of this contract at rates no higher than the substantive amounts and the limitation of funds specified in this contract. All expenses and procurements require Government review, approval, and authorization prior to purchase. This category includes travel (outlined in 1.13), hiring of vehicles, transport costs, shipping, postage, office equipment (laptops and a printer), paper and cartridges for the printer, airtime for cell phones, venue hiring, provision of training, promotional materials, etc. 1.15 �Data Rights: The Government has unlimited rights to all documents and materials produced under this contract. All documents and materials, to include the source codes of software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership and 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. 1.16 �Non-Disclosure Requirements: Performance under this contract may require the Contractor to access data and information proprietary to a Government agency, another Government Contractor, or of such nature that its dissemination or use other than as specified in this work statement would be adverse to the interests of the Government or others. The Contractor and Contractor personnel shall not divulge or release data or information developed, or obtained under performance of this PWS, except to authorized Government personnel or upon written approval of the KO. The Contractor shall not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as specified in this PWS. All documentation showing individual names or other personal information shall be controlled and protected under the provisions of the Privacy Act of 1974, Public Law 93-579, 5 United States Code (U.S.C.) Section 552a. 1.17 �Protection of Government and Contract Information: Per Public Use Notice of Limitations stated by Defense imagery Management operations Center and contained at �www.dimoc.mil/resources/limitations/ , the Contractor shall not cite any information (e.g., contract information, pictures, locations, etc.) obtained through this contract on any hard copy or digital marketing tools to include its company website. 1.18 �Non-Disclosure Statements: The Contractor shall provide signed non-disclosure agreements to the Government NLT 15 days prior to commencement of work under the contract (A.006). Disclosure of information by Contractor personnel may result in removal of Contractor personnel from performance under this contract.� 1.19 �Organizational Conflict of Interest (OCI): �Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications, or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interest (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI (A.007). The Contractor�s OCI Mitigation Plan will be determined to be acceptable solely at the discretion of the KO. In the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.20 �Phase In /Phase Out Period: RESERVED. 1.21 �Safety: RESERVED. � 1.22 �Environmental Compliance: RESERVED. 1.23 �Required Training: �The following provides information on training requirements. 1.23.1 �Anti-Terrorism (AT) Level I Training: RESERVED. 1.23.2 �OPSEC Training: RESERVED. 1.23.3 �iWATCH Training: RESERVED. 1.23.4 �Information Assurance (IA) Training: RESERVED. �� � 1.23.5 �Personally Identifiable Information (PII): �Contractor employees, including subcontractors, performing services under this contract with access to Personally Identifiable Information (PII) and Government information shall complete �Identifying and Safeguarding PII� within 30 calendar days of employment. Contractor personnel shall complete refresher training every twelve (12) months from initial completion. The Contractor shall provide the COR a copy of the training certificates for its employees NLT five (5) days after completion (A.009). �Training is available at http://iatraining.disa.mil/eta/piiv2/launchPage.html � �� 1.24 �Authorization to Perform Services in Tanzania:� 1.24.1 �Contractors performing services in the United Republic of Tanzania (URT) shall comply with Tanzanian law. The Contractor shall determine whether performance requires registration with Tanzanian authorities or authorization to do business in Tanzanian and, if so, shall comply with all requirements. Whether or not registration or authorization to do business is required, the Contractor shall determine what documents or authorization its employees and any subcontractor employees must possess to work in Tanzanian. The Contractor shall ensure affirmatively that its employees and subcontractor employees possess such documents or authorizations.� 1.24.2 �Contractor employees who: (a) are not nationals of Tanzania; (b) are not members of the force, the civilian component or their dependents; or c) do not have assimilated status under Articles 71, 72, or 73 of the Supplementary Agreement to the North Atlantic Treaty Organization Status of Forces Agreement shall possess work and residence permits.� 1.24.3 �By acceptance of and performance under this contract, the Contractor affirms that it has complied with the requirements above. Compliance with this requirement and Tanzanian law is a material contract requirement. Noncompliance by the Contractor or subcontractor at any tier shall be grounds for issuing a negative past performance evaluation and terminating this contract for default. 1.25 �Notice to Proceed: RESERVED. 1.26 �Electromagnetic Compatibility Directive: RESERVED. 1.27 �Government Property and Services: RESERVED. 1.28 �Conventional Forces Europe (CFE) Treat PART 2 DEFINITIONS & ACRONYMS 2. �Definitions and Acronyms 2.1 �Definitions: �Although not inclusive of every term used within this PWS, the following provides a list of definitions used throughout this PWS and commonly used in the acquisition field. Contracting Officer (KO) � means a person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government. Contracting Officer's Representative (COR) � As defined in Defense Federal Acquisition Regulation Supplement (DFARS) 202.101, means an individual designated and authorized in writing by the KO to perform specific technical or administrative functions. DoD Instruction (DoDI) 5000.72, Part II Definitions states the following when defining a COR: �Defined in subpart 202.101 of Reference (f). Any individual delegated responsibilities pursuant to subpart 1.602-2 of Reference (e), regardless of local terminology, must be certified in accordance with this instruction. For example, local terminology can be COR, KO�s technical representative, technical point of contact, technical representative, alternate COR, administrative COR, assistant COR, line-item manager, task order manager, quality assurance personnel, quality assurance evaluator, or COR management.� In addition, Army Regulation (AR) 70-13, Chapter 2, paragraph 2-2g, states, in part, the following when providing other surveillance support personnel to assist the COR when needed, ��These other surveillance support personnel may serve as on-site representatives of the COR in performance of actual contract surveillance if they meet all COR requirements and have been appointed by the Contracting Officer as alternate CORs.�� Contractor � means 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. Contractor-acquired Property - means property acquired, fabricated, or otherwise provided by the Contractor for performing a contract and to which the Government has title. Day � means, unless otherwise specified, a calendar day. Defective Service � means a service output that does not meet the standard of performance associated with the PWS. Deliverable � means anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. Government-furnished Property � As reflected in FAR 52.245-1, Government-furnished Property �means property in the possession of, or directly acquired by, the Government and subsequently furnished to the Contractor for performance of a contract. Government-furnished property includes, but is not limited to, spares and property furnished for repair, maintenance, overhaul, or modification. Government-furnished property also includes contractor-acquired property if the contractor-acquired property is a deliverable under a cost contract when accepted by the Government for continued use under the contract. Government Property - means all property owned or leased by the Government. Government property includes both Government-furnished and Contractor-acquired property. Government property includes material, equipment, special tooling, special test equipment, and real property. Government property does not include intellectual property and software. Property Administrator (PA) - means an authorized representative of the KO appoin...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5eb6957e42214e8b995a9279e544476a/view)
 
Place of Performance
Address: TZA
Country: TZA
 
Record
SN06861995-F 20231020/231018230038 (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.