Combine Solicitation – Preventive Mainteance
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Preventive Mainteance
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: W81XWH-16-T-0093
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 21010
Place of Performance Country: US
Description:
The US Army Medical Research Acquisition Activity (USAMRAA) has a requirement for the
CLAUSES INCORPORATED BY REFERENCE: 52.211-11 Liquidated Damages'upplies, Services, or Research and Development
252.232-7010 Levies on Contract Payments
CLAUSES INCORPORATED BY FULL TEXT: 52.212-2 EVALUATION--COMMERCIAL ITEMS (
Factor 1 Technical
Factor 2 Price
(b) Basis for Award & Evaluation. The lowest price, technically acceptable is the evaluation procedure for this procurement. The offeror is expected to submit sufficient information in response to the RFQ to allow for the evaluation of its quotation. Each of the evaluation factors will be rated as follows:
Factor 1 - Technical
The degree to which the offeror's quote demonstrates to the government evaluators that the offeror can provide the items and services that meets the requirements within the Performance Work Statement.
Table A-1. Technical Acceptable/Unacceptable Ratings
Rating Description
Acceptable Quote clearly meets the minimum requirements of the solicitation.
Unacceptable Quote does not clearly meet the minimum requirements of the solicitation.
Factor 2 - Price
The offeror's price quote will be evaluated to determine the price is fair and reasonable in accordance with FAR 12.209 and FAR 13.106-3.
(c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(2) 52.233-3, Protest After Award (
(3) 52.233-4, Applicable Law for Breach of Contract Claim (
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
_XX___ (2) 52.203-13,
____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (
___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (
___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (
____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
____ (10) [Reserved]
____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
_
____ (ii) Alternate I (
____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
____ (ii) Alternate I (
____ (13) [Reserved]
____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (
____ (ii) Alternate I (NOV 2011).
____ (iii) Alternate II (NOV 2011).
____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (16) 52.219-8, Utilization of Small Business Concerns (
____ (17)(i) 52.219-9, Small Business Subcontracting Plan (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (18) 52.219-13, Notice of Set-Aside of Orders (
____ (19) 52.219-14, Limitations on Subcontracting (
____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (
____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
____ (22) 52.219-28, Post Award Small Business Program Rerepresentation (
____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (
____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (
_XX___ (25) 52.222-3, Convict Labor (
_XX___(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (
_XX___ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
_XX___ (28) 52.222-26, Equal Opportunity (
_XX___ (29) 52.222-35, Equal Opportunity for Veterans (
_XX___ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
_XX___ (31) 52.222-37, Employment Reports on Veterans (
_XX___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
_XX___ (33)(i) 52.222-50, Combating Trafficking in Persons (
____ (ii) Alternate I (
____ (34) 52.222-54, Employment Eligibility Verification (
____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for
____ (ii) Alternate I (
____ (36) (i) 52.223-13, Acquisition of EPEAT- Registered Imaging Equipment (
____ (ii) Alternate I (
____ (37)(i) 52.223-14, Acquisition of EPEAT- Registered Televisions (
____ (ii) Alternate I (
____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (
____ (39)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (
____ (ii) Alternate I (
_XX___ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
____ (41) 52.225-1, Buy American'upplies (
____(42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (
103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (43) 52.225-5, Trade Agreements (
____ (44) 52.225-13, Restrictions on Certain Foreign Purchases (
____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (
____ (49) 52.232-30, Installment Payments for Commercial Items (
_XX___ (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (
____ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (
____ (52) 52.232-36, Payment by Third Party (
____ (53) 52.239-1, Privacy or Security Safeguards (
____ (54)(i) 52.247-64, Preference for Privately Owned
____ (ii) Alternate I (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
_____(1) 52.222-17,
_____ (2) 52.222-41, Service Contract Labor Standards (
_____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
_____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (
_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (
_____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
_____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (
`
_____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
_____ (10) 52.237-11, Accepting and Dispensing of
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation.
(1) The Comptroller General of
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13,
(ii) 52.219-8, Utilization of Small Business Concerns (
(iii) 52.222-17,
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (
(vi) 52.222-35, Equal Opportunity for Veterans (
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (
(viii) 52.222-37, Employment Reports on Veterans (
(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
(x) 52.222-41, Service Contract Labor Standards (
(xi) _____ (A) 52.222-50, Combating Trafficking in Persons (
_____ (B) Alternate I (
(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
(xiv) 52.222-54, Employment Eligibility Verification (
(xv)52.222-55, Minimum Wages Under Executive Order 13658 (
(xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
(xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (
(xviii) 52.247-64, Preference for Privately-Owned
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause);
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (
52.243-7 NOTIFICATION OF CHANGES (
"Specifically authorized representative (SAR)," as used in this clause, means any person the Contracting Officer has so designated by written notice (a copy of which shall be provided to the Contractor) which shall refer to this subparagraph and shall be issued to the designated representative before the SAR exercises such authority.
(b) Notice. The primary purpose of this clause is to obtain prompt reporting of Government conduct that the Contractor considers to constitute a change to this contract. Except for changes identified as such in writing and signed by the Contracting Officer, the Contractor shall notify the Administrative Contracting Officer in writing, within 7 calendar days from the date that the Contractor identifies any Government conduct (including actions, inactions, and written or oral communications) that the Contractor regards as a change to the contract terms and conditions. On the basis of the most accurate information available to the Contractor, the notice shall state--
(1) The date, nature, and circumstances of the conduct regarded as a change;
(2) The name, function, and activity of each Government individual and Contractor official or employee involved in or knowledgeable about such conduct;
(3) The identification of any documents and the substance of any oral communication involved in such conduct;
(4) In the instance of alleged acceleration of scheduled performance or delivery, the basis upon which it arose;
(5) The particular elements of contract performance for which the Contractor may seek an equitable adjustment under this clause, including--
(i) What contract line items have been or may be affected by the alleged change;
(ii) What labor or materials or both have been or may be added, deleted, or wasted by the alleged change;
(iii) To the extent practicable, what delay and disruption in the manner and sequence of performance and effect on continued performance have been or may be caused by the alleged change;
(iv) What adjustments to contract price, delivery schedule, and other provisions affected by the alleged change are estimated; and
(6) The Contractor's estimate of the time by which the Government must respond to the Contractor's notice to minimize cost, delay or disruption of performance.
(c) Continued performance. Following submission of the notice required by (b) above, the Contractor shall diligently continue performance of this contract to the maximum extent possible in accordance with its terms and conditions as construed by the Contractor, unless the notice reports a direction of the Contracting Officer or a communication from a SAR of the Contracting Officer, in either of which events the Contractor shall continue performance; provided, however, that if the Contractor regards the direction or communication as a change as described in (b) above, notice shall be given in the manner provided. All directions, communications, interpretations, orders and similar actions of the SAR shall be reduced to writing and copies furnished to the Contractor and to the Contracting Officer. The Contracting Officer shall countermand any action which exceeds the authority of the SAR.
(d) Government response. The Contracting Officer shall promptly, within 7 calendar days after receipt of notice, respond to the notice in writing. In responding, the Contracting Officer shall either--
(1) Confirm that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further performance;
(2) Countermand any communication regarded as a change;
(3) Deny that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further performance; or
(4) In the event the Contractor's notice information is inadequate to make a decision under (1), (2), or (3) above, advise the Contractor what additional information is required, and establish the date by which it should be furnished and the date thereafter by which the Government will respond.
(e) Equitable adjustments.
(1) If the Contracting Officer confirms that Government conduct effected a change as alleged by the Contractor, and the conduct causes an increase or decrease in the Contractor's cost of, or the time required for, performance of any part of the work under this contract, whether changed or not changed by such conduct, an equitable adjustment shall be made--
(i) In the contract price or delivery schedule or both; and
(ii) In such other provisions of the contract as may be affected.
(2) The contract shall be modified in writing accordingly. In the case of drawings, designs or specifications which are defective and for which the Government is responsible, the equitable adjustment shall include the cost and time extension for delay reasonably incurred by the Contractor in attempting to comply with the defective drawings, designs or specifications before the Contractor identified, or reasonably should have identified, such defect. When the cost of property made obsolete or excess as a result of a change confirmed by the Contracting Officer under this clause is included in the equitable adjustment, the Contracting Officer shall have the right to prescribe the manner of disposition of the property. The equitable adjustment shall not include increased costs or time extensions for delay resulting from the Contractor's failure to provide notice or to continue performance as provided, respectively, in (b) and (c) above.
Note: The phrases "contract price" and "cost" wherever they appear in the clause, may be appropriately modified to apply to cost-reimbursement or incentive contracts, or to combinations thereof. (End of clause)
52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (
CONTRACTOR IDENTIFICATION (
PERFORMANCE WORK STATEMENT
Vision Statement - The XFe24 Total Support Plan support services contract will provide qualified personnel in support of the
1. Introduction. This is a non-personal services contract to provide skilled XFe24 personnel in accordance with the requirements of the USAMRICD and its mission. The Contractor shall provide the support services required to perform all of the tasks and deliverables listed in this Performance Work Statement (PWS). 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.
1.1. Description of Services. The USAMRICD's mission is to discover and develop medical products and knowledge solutions against chemical and biochemical threats through research, education and training, and consultation. As a part of the mission, the USAMRICD offers a wide variety of events and courses to first responders and throughout the
1.2. Background. The USAMRICD is a world leader in the discovery and development of medical products and knowledge solutions against chemical threats through research, education and training, and consultation. It is through successful partnerships with outside agencies that we are able to maintain our high level of excellence. This non-personal based service contract will provide the USAMRICD with the required resources in order to staff and maintain mission critical operations. Failure to provide the support services needed to carry-out and complete routine requirements would be extremely detrimental to the mission.
1.3. Scope. The Contractor shall require an escort for onsite visits. The USAMRICD requires onsite support services for the USAMRICD's core competencies in its daily business operations. The Contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. The Contractor shall match personnel skills to the work or task with a minimum of under/over employment of resources. The Contractor shall ensure the labor categories, labor rates, and man-hours utilized in the performance of contract will be the minimum necessary to accomplish the tasks. The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract.
1.4. Period of Performance (POP). The POP shall be for one (1) base year of twelve (12) months and 4 additional years. See Delivery Schedule of the SF 1449 for specific dates.
1.5. Recognized Holidays. The Contractor is not required to perform services on the recognized Federal holidays listed below. Should the Federal holiday fall on a Saturday, it will be observed on the preceding Friday while holidays that fall on a Sunday will be observed on the following Monday.
Veteran's Day, 11 November
1.5.1. Hours of Operations. The Contractor is responsible for conducting business during the core hours of
1.5.2. Essential Personnel. NA
1.5.3. Place of Performance. The work to be performed under this contract will be performed at
1.5.4. Telecommuting. NA
1.5.5. Contract Type. The Government will award a Firm-Fixed-Priced (FFP) type contract.
1.5.6. Security Requirements. Not applicable.
1.5.6.1. Visitor Group Security Agreement. Not applicable.
1.5.6.2. Security and Identification (ID) Badges. The Government will provide ID badges which will be worn/displayed per local policy.
The Contractor is responsible for ensuring the integrity of contract performance.
1.5.6.3. Property Security. The Contractor employee is responsible for safeguarding all Government equipment, information, and property provided for their use. At no time is Government equipment, information, or property to be taken out of the USAMRICD facilities without express written permission from the Commander.
1.5.6.4. Facility Security. Contractor employees are not authorized access to the USAMRICD buildings before 0600 am or after
1.5.6.5. Key Control. Not applicable.
1.5.7. Training Requirements. Not applicable.
1.5.8. Post Award Conference/Periodic Progress Meetings. The Contractor agrees to attend any post award conference convened by the contracting activity in accordance with FAR 42.5. The KO, COR, and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. These meetings shall be at no additional cost to the Government.
1.5.8.1. Post Award Conference. The Contractor shall schedule and conduct a post award conference in coordination with the Government within seven (7) workdays after contract award. The meeting will be a meet-and-greet between the Contractor and the following Government personnel: COR, KO, and Contract Specialist. The Contractor shall provide an agenda two (2) days prior to the scheduled conference.
1.5.9.
1.5.9.1. KO. The KO will have overall responsibility for administering the contract. The KO is the only person authorized to obligate the Government and make changes to the contract. The KO is responsible for the following:
1.5.9.1.1. Manage contract administration and quality assurance surveillance functions supported by contract administrators, COR, quality assurance personnel, property administrators, cost and price analysts, and legal personnel.
1.5.9.1.2. Officially designate a COR through an appointment letter to oversee the contract.
1.5.9.2. COR. The COR will be identified by separate appointment letter after contract award. A copy of the designation letter issued to the COR will be given to the Contractor. The letter provides the COR responsibilities and limitations of the COR especially in regards to changes in pricing, estimates, or changes to delivery dates. The COR is not authorized to change any of the terms and conditions of the contract. The appointed COR will be directly responsible to the KO, serve as the Government's point-of-contact for contract-level coordination of administration and technical performance matters, and is responsible for the following:
1.5.9.2.1. Ensuring deliverables identified in this PWS are received in accordance with the terms and conditions required.
1.5.9.2.2. Providing advice and assistance in resolving any performance issues that may arise during the life of the contract.
1.5.9.2.3. Identifying, initiating, coordinating, and generating contract modification requests through coordination with the KO and Contract Specialist.
1.5.9.2.4. Conducting other activities as specified in the COR appointment memorandum to include completing the:
1.5.9.2.4.1. Contractor Manpower Reporting (CMR) (Deliverable: Technical Exhibit 2 - Item 11)
1.5.9.2.4.2. Monthly Reporting in VCE (Virtual Contracting Enterprise) Tool (Deliverable: Technical Exhibit 2 - Item 10)
1.5.9.2.3. Elevating to the KO any problems that cannot be addressed by the COR.
1.5.9.2.4. Serving as the approval and disapproval authority for receiving reports and invoices in Wide Area Work Flow (WAWF).
1.5.9.3. Contractor. The Contractor shall provide the following management and support as required. The Contractor shall provide notifications for employees during designated Government non-work days or other periods where Government offices are closed due to weather or security conditions.
1.5.9.3.1. Providing the deliverables listed in the attachment titled "Technical Exhibit 2: Deliverables Schedule" as defined with restrictions listed on this PWS.
1.5.9.3.2. Ensuring that tasks are performed efficiently, accurately, on time, and in compliance with the requirements.
1.5.9.3.3. Ensuring timely and accurate submission of invoices and deliverables.
Contractor personnel, while performing in a Contractor capacity, are prohibited from using their retired or reserve component military rank or title in all written or verbal communications associated with the contract under which they provide services.
Each Contractor employee will be required to obtain and wear badges around the neck except when located in the laboratory or outside of the buildings.
Contractor personnel shall observe and comply with the rules and regulations prescribed by the installation commander concerning fire, safety, sanitation, security, vehicle operation, and possession of drugs, firearms or other lethal weapons, when on the installation. Contractor personnel shall be subject to such checks as may be deemed necessary to ensure that no violations occur.
Contractor employee shall perform all contract duties in a courteous and timely manner. Contractor employee shall not loiter in any working area. The Contractor shall remove from duty any employee who is under the influence of alcohol, drugs, or other incapacitating agent. Removal of Contractor employee for cause shall not constitute a reason for nonperformance of contract terms in the performance work summary table.
Smoking is prohibited in all the USAMRICD facilities. The Contractor shall enforce a smoke-free environment by ensuring that employees smoke only in designated outside areas.
1.5.2.16. Personnel Removal. Government rules, regulations, laws, directives, and requirements issued during the term of the performance period relating to law and order, installation administration, and security shall be applicable to all Contractor employees and representatives who enter the installation. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site or installation. Removal of employee does not relieve the Contractor from the responsibility for the work defined in this contract.
- Removal by Installation Commander: The Installation Commander may, at their discretion, bar an individual from the installation under the authority of 18
- Removal Requested by Designated Government Representative (DGR): The DGR may require the Contractor to remove an employee working under this contract for reasons of misconduct or security violations. Contractor employee shall be subject to dismissal from the premises upon determination by the DGR that such action is necessary in the interest of the Government.
- Removal by
- Removal for Unsatisfactory Performance: The government reserves the right to require the Contractor to remove and replace any personnel who provided unsatisfactory performance, demonstrate insufficient knowledge, or possess inadequate skill levels necessary to complete assigned tasks. The skill level of the staff provided shall be current and consistent with new technologies.
FPCON ALPHA. This condition applies when there is a general threat of possible terrorist activity against personnel and facilities, the nature and extent of which are unpredictable, and circumstances do not justify full implementation of FPCON BRAVO measures. However, it may be necessary to implement certain measures from higher THREATCONS resulting from intelligence received or as a deterrent. The measures in this THREATCON must be capable of being maintained indefinitely.
FPCON BRAVO. This condition applies when an increased and more predictable threat of terrorist activity exists. The measures in this THREATCON must be capable of being maintained for weeks without causing undue hardship, affecting operational capability, and aggravating relations with local authorities.
FPCON CHARLIE. This condition applies when an incident occurs or intelligence received indicating some form of terrorist action against personnel and facilities is imminent. Implementation of measures in this THREATCON for more than a short
period probably will create hardship and affect the peacetime activities of the unit and its personnel.
FPCON DELTA. This condition applies in the immediate area where a terrorist attack has occurred or when intelligence has been received that terrorist action against a specific location or person is likely. Normally, this THREATCON is declared as a localized condition.
1.5.17.1. During FCONs Charlie and Delta, non-essential service TASK ORDERS are placed under a stop work order. Designated essential service TASK ORDERS will resume when the FPCON level is reduced to level Bravo or lower.
1.5.17.2. When TASK ORDER Contractor employees are considered mission essential, all Contractor employees are required to report for duty and remain on duty during declared emergencies or elevated FPCON levels unless otherwise directed by the KO via the COR or COR-TO.
1.5.17.3. Unclassified Contract Security Requirements. The Contractor shall ensure all personnel performing under this CONTRACT have a favorable National Agency Check with Written Inquires (NACI), which must be coordinated with the Local
1.5.20.1 For contractors that do not require CAC, but require access to a
1.5.26.1. The Contractor shall protect all data in the strictest confidence; prevent the unauthorized duplication, use and disclosure of information that is subject to the Privacy Act of 1974, Health Insurance Portability and Accountability Act (HIPAA) IAW applicable statutory, regulations, local policies and procedures.
Definitions and Acronyms.
2.1. Definitions.
2.1.1. Contractor. A supplier or vendor awarded a contract to provide specific supplies and/or services to the Government. The term used in this contract refers to the prime.
2.1.2. Contractor Employee. A person physically employed at the USAMRICD and working under the provisions of this contract.
2.1.3. 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. Note: The only individual who can legally bind the Government.
2.1.4. Contracting Officer's Representative (COR). An employee of the
2.1.5. Defective Service. A service output that does not meet the standard of performance associated with the Performance Work Statement.
2.1.6. Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports.
2.1.7. Government Furnished Property. Property in the possession of, or directly acquired by, the Government and subsequently furnished to the Contractor for performance on a contract.
2.1.8. 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
2.1.9. Performance Work Statement (PWS). A statement of work for performance-based acquisitions that describes the required results in clear, specific and objective terms with measurable outcomes.
2.2. Acronyms.
AT Antiterrorism
CMR Contractor Manpower Reporting
CONUS Continental United States (excludes
COR Contracting Officer Representative
CPARS Contractor Performance Assessment Reporting System
CWA Chemical Warfare Agents
DoD
EST Eastern Standard Time
FAR Federal Acquisition Regulation
FFP Firm-Fixed-Price
FTE Full Time Equivalent
GFP Government Furnished Property
HIPPA Health Insurance Portability and Accountability Act of 1996
IA Information Awareness
IAW In Accordance With
IT Information Technology
KO Contracting Officer
NAC National Agency Check
NLT No Later Than
OCONUS Outside Continental United States
OPSEC Operations Security
PRS Performance Requirements Summary
POP Period of Performance
PWS Performance Work Statement
QASP Quality Assurance Surveillance Plan
USAMRAA US Army Medical Research Acquisition Activity
VCE Virtual Contracting Enterprise
WAWF Wide Area Work Flow
3. Government Furnished Property, Equipment, and Services.
3.1. Facilities. The Government will provide the necessary workspace and its associated operating requirements for the Contractor employees to provide the support outlined in the PWS.
3.2. Utilities. All utilities in the facility will be available for the Contractor's use in performance of the outlined PWS. The Contractor shall be responsible for operating under conditions that preclude the waste of utilities.
3.3. Equipment. The Contractor employee will have access to a workspace to provide the maintenance and support of the machine and training for all operators. All Government property and equipment will stay on-site at the USAMRICD.
4. Contractor Furnished Items.
4.1. General. The Contractor shall furnish all supplies, parts and equipment required to perform work under this contract that are not listed under Section 3 of this PWS.
4.2. Security Facility Clearance. Not applicable.
4.3. Materials. The Contractor shall furnish materials necessary to meet the requirements under this PWS that are not listed under Section 3 of this PWS.
4.4. Equipment. The Contractor shall furnish equipment to meet the requirements under this PWS that are not listed under Section 3 of this PWS.
5. Specific Tasks. The Contractor shall provide the non-personal onsite XFe24 support services as required in this section of the PWS. The Government shall not control the method by which the Contractor performs the required tasks.
5.1. For one XFe24 machine, the Contractor shall provide emergency repair support within 24 hours of an emergency repair call, and shall also provide telephone & email support. The Contractor shall provide one on-site, 2-day training session per year to MRICD personnel, scheduled upon request, to be performed by a field applications scientist. The emergency repair service and training will include travel, labor, and parts for repairs of the XFe24. The Contractor shall also provide software updates, and one preventative maintenance visit per year. The software, training and support required must be compatible with the current XFe24 Instrument in operation. Software licensing is specific to the program build and serial number.
6.
- AR 25-2 Information Assurance
- AR 40-61 Medical Logistics Policies and Procedures.
- AR 525-13 Antiterrorism
- AR 530-1 Operations Security
- AR 70-1 Army Acquisition Policy
- AR 735-5 Policies and Procedures for Property Accountability
- Army FAR Supplement (AFARS)
- Army Medicine (http://www.armymedicine.army.mil/)
-
- Deputy Secretary of Defense Memorandum, Control of Planning, Programming, Budgeting and Execution (PPBE) Documents and Information
-
-
-
-
-
-
-
- DoD Unique Identification (UID) Program (DoDD 8320.03 and DoDI 8320.04
- DoDD 70.45.14 Planning, Programming & Budgeting System
- DoDD 85701.1 Information Assurance Training, Certification and Workforce Management
- DoDI 2000.16 DoD Antiterrorism Standards
- Federal Acquisition Regulation (FAR)
- Health Insurance Portability and Accountability Act (HIPAA)
- Medical Directory Circular 40-1
- MHS Information Assurance (http://www.health.mil/MHSCIO/programs_products/ia.aspx)
-
TECHNICAL EXHIBIT 1. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP).
1.0. Vision. The USAMRICD is committed to the development of medical countermeasures to chemical warfare agents as well as to train in the medical management of chemical causalities.
2.0 Purpose. This QASP is a government-developed document used to determine if the contractor's performance meets the performance standards contained in the contract. The QASP establishes procedures on how the assessment/inspection process will be conducted and provides the detailed process for a continuous oversight process:
2.1. What will be monitored
2.2. How monitoring will take place
2.3. Who will be conducting the monitoring
2.4. How will monitoring efforts and results be documented
2.5. The Contractor is responsible for implementing and delivering performance that meets contract standards using its Quality Control Plan (QCP). The QASP provides the structure for the government's surveillance of the contractor's performance to assure it meets contract standards. It is the government's responsibility to be objective, fair and consistent in evaluating contractor performance.
2.6. The QASP is not part of the contract nor is it intended to duplicate the Contractor's QCP. This QASP is a living document. Flexibility in the QASP is required to allow for an increase or decrease in the level of surveillance necessary based on Contractor performance.
2.7. The government will provide a copy of the QASP to the Contractor to facilitate open communication. In addition, the QASP should recognize that unforeseen or uncontrollable circumstances might occur that are outside the control of the Contractor.
Bottom line, the QASP should ensure early identification and resolution of performance issues to minimize impact on mission performance.
3.0. Authority. Authority for issuance of this QASP is provided under Part 46 of the Federal Acquisition Regulation, Inspection of Services clauses, which provide for inspection, acceptance and documentation of the service called for in the contract or order. This acceptance is to be executed by the contracting officer or a duly authorized representative.
4.0. Roles and Responsibilities. The following personnel shall oversee and coordinate surveillance activities.
4.1. Contracting Officer (KO). The KO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of
Assigned KO: TBD
Organization or Agency:
Telephone: TBD
Email: TBD
Assigned Contract Administrators:
US Army Medical Research Acquisition Activity (USAMRAA)
Primary: TBD
Alternate: TBD
4.2. Contracting Officer's Representative (COR). The COR is responsible for providing continuous technical oversight of the contractor's performance. The COR uses the QASP to conduct the oversight/surveillance process. The COR shall keep a Quality Assurance file that accurately documents the contractor's actual performance. The purpose is to ensure that the contractor meets the performance standards contained in the contract. The COR is responsible for reporting early identification of performance problems to the KO. The COR is required to provide an annual performance assessment to the KO which will be used in documenting past performance. The QASP is the primary tool for documenting contractor performance. The COR is not empowered to many any contractual commitments or to authorize any contractual change on the Government's behalf.
Assigned Contract COR:
Organization or Agency:
Telephone: 410-436-5110
Email: [email protected]
4.3. Contractor Representative. This contractor employee serves as the contractor's Program Manager for this contract.
Contractor Representative: TBD
Organization or Agency:
Telephone: TBD
Email: TBD
5.0. Performance Requirements and Method of Surveillance. This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort.
5.1. Contract Surveillance. The goal of the QASP is to ensure that Contractor performance is effectively monitored and documented. The COR's contribution is their professional, non-adversarial relationships with the KO, and Contractor, which enables positive, open, and timely communications. The foundation of this relationship is built upon objective, fair, and consistent COR evaluations of Contractor performance against contract requirements. The COR uses the methods contained in this QASP to ensure the Contractor is in compliance with contract requirements. The COR function is responsible for a wide range of surveillance requirements that effectively measure and evaluate the Contractor's performance. Additionally, this QASP is based on the premise that the Contractor, not the government, is responsible for management and QC/QA actions to successfully meet the terms of the contract.
5.2. Performance Surveillance Summary: The below Surveillance Matrix is the list of performance objectives and standards that must be performed by the Contractor. This summary details the method of surveillance the COR will use to validate and inspect these performance elements. Inspection of each element will be documented in the COR file.
Surveillance Matrix
Task Indicator Performance Standard Performance Threshold Method of Surveillance Performance Rating
For one XFe24 machine, the Contractor shall provide emergency repair support within 24 hours of an emergency repair call, and shall also provide telephone & email support. The Contractor shall also provide software updates, and one preventative maintenance visit per year.
Maintenance/emergency repair support Standard: Provide emergency repair support within 24 hours No deviation - 100% compliance COR inspection / customer feedback/complaints
Facility Access: The Contractor and all associated subcontractors' employees shall comply with applicable installation, facility, and area commander installation and facility access and local security policies and procedures provided by the Government representative. facility access Compliance with applicable installation, facility, and area commander installation and facility access and local security policies and procedures provided by the Government representative 100% compliance COR and MRICD S2 Security and Intelligence Office observation
Quality of tasks performed All PWS tasks Tasks performed at optimal performance level 100% compliance Customer feedback/ complaints
The Contractor shall provide one on-site, 2-day training session for the XFe24 machine per year to MRICD personnel, scheduled upon request, to be performed by a field applications scientist. USAMRICD personnel shall be able to operate the XFe24 machine without contractor supervision Acceptable Quality Limit: On-site personnel will demonstrate the ability to perform XFe24 operation with no supervision from the contractor.
No deviation - 100% compliance COR inspection / customer feedback/complaints Performance objectives define the desired outcomes. Performance standards define the level of service required.
This combined solicitation/synopsis is for commercially available service in accordance with FAR 12.6. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Is it the Contractor's responsibility to be familiar with the applicable FAR and DFAR clauses and provisions. This solicitation will request in one firm-fixed-price contract for a twelve-month base period and four twelve-month option periods.
Link/URL: https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-16-T-0093/listing.html
Insurance industry headlight ratings for midsize cars
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News