Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

D -- Provide Audio/Visual (A/V) and Video Teleconferencing (VTC) support.

Notice Date
9/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-10-T-0589
 
Response Due
9/17/2010
 
Archive Date
11/16/2010
 
Point of Contact
John Niziolek, 301-619-1348
 
E-Mail Address
US Army Medical Research Acquisition Activity
(john.niziolek@amedd.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. COMBINED SYNOPSIS/SOLICITATION 1. Issue Date : 9/10/2010Close Date : 9/17/2010 4:00 PM 2. Requiring Activity : US Army Medical Research Acquisition Activity (USAMRAA) for the US Army Medical Material Agency (USAMMA), Fort Detrick, MD 21702. 3. Description of Requirement: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 4. Solicitation Number: W81XWH-10-T-0589 This combined synopsis/solicitation is issued as an Request for Quote (RFQ) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, July 2, 2010. This combined synopsis/solicitation is 100 % Service-Disabled Veteran-Owned Small Business set-aside procurement with NAICS Code 334310. Contract shall be Firm Fixed-Price. 5. Schedule: The Defense Medical Logistics Center (DMLC) provides medical logistics support across the Joint DoD environment supporting Army, Air Force and Navy medical facilities anywhere in the world. Planning, coordination of services and execution require timely communication and sharing of information across a variety of mediums including Video Tele Conferencing (VTC) and supporting Audio Visual (AV) systems. This will be Firm Fixed Price. IAW SOW. The contractor shall provide Audio/Visual (A/V) and Video Teleconferencing (VTC) support to include (a)system troubleshooting and repair, (b)preventative maintenance to include installation of any software upgrades and (c)technical support services on government furnished equipment. Execution of this requirement will be in accordance with the sub-tasks that follow. Equipment list is included at the end of this Statement of Work. CLINDESCRIPTIONQTYU/I UNIT PRICE 0001Operational Support,System Maintenance12Ea___________ 0002System Intergration and Installation1Ea___________ 0003Preventative Maintenance4Ea___________ 0004Contractor Manpower Reporting1Ea___________ 1001Operational Support,System Maintenance (OPT 1)12Ea___________ 1002System Intergration and Installation (OPT 1)1Ea___________ 1003Preventative Maintenance(OPT 1)4Ea___________ 1004Contractor Manpower Reporting (OPT 1)1Ea___________ CLINDESCRIPTIONQTYU/I UNIT PRICE 2001Operational Support,System Maintenance (OPT 2)12Ea___________ 2002System Intergration and Installation (OPT 2)1Ea___________ 2003Preventative Maintenance(OPT 2)4Ea___________ 2004Contractor Manpower Reporting (OPT 2)1Ea___________ 6. Statement of Work: Performance Work Statement For DMLC VTC Systems and Audio Visual Maintenance Deputy Commander for Support IT User Support Branch 08 September 2010 1. Identification and Address United States Medical Materiel Agency (USAMMA), Maintenance Operations, 693 Neiman Street, Fort Detrick, MD 21702-5001 2.0 Project Background 2.1 Background: The Defense Medical Logistics Center (DMLC) provides medical logistics support across the Joint DoD environment supporting Army, Air Force and Navy medical facilities anywhere in the world. Planning, coordination of services and execution require timely communication and sharing of information across a variety of mediums including Video Tele Conferencing (VTC) and supporting Audio Visual (AV) systems. This will be Firm Fixed Price. 3. Scope: The contractor shall provide Audio/Visual (A/V) and Video Teleconferencing (VTC) support to include (a)system troubleshooting and repair, (b)preventative maintenance to include installation of any software upgrades and (c)technical support services on government furnished equipment. Execution of this requirement will be in accordance with the sub-tasks that follow. Equipment list is included at the end of this Statement of Work.. 3.1 Task area 1 - Operational Support,System Maintenance and Repairs 3.1.1 The contractor shall provide diagnostic troubleshooting, fault discovery/isolation, and failure mode analysis services. Troubleshooting will include network Line Interface Unit (LIU) fault isolation to determine whether the fault is on the network or customer premise side of the demarcation point. Telephone Help Desk support during standard business hours: Monday through Friday, 9:00 a.m. to 5:00 pm, Eastern Time with after-hours support. Trouble calls for non-functional systems require help desk response within one hour via telephone or VTC. Repairs requiring on site support will be responded to within 1 working day but not more than 3 working days. All system repairs will include manufacturer support agreements for Next Day Replacement Parts and software upgrades for the Codec system(s) including expendable parts. The contractor shall make a reasonable attempt to repair all failed equipment all Audio Visual space (Enclosure 1). If the item is determined to be unserviceable by the manufacturer or their Authorized Repair Facility, contractor will provide the Government a list of defective/broken equipment. The Government will purchase the needed replacement equipment. Reference (Enclosure 1 System Rooms and Components) 3.2 Task area 2 System Intergration and Installation 3.2.1 The contractor will be responsible for install/configure of new equipment returning the system to operational status. This task will be funded on an on need basis. Contractor shall provide a cost per hour to complete this task. This task is ONLY for installation and configuration of new equipment. 3.3 Task area Preventative Maintenance 3.3.1 The Contractor shall provide 4 quarterly preventative maintenance visits during the contract year. Maintenance visit will include general cleaning, adjustments to audio video equipment, replacement of worn or nonfunctioning expendable parts, and provide software upgrades as needed. Contractor shall provide no later than 15 days after the quarterly preventive maintenance visits a detailed report of maintenance performed with any recommended upgrades on equipment and software for all components and rooms. (Reference (Enclosure 1 System Rooms and Components) 3.4 Task Area Contractor Manpower Reporting 4. Period of Performance: Contract shall consist of a base period of 12 months with two (2) 12 month option periods. 5.Security Clearance Requirements. The project is Classified due to equipment located in the Joint Operations Center attached to SIPRNET. The level of security clearance required will be secret. Personnel shall be required to have favorably completed a National Agency Check (NAC). This is required to obtain building passes, network access, e-mail and AKO accounts. 6. (Enclosure 1 System Rooms and Components) SystemMTAC IDRoom Room TypeSystem DescriptionSerial Number 1N/A1E261Cmd Ste3000 MXP Profile, Sgl 42in LCD, HD Camera 33A52320 2N/A1W174Cmd Ste3000 MXP Profile, Sgl 42 in LCD, HD Camera33A52410 3N/A1E080Cmd Ste3000 MXP Profile, Sgl 42 in LCD, HD Camera33A28951 4N/A2E287Cmd SteHD Integrator w/3000 MXP, HD Camera33A52390 5N/A2E100Cmd Ste3000 MXP Profile, Sgl 42 in LCD, HD Camera 33A52436 6N/A3E335Cmd Ste3000 MXP Profile, Sgl 42 in LCD, HD Camera 33A52478 7N/A3E100Cmd Ste3000 MXP Profile, Sgl 42 in LCD, HD Camera 33A52411 8N/A1E086Sm Conf Rm3000 MXP Profile, Sgl 42 in LCD, HD Camera 33A52483 9N/A1E207Sm Conf Rm3000 MXP Profile, Sgl 42 in LCD, HD Camera 33A52305 10N/A1E209Sm Conf Rm3000 MXP Profile, Sgl 42 in LCD, HD Camera 33A52420 11N/A2E109Sm Conf Rm3000 MXP Profile, Sgl 42 in LCD, HD Camera 33A23242 12N/A3E300Sm Conf Rm3000 MXP Profile, Sgl 42 in LCD, HD Camera 33A44546 13101958JOCJOC Conf RmHD Integrator w/6000 MXP, HD Camera25A12498 141019612E111Med Conf RmHD Integrator w/6000 MXP, HD Camera25A12498 151019622E194Med Conf Rm6000 MXP Profile, Sgl 50 in Plasma, HD Camera25A12473 161019563E210Med Conf RmHD Integrator w/6000 MXP, HD Camera25A12499 171019591E201/202Lg Conf RmHD Integrator w/6000 MXP, HD Camera25A12472 181019631E206/210Lg Conf RmHD Integrator w/6000 MXP, HD Camera25A12497 191019571E200/212Lg Conf RmHD Integrator w/6000 MXP, HD Camera25A12507 20N/A1st FlrNEC ClosetVCS Control Gatekeeper52A02781 21N/A1st FlrNEC ClosetVCS Expressway Gatekeeper52A03231 22N/A1st FlrNEC ClosetCodian GatewaySM001B51 23N/A1E209Spare CodecHD Integrator w/6000 MXP, HD Camera25A12496 QASP QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) Contract Title or Description: Web Based Medical Equipment Training Performance RequirementPerformance StandardAcceptable Quality LevelMethod of Surveillance Develop Web Based medical equipment operation training course The initial training package is to be used by medical equipment operators as basic training for operating the medical equipment. The basic course requires knowledge checks and testing to ensure students have learned the objectives of the lesson, are able to apply the knowledge learned, and can perform basic operations and functions necessary to operate the equipment safely without injury to the patient or to themselves. Training level which meets the manufacturer's standands and AMEDD SME approval 100% Inspection Develop Web Based medical equipment maintenance training course The second training package is for the maintainers of medical equipment. Knowledge checks and testing are required for this course to ensure the students learned the materials of the lesson and posses the knowledge to perform preventive maintenance, checks and services, to include calibration and minor repairs of the medical equipment safely without damaging the equipment and restoring the equipment to the original manufacturers standard.Training level which meets the manufacturer's standands and AMEDD SME approval 100% Inspection Program Meeting ManagementEstablish and collaborate in cyclic meetings (weekly, bi-monthly, monthly or as needed) and forums to review status of the deliverables. 100% participation in all review panel forums.100% Inspection Monthly Progrett reportThis report shall be submitted by the contractor on a monthly basis no later than 7 working days after the end of the month. The report shall summarize the work completed in the appropriate period and the monthly submission will be consistent with and balanced to the work effort related to the corresponding invoice(s). At a minimum, the report will contain the following: Actual number of hours worked during the submission by employee and task. Identify the government representative overseeing each respective task. The total hours worked to date by employee and by task. Start date and estimated completion date of each task. Actual completion date when completed during that monthly period. 5. Current status of each task. 6. Monthly and cumulative total $s expended on each task. b. The contractor shall deliver one copy of all reports to the COR.100% inspection Ensure subject matter expertise review of the courseProvide documentation of SME review of the course. 100% review of the course100% Inspection 7. Miscellaneous Information: Billing Information : Invoicing will be completed using the Wide Area Work Flow (WAWF) system. Please include your DUNS Number and Cage Code with your offer. Questions may be addressed to john.niziolek@amedd.army.mil or at 301-619-1348. It is perferred that quotations be sent electronically to John.niziolek@amedd.army.mil. Quotations may be faxed to 301-619-9656 attention John Niziolek or sent to USAMRAA, 820 Chandler Street, Fort Detrick 21702-5014, Attention John Niziolek. Regardless of how they are submitted they must be received no later then the close date and time of 9/17/2010 4:00 PM. 8. Inspection and Acceptance : The Government will inspect and accept upon delivery of all services. 9. Delivery Information: CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 28-SEP-2010 TO 27-SEP-2011 N/A US ARMY MEDICAL MATERIEL AGENCY 693 NEIMAN STREET FORT DETRICK MD 21702-5001 301-619-4359 FOB: Destination W80DLM 0002 POP 28-SEP-2010 TO 27-SEP-2011 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W80DLM 0003 POP 28-SEP-2010 TO 27-SEP-2011 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W80DLM 0004 POP 28-SEP-2010 TO 27-SEP-2011 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W80DLM 1001 POP 28-SEP-2011 TO 27-SEP-2012 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W80DLM 1002 POP 28-SEP-2011 TO 27-SEP-2012 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W80DLM 1003 POP 28-SEP-2011 TO 27-SEP-2012 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W80DLM 1004 POP 28-SEP-2011 TO 27-SEP-2012 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W80DLM 2001 POP 28-SEP-2012 TO 27-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W80DLM 2002 POP 28-SEP-2012 TO 27-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W80DLM 2003 POP 28-SEP-2012 TO 27-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W80DLM 2004 POP 28-SEP-2012 TO 27-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W80DLM 10. CLAUSES AND PROVISIONS CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Offeror Representations and Certification--Commercial Items AUG 2009 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 CLAUSES INCORPORATED BY FULL TEXT CONTRACTOR MANPOWER REPORTING (CMR) - (ACCOUNTING FOR CONTRACT SERVICES) (OCT 2007) (USAMRAA) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (l) Contract Number; (2) Delivery Order Number (If applicable); (3) Task Order Number (If applicable); (4) Requiring Activity Unit Identification Code (UIC); (5) Command; (6) Contractor Contact Information; (7) Federal Service Code (FSC); (8) Direct Labor Hours; (9) Direct Labor Dollars; and, (10) Location. In the event the Contracting Officer's Representative (COR)/Contracting Officer's Technical Representative (COTR) has not entered their data requirements first, the contractor must also enter the COR/COTR required data with the exception of fund cite, obligations, and disbursement data. The CMRA help desk number is 703-377-6199 for any technical questions. As part of its quote or offer, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. EXPORT CONTRACT ACT COMPLIANCE (DEC 2006) (USAMRAA) The contractor shall assess the work to be performed in this effort to assure that all actions are in compliance with the Export Administration Regulations, 15 CFR Part 730 (EAR), of the Export Administration Act of 1979, 50 U.S.C. app. 2401-2420 (EAA). Technology listed in the Commerce Control List (CCL), 15 CFR Part 774, of the EAR shall not be exported or exposed to foreign nationals without the written consent of the U.S. Department of Commerce. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (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) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (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 (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment ActReporting Requirements (JUL 2010) (Pub. L. 111-5). ___ (6) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). ___ (7) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ___ (8) [Reserved]. ___ (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-6. ___ (iii) Alternate II (MAR 2004) of 52.219-6. ___ (10)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-7. ___ (iii) Alternate II (MAR 2004) of 52.219-7. ___ (11) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). ___ (12)(i) 52.219-9, Small Business Subcontracting Plan (JUL 2010) (15 U.S.C. 637(d)(4)). ___ (ii) Alternate I (OCT 2001) of 52.219-9 ___ (iii) Alternate II (OCT 2001) of 52.219-9. ___ (iv) Alternate III (JUL 2010) of 52.219-9. ___ (13) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). ___ (14) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (15)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (JUNE 2003) of 52.219-23. ___ (16) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (17) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _XX__ (18) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004) (U.S.C. 657 f). _XX__ (19) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). _XX__ (20) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _XX__ (21) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). _XX__ (22) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _XX__ (23) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _XX__ (24) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). _XX__ (25) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). ___ (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). ___ (27) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (28) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(c)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) ___ (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). ___ (ii) Alternate I (DEC 2007) of 52.223-16.. ___ (31) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d). ___ (32)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (JAN 2004) of 52.225-3. ___ (iii) Alternate II (JAN 2004) of 52.225-3. ___ (33) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _XX__ (34) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)) ___ (38) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _XX__ (39) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). ___ (40) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332) ___ (41) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). ___ (42) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). ___ (43)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (APR 2003) of 52.247-64. ____ (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ____ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) ____ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ____ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). ____ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). ____ (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008)(31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) Reserved. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2010) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. _XX__ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) ___252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (2) ___ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (3) ___ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637). (4) ___ 252.219-7004, Small Business Subcontracting Plan (Test Program) (AUG 2008) (15 U.S.C. 637 note). (5) _XX__ 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582). (6) ____ 252.225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (7) ____ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (8) _XX___ 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a). (9) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (10) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (11) )(i) ___ 252.225-7021, Trade Agreements (NOV 2009) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (ii) ___ Alternate I (SEP 2008) (12) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (13) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (14)(i) ____ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) ___ Alternate I (JUL 2009) of 252.225-7036. (15) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (16) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts). (17) ____ 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (18) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (19) _XX___ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (20) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (21) ____ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (22)____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417). (23)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023. (24) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (2) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417). (3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-10-T-0589/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN02276773-W 20100912/100911000115-e0a229ad4d48dc142ceb1ff8e4fd0daa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.