Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOLICITATION NOTICE

J -- Maintenance on ITS Acquisition Telemetry System - Wage Determination - Technical Exhibit 2 - Technical Exhibit 1a

Notice Date
7/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH16T0277
 
Archive Date
7/29/2016
 
Point of Contact
Sharon R. Smith, Phone: 3016191352
 
E-Mail Address
sharon.r.smith.civ@mail.mil
(sharon.r.smith.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Equipment List Acronyms Wage Det No COMBINED SYNOPSIS/SOLICITATION 1. Issue Date: 07/07/2016 Close Date: 07/14/2016 10:00 AM 2. Requiring Activity: US Army Medical Research Acquisition Activity (USAMRAA) for the US Army Medical Research Institute of Infectious Disease (USAMRIID), Fort Detrick, MD 21702. 3. Description of Requirement: USAMRIID has a requirement for revalidation and Maintenance Support Services as it relates to the ITS Telemetry acquisition System located in the Bacteriology division. 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-16-T-0277 This combined synopsis/solicitation is issued as a request for quotations (RFQ) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, 15 June 2016. This is a small business set aside procurement. The relevant NAICS code is 811219 with a small business size standard of $20.5M. Contract shall be Firm Fixed-Price. 5. Schedule: CLIN DESCRIPTION QTY U/I UNIT PRICE BASE PERIOD 1 Job = 12 Months 0001 Maintenance on Equipment (FFP) 1 Job ___________ 0002 Contractor Manpower Reporting (FFP) 1 Ea ___________ 0003 ODC - Travel (COST) 1 Job $3,300.00 (NTE) OPTION PERIOD: ONE 1 Job = 12 Months 1001 Maintenance on Equipment (FFP) 1 Job ___________ 1002 Contractor Manpower Reporting (FFP) 1 Ea ___________ 1003 ODC - Travel (COST) 1 Job $3,300.00 (NTE) 6. Performance Work Statement: CONTRACT FOR SERVICES: REVALIDATION AND MAINTENANCE SUPPORT SERVICES AS IT RELATES TO THE ITS TELEMETRY ACQUISITION SYSTEM 1.0 Introduction This contract shall provide services to the Bacteriology Division in the way of revalidation and maintenance support services on critical ITS Telemetry Systems at the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). 1.1. Mission The Institute's core competencies are enhanced by the Bacteriology Division's immunological and therapeutic countermeasure development and its expert capabilities in the characterization of bacterial pathogenesis. Division members are active in training efforts within the DoD and overseas. The Bacteriology Division strives to be a team-oriented and dynamic scientific body that accomplishes mission-related milestones within the Nation's preeminent research laboratory and in collaboration with external agencies. The division is the DoD resource for subject matter expertise in bacterial pathogens and the countermeasures to those threats. The division has several mission areas: bacterial pathogenesis, immunology, vaccines, and therapeutics. 1.2 Background USAMRIID's mission is to protect the war-fighter from biological threats and to be prepared to investigate disease outbreaks or threats to public health. 1.3 Scope This contract shall provide for revalidation services, training and maintenance support on critical ITS Telemetry Systems at USAMRIID. These systems are used in GLP (Good Laboratory Practice) studies and require yearly validation and certification in order for the GLP studies to be submitted to the FDA for potential therapeutic value. Without validated systems, the studies will fail and the mission will fail. This service contract will provide those validation services for the many systems at USAMRIID. It will also provide training for personnel at USAMRIID on how to validate the systems for future reference and potential inspections. Occasionally, parts may fail and the system will require revalidation within the annual period, requiring support from this contract. 2.0 General Requirement 2.1. Place / Period of Performance. Base Year - Twelve (12) months Option 1 - Twelve (12) months 2.2 Non-Personal Services This award identifies services that are strictly non-personal in nature. 2.3 Severable / Non-Severable Services This award identifies services that are severable in nature. 2.4 Inherently Governmental Functions This requirement has been reviewed and contains no services that are inherently governmental functions. 2.5 Training Requirements 2.5.1 Anti-Terrorism (AT) Level 1. All Contractor and subcontractor employees shall complete this required non-residential training course every 365 days. AT Level I awareness training is available on-line at https://atlevel1.dtic.mil/at/.The course takes approximately one (1) hour to complete. 2.5.2. Operations Security (OPSEC) Training. The Contractor and all subcontractors shall complete this required non-residential training course every 365 days. The OPSEC training can be accessed on-line at http://cdsetrain.dtic.mil/opsec/index.htm and takes approximately one (1) hour to complete. 2.5.3. DoD IA Awareness. Applicable to all Contractor and subcontractor employees who require access to Government Information Systems. All Contractor employees with access to a Government information system must successfully complete the DoD IA Awareness training prior to access to the information system and then annually thereafter. The course can be accessed on-line at https://ia.signal.army.mil and takes approximately one (1) hour to complete. All employees must complete Level I OPSEC Awareness training. This non-residential training is required every 365 days. The course takes approximately 30 minutes to complete. 2.5.4. Army, Air Force and Navy-Wide Network Security Focus Training. Contractor and subcontractor employees shall complete the required non-residential training courses to include Phishing, Personally Identifiable Information, Portable Electronic Devices and Removable Storage Media, Safe Home Computing, and Social Networking. The one-time is required for the establishment of a Government network account. The training takes approximately one (1) hour to complete. 2.5.5 Active Shooter Training. Contractor and subcontractor employees shall complete this required non-residential training every three years. The course takes approximately one (1) hour to complete. 2.5.6. Health Insurance Portability and Accountability Act (HIPAA) and Privacy Act Security Training. The Contractor and subcontractor employees shall complete this required non-residential initial core training course and annual refresher training thereafter, available on-line at https://jkodirect.jten.mil/html/COI.xhtml?course_prefix=DHA&course_number=-US001. The course takes approximately one (1) hour to complete. 2.5.7. Threat Awareness and Response Program (TARP). Training applies to those Contractor and subcontractor employees who have a security clearance. Applicable Contractor employees shall complete this required non-residential training every 365 days. The course takes approximately two (2) hours to complete. 2.6 Hours of Work. 2.6.1. Telecommuting. IAW FAR 7.108, telecommuting is permitted. Telecommuting is situational and requires the approval of the contractor who will coordinate the telework schedule with the COR to ensure appropriate contractor coverage. 2.6.2 Hours of Work. Contractor shall adhere to Government holidays and reporting of essential and non-essential personnel during emergency or reduced operations. 2.6.2.1 Normal workdays are Monday through Friday except U.S. Federal Holidays. Workers typically work eight (8) hours per day, 40 hours per week. Flextime workers start not earlier than 0700 and not later than 0830. Flextime must be approved by the contractor who will coordinate with the COR to ensure appropriate contractor coverage so that flextime is not detrimental to completion of the mission. Core hours of work are from 0900 to 1500 daily. All employees are expected to be available during core hours. Any of the listed below holidays falling on a Saturday will be observed on the preceding Friday; holidays falling on a Sunday will be observed on the following Monday. New Years Day, 1 January Martin Luther King's Birthday, 3rd Monday in January President's Day, 3rd Monday in February Memorial Day, last Monday in May Independence Day, 4 July Labor Day, 1st Monday in September Columbus Day, 2nd Monday in October Veteran's Day, 11 November Thanksgiving Day, 4th Thursday in November Christmas Day, 25 December 2.7 Security requirements 2.7.1 General USAMRIID considers the safety of its employees, neighbors, and the surrounding community its number one priority. USAMRIID's biological surety program is governed by a broad set of Federal, DoD and US Army regulations and policies, which enables USAMRIID to safeguard both the biological materials used in the laboratories as well as the personnel who work here. USAMRIID is frequently inspected by those regulating agencies, and successful completion of those inspections is required for USAMRIID to continue its operation. It is therefore critical that all employees, including contractor employees, meet standards and maintain compliance with all regulations, policies, and procedures that have been instituted for their protection and the protection of others. Security, training, and other requirements may be subject to change based upon changes in regulations and policies, and the Contractor shall be immediately responsive to those changes. 2.7.2 Security Requirements The Contractor shall be required to acquire the necessary security clearances. A facility clearance through a servicing Defense Security Service is required to be maintained and updated when applicable as established on the DD Form 254 (Attachment 2 of the base ID/IQ Contract). The Contractor shall initiate the necessary personnel background checks for successful processing of contract employees through the USAMRIID Security Office. The minimum personnel background investigations will be a National Agency Check with Inquiries (NACI). It is anticipated that the highest clearance required will be Secret. Contractor employees enrolled in the Biological Personnel Reliability Program (BPRP) shall be required to successfully complete a Single Scope Background Investigation (SSBI), and obtain and maintain a favorable Department of Health and Human Services Security Risk Assessment (SRA). All background investigation forms must be submitted, and the background investigation initiated prior to the first day of work. Fingerprint checks must also be completed prior to the first day of work. All background investigations of employees must be favorably adjudicated. Any delays in recruitment caused by security issues will be the responsibility of the Contractor unless an exception is authorized by the Contracting Officer. The security requirements for other USAMRMC laboratories or customers will be specified in the order. The appropriate security clearance forms will be provided to the Contractor in accordance with FAR Clause 52.204-2 in Section I. 2.7.2 Foreign Nationals Requirements A foreign national can only be hired if they have a special skill that a US Citizen cannot be found to perform. The investigation must be completed in its entirety before unescorted access to the facility is granted. Government computer access may be approved, but the process has to be approved by the Fort Detrick Designated Approving Authority. (Reference PWS 2.11.8.5) Requirements for Escorted Visitor Entry to CDC-registered Spaces Contractors not routinely working in CDC registered areas will not be enrolled in the BPRP and will comply with USAMRIID's Visitor Policy 11-24, Escorted Entry to CDC Registered Areas. Services for Contractors Not Enrolled in the BPRP Government Furnished Services USAMRIID will provide the contract employee a copy of the latest risk assessments and expected work conditions for the private Board-Certified Occupational Health Physician (BCOMP) to review. This will enable the private BCOMP to evaluate the health status of the contractor for medical suitability for entry into USAMRIID's containment laboratories and BSAT storage spaces. 2.7.3 Contractor Furnished Services The Contractor shall employ the services of a BCOMP to conduct physical examinations and determine fit-for-duty for non-BPRP workers entering CDC registered spaces. The Contractor shall ensure the BCOMP provides Barquist Army Health Clinic Occupational Health with a written summary of this evaluation including an assessment of the workers' ability to safely wear the required dermal and/or respiratory protective equipment, and a medical clearance letter signed by the certifying physician for the period in which the employee will be visiting USAMRIID and entering biocontainment suites. The examination will be conducted within the previous 365 days. The certifying letter will be written within two weeks prior to suite access. The letter will be provided to the Barquist Army Health Clinic BPRP Competent Medical Authority at least 24 hours prior to the planned suite entry. On the day of the planned suite visit the contractor employee will be seen for a brief visit and orientation at the BPRP Barquist Army Health Clinic located within USAMRIID. 2.8. Network Security 2.8.1 Contractor personnel requiring access to DoD networks to perform work under this contract must have a NACI or an open, pending investigation prior to commencement of work. If the Contractor has a pending investigation, a copy of this investigation must be presented to the USAMRIID Personnel Security Manager at the time of in-processing for review and must contain no unfavorable information. The Contractor must maintain this level of security for the life of the contract. Citizenship will be verified by presenting an original birth certificate or a valid US Passport or the original Naturalization certificate to the USAMRIID Personnel Security Manager at the time of in-processing for all contractor personnel assigned to the contract. Any derogatory information, to include law enforcement issues, mental health issues, or alcohol/drug related issues must be reported to the USAMRIID Personnel Security Manager. 2.8.2 Contractor personnel shall use only Government-provided computer equipment; and shall follow all applicable statutes, regulations and policies governing DoD, MEDCOM, USAMRMC, and USAMRIID cyber security and information system assets. Personnel must provide proof of applicable training and certifications to include annual Cyber Awareness training. This training must be documented in the Army Training and Certification Tracking System (ATCTS) unless otherwise authorized by applicable policies. DoD Information System, IT service, and IT product acquisition or development must also adhere to applicable policies as described below: It is DoD policy that Cybersecurity requirements shall be identified and included in the design, acquisition, installation, operation, upgrade, or replacement of all DoD information systems. This includes systems and processes developed within the Defense Acquisition System; systems and processes developed at private expense; outsourced business processes supported by private sector information systems; and outsourced information technologies. Information technology services provided under this contract must comply with statutory and regulatory IA policy. The source documents for this policy are (available in the USAMRIID library for review): 1. The National Security Act of 1947 2. Title 40/Clinger-Cohen Act 3. Executive Order 12333, "United States Intelligence Activities," 4. National Security Presidential Directive-54/Homeland Security Presidential Directive-23 5. Subchapter III of chapter 35 of Title 44, United States Code (also known as the "Federal Information Security Management Act (FISMA) of 2002") 6. National Security Telecommunications and Information Systems Security Policy No. 11, "Revised Fact Sheet National Information Assurance Acquisition Policy" and associated "Frequently Asked Questions" 7. National Institute of Standards and Technology (NIST) Special Publication (SP) 800-39 8. Federal Information Processing Standards 9. DoD Instruction 8500.01, "Cybersecurity," March 13, 2014 10. DoD Instruction 8500.2, "Information Assurance Implementation" 11. DoD Instruction 8580.1, "Information Assurance in the Defense Acquisition System" 12. DoD Instruction 5000.02, "Operation of the Defense Acquisition System," 13. DoD Directive 8570.01, "Information Assurance Training, Certification, and Workforce Management" 14. Chairman of the Joint Chief of Staff Instruction 6510.01E, "Information Assurance (IA) and Computer Network Defense (CND)" 15. Defense Acquisition Guidebook - Chapter 7 Acquiring Information Technology and National Security Systems, Section 7.5 Information Assurance 16. DoD Instruction 8510.01, "Risk Management Framework (RMF) for DoD Information Technologies" 2.8.3 Each proposal, under this contract, will be screened for compliance with applicable Cybersecurity statutes, policies, and procedures. Specific requirements will be stated in the performance work statement/statement of objectives. This special contract provision shall be updated by reference for any changes to source documents. Any new laws or policies applicable to Cybersecurity subsequent to issuance of this contract will be incorporated into the basic contract unilaterally without equitable adjustment to the basic contract. Any equitable adjustment shall be assessed that may be affected by the change as applicable. Non-US citizens are not being adjudicated for USAMRIID trustworthiness determinations at this time. Non-US Citizens are not allowed access to DoD IT systems unless approved by an authority designated in Appendix 6, DoD 5200.2-R. Only US citizens shall be granted access and assigned to sensitive duties. Safeguarding Information The Contractor shall properly and adequately safeguard sensitive (FOR OFFICIAL USE ONLY) or classified government materials in accordance with Department of Defense Directive (DoDD) 5230.09, DoDD 5200.1-R, DoDD 5200.1-PH AR 380-5, and AR 380-40. Work shall not be performed in classified areas unless appropriate clearances are received in accordance with DoDD 5220.22-M. 2.8.4 Physical Security 2.8.7.1 The Contractor shall comply with Force Protection Condition procedures, Random Antiterrorism Measures and local search/ identification requirements. The Contractor shall safeguard all Government property, including controlled forms, provided for Contractor use. At the close of each work period, Government training equipment, vehicles, facilities, support equipment, and other valuable materials shall be secured. This contract includes activities that may require Contractor travel to destinations outside of the United States. The Contractor shall ensure that assigned participants allow sufficient lead-time to obtain valid passports, country clearances, visas, and immunizations to support project activities. Contractors shall be responsible for providing their own security and coordinate with State Department and local authorities as required. 2.8.5 DFARS Clause 252.225-7043, "Antiterrorism (AT)/Force Protection for Defense Contractors Outside the United States" shall be applicable to the required performance and delivery in a foreign county. This clause applies to both contingency and non-contingency support. The key AT requirement is for non-local national Contractor personnel to comply with theater clearance requirements and allows the combatant commander to exercise oversight to ensure the Contractor's compliance with combatant commander and subordinate task force commander policies and directives. 2.8.6 CORs will be required to complete Contract Requirements Package Antiterrorism/Operations Security Review Cover Sheet (AT/OPSEC) to document the review of the requirements package statement of work (SOW) quality assurance surveillance plan and any applicable source selection evaluation criteria for antiterrorism (AT) and other related protection matters, including AT, operations security (OPSEC), information assurance (IA)/cyber security, physical security, law enforcement, intelligence, and foreign disclosure. A signed AT/OPSEC cover sheet must be included in all requirements packages except for supply contracts under the simplified acquisition level threshold, field ordering officer actions, and Government purchase card purchases. Command policy may require this form for supply contracts under the simplified acquisition level threshold. The organizational antiterrorism officer (ATO) must review each requirements package prior to submission to the supporting contracting activity, including coordination with other staff elements for review as appropriate per Section II below. If the requiring activity does not have an ATO, the first ATO in the chain of command will review the contract for considerations. An OPSEC officer review is also mandatory. Upon completion of this AT/OPSEC cover sheet, a Standard Contract Language Provision/Contract Clause Text Applicability and/or Additional PWS Language will be created. This language shall be included in this PWS. If this language is not applicable, then it should be noted. (Reference the Integrating Antiterrorism and Operation Security into the Contract Support Process Test Reference) 2.8.7 AT/OPSEC Security Standard Contract Language - Must be completed by customer's Security Office and included in each PWS. ANTITERRORISM/ OPERATIONS SECURITY REVIEW The purpose of this section is to document the review of the requirements packet package requirements performance work statement (PWS), quality assurance surveillance plan and any applicable source selection evaluation criteria for antiterrorism (AT) and other related protection matters to include, but not limited to: AT, operational security (OPSEC), information assurance (IA), physical security, law enforcement, intelligence, foreign disclosure. The following language from the Antiterrorism/ Operations Security Review form applies: 2. Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated subcontractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at individual facility or installation change, the Government may require changes in contractor security matters or processes. 4. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within XX calendar days of contract award and within YY calendar days of new employees commencing performance with the results reported to the COR NLT XX calendar days after contract award. 13. Threat Awareness Reporting Prohgram. For all contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b. 2.8.7 Workplace Safety The contractor employee must be able to maintain a safe workplace and comply with occupational health and safety rules and regulations. Contractor employees are required to attend safety training(s) relative to his/her position and report any infractions of safety procedures to the COR immediately. 3.0 Performance Requirements 3.1. Objective 1 - Coordination of Preventative Services and Calibration of Current Equipment (CPSCCE) (Deliverable 1): Contractor is responsible for coordination and completing scheduled annual/semi-annual preventative maintenance services and calibrate current equipment to ensure compliance within five (5) working days prior to the end of the month. The acceptable quality level is 90% compliance. Field Service Reports in both electronic and hard copy format are required within two (2) weeks of service rendered to verify compliance. 3.2. Objective 2 - Service Parts Requirements (SPR) ( Deliverable 2): Contractor is responsible for installing repair parts currently owned by USAMRIID for servicing of the equipment. The parts are previously acquired by USAMRIID and are new OEM parts or OEM certified used parts for all equipment. The acceptable quality level is 90% compliance. 3.3. Objective 3 - Maintenance of Single Project Schedule (MSPS) (Deliverable 3): Contractor will maintain a single project schedule from which various project reports shall be produced. Initial and quarterly status reports with a minimum of three (3) teleconferences and one (1) pre-protocol meeting with both electronic and hard copy reports. The acceptable quality level is 95% compliance and reports will contain no more than one (1) error per analyzable field. 3.4. Objective 4 - Invoices (I) (Deliverable 4): Invoices will provided to the COR for payment. Invoices may be used to aid in verifying performance in accordance with the PWS. The acceptable quality level is 100% compliance. Invoices will be submitted in electronic and hard copy format within two (2) weeks of service. 3.5. Objective 5 - Train Personnel (TP) (Deliverable 5): Contractor is to allowUSAMRIID personnel to follow during maintenance service calls and provide a detailed explanation of all tasks performed during the maintenance call. This requirement is to ensure that USAMRIID personnel are capable of describing and performing tasks in the event of inspection. The acceptable quality level is 90% compliance. 3.6. Objective 6 - Contractor Manpower Reporting (CMR) (Deliverable 6) - The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract. The contractor is required to completely fill in all required data fields using the following web address https://cmra.army.mil/Login.aspx. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the applicable help desk at: https://cmra.army.mil/Login.aspx UIC for USAMRIID is W4GPAA 4.0 Deliverables 4.1 Delivery Address All deliverables shall be submitted to the COR designated in the COR appointment letter, and others listed below. TBD 1425 Porter Street Room 14 Fort Detrick, MD 21702 301-619-6239 4.2 Method of Delivery Electronic copies shall be delivered using Microsoft Office suite of tools (for example, MS WORD, MS EXCEL, MS POWERPOINT, MS PROJECT, or MS ACCESS format) or in Adobe PDF format, unless otherwise specified by the COR. Electronic submission shall be made via email, unless otherwise agreed to by the COR. 4.3 Shipping The Contractor shall use appropriate, GMP-compliant refrigerated shipping carriers for drug product shipments (FedEx, World Courier, or similar, as agreed to by the COR), and appropriate shipping methods for all other materials, equipment, and hard copy documents. In the United States, the Contractor shall use the US Postal Service standard delivery for delivery of all such shipments. The COR must approve the selected shipping method and any exceptions to these requirements. 4.4 Government Acceptance Period 4.4.1. The COR will have ten (10) business days to review draft deliverables and make comments. The Contractor shall have five (5) business days to make corrections. Upon receipt of the final deliverables, the COR will have two (2) workdays for final review prior to acceptance or providing documented reasons for non-acceptance. Should the Government fail to complete the review within the review period the deliverable will become acceptable by default, unless prior to the expiration of the ten (10) business days the Government notifies the Contractor in writing to the contrary. The final submission should be deemed approved if the Government has not rejected it in 30 calendar days. 4.4.2. The COR will have the right to reject or require correction of any deficiencies found in the deliverables that are contrary to the information contained in the Contractor's accepted proposal. In the event of a rejected deliverable, the Contractor will be notified in writing by the COR of the specific reasons for rejection. The Contractor shall have five (5) business days to correct the rejected deliverable and return it per delivery instructions. 4.5 Delivery Schedule Abbreviations The following abbreviations are used in the delivery/deliverable schedule: Abbreviation Definition KO Contracting Officer COR Contracting Officer's Representative CS Contract Specialist DA Days after DACA Days after contract award (award of this order) DAEOM Days after end of month Days Calendar Days unless otherwise specified E Electronic Copy H Hard Copy NLT No Later Than PWS Ref Performance Work Statement Reference (paragraph number) 4.6 Deliverable/Delivery Schedule A summary of deliverables follows. Copies are to be provided to the Government officials indicatedin electronic file (E), and/or hard copy (H). Item T/O PWS Ref Title Dist E H Initial Subsequent Deliverable 1 3.1 CPSCCE COR 1 1 Within two (2) weeks of service N/A Deliverable 2 3.2 SPR COR 1 1 Within two (2) weeks of service N/A Deliverable 3 3.3 MSPS COR 1 1 Before project initiation N/A Deliverable 4 3.4 I COR 1 1 Within two (2) weeks of service N/A Deliverable 5 3.5 TP COR 0 0 Concurrent with service N/A Deliverable 6 3.6 CMR COR 1 N/A October 31st of each fiscal year. 5.1. Government Facility. 5.1.1. The Government will provide access to Government controlled facilities, equipment, and materials for daily business use of staff called for under this order. This shall include office space, desk, telephone, chair, computer, shared printer, and requisite consumable materials. 5.2 Other Direct Costs (ODCs) 5.2.1. ODCs shall be billed on a cost reimbursable basis. Costs are defined as the purchase price of materials or service plus General and Administrative charges (G&A) or material and handling charges (M&H). 5.2.2. All ODCs shall be fully supported in compliance with all competition requirements of the FAR PART 6. 5.2.3. All ODCs shall be reported as stated in the Monthly Progress Report Section 2.1.1. 5.2.4. Estimated ODCs are as follows: Description Quantity Total $3,300.00 Not to Exceed 5.3. Quality Assurance The Government will review Monthly Progress Reports and will attend regular task performance review meetings with the Contractor to survey quality of products and services. 6.3.1 Quality Assurance Surveillance Plan (QASP) The Government intends to utilize a Quality Assurance Surveillance Plan (QASP) to monitor the quality of the Contractor's performance. The oversight provided for in the order and in the QASP will help to ensure that service levels reach and maintain the required levels throughout the contract term. Further, the QASP provides the COR with a proactive way to avoid unacceptable or deficient performance, and provides verifiable input for the required Past Performance Information Assessments. The QASP will be finalized immediately following award and a copy provided to the Contractor after award. The QASP is a living document and may be updated by the Government as necessary. 5.3.2 Performance Evaluation Process Not Applicable for this Task 5.4. Government Furnished Equipment (GFE)/ Information (GFI)/Property(GFP) The Government will provide the equipment/information/property shown in the attached listing of Government Furnished Equipment/Information/Property, Technical Exhibit 1. The Contractor shall maintain a detailed inventory accounting system for Government Furnished Equipment/Material or Contractor-Acquired-Government Owned Property (CAP). The inventory accounting system must specify, as a minimum: product description (make, model), Government tag number, date of receipt, name of recipient, location of receipt, current location, purchase cost (if CAP), and contract/order number under which the equipment is being used. The Contractor shall either: a) attach an update inventory report to each Monthly Progress Report, or b) certify that the inventory has been updated and is available for Government review. In either case the Contractor's inventory listing must be available for Government review within one business day of COR request. 6.0 PURCHASE, SERVICES, PERFORMANCE WORK STATEMENT (PWS), AND SCOPE 6.1 This contract shall provide for services rendered to Employees of the Bacteriology Division in the way of revalidation services, training and support on critical ITS Telemetry Systems at the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). 6.2 The Contractor shall comply with Federal, State and Local laws, and regulations and standards applicable to the performance of this contract such as, but no limited to: Code of Federal Regulation (CFR), National Fire Protection Association Standards (NFPA), Underwriter's Laboratories Standards for Safety (UL), Occupational and Safety Health Act (OSHA), including Lockout/Tag-out, American Society of Mechanical Engineers (ASME), the Food and Drug Administration (FDA), and Canadian Standards Association (CSA). The Contractor shall provide Material Safety Data Sheets (MSDS) to the Contracting Officer's Representative (COR) for all chemicals, lubricants, fluids, solutions or materials contemplated for use in the performance of the contract as outlined in Title 29 CFR (Code of Federal Regulation) 1910 (General Industry Standards) and Title 40 CFR, Protection of Environment. All materials shall be approved by the authorized Government Representative prior to introducing the material into USAMRIID. If a conflict in regulations occurs, the most stringent regulation shall apply. Smoking is prohibited in any area of USAMRIID. Eating and drinking is permitted only in designated areas upon approval of the Contracting Officer's Representative (COR). 6.3 The Contractor shall not accept any instruction issued by any person other than the Government Contracting Officer (KO), or the Contracting Officer's Representative (COR) as long as it does not alter, change, or affect the legal terms of the contract. 6.4 The Contractor shall provide all the necessary trained and experienced personnel to provide hardware/software installation and programming, maintenance services, training and support to the ITS Telemetry Acquisition Systems currently used at USAMRIID. 6.5 The period of performance for this project will be 1 year with 1 (1) year options. 6.6 The Contractor shall have the ability and resources for telephonic, facsimile, and e-mail communications with the Government to transact business and discuss matters relating to the performance of this contract. 6.7 Equipment listed in this contract will be serviced and maintained to meet or exceed the original equipment manufacturers (OEM's) published specifications. 6.8 Equipment and associated components to be serviced are listed at Technical Exhibit 1 (TE-1). Equipment may be added to, or deleted from this contract at any time by mutual agreement of the Contractor and the Government. 6.9 Acronyms and Definitions used in the text of this PWS are at Technical Exhibit 2 (TE-2). 6.10 Publications and Documents required for the completion of this contract are listed in Technical Exhibit 3 (TE-3) 6.11The Contractor may be required to maintain or establish a quality management system to ensure that the quality of the services, material provided, and documentation meet or exceed the specifications, terms, and conditions of this contract. At the discretion of the Government, an inspection of the contractor maintained quality management system may be conducted by the COR or KO. Upon request of the Contracting Officer's Representative (COR), the Contractor shall participate in the quality assurance inspections. Further, the Contractor's quality management system may be required to meet the requirements of the International Organization for Standardization (ISO) 09001/9002 or ISO/IEC 17025, Good Laboratory Practices (GLP), and Good Manufacturing Practices (GMP). 6.12 The Contractor is required to report contract-related information in accordance with the Contractor Manpower Reporting (CMR) clause upon award or modification, and annually thereafter for the duration of the contract, to secure the web site at: https://cmra.army.mil. 7.0 GOVERNMENT RESPONSIBILITY, PROPERTY, MATERIALS, AND SERVICES 7.1 Government property and materials made available to the Contractor under the terms of this contract shall be for used only to meet the performance requirements of this contract. 7.2 Subject to security regulations, the Government will make available to the Contractor the equipment scheduled for servicing at such time and duration as required by the Contractor when coordinated with the COR or authorized Government POC's. 7.3 The Government, at its election, may furnish consumable or expendable supplies consumed during a normal procedural sequence when necessary for the completion of the required maintenance services. Consumable or expendable supplies will only be provided for work accomplished at the Government site. The Contractor must identify any and all other materials that are considered consumable or expendable and the Government must agree to provide said consumable and/or expendable supplies. 7.4 The Government will provide the Contractor with all Government required forms and make available all Government publications referenced in this Performance Work Statement (PWS) when not normally available to the public or the Contractor. Final determination of availability rests with the Government. 7.5 The Government will operate the system in accordance with the instruction manual provided by the Original Equipment Manufacturer (OEM). 7.6 The Government will not be responsible for damage or loss of the Contractor's materials or personal belongings, brought onto Government property, due to fire, theft, accident, or other disaster. 8.0 GOVERNMENT POINTS OF CONTACT (POC'S) 8.1 The Government KO will identify the Government's POC's and their responsibilities. The Government COR(s) will be designated, in writing, to the Contractor and their scope of authority will be set forth therein. 8.2 Normal business hours for USAMRIID operations are from 0800 thru 1600, Monday through Friday, Federal Holidays excluded. 9.0 CONTRACTOR POINTS OF CONTACT (POC'S) 9.1 The name and telephone number of the Contractor's POCs will be provided to the Government no later than the post orientation conference. 9.2 The Contractor shall provide, in writing, the name and telephone number, facsimile and email of a primary and alternate individual to act as their representative for the scheduling and coordination of service calls, and to be responsible for the coordination of the contract with the Government. The Contracting Officer (KO) and Contracting Officer's Representative (COR) shall immediately be notified in writing whenever changes are made. 10.0 CONTRACTOR PERSONNEL 10.1 All Contractor Personnel dealing directly with Government personnel shall be able to communicate in English, both verbally, and in writing. 10.2 USAMRIID is a Restricted Area. All maintenance services, performed on-site at USAMRIID facilities, shall be accomplished by Field Service Engineers and shall have an escort by USAMRIID Personnel when accessing USAMRIID for providing maintenance on equipment. 10.3 The Contractor shall ensure that FSE's and repair technicians are technically qualified and competent in the servicing of the equipment listed in TE-1. 10.4 Preventive maintenance and remedial repair scheduling shall be coordinated with the Medical Maintenance Branch and Suite Supervisor(s) (if equipment is located in containment), or the equipment operators with the approval of the Suite Supervisor. Coordination with equipment operators or Suite Supervisor(s) in containment suites may vary depending on who has authority to make arrangements in compliance with security and biosurety regulations. The names, phones numbers, and contact information for the Suite Supervisors and/or operators will be provided as needed. 10.5 The Contractor's FSE shall park in the appropriately designated parking areas as determined by the COR. The Government will not invalidate or make reimbursement for parking violations of the Contractor under any condition. 11.0 CONTRACTOR FURNISHED PROPERTY AND MATERIAL 11.1 Only the material referenced in paragraph 3.2, above will be furnished by the Government. All other material required in the performance of this contract shall be furnished by the Contractor. 11.2 The Contractor shall provide all service literature, reference publications, and diagnostic software to be used by contractor technicians as required for the completion of the services in accordance with this PWS. 11.3 The Contractor shall provide the COR or POC with a service report upon completion of revalidation and maintenance services. The service report shall include, but not be limited to: The Contract Number (PO), a detailed description of the service(s) and tests performed, the completion date and time, labor hours expended, and the name of the technician performing the service. Evidence of proper equipment performance such as calibration data, standardization data, charts, graphs, a service checklist etc., is also required upon completion of the service. 11.4 The Contractor shall provide all supporting documentation not provided with the service report within three (3) work days of the service completion date. 12.0 CONTRACTOR RESPONSIBILITY 12.1 The Contractor shall provide to the Government revalidation services, general training to include training on revalidation procedures, support and documentation on four (4) ITS Telemetry Acquisition Systems (referenced as carts on the equipment list) at USAMRIID. 12.2 Annual maintenance and revalidation services will be required for the upkeep of said equipment to ensure the integrity of accurate data collection during critical research studies, to include GLP studies, using nonhuman primates. The possibility exists that during the year of operation, some of the computers and sensory equipment that measure aortic pressure, left ventricle pressure and intrathoracic pressure may have drifted out of calibration and if this equipment is not maintained and calibrated on a regimented schedule, the data generated from the studies will not accurately reflect the biological parameters measures. Parameter values are collected from: Systolic Blood Pressure, Diastolic Blood Pressure, Electrocardiogram (ECG or EKG), Temperature, Intrathoracic Pressure Values and derivatives. 12.3 Revalidation training will train designated government personnel on the procedures to do the annual maintenance and revalidation services. This will include transferring copies of all pertinent SOPs and processes. 12.4 Training will be documented for the USAMRIID personnel in how to set up and work with the ITS Telemetry Acquisition Systems, which acquires, analyzes and stores physiological data for the proper collection to be compiled for animal research projects The services will include the following: a. Train personnel on the basic set-up of the system and software b. Correct procedures for entering into and exiting the System c. How to input an experiment d. Review data as it is being collected in real time e. Re-calibrate the System as needed f. Changing the graphical data display g. Basic Trouble shooting of the newly installed equipment and software h. Creation of new study parameters i. Revalidation of the ITS system 12.5 The Contractor shall be responsible for all items of Government equipment throughout the period of performance. The Contractor shall be responsible for any damage to Government owned equipment and property and shall replace or repair any property damaged due to a fault of the Contractor or his/her representatives. All such replacement or repair shall be at the Contractor's expense when approved by the KO. 12.6 The Contractor shall, at a minimum, perform all scheduled services as prescribed by the OEM using a detailed services checklist. The completed checklist will be provided to the Government with the contractor's service report. 12.7 All test, measurement or diagnostic equipment (TMDE) used in the performance of this contract will be routinely calibrated and the calibration traceable to a national standard (NIST). The calibration shall not have expired when used to trouble-shoot, verify or calibrate the equipment being serviced. 12.8 Reports shall be provided to the COR by the Contractor during the initial submission, and then by quarterly status reports with both electronic and hard copies. These reports will include, but not be limited to: documentation for system hardware and software installation and programming, annual maintenance schedules, inspection, calibration, and revalidation of all ITS Telemetry Systems at USAMRIID. 12.9 The Contractor shall not be penalized financially or otherwise for delays caused by the Government. 12.10 The Contractor shall provide to the COR, for each billing period, their invoice for payment. The invoice may be used by the Government to aid in verifying the Contractor's performance. 12.11 Contractor shall request payment and invoice via Wide Area Work Flow (WAWF 13.0 13.1 CONTRACTOR MANPOWER REPORTING (CMR) (June 2015) (USAMRAA) "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: https://cmrs.army.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the applicable help desk at: usarmy.pentagon.hgda-asa-mra.mbx.samr-fm-cmra@mail.mil ACRONYMS COR: Contracting Officers Representative. FSE: Field Service Engineer. KO: Contracting Officer. OEM: Original Equipment Manufacturer. PWS: Performance Work Statement 13.2 DEFINITIONS CONTRACTING OFFICERS REPRESENTATIVE (COR): A Government employee selected and designated in writing by the KO to act as their authorized representative in administering a contract. Also, the Government representative at the equipment work site that has the authority to request services and monitor performance of the Contractor. CONSUMABLES & EXPENDABLE SUPPLIES: Examples are: cleaning material, paper, external tubing, chemicals, calibration standards, or reagents consumed during normal operation of the equipment and routinely replenished by the operator. Additionally, routine replenishment of consumables and expendables by the operator would not require the use of tools to disassemble the equipment or require the application of test equipment to permit equipment operation and verify calibration. FIELD SERVICE ENGINEER: A technically qualified person (certified by the OEM) and who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the equipment described in TE-1. PREVENTIVE MAINTENANCE CHECKS & SERVICES (PMCS): Maintaining equipment in a satisfactory operating condition in accordance with the manufacturer's standards and the specifications by providing systematic inspection, detection, and correction of incipient failures either before they occur or before they develop into major defects. For purposes of this Contract, it includes the installation of any manufacturer's modifications or upgrades applicable to the equipment or system. REPLACEMENT PART: A piece, part, component, upgrade or modified module of an item of equipment or an existing system requiring replacement as the result of a fault developed through normal use or normal wear and tear. Replacement parts do not include consumable supplies. Replacement parts include components that are installed solely for cosmetic appearance i.e., cowlings, molding, keyboard keypads (when the key designation is worn off), etc. SCHEDULED SERVICE: Those services routinely performed on a scheduled basis at set intervals. The three categories of scheduled services are preventive maintenance, calibration, and safety testing. Scheduled services shall include, but are not limited to the following: 1. Cleaning of equipment. 2. Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications. 3. Calibrating and lubricating the equipment. 4. Performing remedial maintenance of non-emergent nature. 5. Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. 6. Measuring and adjusting and calibrating as necessary for optimal quality. 7. Inspecting, and replacing where indicated, electrical wiring and cables for wear and fraying. 8. Inspecting, and replacing where indicated, all mechanical components including, but not limited to: mounting hardware, support devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, and keyboards. 9. Restoring the equipment to full operating condition and standard specifications, including necessary upgrades. 10.. Providing documentation of services performed. SERVICE COMPLETION DATE: The date and hour the COR accepts the work as completed and signs the Contractor's service report. WEEKEND: The period beginning at 16:00 PM on Friday and ending at 08:00 AM the following Monday.   13.3 QUALITY ASSURANCE SURVEILLANCE PLAN USAMRIID Equipment Contract Contract Number: Contractor's name: 1. PURPOSE. This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: • What will be monitored. • How monitoring will take place. • Who will conduct the monitoring. • How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government's responsibility to be objective, fair, and consistent in evaluating performance. In addition, the QASP should recognize that unforeseen and uncontrollable situations may occur. This QASP is a "living document" and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Updates shall ensure that the QASP remains a valid, useful, and enforceable document. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. FAR 52.246-5 Inspection of Services - Cost-Reimbursement, applies to this effort 2. GOVERNMENT ROLES AND RESPONSIBILITIES. The following personnel shall oversee and coordinate surveillance activities. a. 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 the United States in the contractual relationship. The KO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The KO is ultimately responsible for the final determination of the adequacy of the contractor's performance. Assigned KO: John M. Niziolek Organization or Agency: US Army Medical Research Acquisition Activity Telephone: Phone: (301) 619-1348 ; Fax: (301) 619-2195 Email: john.m.niziolek.civ@mail.mil b. Contracting Officer's Representative (COR) - The COR will be located at the United States Medical ResearchInstitute for Infectious Diseases (USAMRIID) office. The COR will be responsible for technical administration ofthe contract, and shall assure proper Government surveillance of the contractor's performance with the assistance ofthree Contracting Officer's Technical Representatives (COTRs). The COR shall keep a quality assurance file. At the conclusion of the contract or when requested by the KO, the COR shall provide documentation to the KO. A COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government's behalf. The contractor shall refer any changes they deem may affect contract price, terms, or conditions to the KO for action. Assigned COR USAMRIID: TO BE DETERMINED Title: Telephone: Fax: Email: c. Contracting Officer's Technical Representatives (COTRs) - There will be three COTRs responsible for assisting the COR in technical administration of the contract, and they shall assist the COR in assuring proper Government surveillance of the contractor's performance. The COTRs shall provide input and documentation for the COR's quality assurance file. A COTR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government's behalf. The contractor shall refer any changes they deem may affect contract price, terms, or conditions to the KO for action. Assigned COTR: TBD Telephone: Email: 3. CONTRACTOR REPRESENTATIVES: The following employees of the contractor serve as the contractor's Program Managers for this contract. Name: TBD Email: Telephone: 4. PERFORMANCE STANDARDS. Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Performance Requirements Summary Matrix, shown in Table 1 below and contained in the Performance Work Statement (PWS) for this contract in paragraph 4.5.2, includes performance standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). Table 1. Performance Standards for Initial Outfitting and Transition (IO&T) Acquisition for National Capital Region (NCR) North (WRNMMC) and South (FBCH) Projects Task Indicator Standard Acceptable Quality Level Surveillance Method Scheduled Service PWS 3.1 All scheduled services will be completed in the month due. 90% annual completion rate Observation and Inspection by COR/TCOR Remedial Repair Unscheduled PWS 3.2 Respond within 2 business days 90% compliance with requirement Observation and 90% Inspection by COR Monthly and Annual Summary Reports PWS 3.3 Provide monthly documentation on services performed. 90% submission of required reports prior to the end of the month. Monthly Reports Inspection by the COR Contractor Manpower Reporting PWS 3.6 Provided annually: October 31 of each year 100% submission of required reports Inspection annually by COR 5. METHODS OF QA SURVEILLANCE. Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the administration of this QASP. • Feedback from Government Users • Direct Observation • 100% Inspection • Review of Monthly Reports (various) Regardless of the surveillance method, the COR shall always contact the contractor's task manager or on-site representative when a defect is identified and inform the manager of the specifics of the problem. The COR shall be responsible for monitoring the contractor's performance in meeting a specific performance standard/AQL. • DIRECT OBSERVATION. (Can be performed periodically or through 100% surveillance.) • MANAGEMENT INFORMATION SYSTEMS (MIS). (Evaluates outputs through the use of management information reports. Best used for general surveillance and may need to be supplemented by periodic inspections.) • PERIODIC INSPECTION. Uses a comprehensive evaluation of selected outputs. Inspections may be scheduled as required. o Analysis of contractor's progress reports. (Evaluate cost, schedule, etc.) o Performance reporting. Surveillance results may be used as the basis for actions (to include payment deductions) against the contractor. Insuch cases, the Inspection of Services clause and the Inspection of Supplies clause in the Contract becomes the basisfor the KO's actions. 6. RATINGS. Metrics and methods are designed to determine if performance exceeds, meets, or does not meet a given standardand acceptable quality level. A rating scale shall be used to determine a positive, neutral, or negative outcome. Thefollowing ratings shall be used: Example 1: EXCEPTIONAL: Performance significantly exceeds contract requirements to the Government's benefit. SATISFACTORY: Performance meets contractual requirements. UNSATISFACTORY: Performance does not meet contractual requirements. 7. DOCUMENTING PERFORMANCE. a. ACCEPTABLE PERFORMANCE. The Government shall document positive performance. A report template is attached. Any report may become a part of the supporting documentation for fixed fee payments, award fee payments, or other actions. b. UNACCEPTABLE PERFORMANCE. When unacceptable performance occurs, the COR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's task manager or on-site representative. A CDR template is attached to this QASP. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for contract payment deductions, fixed fee deductions, award fee nonpayment, or other actions deemed necessary by the KO. 8. FREQUENCY OF MEASUREMENT. a. Frequency of Measurement. During contract/order performance, the COR shall take periodic measurements, quarterly as specified in the AQL column of the Performance Standards Summary Matrix, and shall analyze whether the negotiated frequency of measurement is appropriate for the work being performed. b. Frequency of Performance Assessment Meetings. The COR shall meet with the contractor quarterly to assess performance and shall provide a written assessment.   PERFORMANCE REPORT 1. CONTRACT NUMBER: W81XWH-XX-P-XXXX 2. Prepared by: 3. Date and time of observation: 4. Observation: Examples of items to include in a report are: a. Method of surveillance. b. How frequently you conducted surveillance. c. Surveillance results. d. Number of observations.> Prepared by: Signature - Contracting Officer's Representative Date   CONTRACT DISCREPANCY REPORT (CDR) 1. Contract Number: W81XWH-XX-P-XX 2. TO: (Contractor Task Manager or on-site representative) <insert name> 3. FROM: TBD 4. Date and time observed discrepancy: 5. DISCREPANCY OR PROBLEM: <Describe in detail. Identify any attachments.> 6. CORRECTIVE ACTION PLAN: A written corrective action plan < is / is not > required. < If a written corrective action plan is required include the following. > The written Corrective Action Plan will be provided to the undersigned not later than < # days after receipt of this CDR. > Prepared by: Signature - Contracting Officer's Representative Date Received by: Signature - Contractor Task Manager or on-site representative Date   7. Miscellaneous Information: Billing Information: Invoicing will be completed using the Wide Area Work Flow (WAWF) system. Please include your DUNS Number, Federal Tax Identification Number and Cage Code with your offer. It is preferred that quotations be sent electronically to sharon.r.smith.civ@mail.mil. Quotations may be sent to USAMRAA, 820 Chandler Street, Fort Detrick 21702-5014, Attention: Sharon R. Smith. Regardless of how they are submitted they must be received no later than the closing date and time given on the first page of this solicitation. 8. Inspection and Acceptance: The Government will inspect and accept upon performance of all services. 9. Delivery Information: CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 POP 08-AUG-2016 TO 07-AUG-2017 N/A W4GP USA MD RES INST OF DISEAS W4GP USA MD RES INST OF DISEAS BLDG 1425 PORTER STREET FORT DETRICK MD 21702-5711 210-221-7877 FOB: Destination W23MYC 0002 POP 08-AUG-2016 TO 07-AUG-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 1001 POP 08-AUG-2017 TO 07-AUG-2018 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 1002 POP 08-AUG-2017 TO 07-AUG-2018 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 10. CLAUSES AND PROVISIONS 52.203-3 Gratuities APR 1984 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.212-1 Instructions to Offerors--Commercial Items OCT 2015 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. OCT 2015 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.245-1 Government Property APR 2012 52.245-9 Use And Charges APR 2012 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7008 (Dev) Compliance with Safeguarding Covered Defense Information Controls DEC 2015 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support FEB 2014 252.211-7007 Reporting of Government-Furnished Property AUG 2012 252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property APR 2012 252.245-7002 Reporting Loss of Government Property APR 2012 252.245-7003 Contractor Property Management System Administration APR 2012 252.245-7004 Reporting, Reutilization, and Disposal MAR 2015 252.246-7003 Notification of Potential Safety Issues JUN 2013 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (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: 1. BASIS FOR AWARD (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: 1. BASIS FOR AWARD 1.1. Award of a single contract shall be made on a competitive basis, using the best value tradeoff process among price and non-price factors described at FAR 15.101-1. The resulting contract is expected to be firm-fixed-price. 1.2. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. 1.3. Award of this contract will be made on a competitive best value basis, using tradeoff among price and non-price factors. Thus, the Government may elect to award to other than the lowest priced offeror, or other than the highest technically rated offeror. Past Performance will be evaluated independently from the other non-price evaluation factors using different standards. The evaluation factors are listed below in descending order of importance. Factor 1 - Technical Capability Factor 2 - Experience Factor 3 - Past Performance Factor 4 - Price 1.4. Government evaluators will not assume that the offeror possesses any capability or knowledge unless it is specified in the proposal. 1.5. After Factors 1 and 2 are rated individually, an overall rating will be assigned to these factors collectively. If Factor 1 or 2 receives an individual rating of "Unacceptable," the overall rating will also be "Unacceptable." Proposals that receive an overall rating of "Marginal" for Factors 1 and 2 will not be considered in the tradeoff process. Only proposals receiving an overall rating of "Acceptable" or higher will be considered for award. 2 EVALUATION CRITERIA 2.1. Factor 1 - Technical Capability: The technical capability will be evaluated for the degree to which the Offeror's technical capability demonstrates a clear understanding of the PWS and all the tasks to be performed; the methodology and flexibility that will be utilized; and how the approach will accomplish all tasks, subtasks, and administrative tasks as are necessary to ensure program success within the proposal's required time frame. This capability will be evaluated for the degree to which the technical capability demonstrates a clear working knowledge of a ITS Telemetry Acquisition system at a Government laboratory. 2.2. Factor 2 - Experience: The Offeror's proposal will be evaluated to the degree to which the Offeror's proposal reflects experience identical to, similar to, or related to performing services contained within the PWS. The experience will be evaluated to the degree to which the Offeror demonstrates relevant experience in providing the services to maintain a telemetry system in government research laboratories, specifically biomedical laboratories identical, similar or related to this PWS. Offeror proposals will be evaluated to the degree proposals cite specific examples of relevant experience in the areas of basic and complex operation of a ITS Telemetry Acquisition System; preventive maintenance of a ITS Telemetry system; corrective maintenance (including spare part) of a ITS Telemetry system; and information technology and management experience of maintaining a ITS Telemetry Acquisition system. 2.3. Factor 3 - Past Performance: Past performance shall be evaluated on the basis of the offeror's demonstrated recent and relevant record of performance in services that meet the contract's requirements. The Government will conduct a past performance risk evaluation and confidence assessment of the offeror that will be based on the relevance, recency, and quality of the offeror's past performance on projects of similar size, scope, and complexity within similar periods of performance. a. Offerors shall submit a list of no more than two (2) references familiar with the offeror's performance on relevant contracts within the past three (3) years. It is the offeror's responsibility to provide valid, current, and verifiable references. References must include the following information: i. Name of the organization that will be providing the reference ii. Name of the point of contact (POC) familiar with contract performance iii. POC telephone number iv. POC email address v. Contract number vi. Period of performance vii. Summary of the scope of work performed b. The Government will review the relevant and recent past performance information to determine the risks associated with an offeror's probability of successfully performing the required efforts. c. The Government may elect to consider data obtained from other sources. Other sources available to the Government include, but are not limited to, the Federal Awardee Performance and Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS). d. In the case of an Offeror who has no recent/relevant performance record available or the Offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the Offeror will be determined to have "Unknown Confidence" for its past performance evaluation factor. 2.4. Factor 4 - Price: Price will be evaluated separately from non-price and past performance factors. A price analysis will be performed in order to evaluate the fairness and reasonableness of the proposed price. The base contract(s) shall contain the Clause FAR 52.217-8 Option to Extend Services, or an equivalent clause. By submitting a proposal for this requirement, the contractor agrees to this inclusion in the base contract. Option Year Periods. The Government will evaluate the offers for award purposes by examining the labor rate for all options based on the basic estimated labor utilization for the requirement. Evaluation of options shall not obligate the Government to exercise the option(s). The evaluated price with be the total of the base year plus all option periods. 3. EVALUATION RATING STANDARDS 3.1. RATING STANDARDS FOR THE NON-PRICE PROPOSAL (EXCLUDING PAST PERFORMANCE) Combined Technical/Risk Ratings Table Rating Description Outstanding Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Good Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Marginal Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Unacceptable Proposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable. 3.2 Best Value Tradeoff Evaluation Standard Definitions Clarifications Limited exchanges between the Government and Offerors that may occur when award without discussions is contemplated. Communications Exchanges, between the Government and Offerors, after receipt of proposals, leading to establishment of the competitive range. Deficiency A material failure of a proposal to meet a Government requirement or a combination of significant weakness in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. See FAR 15.001 Discussions Negotiations conducted in a competitive acquisition. Discussions take place after establishment of the competitive range. Performance Confidence Assessment An evaluation of the likelihood (or Government's confidence that the Offeror will successfully perform the solicitation's requirements; the evaluation is based upon past performance information. Recency As it pertains to past performance information, is a measure of the time that has elapsed since the past performance reference occurred. Recency is generally expressed as a time period during which past performance references are considered relevant. Relevancy As it pertains to past performance information, is a measure of the extent of similarity between the service/support effort, complexity, dollar value, contract type, and subcontract/teaming or other comparable attributes of past performance examples and the source solicitation requirements; and a measure of the likelihood that the past performance is an indicator of future performance. Risk The potential for unsuccessful contractor performance. The consideration of risk assesses the degree to which an Offeror's proposed approach to achieving the technical factor or subfactor may involve risk of disruption of schedule, increased cost (not applicable to firm-fixed price contracts) for degradation of performance, the need for increased Government oversight, and the likelihood of unsuccessful contract performance. Significant Strength A significant strength appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance. Significant Weakness A flaw that appreciably increases the risk of unsuccessful contract performance. See FAR 15.001. Strength An aspect of an Offeror's proposal that has merit or exceeds specified performance or capability requirements in a way that will be advantageous to the Government during contract performance. Weakness A flaw the proposal that increases the risk of unsuccessful contract performance. See FAR 15.001.¬ 3.3. RATING STANDARDS FOR PAST PERFORMANCE Past Performance Relevancy Ratings Standards for the Non Cost/Price Proposal Rating Definition Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. 3.4 Past Performance Confidence Assessments Standards for the Non Cost/Price Proposal Rating Description Substantial Confidence Based on the Offeror's recent/relevant performance record, the Government has a high expectation that the Offeror shall successfully perform the required effort. Satisfactory Confidence Based on the Offeror's recent/relevant performance record, the Government has a reasonable expectation that the Offeror shall successfully perform the required effort. Limited Confidence Based on the Offeror's recent/relevant performance record, the Government has a low expectation that the Offer shall successfully perform the required effort. No Confidence Based on the Offeror's recent/relevant performance record, the Government has no expectation that the Offeror shall successfully perform the required effort. Unknown Confidence (Neutral) No recent/relevant performance record is available or the Offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (APR 2016) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. (a) Definitions. As used in this provision -- "Economically disadvantaged women-owned small business (EDWOSB) Concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. Inverted domestic corporation means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except-- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology-- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Subsidiary means an entity in which more than 50 percent of the entity is owned-- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)", means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted electronically on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ___. [Offeror to identify the applicable paragraphs at (c) through (r) of this provision that the offeror has completed for the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a women-owned small business concern. Note to paragraphs (c)(8) and (9): Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that-- (i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that-- (i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___ -.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (8) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___ (10) HUBZone small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, as part of its offer, that-- (i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Certifications and representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The offeror represents that-- (i) It ( ___ ) has, ( ___ ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and (ii) It ( ___ ) has, ( ___ ) has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It ( ___ ) has developed and has on file, ( ___ ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It ( ___ ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American --Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American--Supplies." (2) Foreign End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ (List as necessary) (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms ``Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,'' ``commercially available off-the-shelf (COTS) item,'' ``component,'' ``domestic end product,'' ``end product,'' ``foreign end product,'' ``Free Trade Agreement country,'' ``Free Trade Agreement country end product,'' ``Israeli end product,'' and ``United States'' are defined in the clause of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act.'' (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American -Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. ___ ___ ___ [List as necessary] (3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (4) Buy American--Free Trade Agreements--Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American --Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled ``Trade Agreements''. (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals-- (1) [ ___ ] Are, [ ___ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [ ___ ] Have, [ ___ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) [ ___ ] Are, [ ___ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [ ___ ] Have, [ ___ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appear rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals Contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products. Listed End Product Listed Countriesof Origin ___ ___ ___ ___ ___ ___ (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ___ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ___ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ___ ) Outside the United States. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ___ ) Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ___ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror ( ___ ) does ( ___ ) does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ___ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror ( ___ ) does ( ___ ) does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). ( ___ ) TIN: --------------------. ( ___ ) TIN has been applied for. ( ___ ) TIN is not required because: ( ___ ) Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; ( ___ ) Offeror is an agency or instrumentality of a foreign government; ( ___ ) Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. ( ___ ) Sole proprietorship; ( ___ ) Partnership; ( ___ ) Corporate entity (not tax-exempt); ( ___ ) Corporate entity (tax-exempt); ( ___ ) Government entity (Federal, State, or local); ( ___ ) Foreign government; ( ___ ) International organization per 26 CFR 1.6049-4; ( ___ ) Other ----------. (5) Common parent. ( ___ ) Offeror is not owned or controlled by a common parent; ( ___ ) Name and TIN of common parent: Name - ___. TIN - ___. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations- (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. By submission of its offer, the offeror represents that-- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation. The Offeror represents that-- (i) It [ ___ ] is, [ ___ ] is not an inverted domestic corporation; and (ii) It [ ___ ] is, [ ___ ] is not a subsidiary of an inverted domestic corporation. (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a DUNS Number in the solicitation. (1) The Offeror represents that it [ ___ ] has or [ ___ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates "has" in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code: ___ Immediate owner legal name: ___ (Do not use a "doing business as" name) Is the immediate owner owned or controlled by another entity: [ ___ ] Yes or [ ___ ] No. (3) If the Offeror indicates "yes" in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest level owner CAGE code: ___ Highest level owner legal name: ___ (Do not use a "doing business as" name) (q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (1) As required by section 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless and agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (2) The Offeror represents that-- (i) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (ii) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.) (1) The Offeror represents that it [ ___ ] is or [ ___ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (2) If the Offeror has indicated ``is'' in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ____ (or mark ``Unknown''). Predecessor legal name: ____. (Do not use a ``doing business as'' name). (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2015) (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 (Dec 2014) (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) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (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.) XX (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] XX (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). XX (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). XX (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). _ ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I(JAN 2011) of 52.219-4. ____ (13) [Reserved] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(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. XX (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (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 (OCT 2014) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). XX (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)). ____ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (July 2013) (15 U.S.C. 637(m)). XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). XX (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). XX (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). XX (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). XX (31) 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212). ____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). XX (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). XX (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (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.) XX (35)(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.) (36) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014)+(E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-13. ____ (37)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (39)(i) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. XX (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____(42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 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 (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. ____ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). XX (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). XX (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (54)(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.) XX(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). XX (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). XX (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). XX (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). XX (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). XX (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). ` _____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 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) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 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 thirty (30) days of expiration of current period of performance period. (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 thirty (30) day of expiration of award's period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) 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 60 months. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). TO BE FILLED IN AT TIME OF AWARD (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. TO BE FILLED IN AT TIME OF AWARD (Contracting Officer: Insert inspection and acceptance locations or "Not applicable".) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC THIS AREA TO BE FILLED IN AT TIME OF AWARD. Issue By DoDAAC ____ Admin DoDAAC ____ Inspect By DoDAAC ____ Ship To Code ____ Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) ____ Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ____ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. ____ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) CONTRACTOR MANPOWER REPORTING (CMR) Contractor Manpower Reporting (CMR) (June 2015) (USAMRAA) "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [NAMED COMPONENT] via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: [insert applicable CMRA website]. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the applicable help desk at: [insert applicable CMRA website from the Usage Instructions (End of Instruction) CONTRACTOR IDENTIFICATION (June 2015) (USAMRAA) When contractor personnel perform the services required in this contract on a Government installation they are required to possess and wear an identification badge that displays his or her name and the name of the Company. The contractor shall ensure that contractor personnel identify themselves as contractors when attending meetings, answering Government telephones, providing any type of written correspondence, or working in situations where their actions could be construed as official Government acts. While performing in a contractor capacity, contractor personnel shall refrain from using their retired or reserve component military rank or title in all written or verbal communications. (End of Instruction) ATTATCHMENTS: Wage Determination No.: 2015-4281, Date of Revision: 04/08/2016 Technical Exhibit 1 Equipment List Technical Exhibit 2 Definitions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH16T0277/listing.html)
 
Place of Performance
Address: USAMRIID, Fort Detrick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN04175078-W 20160709/160707235937-3b5940d748662c6b597416b1f488fe42 (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  © 1994-2020, Loren Data Corp.