SOLICITATION NOTICE
J -- Preventive Mainteance
- Notice Date
- 3/29/2016
- 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
- W81XWH-16-T-0093
- Archive Date
- 4/15/2016
- Point of Contact
- Erin J. Maddox, Phone: 4104170028
- E-Mail Address
-
erin.j.maddox.civ@mail.mil
(erin.j.maddox.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Medical Research Acquisition Activity (USAMRAA) has a requirement for the US Army Medical Research Institute of Chemical Defense (USAMRICD) preventive maintenance on a piece of equipment already in use at USAMRICD. The requirement is for one XFe24 machine. The Contractor shall provide emergency repair support within 24 hours of an emergency repair call, and shall also provide telephone & email support. The Contractor shall provide one on-site, 2-day training session per year to MRICD personnel, scheduled upon request, to be performed by a field applications scientist. The emergency repair service and training will include travel, labor, and parts for repairs of the XFe24. The Contractor shall also provide software updates, and one preventative maintenance visit per year. The software, training and support required must be compatible with the current XFe24 Instrument in operation. Software licensing is specific to the program build and serial number CLAUSES INCORPORATED BY REFERENCE: 52.211-11 Liquidated Damages--Supplies, Services, or Research and Development SEP 2000; 52.212-1 Instructions to Offerors--Commercial Items OCT 2015; 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015; 52.217-5 Evaluation Of Options JUL 1990; 52.217-8 Option To Extend Services NOV 1999; 52.232-23 Assignment Of Claims MAY 2014; 52.233-1 Disputes MAY 2014; 52.233-3 Protest After Award AUG 1996; 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004; 52.242-15 Stop-Work Order AUG 1989; 52.243-1 Changes--Fixed Price AUG 1987; 52.247-34 F.O.B. Destination NOV 1991; 52.253-1 Computer Generated Forms JAN 1991; 252.201-7000 Contracting Officer's Representative DEC 1991; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013; 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011; 252.204-0001 Line Item Specific: Single Funding SEP 2009; 252.204-7003 Control Of Government Personnel Work Product APR 1992; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2015; 252.225-7048 Export-Controlled Items JUN 2013; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012; 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013; 252.232-7010 Levies on Contract Payments DEC 2006; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013. CLAUSES INCORPORATED BY FULL TEXT: 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: Factor 1Technical Factor 2Price (b) Basis for Award & Evaluation. The lowest price, technically acceptable is the evaluation procedure for this procurement. The offeror is expected to submit sufficient information in response to the RFQ to allow for the evaluation of its quotation. Each of the evaluation factors will be rated as follows: Factor 1 - Technical The degree to which the offeror’s quote demonstrates to the government evaluators that the offeror can provide the items and services that meets the requirements within the Performance Work Statement. Table A-1. Technical Acceptable/Unacceptable Ratings RatingDescription AcceptableQuote clearly meets the minimum requirements of the solicitation. UnacceptableQuote does not clearly meet the minimum requirements of the solicitation. Factor 2 – Price The offeror’s price quote will be evaluated to determine the price is fair and reasonable in accordance with FAR 12.209 and FAR 13.106-3. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (2) 52.233-3, Protest After Award (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.) ___ (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). _XX___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (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.) ___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (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). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). ____ (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. ____ (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 2015) (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 2015) 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). ____ (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, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (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 (FEB 2016) (E.O. 13126). _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 (Oct 2015) (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 (Oct 2015) (38 U.S.C. 4212). _XX___ (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). ____ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 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.) ____ (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 (OCT 2015) 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) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (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 (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ____ (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.) _____(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). _____ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (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). _____ (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). _____ (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). _____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (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 (Oct 2015) (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 $700,000 ($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 (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (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 (Oct 2015) (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 (Oct 2015) (E. O. 12989). (xv)52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (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); 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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); 52.243-7 NOTIFICATION OF CHANGES (APR 1984) (a) Definitions. "Contracting Officer," as used in this clause, does not include any representative of the Contracting Officer. "Specifically authorized representative (SAR)," as used in this clause, means any person the Contracting Officer has so designated by written notice (a copy of which shall be provided to the Contractor) which shall refer to this subparagraph and shall be issued to the designated representative before the SAR exercises such authority. (b) Notice. The primary purpose of this clause is to obtain prompt reporting of Government conduct that the Contractor considers to constitute a change to this contract. Except for changes identified as such in writing and signed by the Contracting Officer, the Contractor shall notify the Administrative Contracting Officer in writing, within 7 calendar days from the date that the Contractor identifies any Government conduct (including actions, inactions, and written or oral communications) that the Contractor regards as a change to the contract terms and conditions. On the basis of the most accurate information available to the Contractor, the notice shall state-- (1) The date, nature, and circumstances of the conduct regarded as a change; (2) The name, function, and activity of each Government individual and Contractor official or employee involved in or knowledgeable about such conduct; (3) The identification of any documents and the substance of any oral communication involved in such conduct; (4) In the instance of alleged acceleration of scheduled performance or delivery, the basis upon which it arose; (5) The particular elements of contract performance for which the Contractor may seek an equitable adjustment under this clause, including-- (i) What contract line items have been or may be affected by the alleged change; (ii) What labor or materials or both have been or may be added, deleted, or wasted by the alleged change; (iii) To the extent practicable, what delay and disruption in the manner and sequence of performance and effect on continued performance have been or may be caused by the alleged change; (iv) What adjustments to contract price, delivery schedule, and other provisions affected by the alleged change are estimated; and (6) The Contractor's estimate of the time by which the Government must respond to the Contractor's notice to minimize cost, delay or disruption of performance. (c) Continued performance. Following submission of the notice required by (b) above, the Contractor shall diligently continue performance of this contract to the maximum extent possible in accordance with its terms and conditions as construed by the Contractor, unless the notice reports a direction of the Contracting Officer or a communication from a SAR of the Contracting Officer, in either of which events the Contractor shall continue performance; provided, however, that if the Contractor regards the direction or communication as a change as described in (b) above, notice shall be given in the manner provided. All directions, communications, interpretations, orders and similar actions of the SAR shall be reduced to writing and copies furnished to the Contractor and to the Contracting Officer. The Contracting Officer shall countermand any action which exceeds the authority of the SAR. (d) Government response. The Contracting Officer shall promptly, within 7 calendar days after receipt of notice, respond to the notice in writing. In responding, the Contracting Officer shall either-- (1) Confirm that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further performance; (2) Countermand any communication regarded as a change; (3) Deny that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further performance; or (4) In the event the Contractor's notice information is inadequate to make a decision under (1), (2), or (3) above, advise the Contractor what additional information is required, and establish the date by which it should be furnished and the date thereafter by which the Government will respond. (e) Equitable adjustments. (1) If the Contracting Officer confirms that Government conduct effected a change as alleged by the Contractor, and the conduct causes an increase or decrease in the Contractor's cost of, or the time required for, performance of any part of the work under this contract, whether changed or not changed by such conduct, an equitable adjustment shall be made-- (i) In the contract price or delivery schedule or both; and (ii) In such other provisions of the contract as may be affected. (2) The contract shall be modified in writing accordingly. In the case of drawings, designs or specifications which are defective and for which the Government is responsible, the equitable adjustment shall include the cost and time extension for delay reasonably incurred by the Contractor in attempting to comply with the defective drawings, designs or specifications before the Contractor identified, or reasonably should have identified, such defect. When the cost of property made obsolete or excess as a result of a change confirmed by the Contracting Officer under this clause is included in the equitable adjustment, the Contracting Officer shall have the right to prescribe the manner of disposition of the property. The equitable adjustment shall not include increased costs or time extensions for delay resulting from the Contractor's failure to provide notice or to continue performance as provided, respectively, in (b) and (c) above. Note: The phrases “contract price” and “cost” wherever they appear in the clause, may be appropriately modified to apply to cost-reimbursement or incentive contracts, or to combinations thereof. (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) CONTRACTOR IDENTIFICATION (DEC 2005) (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. PERFORMANCE WORK STATEMENT Vision Statement - The XFe24 Total Support Plan support services contract will provide qualified personnel in support of the United States Army Medical Research Institute of Chemical Defense (USAMRICD) and provide the required staffing resources as necessary to allow the USAMRICD to continue to be a recognized leader in the development of chemical warfare countermeasures. 1. Introduction. This is a non-personal services contract to provide skilled XFe24 personnel in accordance with the requirements of the USAMRICD and its mission. The Contractor shall provide the support services required to perform all of the tasks and deliverables listed in this Performance Work Statement (PWS). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn, is responsible to the Government. 1.1. Description of Services. The USAMRICD’s mission is to discover and develop medical products and knowledge solutions against chemical and biochemical threats through research, education and training, and consultation. As a part of the mission, the USAMRICD offers a wide variety of events and courses to first responders and throughout the Department of Defense (DoD) community. The USAMRICD requires support personnel for these events and programs as well as daily routine staffing needs. Some of the required support services include administrative support, program analyst support, scientific support, and program management support. 1.2. Background. The USAMRICD is a world leader in the discovery and development of medical products and knowledge solutions against chemical threats through research, education and training, and consultation. It is through successful partnerships with outside agencies that we are able to maintain our high level of excellence. This non-personal based service contract will provide the USAMRICD with the required resources in order to staff and maintain mission critical operations. Failure to provide the support services needed to carry-out and complete routine requirements would be extremely detrimental to themission. 1.3. Scope. The Contractor shall require an escort for onsite visits. The USAMRICD requires onsite support services for the USAMRICD’s core competencies in its daily business operations. The Contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. The Contractor shall match personnel skills to the work or task with a minimum of under/over employment of resources. The Contractor shall ensure the labor categories, labor rates, and man-hours utilized in the performance of contract will be the minimum necessary to accomplish the tasks. The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. 1.4. Period of Performance (POP). The POP shall be for one (1) base year of twelve (12) months and 4 additional years. See Delivery Schedule of the SF 1449 for specific dates. 1.5. Recognized Holidays. The Contractor is not required to perform services on the recognized Federal holidays listed below. Should the Federal holiday fall on a Saturday, it will be observed on the preceding Friday while holidays that fall on a Sunday will be observed on the following Monday. New Year’s 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 1.5.1. Hours of Operations. The Contractor is responsible for conducting business during the core hours of 0900 Eastern Time (ET) and 1500 ET with normal operation hours from 0745 ET to 1630 ET Monday through Friday; exceptions include the Federal holidays listed above or when the Government facility is closed due to local or national emergencies, safety conditions, inclement weather conditions, or similar Government directed facility closures. 1.5.2. Essential Personnel. NA 1.5.3. Place of Performance. The work to be performed under this contract will be performed at USAMRICD E2900 Ricketts Point Road, Aberdeen Proving Ground (APG), Maryland 21010. 1.5.4. Telecommuting. NA 1.5.5. Contract Type. The Government will award a Firm-Fixed-Priced (FFP) type contract. 1.5.6. Security Requirements. Not applicable. 1.5.6.1.Visitor Group Security Agreement. Not applicable. 1.5.6.2.Security and Identification (ID) Badges. The Government will provide ID badges which will be worn/displayed per local policy. The Contractor is responsible for ensuring the integrity of contract performance. 1.5.6.3. Property Security. The Contractor employee is responsible for safeguarding all Government equipment, information, and property provided for their use. At no time is Government equipment, information, or property to be taken out of the USAMRICD facilities without express written permission from the Commander. 1.5.6.4. Facility Security. Contractor employees are not authorized access to the USAMRICD buildings before 0600 am or after 1800 pm ET, Monday through Friday. Contractor employees are not authorized in the USAMRICD facilities without a Government employee present. The Government employee is responsible for ensuring that the Contractor employee is appropriately supervised by a Government employee while in the USAMRICD facilities. 1.5.6.5. Key Control. Not applicable. 1.5.7. Training Requirements. Not applicable. 1.5.8. Post Award Conference/Periodic Progress Meetings. The Contractor agrees to attend any post award conference convened by the contracting activity in accordance with FAR 42.5. The KO, COR, and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor’s performance. These meetings shall be at no additional cost to the Government. 1.5.8.1. Post Award Conference. The Contractor shall schedule and conduct a post award conference in coordination with the Government within seven (7) workdays after contract award. The meeting will be a meet-and-greet between the Contractor and the following Government personnel: COR, KO, and Contract Specialist. The Contractor shall provide an agenda two (2) days prior to the scheduled conference. 1.5.9. Contract Administration and Management. The contract administration and management is the responsibility of the following individuals: 1.5.9.1. KO. The KO will have overall responsibility for administering the contract. The KO is the only person authorized to obligate the Government and make changes to the contract. The KO is responsible for the following: 1.5.9.1.1. Manage contract administration and quality assurance surveillance functions supported by contract administrators, COR, quality assurance personnel, property administrators, cost and price analysts, and legal personnel. 1.5.9.1.2. Officially designate a COR through an appointment letter to oversee the contract. 1.5.9.2. COR. The COR will be identified by separate appointment letter after contract award. A copy of the designation letter issued to the COR will be given to the Contractor. The letter provides the COR responsibilities and limitations of the COR especially in regards to changes in pricing, estimates, or changes to delivery dates. The COR is not authorized to change any of the terms and conditions of the contract. The appointed COR will be directly responsible to the KO, serve as the Government’s point-of-contact for contract-level coordination of administration and technical performance matters, and is responsible for the following: 1.5.9.2.1. Ensuring deliverables identified in this PWS are received in accordance with the terms and conditions required. 1.5.9.2.2. Providing advice and assistance in resolving any performance issues that may arise during the life of the contract. 1.5.9.2.3. Identifying, initiating, coordinating, and generating contract modification requests through coordination with the KO and Contract Specialist. 1.5.9.2.4. Conducting other activities as specified in the COR appointment memorandum to include completing the: 1.5.9.2.4.1. Contractor Manpower Reporting (CMR) (Deliverable: Technical Exhibit 2 – Item 11) 1.5.9.2.4.2. Monthly Reporting in VCE (Virtual Contracting Enterprise) Tool (Deliverable: Technical Exhibit 2 – Item 10) 1.5.9.2.3. Elevating to the KO any problems that cannot be addressed by the COR. 1.5.9.2.4. Serving as the approval and disapproval authority for receiving reports and invoices in Wide Area Work Flow (WAWF). 1.5.9.3. Contractor. The Contractor shall provide the following management and support as required. The Contractor shall provide notifications for employees during designated Government non-work days or other periods where Government offices are closed due to weather or security conditions. 1.5.9.3.1. Providing the deliverables listed in the attachment titled “Technical Exhibit 2: Deliverables Schedule” as defined with restrictions listed on this PWS. 1.5.9.3.2. Ensuring that tasks are performed efficiently, accurately, on time, and in compliance with the requirements. 1.5.9.3.3. Ensuring timely and accurate submission of invoices and deliverables. 1.5.10. Key Personnel. None. 1.5.11. Contractor Employee Identification. All Contractor employees attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as contractor products or that Contractor participation is appropriately disclosed. Each employee shall create a signature block in outlook identifying themselves as a Contractor employee. Contractor personnel, while performing in a Contractor capacity, are prohibited from using their retired or reserve component military rank or title in all written or verbal communications associated with the contract under which they provide services. Each Contractor employee will be required to obtain and wear badges around the neck except when located in the laboratory or outside of the buildings. 1.5.12. Contractor Employee Code of Conduct. The Contractor shall not provide the Government persons for work on this contract if an employee is identified as a potential threat to the health, safety, security, general well-being, or operational mission of the installation or its population. Contractor personnel shall present a neat and well-groomed appearance while on duty and shall wear uniforms, safety shoes, scrubs, or protective equipment at all times. No shorts, no sandals, or T-shirts will be worn as outer garments when performing duties in and around the animal facility. Contractor personnel shall observe and comply with the rules and regulations prescribed by the installation commander concerning fire, safety, sanitation, security, vehicle operation, and possession of drugs, firearms or other lethal weapons, when on the installation. Contractor personnel shall be subject to such checks as may be deemed necessary to ensure that no violations occur. Contractor employee shall perform all contract duties in a courteous and timely manner. Contractor employee shall not loiter in any working area. The Contractor shall remove from duty any employee who is under the influence of alcohol, drugs, or other incapacitating agent. Removal of Contractor employee for cause shall not constitute a reason for nonperformance of contract terms in the performance work summary table. Smoking is prohibited in all the USAMRICD facilities. The Contractor shall enforce a smoke-free environment by ensuring that employees smoke only in designated outside areas. 1.5.13. Contractor Employee Travel. Not applicable. 1.5.14. Other Direct Costs (ODC). Not applicable. 1.5.15. Data Rights. The Government has unlimited rights to all documents produced under this contract. All documents produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents may not be used or sold by the Contractor without permission from the KO. All materials supplied to the Government shall be the sole property and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.5.2.16. Personnel Removal. Government rules, regulations, laws, directives, and requirements issued during the term of the performance period relating to law and order, installation administration, and security shall be applicable to all Contractor employees and representatives who enter the installation. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site or installation. Removal of employee does not relieve the Contractor from the responsibility for the work defined in this contract. •Removal by Installation Commander: The Installation Commander may, at their discretion, bar an individual from the installation under the authority of 18 USC 1382 (1972), for conduct that is determined to be contrary to good order, discipline, or installation security and safety. •Removal Requested by Designated Government Representative (DGR): The DGR may require the Contractor to remove an employee working under this contract for reasons of misconduct or security violations. Contractor employee shall be subject to dismissal from the premises upon determination by the DGR that such action is necessary in the interest of the Government. •Removal by Military Police: Contractor employee may be denied entry to or may be removed from the installation by Military Police if it is determined that the employee’s presence on the installation may be contrary to good order, discipline, or installation security and safety. •Removal for Unsatisfactory Performance: The government reserves the right to require the Contractor to remove and replace any personnel who provided unsatisfactory performance, demonstrate insufficient knowledge, or possess inadequate skill levels necessary to complete assigned tasks. The skill level of the staff provided shall be current and consistent with new technologies. 1.5.17. Force Protection Condition (FPCON) impact on work levels. The Contractor employees must comply with all personal identity verification requirements as directed by DoD, and local policy. In addition to the changes otherwise authorized by the changes clauses of this CONTRACT, should the FPCON at any individual facility or installation change, the Government may require changes in Contractor security matters or process. IAW DoDI 2000.16, the FPCON is defined as follows: FPCON ALPHA. This condition applies when there is a general threat of possible terrorist activity against personnel and facilities, the nature and extent of which are unpredictable, and circumstances do not justify full implementation of FPCON BRAVO measures. However, it may be necessary to implement certain measures from higher THREATCONS resulting from intelligence received or as a deterrent. The measures in this THREATCON must be capable of being maintained indefinitely. FPCON BRAVO. This condition applies when an increased and more predictable threat of terrorist activity exists. The measures in this THREATCON must be capable of being maintained for weeks without causing undue hardship, affecting operational capability, and aggravating relations with local authorities. FPCON CHARLIE. This condition applies when an incident occurs or intelligence received indicating some form of terrorist action against personnel and facilities is imminent. Implementation of measures in this THREATCON for more than a short period probably will create hardship and affect the peacetime activities of the unit and its personnel. FPCON DELTA. This condition applies in the immediate area where a terrorist attack has occurred or when intelligence has been received that terrorist action against a specific location or person is likely. Normally, this THREATCON is declared as a localized condition. 1.5.17.1. During FCONs Charlie and Delta, non-essential service TASK ORDERS are placed under a stop work order. Designated essential service TASK ORDERS will resume when the FPCON level is reduced to level Bravo or lower. 1.5.17.2. When TASK ORDER Contractor employees are considered mission essential, all Contractor employees are required to report for duty and remain on duty during declared emergencies or elevated FPCON levels unless otherwise directed by the KO via the COR or COR-TO. 1.5.17.3. Unclassified Contract Security Requirements. The Contractor shall ensure all personnel performing under this CONTRACT have a favorable National Agency Check with Written Inquires (NACI), which must be coordinated with the Local Security Office for the work site location via the COR for submission prior to performance start date. NACI must be fully adjudicated prior to personnel start date. The security requirements must be maintained for the life of the CONTRACT, and citizenship will be verified by presenting an original birth certificate or a US Passport or the original Naturalization Certificate to the Local Security Office at the time of in processing for all CONTRACT personnel assigned to the CONTRACT. In order to maintain the security requirements any derogatory information, to include law enforcement issues, mental health issues, or alcohol/drug related issues must be reported to the COR and Local Security Officer for the work site location. 1.5.18. DFARS Clause 252.225-7043, Antiterrorism/Force Protection for Defense Contractors Outside the United States. Not applicable. 1.5.19. Base Entry and Vehicle Control Requirements. Contractor shall comply with Federal Acquisition Regulation Supplement (FARS) and local regulations regarding vehicular use on Government property--Contractor access to Air Force installations which is hereby incorporated by reference if not otherwise included. Contractor personnel shall comply with all on-base traffic laws. Background investigations will be conducted by the Government at no additional cost to the Contractor on all Contractor personnel prior to issuance of any base pass. 1.5.20. Government Computer Access Requirements. No access to Government computers will be granted under this contract. 1.5.20.1 For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (Army Directive 2014-05/AR 190-13); applicable installation, facility and area commander installation and facility access and local security policies and procedures (provided by Government representative); or, at OCONUS locations, in accordance with status-of-forces agreements and other theater regulations. 1.5.21. Installation Access. A Criminal History Check will be conducted on all Contractor and subcontractor employees requiring base access. The Contractor shall provide the Contracting Officer and the Security and Intelligence Office a current list of employees needing access within three (3) working days after receiving Contract Award or Notice of Award. The list shall include employee’s name, date of birth, state driver’s license/state ID number and state of issue. Notifications of Contractor employee additions and deletions shall be provided with the same information listed above and within three (3) working days from the date there is an addition or deletion. Within ten (10) business days after receipt of the list, the Government will notify the Contractor that installation access passes are available for those employees clearing the criminal history check. 1.5.22. Reporting Requirements. Contractor shall report to Security Forces any information or circumstances which may pose a threat to DoD or Contractor personnel, resources, or DoD information. 1.5.23. Physical Security. The Contractor shall comply with Force Protection Condition (FPCON) procedures, Random Antiterrorism Measures (RAMS) and local search/ identification requirements. The Contractor shall safeguard all Government property provided for Contractor use. 1.5.24. Unescorted Entry to Restricted/Controlled Areas. Contractor will not have unescorted entry. 1.5.25. Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their Contractor-owned vehicle or privately-owned vehicle while on a DoD facility. 1.5.26. Proprietary Information Assurance and Security. Contractor will not have access to proprietary information. 1.5.26.1. The Contractor shall protect all data in the strictest confidence; prevent the unauthorized duplication, use and disclosure of information that is subject to the Privacy Act of 1974, Health Insurance Portability and Accountability Act (HIPAA) IAW applicable statutory, regulations, local policies and procedures. 1.5.27. Contractor responsibilities for ensuring personnel security include, but are not limited to, immediately reporting to the appointed COR if any Contractor employee filling a sensitive position receives an unfavorable National Agency Check (NAC) adjudication, or if information that would result in an unfavorable NAC becomes available. Notify the USAMRAA Contracting Office within five (5) working days if, at any time, a Contractor employee has privileges revoked to a DoD data or system data because of security concerns. 1.5.28 The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. Definitions and Acronyms. 2.1. Definitions. 2.1.1. Contractor. A supplier or vendor awarded a contract to provide specific supplies and/or services to the Government. The term used in this contract refers to the prime. 2.1.2. Contractor Employee. A person physically employed at the USAMRICD and working under the provisions of this contract. 2.1.3. Contracting Officer (KO). A person with authority to enter into, administer, and/or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government. 2.1.4. Contracting Officer’s Representative (COR). An employee of the U.S. Government appointed by the KO to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.5. Defective Service. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.6. Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.7. Government Furnished Property. Property in the possession of, or directly acquired by, the Government and subsequently furnished to the Contractor for performance on a contract. 2.1.8. Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When Key Personnel are used as an evaluation factor in the best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.9. Performance Work Statement (PWS). A statement of work for performance-based acquisitions that describes the required results in clear, specific and objective terms with measurable outcomes. 2.1.10. Physical Security. Actions that prevent the loss of damage of Government property. 2.1.11. Quality Assurance. The Government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.12. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.13. Quality Control. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.14. Subcontractor. One that enters into a contract with a prime Contractor. The Government does not have privity of contract with any subcontractors. 2.1.15. Work Week. Monday through Friday, unless specified otherwise. 2.2. Acronyms. APGAberdeen Proving Ground ATAntiterrorism CMRContractor Manpower Reporting CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer Representative CPARSContractor Performance Assessment Reporting System CWAChemical Warfare Agents DADepartment of the Army DD254Department of Defense Contract Security Requirement List DFARSDepartment of Defense Acquisition Regulation Supplement DoDDepartment of Defense ESTEastern Standard Time FARFederal Acquisition Regulation FFPFirm-Fixed-Price FTEFull Time Equivalent GFPGovernment Furnished Property HIPPAHealth Insurance Portability and Accountability Act of 1996 IAInformation Awareness IAWIn Accordance With ITInformation Technology KOContracting Officer NACNational Agency Check NLTNo Later Than OCONUSOutside Continental United States OPMU.S. Office of Personnel Management OPSECOperations Security PRSPerformance Requirements Summary POPPeriod of Performance PWSPerformance Work Statement QASPQuality Assurance Surveillance Plan USAMRAAUS Army Medical Research Acquisition Activity USAMRICDUS Army Medical Research Institute of Chemical Defense VCEVirtual Contracting Enterprise WAWFWide Area Work Flow 3. Government Furnished Property, Equipment, and Services. 3.1. Facilities. The Government will provide the necessary workspace and its associated operating requirements for the Contractor employees to provide the support outlined in the PWS. 3.2. Utilities. All utilities in the facility will be available for the Contractor’s use in performance of the outlined PWS. The Contractor shall be responsible for operating under conditions that preclude the waste of utilities. 3.3. Equipment. The Contractor employee will have access to a workspace to provide the maintenance and support of the machine and training for all operators. All Government property and equipment will stay on-site at the USAMRICD. 4.Contractor Furnished Items. 4.1. General. The Contractor shall furnish all supplies, parts and equipment required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2.Security Facility Clearance. Not applicable. 4.3. Materials. The Contractor shall furnish materials necessary to meet the requirements under this PWS that are not listed under Section 3 of this PWS. 4.4. Equipment. The Contractor shall furnish equipment to meet the requirements under this PWS that are not listed under Section 3 of this PWS. 5. Specific Tasks. The Contractor shall provide the non-personal onsite XFe24 support services as required in this section of the PWS. The Government shall not control the method by which the Contractor performs the required tasks. 5.1. For one XFe24 machine, the Contractor shall provide emergency repair support within 24 hours of an emergency repair call, and shall also provide telephone & email support. The Contractor shall provide one on-site, 2-day training session per year to MRICD personnel, scheduled upon request, to be performed by a field applications scientist. The emergency repair service and training will include travel, labor, and parts for repairs of the XFe24. The Contractor shall also provide software updates, and one preventative maintenance visit per year. The software, training and support required must be compatible with the current XFe24 Instrument in operation. Software licensing is specific to the program build and serial number. 6.Applicable Publications. The Contractor shall abide by all applicable regulations, publications, manuals, and local policies and procedures. •AR 25-2 Information Assurance •AR 40-61 Medical Logistics Policies and Procedures. •AR 525-13 Antiterrorism •AR 530-1 Operations Security •AR 70-1 Army Acquisition Policy •AR 735-5 Policies and Procedures for Property Accountability •Army FAR Supplement (AFARS) •Army Medicine (http://www.armymedicine.army.mil/) •Department of Defense FAR Supplement (DFARS) •Deputy Secretary of Defense Memorandum, Control of Planning, Programming, Budgeting and Execution (PPBE) Documents and Information •DoD 4120.24-M Defense Standardization Program Policies & Procedures •DoD 5200.01 V2 Information Security Program – Marking Classified Information •DoD 5200.01 V3 Information Security Program – Protection of Classified Information •DoD 5220.22-M National Industrial Security Program Operating Manual •DoD 7000.14-R Financial Management Regulation •DoD 8570.01-M Information Assurance Workforce Improvement Program •DoD and Army Environmental Program and Regulations, https://aec.mil/usaec/ •DoD Unique Identification (UID) Program (DoDD 8320.03 and DoDI 8320.04 •DoDD 70.45.14 Planning, Programming & Budgeting System •DoDD 85701.1 Information Assurance Training, Certification and Workforce Management •DoDI 2000.16 DoD Antiterrorism Standards •Federal Acquisition Regulation (FAR) •Health Insurance Portability and Accountability Act (HIPAA) •Medical Directory Circular 40-1 •MHS Information Assurance (http://www.health.mil/MHSCIO/programs_products/ia.aspx) •U.S. Army Medical Research and Materiel Command (https://mrmc.amedd.army.mil/index.cfm)   TECHNICAL EXHIBIT 1. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). 1.0. Vision. The USAMRICD is committed to the development of medical countermeasures to chemical warfare agents as well as to train in the medical management of chemical causalities. 2.0 Purpose. This QASP is a government-developed document used to determine if the contractor's performance meets the performance standards contained in the contract. The QASP establishes procedures on how the assessment/inspection process will be conducted and provides the detailed process for a continuous oversight process: 2.1. What will be monitored? 2.2. How monitoring will take place? 2.3. Who will be conducting the monitoring? 2.4. How will monitoring efforts and results be documented? 2.5. The Contractor is responsible for implementing and delivering performance that meets contract standards using its Quality Control Plan (QCP). The QASP provides the structure for the government's surveillance of the contractor's performance to assure it meets contract standards. It is the government's responsibility to be objective, fair and consistent in evaluating contractor performance. 2.6. The QASP is not part of the contract nor is it intended to duplicate the Contractor's QCP. This QASP is a living document. Flexibility in the QASP is required to allow for an increase or decrease in the level of surveillance necessary based on Contractor performance. 2.7. The government will provide a copy of the QASP to the Contractor to facilitate open communication. In addition, the QASP should recognize that unforeseen or uncontrollable circumstances might occur that are outside the control of the Contractor. Bottom line, the QASP should ensure early identification and resolution of performance issues to minimize impact on mission performance. 3.0. Authority. Authority for issuance of this QASP is provided under Part 46 of the Federal Acquisition Regulation, Inspection of Services clauses, which provide for inspection, acceptance and documentation of the service called for in the contract or order. This acceptance is to be executed by the contracting officer or a duly authorized representative. 4.0. Roles and Responsibilities. The following personnel shall oversee and coordinate surveillance activities. 4.1. Contracting Officer (KO). The KO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The KO shall also ensure that the contractor receives impartial, fair, and equitable treatment under this contract. Determine and document the final assessment of the contractor's performance in the governments past performance tracking system. Assigned KO: TBD Organization or Agency: U.S. Army Medical Research Acquisition Activity (USAMRAA) Telephone: TBD Email: TBD Assigned Contract Administrators: US Army Medical Research Acquisition Activity (USAMRAA) Primary: TBD Alternate: TBD 4.2. Contracting Officer's Representative (COR). The COR is responsible for providing continuous technical oversight of the contractor's performance. The COR uses the QASP to conduct the oversight/surveillance process. The COR shall keep a Quality Assurance file that accurately documents the contractor's actual performance. The purpose is to ensure that the contractor meets the performance standards contained in the contract. The COR is responsible for reporting early identification of performance problems to the KO. The COR is required to provide an annual performance assessment to the KO which will be used in documenting past performance. The QASP is the primary tool for documenting contractor performance. The COR is not empowered to many any contractual commitments or to authorize any contractual change on the Government's behalf. Assigned Contract COR: Jennifer Devorak Organization or Agency: U.S. Army Medical Research Institute of Chemical Defense (USAMRICD) Telephone: 410-436-5110 Email: jennifer.l.devorak.civ@mail.mil 4.3. Contractor Representative. This contractor employee serves as the contractor's Program Manager for this contract. Contractor Representative: TBD Organization or Agency: U S Army Medical Research Institute of Chemical Defense (USAMRICD) Telephone: TBD Email: TBD 5.0. Performance Requirements and Method of Surveillance. This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort. 5.1. Contract Surveillance. The goal of the QASP is to ensure that Contractor performance is effectively monitored and documented. The COR's contribution is their professional, non-adversarial relationships with the KO, and Contractor, which enables positive, open, and timely communications. The foundation of this relationship is built upon objective, fair, and consistent COR evaluations of Contractor performance against contract requirements. The COR uses the methods contained in this QASP to ensure the Contractor is in compliance with contract requirements. The COR function is responsible for a wide range of surveillance requirements that effectively measure and evaluate the Contractor's performance. Additionally, this QASP is based on the premise that the Contractor, not the government, is responsible for management and QC/QA actions to successfully meet the terms of the contract. 5.2. Performance Surveillance Summary: The below Surveillance Matrix is the list of performance objectives and standards that must be performed by the Contractor. This summary details the method of surveillance the COR will use to validate and inspect these performance elements. Inspection of each element will be documented in the COR file.   Surveillance Matrix TaskIndicatorPerformance StandardPerformance ThresholdMethod of SurveillancePerformance Rating For one XFe24 machine, the Contractor shall provide emergency repair support within 24 hours of an emergency repair call, and shall also provide telephone & email support. The Contractor shall also provide software updates, and one preventative maintenance visit per year. Maintenance/emergency repair supportStandard: Provide emergency repair support within 24 hoursNo deviation – 100% complianceCOR inspection / customer feedback/complaints Facility Access: The Contractor and all associated subcontractors’ employees shall comply with applicable installation, facility, and area commander installation and facility access and local security policies and procedures provided by the Government representative.facility accessCompliance with applicable installation, facility, and area commander installation and facility access and local security policies and procedures provided by the Government representative100% complianceCOR and MRICD S2 Security and Intelligence Office observation Quality of tasks performedAll PWS tasksTasks performed at optimal performance level100% complianceCustomer feedback/ complaints The Contractor shall provide one on-site, 2-day training session for the XFe24 machine per year to MRICD personnel, scheduled upon request, to be performed by a field applications scientist. USAMRICD personnel shall be able to operate the XFe24 machine without contractor supervisionAcceptable Quality Limit: On-site personnel will demonstrate the ability to perform XFe24 operation with no supervision from the contractor. No deviation – 100% complianceCOR inspection / customer feedback/complaintsPerformance objectives define the desired outcomes. Performance standards define the level of service required. This combined solicitation/synopsis is for commercially available service in accordance with FAR 12.6. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Is it the Contractor's responsibility to be familiar with the applicable FAR and DFAR clauses and provisions. This solicitation will request in one firm-fixed-price contract for a twelve-month base period and four twelve-month option periods.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-16-T-0093/listing.html)
- Place of Performance
- Address: E2900 Ricketts Point Road, Edgewood Maryland 21010 (Aberdeen Proving Ground - South), Edgewood, Maryland, 21010, United States
- Zip Code: 21010
- Zip Code: 21010
- Record
- SN04065560-W 20160331/160329234355-9442d030ee7420a323a15a87f8c01f20 (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 |