SOLICITATION NOTICE
J -- Extremity Coil Annual Maintenance
- Notice Date
- 8/26/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center Portsmouth, 54 Lewis Minor St, Portsmouth, Virginia, 23708-2297, United States
- ZIP Code
- 23708-2297
- Solicitation Number
- N00183-16-T-0210
- Archive Date
- 9/20/2016
- Point of Contact
- Harold D Woodley, Phone: 757-953-7276, Curtis Price, Jr., Phone: 757-953-7570
- E-Mail Address
-
harold.d.woodley.civ@mail.mil, curtis.c.price2.civ@mail.mil
(harold.d.woodley.civ@mail.mil, curtis.c.price2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Section A - Solicitation/Contract Form CLAUSES INCORPORATED BY FULL TEXT TIN: CAGE: DUNS: Vendor Point of Contact: Phone: Vendor email: Billing/Payment in Arrears. Naval Medical Center Contracting POC: Harold Woodley Phone: 757-953-7276 Fax: 757-953-5006 Email: harold.d.woodley.civ@mail.mil Product/Services for: Naval Medical Center Portsmouth, Biomedical Engineering POC: HM2 Cody Leister Phone: 757-953-5336 Email: cody.n.leister.mil@mail.mil Vendor to reference RFQ number N00183-16-T-0210 on all inquires. Reference: PROMPT PAYMENT For Prompt Payment Act Purposes, this contract is: Subject to the 7-calender day constructive acceptance period. "AVAILABILITY OF FUNDS. Pursuant to Section I, Availability of Funds (FAR 52.232-18), of the contract, funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing to the Contracting Officer. Note to vendors: • Government reserves the right to make award on an "all-or-none" basis. • Award to be best value based upon past performance and lowest price technically acceptable. Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12 Months Annual Maintenance FFP on Extremity Coils. See Section C for Statement of Work. FOB: Destination MILSTRIP: N0018317RQXR005 PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000101 Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: MEDRAD Nomenclature: ETREMITY COIL Model: M64EA PA#: n/a Serial #: EA0352 Location: 2/134002/MRI FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000102 Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: MEDRAD Nomenclature: ETREMITY COIL Model: M64EA PA#: n/a Serial #: EA0106 Location: 2/134002/MRI FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000103 Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: MEDRAD Nomenclature: ETREMITY COIL Model: M64EA PA#: n/a Serial #: EA095 Location: 2/134002/MRI FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000104 Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: INVIVO RESEARCH Nomenclature: ETREMITY COIL Model: 104736 PA#: 00183106889 Serial #: U21288 Location: 2/134002/MRI FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000105 Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: GE HEALTHCARE Nomenclature: ETREMITY COIL Model: 2414037 PA#: 00183102924 Serial #: 1955 Location: 2/134002/MRI FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000106 Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: INVIVO RESEARCH Nomenclature: ETREMITY COIL Model: 106538 PA#: 00183106961 Serial #: U27300 Location: 2/134002/MRI FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000107 Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: MEDICAL ADVANCES Nomenclature: ETREMITY COIL Model: 415GE64A PA#: 00183107466 Serial #: 35543 Location: 2/134002/MRI FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000108 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 530834202 PA#: 126682 Serial #: 1404 Location: 2/134402 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000109 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 4.5353E+11 PA#: 126683 Serial #: 115 Location: 2/134402 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000110 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5372735 PA#: 126684 Serial #: 996 Location: 2/134402 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000111 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5372735 PA#: 126685 Serial #: 548 Location: 2/134402 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000112 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5344905 PA#: 126686 Serial #: F886 Location: 2/134402 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000113 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: NC008901 PA#: 126687 Serial #: 850931 Location: 2/134402 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000114 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: NC0232200 PA#: 126688 Serial #: 2340342 Location: 2/134402 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000115 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: NC0232200 PA#: 126689 Serial #: 3040355 Location: 2/134402 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000116 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5182594 PA#: 126690 Serial #: 101556WH9 Location: 2/134402 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000117 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 4.5353E+11 PA#: 126691 Serial #: 207 Location: 2/134402 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000118 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5341333 PA#: 126692 Serial #: 604 Location: 2/134002 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000119 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 2415410 PA#: 126693 Serial #: 669 Location: 2/134002 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000120 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: U1100422 PA#: 126694 Serial #: 857 Location: 2/134002 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000121 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: U1100422 PA#: 126695 Serial #: 819 Location: 2/134002 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000122 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5182872 PA#: 126696 Serial #: 58948WH1 Location: 2/134002 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000123 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 2415544 PA#: 126697 Serial #: 693 Location: 2/134002 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000124 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 52732352 PA#: 126698 Serial #: 89 Location: 2/134002 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000125 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 51602542 PA#: 126699 Serial #: 36722 Location: 2/134002 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000126 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 51471372 PA#: 126700 Serial #: 334 Location: 2/134002 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000127 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5176311 PA#: 126701 Serial #: AD1H68 Location: 2/134002 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000128 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: NC009901 PA#: 126702 Serial #: 950134 Location: 2/134002 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000129 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 52680242 PA#: 126703 Serial #: 98 Location: 2/134002 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000130 MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5341333 PA#: 126704 Serial #: 324 Location: 2/134002 FOB: Destination PURCHASE REQUEST NUMBER: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 12 Months OPTION Annual Maintenance FFP on Extremity Coils. See Section C for Statement of Work. FOB: Destination MILSTRIP: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000201 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: MEDRAD Nomenclature: ETREMITY COIL Model: M64EA PA#: n/a Serial #: EA0352 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000202 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: MEDRAD Nomenclature: ETREMITY COIL Model: M64EA PA#: n/a Serial #: EA0106 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000203 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: MEDRAD Nomenclature: ETREMITY COIL Model: M64EA PA#: n/a Serial #: EA095 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000204 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: INVIVO RESEARCH Nomenclature: ETREMITY COIL Model: 104736 PA#: 00183106889 Serial #: U21288 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000205 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: GE HEALTHCARE Nomenclature: ETREMITY COIL Model: 2414037 PA#: 00183102924 Serial #: 1955 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000206 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: INVIVO RESEARCH Nomenclature: ETREMITY COIL Model: 106538 PA#: 00183106961 Serial #: U27300 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000207 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: MEDICAL ADVANCES Nomenclature: ETREMITY COIL Model: 415GE64A PA#: 00183107466 Serial #: 35543 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000208 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 530834202 PA#: 126682 Serial #: 1404 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000209 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 4.5353E+11 PA#: 126683 Serial #: 115 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000210 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5372735 PA#: 126684 Serial #: 996 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000211 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5372735 PA#: 126685 Serial #: 548 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000212 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5344905 PA#: 126686 Serial #: F886 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000213 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: NC008901 PA#: 126687 Serial #: 850931 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000214 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: NC0232200 PA#: 126688 Serial #: 2340342 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000215 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: NC0232200 PA#: 126689 Serial #: 3040355 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000216 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5182594 PA#: 126690 Serial #: 101556WH9 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000217 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 4.5353E+11 PA#: 126691 Serial #: 207 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000218 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5341333 PA#: 126692 Serial #: 604 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000219 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 2415410 PA#: 126693 Serial #: 669 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000220 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: U1100422 PA#: 126694 Serial #: 857 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000221 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: U1100422 PA#: 126695 Serial #: 819 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000222 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5182872 PA#: 126696 Serial #: 58948WH1 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000223 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 2415544 PA#: 126697 Serial #: 693 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000224 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 52732352 PA#: 126698 Serial #: 89 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000225 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 51602542 PA#: 126699 Serial #: 36722 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000226 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 51471372 PA#: 126700 Serial #: 334 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000227 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5176311 PA#: 126701 Serial #: AD1H68 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000228 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: NC009901 PA#: 126702 Serial #: 950134 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000229 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 52680242 PA#: 126703 Serial #: 98 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000230 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5341333 PA#: 126704 Serial #: 324 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 12 Months OPTION Annual Maintenance FFP on Extremity Coils. See Section C for Statement of Work. FOB: Destination MILSTRIP: N0018317RQXR005 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000301 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: MEDRAD Nomenclature: ETREMITY COIL Model: M64EA PA#: n/a Serial #: EA0352 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000302 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: MEDRAD Nomenclature: ETREMITY COIL Model: M64EA PA#: n/a Serial #: EA0106 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000303 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: MEDRAD Nomenclature: ETREMITY COIL Model: M64EA PA#: n/a Serial #: EA095 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000304 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: INVIVO RESEARCH Nomenclature: ETREMITY COIL Model: 104736 PA#: 00183106889 Serial #: U21288 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000305 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: GE HEALTHCARE Nomenclature: ETREMITY COIL Model: 2414037 PA#: 00183102924 Serial #: 1955 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000306 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: INVIVO RESEARCH Nomenclature: ETREMITY COIL Model: 106538 PA#: 00183106961 Serial #: U27300 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000307 OPTION Extremity Coil FFP JON: 001837DCAA3 Department: Radiology Manufacturer: MEDICAL ADVANCES Nomenclature: ETREMITY COIL Model: 415GE64A PA#: 00183107466 Serial #: 35543 Location: 2/134002/MRI FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000308 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 530834202 PA#: 126682 Serial #: 1404 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000309 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 4.5353E+11 PA#: 126683 Serial #: 115 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000310 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5372735 PA#: 126684 Serial #: 996 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000311 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5372735 PA#: 126685 Serial #: 548 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000312 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5344905 PA#: 126686 Serial #: F886 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000313 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: NC008901 PA#: 126687 Serial #: 850931 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000314 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: NC0232200 PA#: 126688 Serial #: 2340342 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000315 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: NC0232200 PA#: 126689 Serial #: 3040355 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000316 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5182594 PA#: 126690 Serial #: 101556WH9 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000317 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 4.5353E+11 PA#: 126691 Serial #: 207 Location: 2/134402 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000318 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5341333 PA#: 126692 Serial #: 604 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000319 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 2415410 PA#: 126693 Serial #: 669 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000320 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: U1100422 PA#: 126694 Serial #: 857 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000321 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: U1100422 PA#: 126695 Serial #: 819 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000322 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5182872 PA#: 126696 Serial #: 58948WH1 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000323 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 2415544 PA#: 126697 Serial #: 693 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000324 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 52732352 PA#: 126698 Serial #: 89 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000325 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 51602542 PA#: 126699 Serial #: 36722 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000326 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 51471372 PA#: 126700 Serial #: 334 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000327 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5176311 PA#: 126701 Serial #: AD1H68 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000328 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: NC009901 PA#: 126702 Serial #: 950134 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000329 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 52680242 PA#: 126703 Serial #: 98 Location: 2/134002 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000330 OPTION MRI Coil FFP JON: DCAA03 Department: Cross Sectional Rad Manufacturer: GE MEDICAL SYSTEMS Nomenclature: MAGNETIC RESONANCE IMAGING COIL Model: 5341333 PA#: 126704 Serial #: 324 Location: 2/134002 FOB: Destination NET AMT Section C - Descriptions and Specifications CLAUSES INCORPORATED BY FULL TEXT SUP 5252.204-9400 Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information (July 2013) Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 - "DoD Implementation of Homeland Security Presidential Directive - 12 (HSPD-12)" dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives. APPLICABILITY This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoN or DoD computer/network/system to perform certain unclassified sensitive duties. This clause also applies to contractor employees who access Privacy Act and Protected Health Information, provide support associated with fiduciary duties, or perform duties that have been identified by DON as National Security Position, as advised by the command security manager. It is the responsibility of the responsible security officer of the command/facility where the work is performed to ensure compliance. Each contractor employee providing services at a Navy Command under this contract is required to obtain a Department of Defense Common Access Card (DoD CAC). Additionally, depending on the level of computer/network access, the contract employee will require a successful investigation as detailed below. ACCESS TO FEDERAL FACILITIES Per HSPD-12 and implementing guidance, all contractor employees working at a federally controlled base, facility or activity under this clause will require a DoD CAC. When access to a base, facility or activity is required contractor employees shall in-process with the Navy Command's Security Manager upon arrival to the Navy Command and shall out-process prior to their departure at the completion of the individual's performance under the contract. ACCESS TO DOD IT SYSTEMS In accordance with SECNAV M-5510.30, contractor employees who require access to DoN or DoD networks are categorized as IT-I, IT-II, or IT-III. The IT-II level, defined in detail in SECNAV M-5510.30, includes positions which require access to information protected under the Privacy Act, to include Protected Health Information (PHI). All contractor employees under this contract who require access to Privacy Act protected information are therefore categorized no lower than IT-II. IT Levels are determined by the requiring activity's Command Information Assurance Manager. Contractor employees requiring privileged or IT-I level access, (when specified by the terms of the contract) require a Single Scope Background Investigation (SSBI) which is a higher level investigation than the National Agency Check with Law and Credit (NACLC) described below. Due to the privileged system access, a SSBI suitable for High Risk public trusts positions is required. Individuals who have access to system control, monitoring, or administration functions (e.g. system administrator, database administrator) require training and certification to Information Assurance Technical Level 1, and must be trained and certified on the Operating System or Computing Environment they are required to maintain. Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation. When access to IT systems is required for performance of the contractor employee's duties, such employees shall in-process with the Navy Command's Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual's performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The decision to authorize access to a government IT system/network is inherently governmental. The contractor supervisor is not authorized to sign the SAAR-Ni therefore, the government employee with knowledge of the system/network access required or the COR shall sign the SAAR-N as the "supervisor". The SAAR-N shall be forwarded to the Navy Command's Security Manager at least 30 days prior to the individual's start date. Failure to provide the required documentation at least 30 days prior to the individual's start date may result in delaying the individual's start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor's Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. INTERIM ACCESS The Navy Command' s Security Manager may authorize issuance of a DoD CAC and interim access to a DoN or DoD unclassified computer/network upon a favorable review of the investigative questionnaire and advance favorable fingerprint results. When the results of the investigation are received and a favorable determination is not made, the contractor employee working on the contract under interim access will be denied access to the computer network and this denial will not relieve the contractor of his/her responsibility to perform. DENIAL OR TERMINATION OF ACCESS The potential consequences of any requirement under this clause including denial or termination of physical or system access in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have unclassified access to a federally controlled facility, federally-controlled information system/network and/or to government information, meaning information not authorized for public release. CONTRACTOR'S SECURITY REPRESENTATIVE The contractor shall designate an employee to serve as the Contractor's Security Representative. Within three work days after contract award, the contractor shall provide to the requiring activity's Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor's Security Representative. The Contractor's Security Representative shall be the primary point of contact on any security matter. The Contractor's Security Representative shall not be replaced or removed without prior notice to the Contracting Officer and Command Security Manager. BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO NATIONAL SECURITY POSITIONS OR PERFORMING SENSITIVE DUTIES Navy security policy requires that all positions be given a sensitivity value based on level of risk factors to ensure appropriate protective measures are applied. Navy recognizes contractor employees under this contract as Non-Critical Sensitive [ADP/IT-II] when the contract scope of work require physical access to a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform unclassified sensitive duties. This designation is also applied to contractor employees who access Privacy Act and Protected Health Information (PHI), provide support associated with fiduciary duties, or perform duties that have been identified by DON as National Security Positions. At a minimum, each contractor employee must be a US citizen and have a favorably completed NACLC to obtain a favorable determination for assignment to a non-critical sensitive or IT-II position. The NACLC consists of a standard NAC and a FBI fingerprint check plus law enforcement checks and credit check. Each contractor employee filling a non-critical sensitive or IT-II position is required to complete: * SF-86 Questionnaire for National Security Positions (or equivalent OPM investigative product) * Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission) * Original Signed Release Statements Failure to provide the required documentation at least 30 days prior to the individual's start date shall result in delaying the individual's start date. Background investigations shall be reinitiated as required to ensure investigations remain current (not older than 10 years) throughout the contract performance period. The Contractor's Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the Navy Command's Security Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual's performance under the contract. Employees requiring IT access shall also check-in and check-out with the Navy Command's Information Assurance Manager. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command's Security Manager at least 30 days prior to the individual's start date. Failure to provide the required documentation at least 30 days prior to the individual's start date shall result in delaying the individual's start date. The contractor shall ensure that each contract employee requiring access to IT systems or networks complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. Contractor employees shall accurately complete the required investigative forms prior to submission to the Navy Command Security Manager. The Navy Command's Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy may render the contractor employee ineligible for the assignment. An unfavorable determination made by the Navy is final (subject to SF-86 appeal procedures) and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. The Navy Command's Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a determination. If the contractor employee already possesses a current favorably adjudicated investigation, the contractor shall submit a Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copy VAR directly from the contractor's Security Representative. Although the contractor will take JPAS "Owning" role over the contractor employee, the Navy Command will take JPAS "Servicing" role over the contractor employee during the hiring process and for the duration of assignment under that contract. The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee's performance under the contract. BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO OR PERFORMING NON-SENSITIVE DUTIES Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc...) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements: * Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the United States (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and * Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a FBI fingerprint check prior to installation access. To be considered for a favorable trustworthiness determination, the Contractor's Security Representative must submit for all employees each of the following: * SF-85 Questionnaire for Non-Sensitive Positions * Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission) * Original Signed Release Statements The contractor shall ensure each individual employee has a current favorably completed National Agency Check with Written Inquiries (NACI) or ensure successful FBI fingerprint results have been gained and investigation has been processed with OPM. Failure to provide the required documentation at least 30 days prior to the individual's start date may result in delaying the individual's start date. * Consult with your Command Security Manager and Information Assurance Manager for local policy when IT-III (non-sensitive) access is required for non-US citizens outside the United States. DESCRIPTION/SPECIFICATION/WORK STATEMENT Statement of Work Selected vendor must be able to provide full contract support immediately upon award of a resulting order. Vendor will provide full maintenance support for the items listed in Section B and all support items / components. This contract shall provide for maintenance services which include repair by exchange, on-site corrective repairs, normal working hour coverage (8:00 A.M. to 4:30 P.M. Monday through Friday excluding Federal holidays) and 24-hour emergency service and routine preventive maintenance services to Department of Defense owned equipment, as listed on the: DD Form 1155 "Order for Supplies or Services". It shall include all systems, subsystem components, and assemblies, (i.e.: contractor responsible for total maintenance of entire system). All maintenance provisions shall apply to hardware, firmware, and software, as appropriate, unless otherwise stated. 1. General a. The Contractor shall comply with Federal, State, and Local Laws, plus any Federal Regulations as applicable to the performance of this contract. b. The Contractor shall not accept any instructions issued by any person employed by the U. S. Government, other than: the Contracting Officer (KO), or Biomedical Engineering Division (BME), all acting within the limits of their authority. c. The Contractor shall be qualified / authorized by the Original Equipment Manufacturer (OEM) in the repair of all equipment listed within this contract. Contractor shall maintain qualifications throughout entire contract period. Qualification includes but not limited to the certification of all repair persons and repair facilities by the OEM as being trained / qualified to perform required repairs. The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance. 2. Scope of Work a. The Contractor shall provide trained, experienced, English speaking personnel, labor, tools, diagnostic equipment, software, test phantoms, material, supplies, transportation, parts and equipment necessary to perform Preventive Maintenance (PM), Calibration (CAL), Safety testing (ST) and corrective maintenance. b. The Contractor shall provide telephonic communications with the Government to discuss technical matters relating to the performance of this contract. A systems operator will be made available to answer technical questions regarding system operations and applications. c. Equipment listed in this contract will be maintained to meet the original equipment manufacturers (OEM's) specifications. d. Equipment and associated components shall be serviced as listed on: DD Form 1155, "Order for Supplies or Services". e. The Contractor Point of Contact (POC). The Contractor shall provide in writing the name and telephone number of a primary and alternate English-speaking 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. 3. Government furnished property, Materials and Services. a. The Contractor representative(s) at each site is encouraged to request a pre-maintenance inspection prior to the onset of the contract. As all apparent discrepancies must be identified upon submittal of quote, any and all claims must be received within 30 days of contract award or prior to contract start whichever occurs first. All non-apparent / hidden discrepancies, must be identified no later than the first scheduled preventative maintenance. Any claims resulting from hidden defects must be received within 30 days of first scheduled preventative maintenance. Any equipment found to be inoperable during this pre-maintenance inspection would be repaired using a separate purchase order. The cost of repairs shall not exceed contractor's normal retail rate for required repairs. The government certifies that the equipment to be maintained under this contract will be in good operating condition on the effective date of this contract. For the purpose of this contract, the clause, "good operating condition" means the conditions necessary for the equipment to function as intended without corrective maintenance. The Contractor agrees to leave the equipment in good operating condition at the expiration of this contract. During the final week of this contract, the Government will make final inspection of the equipment. Any correction of deficiencies noted during this inspection shall be resolved prior to contract end. The Government reserves the right to request the repair (at no additional cost to the Government) of items identified with latten defects after contract termination, when it has been determined that defects either are a result of contractor's performance or should have been discovered during normal performance of work under this contract. b. The government will be responsible for maintaining the proper environment, including utilities and site requirements necessary for the system to function properly as specified by the OEM. c. The Government will operate the system in accordance with the instruction manual provided by the OEM. d. The Government will not be responsible for the damage or loss due to fire, theft, accident, or other disaster of Contractor supplies, materials, or for the personal belongings brought onto Government property by Contractor's personnel. 4. Contractor Furnished Property and Material. a. The Contractor shall provide all service literature, reference publications, laptop computers and diagnostic software to be used by the contractor service technicians and as required for the completion of the services in accordance with this contract. 5. Replacement Parts. a. The Contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with the existing system. In the event that replacements parts are required to be shipped. Shipping shall be performed in the fastest reasonable means possible (i.e., next day air) at no additional cost to the Government. b. The Contractor shall at their expense, replace all worn or defective parts necessary to restore the equipment to 100% operational condition as specified by the OEM. c. Contractor installed replacement parts shall become the property of the Government and the replaced malfunctioning part shall become the property of the Contractor. Replaced items shall be properly disposed of at no additional cost to the Government (contractor to pay all "environmental fees" where required). d. Freight, postage, and storage charges associated with shipment and receipt of replacement parts, and the return of parts shall be the responsibility of the Contractor. e. All replacement parts shall be new and certified as OEM replacement parts. In the event that new parts are not available, rebuilt parts and sub-assemblies are allowed provided that they are warranted to be free of defects for a period of time that meets or exceeds warranties of similar replacement parts. The contractor shall specifically annotate on the final Field Service report the use and identification of rebuilt parts and the period of warranty. When discrepancies occur, the Government will make the final determination on whether a replacement part is of equal or better quality. f. The Contractor must include software revisions and updates (field service changes), which are required due to FDA, or manufacturer announced safety-hazard recall, to include FDA Year 2000 Compliance Directive, as part of the contract at no additional cost to the Government. Updates shall be performed as soon as possible after release, but no later than the first scheduled Preventative Maintenance Inspection after release. For any updates that have been identified as critical, or required for the proper operation of equipment by the OEM, contractor shall provide installation within 30 days of release regardless of Preventative Maintenance Schedules. Specific Tasks. 6. Contractor Report Requirements. a. The contractor shall repair extremity coils listed in Section B. via adirect repair or a "Repair by Exchange" method. The Government will pay for out bound shipping to the contractors facility. The contractor shall pay all return shipping back to NMCP. Shipment of coils are to be performed in the fastest practical method (3-day ground meets this requirement). b. The replacement coil shall be of equal or better technical and financial value as the unit turned in for repair, the Government shall retain sole right to determine "equal or better". c. Request for repair shall be ordered by: Biomedical Engineering located in Build-250 1st floor; 757-953-5336. d. Upon completion of repair, vendor shall provide the Government of summary or completed repairs and any recommendations to prevent future repairs. e. All test equipment used in the performance of this contract must be calibrated (if required / as required by manufacture of test equipment) and shall be in compliance with Joint Commission on Accreditation of Healthcare Organizations (JCAHO), Original Equipment Manufacturer (OEM) and Federal Drug Administration (FDA) standards as required. f. Selected vendor must have available at time of award an inventory of available extremity coils (to be used for repair by exchange) that is equal to the list of equipment in Section C. This inventory must be reserved for Naval Medical Center Portsmouth (NMCP). In lieu of reserving coils for NMCP, the vendor shall have an inventory that as a minimum is 2 times that listed in Section B; additionally the vendor will be required to notify the Government when the vendor's inventory has been reduced to 1 of any type of coil. 7. Contractor Responsibility. a. The Contractor shall be responsible for the repair/replacement of damaged Government owned equipment and property due to the negligence of the Contractor or his representatives. All such replacement or repair shall be at the Contractor's expense and shall be inspected to the satisfaction of the KO or appointed representative. 8. Preventive Maintenance Services. a. Preventative Maintenance inspections are not required on the equipment to be covered. But in the event of product recalls or manufacture "suggested upgrades" the vendor shall provide notice of these recalls to the Government and provide mandated upgrades. 9. Corrective Maintenance a. On-site corrective maintenance will not be the normal mode of repair. In the event that an abnormal condition occurs that prevents shipment of coil the Government reserves the right to request on-site repairs during normal working hours. On site repairs may include but not limited too coils being "stuck in an open or closed position in a manner in which precludes shipment. Where possible on-site Government personnel will assist the off-site contractor to complete repairs. b. In the event that emergency service outside the normal working hours are required by the Government, additional work shall be billable to the Government at published commercial rates, and negotiated and approved by a Contracting Officer prior to services rendered. c. Government request for corrective maintenance will be placed by BME, to the Contractor's POC. d. Contractor's response to requests for service may include telephone consultation with the equipment user/operator and a Contractor FSE. Telephone consultation shall: 1) provide instruction in determining operator error; 2) to determine the most likely cause of the problem; 3) to determine if resolution of the problem requires the dispatch of a FSE; and 4) to identify replacement parts likely to be required in order to return the equipment to 100% operational condition as specified by the OEM. e. Contractor's pricing shall be inclusive of all cost including parts, labor, travel and shipping, unless otherwise indicated. Any/all exclusions are listed as follows: No Exclusions f. The Contractor shall have his/her own service manuals, specifications, schematic diagrams, and parts lists to assist in the evaluation/repair of all equipment included in this contract. 10. Removal of Government Property a. Whenever the repair of equipment cannot be performed at the Government site as determined by the Contractor, the Contractor shall notify BME who will make arrangements for the Contractor to remove the item to the Contractor's designated site. The Contractor may be required to sign a Government form accepting responsibility for the Government equipment. The Contractor shall provide a detailed description of removed items. For associated items / accessories, contractor to provide a detailed description and quantities of items to be removed. Description to include as a minimum manufacturers serial numbers and equipment control number (ECN) of all equipment / items removed. In the event that items / sub-assemblies / accessories are repaired via "Repair by Replacement" a detailed description of replaced items is to be included upon return of repaired components. b. All charges resulting from a Contractor determined requirement to transport Government owned property, covered by this contract, to and from an alternate repair location shall be the responsibility of the Contractor. 11. Equipment Modification Upgrades a. The Contractor shall only incorporate OEM specified modifications, alterations and upgrades. Approval shall be obtained from BME prior to the Contractor installation of any modification, alteration, or upgrades. b. The Contractor shall maintain contact with the OEM to determine the requirement for modifications and to ensure accomplishment of these modifications in accordance with the time schedule set forth by the OEM. c. The Government shall not alter the system without prior notification to the Contractor. d. The contractor at no additional cost shall provide software updates to the Government. Installation of updates will be left to the discretion of the Government. All supplied software is to be warranted current and free of defects such as viruses. 12. Service beyond the Scope of the Contract a. The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify BME, in writing, of the existence or the development of any defects in, or repair required to the scheduled equipment, which the Contractor considers they are not responsible for under the terms of this contract. b. At the same time of the notification, the Contractor shall furnish BME with written estimate of the cost to make the necessary repairs. Repairs considered by the Contracting Officer to be outside the scope of this contract shall not be covered under this contract, but shall be ordered under a separate purchase order. Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 000101 N/A N/A N/A Government 000102 N/A N/A N/A Government 000103 N/A N/A N/A Government 000104 N/A N/A N/A Government 000105 N/A N/A N/A Government 000106 N/A N/A N/A Government 000107 N/A N/A N/A Government 000108 N/A N/A N/A Government 000109 N/A N/A N/A Government 000110 N/A N/A N/A Government 000111 N/A N/A N/A Government 000112 N/A N/A N/A Government 000113 N/A N/A N/A Government 000114 N/A N/A N/A Government 000115 N/A N/A N/A Government 000116 N/A N/A N/A Government 000117 N/A N/A N/A Government 000118 N/A N/A N/A Government 000119 N/A N/A N/A Government 000120 N/A N/A N/A Government 000121 N/A N/A N/A Government 000122 N/A N/A N/A Government 000123 N/A N/A N/A Government 000124 N/A N/A N/A Government 000125 N/A N/A N/A Government 000126 N/A N/A N/A Government 000127 N/A N/A N/A Government 000128 N/A N/A N/A Government 000129 N/A N/A N/A Government 000130 N/A N/A N/A Government 0002 Destination Government Destination Government 000201 N/A N/A N/A Government 000202 N/A N/A N/A Government 000203 N/A N/A N/A Government 000204 N/A N/A N/A Government 000205 N/A N/A N/A Government 000206 N/A N/A N/A Government 000207 N/A N/A N/A Government 000208 N/A N/A N/A Government 000209 N/A N/A N/A Government 000210 N/A N/A N/A Government 000211 N/A N/A N/A Government 000212 N/A N/A N/A Government 000213 N/A N/A N/A Government 000214 N/A N/A N/A Government 000215 N/A N/A N/A Government 000216 N/A N/A N/A Government 000217 N/A N/A N/A Government 000218 N/A N/A N/A Government 000219 N/A N/A N/A Government 000220 N/A N/A N/A Government 000221 N/A N/A N/A Government 000222 N/A N/A N/A Government 000223 N/A N/A N/A Government 000224 N/A N/A N/A Government 000225 N/A N/A N/A Government 000226 N/A N/A N/A Government 000227 N/A N/A N/A Government 000228 N/A N/A N/A Government 000229 N/A N/A N/A Government 000230 N/A N/A N/A Government 0003 Destination Government Destination Government 000301 N/A N/A N/A Government 000302 N/A N/A N/A Government 000303 N/A N/A N/A Government 000304 N/A N/A N/A Government 000305 N/A N/A N/A Government 000306 N/A N/A N/A Government 000307 N/A N/A N/A Government 000308 N/A N/A N/A Government 000309 N/A N/A N/A Government 000310 N/A N/A N/A Government 000311 N/A N/A N/A Government 000312 N/A N/A N/A Government 000313 N/A N/A N/A Government 000314 N/A N/A N/A Government 000315 N/A N/A N/A Government 000316 N/A N/A N/A Government 000317 N/A N/A N/A Government 000318 N/A N/A N/A Government 000319 N/A N/A N/A Government 000320 N/A N/A N/A Government 000321 N/A N/A N/A Government 000322 N/A N/A N/A Government 000323 N/A N/A N/A Government 000324 N/A N/A N/A Government 000325 N/A N/A N/A Government 000326 N/A N/A N/A Government 000327 N/A N/A N/A Government 000328 N/A N/A N/A Government 000329 N/A N/A N/A Government 000330 N/A N/A N/A Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 POP 01-OCT-2016 TO 30-SEP-2017 N/A NAVAL MEDICAL CENTER BIOMEDICAL ENGINEERING 54 LEWIS MINOR STREET BLDG. 250 PORTSMOUTH VA 23708-2297 757-953-5336 FOB: Destination N00183 000101 N/A N/A N/A N/A 000102 N/A N/A N/A N/A 000103 N/A N/A N/A N/A 000104 N/A N/A N/A N/A 000105 N/A N/A N/A N/A 000106 N/A N/A N/A N/A 000107 N/A N/A N/A N/A 000108 N/A N/A N/A N/A 000109 N/A N/A N/A N/A 000110 N/A N/A N/A N/A 000111 N/A N/A N/A N/A 000112 N/A N/A N/A N/A 000113 N/A N/A N/A N/A 000114 N/A N/A N/A N/A 000115 N/A N/A N/A N/A 000116 N/A N/A N/A N/A 000117 N/A N/A N/A N/A 000118 N/A N/A N/A N/A 000119 N/A N/A N/A N/A 000120 N/A N/A N/A N/A 000121 N/A N/A N/A N/A 000122 N/A N/A N/A N/A 000123 N/A N/A N/A N/A 000124 N/A N/A N/A N/A 000125 N/A N/A N/A N/A 000126 N/A N/A N/A N/A 000127 N/A N/A N/A N/A 000128 N/A N/A N/A N/A 000129 N/A N/A N/A N/A 000130 N/A N/A N/A N/A 0002 POP 01-OCT-2017 TO 30-SEP-2018 N/A NAVAL MEDICAL CENTER BIOMEDICAL ENGINEERING 54 LEWIS MINOR STREET BLDG. 250 PORTSMOUTH VA 23708-2297 757-953-5336 FOB: Destination N00183 000201 N/A N/A N/A N/A 000202 N/A N/A N/A N/A 000203 N/A N/A N/A N/A 000204 N/A N/A N/A N/A 000205 N/A N/A N/A N/A 000206 N/A N/A N/A N/A 000207 N/A N/A N/A N/A 000208 N/A N/A N/A N/A 000209 N/A N/A N/A N/A 000210 N/A N/A N/A N/A 000211 N/A N/A N/A N/A 000212 N/A N/A N/A N/A 000213 N/A N/A N/A N/A 000214 N/A N/A N/A N/A 000215 N/A N/A N/A N/A 000216 N/A N/A N/A N/A 000217 N/A N/A N/A N/A 000218 N/A N/A N/A N/A 000219 N/A N/A N/A N/A 000220 N/A N/A N/A N/A 000221 N/A N/A N/A N/A 000222 N/A N/A N/A N/A 000223 N/A N/A N/A N/A 000224 N/A N/A N/A N/A 000225 N/A N/A N/A N/A 000226 N/A N/A N/A N/A 000227 N/A N/A N/A N/A 000228 N/A N/A N/A N/A 000229 N/A N/A N/A N/A 000230 N/A N/A N/A N/A 0003 POP 01-OCT-2018 TO 30-SEP-2019 N/A NAVAL MEDICAL CENTER BIOMEDICAL ENGINEERING 54 LEWIS MINOR STREET BLDG. 250 PORTSMOUTH VA 23708-2297 757-953-5336 FOB: Destination N00183 000301 N/A N/A N/A N/A 000302 N/A N/A N/A N/A 000303 N/A N/A N/A N/A 000304 N/A N/A N/A N/A 000305 N/A N/A N/A N/A 000306 N/A N/A N/A N/A 000307 N/A N/A N/A N/A 000308 N/A N/A N/A N/A 000309 N/A N/A N/A N/A 000310 N/A N/A N/A N/A 000311 N/A N/A N/A N/A 000312 N/A N/A N/A N/A 000313 N/A N/A N/A N/A 000314 N/A N/A N/A N/A 000315 N/A N/A N/A N/A 000316 N/A N/A N/A N/A 000317 N/A N/A N/A N/A 000318 N/A N/A N/A N/A 000319 N/A N/A N/A N/A 000320 N/A N/A N/A N/A 000321 N/A N/A N/A N/A 000322 N/A N/A N/A N/A 000323 N/A N/A N/A N/A 000324 N/A N/A N/A N/A 000325 N/A N/A N/A N/A 000326 N/A N/A N/A N/A 000327 N/A N/A N/A N/A 000328 N/A N/A N/A N/A 000329 N/A N/A N/A N/A 000330 N/A N/A N/A N/A CLAUSES INCORPORATED BY REFERENCE 52.242-15 Stop-Work Order AUG 1989 Section G - Contract Administration Data CLAUSES INCORPORATED BY FULL TEXT 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (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 Central Contractor Registration 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). 2 IN 1 SERVICES ONLY ----------------------------------------------------------------------- (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. DESTINATION / DESTINATION ----------------------------------------------------------------------- (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 HQ0248 Issue By DoDAAC N00183 Admin DoDAAC N00183 Inspect By DoDAAC N/A Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N00183 Accept at Other DoDAAC N/A LPO DoDAAC N00183 DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (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. WAWF Acceptor/COR Email Address: charles.k.lovell2.civ@mail.mil ----------------------------------------------------------------------- (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. usn.detrick.navmedlogcomftdmd.list.nmlc-wafwf@mail.mil ----------------------------------------------------------------------- (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Section H - Special Contract Requirements CLAUSES INCORPORATED BY FULL TEXT NMCARS 5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report 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. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) S, Utilities ONLY; (5) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.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. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. (End of Text) PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION 1. Introduction In accordance with DoD 6025.18-R "Department of Defense Health Information Privacy Regulation," January 24, 2003, the Contractor meets the definition of Business Associate. Therefore, a Business Associate Agreement is required to comply with both the Health Insurance Portability and Accountability Act (HIPAA) Privacy and Security regulations. This clause serves as that agreement whereby the Business Associate agrees to abide by all applicable HIPAA Privacy and Security requirements regarding health information as defined in this clause, and in DoD 6025.18-R and DoD 8580.02, as amended. Additional requirements will be addressed when implemented. a. Definitions. As used in this clause generally refer to the Code of Federal Regulations (CFR) definition unless a more specific provision exists in DoD 6025.18-R or DoD 8580.02. (1) HITECH Act shall mean the Health Information Technology for Economic and Clinical Health Act included in the American Recovery and Reinvestment Act of 2009. (2) Individual has the same meaning as the term "individual" in 45 CFR 160.103 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g). (3) Privacy Rule means the Standards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E. (4) Protected Health Information has the same meaning as the term "protected health information" in 45 CFR 160.103, limited to the information created or received by the Business Associate from or on behalf of the Government pursuant to the Contract. (5) Electronic Protected Health Information has the same meaning as the term "electronic protected health information" in 45 CFR 160.103. (6) Required by Law has the same meaning as the term "required by law" in 45 CFR 164.103. (7) Secretary means the Secretary of the Department of Health and Human Services or his/her designee. (8) Security Incident will have the same meaning as the term "security incident" in 45 CFR 164.304, limited to the information created or received by Business Associate from or on behalf of Covered Entity. (9) Security Rule means the Health Insurance Reform: Security Standards at 45 CFR part 160, 162 and part 164, subpart C. (10) Terms used, but not otherwise defined, in this Clause shall have the same meaning as those terms in 45 CFR 160.103, 160.502, 164.103, 164.304, and 164.501. b. The Business Associate shall not use or further disclose Protected Health Information other than as permitted or required by the Contract or as Required by Law. c. The Business Associate shall use appropriate safeguards to maintain the privacy of the Protected Health Information and to prevent use or disclosure of the Protected Health Information other than as provided for by this Contract. d. The HIPAA Security administrative, physical, and technical safeguards in 45 CFR 164.308, 164.310, and 164.312, and the requirements for policies and procedures and documentation in 45 CFR 164.316 shall apply to Business Associate. The additional requirements of Title XIII of the HITECH Act that relate to the security and that are made applicable with respect to covered entities shall also be applicable to Business Associate. The Business Associate agrees to use administrative, physical, and technical safeguards that reasonably and appropriately protect the confidentiality, integrity, and availability of the electronic protected health information that it creates, receives, maintains, or transmits in the execution of this Contract. e. The Business Associate shall, at their own expense, take action to mitigate, to the extent practicable, any harmful effect that is known to the Business Associate of a use or disclosure of Protected Health Information by the Business Associate in violation of the requirements of this Clause. These mitigation actions will include as a minimum those listed in the TMA Breach Notification Standard Operating Procedure (SOP), which is available at: http://www.tricare.mil/tmaprivacy/breach.cfm f. The Business Associate shall report to the Government any security incident involving protected health information of which it becomes aware. g. The Business Associate shall report to the Government any use or disclosure of the Protected Health Information not provided for by this Contract of which the Business Associate becomes aware. h. The Business Associate shall ensure that any agent, including a sub Business Associate, to whom it provides Protected Health Information received from, or created or received by the Business Associate, on behalf of the Government, agrees to the same restrictions and conditions that apply through this Contract to the Business Associate with respect to such information. i. The Business Associate shall ensure that any agent, including a subBusiness Associate, to whom it provides electronic Protected Health Information, agrees to implement reasonable and appropriate safeguards to protect it. j. The Business Associate shall provide access, at the request of the Government, and in the time and manner reasonably designated by the Government to Protected Health Information in a Designated Record Set, to the Government or, as directed by the Government, to an Individual in order to meet the requirements under 45 CFR 164.524. k. The Business Associate shall make any amendment(s) to Protected Health Information in a Designated Record Set that the Government directs or agrees to pursuant to 45 CFR 164.526 at the request of the Government, and in the time and manner reasonably designated by the Government. l. The Business Associate shall make internal practices, books, and records relating to the use and disclosure of Protected Health Information received from, or created or received by the Business Associate, on behalf of the Government, available to the Government, or at the request of the Government to the Secretary, in a time and manner reasonably designated by the Government or the Secretary, for purposes of the Secretary determining the Government's compliance with the Privacy Rule. m. The Business Associate shall document such disclosures of Protected Health Information and information related to such disclosures as would be required for the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528. n. The Business Associate shall provide to the Government or an Individual, in time and manner reasonably designated by the Government, information collected in accordance with this Clause of the Contract, to permit the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528. 2. General Use and Disclosure Provisions Except as otherwise limited in this Clause, the Business Associate may use or disclose Protected Health Information on behalf of, or to provide services to, the Government for treatment, payment, or healthcare operations purposes, in accordance with the specific use and disclosure provisions below, if such use or disclosure of Protected Health Information would not violate the HIPAA Privacy Rule, the HIPAA Security Rule, DoD 6025.18-R or DoD 8580.02 if done by the Government. The additional requirements of Title XIII of the HITECH Act that relate to privacy and that are made applicable with respect to covered entities shall also be applicable to Business Associate. 3. Specific Use and Disclosure Provisions a. Except as otherwise limited in this Clause, the Business Associate may use Protected Health Information for the proper management and administration of the Business Associate or to carry out the legal responsibilities of the Business Associate. b. Except as otherwise limited in this Clause, the Business Associate may disclose Protected Health Information for the proper management and administration of the Business Associate, provided that disclosures are required by law, or the Business Associate obtains reasonable assurances from the person to whom the information is disclosed that it will remain confidential and used or further disclosed only as required by law or for the purpose for which it was disclosed to the person, and the person notifies the Business Associate of any instances of which it is aware in which the confidentiality of the information has been breached. c. Except as otherwise limited in this Clause, the Business Associate may use Protected Health Information to provide Data Aggregation services to the Government as permitted by 45 CFR 164.504(e)(2)(i)(B). d. Business Associate may use Protected Health Information to report violations of law to appropriate Federal and State authorities, consistent with 45 CFR 164.502(j)(1). 4. Obligations of the Government Provisions for the Government to Inform the Business Associate of Privacy Practices and Restrictions a. The Government shall provide the Business Associate with the notice of privacy practices that the Government produces in accordance with 45 CFR 164.520. b. The Government shall provide the Business Associate with any changes in, or revocation of, permission by Individual to use or disclose Protected Health Information, if such changes affect the Business Associate's permitted or required uses and disclosures. c. The Government shall notify the Business Associate of any restriction to the use or disclosure of Protected Health Information that the Government has agreed to in accordance with 45 CFR 164.522. 5. Permissible Requests by the Government The Government shall not request the Business Associate to use or disclose Protected Health Information in any manner that would not be permissible under the HIPAA Privacy Rule, the HIPAA Security Rule, or any applicable Government regulations (including without limitation, DoD 6025.18-R and DoD 8580.02) if done by the Government, except for providing Data Aggregation services to the Government and for management and administrative activities of the Business Associate as otherwise permitted by this clause. 6. Termination a. Termination. A breach by the Business Associate of this clause, may subject the Business Associate to termination under any applicable default or termination provision of this Contract. b. Effect of Termination. (1) If this contract has records management requirements, the records subject to the Clause should be handled in accordance with the records management requirements. If this contract does not have records management requirements, the records should be handled in accordance with paragraphs (2) and (3) below (2) If this contract does not have records management requirements, except as provided in paragraph (3) of this section, upon termination of this Contract, for any reason, the Business Associate shall return or destroy all Protected Health Information received from the Government, or created or received by the Business Associate on behalf of the Government. This provision shall apply to Protected Health Information that agents of the Business Associate may come in contact. The Business Associate shall retain no copies of the Protected Health Information. (3) If this contract does not have records management provisions and the Business Associate determines that returning or destroying the Protected Health Information is infeasible, the Business Associate shall provide to the Government notification of the conditions that make return or destruction infeasible. Upon mutual agreement of the Government and the Business Associate that return or destruction of Protected Health Information is infeasible, the Business Associate shall extend the protections of this Contract to such Protected Health Information and limit further uses and disclosures of such Protected Health Information to those purposes that make the return or destruction infeasible, for so long as the Business Associate maintains such Protected Health Information. 7. Miscellaneous a. Regulatory References. A reference in this Clause to a section in DoD 6025.18-R, DoD 8580.02, Privacy Rule or Security Rule means the section currently in effect or as amended, and for which compliance is required. b. Survival. The respective rights and obligations of Business Associate under the "Effect of Termination" provision of this Clause shall survive the termination of this Contract. c. Interpretation. Any ambiguity in this Clause shall be resolved in favor of a meaning that permits the Government to comply with DoD 6025.18-R, DoD 8580.02, the HIPAA Privacy Rule or the HIPAA Security Rule. Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.204-7 System for Award Management JUL 2013 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2015 52.204-13 System for Award Management Maintenance JUL 2013 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JUN 2016 52.222-50 Combating Trafficking in Persons MAR 2015 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-23 Alt I Assignment of Claims (May 2014) - Alternate I APR 1984 52.233-3 Protest After Award AUG 1996 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-3 Continuity Of Services JAN 1991 52.243-1 Changes--Fixed Price AUG 1987 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) APR 1984 52.249-8 Default (Fixed-Price Supply & Service) APR 1984 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 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015 252.225-7000 Buy American--Balance Of Payments Program Certificate--Basic (Nov 2014) NOV 2014 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 CLAUSES INCORPORATED BY FULL TEXT 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. (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 7 days of contract expiration date. (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 7 days of contract expiration date; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 7 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. (End of clause) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) (a) Definition. "Small business concern," as used in this clause, 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 size standards in this solicitation. (b) Applicability. This clause applies only to-- (1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. (End of clause) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond September 30, 2017. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2017, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) (a) Except as stated in paragraph (b) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (1) Any such clause is unenforceable against the Government. (2) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an ``I agree'' click box or other comparable mechanism (e.g., ``click-wrap'' or ``browse-wrap'' agreements), execution does not bind the Government or any Government authorized end user to such clause. (3) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (b) Paragraph (a) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses http://acquisition.gov/comp/far/index.htm DFAR Clauses http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) When submitting a request for payment, the Contractor shall-- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. (End of clause) 252.232-7001 DISPOSITION OF PAYMENTS (DEC 1991) Payment will be by a dual payee Treasury check made payable to the contractor or the and will be forwarded to that disbursing office for appropriate disposition. (End of clause) Section K - Representations, Certifications and Other Statements of Offerors CLAUSES INCORPORATED BY REFERENCE 52.225-18 Place of Manufacture MAR 2015 CLAUSES INCORPORATED BY FULL TEXT 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998) (a) Definitions. Common parent, as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. Taxpayer Identification Number (TIN), as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. (b) All offerors must submit the information required in paragraphs (d) through (f) 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 IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (c) 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. (d) 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. (e) 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-------------------------------------------------------- (f) Common parent. ___ Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. ___ Name and TIN of common parent: Name------------------------------------------------------------------- TIN-------------------------------------------------------------------- (End of provision) 52.204-20 Predecessor of Offeror (JUL 2016) (a) Definitions. As used in this provision-- Commercial and Government Entity (CAGE) code means-- (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity; or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor. 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. (b) 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. (c) If the Offeror has indicated "is" in paragraph (b) 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) 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) The offeror represents that (a) [ ] it has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or (b) [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of provision) 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2015) Substitute the following paragraphs (d) and (e) for paragraph (d) of the provision at FAR 52.204-8: (d)(1) The following representations or certifications in the System for Award Management (SAM) database are applicable to this solicitation as indicated: (i) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus--Representation. Applies to all solicitations with institutions of higher education. (ii) 252.216-7008, Economic Price Adjustment--Wage Rates or Material Prices Controlled by a Foreign Government. Applies to solicitations for fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages or prices of materials. (iii) 252.222-7007, Representation Regarding Combating Trafficking in Persons, as prescribed in 222.1771. Applies to solicitations with a value expected to exceed the simplified acquisition threshold. (iv) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country. (v) 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services from Certain Foreign Entities--Representations. Applies to solicitations for the acquisition of commercial satellite services. (vi) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. Applies to all solicitations expected to result in contracts of $150,000 or more. (vii) 252.229-7012, Tax Exemptions (Italy)--Representation. Applies to solicitations when contract performance will be in Italy. (viii) 252.229-7013, Tax Exemptions (Spain)--Representation. Applies to solicitations when contract performance will be in Spain. (ix) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold. (2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] ____ (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. ____ (ii) 252.225-7000, Buy American--Balance of Payments Program Certificate. ____ (iii) 252.225-7020, Trade Agreements Certificate. ____ Use with Alternate I. ____ (iv) 252.225-7031, Secondary Arab Boycott of Israel. ____ (v) 252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate. ____ Use with Alternate I. ____ Use with Alternate II. ____ Use with Alternate III. ____ Use with Alternate IV. ____ Use with Alternate V. (e) The offeror has completed the annual representations and certifications electronically via the SAM Web site at https://www.acquisition.gov/. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in FAR 52.204-8(c) and paragraph (d) of this provision have been entered or updated within 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 the changes identified below ____ [offeror to insert changes, identifying change by provision number, title, date]. 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. FAR/DFARS Clause # Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications located in the SAM database. (End of provision) Section L - Instructions, Conditions and Notices to Bidders CLAUSES INCORPORATED BY REFERENCE 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offeror JUL 2016 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 CLAUSES INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far (End of provision) Section M - Evaluation Factors for Award CLAUSES INCORPORATED BY REFERENCE 52.217-5 Evaluation Of Options JUL 1990
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00183/N00183-16-T-0210/listing.html)
- Place of Performance
- Address: Naval Medical Center Portsmouth, 54 Lewis Minor Street, Building 250, Portsmouth, Virginia, 23708, United States
- Zip Code: 23708
- Zip Code: 23708
- Record
- SN04242768-W 20160828/160826234624-26003742cf56ade887e7e0ac77e9f38f (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 |