SOLICITATION NOTICE
D -- Trauma Registry Software System
- Notice Date
- 11/15/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N0025917Q0036
- Archive Date
- 12/13/2016
- Point of Contact
- John E. Freeman, Phone: 6195328098
- E-Mail Address
-
john.e.freeman14.civ@mail.mil
(john.e.freeman14.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement as 100% small business set-aside. This is a combined solicitation/synopsis for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N0025917Q0036 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 541511. All interested bidders shall submit quotations electronically by email to john.e.freeman14.civ@mail.mil or by facsimile at 619-532-5596, attention John Freeman. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 28 Nov 2016 at 8:00 AM Pacific Standard Time to be considered responsive. The requirement is for a one year agreement Period of Performance: 2 Dec 2016 - 01 Dec 2017. The contractor shall provide all materials, software, and services necessary for the installation, training and maintenance for a Trauma and Acute Care Surgery Registry System at Naval Medical Center San Diego (NMCSD) as described in the Statement of Objectives. Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is www.sam.gov The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-91. This acquisition incorporates the following FAR clauses: Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is www.sam.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, when submitting a proposal. The website address is http://www.acquisition.gov. DELIVERY ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA 92134-5000 The Government will award a firm, fixed price (FFP) contract resulting from this combined synopsis/solicitation to the responsible offeror whose conforming response is determined to provide the best value to the Government, price and non-price factors considered. The following factors shall be used to evaluate offers. FACTOR 1: Technical Capability: Must be able to provide requirement as described in the Statement of Objectives. FACTOR 2: Delivery requirements: Software System must be delivered on or before 02 December 2016. FACTOR 3: Price: the government shall conduct a price evaluation of all technically acceptable offers. Technical Capabilities and Delivery Requirements are of equal importance, when combined, are significantly more important than cost. Contractors who do not meet both of the first two factors will not undergo a price evaluation. The Government will only consider FFP quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov. Electronic submission of Quotes: Quotations shall be submitted electronically by email to john.e.freeman14.civ@mail.mil, Attention: John Freeman. Email submissions are limited to 20MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 28 Nov-2016, 10:00 AM, Pacific Time to be considered. Period of Performance: 02 December 2016 - 01 December 2017 Description of supplies: CLIN 0001 Trauma and Acute Care Surgery Registry System (see Statement of Objectives for details) $________________________________________ STATEMENT OF OBJECTIVES Statement of Objectives Trauma and Acute Care Surgery Registry System 1. Scope: The contractor shall provide all materials, software, and services necessary for the installation, training, and maintenance for a Trauma and Acute Care Surgery Registry System at Naval Medical Center San Diego (NMCSD).The installation will be performed on a Government server and the required personal computers as designated by the Information Management Department at NMCSD. Contractor will perform the installation of these systems within the developer's specifications, and in accordance with the US, State, and Local laws and regulations, US Navy regulations, and Joint Commission requirements. 2. Definitions: As used throughout this work statement, the following terms shall have the meaning set forth below: 2.1. Contracting Officer (KO): A warranted representative of the federal government who has the express authority to enter into, administer, and/or terminate contracts and make related determinations and findings. The KO is the only person authorized to approve changes to any terms, conditions, or requirements of the contract. 2.2. Contracting Officer's Representative (COR): A Government employee appointed by the KO and responsible for the inspection, evaluation, and acceptance of products and services provided in accordance with the terms and conditions of the contract. 3. Location: Place of Performance shall be: Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego, CA 92134-5000 4. Requirements: 4.1. General Performance Requirements: 4.1.1. The Contractor shall provide the service in accordance within the developer's specifications. 4.1.2. The Contractor may use third-party service vendors. These vendors must be approved in advance by the COR. The Contractor must submit a list of any sub-contractors they intend to use as third party service vendors to the COR for approval. Third party service vendors shall not perform any work under this contract prior to such approval. 4.1.3. Ensure that only fully-qualified engineers and/or technicians who have gone through developer/manufacturer training for this system will be employed in the performance of any and all work performed under this contract. Service personnel will have sufficient experience to demonstrate proficiency in performing this service. Upon request, Contractor will provide written assurance of the competency their personnel as well as a list of credentials for approved personnel. The KO and/or COR may authenticate the training requirements and request training certificates or credentials from the Contractor at any time. 4.2. NMCSD IMD (IT) Requirements: Contractor will perform all work in accordance with DoD Instruction 8500.01 and in accordance to all local IMD Guidance. Contractor will contact Naval Medical Center San Diego Information Management Department (IMD) upon issuance of contract in order to coordinate their efforts. The point of contact for NMCSD IMD is: Richard Kesterson 619-532-8998 Richard.K.Kesterson.civ@mail.mil 4.2.1. Risk Management Framework: Contractor will comply with Risk Management Framework (RMF) requirements as specified by the Defense Health Agency (DHA), that meet appropriate DOD, DHA, and Navy Cybersecurity requirements. The requirements shall be met before the Contractor's system is authorized to access DOD data or to interconnect with any DOD network or system that receives, processes, stores, displays, or transmits data. Once the system has been authorized, Contractor will maintain an acceptable security baseline consistent with the authorization granted by the Authorizing Official (AO) throughout the life of the system, including ensuring all vulnerabilities affecting the operating system, primary application, databases, and any third-party software are validated and managed within 30 days. To this end, the Contractor will also perform the following: a. Initiate the compliance process by providing the required documentation necessary to submit the system to the AO for assessment and authorization (A&A) for all items associated with this effort. b. Attending and supporting RMF and A&A meetings with Navy and DHA cybersecurity representatives as required. c. Support/conduct vulnerability mitigation to comply with cybersecurity controls listed in the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-53; Security and Privacy Controls for Federal Information Systems and Organizations, and DHA Administrative Instruction 77. In order for a system to be authorized, there will be zero (0) Category 1 findings. d. Support the A&A Team during system security testing. 4.2.2. Cybersecurity: Contractor will establish appropriate administrative and technical safeguards to protect any and all data, to ensure the confidentiality, integrity, and availability of Government data under their control, including provisions for vendor personnel security and electronic security. This will include: a. System will be capable of supporting the use of Defense information Systems Agency (DISA) approved anti-malware applications. The Navy uses McAfee Host-based Security System (HBSS) as their solution. The Contractor will provide technical specifications that clearly demonstrate whether the proposed solution can integrate and support, either fully or partially, the operation without performance degradation of the medical system/device. In cases where HBSS is not achievable, the vendor shall provide detailed justification and a Plan of Action and Milestones (POA&M) for achieving compliance with this requirement. b. The Contractor must provide their Anti-Virus (AV) policy and list of AV exceptions to the Navy Medical Logistics Command (NMLC) prior to AV installation on the system/device. AV must be installed on all devices before they are placed on the Navy network. c. Systems will be configured in such a way to allow for the updating of malware definition signatures on a scheduled basis. Scanning will encompass the entire system (file system, operating system, real-time processes) by default. In cases where scanning of the entire system may negatively affect its operation, the vendor shall provide a detailed list of exclusions with justifications. 4.2.3. Domain Name System Realm/Directory Services: Contractor will be required to provide technical evidence, if applicable, whether client/server topology-based medical systems can integrate with Directory Services and support LDAP authentication. 4.2.4. Local Privileged and Administrative Use/Local System Accounts: Contractor will create a single local user account with administrative/root-level privileges for the purposes of conducting system repairs and maintenance only. This account will be separate and distinct from the built-in local administrative/root account provided by the operating system and shall comply with DOD policy. All factors required for complete successful identification, authentication, and authorization against the built-in local administrative/root level account will be provided to the MTF Biomedical Engineering Department. This will include: a. Complete administrative system rights will be provided to the Government System Administrator for the purpose of conducting device vulnerability scans as needed. b. DHA Business-to-Business (B2B) Gateway: All Contract systems that will communicate with DON systems will interconnect through the established DHA B2B gateway. c. Contractors will connect to the B2B gateway via a contractor-procured Internet Service Provider (ISP) connection and assume all responsibilities for establishing and maintaining their connectivity to the B2B gateway. This includes acquiring and maintaining the circuit to the B2B gateway and acquiring a Virtual Private Network (VPN) device compatible with the DHA VPN device. Maintenance and repair of the contractor-procured VPN equipment is the responsibility of the Contractor. d. Contractor will configure their network to support access to government systems (e.g. configure ports and protocols). e. Contractor will provide full-time connections to a TIER1 or TIER2 ISP. Dial-up ISP connections are not acceptable. f. Contractors will comply with DOD guidance regarding allowable ports, protocols, and risk mitigation strategies prior to accessing DoD/DHA networks. All contractors will be required to complete a DISA Form 2875, System Authorization Access Request Form (SAAR) and submit it to the Navy PACS Office for processing. Contractor personnel will be required to complete applicable DoD Cybersecurity Training. 4.2.5. IPv6: Contractor will ensure the system is Internet Protocol Version 6 (IPv6) capable, or the Contractor will provide a detailed project, migration, or planning documentation demonstrating when the system will be IPv6 capable. Minimum IPv6 capabilities will include: a. Conformant with the IPv6 standards profile contained in the DoD IT Standards Registry (DISR). b. Maintain interoperability in heterogeneous environments with IPv4. c. Commit to upgrade as the IPv6 standard evolves. d. Availability of IPv6 support. 4.2.6. Health Insurance Portability and Accountability Act (HIPAA): Contractor will comply with the HIPA Act of 1996 (Public law 104-191) requirements, specifically the administrative simplification provisions of the law and the associated rules and regulations published by the Secretary, Health and Human Services (HHS). This includes the Standards for Electronic Transactions, the Standards for Privacy of Individually Identifiable health Information, and the Security Standards. 4.2.7. NMCSD will furnish the server for the system's server-side software. Contractor will install the client-side software to the designated server. Contractor will perform this task in accordance with the developer's specifications and by direction of the NMCSD IMD-assigned project manager. 4.2.8. NMCSD will furnish the personal computers for the client side software. Contractor will install the client-side software to the designated server. Contractor will perform this task in accordance with the developer's specifications and by direction of the NMCSD IMD-assigned project manager. 4.3. System Requirements: System Compatibility/Interface Requirements: The system to be installed must have the following characteristics to meet Naval Medical Center San Diego's requirements: 4.3.1. System must utilize and recognize ICD-10 coding (i.e. must be ICD-10 "ready") and accept ICD-9 coding. System must also utilize and recognize AIS 2005. 4.3.2. System must comply with the American College of Surgeons' (ACS) requirements for trauma registry programs, and meet all of the data documentation requirements for acceptance as an ACS Verified Level II Trauma Center. 4.3.3. System must be compatible with the National Trauma Data Bank (NTDB) and meet all the requirements of, and be compliant, with the NTDB's systems. 4.3.4. System must comply with the Department of Defense Trauma Registry (Web DoDTR). System must be compatible with Walter Reed Military Medical Center's (WRMMC) and San Antonio Military Medical Center's (SAMMC) trauma registry system. 4.3.5. System must meet all National EMS Information System Version 3 (NEMSIS) and California EMS Information System Criteria (CEMSIS) for trauma. System must be able to interface/communicate with CA LEMSA and State Data. 4.3.6. System must be compatible/interchangeable with the San Diego County Trauma System's Trauma Registry. 4.4. System Performance Requirements: The Acute Care Surgery and Trauma Registry System must be able to meet the following performance objectives/requirements: 4.4.1. System must provide intuitive and rapid AIS and ICD9/ICD10 look-ups integrated into the registry. 4.4.2. System must be able to produce standardized and customizable reports. Reports must be able to be seamlessly integrated into Microsoft Word and Excel. 4.4.3. System must provide standardized/pre-formatted reports, graphs, and charts conforming to the thresholds for ACS, Joint Commission, and PIPS/CQL. 4.4.4. System must be able to provide Quality Improvement Reports in accordance with the requirements of the ACS Trauma Quality Improvement Program (TQIP) for Level I and Level II Trauma Centers. System must also provide the required data for participation in this program to ACS TQIP. 5. Training Requirements - Contractor must provide requisite training to identified personnel managing and utilizing the system-to include: Information Technology, clinical and registrar staffs. 6. Response Time and Labor: Work required in the performance of this contract shall be performed at a time and date to be arranged by the Contractor with NMCSD IMD. All compensation for labor is provided for in this contract and included in the contract price. 7. Travel and Related Expenses: Contractor shall be responsible for its service related trip expenses, including round trip travel, mileage, and overnight living expenses. 8. Shipment: All shipping expenses/costs are provided for in this contract and included in the contract price: FOB: Destination. 9. Liability: 9.1. The contractor shall not be liable for any loss, damage, or delay due to any cause beyond their reasonable control, including but not limited to fire, explosion, theft, flood, riot, civil commotion, war, malicious acts of mischief, or other circumstances outside of human control. 9.2. Insurance: Contractor will be required to have liability insurance to cover any actions on the part of the Contractor or their sub-contractors which result in injury or death to patients, staff, visitors, or other Contractors. Coverage shall be of at least $500,000 per occurrence. Additionally, Contractor is required to have property damage liability insurance of at least $500,000. Liability insurance shall meet the requirements set forth in FAR 28.307-2. 10. Utilities, Facilities, and Equipment Access: 10.1. The contractor may use Government utilities (e.g., electrical power, compressed air, water) that are available and required for any service performed under this contract while at Government facilities. The facilities engineer however must approve of any contractor equipment which would connect to these utilities in order to ensure compatibility with NMCSD utilities. 10.2. Any outages required in order to perform services must be approved by NMCSD Facilities Management prior to initiation of work and shall be performed per Facilities' instruction. Contractor may request Facilities assistance in performing these outages if required. 10.3. Ensure that all use, storage, transport of any materials regulated by OSHA as "hazardous", required for the performance of this contract, is in in compliance with all federal, state, and local regulations. Contractor shall have available MSDS's for any such materials on-site. 10.4. The Contractor will protect all facilities from damage caused by the Contractor and will repair, at no additional cost to the Government, all damages caused by the Contractor's activities. During performance of services, Contractor will keep the site safe, neat, clean and orderly. Contractor will be responsible for all means, methods, techniques, sequences, and procedures of the services 10.5. Access to Equipment: Contractor shall be provided reasonable access to all equipment that is to be serviced and utility outlets required to do the service. The contractor shall be free to start/stop all primary equipment incidentals to the operation of the maintained equipment after permission is received from on-duty personnel responsible for such equipment. 11. Security and Safety Requirements: 11.1. The contractor is required to submit/complete Naval Base San Diego RAPIDGate access to NMCSD. Contractor shall contact the RAPIDgate program at 1-877-RAPIDGate or at www.RAPIDGate.com in order to obtain a RAPIDGate pass(es) as necessary in order to perform this contract. All costs for completing RAPIDGate access are the responsibility of the contractor. While awaiting RAPIDGate access, contractor shall, at a minimum, contact NMCSD Biomed not later than 1400 on the day prior to a scheduled visit to submit the required information to complete the NMCSD Temporary Security Pass. In case of emergent repairs or service, the contractor will wait at the NMCSD Main Gate for escort from Biomed personnel. 11.2. Identification, Parking, and Smoking Regulations at NMCSD: Field service personnel shall wear visible photo identification at all times while on the premises of NMCSD. It is the responsibility of the field service personnel to park in the appropriate designated parking areas. Information on parking is available from NMCSD Security personnel. Smoking is prohibited inside any buildings of NMCSD and is restricted to designated smoking locations only. Possession of weapons, alcohol, or pharmaceuticals that are not over the counter and not prescribed to the individual/family is prohibited on the premises. Enclosed containers, including tool kits, are subject to search. Violations of regulations may result in citation answerable in the United States (Federal) District Court. Violation of any policy which results in lost time for Contractor or his sub-contractors is the sole responsibility of the Contractor, and shall not be charged to the government. Contractor employees will demonstrate appropriate behavior and dress at all times. 11.3. Contractor Check-In/Check-Out: Contractor is required to report to Material Management Department, Biomedical Repair Division at Building One (1), Ground Floor, Room GD-18H1 at NMCSD prior to and upon completion of any services or repair work performed. 11.4. General Safety Requirements: The Contractor will exercise safety precautions as the COR or his/her designee may determine to be reasonably necessary to protect the lives and health of occupants of buildings in which work is being performed. NMCSD will notify the Contractor of any non-compliance with the foregoing conditions and the action(s) to be taken. Service vendors will, after receipt of such notice, immediately correct the conditions to which attention has been directed. If field service engineer refuses to comply promptly, the COR may issue an order stopping all or any part of the work. Under such circumstances, the KO and hold the service vendor in contract default. Nothing in this section will be construed so as to limit the Contractor or his sub-contractors responsibilities to comply with any existing law, nor to switch jurisdictions. 11.5. Government Right of Refusal: NMCSD reserves the right to reject any of the contractor's personnel and refuse them permission to enter the premises or work on NMCSD equipment. This right may be exercised at any time. The reasons for rejections may include: lack of training and experience, but may also include but not be limited to: behavior, attire, security concerns, immigration status. 12. Compliance with Applicable Laws: Contractor will be knowledgeable of and comply with all applicable Federal, State, and local laws, regulations, and requirements regarding the conduct of his business. The Contractors personnel will comply with the DoD Information Assurance Policies applicable. Contractors are required to maintain a Drug Free Workplace, as well as to require any sub-contractor to do the same. Contract will require wage determinations and comply with applicable Federal and State worker's compensation and occupational disease statutes. 13. Modifications to Contract: Only the KO has the authority to obligate the government, and then only in writing. No modification or instruction from any party shall be construed to authorize the Contractor to take any action for which they expect compensation without written authorization from the KO. 14. Invoicing: All invoicing shall be done in accordance with this statement of work and in accordance with contract. Failure to do so may delay or interfere with payment for services rendered. 15. NMCSD Points of Contact: 15.1. IT Points of Contact: The primary IT point of contact is as follows: Information Management Department Building Two, Ground Floor Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego, CA 92134 TEL: 619-532-8898 619-532-6800 15.2. The Clinical Point of Contact is: Ms. Jennifer Town Trauma Program Manager Naval Medical Center San Diego 3400 Bob Wilson Drive San Diego, CA 92134 TEL: (619) 532-7106 15.3. For administrative matters, the contractor may contact the contracting officer as designated in blocks 7.a, 7.b, 8, and 9 as found on the Standard Form 1449 issued for the contract, or may contact: Material Management Department Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego, CA 92134 TEL: 619-532-8110 FAX: 619-532-5596 This acquisition incorporates the following FAR clauses: CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offeror JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.212-1 Instructions to Offerors--Commercial Items OCT 2015 52.212-2 Evaluation - Commercial Items OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items SEP 2016 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. OCT 2015 52.232-18 Availability Of Funds APR 1984 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.243-1 Changes--Fixed Price AUG 1987 52.243-1 Changes--Fixed Price AUG 1987 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DEC 2015 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.239-7009 Representation of Use of Cloud Computing SEP 2015 252.239-7017 Notice of Supply Chain Risk NOV 2013 252.239-7018 Supply Chain Risk OCT 2015 252.244-7000 Subcontracts for Commercial Items JUN 2013 CLAUSES INCORPORATED BY FULL TEXT 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 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://acquisition.gov/far http://acq.osd.mil (End of provision) 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): http://acquisition.gov/far http://acq.osd.mil (End of clause) 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (a) Line items are the basic structural elements in a solicitation or contract that provide for the organization of contract requirements to facilitate pricing, delivery, inspection, acceptance and payment. Line items are organized into contract line items, subline items, and exhibit line items. Separate line items should be established to account for separate pricing, identification (see section 211.274 of the Defense Federal Acquisition Regulation Supplement), deliveries, or funding. The Government recognizes that the line item structure in this solicitation may not conform to every offeror's practices. Failure to correct these issues can result in difficulties in accounting for deliveries and processing payments. Therefore, offerors are invited to propose an alternative line item structure for items on which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract structure is economically and administratively advantageous to the Government and the Contractor. (b) If an alternative line item structure is proposed, the structure must be consistent with subpart 204.71 of the Defense Federal Acquisition Regulation Supplement and PGI 204.71. A sample solicitation line-item structure and a corresponding offer of a proposed alternative line-item structure follow. Solicitation: ---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit price Amount ---------------------------------------------------------------------------------------------------------------- 0001............................ Computer, Desktop with 20 EA....................... CPU, Monitor, Keyboard and Mouse. ---------------------------------------------------------------------------------------------------------------- Alternative line-item structure offer where monitors are shipped separately: ---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit Price Amount ---------------------------------------------------------------------------------------------------------------- 0001............................ Computer, Desktop with 20 EA....................... CPU, Keyboard and Mouse. 0002............................ Monitor................. 20 EA....................... ---------------------------------------------------------------------------------------------------------------- (End of provision) RAPID GATE INFORMATION NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. CLAUSES INCORPORATED BY FULL TEXT 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (SUPPLIES) (MAY 2013) (Provides information and instructions for submitting invoices-will be filled in with WAWF acceptor on Purchase Order)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0036/listing.html)
- Place of Performance
- Address: 34800 Bob Wilson Dr., San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN04327880-W 20161117/161115234128-83083919c7e227798acb3f6d0faa2481 (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 |