DOCUMENT
B -- MICROBIOLOGICAL TESTING & MONITORING - Attachment
- Notice Date
- 1/23/2018
- Notice Type
- Attachment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
- ZIP Code
- 29209-1639
- Solicitation Number
- 36C24718Q9017
- Response Due
- 2/2/2018
- Archive Date
- 2/12/2018
- Point of Contact
- MARK WEST @ JEFFREY.WEST3@VA.GOV
- E-Mail Address
-
Jeffrey.West3@va.gov
(JEFFREY.WEST3@VA.GOV)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT 36C24718Q9017 Microbiological Testing Services THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research for Microbiological Testing/Monitoring Services on behalf of the Department of Veterans Affairs, WJB Dorn VA Medical Center located in Columbia, South Carolina. The purpose of this sources sought is to locate any possible businesses that are able to provide monthly microbiological testing/monitoring, to include bacteria and fungi air sampling and analysis, bacteria and fungi surface swab sampling and analysis, bacteria glove-tip sample analysis as needed, and media fill testing as needed. If your business and/or company qualify as stated above and are interested in participating please provide the following information via email to Jeffrey.West3@va.gov. No telephone responses will be accepted. Capabilities Statement that demonstrates experience and abilities in microbiological testing/monitoring, to include bacteria and fungi air sampling and analysis, bacteria and fungi surface swab sampling and analysis, bacteria glove-tip sample analysis as needed, and media fill testing as needed. Past Performance from similar types of services in form and function no more than 3 years ago up to current day. Past Performance must show experience with microbiological testing/monitoring, to include bacteria and fungi air sampling and analysis, bacteria and fungi surface swab sampling and analysis, bacteria glove-tip sample analysis as needed, and media fill testing as needed. Include references from completed service contracts for similar services. Must provide proof of any certifications required to perform the required services. Must provide a letter stating you are interested in this requirement and would like to consider providing an offer if a solicitation is advertised. All required information listed above must be provided by February 2, 2018 no later than 4:30 p.m. (Eastern Standard Time). Performance Based Statement of Work Pharmacy Microbiological Monitoring USP 797 Compliance INTRODUCTION William Jennings Bryan (WJB) Dorn VA Medical Center has a International Standards Organization (ISO) class 7 clean room for compounding sterile preparations. Sterile preparations are used for, but not limited to, Operating Room, Inpatient, and emergency, compounds. Microbiological sampling and analysis will be conducted at the WJB Dorn VA Medical Center s Pharmacy Intravenous (IV) Room, as well as the Chemotherapy Pharmacy Room, in compliance with United States Pharmacopeia, Chapter 797 (USP 797) standards. OBJECTIVE Microbiological sampling of clean rooms (ISO Class 7) and anterooms (ISO Class 8) is recommended by draft document USP 797. The sampling strategy recommended by USP 797 is to sample for fungi and bacteria using an impactor and agar plates in the anteroom, near the clean room doorway, inside the clean room twelve inches from each laminar flow hood and biological safety cabinet and inside of each laminar flow hood and biological safety cabinet. USP 797 recommends baseline air sampling of clean rooms and anterooms prior to their initial use, and semi-annually thereafter for low to medium risk compounding sterile preparation areas, and after any facility construction or equipment servicing. USP 797 also recommends surface sampling and settling plate or air sampling inside ISO Class 5 laminar flow hoods and biological safety cabinets; identified contaminates and/or, air flow changes. According to USP 797, fungi and bacteria are not expected to be present in ISO Class 5 areas. The areas specified for testing are designated as low to medium risk compounding sterile preparation areas. Baseline sampling has already been conducted for these areas. This information will be provided to the contractor as required. SCOPE The scope of this effort includes services necessary to ensure USP 797 compliance. Specifically, the scope of services to be conducted in the Intravenous (IV) room, as well as, the Oncology room, requirements include: Bacteria air sample analysis Fungi air sample analysis Bacteria surface sample analysis Fungi surface sample analysis It will also include: Bacteria glove dip sample analysis for IV and Oncology Pharmacists Bacteria glove dip sample analysis as needed for other staff Prepare and submit laboratory test REQUIREMENTS AND TASKS In order to support the agency mission and regulations of sterile compounding, the government requires technical analysis services. The following section of the SOW describes the requirements and tasks that shall be accomplished to meet these requirements. 4.1 REQUIREMENTS The contractor must have demonstrated experience and provide support staff, meeting the following requirements: Knowledge and understanding of USP797 and USP1116; American Industrial Hygiene Association (AIHA); and American Conference of Government Industrial Hygiene (ACGIH) Located within the state of South Carolina Proven knowledge of the industry standards for microbiological sampling and assessments Demonstrated experience in managing and providing required clean room and sterile environment microbiological sampling and assessment. Provide at least one certified industrial hygienist (CIH); certified by the American Board of Industrial Hygiene (ABIH). SPECIFIC TASKS Contractor shall perform sample testing for fungi and bacteria using an impaction air sampler (collecting sufficient air for testing per the manufacturers guidelines (normally 400-1000 liters) and agar plates in the anteroom, near the clean room doorway, inside the clean room twelve inches from each laminar hood and biological safety cabinet and inside of each laminar hood and biological safety cabinet. Test shall be conducted in the IV Room 1A113A, Main Pharmacy, main hospital, 1st Floor, building 100, as well as, the Chemotherapy Pharmacy, room 5A132, main hospital, 5th Floor, building 100. The contractor shall provide management and technical services within the scope of this contract to support the following tasks. PROJECT MANAGEMENT Work efforts performed in support of this SOW require managements expertise, oversight, control, and directing in: time management; quality assurance; and quality control. Using certified personnel and up-to-date equipment, the contractor shall: Utilize a CIH, monthly, to collect air and surface samples and conduct analysis All samples will be analyzed by a laboratory accredited by AIHA in Environmental Microbiology All sampling sessions will be conducted during normal business hours, Monday thru Friday (excluding federally observed holidays), between the hours of 0800 1630. Each session will be scheduled at least five (5) working days in advance and is subject to the workload of the pharmacy. Each session is to be scheduled with the IV Pharmacist, with the approval of the Contracting Officer Representative (COR). Any lab results, equal to or greater than, the action as outline within USP 797, will require notification of the COR and IV Pharmacist, immediately upon receipt of the laboratory results. Results of these levels (or above), may also require re-sampling to be performed, after actions are taken to correct the microbiological growth, deemed appropriate by the Chief of Pharmacy (or the designee). Resampling and analysis will be performed within 24 hours of notification the COR or designee. Perform all microbiological sampling for Dorn VA Medical Center pharmacy clean room and, upon completion of construction, the satellite pharmacy clean room in compliance with USP 797 standard. Resampling and test shall be performed within 24 hours of notification by the COR. DOCUMENTATION The contractor will develop a system to issue a report for each analysis, on a monthly basis. The contractor shall provide the following documentation for each analysis: Provide name, address, and proof of accreditation in environmental microbiology by AIHA for the laboratory to be utilized for microbiological sample analysis. Each report will include at a minimum, the date, time and name of the Industrial Hygienist, narrative of work practices used, results of sampling, location where samples were collected, narrative interpretation of laboratory results, a comparison chart or table showing results of all monthly sampling by month and sample location, laboratory results and a closed chain of custody. A report will be issued, for each sampling session, via electronic copy. Report will be delivered via e-mail, to the: COR; IV and Chemotherapy Pharmacists; Inpatient Supervisor; and Chief of Pharmacy (or designee), within 10 days of the receipt of laboratory results, but not later than 15 working days after completion of samples being collected. All laboratory results shall be reported in Colony Forming units (CFU s) DELIVERABLES AND DELIVERY SCHEDULE The delivery schedule of sample collection and written reports is outlined in a delivery schedule table below. Certifications Certified Industrial Hygienist (CIH), by the American Board of Industrial Hygiene (ABIH). Contract Management Plan The contractor shall prepare draft and final Contract Management Plan specifying the tasks, sub tasks, and approaches to be used to provide the services and products specified including the deliverable documents, analyses, and reports necessary to fulfill the requirements of this SOW. This Plan shall be delivered in draft not later than one week following the award of the Contract. Quality Control Plan The Contractor shall prepare draft and final version of a Quality Control Plan specifying the tasks, sub tasks, and approaches to be used to ensure adequate quality and integrity of work developed. This Plan shall be delivered in draft not later than one week following the approval of the Contract Management Plan. Program and Project Plans The Contractor shall prepare draft and final versions of Specific Program and Project Plans when necessary, or as directed, that are appropriate for the size and scale of technical efforts being undertaken. These plans shall specify the tasks, sub tasks, dependencies, resource requirements, and schedules, required to complete specific technical programs or projects. When approved by the COR, these plans shall be used to monitor, control, and report progress, and issues. These plans shall be updated as required and approved by the COR as required to maintain currency with project objectives, activities, and direction. Monthly Analysis Reports The contractor shall prepare and submit a final monthly report. Report will be all inclusive of certification documented and results of microbiological analysis, described in this SOW. 5.1 DELIVERY SCHEDULE Certifications and Resumes One week after contract award Draft Contract Management Plan One week after contract award Final Contract Management Plan Five working days after receipt of Government comments Draft Quality Control Plan One week after final Contract Management Plan Final Quality Control Plan Five working days after receipt of Government comments Monthly Analysis Reports Within 10 days of the receipt of laboratory results, but not later than 15 working days after completion of samples being collected. NOTICE REGARDING LATE DELIVERY The contractor shall notify the COR, as soon as it becomes apparent to the contractor, that a scheduled delivery will be late. The contractor shall include in the notification the rationale for late delivery, the expected date for the delivery and the project impact of the late delivery. The COR will review the new schedule and provide guidance to the contractor. Such notification in no way limits the Government's right to any and all rights and remedies up to and including termination. PERSONNEL The Contractor is responsible for providing personnel with the necessary level of expertise to support the task activities and requirements in this SOW. The contractor shall provide a single point of contact that shall serve as the project manager for the life of the Contract. KEY PERSONNEL Key personnel proposed must include at a minimum, a Certified Industrial Hygienist (CIH), by the American Board of Industrial Hygiene (ABIH). Key personnel are expected to be dedicated to this effort and be available on site for the majority of the time necessary to complete the tasks. For each proposed key person, a resume is required. Additional resumes of staff necessary to implement the services proposed must also be included. All staff members for whom resumes are submitted will be considered dedicated to this project to perform the role(s) and for the time period(s) proposed. All key personnel shall be full-time employees of the prime Offeror or a subcontractor team member at the time of contract award or the Offeror shall provide a letter of commitment signed by the individual and Offeror. RESUMES The Offeror shall provide a resume for each person proposed for the project. All staff for which resumes are submitted will be considered key staff and dedicated to this project if a contract is awarded. Individual resumes shall be no more than 3 pages in length. CONTRACTOR QUALIFICATIONS Contractor shall have at least three (3) years of successful experience in conducting sterile environmental sampling. Experience shall be verified by having at least two references completed, and returning the Past Performance Survey, directly to this office no later than the closing date of the solicitation. Proof of corporate capability in managing and providing required clean room or sterile environment microbiological sampling and assessment. This should include current references with similar clientele and work. Contractor should include number of years experience the company has, as an industrial hygiene consultant. Contractor s references should be able to verify contactors ability to meet established deadlines. Contractor shall provide documentation to support all licensing and accreditation reequipments. NOTE: Industrial Hygiene Technicians shall not be utilized on this project. QUALITY ASSURANCE AND MONITORING OF WORK DELIVERABLES All work under this contract shall be monitored by the PO/COTR, who will act as the primary technical representative of the Government. Final inspection and acceptance of all work performed, reports and other deliverables shall be performed at the place of delivery by the COR. The COR, with the assistance of the other affected Project Managers, is responsible for: Setting task priorities, revising task priorities when necessary; Communicating these priorities to the contractor; After consultation with the Contracting Officer when appropriate, modifying delivery dates and schedules, so that the revised priorities can be met, and Formally assessing the level of contractor performance and ascribing the extent to which quality assurance and acceptable performance levels have been met GENERAL ACCEPTANCE CRITERIA General quality measures as set forth below shall be applied to each work product received from the contractor under this statement of work. Accuracy - Work Products shall be accurate in presentation, technical content, and adherence to accepted elements of style. Clarity - Work Products shall be clear and concise. Any/All diagrams shall be easy to understand and be relevant to the supporting narrative. Consistency to Requirements - All work products must satisfy the requirements of this statement of work. File Editing - All text and diagrammatic files shall be editable by the Government. Format - Work Products shall be submitted in hard copy (where applicable) and in media mutually agreed upon prior to submission. Timeliness - Work Products shall be submitted on or before the due date specified in this statement of work or as described in assigned tasks or submitted in accordance with a later scheduled date determined by or approved by the Government. QUALITY ASSURANCE The COR shall review, for completeness, preliminary or draft documentation that the Contractor submits, and may return it to the Contractor for correction. Absence of any comments by the COR shall not relieve the Contractor of the responsibility for complying with the requirements of this SOW. Final approval and acceptance of documentation required herein shall be by letter of approval and acceptance by COR. The Contractor shall not construe any letter of acknowledgment of receipt material as a waiver of review, or as an acknowledgment that the material is in conformance with this SOW. Any approval given during preparation of the documentation, or approval for shipment shall not guarantee the final acceptance of the completed documentation. 9.1 GOVERNMENT FURNISHED EQUIPMENT (GFE) GFE will consist only of surfaces to be swabbed for testing. No other GFE will be supplied nor utilized before, during, or after sampling is conducted. GFE will not be used to conduct analysis of samples, nor reporting system of results. 9.2 GOVERNMENT FURNISHED INFORMATION The contractor shall be furnished current award contract and Purchase Order. There will not be any other papers, project descriptions, program briefing material nor other documentation or materials. EQUIPMENT Contractor shall utilize appropriate air sampling pumps that are capable of achieving and maintaining the required flow rate of 28.3 liters per minute (LPM), Anderson N-6 impactor or equivalent, Tryptic Soy Agar (TSA) and Malt Extract Agar (MEA) plates, and appropriate sterile sampling swabs or equivalent. Contractor shall have in place, operational equipment to be used for microbiological sampling. Contractor should provide a list of equipment to be used in the process to include equipment type. Make, model, age, filter used (if applicable). PLACE OF PERFORMANCE The majority of all work will be performed at the Government site WJB Dorn VAMC, 6439 Garners Ferry Road, Columbia, SC, 29209 PERIOD OF PERFORMANCE The period of performance of this contract shall consist of one nine-month base period plus four (4), twelve-month option periods. Continued funding is contingent upon an acceptable level of performance. ESTIMATED LEVEL OF EFFORT The Government will not be awarding a labor hour contract type. HOURS OF WORK Normal hours of work will be from 0800 to 1630 hours; Monday through Friday (excluding federally observed holidays), or some variant agreed upon at the kick-off meeting. NON-PERSONAL SERVICES As stated in the Federal Register, Volume 57, No. 190, page 45096, dated September 30, 1992, Policy Letter on Inherently Governmental Functions, no personal services shall be performed under this contract. All work requirements shall flow only from the Project Officer to the Contractor's Senior Project Manager. No Contractor employee shall be directly supervised by the Government. The applicable employee supervisor shall give all individual employee assignments, and daily work direction. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor shall promptly notify the Contracting Officer of this communication or action. The Contractor shall not perform any inherently governmental actions under this contract. No Contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee shall state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with this contract, Contractor employees shall identify themselves as Contractor employees and specify the name of the company for which they work. In all communications with other Government contractors in connection with this contract, the Contractor employee shall state that he/she has no authority to, in any way, change the contract and that if the other contractor believes this communication to be a direction to change their contract, they should notify the Contracting Officer for that contract and not carry out the direction until a clarification has been issued by the Contracting Officer. The Contractor shall insure that all of its employees working on this contract are informed of the substance of this article. Nothing in this article shall limit the Government s rights in any way under the other provisions of the contract, including those related to the Government s right to inspect and accept the services to be performed under this contract. The substance of this article shall be included in all subcontracts at any tier. POST AWARD ADMINISTRATION The Contractor s performance shall be evaluated in accordance with the contractor s adherence to the requirements stated in the SOW. At a minimum, the Contractor s performance shall be evaluated on an annual basis and at task completion. PRESERVATION, PACKAGING, PACKING, AND MARKING The contractor shall deliver all electronic versions by submission into ITSS https://web.itss.gsa.gov/Login. Identified below are the required electronic formats, whose versions must be compatible with Microsoft 2003 versions. Text Microsoft Word Spreadsheets Microsoft Excel Briefings Microsoft PowerPoint Drawings Microsoft Visio Schedules Microsoft Project PLACE OF INSPECTION AND ACCEPTANCE Inspection and acceptance of all work performance, reports and other deliverables under this Contract shall be performed by the designated COR. SCOPE OF INSPECTION All deliverables will be inspected for content, completeness, accuracy and conformance to Contract requirements by the COR. 17.3.2 The Government requires a period not to exceed fifteen (15) work days after receipt of final deliverable items for inspection and acceptance or rejection. BASIS OF ACCEPTANCE The basis for inspection/acceptance shall be compliance with the requirements set forth in the Contract, the contractor s proposal and other terms and conditions of the contract including the Government Quality Assurance Surveillance Plan (QASP)/Quality Control Plan (QCP). Deliverable items rejected shall be corrected in accordance with the applicable clauses. Reports, documents and narrative type deliverables will be accepted when all discrepancies, errors or other deficiencies identified in writing by the Government have been corrected. If the draft deliverable is adequate, the Government may accept the draft and provide comments for incorporation into the final version. All of the Government's comments to deliverables must either be incorporated in the succeeding version of the deliverable or the contractor must demonstrate to the Government's satisfaction why such comments should not be incorporated. If the Government finds that a draft or final deliverable contains spelling errors, grammatical errors, improper format, or otherwise does not conform to the requirements stated within this Contract, the document may be immediately rejected without further review and returned to the contractor for correction and resubmission. If the contractor requires additional Government guidance to produce an acceptable draft, the contractor shall arrange a meeting with the COR. INITIAL DELIVERABLES The Government will provide written acceptance, comments and/or change requests, if any, within ten (10) work days from receipt by the Government of the initial deliverable. Upon receipt of the Government comments, the contractor shall have ten (10) work days to incorporate the Government's comments and/or change requests and to resubmit the deliverable in its final form. The Government shall provide written notification of acceptance or rejection of all final deliverables within fifteen (15) work days. All notifications of rejection will be accompanied with an explanation of the specific deficiencies causing the rejection. NON-CONFORMING PRODUCTS OR SERVICES Non-conforming products or services will be rejected. Deficiencies will be corrected, by the contractor, within ten (10) work days of the rejection notice. If the deficiencies cannot be corrected within ten (10) work days, the contractor will immediately notify the Government of the reason for the delay and provide a proposed corrective action plan within ten (10) work days. INVOICES Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Period Supply or Service Provided Total Amount Due Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP TERMINATION FOR CONVENIENCE In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. TRAVEL No travel is authorized at Government expense. CONTRACTING OFFICER S REPRESENTATIVE (COR) A Contracting Officer s Technical Representative (COTR) may be appointed to assist the Contracting Officer in administration of this task order. When the appointment of a COTR is deemed necessary, the Contracting Officer will issue the formal Letter of Appointment defining the scope and limitations of the authority of the designated COTR. A copy of the COR appointment letter will be maintained in the contract file. In no event is the COR authorized to direct any action which: Exceeds the scope or limitations specified in the Letter of Appointment; or Constitutes a change to the Statement of Work (SOW) or any other term or condition of the contract. Such changes may be authorized only upon written notification by the contracting officer. ORGANIZATIONAL CONFLICT OF INTEREST AND NON-DISCLOSURE REQUIREMENTS ORGANIZATIONAL CONFLICT OF INTEREST If the contractor is currently providing support or anticipates providing support to the U.S. Army that creates or represents an actual or potential organizational conflict of interest (OCI), the contractor shall immediately disclose this actual or potential OCI in accordance with FAR Part 9.5. The contractor is also required to complete and sign an Organizational Conflict of Interest Statement in which the contractor (and any subcontractors, consultants or teaming partners) agree to disclose information concerning the actual or potential conflict with any proposal for any solicitation relating to any work in the TO. All actual or potential OCI situations shall be handled in accordance with FAR Subpart 9.5. NON DISCLOSURE REQUIREMENTS All contractor personnel (to include subcontractors, teaming partners, and consultants) who will be personally and substantially involved in the performance of the TO issued which requires the contractor to act on behalf of, or provide advice with respect to any phase of an agency procurement, as defined in FAR 3.104-4, shall execute and submit an Employee/Contractor Non-Disclosure Agreement Form. This is required prior to the commencement of any work on such TO and whenever replacement personnel are proposed under an ongoing TO. Any information obtained or provided in the performance of this TO is only to be used in the performance of the TO. SECURITY CONSIDERATIONS Access to classified documents, studies, reports, and other documentation and information may be required. Consequently, Secret clearance adjudication is required. A DD Form 254, "Department of Defense Contract Security Classification Specification," will be provided after award of task order. Further, the contractor will be accessing a Sensitive But Unclassified (SBU) network and the duties to be performed by contractor personnel under the PWS have been designated as IT-I/IT-II sensitive positions. Contractor personnel assigned under this Task Order must hold US citizenship. The contractor will initiate the appropriate level of security clearance background investigation to result in issuance of a Department of Defense Secret security clearance. Information gathered, developed, analyzed, and produced under this PWS remains the property of the U.S. and shall be protected from unauthorized or inadvertent modification, disclosure, destruction, or use. Prior to the arrival of any contractor employee to commence work under this task order at any Government site, the contractor must provide advance notice to the Government for visitor control purposes and verification of security clearance. TRANSFER OF HARDWARE/SOFTWARE MAINTENANCE AGREEMENTS TO FOLLOW-ON CONTRACTORS The contractor shall ensure that all hardware/software agreements entered into under this task order are transferable to the Government and/or to other contractors at the discretion of the Government. PRIVACY ACT Work on this project may require that personnel have access to Privacy Information. Personnel shall adhere to the Privacy act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. TASK ORDER CLOSEOUT The contractor shall submit a final invoice within forty-five (45) calendar days after the end of the Performance Period. After the final invoice has been paid the contractor shall furnish a completed and signed Release of Claims to the Contracting Officer. This release of claims is due within fifteen (15) calendar days of final payment. APPLICATION SERVICES AND COMPONENT FRAMEWORK Page 20 of 21 PAST PERFORMANCE INFORMATION In accordance with FAR 42.15 Contractor Performance Information, past performance evaluations shall be prepared for each task order that exceeds the simplified acquisition threshold placed against a Government-wide Acquisition Contract. For severable task orders, interim evaluations will be required prior to exercising any option periods. For non-severable task orders, evaluations must be collected, coordinated and reported upon completion of the task order. The Government will provide and record Past Performance Information for acquisitions over $100,000 utilizing the Contractor Performance Assessment Reporting System (CPARS). The CPARS allows contractors to view and comment on the Government's evaluation of the contractor's performance before it is finalized. Once the contractor s past performance evaluation is finalized in CPARS it will be transmitted into the Past Performance Information Retrieval System (PPIRS). Contractors are required to register in CPARS, so contractors may review and comment on past performance reports submitted. Contractors must register at the following websites: CPARS: http://www.cpars.csd.disa.mil/ PPIRS: http://www.ppirs.gov/ CONTRACTOR S PURCHASING SYSTEMS The objective of a contractor purchasing system assessment is to evaluate the efficiency and effectiveness with which the contractor spends Government funds and complies with Government policy with subcontracting. Prior to the award of a task order the Contracting Officer shall verify the validity of the contractor's purchasing system. Thereafter, the contractor is required to certify to the Contracting Officer no later than 30 calendar days prior to the exercise of any options the validity of their purchasing system. Additionally, if reviews are conducted of the purchasing system after the exercise of the option, the contractor shall provide the results of the review to the Contracting Officer within 2 weeks from the date the results are known to the contractor. DATA RIGHTS The Government requires unlimited rights in any material first produced in the performance of this task order, in accordance with the FAR clause at 52.217-14. In addition, for any material first produced in the performance of this task order, the materials may be shared with other agencies or contractors during the period of performance of this task order, or after its termination. For any subcontractors or teaming partners, the Contractor shall ensure at proposal submission that the subcontractors and /or teaming partners are willing to provide the data rights required under this task order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24718Q9017/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q9017 36C24718Q9017.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4035149&FileName=36C24718Q9017-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4035149&FileName=36C24718Q9017-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q9017 36C24718Q9017.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4035149&FileName=36C24718Q9017-000.docx)
- Record
- SN04797185-W 20180125/180123231416-e413e7cf956da65847287344c7333e82 (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 |