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: [email protected]
Product/Services for:
Naval Medical Center Portsmouth, Biomedical Engineering
POC: HM2 Cody Leister
Phone: 757-953-5336
Email: [email protected]
Vendor to reference RFQ number N00183-16-T-0197 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.
Notice 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
for Mobility Stretchers and Electric Beds for the Emergency Medicine Clinic, DMS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQER003
PURCHASE REQUEST NUMBER: N0018317RQER003
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002 12 Months
Annual Maintenance
FFP
for Mobilty Stretchers in Gastroenterology Clinic. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQGE008
PURCHASE REQUEST NUMBER: N0018317RQGE008
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003 12 Months
Annual Maintenance
FFP
for Mobility Stretchers for Pediatric Clinic. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQKS003
PURCHASE REQUEST NUMBER: N0018317RQKS003
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0004 12 Months
Annual Maintenance
FFP
for Mobility Stretchers. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N3252917RQH3008
PURCHASE REQUEST NUMBER: N3252917RQH3008
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0005 12 Months
Annual Maintenance
FFP
for Mobility Stretchers. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N3213A17RQH3003
PURCHASE REQUEST NUMBER: N3213A17RQH3003
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0006 12 Months
Annual Maintenance
FFP
for Mobility Stretchers. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N3251017RQH3006
PURCHASE REQUEST NUMBER: N3251017RQH3006
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0007 12 Months
Annual Maintenance
FFP
for Electric Beds for the Radiology Dept. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQXR013
PURCHASE REQUEST NUMBER: N0018317RQXR013
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0008 12 Months
Annual Maintenance
FFP
for Electric Beds for the Nuclear Medicine Dept. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQNM003
PURCHASE REQUEST NUMBER: N0018317RQNM003
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0009 12 Months
Annual Maintenance
FFP
for Electric Beds for SIMCENTER. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQBT001
PURCHASE REQUEST NUMBER: N0018317RQBT001
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0010 12 Months
Annual Maintenance
FFP
for Mobility Stretchers. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQGS002
PURCHASE REQUEST NUMBER: N0018317RQGS002
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0011 12 Months
Annual Maintenance
FFP
for Mobility Stretchers. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQ4R002
PURCHASE REQUEST NUMBER: N0018317RQ4R002
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0012 12 Months
Annual Maintenance
FFP
for Mobility Stretchers. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQSU024
PURCHASE REQUEST NUMBER: N0018317RQSU024
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0013 12 Months
Annual Maintenance
FFP
for Mobility Stretchers. See Section C for Statement of Work
FOB: Destination
MILSTRIP: N0018317RQAP001
PURCHASE REQUEST NUMBER: N0018317RQAP001
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0014 12 Months
Annual Maintenance
FFP
for Mobility Stretchers. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQNS002
PURCHASE REQUEST NUMBER: N0018317RQNS002
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0015 12 Months
Annual Maintenance
FFP
for Mobility Stretchers. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQXC005
PURCHASE REQUEST NUMBER: N0018317RQXC005
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0016 12 Months
Annual Maintenance
FFP
for Mobility Stretchers. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQPL006
PURCHASE REQUEST NUMBER: N0018317RQPL006
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0017 12 Months
Annual Maintenance
FFP
for Mobility Stretchers. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQPN001
PURCHASE REQUEST NUMBER: N0018317RQPN001
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0018 12 Months
Annual Maintenance
FFP
for Mobility Stretchers. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQ9E011
PURCHASE REQUEST NUMBER: N0018317RQ9E011
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0019 12 Months
Annual Maintenance
FFP
for Electric Beds for ooo. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQVZ003
PURCHASE REQUEST NUMBER: N0018317RQVZ003
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0020 12 Months
Annual Maintenance
FFP
for Electric Beds for Inpatient Orthopedics. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQWQ001
PURCHASE REQUEST NUMBER: N0018317RQWQ001
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0021 12 Months
Annual Maintenance
FFP
for Electric Beds for Internal Medicine Ward 4H, DNS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQVQ001
PURCHASE REQUEST NUMBER: N0018317RQVQ001
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0022 12 Months
Annual Maintenance
FFP
for Electric Beds for Inpatient Oncology, DNS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQ9A001
PURCHASE REQUEST NUMBER: N0018317RQ9A001
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0023 12 Months
Annual Maintenance
FFP
for Electric Beds for Labor and Delivery 4H, DNS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQLD003
PURCHASE REQUEST NUMBER: N0018317RQLD003
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0024 12 Months
Annual Maintenance
FFP
for Electric Beds for the Women's Center, DNS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQWM003
PURCHASE REQUEST NUMBER: N0018317RQWM003
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0025 12 Months
Annual Maintenance
FFP
for Electric Beds for Inpatient OB / GY, DNS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQVT003
PURCHASE REQUEST NUMBER: N0018317RQVT003
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0026 12 Months
Annual Maintenance
FFP
for Electric Beds for the Pediatric ICU Clinic, DNS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQVU002
PURCHASE REQUEST NUMBER: N0018317RQVU002
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0027 12 Months
Annual Maintenance
FFP
for Electric Beds for Intensive Care, DNS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQ41002
PURCHASE REQUEST NUMBER: N0018317RQ41002
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0028 12 Months
Annual Maintenance
FFP
for Beds for Pediatric Intensive Care Unit, DNS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQ43002
PURCHASE REQUEST NUMBER: N0018317RQ43002
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0029 12 Months
Annual Maintenance
FFP
for Electric Beds for the Cardiology Clinic, DMS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQCC009
PURCHASE REQUEST NUMBER: N0018317RQCC009
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0030 12 Months
Annual Maintenance
FFP
for Mobility Stretchers for the Neurology Clinic, DMS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQNU004
PURCHASE REQUEST NUMBER: N0018317RQNU004
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0031 12 Months
Annual Maintenance
FFP
for Mobility Stretchers for the Hematology / Oncology Clinic, DMS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQHE002
PURCHASE REQUEST NUMBER: N0018317RQHE002
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0032 12 Months
Annual Maintenance
FFP
for Mobility Stretchers for the Pulmnary Clinic, DMS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQOU003
PURCHASE REQUEST NUMBER: N0018317RQPU003
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0033 12 Months
Annual Maintenance
FFP
for Mobility Stretchers for the Nephrology Clinic, DMS. See Section C for Statement of Work.
FOB: Destination
MILSTRIP: N0018317RQNE003
PURCHASE REQUEST NUMBER: N0018317RQNE003
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 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 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 US 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.
c.1 Selected vendor shall have a minimum of 5 years' experience in the maintenance of Stryker Medical Stretchers / Patient Beds with a minimum of 2 years' experience in the maintenance of all items listed in this requirement
C.2 Vendor to have full access to all proprietary items to include but not limited to: service manuals (and bulletins); software and replacement parts
C.3 Vendor to have full access to Original Equipment Manufacturers (OEM) replacement parts. All replacement parts (to include software updates) are to be certified for use by the OEM. The use of "3rd party" unapproved parts will not be allowed.
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. The selected vendor shall maintain all items in a complete as built condition to include maintenance of all electrical, mechanical and hydraulic systems.
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 and approved as such by the OEM. 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. During normal duty hours, Contracted Field Service Engineer (FSE) personnel shall check-in with the Biomedical Engineering Division upon arrival at the Government site and again prior to departure. (Biomedical Engineering located in Build-250 1st floor; 757-953-5336). The Contractor FSEs shall personally notify Biomedical Engineering (BME) of problems that result in the equipment being left disabled upon their departure. After normal duty hours, Contractor FSE's shall notify the Officer of the Day Desk (Bldg. 2, 2nd Floor) and the systems operator designated by BME.
b. The Contractor shall provide to BME a full service report within two (2) days after completion of all service performed. The service report shall include, but not be limited to: contract number, equipment description (model, serial number, equipment control number) contractor's log number, detailed description of the service(s) performed, replacement part(s) information (part number, part value, nomenclature, unit price, manufacturer, if not OEM, and whether the part is new/used/reconditioned), the completion date and time, man-hours expended and the hourly rate normally charged for the type of service performed, model and serial numbers, and the name of the FSE performing the service. In the event that agents / sub-contractors are used in the performance of repairs, said agent shall be identified on the service report by company name and contact information (i.e., telephone number). Additionally contractor will be required to affix a tag on equipment upon the completion of a preventative maintenance inspection. Tag may either be a "sticker" or "hanging tag". As a minimum the tag shall contain: the name of the contractor, technician performing inspection and date of inspection legibly printed.
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. In accordance with Naval Medical Logistics Command (NAVMEDLOGCOM) Risk Assessment Criteria, preventive maintenance shall be performed one (1) time per year in accordance with the Original Equipment Manufacturers (OEM) recommendations. The selected vendor shall provide a preventative maintenance inspection of all of all items in a complete as built condition to include inspection (and repair as needed) of all electrical, mechanical and hydraulic systems.
b. The Government shall select the months in which preventive maintenance services are to be performed. The preventive maintenance visits shall be performed during the following months: Per mutually agreed upon schedule between the selected vendor and the NMCP Biomed Engineering Dept. (initial inspection shall be within 60 days of contract award)
(The Government Fiscal Year runs: October through September). The Contractor shall schedule and complete preventive maintenance services prior to the 15th of the selected month.
c. 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.
9. Corrective Maintenance
a. Normal Working Hour Maintenance Coverage
Maintenance Coverage will be Monday through Friday, between 8:00 A.M. to 4:30 P.M. A contractor Service Tech shall respond via telephone within 2 hours after receipt of trouble call, and provide on-site service no later than the close of business (4:30 pm) on the next business day. Equipment shall be operational within 48 hours. The Government reserves the right to deduct from the Contractor's payment an amount not to exceed the hourly rate of $50.00 per hour for each hour the Contractor fails to respond, as specified in the contract.
a. 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.
b. Government request for corrective maintenance will be placed by BME, to the Contractor's POC. Corrective Maintenance shall be completed during the hours specified in the contract.
c. The Contractor shall assign a unique Log/Reference Number to each Government request for corrective Maintenance.
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 field 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.
Details of Equipment to be Covered:
Customer Name Manufacturer Nomenclature Nameplate Model Common Model Mfr. Serial No. Ecn Contract Cost Customer Cost
BOONE PRIMARY CARE CLINIC STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030305 41215
ADDITION
BOONE PRIMARY CARE CLINIC STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1731 409065516 122352
CHESAPEAKE CLINIC PRIMARY CARE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030844 41658
DCSS NUCLEAR MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030815 40968
DCSS NUCLEAR MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 7111 7111 9812030179 00272B
DCSS OCC THERAPY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030451 00140B
DCSS PHYSICAL THERAPY O/P STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030484 00124B
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916498 100739
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916514 100755
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916516 100757
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916517 100758
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916519 100760
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916520 100761
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916525 100766
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916532 100773
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916533 100774
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916535 100776
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916540 100781
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916541 100782
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916544 100785
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916545 100786
DNS 4E COMP OB/GYN SURG STRYKER MEDICAL BED, ELECTRIC SECUREII3002 SECURE II 3002 80916539 100780
DNS 4KL POST PARTUM STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030304 41220
DNS 4KL POST PARTUM STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030306 41223
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030294 41221
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015474 77098
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015479 77103
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015489 77113
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015490 77114
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015495 77119
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015504 77128
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715517 100161
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715518 100162
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715519 100163
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715521 100165
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715522 100166
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715523 100167
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715526 100170
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715527 100171
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715529 100173
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715531 100175
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715533 100177
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715534 100178
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715541 100185
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715544 100188
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715550 100194
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715552 100196
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715555 100199
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715556 100200
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715558 100202
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715559 100203
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715560 100204
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715564 100208
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715565 100209
Addition
DNS IP ONC (WARD 4J) DMLSS STRYKER MEDICAL BED, ELECTRIC 3005S3 141016198 123025
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916497 100738
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916500 100741
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916501 100742
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916506 100747
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916509 100750
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916515 100756
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916522 100763
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916523 100764
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916529 100770
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916530 100771
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916531 100772
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916534 100775
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916537 100778
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916538 100779
DNS PROG CARE WARD 3B DMLSS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916542 100783
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015470 77094
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015473 77097
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015476 77100
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015477 77101
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015482 77106
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015483 77107
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015486 77110
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015487 77111
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015492 77116
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015493 77117
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015494 77118
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015498 77122
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015501 77125
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015502 77126
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015507 77131
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015509 77133
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715516 100160
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715520 100164
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715524 100168
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715525 100169
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715528 100172
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715530 100174
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715532 100176
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715535 100179
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715536 100180
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715537 100181
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715538 100182
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715539 100183
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715540 100184
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715542 100186
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715543 100187
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715545 100189
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715546 100190
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715547 100191
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715548 100192
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715549 100193
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715551 100195
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715553 100197
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715554 100198
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715557 100201
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715561 100205
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715562 100206
DNS WARD 4F SURGICAL IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 80715563 100207
DNS WARD 4H INT MED IP STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030292 41181
DNS WARD 4H INT MED IP STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030291 02970B
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE 3002 71015468 77092
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015469 77093
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015472 77096
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015478 77102
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015481 77105
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015485 77109
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015488 77112
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015491 77115
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015496 77120
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015508 77132
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015510 77134
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916496 100737
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916499 100740
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916502 100743
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916503 100744
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916504 100745
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916505 100746
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916507 100748
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916510 100751
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916512 100753
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916513 100754
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916518 100759
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916521 100762
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916526 100767
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916528 100769
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916536 100777
DNS WARD 4H INT MED IP STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916543 100784
DO NOT USE CARDIOLOGY I/P STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030746 41218
DO NOT USE CARDIOLOGY I/P STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030743 41746
DPE SIMULATION CENTER DO NOT USE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1033000000 707094678 76225
DPE SIMULATION CENTER DO NOT USE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1033000000 707094679 76226
ADDITIONS
DPE SIMULATION CENTER DO NOT USE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 211044302 91344
DPE SIMULATION CENTER DO NOT USE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 211044304 91346
DSS 3KL - APU/SDS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030345 40874
DSS 3KL - APU/SDS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030254 00938B
MOR/ORTHOPEDICS 3RD FLOOR-DO NOT USE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030285 42986
DSS MAIN OPERATING ROOM/SU STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030322 41664
DSS MAIN OPERATING ROOM/SU STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030338 41758
DSS MAIN OPERATING ROOM/SU STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030342 00963B
DSS MAIN OPERATING ROOM/SU STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030326 00983B
DSS MAIN OPERATING ROOM/SU STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 7111 7111 9812030348 00957B
DSS-CARDIO THORACIC I/P STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1211 9812030699 41124
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1210036089 117221
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1210036090 117222
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 BIG WHEEL 1211033319 117412
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 BIG WHEEL 1211033320 117413
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030235 40932
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030231 40938
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030233 41790
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9902030423 49578
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9902030425 03000B
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, AMBULANCE 6506 121040749 117250
ADDITIONS
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 BIG WHEEL 1310043310 119236
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043311 119237
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043313 119238
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043312 119239
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 BIG WHEEL 1310043495 119240
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043496 119241
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043497 119242
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043498 119243
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043499 119244
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310042500 119245
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310042144 119246
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310042145 119247
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310042146 119248
EMERGENCY MEDICINE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310042147 119249
GASTROENTEROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030756 42002
ADDITIONS
GASTROENTEROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 BIG WHEEL 1310043701 119267
GASTROENTEROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043702 119268
GASTROENTEROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043703 119269
GASTROENTEROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043704 119270
GASTROENTEROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043705 119271
GASTROENTEROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043706 119272
GASTROENTEROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043707 119273
GASTROENTEROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043708 119274
GASTROENTEROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043709 119275
GASTROENTEROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043710 119276
GASTROENTEROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043711 119277
GASTROENTEROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 1310043712 119278
GENERAL LABORATORY CHEMISTRY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030852 01817B
GENERAL SURGERY O/P STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812034223 40948
GENERAL SURGERY O/P STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030230 41175
GENERAL SURGERY O/P STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 95020930406 00247B
HEMATOLOGY/ONCOLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030450 00166B
INTENSIVE CARE UNIT 3C/D DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030387 40878
INTENSIVE CARE UNIT 3C/D DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115000030 1110030991 113055
INTENSIVE CARE UNIT 3C/D DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115000030 1110030992 113056
INTENSIVE CARE UNIT 3C/D DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115000030 1110030993 113057
INTENSIVE CARE UNIT 3C/D DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115000030 1110030994 113058
INTENSIVE CARE UNIT 3C/D DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115000030 1110030995 113059
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 709094542 76878
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 709094547 76879
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 709094543 76880
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 709094546 76881
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 709094545 76882
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 709094544 76883
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 211044300 91342
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 211044301 91343
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 211044303 91345
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 211044304 91346
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL BED, MECHANICAL, BIRTHING 4701000000 709089030 76812
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL BED, MECHANICAL, BIRTHING 4701000000 709089032 76814
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL BED, MECHANICAL, BIRTHING 4701000000 709089033 76815
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL BED, MECHANICAL, BIRTHING 4701000000 709089034 76816
LABOR & DELIVERY WARD 4M DNS STRYKER MEDICAL BED, MECHANICAL, BIRTHING 4701000000 709089035 76817
NEUROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1211 1211 9812030741 86431
NEUROLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1211 9812030739 40928
PEDS WARD 4B IP DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030736 41178
PEDS WARD 4B IP DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030753 41211
PEDS WARD 4B IP DNS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030754 41213
PEDS WARD 4B IP DNS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916508 100749
PEDS WARD 4B IP DNS STRYKER MEDICAL BED, ELECTRIC 3002 SECURE II 3002 80916524 100765
PEDS WARD 4B IP DNS STRYKER MEDICAL SCALE, INFANT FL19H F07288 106342
PEDS WARD 4B IP DNS STRYKER MEDICAL SCALE, INFANT FL19H F07289 106343
PEDS WARD 4B IP DNS STRYKER MEDICAL SCALE, INFANT FL19H F07290 106344
PEDS WARD 4B IP DNS STRYKER MEDICAL SCALE, INFANT FL19H F07291 106345
PEDS WARD 4B IP DNS STRYKER MEDICAL SCALE, INFANT FL19H F07292 106346
PEDS WARD 4B IP DNS STRYKER MEDICAL SCALE, INFANT FL19H F07293 106347
PEDS WARD 4B IP DNS STRYKER MEDICAL SCALE, INFANT FL19H F07294 106348
PEDS WARD 4B IP DNS STRYKER MEDICAL SCALE, INFANT FL19H F07295 106349
PEDS WARD 4B IP DNS STRYKER MEDICAL SCALE, INFANT FL19H F07296 106350
PEDS WARD 4B IP DNS STRYKER MEDICAL SCALE, INFANT FL19H F07297 106351
RADIOLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 721 721 9502030405 41355
RADIOLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030849 15010
RADIOLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030848 40911
RADIOLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030447 41133
RADIOLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030813 00255B
RADIOLOGY STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1711 1711 9812030846 00257B
SEWELLS POINT PRIMARY CARE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 1111033531 112340
SEWELLS POINT PRIMARY CARE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 1111033532 112341
SEWELLS POINT PRIMARY CARE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 1111033533 112342
SEWELLS POINT PRIMARY CARE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 1111033534 112343
SEWELLS POINT PRIMARY CARE STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1061 1111033535 112344
SEWELLS POINT PRIMARY CARE STRYKER MEDICAL STRETCHER, MOBILE, AMBULANCE 6500RUGGED 61040691 68701
WARD 4G IP ORTHO STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015480 77104
WARD 4G IP ORTHO STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015484 77108
WARD 4G IP ORTHO STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015497 77121
WARD 4G IP ORTHO STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015499 77123
WARD 4G IP ORTHO STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015500 77124
WARD 4G IP ORTHO STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015505 77129
WARD 4G IP ORTHO STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015506 77130
WARD 4G IP ORTHO STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015471 77095
WARD 4G IP ORTHO STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015475 77099
WARD 4G IP ORTHO STRYKER MEDICAL BED, ELECTRIC 3002 CUSTOM 71015503 77127
ADDITION
CROSS SECTIONAL RAD DCSS STRYKER MEDICAL STRETCHER, MOBILE, HOSPITAL 1115 BIG WHEEL 1410035010 123024
Total Contract Cost
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
0002 Destination Government Destination Government
0003 Destination Government Destination Government
0004 Destination Government Destination Government
0005 Destination Government Destination Government
0006 Destination Government Destination Government
0007 Destination Government Destination Government
0008 Destination Government Destination Government
0009 Destination Government Destination Government
0010 Destination Government Destination Government
0011 Destination Government Destination Government
0012 Destination Government Destination Government
0013 Destination Government Destination Government
0014 Destination Government Destination Government
0015 Destination Government Destination Government
0016 Destination Government Destination Government
0017 Destination Government Destination Government
0018 Destination Government Destination Government
0019 Destination Government Destination Government
0020 Destination Government Destination Government
0021 Destination Government Destination Government
0022 Destination Government Destination Government
0023 Destination Government Destination Government
0024 Destination Government Destination Government
0025 Destination Government Destination Government
0026 Destination Government Destination Government
0027 Destination Government Destination Government
0028 Destination Government Destination Government
0029 Destination Government Destination Government
0030 Destination Government Destination Government
0031 Destination Government Destination Government
0032 Destination Government Destination Government
0033 Destination Government Destination 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
0002 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0003 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0004 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0005 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0006 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0007 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0008 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0009 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0010 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0011 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0012 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0013 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0014 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0015 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0016 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0017 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0018 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0019 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0020 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0021 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0022 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0023 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0024 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0025 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0026 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0027 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0028 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0029 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0030 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0031 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0032 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
0033 POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination N00183
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: [email protected]
-----------------------------------------------------------------------
(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.
[email protected]
-----------------------------------------------------------------------
(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)
Psychological Health (PH) and Traumatic Brain Injury (TBI)
This task order is for Psychological Health (PH) and Traumatic Brain Injury (TBI) initiatives under the Psychological Health and Traumatic Brain Injury (PHTBI) program. The program seeks to address gaps in the care available for prevalent injuries among combatants from the global war on terrorism. Through adoption of risk based staffing models and a uniform, best practice standard of care across DoD, the program seeks to ensure easy, rapid access to PH and TBI care for all beneficiaries and to ensure that transition across networks of care recognizes the unique care coordination and case management requirements for PH and TBI patients.
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
52.204-13 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
52.215-8 Order of Precedence--Uniform Contract Format OCT 1997
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
252.211-7003 Item Unique Identification and Valuation MAR 2016
252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010
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
52.219-6 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)
52.232-39 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)
52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
United States law will apply to resolve any claim of breach of this contract.
(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)
252.204-7006 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)
52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999)
The offeror represents that --
(a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation;
(b) ( ) It has, ( ) has not, filed all required compliance reports; and
(c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.
(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)