Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2011 FBO #3381
SOLICITATION NOTICE

A -- Development and evaluation of data analysis systems. - Past Performance Survey

Notice Date
2/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
11-M-T412
 
Archive Date
4/9/2011
 
Point of Contact
Pierre Smith, Phone: 301-295-3868
 
E-Mail Address
pierre.smith@usuhs.mil
(pierre.smith@usuhs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
See solicitation for instructions. The Uniformed Services University of the Health Sciences (USUHS) located in Bethesda, Maryland, is looking for an expert in the fields of mathematics and/or physics to assist in the continued data analysis, research, and development of signal classification technology for the assessment of Post Traumatic Stress Disorder (PTSD) and Traumatic Brain Injury (TBI) in patients in the field. Work will be performed with the University's Traumatic Injury Research Program in the department of Military and Emergency Medicine. This requirement necessitates experience with non-linear signal processing and builds upon the following work already performed: Rapp, P., Watanabe, T., Faure, P., & Celluci, C. (2002). "Nonlinear signal classification," International Journal of Bifurcation and Chaos 12(6), p1273-1293. Watanabe, T., Celluci, C., Kohegyi, E., Bashore, T., Josiassen, R., Greenbaun, N., & Rapp, P. (2003). "The algorithmic complexity of multichannel EEGs is sensitive to changes in behavior," Psychophysiology, 40, p77-97. Rapp, P., Celluci, C., Watanabe, T., & Albano, A. (2005). "Quantitative Characterization of the Complexity of Multichannel Human EEGs," International Journal of Bifurcation and Chaos 15(5), p1737-1744. Albano, A., Brodfuehrer, P., Cellucci, C., Tigno, X., & Rapp, P. (2008). "Time series analysis, or the quest for quantitative measures of time dependent behavior," Philippine Science Letters 1(1), p18-31. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for quotes (RFQ) for commercial services is in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It will be the responsibility of the offeror to check the website, http://www.fbo.gov, for the issuance of any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-49. This requirement is set aside for small businesses under NAICS code 541712. See attached provisions and clauses. The Government will award a single award, labor hour contract. To be eligible for contract award, an offeror must register with the Central Contractor Registration (CCR) database and the Online Representations and Certifications Application (ORCA). For instructions on registering with CCR, please see CCR's website at https://www.bpn.gov/ccr/default.aspx. Scope of Work: USUHS has a requirement for a project that combines the development and evaluation of three data acquisition systems: (i.) a portable system for heart rate variability studies, (ii.) an upgraded EEG/event related potential system located in the Brain Synchronization Laboratory at USUHS, and (iii.) the next generation of the field deployable neuropsychiatric support system. In addition to hardware engineering, this project will also include the development and testing of data acquisition software and analysis software. A nonlinear signal classification technology that combines the resolving power of five nonlinear measures of dynamical behavior: the characteristic fractal dimension, the Richardson dimension, Lempel-Ziv complexity, the Hurst exponent and relative dispersion will be implemented as a central component of the DMRDP funded project "Identifying individuals at risk of delayed onset PTSD and depression following mild traumatic brain injury." The DMRDP project addresses an urgent requirement of military medicine: in many instances individuals experiencing a mild traumatic brain injury are asymptomatic in the immediate post-injury period but subsequently present delayed onset neuropsychiatric symptoms. The object of this research program is to identify individuals at risk by analyzing psychophysiological signals (specifically EEGs, cognitive event related potentials and the electrocardiogram which is analyzed to produce measures of heart rate variability). It is necessary to correlate these signals with those obtained from healthy individuals and from symptomatic patients. The central problem investigated in this research program is, therefore, a signal classification problem in which signals are classified into groups defined by control subjects, by patients presenting PTSD and by patients presenting significant depressive disorders. These signals are complex physiological waveforms and because they will be recorded in the field they will by noisy. Offeror will continue with the development of the hardware and data acquisition software for the portable, heart rate variability assessment system. The dynamical characterization of heart rate variability records will be implemented. This will include spectral measures and measures derived from dynamical systems theory. Offeror will be required to provide only labor and is expected to best past efforts in technology development. There are no restrictions on intellectual property under this contract. Objectives (Tasks): 1. Construct and test a portable heart rate variability assessment system 2. Upgrade the EEG/event related potential system at USUHS 3. Participate in the construction and testing of the next generation portable EEG/event related potential system/neuropsychiatric support system. 4. Develop and test new platforms for increased portability of the Heart Rate Variability and EEG/event related potential systems. 5. Perform signal analysis of participant data. Deliverables: 1. Quarterly reports and briefings on a schedule determined by the contracting authority will be required. 2. Final report 3. Any software created during the life of the contract Period of Performance: Anticipated dates covered - March 28, 2011 to March 27, 2014. Budget: Estimated total budget is likely to be between $200,000 and $250,000.Currently available funding is limited to $23,000. Additional funding will be added as they are needed and become available - most likely in December of each year. Offerors shall comment on the level of effort likely to be needed to complete this development. Qualifications/Evaluation Factors: Award will be made on a best value determination considering the following evaluation factors: 1.Technical Approach - Offeror's methodology for performing/completing data analysis must use a nonlinear signal classification technology that combines the resolving power of five nonlinear measures of dynamical behavior: the characteristic fractal dimension, the Richardson dimension, Lempel-Ziv complexity, the Hurst exponent and relative dispersion. Offerors shall describe their method(s) of analysis. If citing named methodologies, please include a description of what it entails and how the plan will be implemented within the analysis. 2.Past Performance - The Government shall evaluate the offeror's present and past performance within the past three (3) years. Offerors must provide past-performance references from past employers - if available - on contracts of similar complexity, scope, dollar amount, and type. No more than three references may be submitted. Two of the three references should include data analysis within the field of Clinical/Medical Research where the final results obtained from the data analysis were used in a peer-reviewed article published in a medical research journal. The customer references must complete the attached past performance survey and email a copy to pierre.smith@usuhs.mil by noon (EST), 25 March 2011. It is the offeror's responsibility to ensure past performance surveys are received by the due date. Any survey included in the quote package, but not emailed to pierre.smith@usuhs.mil will not be considered. Offerors may provide additional information to support past performance history, but not in lieu of the past performance surveys required. USUHS reserves the right to contact customer references for additional information. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a "neutral/unknown" rating for past performance. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable past performance. The Government reserves the right to use data provided by the offeror and data provided by alternate sources in conducting its assessment of past performance history. 3.Experience - Offerors must provide resumes of all key personnel who will be working on this project. Offeror must demonstrate that they are a published and peer-reviewed expert in non-linear signal processing, relevant to the work required by this contract. 4.Price - Offerors must provide a labor hour price quote. Offeror shall provide a fully-loaded hourly quote for each person performing work. Offered rates shall not escalate more often than every 12 months. All quotation packages shall be clearly marked with the quotation number, tax identification number (TIN), DUNS number, point of contact name, phone number, fax number and email address (if available). Due Dates: Questions must be submitted via email to pierre.smith@usuhs.mil by noon on March 11, 2011. Questions submitted after this date will not be answered. Questions will not be answered over the telephone, but will be answered in an amendment to the solicitation posted on or about March 15, 2011. It is the responsibility of the offeror to monitor FedBizOpps for any amendments to the solicitation. All quotes and past performance surveys are due by noon EST on March 25, 2011. Quotes must be emailed to pierre.smith@usuhs.mil. The Government reserves the right to award without discussion. USUHS is located on a secure installation and base access will not be provided nor will anyone be able to meet offerors at the gate to accept quotes. Applicable Regulations: The following Federal Acquisition Regulation (FAR) and Department of Defense FAR Supplement provisions and clauses, which may be viewed at http://www.acquisition.gov/far/, may apply to this contract: 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.204-7, Central Contractor Registration (APR 2008) 52.212-1, Instructions to Offerors - Commercial Items 52.227-1, Authorization and Consent (DEC 2007) 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (DED 2007) 52.227-3, Patent Indemnity (APR 1984) 52.217-8, Option to Extend Services 52.217-9, Option to Extend Term of Contract 52.212-2, Evaluation - Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: oExperience oPast Performance oExperience oPrice 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2008) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). __ (7) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). __ (8) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (9) [Reserved] _X_ (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (11)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (12) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (13)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. _X_ (14) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (15) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (16)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (17) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (18) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (19) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). _X_ (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _X_ (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (24) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (25) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). _X_ (26) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). __ (27) 52.222-37, Employment Reports on Veterans, (Sep 2010) (38 U.S.C. 4212). __ (28) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (29) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (30)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (31) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (32)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). __ (34) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (35)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (36) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (37) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (38) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (39) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (40) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (41) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (43) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (44) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (45) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (46)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-1 Solicitation Provisions Incorporated by Reference: 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): ohttp://www.acqnet.gov/far/index.html ohttp://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.252-2Clauses 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): Fill-ins are as follows: owww.arnet.gov owww.acq.osd.mil 252.204-7004 Alternate A, Central Contractor Registration
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/11-M-T412/listing.html)
 
Place of Performance
Address: Uniformed Services University of the Health Sciences, 4301 Jones Bridge Rd., Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02386671-W 20110226/110224234316-d852c10c05c45c7670b2325606e0bb12 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.