Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2011 FBO #3556
SOLICITATION NOTICE

J -- PHARMACY 2000 MAINTENANCE

Notice Date
8/18/2011
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV11T0216
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
Valerie DeVeaux, (706) 787-8438
 
E-Mail Address
Southeast Regional Contracting Office
(valerie.deveaux@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation number W91YTV-11-T-0216 for purchase request GFEBS 0010047417 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. Size standard is $19.0M. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. Responses due date: ___SEPTEMBER 3, 2011____. The requirements of this solicitation are for Maintenance Service for Government owned Pharmacy 2000 Equipment Units for Winn Army Community Hospital, Fort Stewart, GA. Initial Performance Period: 1 October 2011 through 30 September 2012. This RFQ is issued Subject to Availability of Funds, FY12. Item No. 0001 Annual Maintenance on Pharmacy Workflow and Automated Medication Dispensing System, Pharmacy 2000/P2000 Base System Maintenance Hawks Troop Medical Clinic to include: M-CEA Fee/APS Component Exchanges (if applicable), M-Workstation Image, and M-Workstation Fill/Check Main. Services to be performed IAW OEM specifications for Parata Maintenance of equipment and Performed Work Statement (PWS). QTY: 12 Months; Unit Price: $___________ Total Amount: $____________ Item No. 0002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price: $_______________Total Amount: $___________ Place of Performance: Winn Army Community Hospital 1061 Harmon Ave Fort Stewart, GA 31314 UNITED STATES The following FAR and DFARS provisions and clauses apply to this solicitation: The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offeror - Commercial Items (JUNE 2008). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. The following stand alone discretionary FAR and DFARS provisions are necessary: 52.225-25 - Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010). 52.222-48 -Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibration, or repair of Certain Equipment Certification (FEB 2009). 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998). List websites 52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). The provision at 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following: 1. Evaluation Process. a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an "equal" item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the product offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. Price will be evaluated as to fair and reasonableness. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote as determined by the end user. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. solicitation to the responsible offeror whose offer conforming to the solicitation and 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision is applicable, a written submission is required. Offers are due by 3 September 2011, 4:00 PM, Eastern Standard Time. Submit offers via email to Valerie.DeVeaux@us.army.mil Contracting Office Address: Southern Region Contracting Office - East (SRCO-E) 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438 Additional Info: Southern Region Contracting Office - East Contracting Office Address: Southern Region Contracting Office - East, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650. 52.212-3 Offeror Representations and Certifications - Commercial Items (May 2011) 52.212-4 -- Contract Terms and Conditions - Commercial Items, applies to this acquisition (JUN 2010) and Addendum to 52.212-4--(u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. 52.204-9 -- Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or proposed for Debarment (DEC 2010). 52.222-3 -- Convict Labor (JUN 2003). 52.222-21-- Prohibition of Segregated Facilities (FEB 1999) (EEO). 52-222-26 -- Equal Opportunity (MAR 2007) (EEO). 52.222-36 -- Affirmative Action for Workers with Disabilities (OCT 2010). 52.222-50 -- Combat Trafficking in Persons (FEB 2009). 52.222-51 - Exemption From Application of The Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (NOV 2007). 52.223-5 - Pollution Prevention and Right-To-Know Information (MAY 2011) 52.223-18 - Contractor Policy to Ban Text Messaging While Driving (SEP 2010). 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008). 52.232-18 - Availability of Funds (APR 1984) (next FY) 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003). 52.233-3 - Protest After Award (AUG 1996). 52.233-4 - Applicable Law for Breach of Contract Claim (OCT 2004). 52.237-2 - Protection of Government Buildings, Equipment, And Vegetation (APR 1984). 52.237-3 - Continuity of Services (JAN 1991). 252.201-7000 - Contracting Officer's Representative (DEC 1991). 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (JAN 2009). 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (JAN 2009). 252.204-7000 - Disclosure of Information (DEC 1991). 252.204-7003 - Control of Government Personnel Work Product (APR 1992). 252.227-7015 - Technical Data-Commercial Items (MAR 2011). 252.227-7037 - Validation of Restrictive Markings on Technical Data (SEP 1999). 252.229-7000 - Invoices Exclusive of Taxes or Duties (JUN 1997). 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.232-7010 - Levies on Contract Payments (DEC 2006). 252.243-7002 - Requests for Equitable Adjustment (MAR 1998). 52.217-8 - Option to Extend Services (NOV 1999). 52.252-2 - Clauses Incorporated by Reference (FEB 1998) List websites 52.252-6 - Authorized Deviations in Clauses (APR 1984) 252.204-7008 - Export-Controlled Items (APR 2010). 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2011) (DEVIATION). INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. PERFORMANCE BASED WORK STATEMENT 1.0 GENERAL 1.1. This contract shall provide for maintenance services which include on site remedial repairs, emergency repairs and routine preventive maintenance services to the government owned equipment listed at TE-1. Maintenance services shall be accomplished five (5) days per week during normal duty hours 0730 to 1600 hours excluding legal public holidays. This equipment is located at, Hawks Pharmacy, Hawks Troop Medical Clinic, Bldg 412 Lindquist Road, Fort Stewart, GA. It shall include all systems, subsystems components, and assemblies which were part of the original system purchased. All subsequent maintenance provisions shall apply to hardware, firmware, and software as appropriate, unless otherwise stated. 1.2. Technical Exhibit-1 - Equipment List Nomenclature: Pharmacy Workflow and Automated Medication Dispensing System, Pharmacy 2000/P2000 Base System components include: Image Workstation, APS Component Exchanges, Cabinet, storage, medicine, computerized cabinet pharmaceutical. Manufacturer: PARATA Model Number: ACCUMED 1.3. BACKGROUND INFORMATION 1.3.1. The Contractor shall comply with Federal, State and local laws and regulations applicable to the performance of this contract. 1.3.2. The Contractor shall not accept any instructions issued by any person other than the Contracting Officer, or the Contracting Officer's Representative (COR) acting within the limits of their authority. 1.4. PERSONNEL 1.4.1. Program Manager: The Contractor shall provide, in writing, the name and phone number of a Program Manager within (10) ten calendar days of the award of the contract. The Program Manager shall be a qualified and experienced manager to oversee the personnel assigned to perform the maintenance services. The contractor's Program Manager shall correspond with the Contracting Officer's Representative (COR) on a regular basis to discuss any problems that the contractor or contractor's personnel may be experiencing during the performance of this contract. Unresolved problems shall be referred to the contracting officer for resolution. 1.4.2. Contractor Service Personnel (CSP): CSP shall be English speaking and required to show documentation of Original Equipment Manufacturer (OEM) Certification Training. All Subcontractors performing work for primary contractor shall meet all specifications and standards that apply to CSP under this agreement. CSP shall maintain clean and neat appearance and shall wear an identification badge at all times when performing services at the Government site. Identification badges shall be worn in a clearly visible area of the outer garment. The COR will furnish the badge. Due to conflict of interest, the contractor shall not employ a current DOD employee, military or civilian to provide services under this contract. 1.4.3. Government Point of Contact (POC). The COR will be the Government's POC. The COR will be designated in writing to the Contractor and the scope of authority shall be set forth therein. The Contractor shall respond only to calls from COR or a designated representative from the Medical Maintenance Branch. 1.5. PHYSICAL SECURITY 1.5.1. The Government will not be responsible in any way for damage to the Contractor's supplies, materials, equipment and property or to contractor's personnel personal belongings that are damaged or destroyed by fire, theft, accident or other disaster. 1.5.2. Contractor personnel or any representative of the contractor entering Fort Stewart shall abide by all security regulations and shall be subject to security checks. When entering post, contractor personnel must have vehicle registration, driver's license and proof of insurance. 1.6. QUALITY CONTROL - The contractor shall be responsible for ensuring that the quality of service and materials provided under this contract meet or exceed the Performance Work Statement. 1.7. QUALITY ASSURANCE - Upon completion of work, an acceptance inspection shall be conducted bythe COR and the equipment user to ensure all services are satisfactory and completed. 1.8. PERFORMANCE MEASURES 1.8.1. The Contractor shall maintain the equipment in an operational state 95% of the time with no more than 5% downtime within any thirty-day period. If downtime exceeds 5% during any thirty-day period due to negligent maintenance performed by the contractor, an amount of 10% of the unit price may be withheld from the next invoiced period. 1.8.2. Computation of the equipment downtime shall begin immediately upon equipment failure until the time the equipment is fully operational. The time allocated for performance of scheduled maintenance services shall not be included in the computation of equipment downtime. Equipment availability is calculated by subtracting the monthly sum of equipment downtime from the normal duty per month. Divide the result by the total hours per month. % Availability = (Total normal duty hours per month - downtime) * 100 Total normal duty hours per month 1.9. ACRONYMS AND DEFINITIONS 1.9.1. Contracting Officer (CO). A person duly appointed with the authority to enter into and administer contracts on behalf of the U.S. Government. 1.9.2. Contracting Officer's Representative (COR). A Government employee selected and designated in writing by the KO to act as their authorized representative in administering a contract. The Government POC or their designated representative at the equipment work site has the authority to request services and performance of the contractor against his contract. 1.9.3. Winn Army Community Hospital, Ft Stewart, GA (WACH, FTSGA) 1.9.4. Protected Health Information (PHI). 1.9.5. Health Insurance Portability and Accountability Act (HIPPA). IAW DOD 6025.18R "Department of Defense Health Information Privacy Regulation" 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 Contractor agrees to abide by all applicable HIPAA Privacy and Security requirements regarding health information as defined in this clause, and DOD 6025.18R, as amended. Additional requirements shall be addressed when implemented. 1.9.6. Contractor Service Personnel (CSP). (1) A person who is authorized by the Contractor to perform maintenance (corrective and/or preventive) services on the equipment specified. These personnel must be fully qualified. (2) Successfully completed a formalized training program, for the equipment specified. (3) Has a minimum of two year experience, with respect to scheduled and remedial maintenance on the equipment listed at TE-1. 1.9.7. Preventive Maintenance (PM). Maintaining equipment in a satisfactory operating condition in accordance with the manufacturer's standards and specifications by providing systematic inspection, detection, and correction of incipient failures either before they occur or before they develop into major defects. For purposes of this contract, it includes the installation of any manufacturer's Field Modification Instructions (FMI) kits applicable to this unit. 1.9.8. Downtime: Anytime during the MTF's normal patient schedule day when the equipment is not operable due to breakdown, under repair, or fails to perform according to specifications, and is deemed unsafe for patient care. Downtime for remedial repairs is calculated from the time the service is requested by the Government, until the CSP verifies acceptance of work completed with the COR. The time accrued as downtime shall only be during those hours identified below as normal duty hours. Scheduled routine preventive maintenance and calibrations shall not be considered downtime. Also, minor failures with ancillary components which do not affect system availability shall not be considered in determining downtime. 1.9.9. Response Time: The Contractor shall be responsible for providing telephonic technical assistance within two (2) hours of notification of the equipment failure. If the assistance provided does not correct the equipment failure/problems the contractor's technical representative shall be on site to initiate corrective action within 24 hours or the following normal duty day. 1.9.10. Remedial/Routine Repair: An action required due to a malfunction, minor or major. The service includes inspection, testing/troubleshooting and all actions necessary to return the item to a fully serviceable state. Included are those calibrations and test which are incidental to a repair action. 1.9.11. Replacement Part: A component or module of the existing system or approved upgraded/modified system requiring replacement through a fault developed through normal use or normal wear and tear. Replacement parts do not include consumable supplies. 1.9.12. Scheduled Services: Those services routinely performed on a scheduled basis at set intervals. Three categories of scheduled services are preventive maintenance, calibration, and safety testing. Preventive maintenance shall include, but need not be limited to, the following when applicable: (1) Cleaning of equipment. (2) Reviewing the operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications. (3) Calibrating and lubricating the equipment. (4) Performing remedial maintenance of non-emergent nature. (5) Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. (6) Inspecting all high voltage cables and bushings and replacement of dielectric as necessary. (7) Measuring and adjusting and calibrating as necessary for optimal image quality. (8) Inspecting and replacing where indicated, electric wiring and cables for wear and fraying. (9) Returning equipment to the operating condition. (10) Providing documentation of services performed. 1.9.13. Service Completion Date: The date and hour the COR accepts the work as completed and signs the Contractor's service report. 1.9.14. Normal Duty Day. From 7:30am - 4:00pm, Monday through Friday, excluding the legal public holidays. Legal Public Holiday. Holidays in each calendar year identified as follows: New Year's Day, January 1 Martin Luther King's Birthday, 3rd Monday in January Washington's Birthday, 3rd Monday in February Memorial Day, last Monday in May Independence Day, July 4 Labor Day, 1st Monday in September Columbus Day, 2nd Monday in October Veterans Day, November 11 Thanksgiving Day, 4th Thursday in November Christmas Day, December 25 Those holidays falling on a Saturday will be observed on the preceding Friday. Those falling on Sunday will be observed on the following Monday. 1.9.15. Weekend: The period beginning at 5:00 pm on Friday and ending at 7:30 am the following Monday. 1.10. GOVERNMENT FURNISHED PROPERTY, MATERIALS AND SERVICES 1.10.1. The Government certifies that the equipment to be maintained under this contract shall 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 the need for remedial maintenance. The Contractor agrees to leave the equipment in good operating condition at the expiration of this contract. The Contractor shall be obligated to perform any work under this contract to accomplish this. During the final week of this contract, a final inspection of the equipment shall be made by the Government. Any correction of deficiencies noted at that inspection will represent the final requirement to be performed by the Contractor under this contract. Government and Contractor representatives at each site shall perform a pre-maintenance inspection at the onset of the contract. Any equipment found to be inoperable during this joint pre-maintenance inspection will be repaired using a separate purchase instrument. 1.10.2. Government property and materials made available to the Contractor under the terms of this contract shall be for use only in the performance of this contract. 1.10.3. The Government will make available to the Contractor the equipment scheduled for servicing at such time and duration as required by the Contractor and coordinated with the COR. 1.10.4. The Government will furnish expendable supplies (i.e., film, chemicals) consumed during normal procedural sequence and necessary for the completion of the required maintenance services. Expendable supplies will only be provided for work accomplished at the Government site. 1.10.5. The Government will provide the Contractor with all Government forms and make available all Government publications referenced in this contract when not normally available to the public or the Contractor. 1.10.6. 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. 1.10.7. The Government will operate the system in accordance with the instruction manual provided by the OEM. 1.10.8. The Government will not be responsible for 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. 1.11. CONTRACTOR FURNISHED PROPERTY AND MATERIAL 1.11.1. Only the material referenced in section 1.10 above will be furnished by the Government. All other material required in the performance of this contract shall be furnished by the Contractor. 1.11.2. 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. 1.11.3. Replacement Parts. (1) The Contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with the existing system. (2) The Contractor shall replace all worn or defective parts necessary to restore the equipment to the original operational condition as specified by the OEM. (3) Contractor installed replacement parts shall become the property of the Government and the replaced malfunctioning part shall become the property of the Contractor. (4) 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. (5) The Contractor shall use only new or warranted replacement parts where the quality is equal to or better than the OEM's original part. When discrepancies occur, the Government will make the final determination on whether a replacement part is of equal or better quality. (6) The Contractor must include software revisions and upgrades (field service changes) which are required due to a manufacturer announced safety - hazard and FDA recall as part of the contract at no additional cost to the Government. 1.12. SPECIFIC TASKS 1.12.1. On-site Repair/Preventive Maintenance Inspections: The Government and the contractor shall exchange hazard communication information before the commencement of any services. The contractor shall comply with all pertinent OSHA, National Fire Protection Association (NFPA) and Joint Commission (JC) requirements and standards in performing maintenance services. When CSP are performing services within the Medical Treatment Facility they shall comply with the fire evacuation plan. 1.12.2. Equipment Modification/Alteration/Upgrades: The Contractor shall perform only Original Equipment Manufacturer (OEM) specified modifications, alterations and upgrades. Approval shall be obtained from the COR prior to the installation of any modification, alteration or upgrade. Minor or routine OEM Software upgrades shall be made known to the COR by the Contractor as they are made available by the manufacturer and implementation shall be coordinated with the COR. 1.12.3. Vehicle operation: CSP operating motor vehicles on federal property will possess an operator's license for the category of vehicle being operated and auto insurance as required by regulations/laws governing said federal property. CSP will park in the appropriately designated parking areas as determined by the COR. The Government will not invalidate or make reimbursement for parking violations of the Contractor under any condition. 1.12.4. Documentation of Services: Contractor's representative, upon completion of any calibration, will affix and/or update Medical Equipment Verification/Certification Label DD Form 2163. Forms will be provided by the Medical Maintenance Branch upon request. Upon completion of services, a written service report shall be provided to the COR or the On-Call Technician. The service report shall provide detailed information regarding the service provided, the cause of equipment malfunctions and corrective action taken to include the time required to complete the work, price of labor (hourly rate) and a list of parts replaced with a price for each part. In the event all information is not available to the contractor's representative when the services are performed, the initial service report shall include all information stated above except price. The Contractor shall provide the balance of the required information in writing to the COR, Pharmacy Department, Bldg. 302 Winn Army Community Hospital, Ft Stewart, GA, 31314-5611, within five business days. 1.13. Contractor Responsibility. 1.13.1. The Contractor shall ensure all areas where equipment is serviced on site are left in a clean, neat, safe, and orderly condition. To prevent safety hazards, no equipment shall be left pulled out or apart upon Contractor departure from the work site. Equipment being repaired shall be safely secured at all times. 1.13.2. The Contractor shall not be responsible for service required due to Government misuse or abuse, or damage to the system or its components when it has been determined that the damage resulted from an act of God. The Contractor has four hours to make this determination and submit it to the COR for resolution. 1.14. Scheduled Services. 1.14.1. The Contractor shall, at a minimum, perform all scheduled services as prescribed by the OEM using a detailed services checklist. The completed checklist shall be provided to the Government with the Contractor's service report. 1.14.2. The Contractor shall confirm scheduled dates with the COR at least five working days prior to performing scheduled services. 1.15. Remedial Repairs. 1.15.1. Government requests for remedial repairs will be placed by the COR to the Contractor's POC. 1.15.2. The Contractor's response to requests for remedial repairs shall include telephone consultation between the equipment user/operator and the CSP. The purpose of this telephone consultation shall be: 1) to 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 CSP; and 4) to identify replacement parts likely to be required in order to return the equipment to the original operational condition as specified by the OEM. 1.15.3. The Contractor shall provide service manuals, specifications, schematic diagrams, and parts lists for all equipment included in this contract. 1.16. Removal of Government Property. 1.16.1. Only equipment requiring major disassembly, major overhaul, or repair by replacement shall normally be removed from the Government site. 1.16.2. Whenever the repair of equipment cannot be performed at the Government site as determined by the Contractor, the Contractor shall notify the COR. who will make arrangements for the Contractor to remove the item to the Contractor's designated site. The Contractor shall be required to sign a Government form accepting responsibility for the Government equipment. 1.16.3. 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. 1.17. Service beyond the Scope of the Contract. 1.17.1. The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the COR (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. 1.17.2. At the same time of the notification, the Contractor shall furnish the COR with a 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 instrument. 2.0 BUSINESS TO BUSINESS (B2B) GENERAL SECURITY REQUIREMENTS. 2.1. General Security Requirements. The Contractor shall establish appropriate administrative, technical, and physical safeguards to protect any and all Government data, to ensure the confidentiality, integrity, and availability of government data. As a minimum, this shall include provisions for personnel security, electronic security and physical security as listed in the sections that follow. 2.2. Personnel Security. 2.2.1. The contractor shall comply with DoD Directive 8500.1, "Information Assurance (IA)," DoD Instruction 8500.2, "Information Assurance (IA) Implementation," DoD Directive 5400.11, "DoD Privacy Program," DoD 6025.18-R, "DoD Health Information Privacy Regulation," DoD 5200.2-R, "Personnel Security Program Requirements." AR25-1, "Army Knowledge Management and Information Technology", AR25-2 "Information Assurance." and local regulations as deemed appropriate by the activity Information Assurance personnel. 3.0 PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION (PHI) INTRODUCTION 3.1. Contractor's Responsibilities: 3.1.1. The Contractor agrees to not use or further disclose Protected Health Information other than as permitted or required by the Contract or as Required by Law. 3.1.2. The Contractor agrees to use appropriate safeguards to prevent use or disclosure of the Protected Health Information other than as provided for by this Contract. 3.1.3. The Contractor 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. 3.1.4. The Contractor agrees to mitigate, to the extent practicable, any harmful effect that is known to the Contractor of a use or disclosure of Protected Health Information by the Contractor in violation of the requirements of this Contract. 3.1.5. The Contractor agrees to report to the Government any security incident involving protected health information of which it becomes aware. 3.1.6. The Contractor agrees to report to the Government any use or disclosure of the Protected Health Information not provided for by this Contract of which the Contractor becomes aware of. 3.2. Obligations of the Government 3.2.1. Provisions for the Government to Inform the Contractor of Privacy Practices and Restrictions 4.0 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) The following minimum Quality Assurance Surveillance Plan applies. The Government may modify inspection methods in accordance with site specific requirements. PERFORMANCE OBJECTIVEPERFORMANCE STANDARDREF PWSMETHOD OF ASSESSMENT Provide a written report upon completion of serviceComply initially and as required 100% of the time.1.12.4COR Review Affix update DD Form 2163Comply initially and as required 100% of the time.1.12.4COR Maintain Log Equipment Maintenance Manufacturer specificationsMaintain in an operational state 95%, no less than 5% downtime1.8.2COR Review STANDARD MEASUREMENT PAST PERFORMANCE ASSESSMENT 99% to 100% Excellent Document Past Performance 96% to 98% Very Good Assessment Report, paying 95% Satisfactory particular attention to 91% to 94% Marginal performance that exceeds 90% or Less Unsatisfactory the standard
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV11T0216/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02539658-W 20110820/110818235313-122c8666e3838655771db5be7ef7bcf8 (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.