Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
MODIFICATION

R -- Credentialed Forensic Anthropologist Services

Notice Date
12/1/2011
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060412T3012
 
Response Due
12/7/2011
 
Archive Date
12/22/2011
 
Point of Contact
Nelson Uehara 808-473-7681 Nelson Uehara
 
E-Mail Address
.uehara@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT (PWS) COMMANDER JOINT POW/MIA ACCOUNTING COMMAND (JPAC) PURCHASE SERVICES OF CREDENTIALED FORENSIC ANTHROPOLOGISTS 1.0BACKGROUND In December 1985, the Secretary of the Army invited a team of forensic specialists from outside of DOD to conduct an in-depth review/audit of the US Army Central identification Laboratory, Hawaii (CILHI). One major recommendation made by the review team was to hire external, senior forensic scientists to analyze and review identification recommendations made by CILHI (now JPAC). 2.0SCOPE OF WORK/OBJECTIVE Contractor will be a senior forensic anthropology scientist with expertise in race/ethnicity using non-metric traits, skeletal pathology, and facial reconstruction. The contractor shall be able to analyze and review identification recommendations made by the Joint POW/MIA Accounting command (JPAC) Central Identification Laboratory (CIL). The contractor shall serve as an advisor to the JPAC-CIL Scientific Director for matters involving forensic anthropology. The contractor shall hold impressive credentials and actively participate in appropriate professional organizations with at least 14 years or more experience and possess working knowledge of Government/JPAC policy/protocol. The intent of the contract is to provide forensic consultation to the senior scientists at JPAC concerning recommended identification of remains. The contractor will review cases by either information forwarded to them at their office/site (address) or on site at JPAC, and provide advice to the CIL as to the completeness, accuracy and appropriateness of the recommended identification. 3.0PERFORMANCE REQUIREMENTS 3.1 Contractor shall provide services involving forensic anthropology. In addition the contractor will provide the following services: a.Analyze and check proposed identification of remains, including DNA of skeletal remains. b.Analyze and review scientific methods used in ascertaining proposed identification, including DNA of skeletal remains. c. Shall be available within 72 hours notice to review cases involving the identification of remains processed at JPAC. d. Periodically travel to JPAC, given five days advance notice, and perform on site evaluation of facilities and audits of forensic procedures of cases in progress. Trips will not exceed four visits per year. Contracts may be modified, as appropriate to add consulting visits as needed. e. Will discuss/provide status on cases only to JPAC. f. Employment by the US Government may restrict or limit private employment and business activities if they involve matters in which the United States is a party or has direct and substantial interest. 3.2 Travel: There is travel associated with this PWS. The Government will provide invitational travel orders to cover travel and per diem costs in accordance with Federal Acquisition Regulations (FAR) and Joint Travel Regulation (JTR) when the contractor is required to provide services on location at JPAC. On site visits will be based on two days of travel and three days of consultation. 3.3 Service Delivery Summary: Performance RequirementPWS ParagraphNotesPerformance Threshold 1. Senior forensic scientist will analyze & review identification recommendations made by JPAC CIL & serve as advisor to JPAC CIL Scientific Director in all locations specified in 2.0 above.Paragraph 3.1100% delivery and compliance. 2. Written reports and verbal advice will be provided. Reports will be definitive & clearly state consultant ™s opinion of proposed identification. Paragraph 3.1100% delivery and compliance. 4.0QUALITY ASSURANCE The Contractor is responsible for implementing and maintaining a Quality Control Program (QCP) to ensure that the work performed meets or exceeds contract requirements and results in the correction of potential and actual problems. The QCP shall be implemented on the first day of contract performance what will be reviewed and will outline actions to be taken by the Contractor, should review(s) and/or inspections identify areas requiring remedial action. 5.0GOVERNMENT FURNISHED PROPERTY AND SERVICES 5.1 General: None provided. 5.2 Records, Files, Documents, and Work Papers: All records, files, documents, artifacts, remains, work papers, books, journals or any additional information used in the review, analysis and identification recommendation is the property of JPAC and will be relinquished back to the JPAC CIL upon completion of consultation. NOTE: Propriety Information: Publications resulting from any casework shall be coordinated and approved by both parties. Publications and presentations by one party will include acknowledgement of the other party. 6.0CONTRACTOR QUALIFICATIONS/REQUIREMENTS 6.1 The contractor/consultant must be board certified through the American Board of Forensic Anthropology or the American Board of Forensic Odontology. The contractor must have held a position on a Professional Board/Organization. Examples are the Scientific Working Group of Anthropologist (SWGANTH), American Board of Forensic Anthropologists, American Board of Forensic Odontologists, American Academy of Forensic Sciences (either at the section level or academy level) or another professionally recognized organization. The contractor must have demonstrated the ability to read, interpret, and understand military personnel, dental and medical records, military mortuary affairs documentation, military message traffic, and individual deceased personnel files (IDPF). The contractor must have demonstrated the ability to read, interpret, and understand radiographs and other medical imagery. The contractor shall have an in-depth knowledge accreditation criteria from the American Society of Crime Laboratory Directors ”Laboratory Accreditation Board (ASCLD-LAB) or equivalent agency, and an understanding of accreditation principles and processes. The contractor shall be knowledgeable in forensic Laboratory Quality Assurance Practices and CIL Standard Operating Procedures as they pertain to writing, reviewing, and amending analytical notes (including images), and test reports. Additionally, the contractor must be nationally or internationally prominent, and have the requisite leadership, experience and expertise to serve as a consultant. Contractor must also have an in-depth technical and historical knowledge of DoD and JPAC policies and procedures concerning POW/MIA forensic identification casework. The contractor utilized under this contract must be approved by the JPAC prior to performing services. The Government retains the right to request the services of a particular contractor when deemed essential to obtaining the level of expertise required for each specific task. 6.2 Security Requirements: Contractor shall be a US citizen. Use of foreign personnel is prohibited under this PWS. JPAC will provide a security briefing to all Contractor personnel prior to commencement of the work. The Contractor shall provide a pictured ID for identification purposes. Contractor/consultant must wear the badge (access) provided by JPAC CIL while on-site at all times. 6.2.1 The TPOC will provide the Contractor with an escort during the period of work performed if required. The Contractor shall coordinate with the TPOC all arrangements for conducting on-site work when required, until project completion. 7.0PERSONNEL 7.1 The Contractor will be qualified to perform all work specified within this contract or modification if and when required. 7.2 JPAC Policies on Contractor/Consultants: 7.2.1 When performing work associated with this PWS, Contractor personnel will make clear to all individuals they deal with that they are Contractor employees and not DOD employees. 7.2.2 Contractor personnel may not manage, supervise, or task DOD civilian employees or military personnel while performing the tasks within this PWS. 7.2.3 Contractor employees performing services shall be required to comply with all JPAC and installation rules and regulations applicable to conduct, safety, security, and procedures governing site entry and exit. 7.2.4 Contractors shall not establish an employee-employer relationship with JPAC under this PWS. Contractors shall not provide personal services to JPAC under this PWS. If Contractor employees are directed by any government employee at anytime to perform services not covered under this contract, the Contractor shall immediately notify the TPOC. 7.2.5 JPAC can assist Contractor personnel with base access for 5 days or less. For base access passes longer than 5 days, Contractor may be required to submit personnel background checks to Hickam Security, using Precisehire.com. Note the Hickam review time for process may take up to one month. JPAC J2 will assist contractor/consultant with this process prior to travel if necessary. 7.3Federal Holidays: New Year ™s Day 1st of January Dr. Martin Luther King ™s Birthday3rd Monday in January President ™s Day3rd Monday in February Memorial Day5th Monday in May Independence Day4th of July Labor Day1st Monday in September Columbus Day2nd Monday in October Veteran ™s Day11th of November Thanksgiving Day4th Thursday in November Christmas Day25th of December If the federal holiday falls on a Saturday, the holiday is observed on the proceeding Friday. If the federal holiday falls on a Sunday, the holiday is observed on the following Monday. 7.4Hours of Operation: Normal hours of operation are 8 AM “ 4 PM, Monday through Friday and exclude Federal Holiday. Deviations from the hours specified above may be requested by the Contractor and submitted to the TPOC. The Contractor shall give an advance notice of the deviation of hours to the TPOC at least five (5) business days in advance of proposed change. 7.5Place of Performance: Contractor ™s place of business, accept when required to travel to JPAC Headquarters, CIL, 310 Worchester Avenue, Building45, Joint Base Pearl Harbor - Hickam, Honolulu Hawaii 96853-5530. 7.6Period of Performance: Base Period15 December 2011 to 14 December 2012 Option 115 December 2012 to 14 December 2013 Option 215 December 2013 to 14 December 2014 8.0TECHNICAL POINT OF CONTACT: Vince Sava, 808-448-1746, Email: Vince.Sava@JPAC.PACOM.MIL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3012/listing.html)
 
Record
SN02631402-W 20111203/111201234259-ac7f56595f742d1d032c2086211d4c79 (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.