Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOLICITATION NOTICE

Q -- Infection Prevention Clinical Nurse - F2P4MD3129AG03

Notice Date
8/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of the Air Force, United States Air Force Installation Contracting Agencies - Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F2P4MD3129AG03
 
Archive Date
9/24/2013
 
Point of Contact
Claire Hammond, Phone: 011441638522407, Darian L. Vomund, Phone: 001441638522398
 
E-Mail Address
claire.hammond@lakenheath.af.mil, darian.vomund.1@us.af.mil
(claire.hammond@lakenheath.af.mil, darian.vomund.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combo for F2P4MD3129AG03 General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: F2P4MD3129AG03 Posted Date: 08 August 2013 Original Response Date: 09 Sep 2013/12:00PM EST or 5:00PM GMT Current Response Date: 09 Sep 2013/12:00PM EST or 5:00PM GMT Classification Code: Q401 - Nursing Services Set Aside: N/A NAICS Code: 621399 Offices of All Other Miscellaneous Health Practitioners Contracting Office Address Department of the Air Force, Air Force United States Air Force Europe, 48 CONS/LGCA- Lakenheath, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270 Description Infection Prevention Clinical Nurse I. 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 and issued as a Request for Quote (RFQ); quotes are being requested and a written solicitation will not be issued. II. This solicitation is issued as a request for quotation (RFQ) IAW FAR Part 12, 13 and 15. Submit written quotes (to include a price quote for ALL items) on RFQ reference F2P4MD3129AG03. III. This solicitation document and incorporated provisions and clauses are those in effect through Fed Acquisition Circular 2005-68. IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 621399. V. List of line items required to include pricing for one base year and two option years: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 0001 1960 Hours ___________ Infection Prevention Clinical Nurse Services FFP Infection Prevention Clinical Nurse Services Base Year - from 1 Oct 2013 to 30 Sep 2014. NET AMT CLIN 0001 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 1001 1960 Hours ___________ Infection Prevention Clinical Nurse Services FFP Infection Prevention Clinical Nurse Services Option Year 1 - from 1 Oct 2014 to 30 Sep 2015. NET AMT CLIN 1001 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 2001 1960 Hours ___________ Infection Prevention Clinical Nurse Services FFP Infection Prevention Clinical Nurse Services Option Year 2 - from 1 Oct 2015 to 30 Sep 2016. NET AMT CLIN 1001 TOTAL ALL CLINS (BASE + OPTION 1) _________________ VI. This combined synopsis/solicitation is for Infection Prevention Clinical Nurse Services, RAF Lakenheath, England. VII. Delivery FOB Destination to: 48 MDG BUILDING 930 RAF LAKENHEATH SUFFOLK IP27 9PN UNITED KINGDOM VIII. FAR 52.212-1, Instructions to Vendors - Commercial Items (Jun 2008), and the attached addendum applies to this acquisition. Please see the addendum below. IX. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. Alternatively, as prescribed in FAR 12.301(c), a provision substantially the same as 52.212-2 has been incorporated into the attached addendum. X. FAR 52.212-3, Vendor Representations and Certifications Commercial Items, applies to this acquisition. The vendor must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Vendor Representations and Certifications -- Commercial Items (Jun 2008). The web site address is https://orca.bpn.gov/ XI. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2008), applies to this acquisition. XII. Reserved XIII. The following provisions and clauses are also applicable to this acquisition: FAR 52.202-1, Definitions, 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.209-5, Certification Regarding Responsibility Matters; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.215-1, Instructions to Vendors - Competitive Acquisitions; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.222-29, Notification of Visa Denial; 52.222-50 Combating Trafficking in Persons; 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.225-17, Evaluation of Foreign Currency Offers; 52.232-18, Availability of Funds; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.232-33, Payment by Electronic Funds Transfer (EFT) - CCR; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; 252.204-7008, Export-Controlled Items; 252.222-7002, Compliance with Local Labor Laws (Overseas); 252.225-7033, Waiver of United Kingdom Levies; 252.225-7042, Authorization to Perform; 252.229-7000, Invoices Exclusive of Taxes or Duties; 252.229-7006, Value Added Tax Exclusion (United Kingdom); 252.229-7008, Relief from Import Duty (United Kingdom); 252.232-7003, Electronic Submission of Payment Requests; 252.232-7010, Levies on Contract Payments; 252.233-7001, Choice of Law (Overseas) XIV. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. XV. Quotes are due no later than 12:00 pm EST, Eastern Standard or 5:00 pm GMT, Greenwich Mean Time, Monday, Sep 09, 2013, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; technical specifications; statement that ORCA has been completed IAW Para X. above or completion of the provision 52.212-3. Quotes shall be delivered via email to: claire.hammond.gb@us.af.mil XVI. If there are any questions on the requirement, please contact the individuals below: Claire Hammond, Contract Specialist Phone (011) (44) 1638 522407 Email claire.hammond.gb@us.af.mil Darian Vomund, Contracting Officer Phone (011) (44) 1638 521164 Email darian.vomund.1@us.af.mil INFORMATIONAL SOLICITATION GUIDANCE: It is important that your company read, understand and submits a proposal that is current, accurate and complete. The list below includes but is not limited to vital information that must be acknowledged as well submitted with your proposal. - This is a Firm Fixed Price Contract and No Conditional Proposals will be accepted, FAR 16.202-1 FAR 15.101-2, solicitation addendum 52.212-1 pages 9-11 and addendum 52.212-2 pages 13-15 - Ensure you submit prices for the Basic year and Option years pages - Ensure you submit all of the required information for all the factors and sub-factors, addendum 52.212-1 and addendum 52.212-2 solicitation pages 9-15 -Education Requirements-Experience-Certifications & Licensure. FAR 52.212-3, Vendor Representations and Certifications Commercial Items, applies to this acquisition. The vendor must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Vendor Representations and Certifications -- Commercial Items (Jun 2008). The web site address is https://orca.bpn.gov/ - Late proposals will NOT be accepted see, FAR 15.208-b(1), solicitation pages 5-6 In accordance with FAR 12.602(b) and FAR 13.106-2, the following is provided: 52.212-1 Instructions to Vendors -- Commercial Items (Feb 2012) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code is listed on page 1 of this combo. The small business size standard for this acquisition does not apply. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the vendor; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the vendor shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The vendor agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Vendors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Vendors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an vendor or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with vendors. Therefore, the vendor's initial offer should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the vendor qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the vendor specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST ( http://assist.daps.dla.mil ). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ ) (iii) ASSISTdocs.com ( http://assistdocs.com ). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The vendor shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the vendor's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the vendor to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the vendor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An vendor within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. A vendor located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The vendor should indicate that it is a vendor for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the vendor acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Vendor does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Vendor. Vendors may obtain information on registration and annual confirmation requirements via the CCR database accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting vendors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed vendor's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed vendor and past performance information on the debriefed vendor. (3) The overall ranking of all vendors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful vendor. (6) Reasonable responses to relevant questions posed by the debriefed vendor as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) ADDENDUM TO 52.212-1 -- Instructions to Vendors -- Commercial Items (Jun 2008) A. This acquisition is being conducted under FAR Part 13, Simplified Acquisition Procedures. To assure timely and equitable evaluation of the quote, the vendor must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. All quotes must be based upon Firm Fixed Prices (FFP), FAR 16.202-1. The response shall consist of two (2) separate factors; Factor I - Technical Quote (Sub-Factor 1 - Education, Sub-Factor 2 - Certifications and Licensure, Sub-Factor 3 - Experience), and Factor II - Price Quote. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial quotations, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists vendors may be required to submit uncertified cost or pricing data to support a determination of price reasonableness. C. Complete the necessary fill-ins and certifications in provisions/clauses. The provisions/clauses FAR 52.212-3, 52.209-5, and credentialing attachments shall be returned along with the quote. Staffing agencies may submit up to three (3) candidates for this quote. Potential contractors submitting conditional terms within their quotes will be considered unacceptable and may be excluded from the competition. Note: Please provide any previous names used i.e. maiden or previous married name if different on any submitted documents. D. Specific Instructions: FACTOR I - TECHNICAL QUOTE - Limited to no more than 30 pages to include any attachments. Any additional pages may not be evaluated or considered as part of the quote. Any attachments provided by the Contracting Office in this solicitation do not count toward the limit. Submit original copy and two (2) copies (if submitting a hardcopy quote) Sub-Factor 1 - Education - Vendor to submit a legible copy of the certificate from the awarding body showing completion of a Baccalaureate of Science in Nursing or a Masters in Public Health that is acceptable to the USAF Surgeon General Sub-Factor 2 - Certifications and Licensure - Vendor to submit a legible copy of an active, valid, current, and unrestricted license (with no limitations, stipulations or pending adverse actions) to practice nursing as a registered nurse by a US state/jurisdiction. Ensure the licenses is unencumbered and remain in effect during contract employment. The RN shall be in good standing, and under no clinical restrictions, with the state licensure board in any state in which a license is held or has been held within the last 10 years. These certifications and licenses must be current. Sub-Factor 3 - Experience - Vendor to submit documentation of experience showing at least 5 years of recent active clinical practice. 1. List of experience in military healthcare delivery system practices 2. A list of prior work references ( no more than 2, include email addresses if available) 3. Location of prior work experience related to this requirements 4. Dates to include duration of employment at listed location 5. Job duties performed FACTOR II - PRICE QUOTE - Submit original copy (a) Provide Discount Terms, Vendor Complete Address, Name, Date and Signature. Submit aforementioned information on company letterhead. Complete Line Item cost breakouts on the pricing schedule. In doing so, the vendor accedes to the contract terms and conditions as written in the SOLICITATION, with attachments. (b) Insert proposed unit and extended prices in the Solicitation Contract Line Item Number (CLIN) Pricing Schedule. In the Solicitation CLIN Pricing Schedule the extended amount (total line item price) must equal the individual unit price multiplied by the quantity of units. The quote must be submitted for all 3 years (base plus two option years). E. Documents submitted in response to this RFP must be fully responsive to and consistent with the following: (1) Requirements of the RFP and government standards and regulations pertaining to the PWS. (2) Evaluation Factors for Award in provision 52.212-2, Evaluation-Commercial Items. (3) Any limitation on the number of quote pages. Pages exceeding the page limitations set forth in this solicitation provision will not be read or evaluated, and will be removed from the quote. F. Format for quote Factors I and II shall be as follows: (1) The quotes will be 8 1/2" x 11" paper, or European equivalent, except for fold-outs used for charts, tables, or diagrams, which may not exceed 11" x 17", or European equivalent. (2) A page is defined as one face of a sheet of paper containing information. (3) Typing shall not be less than 12 pitch. (4) Elaborate formats, bindings or color presentations are not desired or required. G. Further changes to the original clause 52.212-1. (1) Paragraph 52.212-1(c), Period for Acceptance of Offers is tailored as follows: The vendor agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. (2) Paragraphs 52.212-1(d) and 52.212-1(h) do not apply to this acquisition. (3) Paragraph 52.212-1(l) (2) is tailored as follows: The overall evaluated cost or price and other factor ratings of the successful and the debriefed vendor, and details of past performance information on the debriefed vendor. General Information INFORMATION REGARDING SUBMISSION OF QUOTE: The preferred method is electronic submission via e-mail. Hand carried quotes must be delivered to the contracting office at Building 977, 1st Floor, RAF Lakenheath, United Kingdom, IP27 9PN. The sealed envelope or package used to submit your quote must show the time and date specified for receipt, the Solicitation Number, and the name and address of the vendor. Vendors are cautioned that RAF Lakenheath has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING QUOTES. Vendors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. Late quotes will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." Vendors are encouraged to submit their quote electronically to: darian.vomund.1@us.af.mil and claire.hammond.gb@us.af.mil. It is the vendor's responsibility to ensure the quote is sent to the correct Government email address. Please note that our email system has a 10 MB limit for attachments. Vendors may send their quote using multiple emails and it is advised that number systems such as "email 1 of 4" are used so that if requested by the vendor, we can confirm receipt. The requirements for multiple copies do not apply to electronically submitted quotes. Quotes may also be mailed to: 48 Contracting Squadron Unit 5070 Box 270 APO, AE 09461 Or 48 Contracting Squadron Bldg. 977, Boston Dr. RAF Lakenheath, Bandon, Suffolk IP27 9PN (End of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. All quotes must be based upon Firm Fixed Prices (FFP), FAR 16.202-1. The following factors shall be used to evaluate offers: FACTOR I - TECHNICAL QUOTE Sub-Factor 1 - Education Sub-Factor 2 - Certifications and licensure Sub-Factor 3 - Experience FACTOR II - PRICE QUOTE (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are not priced out or significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDUM TO 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) BASIS FOR CONTRACT AWARD: The award will be made to the vendor whose quote represents the best value to the government. As allowed by FAR 13-106-2(b) and 15.101-2, the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive that reflects a complete understanding of the Performance Work Statement (PWS) and represents the best value to the Government based on selection of the technically acceptable quote with the lowest evaluated price for non-cost factors. To be eligible for award, a quote must meet all technical requirements, conform to all required terms and conditions, and provide all information required. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Under the LPTA source selection process, trade-offs are not permitted, quotes are evaluated for acceptability but not ranked using the non-cost/price factors, and exchanges with vendors may occur. If the quote received is determined to be unacceptable, the vendor may be excluded from competition and may not be considered for award. A. EVALUATION FACTORS FOR AWARD: Two (2) evaluation factors will be used to evaluate quotes: Technical Capability and Price. FACTOR I - TECHNICAL QUOTE Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum qualification requirements of the solicitation. All factors and sub-factors have passed the evaluation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. Each sub-factor must pass the evaluation in order for the technical factor to pass. Failure to address any sub-factor will deem a quote as technically unacceptable. The government will evaluate the technical quote and the below listed sub-factors on a pass/fail basis, assigning ratings of acceptable or unacceptable. An unacceptable rating for any of the below sub-factors will result in an unacceptable rating of this Technical Capability primary factor. Accordingly, under the LPTA source selection approach, vendors who receive an unacceptable rating for this factor may not be considered for award. If any single area receives a rating of unacceptable, the entire plan will be rated as Unacceptable. Technical acceptability will be evaluated against the following sub-factors: Sub-Factor 1 - Education - This subfactor is met when a vendor thoroughly, completely, and accurately submits a legible copy of the provider's Baccalaureate of Science in Nursing or a Masters in Public Health certificate that is acceptable to the USAF Surgeon. The degree/diploma will be verified by the 48th Medical Group to ensure the name matches the applicant and the schoolis accredited. Currency and validity of license status is verified through the issuing authority's official license verification website or telephone verification service Sub-Factor 2 - Certifications and Licensure - This subfactor is met when a vendor thoroughly, completely, and accurately submits all of the following criteria listed in this subfactor. 1. An active, valid, current, and unrestricted license (with no limitations, stipulations or pending adverse actions) to practice nursing as a registered nurse by a US state/jurisdiction. Ensure the licenses are unencumbered and remain in effect during contract employment. Nursing license shall comply with all factors as described in Para 4.2 of the Performance Work Statement (PWS). License will be verified by the state licensing board website for the state the license it was issued from to ensure it is active, current, valid and unrestricted and from a US jurisdiction. Sub-Factor 3 - Experience - This subfactor will be met when the vendor provides documentation or resume of at least five (5) years of recent active clinical practice. Relevant is defined as past/present performance efforts involved much of the magnitude of effort and/or complexities this solicitation requires such as; contracts for infection prevention nurse services. Provide name and contact information of recent and relevant contracts or employment with government medical facilities and/or commercial medical facilities. This will be verified by the 48th Medical Group by ensuring submitted resume addresses all areas per paragraph 4.3 of the PWS and includes contact information to verify experience listed in the resume. FACTOR II - PRICE QUOTE A vendor's proposed prices will be verified on CLIN Pricing Schedule by multiplying the quantities identified for each item number in the price schedule by the proposed unit price to confirm the extended amount for each price schedule item. The extended price for each line item will then be added together to arrive at a total evaluated price. As this requirement is a "commercial" service that will result in a "firm-fixed-priced" contract, a comparison of vendor's proposed, competitive prices will satisfy the requirement for price analysis. The price evaluation will be accomplished by conducting price analysis to assess and compare proposed prices and reasonableness of the proposed total evaluated price as defined in FAR 15.404-1 and FAR 15.305. Firm-fixed-price contract provides for a price that is not subject to any adjustment on the basis of the contractor's cost experience in performing the contract. (FAR 16.202-1) B. AWARD DETERMINATION: As a result of the Government‘s aforementioned evaluation, only those vendors whose quotes are determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. In addition, only those vendors who have been assigned an acceptable past performance rating, will be considered for award. No trade-offs will be permitted between price, and the non-price factor of technical capability. Of those vendors found technically acceptable, an award determination will be made to the lowest priced vendor that is determined to be reasonable, realistic, and affordable. Additional Information for Vendors: Vendors are cautioned to submit sufficient information and in the format specified in 52.212-1, Instructions to Vendors-Commercial Items. Vendor‘s may be asked to clarify certain aspects of their quote (for example, to resolve minor clerical errors). These communications will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quote revision. The government intends to award a contract without discussions with respective vendors. The government, however, reserves the right to conduct discussions if deemed in its best interest. (end of provision) 52.212-3 VENDOR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (APR 2012) An vendor shall complete only paragraph (b) of this provision if the vendor has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an vendor has not completed the annual representations and certifications electronically at the ORCA website, the vendor shall complete only paragraphs (c) through (o) of this provision. (a) Definitions. As used in this provision -- "Economically disadvantaged women-owned small business (EDWOSB) Concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Inverted domestic corporation, as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. Manufactured end product means any end product in Federal Supply Classes (FSC) 1000-9999, except-- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology-- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, which 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 criteria in 13 CFR Part 121 and size standards in this solicitation. Subsidiary means an entity in which more than 50 percent of the entity is owned-- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)", means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the vendor in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted electronically on the Online Representations and Certifications Application (ORCA) website. (2) The vendor has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the vendor verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Vendor Representations and Certifications--Commercial Items, have been entered or updated in 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 paragraphs ----------. [Vendor to identify the applicable paragraphs at (c) through (o) of this provision that the vendor has completed for the purposes of this solicitation only, if any.) 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. Any changes provided by the vendor are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] (c) Vendors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The vendor represents as part of its offer that it ( ) is, ( ) is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the vendor represented itself as a small business concern in paragraph (c)(1) of this provision.) The vendor represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. (Complete only if the vendor represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The vendor represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the vendor represented itself as a small business concern in paragraph (c)(1) of this provision.) The vendor represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the vendor represented itself as a small business concern in paragraph (c)(1) of this provision.) The vendor represents that it ( ) is, ( ) is not a women-owned small business concern. Note to paragraphs (c)(8) and (9): Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) WOSB concern eligible under the WOSB Program. [Complete only if the vendor represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The vendor represents that-- (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ballot] is, [ballot] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The vendor shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ----------.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the vendor represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The vendor represents that-- (i) It [ballot] is, [ballot] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ballot] is, [ballot] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The vendor shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ----------.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (8) Women-owned business concern (other than small business concern). (Complete only if the vendor is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The vendor represents that it ( ) is, a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business vendors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by vendor or first-tier subcontractors) amount to more than 50 percent of the contract price: _____________________________________________ (10) (Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the vendor desires a benefit based on its disadvantaged status.) (i) General. The vendor represents that either-- (A) It ( ) is, ( ) is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It ( ) has, ( ) has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The vendor represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. (The vendor shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ____________.) (11) HUBZone small business concern. (Complete only if the vendor represented itself as a small business concern in paragraph (c)(1) of this provision.) The vendor represents, as part of its offer, that-- (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The vendor shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: _______.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Certifications and representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The vendor represents that-- (i) It ( ) has, ( ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and (ii) It ( ) has, ( ) has not, filed all required compliance reports. (2) Affirmative Action Compliance. The vendor represents that-- (i) It ( ) has developed and has on file, ( ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It ( ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the vendor certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the vendor with respect to this contract, the vendor shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The vendor need not report regularly employed officers or employees of the vendor to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act --Supplies, is included in this solicitation.) (1) The vendor certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the vendor has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The vendor shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act--Supplies." (2) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ (List as necessary) (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The vendor certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the vendor has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." (ii) The vendor certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American Act--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The vendor shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The vendor shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The vendor certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The vendor certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The vendor certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American Act--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The vendor certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The vendor shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ (List as necessary) (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The vendor certifies, to the best of its knowledge and belief, that -- (1) The vendor and/or any of its principals ( ) are, ( ) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, (2) ( ) Have, ( ) have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitruststatutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) ( ) are, ( ) are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) ( ) Have, ( ) have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products. Listed End Product Listed Countries of Origin (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the vendor must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The vendor will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The vendor may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The vendor certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the vendor certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the vendor shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) ( ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ) Outside the United States. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the vendor shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ) Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the vendor as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The vendor ( ) does ( ) does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the vendor (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The vendor ( ) does ( ) does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the vendor (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the vendor does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the vendor shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the vendor if the vendor fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the vendor is required to provide this information to a central contractor registration database to be eligible for award.) (1) All vendors must submit the information required in paragraphs (l)(3) through (l)(5) 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 Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the vendor'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 vendor's TIN. (3) Taxpayer Identification Number (TIN). ( ) TIN: --------------------. ( ) TIN has been applied for. ( ) TIN is not required because: ( ) Vendor 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; ( ) Vendor is an agency or instrumentality of a foreign government; ( ) Vendor is an agency or instrumentality of the Federal Government. (4) 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 ----------. (5) Common parent. ( ) Vendor is not owned or controlled by a common parent; ( ) Name and TIN of common parent: Name --------------------. TIN --------------------. (m) Restricted business operations in Sudan. By submission of its offer, the vendor certifies that the vendor does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations- (1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the vendor represents that-- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Sanctioned activities relating to Iran. (1) The vendor shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certification. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the vendor-- (i) Represents, to the best of its knowledge and belief, that the vendor does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; and (ii) Certifies that the vendor, or any person owned or controlled by the vendor, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act. (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if-- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The vendor has certified that all the offered products to be supplied are designated country end products. (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2012) (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)). _X__ 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.) ___ (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.) _X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (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). _X__ (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). ____ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). ____ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ____ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). ____ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the vendor elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (11) [Reserved] ____ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (13)(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. ____ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). ____ (15)(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. ____ (16) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). ____ (17) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (18) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the vendor elects to waive the adjustment, it shall so indicate in its offer). ____ (ii) Alternate I (June 2003) of 52.219-23. ____ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ____ (21) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ____ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). ____ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). ____ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (APR 2012) (15 U.S.C. 637(m)). ____ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (APR 2012) (15 U.S.C. 637(m)). ____ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ____ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126). ____ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ____ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ____ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). ____ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ____ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ____ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ____ (34) 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.) ____ (35)(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.) ____ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (37)(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. ____ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). ____(40)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (MAY 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). ____ (ii) Alternate I (Mar 2012) of 52.225-3. ____ (iii) Alternate II (Mar 2012) of 52.225-3. ____ (iv) Alternate III (Mar 2012) of 52.225-3. ____ (41) 52.225-5, Trade Agreements (MAY 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ____ (42) 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). ____ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (45) 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)). ____ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __X__ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). ____ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ____ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ____ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (51)(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 1998) (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) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2012) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (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)). _X__ 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) 52.217-5 - EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years 6 months. (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) 52.237-7 INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 1997) (a) It is expressly agreed and understood that this is a non-personal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor's professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence $500,000.00. (b) An apparently successful vendor, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by paragraph (a) of this clause. (c) Liability insurance may be on either an occurrences basis or on a claims-made basis. If the policy is on a claims-made basis, an extended reporting endorsement (tail) for a period of not less than 3 years after the end of the contract term must also be provided. (d) Evidence of insurance documenting the required coverage for each health care provider who will perform under this contract shall be provided to the Contracting Officer prior to the commencement of services under this contract. If the insurance is on a claims-made basis and evidence of an extended reporting endorsement is not provided prior to the commencement of services, evidence of such endorsement shall be provided to the Contracting Officer prior to the expiration of this contract. Final payment under this contract shall be withheld until evidence of the extended reporting endorsement is provided to the Contracting Officer. (e) The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If, during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies. (f) The Contractor shall insert the substance of this clause, including this paragraph (f), in all subcontracts under this contract for health care services and shall require such subcontractors to provide evidence of and maintain insurance in accordance with paragraph (a) of this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall furnish to the Contracting Officer evidence of such insurance. Vendor to submit copy of insurance certificate with the dollar value(s) of standard coverage(s) prevailing within the local community as to the specific medical specialty, or specialties, concerned, or such higher amount as the Contracting Officer deems necessary to protect the Government's interests (End of clause) HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) OF 1996 HIPAA is comprised of several different sections, each to be implemented by the Dept. of Health and Human Services. The medical facilities of the military services and the DOD health plans are specifically listed as covered by HIPAA. Currently, HIPAA Privacy and Security Rules, as set forth in the Code of Federal Regulations, are in effect for all MTFs. The specific implementation of HIPAA Privacy for DOD medical facilities is set forth in DOD 6025.18-R, and for HIPAA Security, the requirements for AF MTFs are contained in DOD 8580.02-R and AFI 41-217, which also contains additional Information Assurance requirements for all AF MTFs. DOD 6025.18-R, DOD 8580.02-R and AFI 41-217 are incorporated herein by reference. MTFs are responsible to insure overall compliance with HIPAA requirements, which includes incorporation of certain requirements in contracts entered or amended after the respective implementation dates. IAW these regulations, the Contractor and its employees meet the definition of Business Associates. Therefore, a Business Associate Agreement is required by law to comply with both the HIPAA Privacy and Security regulations. This clause serves as that agreement for each MTF, whereby the Contractor and its employees agree to abide by all HIPAA Privacy and Security requirements regarding health information as defined in this clause, DoD 6025-18-R, DOD 8520.02-R and AFI 41-217. Additional HIPAA requirements will be addressed when implemented. Introduction (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, DOD 8520.02-R or AFI 41-217. Individual has the same meaning as the term "individual" in 45 CFR 164.50 1 and 164.103 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g). Privacy Rule means the Standards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E. Protected Health Information has the same meaning as the term "protected health information" in 45 CFR 164.501, limited to the information created or received by The Contractor from or on behalf of the Government. Electronic Protected Health Information has the same meaning as the term "electronic protected health information" in 45 CFR 160.103. Required by Law has the same meaning as the term "required by law" in 45 CFR 164.501 and 164.103. Secretary means the Secretary of the Department of Health and Human Services or his/her designee. Security Rule means the Health Insurance Reform: Security Standards at 45 CFR part 160,162 and part 164, subpart C. Terms used, but not otherwise defined, in this Agreement shall have the same meaning as those terms in 45 CFR 160.103, 160.502, 164.103, 164.304 and 164.501. (b) 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. c) 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. (d) 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. (e) 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. (f) The Contractor agrees to report to the Government any security incident involving protected health information of which it becomes aware. (g) 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. (h) The Contractor agrees to ensure that any agent, including a subcontractor, to whom it provides Protected Health Information received from, or created or received by the Contractor on behalf of the Government agrees to the same restrictions and conditions that apply through this Contract to the Contractor with respect to such information. (i) The Contractor agrees to ensure that any agent, including a subcontractor, to whom it provides electronic Protected Health Information, agrees to implement reasonable and appropriate safeguards to protect it. (j) The Contractor agrees to provide access, at the request of the Government, and in the time and manner 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 Contractor agrees to 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 or an Individual, and in the time and manner designated by the Government. (1) The Contractor agrees to make internal practices, books, and records relating to the use and disclosure of Protected Health Information received from, or created or received by the Contractor on behalf of, the Government, available to the Government, or at the request of the Government to the Secretary, in a time and manner designated by the 'Government or the Secretary, for purposes of the Secretary determining the Government's compliance with the Privacy Rule. (m) The Contractor agrees to 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 Contractor agrees to provide to the Government or an Individual, in time and manner 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. General Use and Disclosure Provisions Except as otherwise limited in this Agreement, the Contractor 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, DOD 6025.18-R, the HIPAA Security Rule, or DOD 8580.02-R if done by the Government. Specific Use and Disclosure Provisions (a) Except as otherwise limited in this Agreement, the Contractor may use Protected Health Information for the proper management and administration of the Contractor or to carry out the legal responsibilities of the Contractor. (b) Except as otherwise limited in this Agreement, the Contractor may disclose Protected Health Information for the proper management and administration of the Contractor, provided that disclosures are required by law, or the Contractor 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 Contractor 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 Agreement, the Contractor 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) Contractor may use Protected Health Information to report violations of law to appropriate Federal and State authorities, consistent with 45 CFR 164.502(j)(1). Obligations of the Government Provisions for the Government to Inform the Contractor of Privacy Practices and Restrictions (a) Upon request the Government shall provide the Contractor with the notice of privacy practices that the Government produces in accordance with 45 CFR 164.520, as well as any changes to such notice. (b) The Government shall provide the Contractor with any changes in, or revocation of, permission by Individual to use or disclose Protected Health Information, if such changes affect the Contractor's permitted or required uses and disclosures. (c) The Government shall notify the Contractor 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. Permissible Requests by the Government The Government shall not request the Contractor to use or disclose Protected Health Information in any manner that would not be permissible under the HIPAA Privacy Rule, DOD 6025.18R, the HIPAA Security Rule, or DOD 8580.02-R, if done by the Government, except for providing Data Aggregation services to the Government and for management and administrative activities of the Contractor as otherwise permitted by this clause. Termination (a) Termination. A breach by the Contractor of this clause, may subject the Contractor 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 Contractor shall return or destroy all Protected Health Information received from the Government, or created or received by the Contractor on behalf of the Government. This provision shall apply to Protected Health Information that is in the possession of subcontractors or agents of the Contractor. The Contractor shall retain no copies of the Protected Health Information. (3) If this contract does not have records management provisions and the Contractor determines that returning or destroying the Protected Health Information is infeasible, the Contractor shall provide to the Government notification of the conditions that make return or destruction infeasible. Upon mutual agreement of the Government and the Contractor that return or destruction of Protected Health Information is infeasible, the Contractor 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 Contractor maintains such Protected Health Information. Miscellaneous (a) Regulatory References. A reference in this Clause to a section in DOD 6025.18-R, HIPAA Privacy Regulation or DOD 8580.02-R, HIPAA Security Regulation, or any CFR or AFI provision means the section as 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, the CFR HIPAA Privacy Rule, DOD 8520.02-R, the CFR HIPAA Security Rule and AFI 41-217. 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 vendor is cautioned that the listed provisions may include blocks that must be completed by the vendor and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the vendor 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: http://farsite.hill.af.mil (End of provision 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: http://farsite.hill.af.mil (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2013) 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) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. Applies to all solicitations expected to result in contracts of $150,000 or more. (ii) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus--Representation. Applies to all solicitations with institutions of higher education. (iii) 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. (iv) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country. (v) 252.229-7012, Tax Exemptions (Italy)--Representation. Applies to solicitations when contract performance will be in Italy. (vi) 252.229-7013, Tax Exemptions (Spain)--Representation. Applies to solicitations when contract performance will be in Spain. (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) 252.225-7022, Trade Agreements Certificate--Inclusion of Iraqi End Products. ____ (v) 252.225-7031, Secondary Arab Boycott of Israel. ____ (vi) 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. ____ (vii) 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. (e) The vendor 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 vendor 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 ____ [vendor 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 vendor 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) 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (MAR 2006) (a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and outlying areas. (b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall-- (1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity; (2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality; (3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and (4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel. (c) The requirements of this clause do not apply to any subcontractor that is-- (1) A foreign government; (2) A representative of a foreign government; or (3) A foreign corporation wholly owned by a foreign government. (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from 48 Fighter Wing Anti-Terrorism Office DSN 226-1242, Commercial: 01638-521242 (End of clause) NOTE: In accordance with FAR 13.004, the following information regarding quotations is provided: 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2009) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (Apr 2009) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 252.225-7042 AUTHORIZATION TO PERFORM (APR 2003) The vendor represents that it has been duly authorized to operate and to do business in the country or countries in which the contract is to be performed. (End of provision) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) (a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when-- (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause) 252.233-7001 CHOICE OF LAW (OVERSEAS) (JUNE 1997) This contract shall be construed and interpreted in accordance with the substantive laws of the United States of America. By the execution of this contract, the Contractor expressly agrees to waive any rights to invoke the jurisdiction of local national courts where this contract is performed and agrees to accept the exclusive jurisdiction of the United States Armed Services Board of Contract Appeals and the United States Court of Federal Claims for hearing and determination of any and all disputes that may arise under the Disputes clause of this contract. (End of clause) 5352.201-9101 Ombudsman. OMBUDSMAN (SEP 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from vendors, potential vendors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen: Primary Command Ombudsman: Ms. Tara Petersen HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: tara.petersen@ramstein.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate Command Ombudsman: Ms. Heidi Hoehn HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: heidi.hoehn@ramstein.af.mil Tel: (49)-6371-47-9330, Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001 Health and Safety on Government Installations. HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor access to Air Force installations. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The Contracting Officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and a current Road Tax disc to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Legal Effect of Quotations A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer NOTICE TO POTENTIAL CONTRACTORS FOR INFORMATIONAL PURPOSES ONLY This is to inform all potential contractors on the current support policy for RAF Lakenheath, United Kingdom. 1. The contractor is responsible for bearing the costs of the following items: a. Movement and/or storage of household goods and personally owned vehicles. b. Before shipping a personally owned vehicle ensure that the UK will allow you to bring it into the country. Military/DoD civilians are authorized to ship one per military/DoD civilian member per the Status of Forces Agreement (SOFA). A contractor may not be authorized since they do not fall under the SOFA. It may be more beneficial to purchase a UK spec used car. Generally, you can find a decent used UK spec car for around $3000. c. Obtain and maintaining VISA which grants entry to and the right to work in the UK. Go on line and view the UK Border Agency's website for further information. d. Federal income taxes, Medicare, and Social Security contributions. You are responsible to pay all required taxes. W-2's are not provided. e. Government housing is not provided nor available. f. Logistical Support (Base Exchange, Commissary, Morale Welfare & Recreation (MWR), and Service Station privileges) may or may not be provided. The Performance Work Statement will indicate if Logistical Support is provided. g. Contractor children are authorized to attend Department of Defense Dependent Schools (DODDS) and pay the tuition cost. For additional information please visit www.dodea.edu and click on the European link. British schools are also available in the local area and can be researched online. 2. When living on the British economy here are some items that you may want to keep in mind: a. Have sufficient funds to get into a home - normally you are required to put down a security deposit worth one and a half months rent along with the first month's rent. This can be very expensive depending on rental cost. Research UK Letting Agencies for information on rental housing and costs. (Example: a 3-bedroom home costs £1400.00 per month resulting in an approximate cost of £3500.00 (1.5 months worth of deposit and first month's rent) - that translates into $5600.00 using an average exchange rate of $1.60.) This is just an example, housing cost can run higher and lower than the example. b. Utility deposits - generally not required in the UK, but recommend you research. c. Electricity. Uk standard is 220V. Appliances from the US, unless dual voltage will require a transformer in order to operate in the UK. US TVs will not be able to receive UK channels; this is because Europe uses PAL and the US runs on NTSC. d. Purchasing fuel on the economy is very expensive, go online and check current prices. Please note that fuel is purchased by liter. If you are authorized Logistical Support you may purchase fuel on base. e. Contractors may be required to pay Council Tax which is based on your homes location within any given city/town/village. This generally covers garbage, sewer, Police, etc. As a contractor you do not fall under the SOFA therefore you may NOT be exempt from paying Council Tax. Suggest you research online. f. Other taxes/costs that are required: i. Annual Television Tax (about £120) ii. Road Tax (depends on the type of vehicle and engine size, and if you pay yearly or semi-annually. Annual cost could be anywhere between £100 to £300) iii. Ministry of Transport test (MOT) - annual vehicle inspection. (about £40) iv. Light conversion for U.S. specification vehicles (if imported). g. Rent and utilities are set up for automatic withdrawal so getting a UK checking account may be beneficial. If authorized Logistical Support this can also be done at the Community Bank on the base. 3. The above information is by no means all inclusive but rather a snap shot of what you may encounter. If a staffing agency is being used certain costs may be covered by that agency. Please check with them for details. If submitting an independent proposal, it is advisable that you seek legal council to determine what may be required in order to work or be employed in the UK. 4. Note: This information is geared towards contractors who do not have Military/DoD dependent status. Dependents should already have a VISA and are authorized Logistical Support based on their dependency status. Attachment 1 PERFORMANCE WORK STATEMENT Infection Prevention Officer Non-Personal Services 1 SCOPE OF WORK. The Government requires one (1) Full Time Equivalent (FTE) Infection Prevention Officer for this contract at the established facilities at the 48th Medical Group, RAF Lakenheath, England, also referred to as the "Medical Treatment Facility" (MTF) herein. Performance shall be in accordance with the requirements contained in this Performance Work Statement (PWS), and standards of the Joint Commission and Health Services Inspection (HSI). 1.1 If the vendor is a US military dependent, please disclose DEROS information. 1.2 Contractor Full-Time Equivalent Reporting - In FY11, Congress mandated an annual count of contracts performing services for the Department of Defense. The following provides Air Force implementation of Section 8108 of Public Law 112-10 of the Department of Defense and Full-Year Continuing Appropriations Act, 2011. 1.2.1 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Infection Prevention Clinical Nurse via a secure data collection site. The contractor is required to completely fill in all required data fields at http://www.ecmra.mil. 1.2.2 Reporting inputs will be for the labor executed during the period of performance for each Government fiscal year (FY), which runs 1 October through 30 September. While inputs may be reported any time during the FY, all data shall be reported no later than 31 October ofeach calendar year. Contractors may direct questions to the CMRA help desk. 1.2.3 Reporting Period: Contractors are required to input data by 31 October of each year 1.2.4 Uses and Safeguarding of Information: Information from the secure web site is considered to be proprietary in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data. 1.2.5 User Manuals: Data for Air Force service requirements must be input at the Air Force CMRA link. However, user manuals for government personnel and contractors are available at the Army CMRA link at http://www.ecmra.mil. 2 GENERAL CONTRACTOR REQUIREMENTS AND RESPONSIBILITIES 2.1 HOURS OF WORK. The contractor's work schedule will be determined based on the needs of the clinic or floor in which the contractor is to provide the service. The contractor may be required to work more than 8 hours in a single day or 40 hours in a week and holidays. However, the contractor will not be reimbursed for any premium pay. All hours in excess of 40 hours, weekend or night shift hours will be billed at the same hourly rate as regular hours of work. If additional hours are worked, the Government may reduce future scheduled hours to maintain a 40 hour work week average. All hours worked will be recorded accurately on the work schedules. Under no circumstances are the work schedules to reflect hours worked when the contractor was absent or vice versa. 2.1.1 On occasion, services may be required to support an activation or exercise of contingency plans outside the normal duty hours for a crisis declared by the national command authority or overseas combatant commander. Emergency situations (i.e., accident and rescue operations, civil disturbances, natural disasters, military contingency operations, and exercises) may necessitate the contractor provide increased or reduced support as determined by the contracting officer. If necessary, the Government will negotiate an equitable adjustment for the cost of these emergency requirements. 2.1.2 The contractor, may be required to attend Government site specific provided additional training in patient care aspects and procedures. 2.2 INDIVIDUAL LOGISTICAL SUPPORT. Not authorized. 2.3 NON-AVAILABILITY. Scheduled non-availability is to be coordinated a minimum of 2 weeks in advance. Notify the Flight Commander or designee immediately of unscheduled absences to allow for planning of service coverage and workload distribution. 2.3.1 The MTF will notify contract personnel in advance of upcoming down days to the greatest extent possible for scheduling purposes. In the event of unplanned closure of the facility due to natural disasters, military emergency, or severe weather, contract employees will not perform duties and the Government will not be charged billable hours. 2.3.2 The contractor is required to provide temporary replacement staff for Contractor personnel absences, scheduled or unscheduled, of more than or equal to 30 calendar days. 2.4 DRESS AND APPEARANCE. Contractor personnel shall present a professional, conservative, and neat appearance. Contractor personnel shall report for duty in a professional manner, in appropriate attire befitting a health care setting, and having complied with acceptable standards of personal hygiene expected of health care workers. 2.4.1 While on duty, Contractor personnel shall be neat and clean (free from visible dirt and stains), well groomed and appropriately dressed. The personnel's clothing shall fit correctly to provide a professional, modest appearance, in keeping with normally accepted community standards of dress for the work being performed. 2.4.2 Contractor personnel shall display legible MTF-provided identification media on their outer clothing. 2.4.3 Facial hair (including beards, mustaches, and sideburns) shall be controlled (restrained) or trimmed. It shall not interfere with safe work practices or be unclean. 2.4.4 When required and supplied by the Government, wear special protective clothing and shoe covers. When duties will be performed in specified areas, a disposable protective hood shall be worn to ensure infection control standards are met. These items shall remain the property of the Government and shall not be removed from the MTF. After use, protective clothing shall be turned in or destroyed as directed by the Chief of Service. 2.5 OFFICE SKILLS. Contractor staff shall possess working knowledge of computers, specifically the internet, Microsoft Word, Microsoft Access, Microsoft Excel, and Windows Operating System. 2.6 SECURITY. 2.6.1 See Appendix 1 for information regarding Host Agency Checks (HAC) and National Agency Checks (NAC). 2.6.2 During performance, report any information or circumstances observed that may pose a threat to the security of DoD personnel, contractor personnel, resources, and defense information to the Security Forces. The Flight Commander will brief the contractor upon initial on-base assignment and as required thereafter. Comply with the requirements of Volume 1, AFI 71-101, Criminal Investigations, and paragraph 1.1 of Volume 2, Protective Service Matters. 2.6.3 Adhere to local base procedures for entry to Air Force controlled/restricted areas. 2.6.4 Ensure keys issued by the government are properly safeguarded and not used by unauthorized personnel. Do not duplicate keys issued by the government. 2.6.5 Lost keys shall be reported immediately to the facility manager. The government replaces lost keys or performs re-keying. 3 HEALTHCARE REQUIREMENTS. 3.1 In accordance with Federal Acquisition Regulation 37.401 with regard to Non-Personal Services for health care services, the following information is provided: 3.1.1 This is a NON-PERSONAL health care services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. 3.1.2 The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g., professional judgments, diagnosis, for specific medical treatment). 3.1.3 The contractor hereby indemnifies the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance. 3.2 Contractor staff must comply with 48th Medical Group and unit standards of care as well as the healthcare practices of their specific profession. See Appendix 2 for a list of applicable publications and forms; this list is not exhaustive. 3.2.1 Recognize adverse signs and symptoms and react quickly in emergency situations. 3.2.2 Provide patients with the utmost care and undivided attention. 3.2.3 Ensure a safe work environment and employee safe work habits. 3.2.4 Participate in Quality Inspection and Risk Management activities to the extent that falls within the scope of this PWS. 3.3 HIPAA. All patients shall be assured of their privacy and personal dignity. Follow guidelines for confidentiality and privacy based on the Health Insurance Portability and Accountability Act (HIPAA). See Appendix 3 for more information. 3.4 RELEASE OF INFORMATION AND RECORDS MANAGEMENT. 3.4.1 Only release medical information obtained during the course of this contract to MTF staff involved in the care and treatment of that individual patient. 3.4.2 Lists and/or names of patients shall not be disclosed or revealed in any way for any use outside the MTF without prior written permission by the Chief of Hospital Services. 3.4.3 Refer all other requests for records to the Outpatient records center. 3.4.4 Prepare all documentation/records to meet or exceed established standards of the MTF, to include, but not limited to, timeliness, accuracy, content and signature. Only MTF and Air Force-approved abbreviations shall be used for documentation of the patient health record. For unapproved abbreviation list see MDGI 44-116, attch 2 and 3. 3.4.5 Generate and manage IAW DoD 5400-7R, DoD Freedom of Information Act Program, Chapter 4; AFI 33-129, Web Management and Internet Use, paragraphs 7.4, 8.2.3, 16 and 17; and AFI 33-201, Communications Security (COMSEC), Table 1. 3.4.6 Mark IAW instructions identified in DoD 5400-7R paragraph C4.2.1. Safeguard all sensitive data IAW DoD Regulation 5400.7/Air Force Supplement, paragraph C4.4. 3.4.7 When authorized for destruction, shred the records so that the pieces cannot be reconstructed. Degauss or overwrite magnetic tapes or other magnetic media. 3.4.8 Patient lists, no matter how developed are FOUO and shall be marked: "FOR OFFICIAL USE ONLY. This document contains information exempt from mandatory disclosure under the Freedom of Information Act (FOIA), Title 5 U.S.C. 552(b)(2) High and (b)(6) apply." 3.5 CREDENTIAL MAINTENANCE: Not required 3.6. Reserved. 4 POSITION QUALIFICATION REQUIREMENTS. 4.1 Education: Baccalaureate degree is mandatory. Baccalaureate of Science in Nursing or a Masters in Public Health 4.2 Licensure & Certification: - Basic Life Support (BLS) certification is required through either the American Red Cross or American Heart Association. This is to be produced before contract start date. - The individual must maintain an active, valid, current, and unrestricted license (with no limitations, stipulations or pending adverse actions) to practice nursing as a registered nurse by a US state/jurisdiction. - The individual must maintain 20 continuing education units (CEU) per year in nursing or Infection Prevention subject matter. 4.3 Experience: Shall have at least 5 years of active clinical practice. 4.4. Public Health clearance is required and the contractor shall submit immunization records and physical health certification with their proposal. The records must show proof of immunization against Hepatitis A and B, Measles, Mumps, Rubella, Varicella, and Influenza. The offeror shall also provide proof of negative TB skin test taken within the past 12 months. If the TB test was positive, submit proof of negative chest x-ray within the past 12 months. After start of work, the government will provide post bloodborne exposure protocols according to applicable AFIs. The health certification shall state the date on which the physical examination was completed, the name of the doctor who performed the examination, and a statement concerning the physical health of the individual. The certification shall also contain the following statement: "(Name of contractor personnel) is suffering from no contagious diseases to include, but not limited to, Tuberculosis, Hepatitis A and B and HIV." 4.5 SPECIFIC TASKS. The contractor shall perform or shall know how to perform the tasks listed below. The contractor shall at no point receive additional payment for performing tasks outside of this list or outside of the scope of this contract. If additional tasks are required, the contractor and customer shall contact the contracting officer prior to performance in order to increase the scope of the contract and complete negotiations for equitable adjustment. 4.5.1 Appointed by the Medical Group's Commander via a letter. 4.5.2 Reserved 4.5.3 Serves as a subject matter expert in Infection Prevention and Control. Identifies and assesses Healthcare Associated Infections (HAIs) 4.5.3.1 Ensures clinical practice currency through annual conference attendance and/or by literature review on aspects of Infection Prevention and Control to keep abreast of current trends. 4.5.3.2 Subscribes to American Journal of Infection Control (AJIC) per AFI 44-108, Infection Prevention and Control Program. 4.5.3.3 Reviews microbiological reports to identify and investigate unusual or multiple antibiotic resistant pathogens, clustering or epidemics of HAIs. 4.5.3.4 Surveys the facility's inpatient area as on a regular basis and as needed with noting patients with HAIs IAW the annual plan. 4.5.3.5 Performs visual department surveillance at least annually, using a checklist to assess compliance with The Infection Prevention and Control Program (IPCP). 4.5.3.6 Evaluates surveillance methods and activities annually. 4.5.3.7 Facilitates development of clinical judgment in healthcare team members through role modeling, teaching, coaching, and mentoring. 4.5.3.8 Utilizes multiple modalities to increase Infection Prevention and Control awareness and knowledge throughout the facility. 4.5.3.9 Attend multidisciplinary patient rounds, and patient care conferences 4.5.3.10 Compiles and analyzes HAI trends, providing a periodic report to the ICC. 4.5.3.11 Collects, organizes, records, reports and makes recommendations for all surveillance activities as directed on the annual plan to the ICC. 4.5.3.12 Identifies areas of noncompliance, using ICC approved policies and procedures. 4.5.3.13 Composes, reviews, and revises a written plan to include prioritized goals and objectives annually for the IPCP. 4.5.4. Prepares instructions and assists with operating instructions on Infection Prevention and Control. 4.5.4.1. Writes and reviews operating instructions on surveillance, education, self-inspection and reviews for the Infection Prevention and Control Department. 4.5.4.2. Develops format IAW AF requirements or format deemed acceptable by the facility. 4.5.4.3. Writes clearly and concisely IAW AF requirements. 4.5.4.4. Documents the review process for instructions and operating instructions on Infection Control in the Infection Control Council minutes IAW The Joint Commission Infection Control Standards, AF and Medical Group requirements. 4.5.4.5. Maintains a current list and copies of Infection Prevention and Control related regulations/instructions, operating instructions and manuals. 4.5.4.6. Ensures the approval of the regulation and/or operating instruction on Infection Control reviewed by the ICC has date and signature of the Chairperson ICC. 4.5.4.7. Ensures content is accurate and current with established standards and practices 4.5.4.8. Monitors and evaluates current patient care practices related to Infection Prevention and Control. 4.5.4.9. Functions as a facilitator when implementing new clinical protocols, equipment, and change in nursing practice. 4.5.5. Initiates, plans, develops and conducts a monthly Newcomer's Orientation for all new employees IAW The Joint Commission Infection Control Standards, AFI 44-108, Infection Prevention and Control Program, and MDGI 44-113, Infection Prevention and Control Program and OSHA mandates. 4.5.5.1. Applies working knowledge of principles of adult education; comprehensive knowledge of Infection Prevention and Control. 4.5.5.2. Develops, an annual Infection Prevention and Control in-service for employees IAW OSHA Mandates, HSI, The Joint Commission Infection Control Standards, AFI 44-108, Infection Prevention and Control Program and MDGI 44-113, Infection Prevention and Control Program. 4.5.5.3. Verifies all Infection Prevention and Control educational programs offered have a lesson plan and attendance roster on file for The Joint Commission, OSHA and HSI reviews. 4.5.5.4. Writes objectives that are behaviorally stated IAW AF requirements. 4.5.5.5. Prepares lesson plans IAW AF requirements and local policy. 4.5.5.6. Develops attendance roster for each program offered and taught. 4.5.5.7. Continually performs a needs assessment with personnel to identify learning deficits and conducts in-services accordingly. 4.5.5.8. Identifies educational resources and materials needed for Infection Prevention and Control. 4.5.6. Ensures compliance with internal and external regulatory bodies such as USAF, CDC, APIC, DOD, The Joint Commission, HSI, and OSHA. 4.5.6.1. Conducts a self-inspection annually, using a checklist of The Joint Commission, HSI, OSHA and Air Force Standards. 4.5.7. Serves as a principle member of the ICC. 4.5.7.1. Meets with the Chairperson, ICC as needed to discuss Infection Prevention and Control issues. 4.5.7.2. Develops the ICC's agenda with the Chairperson, ICC. 4.5.7.3. Ensures distribution of the agenda to the ICC members three working days prior to Committee meeting. 4.5.7.3. Schedules the room for the ICC meeting. 4.5.7.4. Ensures the ICC minutes are written IAW AF and Medical Group directives and ensures distribution of an electronic version ICC minutes to the ICC members. 4.5.7.5. Maintains file copies of ICC agendas and minutes for three years. 4.5.7.6. Monitors the attendance of ICC members. 4.5.7.7. Reports HAI, trends and recommendations to the ICC. 4.5.7.8. Plans theIPCP and ICC activities. 4.5.7.9. Proposes the Annual IPCP Strategic Plan for approval by the ICC. 4.5.7.10. Determines aspects and responsibilities of the IPCP with the chairperson, ICC. 4.5.7.11. Participates in the ICC's review of regulations and operating instructions annually, for compliance to appropriate principles of Infection Prevention and Control. 4.5.7.12. Informs the ICC and Executive Staff of all findings and recommendations for improvement. 4.5.8. Promotes and encourages harmonious relationships with staff, personnel and external agencies. 4.5.8.1. Actively supports and encourages equal opportunity with all personnel. 4.5.8.2. Relates to each staff member by demonstrating respect for age, culture, rank, gender, and socioeconomic status. 4.5.8.3. Remains diplomatic and objective when dealing with sensitive issues and other's interactions. 4.5.8.4. Remains fair, equitable and unbiased in all personnel practices. 4.5.8.5. Encourages and fosters an atmosphere of cooperation and mutual respect among staff. 4.5.8.6. Maintains professional competence through participation in continuing education and other learning experiences. 4.5.8.7. Attends the required contact hours of continuing education in Infection Prevention and Control aspects annually. 4.5.8.8. Conducts self as a professional, meeting mandatory requirement with a positive attitude. 4.5.8.9. Communicates via the chain of command. 4.5.8.9. Communicates frequently as needed with the Chairperson, ICC on all Infection Prevention and Control matters needing Council action. 4.5.8.10. Informs other key personnel involved in Infection Prevention and Control matters as situations warrant. 4.5.8.11. Provides input to Council meetings on information and/or problems related to the IPCP. 4.5.8.12. Prepares official correspondence. 4.5.8.13. Prepares letters IAW AF and Medical Group directives. 4.5.8.14. All correspondence is consistently legible, correctly formatted and spelling error free. 4.5.8.15. Acts as liaison to disseminate information throughout the facility on an ongoing basis. 4.5.9. Submits reports, projects, requests and evaluations on or before deadline. 4.5.9.1. Manages and prioritizes activities to meet short suspense. 4.5.9.2. Maintains high level of performance despite endemic stress and tensions of Infection Prevention and Control. 4.5.9.3. Reprioritizes workload to accommodate unexpected events without compromising normal activities. 4.5.9.4. Follows CDC's outbreak investigation steps after informing the Chairperson, ICC and MDG leadership. 4.5.9.5. Reports outbreak status and summation to ICC. 4.5.9.6. Participates in active research studies as need arises. 4.5.10. Act as a consultant to the 501st Combat Wing Support Limited Scope Medical Treatment Facilities (LSMTFs). These include RAF Alconbury, RAF Croughton, and RAF Menwith Hill. Travel to each of these locations will be required annually. 4.5.10.1. Perform an annual Staff Assistance Visit (SAV), per the Memorandum of Understanding. 4.5.10.2. Complete the SAV report within two weeks of visit. 5 SERVICES SUMMARY AND QUALITY ASSURANCE 5.1 If contractor fails to perform IAW the PWS the COR shall complete a Corrective Action Report (CAR) and submit it to the Contracting Office. This form is used to document a contractor's failure to meet critical Services Summary requirements, but may be used for other contract related infractions. It is encouraged to resolve minor infractions at the lowest level possible, but ensuring the Contracting Office is in the chain. At no time may a contractor be instructed not to contact the Contracting Office. This is a non-personal service and the contractor's recourse is always with the Contracting Office. 5.2 SERVICES SUMMARY Performance Objective Ref Threshold Provides professional Patient care PWS 3.2.2 No more than 3 validated complaints per year Protects patient confidentiality and privacy PWS 3.3 Zero breaches of confidentiality and/or privacy Completes required surveillance activities per the annual plan PWS 4.5.3.3-6 No more than 2 missed submissions in a quarter Completes Annual Infection Control Program Strategic Plan for approval PWS 4.5.3.13 Submits Annual Infection Control Program Plan for approval 6 ADDITIONAL INFORMATION. 6.1 Contractor shall be provided Government-controlled working space, material, equipment, services (including automatic data processing), or other support which the Government determines can be made available at RAF Lakenheath where this contract shall be performed. APPENDIX 1 NATIONAL AGENCY CHECK (NAC)/HOST AGENCY CHECK (HAC). The government will submit an investigation request for the awardee on AF Form 2583, "Request for Personnel Security Action", at no additional cost to the contractor. The contractor must successfully pass a National Agency Check (NAC) US or Host Agency Check (HAC) UK to be eligible for contract award. Any contractor receiving an unfavorable NAC/HAC shall be Terminated for the Default. UNESCORTED ENTRY - CAC: 1. Those personnel requiring CAC cards are issued one because they are either authorized Logistical Support (i.e. Commissary, BX, Gas Station) and/or computer access. US personnel shall have a NAC initiated by the gaining units Security Manager or for UK personnel the gaining units HAC POC. It is the Trusted Agents (TA) responsibility to ensure these checks are initiated. 2. The contract award document contains the information whether or not an individual is authorized Logistical Support or requires computer access in performance of their job. This has to be verified by the contractors TA. 3. TA's are individuals assigned by their unit to "sponsor" contractors in Trusted Associate Sponsorship System (TASS) allowing them to be issued a CAC. The TA will initially load the contractor in TASS which prompts the contractor to go into TASS and verify the information. The TA will provide instructions on how this is accomplished. 4. DD Form 1172-2, Application for Department of Defense Common Access Card DEERS Enrollment, must be completed and submitted with the DD Form 557, Appointment/Termination Record- Authorized Signature. The TA must fill out the DD Form 1172-2, all typed, if there is any hand written information on the form (other than signatures) the MPF office will reject the form. The TA must fill in Section I, Employee Information; Section II, Employee Declaration and Remarks, here is where the contractor's security clearance information (NAC or HAC) goes and all authorized Logistical Support, the contractor signs and dates boxes 37 and 38; and Section III, Authorized/Verified By, is where the TA fills in their information. They verify the contractors' signature in Section II and then the TA signs Section III. The DD Form 577, Appointment/Termination Record- Authorized Signature, and as the name implies, verifies the TA's name and signature. This is used to compare the name and signature in Section III of the DD Form 1172-2. MPF will not accept the DD Form 1172-2 or process the contractor in DEERS without a DD Form 577 indicating the TA. 5. Occasionally, a contractor may arrive at RAF Lakenheath assigned to a TA from another base, this is not a problem. In this instance the contractor must ensure they bring with them the completed and signed DD Form 1172-2 and a copy of the TA's DD Form 577. 6. If the contractor has dependents accompanying them the DD Form 1172, Application for Uniformed Services Identification Card/DEERS Enrollment, may be required. The completed form is required if the dependents have never been issued a DoD identification card. The TA is required to fill out and sign the DD Form 1172 and the form must accompany the contractor. If the dependents have a current card then the DD Form 1172 is not required to accompany the contractor as MPF will be able to pull the DD Form 1172 off of the system since the individuals will already be in DEERS. IMPORTANT: Contractors must report to MPF with their passport and Social Security Card and those of their family members as well. 7. The ORIGINAL DD Form 1172-2 and DD Form 1172 must accompany the contractor. This is per the Status of Forces Agreement (SOFA); the original is required because MPF must send it to DMDC. If the contractor is assigned a TA from RAF Lakenheath the same information is required. 8. If the contractor is a foreign national they must first complete the steps listed below for a HAC. Once the HAC is complete the contractor must go to MPF and get assigned a Foreign Identification Number (FIN); the contractor will need to coordinate with their TA and MPF. The TA needs the FIN to load the contractor into TASS and it is also required on the DD Form 1172-2. The contractor shall take the completed form to MPF and they will input the DD Form 1172-2 into DEERS and issue the CAC. 9. The contractor shall take all of the required forms and documents to MPF on the ground floor of Bldg 977 and proceed with CAC/ID issuance. HAC - Host Agency Check: 1. The Ministry of Defence (MoD), Defence Vetting Agency, conducts HAC checks on individuals who are UK nationals, US citizens without componency status (i.e. a retiree who chooses to stay in the UK) or third country nationals (TCN). If a person falls under one these categories they must reside within the UK for 4 years before a HAC will even be accomplished. 2. These individuals will be assigned a HAC POC by their gaining unit. The POC will initiate the MOD Form 1109, Host Agency Check, please keep in mind that this check can take 4 - 6 months to accomplish and is good for 5 years. In conjunction with the MOD Form 1109 the contractor will be required to complete a BCVR, Base Check Verification Record form; the AF Form 2583, Request for Personnel Security Action; and a USAFE Form 19, Residency Check. 3. After return of the security check the following will occur: the gaining units HAC POC will complete the USAFE Form 79 and submit a package with all completed forms to the HAC office for review. If there are mistakes the package is returned for correction and then resubmitted. Once a proper package is completed the HAC POC will give the contractor all required forms to bring to Pass and ID, in Building 977; the number is 01638 52 5990 or DSN 226-5990. Pass and ID will then issue the contractor either a USAFE Form 77, Base Pass, which is good for 365 days or a CAC depending on their required contractual duties. ESCORTED ENTRY: 1. Contractor personnel requiring escorted entry on to RAF Lakenheath shall provide the first name and surnames of all personnel requiring entry. Provide a list of the vehicles that will be entering the installation to include: make, model and registration number. Also, the Road Tax disc must be current. Also include the award number, location of work and start/stop dates. This shall be on company letterhead and can be either mailed or sent electronically. Bear in mind that regardless of the submittal process the contracting office must have the paperwork five days prior to start of work. 2. This information is then submitted to the requesting activity and they in turn provide the information to the Security Forces Operations branch. NOTE: All contractors must arrive at the installation with a picture ID (i.e. passport or driver's license), If they are not in possession of a picture ID they will not be allowed entry. REQUIRED ITEMS TO INITIATE SECURITY CHECK: 1. The contractor shall provide the following items within five (5) business days of contract award to the 48th Contracting Office, 48th Medical Logistics and 48th MDG Security Manager. a. individuals full name b. city and state of birth c. date of birth d. Social Security Number e. Email address of individual 2. Once the above information is received the Security Manager will submit an AF FM 2583 to the base Information Protection (IP) office for processing. The IP office will notify the Security Manager once the individual has been approved. At that time the Security Manager will send the contractor an email regarding finger prints and the e-QIP instructions/application. 3. Do not send your candidate over to the UK until you have received a signed letter from the 48th Medical Group Security Manager confirming approval of security check. If you send an individual over prior to receiving the aforementioned letter above, you (prime contractor) shall be held liable for all expenses incurred. Hence, all claimed work hours submitted by the contractor prior to receiving this letter shall not be approved by the Government. APPENDIX 2 APPLICABLE PUBLICATIONS AND FORMS Publications and forms applicable to this Performance Work Statement (PWS) are listed below. The contractor shall follow those publications to the extent (that is, the specific procedure in a paragraph, section, chapter or volume) specified in the PWS. The Government provides all publications and forms listed, they are provided electronically at http://www.e-publishing.af.mil/. The Government may issue supplements or amendments to listed publications from any organizational level during the life of the contract. It is the contractor's responsibilities to check the website for updated supplements. The contractor shall immediately implement those changes in publications that result in a decrease or no change in the contract price. Before implementing any such revision, supplement, or amendment that will result in an increase in contract price, the contractor shall submit to the contracting officer (CO) a price proposal for approval. Price proposals shall be submitted within 30 calendar days from the revision, supplement, or amendment giving rise to the increase in cost of performance. The Government will consider changes in the contract price due to supplements and amendments shall be considered under the "Contract Terms and Conditions-Commercial Items" clause. The Government will continue to supply the Government forms needed for daily operations. Publications Code: AFI - Air Force Instruction AFMAN - Air Force Manual AFP - Air Force Pamphlet AF Form - Air Force Form DD Form - Department of Defense Form. MDGI - Medical Group Instruction DEPARTMENT OF DEFENSE (DOD) REGULATIONS/MANUALS/INSTRUCTIONS/DIRECTIVES Number Title of Directive Date DoDD 5400.11 Privacy Program Nov 04 DoDD 5500.7 Standards of Conduct Aug 93 DoD 6025.18-R Health Information Privacy Jan 03 DoDI 1402.5 Criminal History Background Checks Jan 93 on Individuals In Child Care Services DoDI 3020.37 Continuation of Essential DoD Nov 90 Contractor Services During a Crisis AIR FORCE REGULATIONS/MANUALS/INSTRUCTIONS Number Title of Directive Date AFI 33-119 AF Messaging Jan 05 AFI 33-129 Web Management and Internet Use Feb 05 AFI 33-201 Communications Security (COMSEC) May 05 AFI 33-322 Records Management Program Oct 03 AFI 41-115 Authorized Health Care and Benefits Dec 01 AFI 41-210 Patient Administration Functions Mar 06 AFI 48-123 Medical Examinations and Standards Jun 06 AFI 71-101V1 Criminal Investigations Dec 99 AFI 71-101V2 Protective Service Matters Nov 02 AIR FORCE REGULATIONS/MANUALS/INSTRUCTIONS AFI 44-119 Clinical Performance Improvement Jun 01 Publications are available electronically. DoD publications are available at http://west.dtic.mil/whs/directives/ and AF publications are available at http://www.e-publishing.af.mil/. APPENDIX 3 HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) OF 1996 HIPAA is comprised of several different sections, each to be implemented by the Dept. of Health and Human Services. The medical facilities of the military services and the DOD health plans are specifically listed as covered by HIPAA. Currently, HIPAA Privacy and Security Rules, as set forth in the Code of Federal Regulations, are in effect for all MTFs. The specific implementation of HIPAA Privacy for DOD medical facilities is set forth in DOD 6025.18-R, and for HIPAA Security, the requirements for AF MTFs are contained in DOD 8580.02-R and AFI 41-217, which also contains additional Information Assurance requirements for all AF MTFs. DOD 6025.18-R, DOD 8580.02-R and AFI 41-217 are incorporated herein by reference. MTFs are responsible to insure overall compliance with HIPAA requirements, which includes incorporation of certain requirements in contracts entered or amended after the respective implementation dates. IAW these regulations, the Contractor and its employees meet the definition of Business Associates. Therefore, a Business Associate Agreement is required by law to comply with both the HIPAA Privacy and Security regulations. This clause serves as that agreement for each MTF, whereby the Contractor and its employees agree to abide by all HIPAA Privacy and Security requirements regarding health information as defined in this clause, DoD 6025-18-R, DOD 8520.02-R and AFI 41-217. Additional HIPAA requirements will be addressed when implemented. Introduction (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, DOD 8520.02-R or AFI 41-217. Individual has the same meaning as the term "individual" in 45 CFR 164.50 1 and 164.103 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g). Privacy Rule means the Standards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E. Protected Health Information has the same meaning as the term "protected health information" in 45 CFR 164.501, limited to the information created or received by The Contractor from or on behalf of the Government. Electronic Protected Health Information has the same meaning as the term "electronic protected health information" in 45 CFR 160.103. Required by Law has the same meaning as the term "required by law" in 45 CFR 164.501 and 164.103. Secretary means the Secretary of the Department of Health and Human Services or his/her designee. Security Rule means the Health Insurance Reform: Security Standards at 45 CFR part 160,162 and part 164, subpart C. Terms used, but not otherwise defined, in this Agreement shall have the same meaning as those terms in 45 CFR 160.103, 160.502, 164.103, 164.304 and 164.501. (b) 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. c) 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. (d) 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. (e) 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. (f) The Contractor agrees to report to the Government any security incident involving protected health information of which it becomes aware. (g) 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. (h) The Contractor agrees to ensure that any agent, including a subcontractor, to whom it provides Protected Health Information received from, or created or received by the Contractor on behalf of the Government agrees to the same restrictions and conditions that apply through this Contract to the Contractor with respect to such information. (i) The Contractor agrees to ensure that any agent, including a subcontractor, to whom it provides electronic Protected Health Information, agrees to implement reasonable and appropriate safeguards to protect it. (j) The Contractor agrees to provide access, at the request of the Government, and in the time and manner 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 Contractor agrees to 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 or an Individual, and in the time and manner designated by the Government. (1) The Contractor agrees to make internal practices, books, and records relating to the use and disclosure of Protected Health Information received from, or created or received by the Contractor on behalf of, the Government, available to the Government, or at the request of the Government to the Secretary, in a time and manner designated by the 'Government or the Secretary, for purposes of the Secretary determining the Government's compliance with the Privacy Rule. (m) The Contractor agrees to 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 Contractor agrees to provide to the Government or an Individual, in time and manner 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. General Use and Disclosure Provisions Except as otherwise limited in this Agreement, the Contractor 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, DOD 6025.18-R, the HIPAA Security Rule, or DOD 8580.02-R if done by the Government. Specific Use and Disclosure Provisions (a) Except as otherwise limited in this Agreement, the Contractor may use Protected Health Information for the proper management and administration of the Contractor or to carry out the legal responsibilities of the Contractor. (b) Except as otherwise limited in this Agreement, the Contractor may disclose Protected Health Information for the proper management and administration of the Contractor, provided that disclosures are required by law, or the Contractor 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 Contractor 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 Agreement, the Contractor 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) Contractor may use Protected Health Information to report violations of law to appropriate Federal and State authorities, consistent with 45 CFR 164.502(j)(1). Obligations of the Government Provisions for the Government to Inform the Contractor of Privacy Practices and Restrictions (a) Upon request the Government shall provide the Contractor with the notice of privacy practices that the Government produces in accordance with 45 CFR 164.520, as well as any changes to such notice. (b) The Government shall provide the Contractor with any changes in, or revocation of, permission by Individual to use or disclose Protected Health Information, if such changes affect the Contractor's permitted or required uses and disclosures. (c) The Government shall notify the Contractor 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. Permissible Requests by the Government The Government shall not request the Contractor to use or disclose Protected Health Information in any manner that would not be permissible under the HIPAA Privacy Rule, DOD 6025.18R, the HIPAA Security Rule, or DOD 8580.02-R, if done by the Government, except for providing Data Aggregation services to the Government and for management and administrative activities of the Contractor as otherwise permitted by this clause. Termination (a) Termination. A breach by the Contractor of this clause, may subject the Contractor 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 Contractor shall return or destroy all Protected Health Information received from the Government, or created or received by the Contractor on behalf of the Government. This provision shall apply to Protected Health Information that is in the possession of subcontractors or agents of the Contractor. The Contractor shall retain no copies of the Protected Health Information. (3) If this contract does not have records management provisions and the Contractor determines that returning or destroying the Protected Health Information is infeasible, the Contractor shall provide to the Government notification of the conditions that make return or destruction infeasible. Upon mutual agreement of the Government and the Contractor that return or destruction of Protected Health Information is infeasible, the Contractor 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 Contractor maintains such Protected Health Information. Miscellaneous (a) Regulatory References. A reference in this Clause to a section in DOD 6025.18-R, HIPAA Privacy Regulation or DOD 8580.02-R, HIPAA Security Regulation, or any CFR or AFI provision means the section as 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, the CFR HIPAA Privacy Rule, DOD 8520.02-R, the CFR HIPAA Security Rule and AFI 41-217. NOTICE TO POTENTIAL CONTRACTORS FOR INFORMATIONAL PURPOSES ONLY This is to inform all potential contractors on the current support policy for RAF Lakenheath, United Kingdom. 5. The contractor is responsible for bearing the costs of the following items: a. Movement and/or storage of household goods and personally owned vehicles. b. Before shipping a personally owned vehicle ensure that the UK will allow you to bring it into the country. Military/DoD civilians are authorized to ship one per military/DoD civilian member per the Status of Forces Agreement (SOFA). A contractor may not be authorized since they do not fall under the SOFA. It may be more beneficial to purchase a UK spec used car. Generally, you can find a decent used UK spec car for around $3000. c. Obtain and maintaining VISA which grants entry to and the right to work in the UK. Go on line and view the UK Border Agency's website for further information. d. Federal income taxes, Medicare, and Social Security contributions. You are responsible to pay all required taxes. W-2's are not provided. e. Government housing is not provided/nor available. f. Logistical Support (Base Exchange, Commissary, Morale Welfare & Recreation (MWR), and Service Station privileges) may or may not be provided. The Performance Work Statement will indicate if Logistical Support is provided. g. Contractor children are authorized to attend Department of Defense Dependent Schools (DODDS) and pay the tuition cost. For additional information please visit www.dodea.edu and click on the European link. British schools are also available in the local area and can be researched online. 6. When living on the British economy here are some items that you may want to keep in mind: a. Have sufficient funds to get into a home - normally you are required to put down a security deposit worth one and a half months rent along with the first month's rent. This can be very expensive depending on rental cost. Research UK Letting Agencies for information on rental housing and costs. (Example: a 3-bedroom home costs £1400.00 per month resulting in an approximate cost of £3500.00 (1.5 months' worth of deposit and first month's rent) - that translates into $5600.00 using an average exchange rate of $1.60.) This is just an example, housing cost can run higher and lower than the example. b. Utility deposits - generally not required in the UK, but recommend you research. c. Electricity. UK standard is 220V. Appliances from the US, unless dual voltage will require a transformer in order to operate in the UK. US TVs will not be able to receive UK channels; this is because Europe uses PAL and the US runs on NTSC. d. Purchasing fuel on the economy is very expensive, go online and check current prices. Please note that fuel is purchased by liter. If you are authorized Logistical Support you may purchase fuel on base. e. Contractors may be required to pay Council Tax which is based on your homes location within any given city/town/village. This generally covers garbage, sewer, Police, etc. As a contractor you do not fall under the SOFA therefore you may NOT be exempt from paying Council Tax. Suggest you research online. f. Other taxes/costs that are required: i. Annual Television Tax (about £120) ii. Road Tax (depends on the type of vehicle and engine size, and if you pay yearly or semi-annually. Annual cost could be anywhere between £100 to £300) iii. Ministry of Transport test (MOT) - annual vehicle inspection. (about £40) iv. Light conversion for U.S. specification vehicles (if imported). g. Rent and utilities are set up for automatic withdrawal so getting a UK checking account may be beneficial. If authorized Logistical Support this can also be done at the Community Bank on the base. 7. The above information is by no means all inclusive but rather a snap shot of what you may encounter. If a staffing agency is being used certain costs may be covered by that agency. Please check with them for details. If submitting an independent proposal, it is advisable that you seek legal counsel to determine what may be required in order to work or be employed in the UK. 8. Note: This information is geared towards contractors who do not have Military/DoD dependent status. Dependents should already have a VISA and are authorized Logistical Support based on their dependency status.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P4MD3129AG03/listing.html)
 
Place of Performance
Address: RAF Lakenheath, Brandon, Non-U.S., United Kingdom
 
Record
SN03139947-W 20130808/130807000854-eebeda0968d86d74af66ed63dc329c21 (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.