Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOLICITATION NOTICE

J -- Remisol Middleware Equipment Maintenance

Notice Date
5/4/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
 
ZIP Code
20889
 
Solicitation Number
W91YTZ-17-T-0241
 
Archive Date
5/27/2017
 
Point of Contact
Valerie DeVeaux, Phone: 7067873894
 
E-Mail Address
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.06. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. Solicitation number W91YTZ-17-T-0241 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92 and Defense Federal Acquisition Supplement Publication (DPN) 20161104. This acquisition is issued on an UNRESTRICTED, FULL AND OPEN basis under NAICS code 811219 and size standard is $20.5 M. The Government anticipates awarding a single award issued as Firm Fixed Price. This requirement is for a base year period and two (2) one year option periods. The requirement of this solicitation is to provide equipment maintenance of a Government owned Remisol Advanced Data Manager and Computer System at Fox Army Health Center, Redstone Arsenal, AL. The Remisol Middleware System consolidates patient test information from multiple instruments in your lab. It enhances your LIS, empowering you to access and manage information from a single workstation. All responsible sources may submit a quotation which shall be considered by the agency. Quotes are due by 12 May 2017 at 12:00 pm EST. Questions must be submitted via email no later than 8 May 2017. Quotes and questions shall be submitted via email to valerie.j.deveaux.civ@mail.mil. ITEM NO. 0001 The requirements of this solicitation are for all supplies and materials necessary to perform preventative maintenance and repair on the Government owned Remisol Middleware System located at Fox Army Health Center on Redstone Arsenal, AL. Period of performance: 1 June 2017 - 31 May 2018. QTY: 1 UNIT: EACH UNIT PRICE: $_______ TOTAL: $________ ITEM NO. 1001 The requirements of this solicitation are for all supplies and materials necessary to perform preventative maintenance and repair on the Government owned Remisol Middleware System located at Fox Army Health Center on Redstone Arsenal, AL. Period of performance: 1 June 2018 - 31 May 2019. QTY: 1 UNIT: EACH UNIT PRICE: $_______ OPTION YEAR 1 TOTAL: $________ ITEM NO. 2001 The requirements of this solicitation are for all supplies and materials necessary to perform preventative maintenance and repair on the Government owned Remisol Middleware System located at Fox Army Health Center on Redstone Arsenal, AL. Period of performance: 1 June 2019 - 31 May 2020. QTY: 1 UNIT: EACH UNIT PRICE: $_______ OPTION YEAR 2 TOTAL: $________ ITEM NO. 0002 CONTRACT MANPOWER REPORTING ACCOUNTING FOR CONTRACT SERVICES -The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer#s Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor); (7) Total payments (including subcontractor); (8) Predo minant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-contractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (10) Locations where Contractor and subcontractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website); (11) Presence of deployment or contingency contract language, and, (12) Number of Contractor and sub-contractor employees deployed in theater this reporting period (by country). (13) As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. The Contractor shall notify the Contracting Officer #s Representative (COR) by the 5th working day of November whether or not they have completed this report. If the COR is unavailable, the Contractor will notify the Contracting Office. QTY: 1 UNIT: EA UNIT PRICE: ___________ TOTAL: ____________ BASE + OPTIONS TOTAL $__________ Delivery Address Fox Army Health Clinic Building 4100 Goss Road Redstone Arsenal, AL 35809 SOLICITATION PROVISIONS 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (APR 2014) Addendum to 52.212-1 (Local Provision (LP) 5004) Para (b) Submission of Offers: The following supplements this paragraph with respect to the information and documents required for submission in response to this solicitation. All responsible offerors must submit: - Technical Description of items being offered (see note) - Clin/Item Number Pricing (filled out) - Company's Dunn and Bradstreet number (DUNS): - CAGE code: - Delivery Time: - Company Contact Information, for evaluation purposes: Fill out and return 52.212-3 Alt I (Registration in SAM can be substituted for FAR 52.212-3 Alt I. The information in SAM must be current and complete before an award can be made. Contractor shall not have any Active Exclusion Record in SAM). NOTE: If providing an "equal" item(s), comply with FAR Provision 52.211-6, Brand Name or Equal. Explain in detail how the proposed items will meet the salient characteristics of the items as specified here in the solicitation. Offerors shall demonstrate that the product proposed complies with the technical requirements described in the salient characteristics via the submission of a written capability statement, product literature, or other materials, with their offer. Offerors shall cross-reference their product to its "equal" in the solicitation via the use of part numbers or another methodology that clearly identifies what the submitted product is "equal" to. Offerors shall ensure their proposed quantities result in the same number of items required, as identified in the solicitation. Salient Characteristics: 1. Must have the capability to perform Remisol Middleware, Remisol Advanced Data Manager and computer/server system updates and patches as new updates become available. 2. Must have capability to provide software support to include diagnostics and repair of the Remisol Advance Data Management software. 3. Must have capability to provide technical support and onsite service for diagnostics and repair of the Remisol Server hardware and (1) additional Remisol Review station computer. 4. Must have ability to provide technical and application support through telephone or onsite service visits 8 hours daily, 5 days a week excluding federal holidays. 5. Must have ability to provide technical and application support for system troubleshooting and diagnostic repair for Hardware and software of the Remisol system components. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. (End of Provision) 52.211-6 -- BRAND NAME OR EQUAL (AUG 1999) 52.214-34 - SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.222-56 - CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN (MAR 2015) 52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION (OCT 2015) 52.209-2 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS - REPRESENTATIONS (NOV 2015) 52.209-11 - REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.209-12 - CERTIFICATION REGARDING TAX MATTERS (FEB 2016) 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); http://farsite.hill.af.mil/ 52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7004 - ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) 252.204-7008 - COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEVIATION 2016-O0001)(OCT 2015) 252.204-7011 -- ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (See Clins) 252.215-7007 -- NOTICE OF INTENT TO RESOLICIT (JUN 2012) 252.215-7008 -- ONLY ONE OFFER (OCT 2013) 252.222-7007 - REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) 252.225-7050 -- DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014) 252.247-7022 -- REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (End of Addendum to 52.212-1) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) HCAA Local Clause 5005 (LPTA) Addendum to 52.212-2 Award will be made using the lowest price technically acceptable (LPTA) source selection process. Award will be made to the responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Award may be made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. Paragraph (a) is hereby replaced with the following: (a) The Government will issue an order resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. (i) Price: Prices will be reviewed to determine reasonableness based on market research. (ii) Provide all requested information in Addendum 52.212-1 1. The following adjectival ratings will be used in evaluating the offeror's written technical proposal: Acceptable - Offer clearly meets the minimum requirements of the solicitation. Unacceptable - Offer does not clearly meet the minimum requirements of the solicitation. (End of Addendum to 52.212-2) 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAR 2015) ALTERNATE I (OCT 2014) CONTRACT CLAUSES 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015) Addendum to 52.212-4 (Local Clause (LC) 5003 The following policy applies only if the contractor will be on the Government installation for more than thirty (30) days. (v) Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP). The contractor shall comply with OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP), 12 Nov 2013. The SHARP reporting requirements apply only to knowledge obtained by contractor personnel while performing services under this contract. The contractor shall require all Contract Service Providers (CSP) with knowledge of an incident of sexual assault occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. The contractor shall require all CSPs with knowledge of an incident of sexual harassment occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. (w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ https://acquisition.gov/far/index.html 52.204-9 - PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-10 -- REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.204-21 - BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-4 -- NOTICE OF PRICE EVALUATION PERFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.219-6 - NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.222-19 -- CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (APR 2015) (EEO) 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-3 - HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) 52.223-18 -- ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-3 -- PROTEST AFTER AWARD (AUG 1996) 52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.237-2 -- PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.225-7036 - BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM (AUG 2016) 252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) 52.209-10 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (DEC 2014) 52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7999 -- PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMEMNTS (DEVIATION 2015-O0010) (FEB 2015) 252.204-7012 -- SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (OCT 2016) 252.204 - 7015 - DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003 -- ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.244-7000 -- SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) iRAPT (LC 5002) (Formally known as WAWF) HIPPA (LC 5001) (End of Addendum to 52.212-4) PERFORMANCE WORK STATEMENT Remisol Service and Maintenance Contract 1. GENERAL: 1.1. Scope of work. The contractor shall furnish all supplies, consumables and materials necessary to perform preventative maintenance and repair on the Remisol Middleware located at Fox Army Health Center on Redstone Arsenal, Alabama. 1.1.2. All contractor and subcontractor activities shall be in compliance and applicable federal, state, and local laws and regulations. 2. ACRONYMS: AR - Army Regulation CFP - Contractor Furnished Property COR - Contracting Officer's Representative FAHC - Fox Army Health Clinic GFP - Government Furnished Property IAW - In Accordance With JCAHO - Joint Commission on Accreditation of Healthcare Organizations KO - Contracting Officer MEDDAC - Medical Department Activity MIL STD - Military Standard OSHA - Occupational Safety and Health Administration PPP - Principal Period of Performance QA - Quality Assurance QC - Quality Control DOD: Department of Defense 3. DEFINITIONS Army Regulation - Regulation that contains policies and administrative procedures necessary to ensure uniform compliance with those policies and procedures. Performance Requirements Summary - Identifies the key service units of the contract that will be evaluated by the government to assure contract performance standards are met by the contractor. Principal Period of Performance - Working hours during which operations are performed. Fox Army Health Center operates Monday through Friday 0730-1600. Quality Assurance - Those actions taken by the government to assure services meet the requirements of the contract. 4. GOVERNMENT FURNISHED: The Government will not provide any GFP/GFE to the contractor under this contract. 5. CONTRACTOR FURNISHED: 5.1 The contractor shall provide all materials, consumables and supplies to perform maintenance, support and service for the Remisol Advanced Middleware system. The contractor shall maintain the Remisol Middleware and all related equipment in optimal operating condition throughout term of the service agreement. The service shall include all adjustments, calibration, repairs, parts replacement and all other methods deemed necessary to maintain the equipment. Contractor must supply a copy of the work performed to the Chief, Medical Maintenance. Service for this instrument is vendor specific, and cannot be performed by governmental functions or another vendor. 6. PERSONNEL 6.1 The contractor shall provide employees working on this contract with personal protective clothing, safety equipment and devices necessary to protect the employees. 6.2 The contractor shall provide employees working on this contract with an initial safety orientation and continuing instruction which shall enable them to conduct their work in a safe manner and to recognize and report hazardous conditions IAW OSHA. 6.3 The contractor shall not employ any alien who does not have a valid US Immigration Alien/Registration card. 7. UNIFORMS, NAME TAGS, AND APPEARANCE 7.1 The contractor shall require all employees working on this contract to distinctive and identifiable badges. 7.1.2 The contractor shall furnish all personnel working on Redstone Arsenal with name tags, indicating as a minimum the company name and the employee's last name. 7.1.3 The Project Manager and Alternate Project Manager shall be identified by job title in addition to name. 8. SPECIFIC TASK: 8.1 The contractor shall provide all consumables and supplies needed to perform scheduled maintenance and repair of the Remisol Advance Middleware system 8.1.1 The contractor shall provide invoices of all services and repairs performed on the Remisol Advance Middleware System. 8.1.2 The contractor shall obtain the approval of the KO, or the Contracting Officer's Representative, prior to changing the scheduled services. 8.1.3 The contractor shall perform preventative maintenance visits as needed or required 8.1.4 The contractor shall ensure the Remisol Advance Middleware has factory authorized product updates and system modification and these are installed at no additional cost to the government. 8.1.5 The contractor shall utilize factory trained authorized Beckman technicians for all service and instrument repairs. 8.1.6 The contractor shall provide no charge for replacement parts which become marginal or defective due to normal use and wear 8.1.7 The contractor shall provide technical and application support for the Remisol Middleware 8.1.8 The contract will bill all services and reagents in Wide Area Work Flow. 9. QUALITY CONTROL 9.1 The contractor shall establish and maintain a complete quality control program to ensure the requirements of the contract are met. 9.1.2 Records. The contractor shall maintain records of all service and maintenance inspections conducted and the corrective action taken. This documentation shall be made available to the Government during the term of the contract. 9.2 A report of inspections conducted, to include findings and corrective action, shall be prepared IAW DI-MISC-80508. 10. QUALITY ASSURANCE 10.1 The Government will monitor the contractor's performance under this contract 10.2 When the contractor's performance is unsatisfactory, a DA Form 5479, Contract Discrepancy Report (CDR), will be issued by the Government to the contractor IAW DA PAM 5-20. The contractor shall reply within 24 hours to the KO, giving reasons for the unsatisfactory condition, corrective actions taken, and procedures to prevent recurrence. 10.3 Performance Evaluation Meetings. The contractor's project manager, KO and the COR can request a performance evaluation meeting. The performance evaluations can be held through telephone conference calls to discuss discrepancies and quality assurance improvements with service. Meetings can be held as deemed appropriate by the Beckman Project manager, KO and COR. 10.4 Safety. Must be maintained at all times. 10.4.1 Upon commencement of work under this contract, the contractor shall establish a program meeting the requirements to be in compliance with Public Law 91-596, "Occupational Safety and Health Act of 1970 (OSHA), 10.4.2 The contractor shall perform all duties of this contract in a safe manner and provide a safe environment for all personnel. 10.4.3 Performance Requirements Item # PWS Requirement PWS Reference Standard Acceptable level (AQL) Primary Surveillance Method Performance Incentive 1 The contractor shall provide all reagents and consumables to perform scheduled maintenance and repair of the Remisol Middleware 8.1 The contractor shall provide parts and reagents necessary to perform pm and service at no additional cost to the government 100% satisfactory rate COR Periodic Inspection Performance Below the Standard Will be Annotated On the Past Performance Report 2. The contractor shall provide invoices of all services and repairs performed on the Remisol Middleware 8.1.1 All service will need to be submitted to FAHC Laboratory within 30 days 100% satisfactory rate COR Periodic Inspection Performance Below the Standard Will be Annotated On the Past Performance Report 3. The contractor shall perform preventative maintenance visits as needed or required 8.1.3 PM visits as needed or required 100% satisfactory rate COR Periodic Inspection Performance Below the Standard Will be Annotated On the Past Performance Report 4. The contractor shall ensure the Remisol Middleware have factory authorized product updates and system modification and these are installed at no additional cost to the government. 8.1.4 System recalls, updates or defects will be replaced at no additional charge to the government 100% satisfactory rate COR Periodic Inspection Performance Below the Standard Will be Annotated On the Past Performance Report 5. The contractor shall provide no charge for replacement parts which become marginal or defective due to normal use and wear 8.1.6 Contractor shall replace defective or worn parts at no additional cost to the government 100% satisfactory rate COR Periodic Inspection Performance Below the Standard Will be Annotated On the Past Performance Report 6. The contract will bill all services and reagents in Wide Area Work Flow. 8.1.8 Invoices should be submitted within 30 days of service 100% satisfactory COR Periodic Inspection Performance Below the Standard Will be Annotated On the Past Performance Report 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (OCT 2016) (DEVIATION 2013-O0019)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-17-T-0241/listing.html)
 
Place of Performance
Address: Fox Army Health Clinic, Building 4100 Goss Road, Redstone Arsenal, Alabama, 35809, United States
Zip Code: 35809
 
Record
SN04496528-W 20170506/170504235627-2d64de56a43eadeb52bed2d2ccafc82a (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.