Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
MODIFICATION

J -- Full Service Maintenance-Parata Mini/Max Pill Dispensers

Notice Date
5/24/2017
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Medical Command, REGIONAL HEALTH CONTRACT OFF CENTRAL, ATTN: MCAA GP L31 9V, 2539 GARDEN AVENUE, JBSA FT SAM HOUSTON, Texas, 78234-0000, United States
 
ZIP Code
78234-0000
 
Solicitation Number
W81K00-17-T-0274
 
Archive Date
6/23/2017
 
Point of Contact
Deven R. Gaston, , TROY L. DAVIS,
 
E-Mail Address
deven.r.gaston.mil@mail.mil, troy.L.davis1.civ@mail.mil
(deven.r.gaston.mil@mail.mil, troy.L.davis1.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Sources Sought Synopsis: The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be procured through full and open competition, and/or a total Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 811219 Other Electronic & Precision Equipment Repair & Maintenance a corresponding size standard of $20.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HubZone, and Women-Owned small business concerns. The Regional Health Contracting Office - Central, Fort Sam Houston, Texas, is seeking potential sources to provide full service maintenance for the Parata Mini and Max pill dispensers at William Beaumont Army Medical Center, Fort Bliss, TX. This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This sources sought and request for information does not commit the Government to contract for any supply or service whatsoever. The government is not at this time seeking proposals and will not accept unsolicited proposals. Contractors responding to this sources sought notice are advised their response does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expense associated with preparation or participation in this research. Interested parties should e-mail responses to deven.r.gaston.mil@mail.mil by the date identified below. Contractor responses should include: 1. The size of your business with regard to North American Industry Classification System (NAICS) code 811219 per the standard described in Federal Acquisition Regulation (FAR) Part 19.102 (FAR available at http://farsite.hill.af.mil). 2. Recommended Bid schedule (Contract Line item) and invoicing recommendations 3. Company name, DUNS, CAGE, Contact information including phone number and email. 4. Identify if you are interested and capable of providing these services. 5. Submit no later than 8 June 2017 by 4:00 pm CST. Contracting Office Address: Regional Health Contracting Office-Central, ATTN: MCAA Room L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200 Place of Performance: 5005 N. Piedras Fort Bliss, TX 79920 Point of Contact(s): deven.r.gaston.mil@mail.mil See work statement below: PERFORMANCE WORK STATEMENT Parata Maintenance Services William Beaumont Army Medical Center, Fort Bliss, Texas GENERAL 1. DESCRIPTION OF WORK: The contractor shall provide full service maintenance for the Parata Mini and Max pill dispensers at William Beaumont Army Medical Center, Fort Bliss, Texas. The Government requires that the equipment be maintained in good working order and that such maintenance services include all scheduled, unscheduled maintenance and replacement of parts as needed; and emergency repaired made whenever any of the equipment breaks down unexpectedly. This maintenance services contract covers the repair, preventative maintenance (PM), calibration, and exchange services according to the Manufacturer's specifications for the Parata Equipment listed in Table 1. PARATA 2000 WORKSTATIONS-M-P2K-PRM W.RMT UL SPRT- FOR THE WBAMC, WBAMC INPATIENT, SFMC, SFCC, EAST BLISS, FT BLISS PX, WSMR, MCGREGOR RANGE, RIO BRAVO 1.1. This contract is a NON-PERSONAL SERVICES contract under which the personnel rendering the services are not subject, either by the contract's terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the government and its employees. 1.2. The inspection and acceptance point for all services rendered under this contract will be by the Contracting Officer's Representative (COR), or Medical Maintenance Branch. The performance by the contractor technician, the quality of services rendered, and any documentation or written material in support of same, shall be subject to continuous inspection, surveillance and review for acceptance by the COR or designated representative. Other performance evaluation factors will be monitored that are not quantified by numerical measurements, Contractor technician relationship with hospital staff/Government contracting personnel and compliance with hospital policy and procedures. 1.3 Performance Requirement Summary. The following performance objectives and measures will be used to evaluate Contractor performance and compliance under this contract, Table 2. This information will be used to prepare annual past performance evaluations. Table 2- Performance Measurement Objectives PERFORMANCE MEASUREMENT OBJECTIVE STANDARD ACCEPTABLE QUALITY LEVEL METHOD OF ASSESSMENT REMEDY 1. Maintenance Support. PWS Para 7 Maintain system to its intended functionality and compatibility within a supported operating and technology environment. 100% of the time. COR validate proper function and operation of the systems and all components. CDR Issued, and Document in CPARs. 2. Scheduled and Unscheduled Response. PWS Para 7.2 and Para 7.3 In accordance with PWS: 7.2.1- 7.2.4 7.3.1-7.3.5 100% of the time. Monitored by COR CDR Issued, and Document in CPARs. 3. Service Reports. PWS 8. Upon completion of services 100% of the time Monitored by COR CDR Issued, and Document in CPARs. 2. Contractor Manpower Report (CMR). PWS Para 13. Complete Contractor Manpower Report by 31 October each year. Notify COR by the 5th working day in November whether or not completed. Completed report- 100% of the time. Review CMR records to ensure was completed. COR Monitors. CDR Issued, and Document in CPARs. 1.4. Sexual Assault Prevention and Response Program. 1.4.1 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. 1.4.2 The contractor shall require all HCP(s) 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. 1.4.3 The contractor shall require all HCP(s) 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. 1.4.4 The contractor shall ensure all service providers receive Sexual Harassment/Assault Response and Prevention (SHARP) training not later than 60 calendar days after contractor personnel begins performance under this contract. Training can be obtained either online or in person. Contractor personnel can attend SHARP training provided by MEDCOM on an every other month basis by contacting (210) 221-6118 for class date/time and availability. If the employee has an AKO account, they can access online the Team Bound Self Study course through Army Learning Management System (ALMS) at http://www.atsc.army.mil/tadlp/delivery/alms.asp1. 1.5. The Contractor shall notify its employees of the United States Government's zero tolerance policy described in paragraph (b) of FAR clause 52.222-50 "Combating Trafficking in Persons" and the actions that will be taken against employees for violations of this policy. 2. CONTRACTOR REQUIREMENTS: 2.1 Contractor shall ensure that all services provided under the terms of this contract are performed by persons trained and certified as proficient in the provision of the services provided by an accredited school or manufacturer's training program. 2.2. Contractor represents and warrants that all personnel provided by Contractor to do work on MTF's equipment are legally eligible to work in the United States of America; and that Contractor complies with all applicable federal and state wage and employment laws, and with all other applicable laws and regulations pertaining to the services provided to the Government. 2.3. The Contractor shall not hire off-duty Government employees who serve as inspector or COR's in their Government position, or any other persons whose employment would result in a conflict of interest. 3. ADMINISTRATIVE: 3.1. Reports. The Contractor shall submit reports to the COR or Contracting Officer as requested for use in monitoring Contractor performance. Such reports may include, but are not limited to, a service report as identified in paragraph 8. 3.2. Safety. The Contractor shall ensure its personnel comply with all installation and MTF safety regulations. Such regulations include, but are not limited to, general safety, fire prevention, and waste disposal. Copies of these regulations are on file in the medical activity safety office or may be obtained through the COR. The use of cellular phones and 2-way radios is expressly forbidden in all Medical Treatment Facilities and Health Clinics. 3.3. Security. 3.3.1. The Contractor shall ensure its personnel comply with the local installation requirements for vehicle registration and operation on the military facility. Any vehicle operated by contract personnel on the military installation must have the minimum liability coverage required by the state in which the performance is located. 3.3.2. The Contractor shall ensure its personnel comply with installation and MTF personnel identification and access requirements. The Contractor is responsible for absences due to expired identification and access documents. 3.4. Antiterrorism/Operations Security (AT/OPSEC) Requirements. 3.4.1 AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 60 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 65 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil 3.4.2. Access and General Protection/Security Policy and Procedures. This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area. Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 3.4.3. For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 3.4.4. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 60 calendar days of contract award and within 60 calendar days of new employees commencing performance with the results reported to the COR NLT 65 calendar days after contract award. 3.5. HOURS OF OPERATION: Medical Maintenance Branch, WBAMC, office hours 7:30 A.M. thru 4:30 P.M., MT, Monday thru Friday. Overtime hours are not allowed in accordance with the contract. 3.6. Software upgrades. All software upgrades, corrective in nature, or which enhance equipment features shall be at no-cost to the government. 3.7. Contractors shall provide all documentation required to meet all regulatory compliance testing procedures. 4. CONTRACTOR CONDUCT: 4.1. The Contractor is responsible for the conduct of his/her employees. All services shall be provided in accordance with established standards, principles, and ethics of the profession and applicable professional specialty organizations, and shall ensure the highest regard to patient dignity. 4.2. The Contractor shall ensure that its personnel comply with MTF policies regarding personal appearance and conduct. 4.3. Inquiries. Contractor shall ensure that its personnel do not respond to any media inquiries. Any inquiries from the media shall be immediately relayed to the COR, who will relay them to the MTF Commander. There shall be no interviews, comments, or any other response without the knowledge and approval of the MTF Commander. Other than routine inquiries from external agencies, all other inquiries and complaints shall be brought to the attention of the Government. 4.4. Smoking. The Contractor shall ensure its personnel shall comply with the MTF smoking policy. The Smoking area is 50 feet from the Bradley Bldg. 4.5. Complaints. Complaints will be validated by the COR and be reported in writing to the Contracting Officer and the Contractor for action, if it constitutes a failure to perform, as determined by the Government. The Contractor shall have no more than one substantiated complaints for each period of performance. 4.6. Contractor Representation. The Contractor shall designate a Point of Contact (C-POC) for the contract. The Contractor's POC shall be the only authorized representative of contractor authorized to discuss with the COR, any and all maintenance services required by the contract and ensure response to requests for performance of the contract. The POC shall have the authority to make decision for the Contractor. The Contracting Officer or the COR shall be notified promptly whenever the POC changes. Contractor's POC shall be submitted no later than 10 days after award of contract, and shall include as a minimum name, title, and telephone number. 5. GOVERNMENT FURNISHED PROPERTY AND MATERIALS: 5.1. The COR will provide the contractor access to the equipment covered under the contract. 5.2 Contractor 5.2.1. The Contractor shall provide each employee an identification badge which shall be displayed on their outer garment at all times when responding to a service call at the MTF. The badge shall include, as a minimum, the employee's name, current picture, the Contractor's name, and title identification. 5.2.2. All materials, other than those materials specified as Government furnished, required in the performance of this contract shall be furnished by the Contractor. 5.2.3. Availability of manufacturer's service literature needed in the performance of the contract will be Contractor's responsibility and will remain Contractor owned at the termination of the contract. The Contractor shall obtain the currently available literature of the original equipment manufacturer (OEM). 5.2.4. Equipment maintenance performance under the contract includes the unlimited replacement of defective parts. 5.2.5. Contractor shall notify the COR immediately when parts required to accomplish a maintenance service are not available from the manufacturer. 5.2.6. The Government will not be responsible for any damage or loss of Contractor supplies, materials, or equipment nor is the Government responsible for any damage or loss of the Contractor employees' personal belongings, due to fire, theft, accidents or other causes. 5.2.7. The contractor shall report immediately to the COR or the Chief of Equipment Management Branch, all accidents which may arise out of or in connection with the performance of services required within the scope of this contract. 6. SCOPE OF WORK: 6.1 Qualified Technician shall report to the Medical Maintenance Branch, Bradley Building, Room 3K4. The contractor shall complete and sign-in the Contractor's Log by indicating company name, individuals name, time of arrival, and destination. The contractor employee shall check in with the COR, Chief of Medical Maintenance Branch before proceeding to complete the service repair work. When departing WBAMC, the technician must exist through Medical Maintenance and provide the service report with applicable information. 6.2 Persons Authorized to Make Calls. The Government's COR as well as those authorized to give instructions, place service calls, or request updates status, are listed below No instructions will be accepted by anyone other than the people listed below or the Contracting Officer. One of the persons listed below will call and leave their name and number and the Contractor will return the call, or come directly to the COR in room 3K4 of the Bradley Building to verify the call prior to initiating any action. Table 2 - Positions Authorized to Make Service Calls Position Phone Number Contracting Officer Representative (COR), Contract Service 915-742-2721 Chief of Medical Maintenance Branch 915-742-2705 6.3. Contracting Officer's Representative (COR). The COR will be appointed. 6.4. Any service performed without the prior approval of one of the individuals above shall be at no cost to the Government. 6.5. The Government agrees to pay the Contractor for each repair actually performed by Contractor at the price specified in the List of Repairs. This list shall be attached to the service report and incorporated into this contract by reference. 6.6. The Government agrees to purchase from or provide to Contractor such parts, supplies, and other materials as may be necessary and reasonable in order to maintain the Equipment in good working order. It is understood that the success and satisfactory performance of any maintenance service or repair performed by Contractor depends upon the quality of materials used. Therefore, the Government shall be fully responsible for any failure or dissatisfaction arising from any service or repair that is done using materials not purchased from or specified by Contractor. 7. MAINTENANCE TIME FRAMES: The Contractor shall provide two preventive maintenance (PM) and two annual calibration verification check (CVC) each year. The Contractor shall perform CVC in conjunction with the preventive maintenance services. If OEM standards requires more than one PM then this will be covered by the Contractor. Services during the time frame will include one electrical safety current leakage test to determine the amount of electrical current electrical leakage to the case of the unit. All services performed are documented and indicated on the service ticket upon completion of services as follows: (a) Calibration: CA with the time spent (b) Preventive Maintenance INSP is inspection with the time spent, the electrical safety test is considered to be part of this process. (c) Scheduled Parts Replacement SPR with the time, name, and part numbers with cost of parts replaced. 7.1. No Government owned equipment will be removed from the site unless the Property Book Officer (PBO) has reviewed and/or completed all documentation pertaining to the removal of equipment. PBO, Equipment Management Branch (915) 742-2171 7.2. Scheduled Services 7.2.1. Two PM annually for the life of the contract starting at the time of award and at the beginning of each option period. More than one PM might be required depending on the OEM standards and will be covered under this contract. 7.2.2. The Contractor shall complete all required scheduled services within four working days after starting each scheduled services. 7.2.3. The Contractor shall coordinate with the COR, to ensure access to the equipment to be serviced, no later than the fourth working day of the month scheduled for service. 7.2.4. Upon completion of PM on the equipment, the contractor shall update the affixed DD Form 2163, Medical Equipment Verification/Certification Sticker according to TB 38-750-2. 7.3. Unscheduled Services 7.3.1. All repairs must be accomplished and the unit fully operational within three (3) working days of telephonic notification of a malfunction. These days are Monday through Friday, excluding all Government holidays. All equipment is repaired to meet manufacturers specifications at all times. 7.3.2. The Contractor shall respond telephonically within four hours during normal duty hours days and within six hours after normal duty hours/or weekends/holidays. 7.3.3. Delays caused by the Government must be promptly communicated to the COR and will not counted against the repair completion time frame. 7.3.4. If parts are required and are not in stock with the original equipment manufacturer, an allowable delay will be determined by the COR. 7.3.5. The Contractor shall provide for all replacements of worn and/or defective parts necessary to restore the equipment to 100% operational condition as specified by the OEM. 8. SERVICE REPORTS: Upon completion of services, a service report shall be provided to the COR. This report is initiated by the Contractor at the completion of each repair and at the minimum will include: (1) Contractor's name (2) Contract number (3) Name of technician performing the repair (full printed and signed name) (4) Number of hours expended on each. Hours are in tenths and rounded up to the nearest tenth of an hour. Example 1.1 is one hour and six minutes. (5) Part number and listed cost of each repair part used (6) Manufacturer, model number, serial number and Equipment Control Number of equipment being repaired. (7) Detailed information regarding the equipment malfunction and corrective action taken and preventive maintenance and calibrations standards checked. (8) Date of calibration expiration. 9. OTHER REQUIRED TASKS: 9.1. The performance of all services shall meet or exceed the specifications of the original equipment manufacturer. 9.2. The Contractor is not responsible for the maintenance of equipment listed when damage resulted from act of God, or Government neglect/misuse/abuse, or when services from other than the Contractor's personnel have been performed. 9.3. Delays caused by Government will not be counted as contractor "down time" for the purpose of this requirement. 9.4. Contractor shall furnish and install only OEM replacement parts or OEM recommended substitution/ modifications, as approved by the Medical Maintenance Branch as required to ensure proper and safe operation of the equipment. The Contractor shall provide technical assistance, install hardware/software updates as required by the manufacturer. 9.5. When CVC services are complete, the Contractor shall affix a DD Form 2163 to the equipment, update the current form, when appropriate, as specified TB750-1, Operating Guide for Medical Equipment Maintenance. The COR shall determine where on the equipment the DD Form 2163 will be affixed. 9.6. The Contractor shall establish and follow a procedural checklist when performing scheduled services. Any updates shall be supplied to the COR. 9.7. The Contractor shall comply with applicable federal, state, and local laws and regulations. 9.8. The contractor shall use reasonable efforts to continue work uninterrupted until the equipment is operational. Equipment which is left unserviceable at the end of normal duty hours or until performance can be resumed will be identified by the Contractor. The contractor will notify the Chief, Medical Maintenance Branch or the COR, as well as, hospital staff/end users. If the Contractor determines that additional parts are required, services will resume as soon as parts become available. The COR will be informed personally or in writing of the equipment status prior to the Contractor leaving the work site. 9.9. If a malfunction exists with the Contractor maintained equipment or the Government's utilities (i.e., water, air, electricity), the contractor's maintenance representative will be notified. The Contractor's maintenance representative and the Government's maintenance representative will test the utilities and will determine whether the utility or the equipment failed. If it is determined that the equipment failed, the contractor shall perform maintenance services immediately. 9.10. Contractor personnel shall leave job site in the same condition as found upon arrival. 10. REPLACEMENT PARTS: 10.1. The Contractor shall have and maintain an adequate inventory of repair parts to service the equipment listed herein as may be needed in the performance of this contract. 10.2. Replacement parts used in the performance of this contract shall be new or reconditioned, however, Government approved reconditioned repair parts shall be the only reconditioned repair parts allowed for performance of services under this contract. 10.3. Parts which have been replaced with Contractor furnished parts shall become the property of the Contractor. Parts once placed in a system or sub-system becomes the property of the Government. 10.4. The Contractor shall replace all worn, failed, or defective components and parts that have failed under proper use with no further cost or charge to the Government. 11. APPLICABLE PUBLICATION AND FORMS: 11.1. Publications documents and forms applicable to this PWS are listed below. The Contractor is required to comply with these directives. Supplements or amendments may be issued during the life of the contract and will be considered to be in full force and effective immediately upon receipt by the Contractor. If compliance with such supplements and amendments changes the contract cost, it shall be a change within the meaning of the "Changes" clauses of the contract. 11.2. FORMS. The forms listed below will be provided to the Contractor by the Government for use in the performance of this contract. DD Form 2163, Medical Equipment Verification/Certification. 11.3. PUBLICATIONS. Publications shall be made available to the Contractor during the period of the contract. The non-Army publications establish guidelines for administering adequate healthcare services. When a conflict between the non-Army publications and Army publications arises, the publication which is more restrictive will be followed. These publications are located and will remain in the Medical Maintenance Branch, WBAMC. PUBLICATION NUMBER PUBLICATION TITLE AR 40-5 Preventive Medicine AR 40-61 Medical Logistics Policies and Procedures SB 8-75-11 Supplement to AR 40-61 TB MED 7 Maintenance Expenditure Limits for Medical Equipment TB MED 750-1 Operating Guide for Medical Equipment Maintenance TJC Manual The Joint Commission Manual (Current Edition) NFPA 99 National Fire Protection Association Health Facilities Handbook (Current edition) NFPA 101 Life Safety Code (Current edition) 12. DD Form 1577, Warning Tag. DD Form 2163, Medical Equipment Verification/Certification. 13. CONTRACT MANPOWER REPORTING. (Accounting for Contract Services) (Jul 2007) 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 sub-Contractor); (8) Predominant 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 sub-Contractors 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 Officer." The following information is provided for the Contractor's use in completing the above report: Predominant Federal Service Code: J065 (Maintenance and Repair of Medical Dental and Veterinary) Unit Identification Code for the Army Requiring Activity- W0Q3AA Report Schedules are based on the Government's Fiscal Year cycle, regardless of the contract period of performance cycle. This contract requires a final CMR report which does NOT align to the Fiscal Year. The final CMR report shall be due NLT 30 days after the performance period ends. If this contract is extended beyond the final CMR reporting period, the modification authorizing the extension will reflect the revised final CMR due date. 13. Notice of Conference. The Contractor, or authorized representative, may be required to attend a conference prior to any work being performed under this contract. A representative of the Contracting Office will notify the Contractor after entering into the contract as to the specific time and location of the conference. Such conferences will normally occur telephonically: however, the Government reserves the right to require the personal presence of the Contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-17-T-0274/listing.html)
 
Place of Performance
Address: 5005 N. Piedras, Fort Bliss, Texas, 79920, United States
Zip Code: 79920
 
Record
SN04520137-W 20170526/170524234736-f571a07622a91e27c410293fb4401b5e (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.