Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOLICITATION NOTICE

J -- WaveScan Wavefront Analyzer corrective and preventative maintenance

Notice Date
9/20/2017
 
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-0386
 
Archive Date
10/12/2017
 
Point of Contact
Linda M. Spindler, Phone: 7067872378
 
E-Mail Address
linda.m.spindler.civ@mail.mil
(linda.m.spindler.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W91YTZ-17-T-0386 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Federal Acquisition Supplement Publication (DPN) 20161222. This acquisition is issued on an UNRESTRICTED basis under NAICS code 811219 and size standard is 1,000 employees. All responsible sources may submit a quotation which shall be considered by the agency. The purpose of this combined synopsis/solicitation is to award contract for 5 years, a base year plus four (4) one year option periods, for Refractive WaveScan Wavefront Analyzer maintenance at Dwight David Eisenhower Army Medical Center, Fort Gordon, Georgia. Base Period of Performance: 1 October 2017 - 30 September 2018, subject to 52.232-18 -- Availability of Funds. Quotes are due by 27 September 2017 at 12:00 pm EST. Questions must be submitted via email no later than 22 September 2017. Quotes and questions shall be submitted via email to linda.m.spindler.civ@mail.mil. ITEM NO. 0001 Refractive WaveScan Wavefront Analyzer maintenance Refractive WaveScan Wavefront Analyzer corrective and preventative maintenance, serial #: 77011, model #: 0070-1478. Base Year Period of Performance: 1 October 2017 - 30 September 2018. QTY: 4 UNIT: QUARTER UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0002 CONTRACT MANPOWER REPORTING Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. QTY: 1 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ BASE YEAR TOTAL: _________________ ITEM NO. 1001 Refractive WaveScan Wavefront Analyzer maintenance Refractive WaveScan Wavefront Analyzer corrective and preventative maintenance, serial #: 77011, model #: 0070-1478. Base Year Period of Performance: 1 October 2018 - 30 September 2019. QTY: 4 UNIT: QUARTER UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 1002 CONTRACT MANPOWER REPORTING Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. QTY: 1 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ OPTION YEAR ONE TOTAL: _________________ ITEM NO. 2001 Refractive WaveScan Wavefront Analyzer maintenance Refractive WaveScan Wavefront Analyzer corrective and preventative maintenance, serial #: 77011, model #: 0070-1478. Option Year Two Period of Performance: 1 October 2019 - 30 September 2020. QTY: 4 UNIT: QUARTER UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 2002 CONTRACT MANPOWER REPORTING Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. QTY: 1 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ OPTION YEAR TWO TOTAL: _________________ ITEM NO. 3001 Refractive WaveScan Wavefront Analyzer maintenance Refractive WaveScan Wavefront Analyzer corrective and preventative maintenance, serial #: 77011, model #: 0070-1478. Option Year Three Period of Performance: 1 October 2020- 30 September 2021. QTY: 4 UNIT: QUARTER UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 3002 CONTRACT MANPOWER REPORTING Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. QTY: 1 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ OPTION YEAR THREE TOTAL: _________________ ITEM NO. 4001 Refractive WaveScan Wavefront Analyzer maintenance Refractive WaveScan Wavefront Analyzer corrective and preventative maintenance, serial #: 77011, model #: 0070-1478. Option Year Four Period of Performance: 1 October 2021 - 30 September 2022. QTY: 4 UNIT: QUARTER UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 4002 CONTRACT MANPOWER REPORTING Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. QTY: 1 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ OPTION YEAR FOUR TOTAL: _________________ Delivery Address Dwight David Eisenhower Army Medical Center Medical Maintenance Division 300 East Hospital Road Fort Gordon, Georgia 30905-5000 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. (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) 52.204-16 - COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 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) 52.223-1 - BIOBASED PRODUCT CERTIFICATION (MAY 2012)(Use with 52.223-2) 52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION (OCT 2015) 252.222-7007 -- REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 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) 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 (End of Addendum to 52.212-4) 52.204-7 - SYSTEM FOR AWARD MANAGEMENT (OCT 2016) 52.204-9 - PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) (Services) (Contractor needs routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system) 52.204-10 -- REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2015) 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) 52.222-3 -- CONVICT LABOR (JUN 2003) 52.222-19 -- CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (APR 2015) (EEO) 52.222-36 - EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) 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) 52.228-5 -- INSURANCE -- WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.232-18 -- AVAILABILITY OF FUNDS (APR 1984) 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) 52.237-3 -- CONTINUITY OF SERVICES (JAN 1991) 252.201-7000 __ CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) (Services) 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) 252.209-7004 -- SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (OCT 2015) 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) 52.217-8 - OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 - OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR) 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)) 252.204-7012 -- SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) 252.204-7015 - DISCLOSURE OF INFORMATION TO LITIGATION SUPORT CONTRACTORS (MAY 2016) 252.211-7003 -- ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.244-7000 -- SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 -- TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) iRAPT (LC 5002) (Formally known as WAWF) HIPPA (LC 5001) Performance Work Statement 1. SCOPE OF WORK 1.1 The purpose is to provide the best maintenance for medical equipment in accordance with the manufacturer's maintenance manuals, specification, quality control policies and procedures governed by Dwight D. Eisenhower Army Medical Center (DDEAMC), Biomedical Engineering Services and the respective using activity. Information concerning the systems to be serviced is furnished from the best available sources. HOWEVER, this shall not relieve the Contractor from the requirement of visiting the listed devices/system location, be thoroughly familiarized with all components associated with the item(s), and conditions under which the work has to be performed. 1.2 This service coverage shall include all travel, labor, parts and materials (excluding user consumable supplies), manufacturer's authorized field modification (FM's) and individual tool and test equipment, required to service and maintain the system and listed components in a serviceable condition in accordance with the manufacturer's specifications, phone support and continuous product information updates and bulletins. In addition, the contractor should provide technical assistance, all software updates, revisions designed to correct software deficiencies, bring service literature, and diagnostic software required to service and maintain the medical devices/system included in the Contract Line Item Numbers (CLINs) per government request. 1.3 The field service technician shall be authorized, certified, and trained in the maintenance of GSL medical system. Additionally, the service technician shall have a minimum of two years experience within the last 36 months. Field service technician will contact the Contract Officer Representative (COR) as soon as technician arrives on-site. Biomedical Engineering Services phone number is 706-787-4780. 1.4 Department staff or users are not authorized to request scheduled or unscheduled services. 1.5 DEFINITIONS 1.5.1 Preventive Maintenance (PM): Program of systematic care, servicing, and inspecting of equipment to maintain it in a standard serviceable condition and to detect and correct minor faults before develop into a major defects. 1.5.2 Calibration/verification/certification (CVC): The verification of the calibration of an item of equipment compared to the original manufacturer's specification using calibrated TMDE. Physical calibration is not accomplished unless the verification step indicates the system is within tolerances. The final step to every verification and/or calibration is to certify compliance by affixing a completed DD Form 2163, Medical Equipment Verification/Certification. 1.5.3 Repair parts: A repair part is any part, subassembly, assembly, or component required for installation in the maintenance or repair of an end item. 1.5.4 Component: A component is a functional element of a set or system. 1.5.5 Remedial Maintenance: Remedial Maintenance is the service required to restore equipment to a fully mission capable status within the manufacturer's specifications. It includes all services required due to minor or major malfunctions, but not as a result of damage to the equipment by accident, neglect, abuse, or operation in an environment not compatible with the equipment's published specifications, unless such damage is caused by the contractor. The remedial maintenance includes the inspection, testing, trouble shooting, servicing, calibration verification or re calibration, and any other incidental actions necessary to return the medical device/system to fully mission capable status. 1.5.6 Scheduled Part Replacement: Repair parts that due to manufacturer's requirements should be replace at a scheduled service interval. 1.5.7 Technical data: Complete literature suit that includes operational and service manuals, schematics, part list and any other manufacturer literature that could be used as part of a maintenance procedure (could be in digits or hard copy). 1.5.8 Medical Treatment Facility: A medical treatment facility (MTF) includes the medical facility and outlying buildings that belong to the medical facility. The medical facility can be a medical center, trauma center, hospital or clinic. 1.5.9 Contract Administrator (CA): Contracting Officer of the Agency awarding the contract. The contract will be administered by the 1.5.10 Contracting Officer (CO or KO): Local Contracting Officer. 1.5.11 Contracting Officer's Representative (COR): The designated representative (s) of the Contracting Officer. 1.5.12 Off-duty Hours: Monday through Friday from 1701 - 0759 hrs, except Federal Holidays (must be requested and/or authorized by COR). 1.5.13 Weekend and Holidays hours: Weekend hours are Saturday from 0800 through Monday at 0759 hrs. Federal holiday's hours begin at 0800 hrs. on the day of the holiday and run through 0759 hrs. of the next duty day (must be requested and/or authorized by COR). 1.5.14 FEDERAL HOLIDAYS New Year's Day Martin Luther King's Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day 1.6 ABREVIATIONS AFOSH Air Force Occupational Safety and Health AR Army Regulation CLIN Contract Line Item Number COR Contracting Officer's Representative DoD Department of Defense DoDI Department of Defense Instruction ECN Equipment Control Number FAR Federal Acquisition Regulation FDA Food and Drug Administration IAW In Accordance With MD Medical Device MDS Medical Devise System NFPA National Fire Protection Association OEM Original Equipment Manufacturer OSHA Occupational Safety and Health Association POC Point of Contact PWS Performance Work Statement QAE Quality Assurance Evaluator 1.7 SCHEDULED SERVICES Scheduled services are those actions relating the preventive maintenance, operation and calibration verification, and certification procedures, safety test, technical inspection, and scheduled part replacement of the device/system and its components as specified by the manufacturer. This service includes, but not limited to checking for proper operation, detection and correction of incipient failure. The contractor shall perform a complete scheduled service, which includes the inspection, PM, CVC, cleaning, lubricate, align all mechanical and/or optical components (contractor provides his/her work supplies) and testing. The contractor will adhere to the following when performing scheduled services: 1.7.1 Contractor must coordinate expected arrival date and time with Contractor Officer Representative (COR) and completed by end of scheduled month. 1.7.2 Dwight D. Eisenhower normal operating hours are Monday thru Friday, 0800 - 1700 (8:00am - 5:00 pm). Any services outside normal duty hours must be coordinated by COR. 1.7.3 Update DD Form 2163, Medical Equipment Verification and Certification sticker on the medical device as needed. The DD Forms are available in the Biomedical Engineering Services Section upon request. If field service technician has any question contact COR. 1.7.4 Contractor shall maintain a sufficient supply of replacement parts, and use only new or OEM refurbished repair parts for scheduled services. The Contractor should respond to the service request within 2 hours to schedule the PM Service. Services should be complete no later than 5 business days following the work order request date. Contractor will immediately apprise the COR of actual or potential delays that will prevent the successful completion of the scheduled service in the month due. The contractor should respond on site within two (2) hours of the scheduled appointment time. The scheduled service should be completed within eight (8) duty hours of arrival on site. 1.7.5 All software updates based upon original operational system (OS) and Application purchased configuration excludes software/hardware performance upgrades. 1.7.6 Upon completion of services by the contractor's service representative, a written service report shall be provided to the Biomedical Engineering Services staff. The service report shall provide detailed information regarding the cause of the MD/MDS malfunction and corrective action taken. Include, at a minimum, the time required to complete the work, price of labor (hourly rate), and a list of parts replaced with part numbers and prices for each part. 1.7.7 In the event not all information is available to the contractor's service representative when services are performed, the initial service report shall include all available information. The contractor shall provide the balance of the required information to the Equipment Management Branch manager no later than 48 hours after services are completed. 1.8 UNSCHEDULED SERVICES Unscheduled services are those services relating to the repair and/or replacement of parts in the system or components necessary to return the medical device from an inoperable status to a totally functional operation. Contractor shall include unlimited amount of unscheduled repairs to the medical device/system and onsite support within eight (8) hours after technical support determines problem cannot be resolved remotely. This maintenance service includes all actions to comply with manufacturer's specification, i.e., replacement parts, labor, travel (when necessary), cleaning, lubrication, calibration and testing. Next day shipping charges for both directions shall be including for any parts needed. The medical device/system shall be repaired and restored to a serviceable condition or operational within twelve (12) hours after arrival at the work site. The contractor shall comply with the following: 1.8.1 2 hours telephonic response and 48 hours on-site response for a down system. 1.8.2 Dwight D. Eisenhower Medical Center normal operating hours are Monday thru Friday, 0800 - 1700 (8:00am - 5:00 pm). Any services outside normal duty hours must be coordinated by COR. 1.8.3 When required, the contractor's service representative will comply with the Office of Safety and Health Administration, which includes but not limited to the lockout/tag-out standards while performing maintenance on the MD/MDS. 1.8.4 Contractor shall use only new or OEM refurbished repair parts for unscheduled services. 1.8.5 The contractor must provide written evidence from OEMs or parts suppliers, of their ability to obtain parts that meet OEM specifications and in the quantities and times sufficient to meet the terms of the contract, if requested by the Government. 1.8.6 Warranties of parts used in the repair shall meet or exceed that of the OEM. After completion of each service, the contractor will ensure the equipment is in compliance with the latest published editions of NFPA-99, manufacturer's specifications, and Federal and DOD guidelines, regulation, performance standards, and specifications. 1.8.7 Freight, postage, and storage charges associated with shipment and receipt of replacement parts and the return of worn or defective parts shall be the responsibility of the contractor. Cost of priority shipping, when authorized in writing by the COR to meet emergency situations, may be added to the cost of the part and billed as one single item line on the invoice. Approval or non-approval does not relieve the contractor from meeting timeframes establish in the contract. 1.8.8 Only accept unscheduled service request from the appointed COR or designated representative (OIC or NCOIC). 1.8.9 All software updates based upon original OS and application purchased configuration excludes software/hardware performance upgrades. 1.8.10 Upon completion of services by the contractor's service representative, a written service report shall be provided to the Biomedical Engineering Services staff. The service report shall provide detailed information regarding the cause of the MD/MDS malfunction and corrective action taken. Include, at a minimum, the time required to complete the work, price of labor (hourly rate), and a list of parts replaced with part numbers and prices for each part. 1.8.11 In the event not all information is available to the contractor's service representative when services are performed, the initial service report shall include all available information. The contractor shall provide the balance of the required information to the Clinical Engineering manager no later than 48 hours after services are completed. 1.9 ADDITIONAL CONTRACTOR RESPONSIBILITIES 1.9.1 Contractor shall provide a point of contact (POC) or way of communication that allows the Government to reach the contractor 24 hours a day. If the contractor changes the POC, the government shall be notified in writing 5 days before the effective change date. 1.9.2 The contractor shall report to the medical facility Clinical Engineering upon arrival to and before departure date from MTF. 1.9.3 The contractor shall complete appropriate Government Verification/ Certification forms (including but not limited to DD form 2164, or DD form 2163, or government approved equivalent e.g. Vendor's Verification/ Certification Work Sheet (VVCWS), in accordance with instructions provided by maintenance personnel for every PMI performed. 1.9.4 The contractor shall provide a list of maintenance hub/service centers and identify which hub will be used to support each MTF listed in the included listing. 1.9.5 Contractor personnel shall maintain a clean and neat appearance and wear an identification badge at all times when performing services at Government site. Identification badges shall be in a clearly visibly area of the outer garment. 1.9.6 Contractor shall comply with the MTF security requirements. This is a non-personnel contract whereby Contractor personnel are considered employees and/ or subcontractors of the Contractor and not subject, either by the contract terms or by the manner of its administration, to the supervision and control usually prevailing in a relationship, between the Government and its employees. The Government may evaluate the quality of professional and administrative service provided, but it retains no control over the professional aspects of services rendered. 1.9.7 The Contractor shall not employ current DoD employees, military or civilian, to provide services under this contract. 1.9.8 Contractor personnel operating motor vehicle on Federal property shall possess an operator's license of the category of vehicle being operated and automobile insurance as required by regulations/laws governing said Federal property. 1.9.9 Contractor personnel shall park in the appropriately designated parking areas as determined by the COR the Government will not invalidate or reimburse for Contractor parking violations under any condition. 1.9.10 The Government will not be responsible in any way for damage to the Contractor's supplies, materials equipment, or property or to personal belongings of the contractor's personnel that are damaged or destroyed by fire, theft, accident, or other disaster. Reference FAR clause 52,228-5, Insurance work on Government Installation and clause entitled "Other Insurance Requirements." 1.9.11 Performance of work by the contractor's personnel under the terms of this contract shall not interfere with regularly scheduled Government operational activities. 1.9.12 The contractor shall comply with AR 385-10 or AFOSH 91-8 as appropriate. When the Contactor's personnel are within the MTF, they shall comply with cell phone use, safety, and fire evacuation plan/instructions for the MTF. 1.9.13 The Contractor shall maintain an accurate record of accidents resulting in traumatic injury or death and accidents resulting in damage to Government property, supplies, and equipment. 1.9.14 The Contractor shall report accidents to the COR and the host Safety Office at the MTF. 1.9.15 The Contractor shall safeguard and maintain all Government property as well as provide for the safety and wellbeing of personnel employed in the administration of this contract. All Contractor service technicians shall be trained on current safety procedures for equipment serviced under this contract. 1.9.16 The Contractor shall comply with the Occupational Health and Safety Act (OHSA). Contractor personnel shall wear safety items required by OHSA during the performance of tasks requiring protective equipment/clothing. 1.9.17 The Contractor shall ensure that all areas where equipment is serviced onsite at the MTF are left in a clean, neat, safe, and orderly condition. To prevent safety hazards, no equipment shall be left open, extended, or disassembled upon Contractor departure from the work site. Equipment being repaired shall be safely secured at all times. 1.9.18 Contractor shall not remove any equipment from the MTF without approval of the COR who will properly account for equipment according to established procedures. 1.9.19 Transportation for equipment authorized to be removed for repair shall be at no additional cost to the Government. 1.9.20 Neither the Contractor nor the contractor's personnel shall divulge or release data or information developed or obtained under performance of the PWS, except to authorize Government personnel or upon written approval of the Contracting Officer. The Contractor shall not use, disclose, or reproduce proprietary data that bears a restrictive legend, other than as specified in the PWS. 1.9.21 The contractor shall furnish all labor materials and equipment necessary to prevent environmental pollution that could result from the service performed or failure to properly perform the services under this contract. 1.9.22 The Contractor shall comply with all applicable Federal, State, County, and Municipal laws and regulations concerning pollution of rivers, lakes, streams, and other waters. 1.9.23 The Contractor shall store, handle, use and dispose of chemicals, waste washing and other materials in a manner that prevents them from entering surface or ground waters. 1.9.24 In the event of a spill, the Contractor shall immediately contain the spill, and then contact the MTF COR, and the host Safety Office. 1.9.25 The Contractor shall contain, cleanup, and restore the area to the standards as directed by the Environmental Management Office throughout the COR. 1.9.26 The Contractor shall dispose of all materials, wastes, effluent, and chemicals in compliance with Federal, State, and local laws and regulations. In no case will disposal of hazardous waste on Government property be permitted. 1.9.27 In the event of a spill of a hazardous material, the Contractor shall immediately contain the spill and then contact the facility COR at (706) 787- 4780 or Safety Office (706) 787-6280/2621. 1.9.28 The Contactor shall provide all service literature, reference publications and diagnostic software to be used by Contractor personnel for the provision of the services according to the PWS. 1.9.29 The contractor shall provide equipment users with 24 hour per day toll free remote, telephonic applications and diagnostic software support to include system service diagnostic support for advanced imaging equipment. 2. GOVERNMENT WILL 2.1 Make medical device available to the contractor. 2.2 Provide access to medical device outside normal duty hours. 2.3 Have a DDEAMC BES technician observe a quality assurance test prior to the departure of the contractor's service technician. 2.4 Reserve the right to obtain special services from other sources when required. 3. TECHNICAL DATA The field service technician will maintain a complete file of technical documentation on each type of instrument listed in the contract to include schematics, service manuals, and service update memos. 4. CONTRACTING OFFICERS REPRESENTATIVE WO1 Michael S. Foy, DDEAMC, COR 5. TRANSPORTATION No additional cost shall be charged to the government for transportation and shipment of all parts removed for service. Items shall not be shipped without prior authorization of the Contracting Officer or designated representative. 6. ADMINISTRATIVE CONTROL 6.1 Contractor will only accept calls for service initiated by the appointed COR's or designated representative (OIC or NCOIC). 6.2 COR designation and the names of personnel authorized to place calls (each MTF's points of contact) shall be provided upon award of the contract. 6.3 The Contractor shall report to the Clinical Engineering upon arrival to and before departure from the MTF. 6.4 Contractor's service technician/representative shall prepare for each service call and obtain the signature of the user within the using activity, or the COR's signature certifying the requested service was rendered and accepted. 6.5 Field service technician will prepare an itemized service report for equipment that was serviced. The field service report (FSR) or service report shall include the following information: 6.5.1 Government Contract Number 6.5.2 Call number (service calls only), usually the work order number 6.5.3 Control number or site ID number 6.5.4 Nomenclature, location, model, and serial number 6.5.5 Purpose of service (scheduled or unscheduled) 6.5.6 Start date/time and completion date/time (time required to complete the work) 6.5.7 Price of labor (hourly rate) 6.5.8 Description of defect and corrective action taken 6.5.9 Itemized list of parts replaced with part number and price 6.5.10 Name of Service Technician 6.5.11 Signature and typed or legible printed name of individual acknowledging services 6.5.12 Completed DD Form 2163, or equipment form, when accomplishing a scheduled service. 6.6 Provide a service report (completed as above) to Biomedical Engineering Services upon completion of service. Service report can be email to usarmy.gordon.medcom-eamc.list.med-maintenance@mail.mil, or hand carried to Dwight D. Eisenhower Army Medical Center, Room 3J-14, or fax it to 706-787-1255. The COR must receive it in 48 hours. The service report can be mailed to the following address: COMMANDER DWIGHT D. EISENHOWER ARMY MEDICAL CENTER ATTN; WO1 Michael S. Foy, RM 3J-14 MCHF-LOG-CE BLDG 300, W HOSPITAL ROAD FORT GORDON, GA 30905-5650 7. MODIFICATIONS No individual, including the COR, has the authority to approve modifications or changes that would result in an increase or decrease in the awarded contract price. This authority is vested with the Contracting Officer only, and will not be delegated. If a question as to whether the application of an equipment modification or change would result in a change to the contract price, the Contractor shall not commence work without the prior approval of the Contracting Office. 8. PAYMENT 8.1 Payment is processed upon receipt and acceptance of completed service report. Invoicing is processed via Wide Area Work Flow (WAWF) or in rare cases, via Government Purchase Card (GPC). The service report is not to be confused with the billing or invoice document (due within five (5) working days from the service date). Payment will only be authorized for services actually rendered. ADVANCE PAYMENT IS NOT AUTHORIZED. 8.2 The contractor shall provide a separate invoice for repair or service calls attributed to medical device failure and/or damage through misuse, theft, fire, Acts of God, or deterioration caused by chemicals that are not for normal equipment operation. The cause listed above will be inspected and validated by the Chief or NCOIC of Biomedical Engineering Services prior to a separate purchase order being issued. 9. 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 t 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. 10. CONTRACTOR MANPOWER REPORTING 10.1 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 work forces (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: 10.1.1 Contracting Office, Contracting Officer (KO), Contracting Officer's Technical Representative (COR) 10.1.2 Contract number, including task and delivery order number 10.1.3 Beginning and ending dates covered by reporting period 10.1.4 Contractor name, address, phone number, e-mail address, identity of contractor employee entering data 10.1.5 Estimated direct labor hours (including subcontractor) 10.1.6 Estimated direct labor dollars paid this reporting period (including subcontractor) 10.1.7 Total payments (including subcontractor) 10.1.8 Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) 10.1.9 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) 10.1.10 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) 10.1.11 Presence of deployment or contingency contract language 10.1.12 Number of contractor and subcontractor employees deployed in theater this reporting period (by country) 10.2 As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The 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. 10.3 The contractor shall notify the COR by the 5th working day of November of each government fiscal year whether or not they have completed this report. If the COR is unavailable, the contractor will notify the KO. 10.4 CMR reporting periods are due on a fiscal year (FY) basis, 1 October thru 30 September of each year, and might not always match the periods of performance of the contract. 10.5 Reporting Schedule: Oct 2017 thru 30 Sep 2018, Reporting date NLT 30 Sep 2018 Oct 2018 thru 30 Sep 2019, Reporting date NLT 30 Sep 2019 Oct 2019 thru 30 Sep 2020, Reporting date NLT 30 Sep 2020 11. OPERATIONS SECURITY (OPSEC) 11.1 Investigation Requirements. The contractor providing service under this contract is required to initiate and document the new employee's Electronic-Questionnaires for Investigations Processing (e-QIP) and coordinate, or validate through Fort Gordon Directorate of Emergency Services (DES), Physical Security Office, and the DDEAMC Security Manager's Office. The Contractor shall comply with all applicable DoD security regulation and procedures during the performance of this contract. The Contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, Privacy Act data, Health Insurance Portability and Accountability Act (HIPAA) data and Government personnel work products obtained or generated in the performance of this contract. Additionally, all Contractor employees must be issued a special identification card issued by DDEAMC Provost Marshal Office (PMO) Badge and ID Office prior to reporting for duty. The Contractor shall be responsible for the control and safe keeping of all Government issued IDs and ensure all badges are returned to the COR upon termination of an employee or the contract end date. The Contractor shall ensure all contractor employees are aware that in the event either of the Government IDs are lost or stolen that they are to advise the Provost Marshal (PM) or alternate immediately upon discovery. The Contractor shall ensure that the COR is notified the same day the employee reports an ID lost or stolen. The Government shall conduct criminal background checks on all Contractor employees in accordance with the procedures set forth in Public Law 100-235, DoD Directive 5200.28, DoD Directive 5200.2-R, DoDI 1402.5. and submit to the PM or the Alternate. The Contractor shall have proof of U.S. citizenship (certified copy of birth certificate or naturalization papers) or a valid US Passport or a valid U.S. Immigration Form 1-151, and Alien Registration Card ("Green Card"). The Contractor is responsible for ensuring all Contractor employees must complete the PS Form 190-6, Criminal and Drivers History Consent form and ensure all background check submittals are initiated in accordance with this PWS prior to employees providing services at DDEAMC facilities. As a minimum, if the contractor providing service requiring operating government-furnished workstations that have access to Department of Defense e-mail and requiring unescorted entry to a restricted area/Controlled Areas, must successfully complete a National Agency Check (NAC). Background checks shall be based on fingerprints of individuals obtained by qualified Government law enforcement or security personnel, inquiry's conducted through the Federal Bureau of Investigation (FBI) and the State Criminal History Repository check, and a local Installation Record Check., if required. The procedures for completing the required background check are outlined in the Department of Defense Instruction (DoDI) 1402.5. Government, which will not allow any employees to start work until clearance of criminal background check has been completed. 11.2 Freedom of Information Act Program (FOIA and Privacy Act). The contractor shall comply with DOD Regulation 5400.7-R, DOD Freedom of Information Act Program requirements. The Freedom of Information Act sets policy and procedures for the disclosure of records to the public and for marking handling transmitting and safeguarding For Official Use Only materials. 11.3 Reporting Requirements. The contractor shall comply with DoD 5200.2-R, January 1987, Personnel Security Program and AR 380-67, 9 September 1988, Department of the Army Personnel Security Program Regulation. Contractor shall report to the DDEAMC Provost Marshal Office any information or circumstances which may pose a threat to DOD or contractor personnel, resources, or DOD information. 11.4 Removal of contract employee. The government reserves the right to require immediate temporary or permanent removal of any individual whose actions raise reasonable suspicion that patient care or services may be compromised in any way or that pose a threat of harm to other contractor/government personnel or self. The employee may be required to submit to drug/alcohol testing. The government reserves the right to require temporary or permanent removal of any individual who refuses testing. Notification of all removals will be made by the Contracting Officer Representative (COR). Removal of any individual does not relieve the contractor of any performance requirement. 11.5 Physical Security. The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use at the end of each business day. The Contractor shall ensure all government facilities, equipment, and materials shall be secured at the close of each duty day. The contractor shall comply with all Force Protection Condition (FPCON) procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. 11.6 Government Computer Access Requirements. If this contract requires contractor personnel to have access to government computers, contractor personnel requiring access to government computers shall successfully complete, a National Agency Check (NAC), before obtaining access to the computer. These investigations shall be submitted by the government at no additional cost to the contractor. Common Access Cards (CACs) for Contractor Personnel are required which is hereby incorporated by reference if not otherwise included. The contractor shall comply with Homeland Security Policy Directive (HSPD)-12, Policy for Common Identification Standard for Federal Employees and Contractors and Federal Information Processing Standard 201. 11.7 Keys and Lock Combinations. The contractor shall abide by all current DDEAMC key control and lock combination procedures The Contractor shall be responsible for any keys issued to the employee. The keys shall not be duplicated. The Contractor shall ensure that its employee's not allow government-issued keys be used by personnel other than those currently authorized. No unauthorized personnel shall be allowed entry into the locked area. Keys shall not be used to open work areas for personnel other than personnel engaged in performance of their duties, unless authorized by the Government functional area chief. The employee shall use keys issued to them to secure/open areas only as directed by the COR and/or functional area chief. Lost keys and/or locks shall be reported to the issuing party and COR immediately upon recognition of the loss. The COR shall notify the PMO of the lost key. The employee shall be responsible for the replacement costs of any lost keys and any associated locks. Reimbursement shall be provided before the Government replaces lost keys or performs re-keying. 12. ANTI-TERRORISM (AT) REQUIREMENTS 12.1 Antiterrorism (AT) / Operations Security (OPSEC) Requirements: For OPSEC to be effective, all Contractors must be aware of OPSEC and understand how OPSEC complements traditional security programs. All personnel must know how to apply and practice OPSEC in the performance of their daily tasks. OPSEC must become a mindset of all Contractor employees and be performed as second nature. To accomplish this level of OPSEC vigilance, OPSEC training programs must be action and job-oriented, enabling the workforce to put into practice the knowledge and tactics, techniques, and procedures (TTPs) they learned in training. Training should maximize the use of lessons learned to illustrate OPSEC objectives and requirements. In order to ensure accomplishment of training, the Government will include OPSEC training as a part of their organization's annual training guidance. Contractor employees must complete Level I OPSEC and AT Awareness training within 30 calendar days of reporting to duty in according to Army Regulation 530-1 and 525.13. AT Level I awareness training is also available at https://atlevel1.dtic.mil/at. 12.2 iWATCH Training: The Government will brief all Contractor personnel on the local i WATCH program. 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 their COR. Contractor employees must complete iWATCH training within 30 calendar days of reporting to duty. 12.3 Information Assurance (IA) and/or Information Technology Training (IT). All contractor employees and associated subcontractor employees must complete the DOD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DOD Army training requirements in DoDD8570.01, DOD 8570.01-M, and AR 25-2 within six months of employment. 12.4 Army Training Certification Tracking System (ATCTS) registration for contractor employees who require access to government information systems. All contractor employees with access to a government info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must successfully complete the DOD Information Assurance Awareness prior to access to the IS and then annually thereafter. 12.5 Contractor's Management and use of Electromagnetic Emission Devices on a Federal Facility or Base: Electra magnetic emission devices include Radio/RADAR transmitters; navigational aids, signaling instrumentation; intrusion detection and identification devices; mobile and fixed business radio communication equipment; and MARS, CBs and amateur radio stations. The Contractor shall comply with Federal instruction pertaining to "Radio Frequency Spectrum Management." 12.6 Performance of services during crisis declared by the National Command Authority: These services have been determined to be essential for performance during crisis according to DODI 3020-37. The specific hours of operation required and the procedures to notify the contractor are the same as those in paragraph. 1.7 and 1.8. 13. SUMMARY 13.1 All work contracted under the terms of this agreement shall be performed during normal business hours Monday - Friday, 8:00 a.m. - 5:00 p.m. excluding holidays. The contractor shall respond telephonically to requests for service within 2 hours, and the contractor's representative (technician) must arrive at the work site within 48 continuous hours of notification. 13.2 Upon arrival at the facility, the contractor will report to the provost marshal's office located on the 2nd floor behind the hospital information desk to sign in and receive a visitors I.D. badge and then report to Clinical Engineering to record arrival and departure time from the hospital. The Clinical Engineering is located on the 3rd floor in room 3J-14 opposite the main floor elevators. 13.3 Upon completion of repair services, the service technician will complete a service report. The equipment user or a Biomedical Engineering Services technical representative will sign the service report. The service technician will deliver a copy of the completed service report to the Biomedical Engineering Services. Documents necessary for payment will not be prepared until the requested service reports are received. 13.4 The service report shall provide detailed information regarding the cause of the equipment malfunction and corrective action taken including a list of parts replaced. The contractor will provide to the Biomedical Engineering Services total labor hours, labor costs, and price of the parts replaced on the medical equipment. This will be used in developing a repair history of the equipment. 13.5 The government and the contractor will exchange hazard communication information before the commencement of any repair. 13.6 The contractor will comply with OSHA requirements to include, but no limited to lockout/tag out standard while performing maintenance on electrical equipment. 13.7 The contractor shall not perform services beyond the specified period or outside the work covered under this service agreement without prior approval from the contracting officer. All questions regarding contract responsibilities shall be directed to the contracting officer for resolution. 13.8 The contractor will not remove any of the contracted equipment from the premises without clearance from the Chief, Biomedical Engineering Services (Clinical Engineering, Room 3J-14 of Building 300). 13.9 Chief, Clinical Engineering, (706) 787-4780, or his authorized representative is designated as the technical representative of the contracting officer for the purpose of technical surveillance or performance and inspection of materials for work being performed under this contract. No inspector is authorized to change any provision of the specifications without written authorization of the contracting officer, nor shall the presence or absence of an inspector relieve the contractor from any requirements of the contract. The Point of Contact is WO1 Michael S. Foy at 706-787-1285. 14. APPLICABLE DOCUMENTS A partial list of publications applicable to this PWS is listed below. The Contractor must comply with the requirements established within these publications during the performance of this contract. The MTF will have branch of service unique publication available for viewing during normal duty hours. AR385-10 Army Safety Program AFI 410-201 Medical Logistics Support AFOSH STI 91-8 Medical Facilities AR 40-61 Medical Logistics Policies and Procedures Title 21, CFR, Subchapter J Bureau of Radiation & Health Regulations Title 29, CFR, Chap, XVII Occupation Safety Health Act of 1970 Title 40, CFR, 262.12 Protection of Environment Standards Applicable to Generators of Hazardous Waste. Title 40, CFR, 263 Protection of Environment Standards Applicable to Transportation Of Hazardous Waste. Title 40, CFR, 302 Protection of Environment Designation, Reportable Quantities and Notification 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUL 2014) (DEVIATION 2013-O0019)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-17-T-0386/listing.html)
 
Place of Performance
Address: Dwight David Eisenhower Army Medical Center, 300 East Hospital Road, Fort Gordon, Georgia, 30905, United States
Zip Code: 30905
 
Record
SN04686611-W 20170922/170920232135-5b84195e825c7c7161f79ebc58df00de (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  © 1994-2020, Loren Data Corp.