852.219-74 LIMITATIONS ON SUBCONTRACTING …

?

FedBizOppsCombined Synopsis/Solicitation Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Combined Synopsis/Solicitation NoticeRev. March 2010JFull Service Maintenance Contract for Medical Instrumentsand Equipment for the North Texas Health Care System.7513736C25719Q028103-22-201930N14811219Department of Veterans AffairsNCO 17 - SAO WestNCO 17 Network Contracting Activity124 E. Hwy 67Dallas TX 75216Reginald Hayes, Contracting OfficerReginaldD.Hayes@Department of Veterans AffairsNorth Texas Health Care SystemDallas, Bonham, Fort WorthSee Statement of Work for Places of PerformanceDallas, Texas75216United StatesSee Email Listed AboveThis is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written solicitation will not be issued.Solicitation number 36C25719Q0281 is issued as a Request for Quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular.SET-ASIDE: This requirement is a 100% Total Service Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in VetBiz (.), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids.NAICS Code: 811219 Small Business Size Standard: $20.5 MillionIntroduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government.Description of Services: To provide a Full Service Maintenance Contract for Medical Equipment and Instruments for the North Texas Health Care System. See the Statement of Work for full details.Place(s) of Performance: Dallas VA Medical Center4500 S. Lancaster Rd.Dallas, TX 75216Sam Rayburn Memorial Veterans Center1201 E. 9th St.Bonham, TX 75418Fort Worth VA Outpatient Clinic2201 SE Loop 820Fort Worth, TX 76119Type of Contract: A Firm Fixed PricePeriod of Performance:Base plus four (4) one-year option renewals.Base: April 1, 2019 - March 31, 2020Option Year One: April 1, 2020 - March 31, 2021Option Year Two: April 1, 2021 - March 31, 2022Option Year Three: April 1, 2022 - March 31, 2023Option Year Four: April 1, 2023 - March 31, 2024The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters52.212-3, Offeror Representations and Certifications-Commercial Items52.212-4, Contract Terms and Conditions-Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items52.217-8, Option to Extend ServicesThe Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.(End of Clause)Except when it is determined in accordance with HYPERLINK "" FAR HYPERLINK "" 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation.? Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.? Evaluation of options will not obligate the Government to exercise the option(s).52.217-9, Option to Extend the Term of the Contract52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3).52.222-3, Convict Labor52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67)52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)52.222-43, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving52.232-19, Availability of Funds for the Next Fiscal Year52.228-5 Insurance-Work on a Government Installation (JAN 1997)52.232-33, Payment by Electronic Funds Transfer-System for Award Management52.237-3 Continuity of Services (JAN 1991)52.232-39, Unenforceability of Unauthorized Obligations (In the FAR HYPERLINK "" \l "wp1160005" )52.233-3, Protest after Award (In the FAR )852.203-70, Commercial Advertising (JAN 2008)852.232-72, Electronic Submission of Payment Requests852.237-70, Contractor Responsibilities52.252-1, Solicitation Provisions Incorporated by Reference:This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es).52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at HYPERLINK "" 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, “Service-disabled veteran-owned small business concern or SDVSOB”: (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, ( HYPERLINK "" ); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) “Service-disabled veteran” means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.(End of Clause)852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE(a) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement.(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.(End of clause)852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018)SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE(a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments.(b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement.(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting commitments.(End of clause)SITE VISITAll interested and qualified potential offerors must be prepared to attend a site visit on Wednesday, March 20, 2019. During this site visit offerors will be given a selection of instruments to repair. The government will evaluate the potential offeror’s quality, efficiency and ability to perform service without disruption to facility operations. All potential offerors must inform the VA of your intent to attend the Site Visit. PRIOR TO PARTICIPATING IN THE SITE VISIT:It is requested that all offerors interested in attending the site visit first read the Statement of Work in full. After reading/reviewing the Statement of Work, the Government requests that parties express their interest in attending the Site Visit by emailing Reginald Hayes, Contracting Officer at ReginaldD.Hayes@.“Interest in Site Visit” notices must be received by no later than Tuesday, March 12, 2019 at 10:00am CST. The content of this notice should be as follows: The company name, the names of the representatives who will be attending, the business size and socio group (i.e. small, large, SDVOSB), a valid phone number and email.The address of the Site Visit is: North Texas VA Medical Center 4500 South Lancaster Road Dallas, Texas 75216 SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at HYPERLINK "" . Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract.Quotes must be received no later than Friday, March 22, 2019, 10:00am CST. Email your quote directly to ReginaldD.Hayes@. The subject line must specify: 36C25719Q0281 (Full Service Maintenance Contract for Medical Equipment and Instruments - NTX). There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered.QUOTE SHOULD BE BROKEN DOWN AS FOLLOWS:PRICE/COST SCHEDULEITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT000112.00MO________________________________Full Service Contract for Medical Equipment and InstrumentsContract Period: BaseApril 1, 2019 - March 31, 2020100112.00MO__________________________________Full Service Contract for Medical Equipment and InstrumentsContract Period: Option 1April 1, 2020 - March 31, 20212001Full Service Contract for Medical Equipment and Instruments 12.00MO________________________________Contract Period: Option 2April 1, 2021 - March 31, 2022300112.00MO________________________________Full Service Contract for Medical Equipment and InstrumentsContract Period: Option 3April 1, 2022 - March 31, 2023400112.00MO________________________________Full Service Contract for Medical Equipment and instrumentsContract Period: Option 4April 1, 2023 - March 31, 2024GRAND TOTAL__________________STATEMENT OF WORKOVERVIEW: The Contractor shall provide all parts and materials, labor, and travel related expenses for all repairs--not routine to preventive maintenance--on government-owned general surgical instruments, laparoscopic instruments, rigid endoscopes, flexible endoscopes, surgical cameras, and surgical power equipment. There are upwards of 150 different types of scopes and probes used throughout the VA North Texas Health Care System. See Equipment List included in the Statement of Work.PLACE(s) OF PERFORMANCE:Dallas VA Medical Center4500 S. Lancaster Rd.Dallas, TX 75216Sam Rayburn Memorial Veterans Center1201 E. 9th St.Bonham, TX 75418Fort Worth VA Outpatient Clinic2201 SE Loop 820Fort Worth, TX 76119PERIOD OF PERFORMANCE:Base: April 1, 2019 - March 31, 2020Option Year One: April 1, 2020 - March 31, 2021Option Year Two: April 1, 2021 - March 31, 2022Option Year Three: April 1, 2022 - March 31, 2023Option Year Four: April 1, 2023 - March 31, 2024EQUIPMENT LIST: (Sample of the make and model of these scopes and probes include): ACMI G27L 30WAAlcon 8065751761Ethicon HP54GE 5199103GE C1-6-DGE IC5-9-DGE ML6-15-DGE RIC5-9DHitachi EUP-V53WInfiniti 8065750469Linvatec HD1030Olympus A1932AOlympus A2002AOlympus A2032AOlympus A2033AOlympus A22002AOlympus A22003AOlympus A4674AOlympus BF-1TH190Olympus BF-H190Olympus BF-UC160F-OL8Olympus CF-180ALOlympus CF-H180Olympus CF-H180ALOlympus CYF-V2Olympus CYF-VHOlympus ENF-V3Olympus ENF-VHOlympus GF-UC140P-AL5Olympus GIF-H180Olympus GIF-H180JOlympus GIF-H190Olympus LF-VOlympus OTV-7Olympus OTV-S7Olympus PCF-Q1802ALOlympus TJF-160VFOlympus URF-P6Olympus URF-VOlympus WA20021AOlympus WA20023AOlympus WA503738Olympus WA50373BPhilip S5-1Philips CX50 X7-2TPhilips L15-710Philips X5-1Philips X7-2TPhilips X7-2T CX50SonoSite L38XI 10-5Storz 495NCSStryker 1188Stryker 2296-300Stryker 375-708-500Stryker 4200Stryker 502-477-011Stryker 502-477-031Stryker 502-477-045Stryker 5100Stryker 5100-120-472Stryker 5100-120-922Stryker 5100-4Stryker 5400Stryker 5400-130Stryker 5400-300Stryker 5400-4Stryker 5400-704Stryker 6400REQUIREMENTS:Contractor shall provide a Clinical Director certified to administer a CEU Program and SPS Certification Program at VA Dallas to include care, handling, and sterilization protocols for general surgical instruments, laparoscopic instruments, rigid endoscopes, flexible endoscopes, surgical cameras, and surgical power equipment. Contractor shall provide a report to include quality measures, management systems, cost effectiveness, decontamination process, SPS prep/pack process, SPS sterilization process, SPS storage, SPS IC (Infection Control) measures, SPS water quality, SPS process transportation, training and education, OR surgical instrument handling practice, DME (Durable Medical Equipment) protocols and information systems. Contractor shall provide Operating Room Bed Pad Replacement. Contractor will provide occasional medical equipment deinstallation services for equipment to include but is not limited to fixed x-ray and fluoroscopy equipment. Current on-site equipment include: Siemens AXIOM Luminos Agile MAX. CONFORMANCE STANDARDS: All services provided under this contract must be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications.HOURS OF WORK:Hours of work for general repairs/servicing and emergency repairs are defined as Monday through Friday from 6:00 a.m. to 5:00 p.m., excluding federal holidays or as otherwise arranged with the Contracting Officer’s Representative (COR).The Contractor shall notify the COR of the existence or development of any defects in, or repairs to the equipment covered under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). The Contractor will provide repairs with a 1hour response time via a phone call and 4 hours onsite.Emergency turnaround time will be 24 hours. Non-emergent turnaround time will be 48 hours.Loaner equipment when needed shall be provided at no cost to the VA (i.e., neither loaner equipment fees nor shipping costs) and Contractor will maintain a 4 hour pick up response time.The Contractor shall provide laser welding when needed at no cost to the VA.The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday. HOLIDAY DATENew Year’s Day Jan 1 Martin Luther King’s Birthday 3rd Monday in Jan President’s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day4th Thursday in NovemberChristmas DayDecember 25CHECK IN REQUIREMENTS: The Field Service Engineer must report to the Biomedical Engineering Department located in BB220 of the Clinical Addition to obtain a badge and sign in with Biomedical Engineering before work begins. Submit any mobile media devices that would be used on the system to a virus scan. Upon completion of work, the Field Service Engineer must report to Biomedical Engineering to sign out and brief Biomedical Staff or Supervisor if Biomedical Staff is unavailable concerning completion of service. At the end of briefing Field Service Engineer will return the badge and sign out in the Biomedical Engineering Department. Biomedical Engineering can be reached at 214-857-1040.PARTS: The Contractor shall furnish all parts as necessary to maintain the equipment, covered by this contract, in accordance with the Conformance Standards Section. The Contractor stipulates that he/she has ready access to new standard parts (manufactured, supplied by the manufacturer, or equal thereto). All parts supplied shall be of current manufacturer and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request.DOCUMENTATION/REPORTS: The Contractor shall submit a legible field service report, which shall include detailed descriptions of the inspection and/or emergency repair services performed, including replaced parts and estimated prices required for the service call.NOTE: Any additional charges to be claimed must have been approved by the COR before service was PETENCY OF PERSONNEL SERVICING EQUIPMENT:The Contractor’s staff shall include a “fully qualified” Field Service Representative assigned to this area and a “fully qualified” Field Service Representative who shall serve as the backup.“Fully qualified” is based upon training and on experience in the field. For training, the Field Service Representatives must have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers must have a minimum of one (1) year of experience providing preventive maintenance and emergency repair services on the same make and model of equipment covered under this contract.SUBCONTRACTORS: Contractor shall comply with VA Acquisition Regulations (VAAR), specifically subparts relating to subcontracting restrictions such as subpart 852.219-9, 852.219-10, and 852.219-11. These subparts state that in the case of services not related to construction, “… at least 50 percent of the cost of personnel for contract performance will be spent for employees of the [contractor]....”VAAR does allow set aside contractors to subcontract to other set aside contractors, however contractors cannot spend more than 50 percent of personnel costs on subcontracting services to not-set aside businesses and/or entities.TEST EQUIPMENT: Upon request of the COR or the Contracting Officer, the Contractor shall provide a copy of the current Calibration Certification of all test equipment which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment Original Equipment Manufacturer standards.SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served on the Contractor or his representative at the work site, shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default.SECURITY REQUIREMENTS:The COR and the Contractor will assure that-No other information except what is in this contract will be shared with the contractor in any follow up communication.None of the information in this contract includes Protected Health Information.RECORDS MANAGEMENT STATEMENT: All records (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System (VANTXHCS) and must be returned to VANTXHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1.A. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.B. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.C. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government ‘IT’ equipment and/or Government records.D. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.E. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1.F. The Government Agency owns the rights to all data/records produced as part of this contract.G. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.H. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].I. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.J. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.See attached document: Instrument Inventory - List.End of Document ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download