Section SF 1449 - CONTINUATION SHEET
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 Each
Controls and Testing Reagents
FFP
Controls and Testing Reagents; (1) TURBO VARIAN II analyzer for hemoglobin A1C (HbA1C) analysis, Laboratory Information System (LIS) connectivity and equipment maintenance /service for the Department of Pathology Special Chemistry Laboratory at Dwight David Eisenhower Army Medical Center, (DDEAMC) Ft. Gordon, GA. Period of Performance: 1 Oct 2013 - 30 Sep 2014
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AA 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AB 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AC 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AD 80 Each
IA Plus-Lyoph TriLV
FFP
IA Plus-Lyoph TriLV
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AE 6 Each
Diabetes Liquid LV 1
FFP
Diabetes Liquid LV 1
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AF 6 Each
Diabetes Liquid Lv 2
FFP
Diabetes Liquid Lv 2
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AG 8 Each
Liquicheck Whole Blood Volatile
FFP
Liquicheck Whole Blood Volatile
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AH 22 Each
Tumor Marker Level 3
FFP
Tumor Marker Level 3
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AJ 24 Each
Ethanol/Ammonia Control Level 1
FFP
Ethanol/Ammonia Control Level 1
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AK 24 Each
Ethanol/Ammonia Control Level 3
FFP
Ethanol/Ammonia Control Level 3
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AL 16 Each
BIORAD Spinal Fluid QC Level 1
FFP
BIORAD Spinal Fluid QC Level 1
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AM 16 Each
BIORAD Spinal Fluid QC Level 2
FFP
BIORAD Spinal Fluid QC Level 2
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AN 4 Each
Assay Chemistry Control Level 1
FFP
Assay Chemistry Control Level 1
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AP 4 Each
Assay Chemistry Control Level 2
FFP
Assay Chemistry Control Level 2
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AQ 60 Each
Cardiac marker Control
FFP
Cardiac marker Control
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AR 10 Each
Pediatric Bili Control Level 2
FFP
Pediatric Bili Control Level 2
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AS 22 Each
Tumor Marker Level 1
FFP
Tumor Marker Level 1
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AT 22 Each
Tumor Marker Level 2
FFP
Tumor Marker Level 2
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AU 4 Each
Urine Tox Neg. Liq
FFP
Urine Tox Neg. Liq
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AV 7 Each
Urine Tox S2E Liq
FFP
Urine Tox S2E Liq
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AW 14 Each
Urine Chem Control L1
FFP
Urine Chem Control L1
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AX 21 Each
Variant II Hemoglobin A1C Reord
FFP
Variant II Hemoglobin A1C Reord
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AY 14 Each
Urine Chem Control L2
FFP
Urine Chem Control L2
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001AZ 10 Each
Tri-level liquid controls
FFP
Tri-level liquid controls
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001BA 2 Each
Iso-Enzyme control
FFP
Iso-Enzyme control
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001BB 2 Each
Iso-Enzyme control
FFP
Iso-Enzyme control
FOB: Destination
PURCHASE REQUEST NUMBER: 0010325850
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001 Each
Controls and Testing Reagents
FFP
Controls and Testing Reagents; (1) TURBO VARIAN II analyzer for hemoglobin A1C (HbA1C) analysis, Laboratory Information System (LIS) connectivity and equipment maintenance /service for the Department of Pathology Special Chemistry Laboratory at Dwight David Eisenhower Army Medical Center, (DDEAMC) Ft. Gordon, GA. Period of Performance: 1 Oct 2014 - 30 Sep 2015
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AA 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AB 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AC 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AD 80 Each
IA Plus-Lyoph TriLV
FFP
IA Plus-Lyoph TriLV
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AE 6 Each
Diabetes Liquid LV 1
FFP
Diabetes Liquid LV 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AF 6 Each
Diabetes Liquid Lv 2
FFP
Diabetes Liquid Lv 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AG 8 Each
Liquicheck Whole Blood Volatile
FFP
Liquicheck Whole Blood Volatile
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AH 22 Each
Tumor Marker Level 3
FFP
Tumor Marker Level 3
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AJ 24 Each
Ethanol/Ammonia Control Level 1
FFP
Ethanol/Ammonia Control Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AK 24 Each
Ethanol/Ammonia Control Level 3
FFP
Ethanol/Ammonia Control Level 3
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AL 16 Each
BIORAD Spinal Fluid QC Level 1
FFP
BIORAD Spinal Fluid QC Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AM 16 Each
BIORAD Spinal Fluid QC Level 2
FFP
BIORAD Spinal Fluid QC Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AN 4 Each
Assay Chemistry Control Level 1
FFP
Assay Chemistry Control Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AP 4 Each
Assay Chemistry Control Level 2
FFP
Assay Chemistry Control Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AQ 60 Each
Cardiac marker Control
FFP
Cardiac marker Control
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AR 10 Each
Pediatric Bili Control Level 2
FFP
Pediatric Bili Control Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AS 22 Each
Tumor Marker Level 1
FFP
Tumor Marker Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AT 22 Each
Tumor Marker Level 2
FFP
Tumor Marker Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AU 4 Each
Urine Tox Neg. Liq
FFP
Urine Tox Neg. Liq
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AV 7 Each
Urine Tox S2E Liq
FFP
Urine Tox S2E Liq
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AW 14 Each
Urine Chem Control L1
FFP
Urine Chem Control L1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AX 21 Each
Variant II Hemoglobin A1C Reord
FFP
Variant II Hemoglobin A1C Reord
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AY 14 Each
Urine Chem Control L2
FFP
Urine Chem Control L2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001AZ 10 Each
Tri-level liquid controls
FFP
Tri-level liquid controls
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001BA 2 Each
Iso-Enzyme control
FFP
Iso-Enzyme control
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001BB 2 Each
Iso-Enzyme control
FFP
Iso-Enzyme control
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001 Each
Controls and Testing Reagents
FFP
Controls and Testing Reagents; (1) TURBO VARIAN II analyzer for hemoglobin A1C (HbA1C) analysis, Laboratory Information System (LIS) connectivity and equipment maintenance /service for the Department of Pathology Special Chemistry Laboratory at Dwight David Eisenhower Army Medical Center, (DDEAMC) Ft. Gordon, GA. Period of Performance: 1 Oct 2015 - 30 Sep 2016
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AA 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AB 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AC 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AD 80 Each
IA Plus-Lyoph TriLV
FFP
IA Plus-Lyoph TriLV
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AE 6 Each
Diabetes Liquid LV 1
FFP
Diabetes Liquid LV 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AF 6 Each
Diabetes Liquid Lv 2
FFP
Diabetes Liquid Lv 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AG 8 Each
Liquicheck Whole Blood Volatile
FFP
Liquicheck Whole Blood Volatile
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AH 22 Each
Tumor Marker Level 3
FFP
Tumor Marker Level 3
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AJ 24 Each
Ethanol/Ammonia Control Level 1
FFP
Ethanol/Ammonia Control Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AK 24 Each
Ethanol/Ammonia Control Level 3
FFP
Ethanol/Ammonia Control Level 3
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AL 16 Each
BIORAD Spinal Fluid QC Level 1
FFP
BIORAD Spinal Fluid QC Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AM 16 Each
BIORAD Spinal Fluid QC Level 2
FFP
BIORAD Spinal Fluid QC Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AN 4 Each
Assay Chemistry Control Level 1
FFP
Assay Chemistry Control Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AP 4 Each
Assay Chemistry Control Level 2
FFP
Assay Chemistry Control Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AQ 60 Each
Cardiac marker Control
FFP
Cardiac marker Control
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AR 10 Each
Pediatric Bili Control Level 2
FFP
Pediatric Bili Control Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AS 22 Each
Tumor Marker Level 1
FFP
Tumor Marker Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AT 22 Each
Tumor Marker Level 2
FFP
Tumor Marker Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AU 4 Each
Urine Tox Neg. Liq
FFP
Urine Tox Neg. Liq
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AV 7 Each
Urine Tox S2E Liq
FFP
Urine Tox S2E Liq
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AW 14 Each
Urine Chem Control L1
FFP
Urine Chem Control L1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AX 21 Each
Variant II Hemoglobin A1C Reord
FFP
Variant II Hemoglobin A1C Reord
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AY 14 Each
Urine Chem Control L2
FFP
Urine Chem Control L2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001AZ 10 Each
Tri-level liquid controls
FFP
Tri-level liquid controls
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001BA 2 Each
Iso-Enzyme control
FFP
Iso-Enzyme control
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2001BB 2 Each
Iso-Enzyme control
FFP
Iso-Enzyme control
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001 Each
Controls and Testing Reagents
FFP
Controls and Testing Reagents; (1) TURBO VARIAN II analyzer for hemoglobin A1C (HbA1C) analysis, Laboratory Information System (LIS) connectivity and equipment maintenance /service for the Department of Pathology Special Chemistry Laboratory at Dwight David Eisenhower Army Medical Center, (DDEAMC) Ft. Gordon, GA. Period of Performance: 1 Oct 2016 - 30 Sep 2017
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AA 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AB 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AC 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AD 80 Each
IA Plus-Lyoph TriLV
FFP
IA Plus-Lyoph TriLV
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AE 6 Each
Diabetes Liquid LV 1
FFP
Diabetes Liquid LV 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AF 6 Each
Diabetes Liquid Lv 2
FFP
Diabetes Liquid Lv 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AG 8 Each
Liquicheck Whole Blood Volatile
FFP
Liquicheck Whole Blood Volatile
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AH 22 Each
Tumor Marker Level 3
FFP
Tumor Marker Level 3
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AJ 24 Each
Ethanol/Ammonia Control Level 1
FFP
Ethanol/Ammonia Control Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AK 24 Each
Ethanol/Ammonia Control Level 3
FFP
Ethanol/Ammonia Control Level 3
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AL 16 Each
BIORAD Spinal Fluid QC Level 1
FFP
BIORAD Spinal Fluid QC Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AM 16 Each
BIORAD Spinal Fluid QC Level 2
FFP
BIORAD Spinal Fluid QC Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AN 4 Each
Assay Chemistry Control Level 1
FFP
Assay Chemistry Control Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AP 4 Each
Assay Chemistry Control Level 2
FFP
Assay Chemistry Control Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AQ 60 Each
Cardiac marker Control
FFP
Cardiac marker Control
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AR 10 Each
Pediatric Bili Control Level 2
FFP
Pediatric Bili Control Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AS 22 Each
Tumor Marker Level 1
FFP
Tumor Marker Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AT 22 Each
Tumor Marker Level 2
FFP
Tumor Marker Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AU 4 Each
Urine Tox Neg. Liq
FFP
Urine Tox Neg. Liq
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AV 7 Each
Urine Tox S2E Liq
FFP
Urine Tox S2E Liq
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AW 14 Each
Urine Chem Control L1
FFP
Urine Chem Control L1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AX 21 Each
Variant II Hemoglobin A1C Reord
FFP
Variant II Hemoglobin A1C Reord
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AY 14 Each
Urine Chem Control L2
FFP
Urine Chem Control L2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001AZ 10 Each
Tri-level liquid controls
FFP
Tri-level liquid controls
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001BA 2 Each
Iso-Enzyme control
FFP
Iso-Enzyme control
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3001BB 2 Each
Iso-Enzyme control
FFP
Iso-Enzyme control
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001 Each
Controls and Testing Reagents
FFP
Controls and Testing Reagents; (1) TURBO VARIAN II analyzer for hemoglobin A1C (HbA1C) analysis, Laboratory Information System (LIS) connectivity and equipment maintenance /service for the Department of Pathology Special Chemistry Laboratory at Dwight David Eisenhower Army Medical Center, (DDEAMC) Ft. Gordon, GA. Period of Performance: 1 Oct 2017 - 30 Sep 2018
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AA 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AB 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AC 4 Each
Liquichek Blood Gas Plus EGL
FFP
Liquichek Blood Gas Plus EGL
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AD 80 Each
IA Plus-Lyoph TriLV
FFP
IA Plus-Lyoph TriLV
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AE 6 Each
Diabetes Liquid LV 1
FFP
Diabetes Liquid LV 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AF 6 Each
Diabetes Liquid Lv 2
FFP
Diabetes Liquid Lv 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AG 8 Each
Liquicheck Whole Blood Volatile
FFP
Liquicheck Whole Blood Volatile
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AH 22 Each
Tumor Marker Level 3
FFP
Tumor Marker Level 3
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AJ 24 Each
Ethanol/Ammonia Control Level 1
FFP
Ethanol/Ammonia Control Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AK 24 Each
Ethanol/Ammonia Control Level 3
FFP
Ethanol/Ammonia Control Level 3
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AL 16 Each
BIORAD Spinal Fluid QC Level 1
FFP
BIORAD Spinal Fluid QC Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AM 16 Each
BIORAD Spinal Fluid QC Level 2
FFP
BIORAD Spinal Fluid QC Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AN 4 Each
Assay Chemistry Control Level 1
FFP
Assay Chemistry Control Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AP 4 Each
Assay Chemistry Control Level 2
FFP
Assay Chemistry Control Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AQ 60 Each
Cardiac marker Control
FFP
Cardiac marker Control
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AR 10 Each
Pediatric Bili Control Level 2
FFP
Pediatric Bili Control Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AS 22 Each
Tumor Marker Level 1
FFP
Tumor Marker Level 1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AT 22 Each
Tumor Marker Level 2
FFP
Tumor Marker Level 2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AU 4 Each
Urine Tox Neg. Liq
FFP
Urine Tox Neg. Liq
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AV 7 Each
Urine Tox S2E Liq
FFP
Urine Tox S2E Liq
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AW 14 Each
Urine Chem Control L1
FFP
Urine Chem Control L1
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AX 21 Each
Variant II Hemoglobin A1C Reord
FFP
Variant II Hemoglobin A1C Reord
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AY 14 Each
Urine Chem Control L2
FFP
Urine Chem Control L2
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001AZ 10 Each
Tri-level liquid controls
FFP
Tri-level liquid controls
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001BA 2 Each
Iso-Enzyme control
FFP
Iso-Enzyme control
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4001BB 2 Each
Iso-Enzyme control
FFP
Iso-Enzyme control
FOB: Destination
NET AMT
INSPECTION AND ACCEPTANCE TERMS
Supplies/services will be inspected/accepted at:
CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY
0001 N/A N/A N/A Government
0001AA N/A N/A N/A Government
0001AB N/A N/A N/A Government
0001AC N/A N/A N/A Government
0001AD N/A N/A N/A Government
0001AE N/A N/A N/A Government
0001AF N/A N/A N/A Government
0001AG N/A N/A N/A Government
0001AH N/A N/A N/A Government
0001AJ N/A N/A N/A Government
0001AK N/A N/A N/A Government
0001AL N/A N/A N/A Government
0001AM N/A N/A N/A Government
0001AN N/A N/A N/A Government
0001AP N/A N/A N/A Government
0001AQ N/A N/A N/A Government
0001AR N/A N/A N/A Government
0001AS N/A N/A N/A Government
0001AT N/A N/A N/A Government
0001AU N/A N/A N/A Government
0001AV N/A N/A N/A Government
0001AW N/A N/A N/A Government
0001AX N/A N/A N/A Government
0001AY N/A N/A N/A Government
0001AZ N/A N/A N/A Government
0001BA N/A N/A N/A Government
0001BB N/A N/A N/A Government
1001 N/A N/A N/A Government
1001AA N/A N/A N/A Government
1001AB N/A N/A N/A Government
1001AC N/A N/A N/A Government
1001AD N/A N/A N/A Government
1001AE N/A N/A N/A Government
1001AF N/A N/A N/A Government
1001AG N/A N/A N/A Government
1001AH N/A N/A N/A Government
1001AJ N/A N/A N/A Government
1001AK N/A N/A N/A Government
1001AL N/A N/A N/A Government
1001AM N/A N/A N/A Government
1001AN N/A N/A N/A Government
1001AP N/A N/A N/A Government
1001AQ N/A N/A N/A Government
1001AR N/A N/A N/A Government
1001AS N/A N/A N/A Government
1001AT N/A N/A N/A Government
1001AU N/A N/A N/A Government
1001AV N/A N/A N/A Government
1001AW N/A N/A N/A Government
1001AX N/A N/A N/A Government
1001AY N/A N/A N/A Government
1001AZ N/A N/A N/A Government
1001BA N/A N/A N/A Government
1001BB N/A N/A N/A Government
2001 N/A N/A N/A Government
2001AA N/A N/A N/A Government
2001AB N/A N/A N/A Government
2001AC N/A N/A N/A Government
2001AD N/A N/A N/A Government
2001AE N/A N/A N/A Government
2001AF N/A N/A N/A Government
2001AG N/A N/A N/A Government
2001AH N/A N/A N/A Government
2001AJ N/A N/A N/A Government
2001AK N/A N/A N/A Government
2001AL N/A N/A N/A Government
2001AM N/A N/A N/A Government
2001AN N/A N/A N/A Government
2001AP N/A N/A N/A Government
2001AQ N/A N/A N/A Government
2001AR N/A N/A N/A Government
2001AS N/A N/A N/A Government
2001AT N/A N/A N/A Government
2001AU N/A N/A N/A Government
2001AV N/A N/A N/A Government
2001AW N/A N/A N/A Government
2001AX N/A N/A N/A Government
2001AY N/A N/A N/A Government
2001AZ N/A N/A N/A Government
2001BA N/A N/A N/A Government
2001BB N/A N/A N/A Government
3001 N/A N/A N/A Government
3001AA N/A N/A N/A Government
3001AB N/A N/A N/A Government
3001AC N/A N/A N/A Government
3001AD N/A N/A N/A Government
3001AE N/A N/A N/A Government
3001AF N/A N/A N/A Government
3001AG N/A N/A N/A Government
3001AH N/A N/A N/A Government
3001AJ N/A N/A N/A Government
3001AK N/A N/A N/A Government
3001AL N/A N/A N/A Government
3001AM N/A N/A N/A Government
3001AN N/A N/A N/A Government
3001AP N/A N/A N/A Government
3001AQ N/A N/A N/A Government
3001AR N/A N/A N/A Government
3001AS N/A N/A N/A Government
3001AT N/A N/A N/A Government
3001AU N/A N/A N/A Government
3001AV N/A N/A N/A Government
3001AW N/A N/A N/A Government
3001AX N/A N/A N/A Government
3001AY N/A N/A N/A Government
3001AZ N/A N/A N/A Government
3001BA N/A N/A N/A Government
3001BB N/A N/A N/A Government
4001 N/A N/A N/A Government
4001AA N/A N/A N/A Government
4001AB N/A N/A N/A Government
4001AC N/A N/A N/A Government
4001AD N/A N/A N/A Government
4001AE N/A N/A N/A Government
4001AF N/A N/A N/A Government
4001AG N/A N/A N/A Government
4001AH N/A N/A N/A Government
4001AJ N/A N/A N/A Government
4001AK N/A N/A N/A Government
4001AL N/A N/A N/A Government
4001AM N/A N/A N/A Government
4001AN N/A N/A N/A Government
4001AP N/A N/A N/A Government
4001AQ N/A N/A N/A Government
4001AR N/A N/A N/A Government
4001AS N/A N/A N/A Government
4001AT N/A N/A N/A Government
4001AU N/A N/A N/A Government
4001AV N/A N/A N/A Government
4001AW N/A N/A N/A Government
4001AX N/A N/A N/A Government
4001AY N/A N/A N/A Government
4001AZ N/A N/A N/A Government
4001BA N/A N/A N/A Government
4001BB N/A N/A N/A Government
DELIVERY INFORMATION
CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC
0001 POP 01-OCT-2013 TO
30-SEP-2014 N/A N/A
FOB: Destination
0001AA POP 01-OCT-2013 TO
30-SEP-2014 N/A D.D. EISENHOWER ARMY MEDICAL CENTER
D.D. EISENHOWER ARMY MEDICAL CENTER
300 E. HOSPITAL ROAD RM 1H05
FORT GORDON GA 30905
FOB: Destination W33XTF
0001AB POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AC POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AD POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AE POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AF POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AG POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AH POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AJ POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AK POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AL POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AM POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AN POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AP POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AQ POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AR POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AS POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AT POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AU POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AV POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AW POP 01-OCT-2013 TO
30-SEP-2014 N/A DWIGHT DAVID EISENHOWER ARMY MEDICAL
DWIGHT DAVID EISENHOWER ARMY MEDICA
300 EAST HOSPITAL ROAD ROOM 1H05
AUGUSTA GA 30905
FOB: Destination W33XTF
0001AX POP 01-OCT-2013 TO
30-SEP-2014 N/A D.D. EISENHOWER ARMY MEDICAL CENTER
D.D. EISENHOWER ARMY MEDICAL CENTER
300 E. HOSPITAL ROAD RM 1H05
FORT GORDON GA 30905
FOB: Destination W33XTF
0001AY POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001AZ POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001BA POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
0001BB POP 01-OCT-2013 TO
30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001 POP 01-OCT-2013 TO
30-SEP-2014 N/A N/A
FOB: Destination
1001AA POP 01-OCT-2014 TO
30-SEP-2015 N/A D.D. EISENHOWER ARMY MEDICAL CENTER
D.D. EISENHOWER ARMY MEDICAL CENTER
300 E. HOSPITAL ROAD RM 1H05
FORT GORDON GA 30905
FOB: Destination W33XTF
1001AB POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AC POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AD POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AE POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AF POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AG POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AH POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AJ POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AK POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AL POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AM POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AN POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AP POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AQ POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AR POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AS POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AT POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AU POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AV POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AW POP 01-OCT-2014 TO
30-SEP-2015 N/A DWIGHT DAVID EISENHOWER ARMY MEDICAL
DWIGHT DAVID EISENHOWER ARMY MEDICA
300 EAST HOSPITAL ROAD ROOM 1H05
AUGUSTA GA 30905
FOB: Destination W33XTF
1001AX POP 01-OCT-2014 TO
30-SEP-2015 N/A D.D. EISENHOWER ARMY MEDICAL CENTER
D.D. EISENHOWER ARMY MEDICAL CENTER
300 E. HOSPITAL ROAD RM 1H05
FORT GORDON GA 30905
FOB: Destination W33XTF
1001AY POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001AZ POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001BA POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
1001BB POP 01-OCT-2014 TO
30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001 POP 01-OCT-2015 TO
30-SEP-2016 N/A N/A
FOB: Destination
2001AA POP 01-OCT-2015 TO
30-SEP-2016 N/A D.D. EISENHOWER ARMY MEDICAL CENTER
D.D. EISENHOWER ARMY MEDICAL CENTER
300 E. HOSPITAL ROAD RM 1H05
FORT GORDON GA 30905
FOB: Destination W33XTF
2001AB POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AC POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AD POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AE POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AF POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AG POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AH POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AJ POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AK POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AL POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AM POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AN POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AP POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AQ POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AR POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AS POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AT POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AU POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AV POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AW POP 01-OCT-2015 TO
30-SEP-2016 N/A DWIGHT DAVID EISENHOWER ARMY MEDICAL
DWIGHT DAVID EISENHOWER ARMY MEDICA
300 EAST HOSPITAL ROAD ROOM 1H05
AUGUSTA GA 30905
FOB: Destination W33XTF
2001AX POP 01-OCT-2015 TO
30-SEP-2016 N/A D.D. EISENHOWER ARMY MEDICAL CENTER
D.D. EISENHOWER ARMY MEDICAL CENTER
300 E. HOSPITAL ROAD RM 1H05
FORT GORDON GA 30905
FOB: Destination W33XTF
2001AY POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001AZ POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001BA POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
2001BB POP 01-OCT-2015 TO
30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001 POP 01-OCT-2016 TO
30-SEP-2017 N/A N/A
FOB: Destination
3001AA POP 01-OCT-2016 TO
30-SEP-2017 N/A D.D. EISENHOWER ARMY MEDICAL CENTER
D.D. EISENHOWER ARMY MEDICAL CENTER
300 E. HOSPITAL ROAD RM 1H05
FORT GORDON GA 30905
FOB: Destination W33XTF
3001AB POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AC POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AD POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AE POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AF POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AG POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AH POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AJ POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AK POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AL POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AM POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AN POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AP POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AQ POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AR POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AS POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AT POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AU POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AV POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AW POP 01-OCT-2016 TO
30-SEP-2017 N/A DWIGHT DAVID EISENHOWER ARMY MEDICAL
DWIGHT DAVID EISENHOWER ARMY MEDICA
300 EAST HOSPITAL ROAD ROOM 1H05
AUGUSTA GA 30905
FOB: Destination W33XTF
3001AX POP 01-OCT-2016 TO
30-SEP-2017 N/A D.D. EISENHOWER ARMY MEDICAL CENTER
D.D. EISENHOWER ARMY MEDICAL CENTER
300 E. HOSPITAL ROAD RM 1H05
FORT GORDON GA 30905
FOB: Destination W33XTF
3001AY POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001AZ POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001BA POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
3001BB POP 01-OCT-2016 TO
30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001 POP 01-OCT-2017 TO
30-SEP-2018 N/A N/A
FOB: Destination
4001AA POP 01-OCT-2017 TO
30-SEP-2018 N/A D.D. EISENHOWER ARMY MEDICAL CENTER
D.D. EISENHOWER ARMY MEDICAL CENTER
300 E. HOSPITAL ROAD RM 1H05
FORT GORDON GA 30905
FOB: Destination W33XTF
4001AB POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AC POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AD POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AE POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AF POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AG POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AH POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AJ POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AK POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AL POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AM POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AN POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AP POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AQ POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AR POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AS POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AT POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AU POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AV POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AW POP 01-OCT-2017 TO
30-SEP-2018 N/A DWIGHT DAVID EISENHOWER ARMY MEDICAL
DWIGHT DAVID EISENHOWER ARMY MEDICA
300 EAST HOSPITAL ROAD ROOM 1H05
AUGUSTA GA 30905
FOB: Destination W33XTF
4001AX POP 01-OCT-2017 TO
30-SEP-2018 N/A D.D. EISENHOWER ARMY MEDICAL CENTER
D.D. EISENHOWER ARMY MEDICAL CENTER
300 E. HOSPITAL ROAD RM 1H05
FORT GORDON GA 30905
FOB: Destination W33XTF
4001AY POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001AZ POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001BA POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
4001BB POP 01-OCT-2017 TO
30-SEP-2018 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination W33XTF
CLAUSES INCORPORATED BY REFERENCE
52.212-4 Contract Terms and Conditions--Commercial Items JUN 2013
CLAUSES INCORPORATED BY FULL TEXT
ADDENDUM TO 52.212-4
(u) 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 herein for locations where full text can be found.
CLAUSES INCORPORATED BY REFERENCE
52.203-3 Gratuities APR 1984
52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006
52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2013
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010
52.219-8 Utilization of Small Business Concerns JAN 2011
52.222-3 Convict Labor JUN 2003
52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012
52.222-21 Prohibition Of Segregated Facilities FEB 1999
52.222-26 Equal Opportunity MAR 2007
52.222-35 Equal Opportunity for Veterans SEP 2010
52.222-36 Affirmative Action For Workers With Disabilities OCT 2010
52.222-37 Employment Reports on Veterans SEP 2010
52.222-43 Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) SEP 2009
52.222-50 Combating Trafficking in Persons FEB 2009
52.222-51 Exemption from Application of the Service Contract act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements NOV 2007
52.222-54 Employment Eligibility Verification JUL 2012
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
52.233-3 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
52.242-13 Bankruptcy JUL 1995
252.201-7000 Contracting Officer's Representative DEC 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009
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 DEC 2006
252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DEC 2010
252.225-7012 Preference For Certain Domestic Commodities FEB 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7010 Levies on Contract Payments DEC 2006
252.243-7002 Requests for Equitable Adjustment DEC 2012
252.247-7022 Representation Of Extent Of Transportation Of Supplies By Sea AUG 1992
252.247-7023 Transportation of Supplies by Sea MAY 2002
CLAUSES INCORPORATED BY FULL TEXT
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before contract expires.
(End of clause)
CLAUSES INCORPORATED BY FULL TEXT
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.
(End of clause)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2012)
(a) Definitions. As used in this clause--
Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.
Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is ``not dominant in its field of operation'' when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity.
(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:
(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.
(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.
(3) For long-term contracts--
(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and
(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.
(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards.
(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.
(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update.
(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.
(g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:
The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code - assigned to contract number .
(Contractor to sign and date and insert authorized signer's name and title).
(End of clause)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.arnet.gov/far
http://www.farsite.hill.af.mil
http://www.dtic.mil/dfars
(End of clause)
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
SALIENT CHARACTERISTICS
All reagent kits must be FDA approved for use in clinical testing.
Reagents must be delivered in the amounts specified within a week of the supply schedule delivery dates, to cover the workload.
Reagents must have expiration dates no less than 6 months from the delivery date.
Reagents must function properly, passing all lot-to-lot tests.
Calibrators and controls must function properly and test with the ranges set by the manufacturer.
Analyzer must perform the quoted and contracted workflow (approximately 56,000 samples per year).
Analyzer must also be able to interface with the hospital information system to allow for transfer of results.
Analyzer must be capable of performing high volume of whole blood for hemoglobin A1C (HbA1C) testing.
Automated analyzer must allow for continuous feed of samples during the testing time and will increase efficiency and testing.
Analyzer must also provide flagging capability for subsequent and follow-on manual slide review and differential testing.
Must deliver the analyzer within two months of the government's delivery of the contract at the quoted cost and aid in the validation, calibration and correlation testing of the analyzers.
Must provide connectivity support ensuring the seamless transition to the LIS CHCS.
PWS
1. General Scope of Work.
1.1 Vendor shall provide one (1) TURBO VARIAN II (BIO-RAD) analyzer for hemoglobin A1C (HbA1C) analysis, Laboratory Information System (LIS) connectivity and equipment maintenance /service for the Department of Pathology Special Chemistry Laboratory at Dwight David Eisenhower Army Medical Center, (DDEAMC) Fort Gordon, Georgia, with a one year Reagent Rental contract with four option years for the medical equipment, reagents, and supplies listed below. All reagent kits must be FDA approved for use in clinical testing. The reagents must be delivered in the amounts specified within a week of the supply schedule delivery dates, to cover the workload. The reagents must have expiration dates no less than 6 months from the delivery date. The reagents must function properly, passing all lot-to-lot tests. Calibrators and controls must function properly and test with the ranges set by the manufacturer. The analyzer must perform the quoted and contracted workflow (approximately 56,000 samples per year). The analyzer must also be able to interface with the hospital information system to allow for transfer of results. The analyzer will be highly utilized for performing high volume of whole blood for hemoglobin A1C (HbA1C) testing. The automated analyzer will allow for continuous feed of samples during the testing time and will increase efficiency and testing. The analyzer must also provide flagging capability for subsequent and follow-on manual slide review and differential testing. Vendor must deliver the analyzer within two months of the government's delivery of the contract at the quoted cost and aid in the validation, calibration and correlation testing of the analyzers. Vendor will also provide connectivity support ensuring the seamless transition to the LIS CHCS. Vendor shall provide all maintenance with the exception of regular user maintenance. Vendor will be responsible for all equipment repairs and provide repairs on-site within 24 hours. Any equipment downtime that exceeds 3 work days will require the vendor to provide alternate testing equipment and perform machine validation if necessary. The equipment will be located in the Special Chemistry Laboratory, Department of Pathology at Dwight David Eisenhower Army Medical Center, Fort Gordon Georgia, 30905. Funding will be allocated annually subject to the availability of funds.
1.2 Personnel
1.2.1 Hours of operation.
On-site instrument services shall be provided Monday through Friday, 0800 to 1800, including Observed holidays.
1.2.2 Normal Hours.
Eisenhower Army Medical Center, Department of Pathology Section hours of operation are 7 days a week, 24 hours a day.
1.2.3 Personnel.
Services under this contract shall be performed by individuals who have demonstrated knowledge and competence in the servicing and maintaining of the specific instrumentation under the contract. The contractor shall ensure repair technicians have been trained on the specific equipment under this contact.
1.2.4 Personal Appearance.
Contractor personnel working under this contract shall practice high standards of personal hygiene and maintain a clean, neat appearance while on duty.
1.2.5 Security Requirements: (Access, General Protection, and Security Policy and Procedures)
Contractor personnel or any representative of the contractor entering Fort Gordon shall abide by all security regulations and shall be subject to security checks. Contractor and all associated subcontractor employees shall comply with all applicable installation, facility, and area commander installation and/or 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 Marshall Office, Director of Emergencies 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.
1.2.6 Quality Assurance.
Upon completion of work, an acceptance inspection will be conducted by the Government (Medical Maintenance personnel) and also by the equipment user to ensure services are completed. The government's COR will evaluate the contractor's performance under this contract using the method surveillance specified in Quality Assurance Schedule attached. All surveillance observations will be recorded by the government. When an observation indicates defective performance, the contracting officer's representative (COR) in conjunction with medical maintenance will obtain the contractor's representative initials on the record of the observation. All Material Safety Data Sheets associated with the reagents must be provided to Eisenhower Army Medical Center Laboratory upon receipt of the reagents or products. If any FDA mandated or company initiated recall is issued on any kit or kit component in use at EAMC, the vendor will notify the COR, or some member of the testing lab within 24 hours of the issuance of the recall.
1.2.7 Quality Control.
The contractor shall be responsible to ensure that the quality of service and materials provided under this contract meet or exceed the performance work statement.
1.2.8 Completion of Service.
As needed, upon completion of services, a written service report will be provided to the Biomedical Maintenance/ Clinical Engineer Manager. The service report shall be completely filled out within 24 hours from completion of service, provide detailed information regarding the cause of equipment malfunction and corrective action taken, to include the time required to complete the work, and a list of parts replaced with a price for each part. Contractor shall provide the balance of the required information in writing to the Chief, Medical Maintenance, not later than ten (10) days after services are completed.
1.2.9 Upon completion of contractor provided maintenance, the contractor shall sign off on or affix a DD form 2163 Calibration verification sticker in accordance with instruction provided in TB 38-750-2.
1.2.10 Performance Measures.
The contractor shall perform unlimited emergency service calls Monday through Friday, 0800-1800, including observed holidays. Response time for repairs will be within 24 hours once determination of service need is made. Contractor shall be able to provide as emergency support within two (2) hours of telephone request. Success of the hemoglobin A1C (HbA1C) testing mission hinges upon the laboratory ability to provide rapid and accurate results to the providers and patients of Eisenhower Army Medical Center. In the event of prolonged equipment failure, there will be a substantial monetary loss to the government. In the event of equipment failure, the government will withhold paying the invoiced until the next invoice date or until the service is completed. As the result of an equipment failure, downtime experienced by the lab will cause an unacceptable delay in patient treatment. If an equipment failure resulting in downtime exceeds 3 working days, the vendor shall provide replacement equipment either as a temporary stop-gap solution (to be re-exchanged for the original equipment once repairs are made), or as a permanent replacement for the failing existing equipment.
2. Definitions.
2.1Preventive Maintenance Checks and Services (PMCS); maintaining equipment in a "like new" operating condition in accordance with the manufacturer's specifications. Accomplished by providing systematic inspection, calibration, certification, verification, detection and correction of incipient failures, before they occur or before they develop into a major defect. Cleaning and lubrication will be included as needed on all internal parts as well as external cleaning after services are performed.
2.2 Response Time.
The time frame within which the contractor must arrive on-site, measured form the time of verbal notification that service is required. Response time for this contract is 24 hours after service call is confirmed.
2.3 FDA: Food and Drug Administration
2.4 CAP: College of American Pathologists
3.0 Contractor Furnished items.
3.1 The contractor shall furnish all materials, manufacturer recommended Preventive Maintenance (PM) visits, Original Equipment Manufacturer (OEM) parts, labor and supplies necessary to perform the services and repairs. Travel is included in the overall contract cost.
4. Specific Tasks.
4.1 The contractor shall install one (1) TURBO VARIAN II (BIO-RAD) analyzer and perform installation qualification. The contractor shall be responsible for qualifying new instrument and reagents on the analyzer. All activities performed by the contractor shall be documented with appropriate checklists and forms. This documentation shall be given to the Special Chemistry supervisor. The contractor shall develop a site specific implementation plan prior to the delivery of the instrument. The contractor shall provide instrument training of primary operations on-site, and will assist with workflow optimization to ensure a smooth transition from our current method to the contractor's platform. The contractor shall validate the new system, providing needed reagents to complete validation. The contractor shall provide the validation guidelines in electronic and hard copy format. These guidelines shall contain but not limited to test cases from which the facility can select or modify according to Department of Pathology requirements. The TURBO VARIAN II (BIO-RAD) analyzer must be able to interface as a bi-directional system with the current Composite Health Care Systems (CHCS) LIS system. The contractor shall provide all necessary communication equipment.
4.2 Contractor's representative shall report to the Medical Maintenance Branch, Building 300, Eisenhower Army Medical Center, prior to commencing all on-site services and repairs during normal operating hours from 0800 to 1800, Monday through Friday. If repairs are required or completed after normal duty hours the staff on-site will make sure service receipts are provided to the Medical Maintenance Branch.
4.3 Upon completion of services, a written service report will be provided to Department of Pathology, Special Chemistry Laboratory personnel and Medical Maintenance Branch Manager. The service report shall be completely filled out, provide detailed information regarding the cause of equipment malfunction and corrective action take, to include the time required to complete the work, price of labor (hourly rate), and a list of parts replaced with. Contractor shall provide the balance of the required information in writing to the Chief, Medical Maintenance Management, not later than seven days after services are completed. Contractor shall ensure repairs technicians complete close out documentation within 24 hours and issue an interim report
4.4 Software coverage: Contractor shall update all software to the customer and must notify to the customer when updates are released. This is at no cost to the government. Hardware upgrades that are related to safety concerns or needed to maintain instrument performance specifications will be mandatory and shall be performed by the Field Service personnel at no cost to the customer. All software and hardware upgrades must be performed by trained personnel. The Field Service Engineer shall schedule with the section supervisor of the upgrade.
4.5 Training: Included with the analyzer acquisition is comprehensive training for the employees of the Special Chemistry Laboratory. The TURBO VARIAN II (BIO-RAD) training will be conducted on site i.e. at DDEAM facility. Additional training needs will be conducted on-site by BIO-RAD implementation representatives. Request a Diagnostics Systems Specialist be assigned to the section to facilitate the analyzer implementation. These personnel shall perform the initial instrument qualification testing and provide guidance to the Special Chemistry Laboratory, Eisenhower Army Medical Center staff for tasks such as writing SOPs and performing parallel testing.
5. Payments.
5.1 Contractor shall invoice through Wide Area Work Flow (WAWF). Monthly invoices will be input into WAWF not later 30 days after shipment of supplies. Monthly invoices will incorporate reagent use from the first day of the month through the last day of said month.
6. Non-compliance.
6.1 In the event the contractor fails to accomplish services within the months specified or within the required repair time frame, the entire agreement will be extended 30 days at no charge to the government.
QASP
QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)
Performance Objective PWS Reference Acceptance Performance Level Monitoring Method
Contractor will ensure reagents provided will bear the same lot number within designated shipments and meet or exceed proficiency testing standards of CAP, TJC, CSLI, and be approved by the FDA. Para 1.1 Zero defects Observation by COR/QA or representative.
Contractor will provide timely PM and other periodic maintenance, notifying the customer one week in advance of any and all PM needs, software or hardware updates. Para 2.1 Zero defects Observation by COR/QA or representative.
Contractor must be able to deliver replacement consumable supplies within twenty four (24) hours of receipt of verbal order in the event that contracted consumables are found to be defective and unsuitable for use. Para 1.2.7 Zero defects Observation by COR/QA or representative.
Contractor must be able to provide emergency maintenance support within twenty (24) four hours of request Para 1.2.11 Zero defects Observation by COR/QA or representative.
Contractor will furnish a malfunction incident report to the Contracting Officer Representative (COR) within 24 hours of the completion of any maintenance call or maintenance action. Para 4.3 Zero defects Observation by both Medical Maintenance and COR/QA or representative.
Contractor will ensure all invoices are posted to WAWF not later than thirty (30) days after shipment of supplies. Para 5.1 Zero defects Observation by COR/QA or representative.
CLAUSES INCORPORATED BY FULL TEXT
WIDE AREA WORKFLOW (WAWF) ARMY ELECTRONIC INVOICING INSTRUCTIONS
Contractor shall submit payment request using the following method as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office.
_x__ Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (see instructions below)
___ Web Invoicing System (WInS)
___ American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats
___ Other (please specify)____________________________________
DFAS POC and Phone:_DFAS Rome Phone#: (315) 330-6926, FAX#: (315)330-6964_____
WAWF-RA is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order.
WAWF- RA Instructions
Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS)[fill in DFAS location here](Block 18a of your purchase order/contract) at [fill in DFAS vendor pay phone number here] or faxed to [fill in DFAS vendor pay fax phone number here]. Please have your purchase order/contract number ready when calling about payments.
You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment.
The following codes and information will be required to assure successful flow of WAWF-RA documents.
TYPE OF DOCUMENT [X the appropriate block]
___ Commercial Item Financing
___ Construction Invoice (Contractor Only)
___ Invoice (Contractor Only)
_X_ _ Invoice and Receiving Report (COMBO)
___ Invoice as 2-in-1 (Services Only)
___ Performance Based Payment (Government Only)
___ Progress Payment (Government Only)
___ Cost Voucher (Government Only)
___ Receiving Report (Government Only)
___ Receiving Report With UID Data (Government Only)
___ Summary Cost Voucher (Government Only)
CAGE CODE: [Enter Contractor Cage Code here] _
ISSUE BY DODAAC: W81K00
ADMIN BY DODAAC: W81K00
INSPECT BY DODAAC: W33XTF
ACCEPT BY DODAAC: W33XTF
SHIP TO DODAAC: W33XTF
LOCAL PROCESSING OFFICE DODDAC: [Enter LPO DODAAC here if applicable]
_____________________________
PAYMENT OFFICE FISCAL STATION CODE: HQ0490
EMAIL POINTS OF CONTACT LISTING: (Use Group e-mail accounts if applicable)
INSPECTOR: [Enter Inspector's email address here]
ACCEPTOR: [Enter Acceptor's email address here] __
RECEIVING OFFICE POC: [Enter receiving office POC email address here]
CONTRACT ADMINISTRATOR: [email protected]
CONTRACTING OFFICER: [email protected]
ADDITIONAL CONTACT: [Enter email address(es) here]
For more information contact [Enter Contract Specialist and/or Contracting Officers
Name, email and phone here]. _Valerie DeVeaux (706)787-8438
(End of clause)
CLAUSES INCORPORATED BY REFERENCE
52.212-1 Instructions to Offerors--Commercial Items FEB 2012
5004 ADDENDUM TO 52.212-1 MAY 2009
52.204-5 Women-Owned Business (Other Than Small Business) MAY 1999
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012
52.211-6 Brand Name or Equal AUG 1999
52.203-2 Certificate Of Independent Price Determination APR 1985
52.209-7 Information Regarding Responsibility Matters FEB 2012
52.216-1 Type Of Contract APR 1984
CLAUSES INCORPORATED BY FULL TEXT
52.233-2 SERVICE OF PROTEST (SEP 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from ______________________. (Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.)
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of provision)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The 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):
[Insert one or more Internet addresses]
(End of provision
52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision.
(b) The use in this solicitation of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of provision)
CLAUSES INCORPORATED BY REFERENCE
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7011 Alternative Line Item Structure SEP 2011
252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009
252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005
252.215-7007 Notice of Intent to Resolicit JUN 2012
252.215-7008 Only One Offer JUN 2012
252.225-7020 Trade Agreements Certificate JAN 2005
CLAUSES INCORPORATED BY FULL TEXT
52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); (iv) small disadvantaged business participation; and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.)
Technical and past performance, when combined, are . (Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.)
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
ADDENDUM TO 52.212-2
Paragraph (a) is hereby replaced with the following:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical acceptability of the offeror's proposal to meet the Government requirement, and (ii) price. Awardee will be the Lowest Priced, Technically Acceptable (LPTA) Offeror. Tradeoffs are not permitted. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. Exchanges may occur for clarification purposes only, the Government intends to evaluate proposals and award a contract without discussion.
1. Technically Acceptable Source Selection Process.
(a) Proposals shall be evaluated using lowest price technically acceptable source selection process where best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. Inclusive of the offeror's technical acceptability to perform the services the offeror shall demonstrate in their proposal:
(1) The Offeror's ability, skills, experience, knowledge, and past performance in performing required services. Information is limited to no more than 5 pages.
(2) Past Performance evaluation information shall indicate the offeror's ability to perform the contract successfully. Offeror shall indicate, provide or identify past or current contracts including Federal, State, local government and private for efforts similar to the Government requirement. The Government shall consider this information as well as information obtained from any other sources, when evaluating the offeror's past performance. In the case of any offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorable or unfavorably on past performance. Information is limited to no more than 10 pages.
2. Price. The lowest price acceptable source selection result from selection of the technically acceptable proposal with the lowest evaluated price.
3. Technical and past performance, when combined is significantly more important than price.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
CLAUSES INCORPORATED BY REFERENCE
52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (DEC 2012) Alternate I APR 2011