Attached files

file filename
EX-99.1 - EXHIBIT 99.1 - HELIUS MEDICAL TECHNOLOGIES, INC.exhibit99-1.htm
EX-10.3 - EXHIBIT 10.3 - HELIUS MEDICAL TECHNOLOGIES, INC.exhibit10-3.htm
EX-10.2 - EXHIBIT 10.2 - HELIUS MEDICAL TECHNOLOGIES, INC.exhibit10-2.htm
8-K - FORM 8-K - HELIUS MEDICAL TECHNOLOGIES, INC.form8k.htm

 


W81XWH-15-C-0096
P00001
Page 2 of 14

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION A - SOLICITATION/CONTRACT FORM

The following have been modified:
       ADDITIONAL INFORMATION
ADDITIONAL INFORMATION

PROJECT TITLE: Development and U.S. Food and Drug Administration (FDA) Clearance of the Portable Neuromodulation Stimulator (PoNSTM) Device.

The requirement is an R&D contract.

GOVERNMENT POINTS OF CONTACT

The Contract Specialist for this contract is Chris Sult at USAMRAA, ATTN: Chris Sult, MRMC-AAA-SD, 820 Chandler Street, Fort Detrick, MD 21702-5014 or christopher.m.sult.civ@mail.mil or 301-619-1342.

The Contracting Officer for this contract is Kelly Green at USAMRAA, ATTN: Kelly Green, MRMC-AAA-SD, 820 Chandler Street, Fort Detrick, MD 21702-5014 or kelly.r.green.civ@mail.mil or 301-619-1346.

The Contracting Officer’s Representative for this contract is Brian Dacanay at USAMMA, ATTN: Brian Dacanay, 693 Neiman Street, Fort Detrick, MD 21702 or Brian.i.dacanay.civ@mail.mil or 301-619-4348.

 

SECTION C - DESCRIPTIONS AND SPECIFICATIONS

The following have been modified:
       PERFORMANCE WORK STATEMENT
Revised PWS – Mod P00001

a) Section 1.1. Changed (TBI) to (mTBI).
b) Section 1.3. Changed eighteen (18) to thirty (30)
c) Section 1.3. Changed the Period of Performance from 01 July 2015 – 31 December 2016 to 01 July 2015 – 31 December 2017.
d) Revised Sections 1.3. and 3.1.4.
e) Added “and when additional sites are added” in the Initial and Subsequent column of the deliverable table for deliverables 6 – 14.

 

PERFORMANCE WORK STATEMENT (PWS)

Development and U.S. Food and Drug Administration (FDA) Clearance of the Portable Neuromodulation
Stimulator (PoNS™) Device


W81XWH-15-C-0096
P00001
Page 3 of 14

1. Introduction:

The U.S. Amy Medical Materiel Agency (USAMMA) and its parent organization the U.S. Army Medical Research and Materiel Command (USAMRMC) are located at Fort Detrick, in Frederick, Maryland. USAMMA serves as the strategic level, medical logistics generating force, and medical lifecycle management command in support of Army Medicine, the Army Campaign Plan, Military Health System, and Combatant Commands. The agency provides optimal medical acquisition and logistics support and solutions across the full spectrum of military health care missions worldwide. USAMMA has operational oversight of medical materiel acquisition programs and serves as the Army Medical Department’s (AMEDD’s) command for fielding new medical materiel for the Army’s operational forces.

1.1. Background and Purpose:

The U.S. Army is supporting an effort to develop NeuroHabilitation Corporation’s (NHC) Portable Neuromodulation Stimulator (PoNS™) as an aid to therapy for chronic balance deficits resulting from a mild to moderate traumatic brain injury (TBI). On 1 February 2013, USAMMA, the U.S. Army Medical Materiel Development Activity (USAMMDA), and NHC established a collaborative relationship, via a Cooperative Research and Development Agreement (CRADA) under 15 USC §3710a, to develop an investigational medical device that employs non-invasive brain stimulation. The PoNS™ device, developed partially under the CRADA, works by applying principles of neuroplasticity that enables the brain to process information in new ways for rehabilitation after injury. The goal of this contract is to take the PoNS™ from an investigational medical device to an FDA-cleared device, obtaining clearance for the following indication: as an aid to therapy for chronic balance deficits resulting from mild to moderate traumatic brain injury (mTBI).

The Contractor will be the regulatory sponsor and overall project coordinator for the PoNS™ version 4.0 device. The critical components of this PWS to obtain FDA regulatory clearance include the following steps: (1) write the clinical study protocols, (2) execute the clinical studies, (3) manage the clinical research sites, (4) submit the de novo/510(k) or other application to FDA, and (5) gain FDA clearance of the PoNSTM version 4.0 device for a mild-to-moderate TBI indication.

1.2. Scope:

This is a Research and Development (R&D) contract. The objective of this contract is to execute the clinical studies and regulatory responsibilities necessary to obtain FDA clearance for the PoNS™ 4.0 device and provide two FDA-cleared devices to the DoD (specifically USAMMA).

The Contractor shall complete the tasks noted in paragraph 3.1 to support the de novo/510(k) clearance application in accordance with (IAW) all noted applicable State, Federal, DoD, and U.S. Army regulations. The Contractor shall oversee and execute the clinical study. The Contractor shall support and perform services with DoD civilians, military and other Contractor personnel. The Contractor shall travel to Fort Detrick, Maryland at the Government’s request for an annual In Progress Review (IPR).

1.2.1. The Contractor shall perform the services set forth in this PWS, pursuant to the award of a R&D contract. The Contractor shall furnish all management, personnel, services, and other items necessary to successfully deliver the required services. The Contractor shall possess knowledge and skills in PoNSTM use/training/therapy, and regulatory requirements necessary to obtain 510(k) clearance.

1.2.2. This contract supports the Project Management Office, Medical Devices, and USAMMA. The Government shall not exercise any supervision or control over the Contractor’s employees performing services under this contract. Contractor employees shall be accountable solely to the Contractor who, in turn is responsible to the Government.

1.2.3. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to achieve the tasks as defined in this PWS.


W81XWH-15-C-0096
P00001
Page 4 of 14

1.2.4. Assumptions of the Parties:

1.2.4.1. A de novo/510 (k) petition shall be required for FDA to clear the PoNS™ 4.0 device.

1.2.4.2. The clinical trial using PoNS™ is considered to be of non-significant risk and, therefore, shall not require an Investigational Device Exemption submission.

1.2.4.3. QSR-produced PoNS™ 4.0 devices shall be available in/around April 2015 for use in the study. The devices shall be provided to the clinical trial sites by the Sponsor/Contractor.

1.2.4.4. The study shall take approximately 9-12 months to complete.

1.3. Period of Performance. The period of performance shall be for one (1) thirty (30) month Base Period. The Period of Performance breakdown reads as follows:

Base Period 01 July 2015 – 31 December 2017

2. General Requirements:

2.1. Business Relations:

The Contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The Contractor shall manage the timeliness, completeness, and quality of problem identification. The Contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The Contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all Contractor personnel.

2.2. Contract Administration and Management:

This PWS provides distinct activities and functions. These activities are described in the following subsections, which specify requirements for contract management, contract administration, and personnel administration.

2.2.1. Contract Management:

The Contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement.

2.2.1.1. Management Activities. The Contractor shall identify a single point of contact as the Project Manager (PM). The Contractor PM shall ensure that the task is performed efficiently, accurately, timely, and in compliance with this PWS. The Contractor PM shall coordinate, as necessary with the Contracting Officer Representative (COR), to ensure the services are managed consistently with overall contract requirements. The Contractor PM shall submit all invoices within 30 days from completion of tasks at the end of each month.

2.2.2. Contract Administration. The Contractor shall establish processes and assign appropriate resources to effectively administer this contract. The Contractor shall respond to Government requests for contractual actions within one (1) day. The Contractor shall have a single point of contact between the Government and Contractor employee assigned to support the contract.

2.3. Subcontract Management. The Contractor shall:

2.3.1. Manage any subcontract management necessary to integrate services to meet the overall requirements of this contract.

2.3.2. Be responsible and accountable for subcontractor performance on this requirement.


W81XWH-15-C-0096
P00001
Page 5 of 14

2.3.3. Manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations.

2.3.4. Add subcontractors to their team, as needed, after notification to the KO or COR. The Government may or may not permit cross-teaming (See paragraph 7.1.12 for definition).

2.4. Travel. The COR is designated, in writing, as the Contractor’s travel order approval authority by the contracting officer. Travel to government facilities or other locations that are requested by the Government for the annual IPR may be required. Only travel requirements specifically requested by the Government (including plans, agenda, itinerary, or dates) shall be pre-approved by the COR and is on a strictly cost-reimbursable basis. Costs for travel shall be billed IAW the regulatory implementation of Public Law 99-234 and FAR 31.205 -46 Travel Costs.

2.5. Anti-terrorism / Operation Security. For Contract Requiring Performance or Delivery in a Foreign Country. DFARS Clause 252.225 -7043, Antiterrorism/Force Protection for Defense Contractors Outside the United States. The clause shall be used in solicitations and contracts that require performance or delivery in a foreign country. This clause applies to both contingencies and non-contingency support. The key AT requirement is for nonlocal national contractor personnel to comply with theater clearance requirements and allows the combatant commander to exercise oversight to ensure the contractor’s compliance with combatant commander and subordinate task force commander policies and directives.

3. Specific Tasks and Performance Objectives

The Contractor shall complete development of the PoNSTM device from its current state as an investigational device to a FDA cleared/approved medical device for the following indication: an aid to therapy for chronic balance deficits resulting from mild to moderate TBI. The Contractor shall be the FDA regulatory sponsor, in accordance with Section 21, Code of Federal Regulations. The Contractor shall deliver two complete FDA cleared/approved devices to the government. The Contractor shall accomplish all required tasks and services IAW this PWS that include, but are not limited to the following Specific Tasks and Performance Objectives for the contract.

3.1. Contract Tasks and Performance Objectives Required Before Start of Clinical Trial

3.1.1. Project Management Plan. The Contractor shall provide a draft Project Management Plan, including an initial Integrated Master Schedule (IMS) and Risk Management Plan that encompasses the entire scope of the contract, with the Contractor’s proposal. The final Project Management Plan shall be submitted within 30 days of contract award. The IMS documents the critical path (including futility point), major milestones, tasks/activities, deliverables, duration, lead/lag/slack time and schedule relationships, and is directly traceable to the PWS. The IMS will contain all major project management tasks and associated milestones and/or deliverables to assist the Government in its monitoring of Contractor performance. The IMS shall be updated quarterly to track progress (CDRL A001 / QASP #1).

3.1.2. Quality Control Plan (QCP). The Contractor shall provide a draft QCP with the Contractor’s proposal. The Contractor shall prepare and implement a final QCP to ensure that all activities of the project are managed in a sound, reasonable way in conformance to the Government’s requirements within 30 days of contract award. The Contractor shall ensure that all deliverables produced are acceptable prior to delivery to the Government. Under this QCP, the Contractor shall provide for the Government or its designee to audit the Contractor and/or its Subcontractors for regulatory compliance and quality assurance purposes. At a minimum, the QCP shall include a self-inspection plan, an internal staffing plan, and an outline of the procedures that the Contractor shall use to maintain quality, timeliness, responsiveness and customer satisfaction. The QCP shall be updated as needed and reviewed at least quarterly (CDRL A002 / QASP #1).

3.1.3. Institutional Review Board Approved Clinical Protocols. The Contractor shall provide a copy of the IRB-approved clinical study protocol and informed consent form for each study site within 3 months of contract award. The Contractor shall also provide the COR supporting documentation that shall include at minimum a Statistical Analysis Plan, Clinical Monitoring Plan, Data Management Plan, Proposed Clinical Data Management System, Sample Case Report Forms, End User Guidelines (Training and Technical Support), and a Recruitment and Retention Plan for each site. The Contractor shall provide a copy of the IRB-approved clinical study protocol and informed consent form for any additional study site. The Contractor shall also provide the COR supporting documentation that shall include at minimum a Statistical Analysis Plan, Clinical Monitoring Plan, Data Management Plan, Proposed Clinical Data Management System, Sample Case Report Forms, End User Guidelines (Training and Technical Support), and a Recruitment and Retention Plan for any additional study site (CDRL A003 / QASP #2).


W81XWH-15-C-0096
P00001
Page 6 of 14

3.1.4. Institutional Review Board Approvals. The Contractor shall provide the COR with documentation of appropriate IRB approvals from each study site, institute, and Army, as required within 3 months of contract award and prior to the start of the clinical study. The Contractor shall provide the COR with documentation of appropriate IRB approvals from any additional study site, institute, and Army, as required. The Contractor shall maintain and update files of all applicable regulatory documentation for all appropriate IRBs (CDRL A004 / QASP #3).

3.1.5. Representative Test Articles. The Contractor shall provide final development and manufacturing of sufficient representative test articles (PoNSTM version 4.0 device) for use in the clinical trial for a minimum of 120 subjects (and/or a proportionate amount consistent with FDA guidance), including a contingency plan for replacement of defective and/or test articles that may be lost or damaged during the clinical trial. The devices shall be manufactured in a Title 21 CFR §820 Quality Systems Regulation (QSR)-compliant manufacturing facility and process that has successfully completed design verification testing and human factors testing (CDRL A005 / QASP #4).

3.2. Contract Tasks and Performance Objectives Required During Clinical Trial:

3.2.1. Conduct Clinical Trial. The Contractor shall conduct a clinical study to evaluate the treatment effect on balance using the PoNSTM version 4.0 devices at a minimum of three (3) study sites for a total of 120 subjects (and/or a proportionate amount consistent with FDA guidance). The Contractor shall conduct the clinical study in accordance with the study protocol and governing FDA Regulations. The Contractor shall provide a copy of their agreement with each study site that shall be responsible for executing the clinical trial in a manner that successfully supports an FDA submission and provide the COR with monthly status reports (CDRL A011 / QASP Item #1 and #5).

3.2.2. Interim Data Analysis. The Contractor shall conduct interim data analysis after 60 subjects (and/or a proportionate amount consistent with FDA guidance) to evaluate the observed treatment effect in order to determine if the study is adequately powered. The Contractor shall provide an Interim Clinical Study Report that includes the raw data and statistical analysis on the results within 30 day after completion of the 60 (or proportionate amount) subject testing , the futility point, and a mitigation plan for issues identified during the analysis (CDRL A007 / QASP #6).

3.3. Contract Tasks and Performance Objectives Required After Conclusion of Clinical Trial:

3.3.1. Final Clinical Study Report. The Contractor shall provide a complete Final Clinical Study Report that includes raw data and statistical analysis 75 days after completion of the study (CDRL 008 / QASP #1).

3.3.2. FDA Submission Packet. The Contractor shall provide data as deemed necessary by the FDA to support a clinical trial, and a copy of the de novo/510(k) application submission packet with copies of all supporting documentation, including but not limited to, the Pre-clinical Study results summary. This documentation shall be provided concurrent with FDA submission (CDRL A009 / QASP #7).

3.3.3. Final Report. The Contractor shall provide a Final Report that is formatted using best practices and consolidate (summarize) all data, costs, results, final status on all deliverables, and work activities performed during the contract period within 30 days after the end of the contract (CDRL A011 / QASP #1).

3.3.4. Technical Data Packet. The Contractor shall provide the COR with a complete technical data packet (TDP) upon request by the Government within seven (7) business days. The Contractor shall prepare and maintain currency of a TDP that includes all necessary documentation and technical data and reports collected and prepared during the development effort funded by the Government. The TDP shall include all necessary documentation and data for the Government, or its designee, to continue the development or production of the product, including but not limited to the Design History File, Device Master Record, and Device History File. The Contractor shall assist in the technical transfer as directed by the Government. The Contractor shall provide copies of TDP content as requested by Government and at contract expiration (CDRL A010 / QASP #8).


W81XWH-15-C-0096
P00001
Page 7 of 14

3.4. Contract Tasks and Performance Objectives Required After FDA Clearance/Approval:

3.4.1. FDA Cleared Devices. The Contractor shall provide two (2) FDA cleared the PoNSTM devices with an indication as an aid to therapy for chronic balance deficits resulting from mild to moderate TBI, and all accessories, product inserts, and supporting manuals/literature (e.g., including user, technical, and maintenance manuals), as applicable, to the COR within 10 business days of FDA clearance (QASP #9). Any minor deviation of the above indication required by FDA guidance, must be approved by the Government and will be considered in scope of this contract.

3.5. Contract Tasks and Performance Objectives Required During Duration of Contract:

3.5.1. Progress, Status, and Management Reports. The Contractor shall provide annual, quarterly, and monthly Progress, Status, and Management Reports that describe progress made within the period, status of milestones and deliverables, cost expenditures against proposed costs (resource utilization), and inform the Government of existing or potential issues and problem areas and risk mitigation plans. The Contractor shall periodically provide an oral or email status report as the task proceeds to support the integrated product team needs for presentations and other tasks as needed to support the product effort. The reports shall include an updated IMS that shows the percent complete of each scheduled task item. Percent complete is defined as the cumulative amount of work actually performed through the end of the reporting month expressed as a percentage of the total amount of work to be performed. Monthly reports shall be provided to the COR the 10th day of each month, quarterly reports shall be provided the 15th day of each quarter, and annual reports shall be provided the 15th day after the end of each year (CDRL A011 / QASP #1).

3.5.2. Production or Delivery Problem Reports. Any significant positive or negative deviation to the schedule or scope of a task shall be explained and documented by the Contractor in its annual, quarterly, and monthly progress, and Status and Management Report shall be reported to the Government within 2 weeks of identification as a Production or Delivery Problem Report (CDRL A011 / QASP #1).

3.5.3. Annual Program Reviews. The Contractor shall formally present the prior year’s progress as part of an annual program review (for example, the IPR). The content of the briefing shall include but not be limited to the following: completed tasks within the year, highlights of completed tasks, summary of results from in-process studies, schedule updates, summary of results from completed studies, risks/issues, and funding execution. The annual program reviews shall be held at Fort Detrick, MD and may be held in conjunction with the integrated product team (IPT) meetings with senior leadership. Additional requests for travel to Fort Detrick, MD may be requested by the Government as needed (CDRL A011 / QASP #1).

3.5.4. FDA Communication and Study Reports. The Contractor shall provide the COR with FDA Communication and Study Reports. Regulatory documents including informal emails sent to the FDA are sent concurrently to the Government. Meeting notes shall be sent to the Government if efforts to attend verbal meetings (such as phone calls or meetings at the FDA) are not possible. Copies of informal and formal regulatory communications received from the FDA shall be sent within three (3) business days of receipt. Copies of Clinical Monitoring Reports should be sent within 30 business days of receipt (CDRL A013 / QASP #7).

3.5.5. Trip Reports. The Contractor shall provide Trip Reports within five (5) business days for trips that have been requested by the Government. The report should describe the purpose, results of the trip, and actual costs (CDRL A001 / QASP #1).

3.5.6. The Contractor shall assist in Kick-Off, coordination, progress update, and informational meetings.


W81XWH-15-C-0096
P00001
Page 8 of 14

3.5.7. The Contractor shall provide guidance and consult with Principal Investigator, senior staff, and clinical personnel during formal training and to review data from pilot trial. The Contractor shall provide recommendations for modifications to interventions when used with the PoNSTM device, measurement tools and procedures.

3.5.8. The Contractor shall consult on data interpretation and collaborate on publications and presentations.

4. Deliverables:

The Contractor shall provide deliverables as described in the below chart.

Deliverable Table

Item PWS Ref Title Distribution E Initial & Subsequent
1 2.2.1.1. Program Manager Point of Contact COR 1 Upon award of contract
2 3.1.1. Final Project Management Plan (A001) COR 1 Within 30 Calendar days after contract award; update quarterly
3 3.1.1. Final Integrated Master Schedule (CDRL A001) COR 1 Within 30 Calendar days after contract award; update quarterly
4 3.1.1. Risk Management Plan (CDRL A001) COR 1 Within 30 Calendar days after contract award; updated quarterly
5 3.1.2. Quality Control Plan (CDRL A002) COR 1 Within 30 Calendar days after contract award; update as needed; review quarterly
6 3.1.3. IRB-approved Clinical Protocol for each Study Site (CDRL A003) COR 1 Within 3 months of award of contract and when additional sites are added.
7 3.1.3. Statistical Analysis Plan (CDRL A003) COR 1 Within 3 months of award of contract and when additional sites are added.
8 3.1.3. Clinical Monitoring Plan (CDRL A003) COR 1 Within 3 months of award of contract and when additional sites are added.
9 3.1.3. Data Management Plan (CDRL A003) COR 1 Within 3 months of award of contract and when additional sites are added.
10 3.1.3. Proposed Clinical Data Management System (CDRL A003) COR 1 Within 3 months of award of contract and when additional sites are added.
11 3.1.3. Sample Case Report Forms (CDRL A003) COR 1 Within 3 months of award of contract and when additional sites are added.
12 3.1.3. End User Guidelines (CDRL A003) COR 1 Within 3 months of award of contract and when additional sites are added.
13 3.1.3. Recruitment and Retention Plan for each Clinical Site (CDRL A003) COR 1 Within 3 months of award of contract and when additional sites are added.
14 3.1.4. IRB Approvals (CDRL A004) COR 1 Within 3 months of award of contract and prior to start of clinical trial and when additional sites are added.
15 3.1.5. Representative Test Articles (sent to COR 1 Prior to start of clinical trial


W81XWH-15-C-0096
P00001
Page 9 of 14

Item PWS Ref Title Distribution E Initial & Subsequent
      study sites) (CDRL A005)         
16 3.1.5. Contingency Manufacturing Plan (CDRL A005) COR 1 Prior to start of clinical trial
17 3.2.1. Conduct Clinical Trial (CDRL A006) COR 1 Copy of agreement with each study site prior to the start of the trial; monthly status report
18 3.2.2. Interim Clinical Study Report & Mitigation Plan (CDRL A007) COR Within 30 days of completion of n = 60 subjects (and/or a proportionate amount consistent with FDA guidance)
19 3.3.1. Final Clinical Study Report (CDRL A008) COR 1 Within 75 days after completion of study
20 3.3.2. FDA Submission Packet (CDRL A009) COR 1 Concurrently with FDA submission
21 3.3.3. Final Report COR 1 Within 30 days after end of contract
22 3.3.4. Technical Data Packet (CDRL A010) COR 1 Seven (7) business days upon request and final TDP at end of contract
23 3.4.1. FDA cleared PoNSTM Devices COR N A Within 10 business days of FDA clearance (2 devices)
24 3.5.1. Monthly Progress, Status, and Management Reports (CDRL A011) COR 1 Monthly reports due the 10th day of each month.
25 3.5.1. Quarterly Progress, Status, and Management Reports (CDRL A011) COR 1 Quarterly reports due the 15th day after end of each quarter.
26 3.5.1. Annual Progress, Status, and Management Reports (CDRL A011) COR Annual reports due the 15th day after end of each year
27 3.5.2. Production or Delivery Problem Reports (CDRL A012) COR 1 Within 2 weeks of identification of deviation to schedule or scope of any task as needed
28 3.5.3. Annual Program Reviews IPT N A Annually In Process Review at Fort Detrick, MD
29 3.5.4. FDA Communication and Study Reports (CDRL A013) COR 1 Concurrently and/or 3 business days as applicable (see PWS 3.1.18.)
30 3.5.5. Trip Reports COR 1 Within 5 business days for Government requested travel

5. List of Acronyms:


W81XWH-15-C-0096
P00001
Page 10 of 14

AMEDD Army Medical Department
CFR Code of Federal Regulations
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting Officer Representative
CRO Clinical Research Organization
DD250 Department of Defense Form 250 (Receiving Report)
DD254 Department of Defense Contract Security Requirement List
DFARS Defense Federal Acquisition Regulation Supplement
DoD Department of Defense
FAR Federal Acquisition Regulation
FDA United States Food and Drug Administration
HIPAA Health Insurance Portability and Accountability Act of 1996
IAW In Accordance With
IMS Integrated Master Schedule
IRB Institutional Review Board
KO Contracting Officer
n Number of Research Subjects
NA Not Applicable
NDA Non-disclosure Agreement
NHC NeuroHabilitation Corporation
OCI Organizational Conflict of Interest
OCONUS Outside Continental United States (includes Alaska and Hawaii)
ODC Other Direct Costs
PM Project Manager
PoNSTM Portable Neuromodulation Stimulator
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality QAP Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Plan
QSR Quality Systems Regulations
TDP Technical Data Packet
TBI Traumatic Brain Injury
USAMMA United States Army Medical Materiel Agency
USAMRMC United States Medical Research and Materiel Command

SECTION F - DELIVERIES OR PERFORMANCE

The following Delivery Schedule item for CLIN 0001 has been changed from:

  DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC
         
  POP 01-JUL-2015 TO N/A US ARMY MEDICAL MATERIEL AGENCY W25MWY
  31-DEC-2016   US ARMY MEDICAL MATERIEL AGENCY
      693 NEIMAN STREET  
      FREDERICK MD 21702  
      301-619-4518  
      FOB: Destination  


W81XWH-15-C-0096
P00001
Page 11 of 14

To:

  DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC
         
  POP 01-JUL-2015 TO N/A US ARMY MEDICAL MATERIEL AGENCY W25MWY
  31-DEC-2017   US ARMY MEDICAL MATERIEL AGENCY
      693 NEIMAN STREET  
      FREDERICK MD 21702  
      301-619-4518  
      FOB: Destination  

The following Delivery Schedule item for CLIN 0002 has been changed from:

  DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC
         
  POP 01-JUL-2015 TO N/A US ARMY MEDICAL MATERIEL AGENCY W25MWY
  30-DEC-2016   US ARMY MEDICAL MATERIEL AGENCY
      693 NEIMAN STREET  
      FREDERICK MD 21702  
      301-619-4518  
      FOB: Destination  

To:

  DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC
         
  POP 01-JUL-2015 TO N/A US ARMY MEDICAL MATERIEL AGENCY W25MWY
  31-DEC-2017   US ARMY MEDICAL MATERIEL AGENCY
      693 NEIMAN STREET  
      FREDERICK MD 21702  
      301-619-4518  
      FOB: Destination  

The following Delivery Schedule item for CLIN 0003 has been changed from:

  DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC
         
  POP 01-JUL-2015 TO N/A US ARMY MEDICAL MATERIEL AGENCY W25MWY
  30-DEC-2016   US ARMY MEDICAL MATERIEL AGENCY
      693 NEIMAN STREET  
      FREDERICK MD 21702  
      301-619-4518  
      FOB: Destination  

To:

  DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC


W81XWH-15-C-0096
P00001
Page 12 of 14

  POP 01-JUL-2015 TO N/A US ARMY MEDICAL MATERIEL AGENCY W25MWY
  31-DEC-2017   US ARMY MEDICAL MATERIEL AGENCY
      693 NEIMAN STREET
      FREDERICK MD 21702
      301-619-4518
      FOB: Destination

SECTION G - CONTRACT ADMINISTRATION DATA

 

The following have been added by full text:
          MODIFIED PAYMENT SCHEDULE

Modified Payment Schedule for subject completion and delivery of two (2) FDA cleared devices. CLIN 0003 – Other Direct Costs (ODCs) for travel expenses is excluded from this modified payment schedule.

Payment 1: The NeuroHabilitation Corporation (NHC) may invoice CLIN 0001 for $2,807.49 and CLIN 0002 for $229,795.42 upon the completion of 30 subjects.

Payment 2: NHC may invoice CLIN 0001 for $2,807.49 and CLIN 0002 for $229,795.42 upon the completion of 60 subjects.

Payment 3: NHC may invoice CLIN 0001 for $2,807.49 and CLIN 0002 for $229,795.42 upon the completion of 90 subjects.

Payment 4: NHC may invoice CLIN 0001 for $2,807.49 and CLIN 0002 for $229,795.42 upon the completion of 120 subjects.

Payment 5: NHC may invoice CLIN 0001 for $2,807.52 and CLIN 0002 for $229,795.43 once two (2) FDA cleared devices are delivered to the U.S. Army Medical Materiel Agency (USAMMA).

 

 

The following have been modified:

252.232 -7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause--

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.

Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232 -7003, Electronic Submission of Payment Requests and Receiving Reports.


W81XWH-15-C-0096
P00001
Page 13 of 14

(c) WAWF access. To access WAWF, the Contractor shall--

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

Invoice 2-in-1 Services (Services Only)

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

Not Applicable

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

--------------------------------------------------------------------------------------------
Field Name in WAWF Data to be entered in WAWF
--------------------------------------------------------------------------------------------
Pay Official DoDAAC HQ0490
Issue By DoDAAC W81XWH
Admin DoDAAC W81XWH
Inspect By DoDAAC W25MWY
Ship To Code W25MWY
Ship From Code _______
Mark For Code _______ 
Service Approver (DoDAAC) HAA391
Service Acceptor (DoDAAC) HAA391
Accept at Other DoDAAC N/A
LPO DoDAAC N/A
DCAA Auditor DoDAAC HAA391
Other DoDAAC(s) N/A
--------------------------------------------------------------------------------------------

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.


W81XWH-15-C-0096
P00001
Page 14 of 14

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system.

Brian.i.dacanay.civ@mail.mil

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

Brian.i.dacanay.civ@mail.mil

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

(End of clause)

(End of Summary of Changes)