25
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 10 10-Sep-2015 1300317715-0001/1300291293-0001 N/A 6. ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A NAVAIR Aircraft Division Lakehurst Contracts Hwy 547 Code 2.5.2 Bldg 562-1 Lakehurst NJ 08733-5060 [email protected] 732-323-1000 DCMA SURFACE COMMUNICATION AND SUPPORT SYSTEMS PHILADELPHIA 700 ROBBINS AVENUE, BLDG. 4-A, P.O. BOX 11427 PHILADELPHIA PA 19111-0427 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. NDI Engineering 100 Grove Rd. Thorofare NJ 08086-0518 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4089-4Y04 10B. DATED (SEE ITEM 13) CAGE CODE 4X596 FACILITY CODE 15-Jul-2008 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) Pursuant to FAR Clause 52.232-22 Limitation of Funds E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

2.  AMENDMENT/MODIFICATION NO. 3.  EFFECTIVE DATE 4.  REQUISITION/PURCHASE REQ. NO. 5.  PROJECT NO. (If applicable)

10 10-Sep-2015 1300317715-0001/1300291293-0001 N/A6.  ISSUED BY CODE N68335 7.  ADMINISTERED BY (If other than Item 6) CODE S3915A

NAVAIR Aircraft Division Lakehurst

Contracts Hwy 547 Code 2.5.2 Bldg 562-1

Lakehurst NJ 08733-5060

[email protected] 732-323-1000

 

DCMA SURFACE COMMUNICATION AND SUPPORTSYSTEMS PHILADELPHIA

700 ROBBINS AVENUE, BLDG. 4-A, P.O. BOX 11427

PHILADELPHIA PA 19111-0427

 

   8.  NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code)   9A.  AMENDMENT OF SOLICITATION NO.

NDI Engineering    100 Grove Rd.    Thorofare NJ 08086-0518   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4089-4Y04

    10B.  DATED (SEE ITEM 13)

CAGECODE

4X596 FACILITY CODE   15-Jul-2008

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[   ]The above numbered solicitation is amended as set forth in Item 14.  The hour and date specified for receipt of Offers  [   ]   is extended, [   ]  is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers.  FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.  If by virtue of thisamendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitationand this amendment, and is received prior to the opening hour and date specified.12.  ACCOUNTING AND APPROPRIATION DATA (If required)

SEE SECTION G 

13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

(*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO:  (Specify authority)  THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. INITEM 10A.

[  ]   [  ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation

date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).   

[  ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:  

[X] D. OTHER (Specify type of modification and authority)Pursuant to FAR Clause 52.232-22 Limitation of Funds

E.  IMPORTANT:  Contractor [   ] is not, [ X ] is required to sign this document and return   1   copies to the issuing office.14.  DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

SEE PAGE 2 

15A.  NAME AND TITLE OF SIGNER (Type or print) 16A.  NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

        

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY     

(Signature of person authorized to sign)   (Signature of Contracting Officer)  NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243

 

 

      1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

Page 2: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

GENERAL INFORMATION

 

Points of Contact

Contract Specialist

Andrew C. AbramEmail: [email protected]: 732-323-4816

Contracting Officer's Representative (COR)

Robert CormackEmail: [email protected]: 732-323-7475

NDI

Brad MeadEmail: [email protected]: 856-848-0033, Ext. 5600

Purpose of Modification

To De-Obligate funding due to end of contract close out. 

Funding Supports the Following Tasks:

PR#1300291293-0001

Decrease ACRN AN, CLIN 6800, from $3,300.00 by $2,436.73 for a new total of $863.27.

PR# 1300317715-0001

Decrease ACRN AP, CLIN 4200, from $258,400.00 by $130,000.00 for a new total of $128,400.00.Decrease ACRN AP CLIN 6800 from $6,600.00 by $6,600.00 for a new total of $.00

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby decreased from $1,064,673.21 by$139,036.73 to $925,636.48.

CLIN/SLIN Type Of Fund From ($) By ($) To ($)

420002 WCF 258,400.00 (130,000.00) 128,400.00

680001 WCF 3,300.00 (2,436.73) 863.27

680002 WCF 6,600.00 (6,600.00) 0.00

The total value of the order is hereby increased from $1,368,543.61 by $0.00 to $1,368,543.61.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 2 of 3 DRAFT

 

Page 3: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

The Period of Performance of the following line items is hereby changed as follows:

CLIN/SLIN From To

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 3 of 3 DRAFT

 

Page 4: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

1000 R425 Labor for the Base Period. The

contractor shall provide support

services in accordance with Section C.

(WCF)

5800.0 LH $369,186.72 $29,534.94 $398,721.66

100001 R425 Funding for CLIN 1000 in the amount of

$17,200. Supports Tasks 001, 002 and

004 of the SOW (WCF)

100002 R425 Funding for CLIN 1000 in the amount of

$100,000. Supports Tasks 001, 002 and

004 of the SOW (WCF)

100003 R425 Funding for CLIN 1000 in the amount of

$80,673.21. Supports Tasks 001, 002 and

004 of the SOW (WCF)

100004 R425 Funding for CLIN 1000 in the amount of

$47,400.00 (WCF)

1100 R425 Labor for Option Period I. The

contractor shall provide support

services in accordance with Section C.

(WCF)

5200.0 LH $133,333.34 $10,666.66 $144,000.00

110001 R425 Funding for the CLIN 1100 in the amount

of $40,000.00 (WCF)

110002 R425 Funding for the CLIN 1100 in the amount

of $15,000.00 (WCF)

110003 R425 Funding for the CLIN 1100 in the amount

of $89,000.00 (WCF)

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

3000 R425 Travel for the Base Period. (WCF) 1.0 LO $5,600.00

300001 R425 Funding for CLIN 3000 in the amount of $3,000 to support Task 001,

002, and 004 of the SOW (WCF)

300002 R425 Funding for CLIN 3000 in the amount of $2,600 to support Task 001

in the SOW. (WCF)

3100 R425 Material Costs for Base Period (WCF) 1.0 LO $0.00

3200 R425 NMCI Costs for Base Period. (WCF) 1.0 LO $4,800.00

320001 R425 Funding for CLIN 3200 in the amount of $4,800 to support Tasks 001,

002, and 004 of the SOW. (WCF)

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 1 of 22 DRAFT

 

Page 5: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

Item PSC Supplies/Services Qty Unit Est. Cost

3300 R425 Travel for the Option Period I. (WCF) 1.0 LO $0.00

3400 R425 Material Costs for Option Period I (WCF) 1.0 LO $11,200.00

3500 R425 NMCI Costs for Option Period 1. (WCF) 1.0 LO $11,760.00

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

4000 R425 Labor for Option Period II. The

contractor shall provide support

services in accordance with Section C.

(WCF)

3200.0 LH $229,749.17 $18,379.94 $248,129.11

Option

4100 R425 Labor for Option Period III. The

contractor shall provide support

services in accordance with Section C.

(WCF)

3200.0 LH $417,011.61 $33,360.92 $450,372.53

410001 R425 Funding for CLIN 4100 in the amount of

$100,000.00 (WCF)

410002 R425 Funding for CLIN 4100 in the amount of

$46,700.00 (Fund Type - OTHER)

410003 R425 Funding for CLIN 4100 in the amount of

$120,000.00 (WCF)

410004 R425 Funding for CLIN 4100 in the amount of

$26,700.00 (O&MN,N)

410005 R425 Funding for CLIN 4100 in the amount of

$75,000.00 (WCF)

4200 R425 Labor for Option Period IV. The

contractor shall provide support

services in accordance with Section C.

(WCF)

3200.0 LH $267,490.21 $21,399.21 $288,889.42

420001 R425 Funding for CLIN 4200 in the amount of

$21,700 (WCF)

420002 R425 Funding for CLIN 4200 in the amount of

$258,400**Request to De-Ob funding in

the amount of $130,000.00 (WCF)

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

6000 R425 Travel for Option Period II. (WCF) 1.0 LO $5,600.00

Option

6100 R425 Material Costs for Option Period II (WCF) 1.0 LO $11,200.00

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 2 of 22 DRAFT

 

Page 6: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

Item PSC Supplies/Services Qty Unit Est. Cost

Option

6200 R425 NMCI Costs for Option Period II. (WCF) 1.0 LO $8,960.00

Option

6300 R425 Travel for the Option Period III. (WCF) 1.0 LO $5,600.00

6400 R425 Material Costs for Option Period III (WCF) 1.0 LO $11,200.00

6500 R425 NMCI Costs for Option Period III. (WCF) 1.0 LO $9,520.00

650001 R425 Funding for CLIN 6500 in the amount of $3,300.00 (Fund Type -

OTHER)

650002 R425 Funding for CLIN 6500 in the amount of $3,300.00 (O&MN,N)

6600 R425 Travel for Option Period IV. (WCF) 1.0 LO $5,600.00

6700 R425 Material Costs for Option Period IV. (WCF) 1.0 LO $11,200.00

6800 R425 NMCI Costs for Option Period IV. (WCF) 1.0 LH $10,080.00

680001 R425 Funding for CLIN 6800 in the amount of $3,300.00**Request to De-Ob

funding in the amount of $2,436.73 (WCF)

680002 R425 Funding for CLIN 6800 in the amount of $6,600.00**Request to De-Ob

funding in the amount of 6,600.00. (WCF)

The Task Order Contracting Officer and/or Contracting Specialist will unilaterally create additional SLINs duringthe performance of this Task Order to accommodate the multiple types of funds that will be used under this order.

The Base Period of the Task Order, and the option periods if exercised, will be Cost Plus Fixed Fee.

For estimating purposes only, the following historical data is being provided as a guide for preparing futurerequirements. The contractor is not bound by these historical hours and is encouraged to provide innovativesolutions and labor mixes for fulfilling the requirements as stated in the SOW.

For informational purposes only, the Government Estimate per period is as follows:

*Indicates Key Personnel

Labor Category Estimated Hours

Labor Category Base YearHours

Option Year IHours

Option Year IIHours

Option Year IIIHours

Option Year IVHours

*Program Manager 200 200 200 200 200*Senior SoftwareEngineer

1,600 1,000 1,000 1,000 1,000

*SoftwareTechnician

4,000 4,000 2,000 2,000 2,000

Travel Estimate

Base Period $5,000

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 3 of 22 DRAFT

 

Page 7: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

Option Period I $5,000

Option Period II $5,000

Option Period III $5,000

Option Period IV $5,000

Material Estimate

Base Period $10,000

Option Period I $10,000

Option Period II $10,000

Option Period III $10,000

Option Period IV $10,000

NMCI Estimate

Base Period $9,900

Option Period I $10,500

Option Period II $8,000

Option Period III $8,500

Option Period IV $9,000

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 4 of 22 DRAFT

 

Page 8: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

SECTION C DESCRIPTIONS AND SPECIFICATIONS

 Statement of Work

Task 001

Provide MPCS Development, Integration and Process Improvement technical software support includingupdates and upgrades, routine maintenance and modifications of the database objects and the front-endapplication modules, and changes to meet software security requirements.

Tasks To Be Performed:

1. The contractor shall perform all tasks needed to maintain the MPCS system functionality. These tasks include,but are not limited to, researching, designing, and implementing of a dynamic fail-safe server and databaseenvironment. The contractor shall recommend system and application updates and upgrades. Routine maintenanceand modifications of the database objects and the MPCS front-end application modules shall be performed asnecessary.

2. The contractor shall provide technical support to the users in the running the MPCS application on theirdesktops, resolve security issues, resolve connectivity technical difficulties, and resolve application functionalityissues.

3. The contractor shall provide data capacity planning, performance enhancement, and response time improvement.

4. The contractor shall provide technical support to government personnel in the areas of software certification,security accreditation, and Navy ERP/SAP interface and implementation. The contractor shall ensure continuousNMCI, NAVAIR/Navy SAP-ERP interfacing, time and attendance data file downloading, SSH2-VMS and Unixcommunication, and server/workstation communication.

5. The contractor shall support VMS cluster to SAN migration and remote standby server and database setup.

6. The contractor shall provide database support which includes proactive database tuning, statistics computing,table and index optimizing, tablespace and data map monitoring, DOP and buffer adjusting, database user passwordmaintenance, data validation, and SQL Loader and Enterprise Manager.

7. The contractor shall provide workstation emulation support for Reflection Host for Open VMS, Reflection X forX server, font tracing and appearance design/adjustment, connectivity testing, performance tuning, SSH2 parametersetup, and port forwarding configuration.

8. The contractor shall perform modifications to the application to address the impacts of Operating System andOracle software upgrades. Other normal Oracle database maintenance efforts shall be performed as needed to continueto make MPCS available. Upgrades and changes to be performed by the contractor include, but are not limited to:Oracle database version upgrades, server operating systems changes, implementation of and adaptation to changes innetwork protocols, data communication modality, and system/application security.

9. The contractor shall perform any other needed updates, upgrades and on-demand tests not specifically identifiedherein to maintain the database and user interfaces.

10. MPCS Reports, which are primarily written in C, shall be maintained, upgraded, and developed as needed. Thecontractor shall be required to modify and upgrade Report programs as needed when operating systems, Oracleversions, and other parameters change.

11. The contractor shall perform data collection and provide inputs to Lakehurst personnel for incorporation intovarious data calls by NAVAIR, DON and DOD.

Performance of these tasks will require coordination with the personnel operating the server computers on station atthe Naval Air Engineering Station, Lakehurst. It will also require periodic presence on station to assist users withworkstation software installation and configuration, problems encountered during operation, user training, andrelated user support tasks. While much of the work described above may be performed remotely, the contract shallbe required to have staff working on site at NAES Lakehurst at least one day per week. If the contractor elects to

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 5 of 22 DRAFT

 

Page 9: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

work remotely, the contractor should maintain an office which is staffed with the personnel servicing this contract ata distance which is less than one hour's normal driving time from NAES Lakehurst. Travel to other sites, includingNorfolk, VA, Mayport FL, and San Diego, CA may be required.

MPCS is a mission critical application used in the repair, overhaul and production of Fleet critical equipment. TheContractor shall provide staffing which is continuously available during normal business hours and which isproperly located (i.e., geographically) to ensure rapid response to critical service interruptions. Normal response toemergent problems shall be less than three (3) hours.

General:

MPCS user support

MPCS application support

System/Application maintenance & upgrade support

Functional:

Proficiency in manufacturing, planning, job costing, and process control applications

Software:

Host Mode Oracle Developer 1.6.1 (different from client mode)

Oracle Forms 4.5.10 (both character and GUI modes) – UI for MPCS

Oracle Reports 2.5.7 (for special reports)

OraTerm 2.3 (both character and GUI mode) for button mapping

PL/SQL for customized triggers in Forms and Reports

Pro C 2.2.3 (older version; used for userexits)

HP C 7.1 (nearly all reports were written in C) – modifications needed for column changes

DCL (all command files were written in DCL and are called by the Forms menu)

Database:

Oracle RDBMS 9.2 on Open VMS 8.3

Proactive Database tuning

Statistics computing

Table and index optimizing

Tablespace and data map monitoring

DOP and buffer adjusting

Database user password maintenance

SQL Loader

Data validation

Enterprise Manager

Operating System:

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 6 of 22 DRAFT

 

Page 10: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

Open VMS 8.3

HP DEC clustered environment

TCP/IP – SSH2 used for all communications

Public key and Host key issuing

Production and Test environment

Pro C & C object recompiling and re-linking when modified or OS-upgraded

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 7 of 22 DRAFT

 

Page 11: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

Workstation Emulation:

Reflection Host for Open VMS - session profile is developed

Reflection X for X server – auto-load required for users

Exceed –wstart, xstart, and/or rlogin profile setup to work with Reflection

Font tracing and appearance design/adjustment

Connectivity testing

Performance tuning

SSH2 parameter setup

Port forwarding configuration due to firewall

Interface:

Navy SAP-ERP interface file creation

SAP Time and Attendance Module (CATS) downloading and interface monitoring

SSH2 communicated with Unix – including further testing with Navy ERP/SAP

SFTP used for file transfer from/to Navy ERP – including further testing

Analytical:

Data capacity planning

Performance enhancement

Response time improvement

Architectural:

Tandem server dynamic fail-over architecture design

Open VMS cluster to SAN migration support

Remote standby server and database setup

Procedural:

Navy software certification support

SSAA accreditation support

ERP implementation prep

Governmental:

Prior consulting or work experience with NMCI

Knowledge of government software certification

Familiarity with DoD & Navy IT procedures

Task 002

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 8 of 22 DRAFT

 

Page 12: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

Computer Technician (Norfolk). The contractor shall provide computer information systems and technicalsupport services to the Norfolk and Mayport Voyage Repair Teams.

a. Provide general computer support to the Norfolk and Mayport VRTs – address NMCI issues, assist users withnetwork access, printing functions, and usage of Microsoft Office Suite of applications (Word, Excel, PowerPoint,Outlook, Access), troubleshoot common hardware problems, act as technical point of contact for NMCI support.

b. Provide management and maintenance of the Inventory Control System, Tool Control and Material Managementdatabase(s) including database population. These are SQL database(s). Data is being imported into these databasesfrom other databases. Some data conversion may be required which would require the writing of algorithms orprograms to convert the existing data to the new database format. Testing and data validation is also required.

c. Provide file and data management support. Assist users in performing file back-ups to external storage solutions.

d. Train users in the use of a broad range of applications which include, but are not limited to, use of the InventoryControl System database, the Tool Control System database, the Material Management database, and MicrosoftOffice suite applications.

e. Benchmark and analyze existing VRT processes, computer hardware, and software (applications) and makerecommendations for the conversion of manual processes into automated processes. Recommend hardware andsoftware alternatives which would improve operating efficiency and reduce operating costs. Provide onsite support forthe development (as needed), maintenance and implementation of new applications and databases.

This task requires dedicated on-site support at VRT Norfolk, VA. Consulting with personnel at VRT Mayport FLis required. Travel to VRT Mayport FL may be required.

Task 003 Bar Coded Material Tracking

The Prototype Test and Manufacturing Department (PTMD) is presently evaluating options for managing andtracking material workflow within the manufacturing environment. We are investigating the implementation of barcode systems and/or RF bar code systems as the data input medium. We are also studying a variety of CommercialOff-The-Shelf (COTS) material management software including the material management modules of SAP asembodied in the Navy ERP system.

1. Investigate and identify COTS bar code readers and interface software which is compatible with the Navy ERPsystem. Where possible, identify bar code readers which are also compatible with the SQL based Inventory Control,Tool Control, and Material Management system described in Task 002, above.

2. Identify low cost material management software which would support warehouse management operations andworkflow tracking software.

3. Develop, as required, interface modules to facilitate communication between the bar coding equipment with NavyERP, warehouse management software, SQL data bases, and other applications used by PTMD.

4. Support implementation of warehouse and material management software.

5. Develop detailed data and data packages for presentations and applications for Information Technology approvals,including, but not limited to NMCI LADRA testing.

6. Set up and maintenance of small networks, and/or implementation of computer workstations and terminals on theLegacy RDT&E network.

The primary location for execution of this task will be NAES Lakehurst NJ. Consulting with personnel at otherrelated sites may be required. Travel to other sites, including Norfolk, VA, Mayport FL, and San Diego, CA maybe required.

Task 004 MPCS Modernization and/or Replacement Analysis

The MPCS system described above is an older Oracle system which has limited GUI interfaces. The Prototype Testand Manufacturing Department (PTMD) is evaluating alternate systems for the potential upgrade of its manufacturingworkflow software system.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 9 of 22 DRAFT

 

Page 13: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

1. Investigate, identify, and evaluate commercially available manufacturing workflow control software systems andprovide recommended solutions. The evaluation shall include analysis of the degree the proposed commercialproduct must be customized to work in the PTMD environment, any special hardware or software requirements orrestrictions, and cost and schedule analyses for the implementation of the alternatives.

2. Evaluate communication protocols for a selected set of potential candidate software systems to determine theirability to function with in the Navy Marine Corps Intranet (NMCI).

3. Investigate and evaluate methods of providing remote site (e.g., Norfolk VA, Mayport FL) access to candidatesoftware systems which will be hosted locally at Lakehurst, New Jersey.

4. Evaluate the ability of any candidate software to be integrated and/or linked with the Navy ERP (SAP based)financial system to share financial cost data, time and attendance data, and other project related financial data.

Task 005 General Software and Network Support

Provide a broad range of support to meet the general Information Technology needs of PTMD. Tasks will beassigned on an as required basis and include, but are not limited to:

a. Setting up computers and other equipment on internal facility networks which may include the Navy LakehurstLegacy RDT&E network. This may require working with TCP/IP and other network protocols set up;

b. Setting up and operating network servers, hubs, and/or switches;

c. Setting up and operating Web hosted applications and web sites;

d. Preparation of detailed approval applications to enable Web based application and Web site creation; and

e. Set up of elements of, and maintenance of, the shop floor information distribution system (e.g., broadcastmonitors).

The actions to be taken in execution of this task are intended to be primarily employee labor related tasks. Minorequipment purchases may be required as an ancillary part of execution of this task.

The primary location for execution of this task will be NAES Lakehurst NJ. Consulting with personnel at otherrelated sites may be required. Travel to other sites, including Norfolk, VA, Mayport FL, and San Diego, CA maybe required.

Task 006 Contractor Progress Reporting

The Contractor shall furnish a Monthly Contractors' Progress, Status, and Management Report. This report shall besubmitted not later than the second week of each calendar month beginning after the first full month after contractaward. The report shall cover the actions performed and provide the required financial data for the prior calendarmonth. One report shall be submitted each month during the course of the contract. Data Item DescriptionDI-MGMT-80227 (Item 62) applies for guidance only. The progress report shall include a detailed funding reportwhich shows (a) the total amount funded, (b) the amount spent for the reporting period, (c) the total amount spent,and (d) the remaining balance. Where the contract contains both work hour limitations as well as actual dollarlimits, the progress report shall include a statement of the hours authorized, hours expended for the period, and thetotal hours expended.

 

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 10 of 22 DRAFT

 

Page 14: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

SECTION D PACKAGING AND MARKING

ITEMS 1000 THROUGH 3000 AND AWARD TERM OPTION ITEMS 4000 THOUGH 9000- There are nopackaging or marking requirements for the services to be ordered under the task orders. All requirements forpackaging and marking of supplies or documents associated with the services shall be packaged, packed and markedin accordance with the provision set forth below unless otherwise indicated in individual task orders.

DATA PACKAGING LANGUAGE

All unclassified data shall be prepared for shipment in accordance with best commercial practice.

Classified reports, data, and documentation shall be prepared for shipment in accordance with National IndustrialSecurity Program Operating Manual (NISPOM), DOD 5220.22-M dated January 1995.

HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (Sep 1990)

All reports delivered by the Contractor to the Government under this contract shall prominently show on the coverof the report:

(1) name and business of the contractor

(2) contract number

(3) task order number

(4) sponsor___Robert Cormack____________

(Name Individual Sponsor)

Naval Air Engineering Center AD___________

(Name of Requiring Activity)

Lakehurst, NJ_________________________

(City & State)

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 11 of 22 DRAFT

 

Page 15: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance shall be in accordance with Section E of the SeaPort-e basic contract.

The Task Order Manager (TOM) will be designated the responsibility of monitoring, progressing, andcontrolling the technical work for the resultant task order. The Quality Assurance Plan (QASP) forthis task order includes the TOM performing a Task Order Performance Evaluation (TOPE) inaccordance with the Seaport-e basic contract. This Task Order will be registered in the ContractorPerformance Assessment Reporting System (CPARS). As part of the QASP, performance will bemeasured by the TOM for technical accuracy of deliverables, the general quality of services,timeliness, cost control, the contractor’s responsiveness to customers, and team stability andcooperation with other IDIQ holder terms.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 12 of 22 DRAFT

 

Page 16: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

SECTION F DELIVERABLES OR PERFORMANCE

The periods of performance for the following Items are as follows:

   

1000 7/10/2008 - 7/9/2009

1100 7/15/2009 - 7/14/2010

3000 7/10/2008 - 7/28/2009

3100 3/1/2008 - 2/28/2009

3200 7/10/2008 - 7/9/2009

3300 7/15/2009 - 7/14/2010

3400 7/15/2009 - 7/14/2010

3500 7/15/2009 - 7/14/2010

4100 7/15/2011 - 9/15/2012

4200 3/1/2012 - 2/28/2013

6300 7/15/2011 - 9/15/2012

6400 7/15/2011 - 9/15/2012

6500 7/15/2011 - 9/15/2012

6600 3/1/2012 - 2/28/2013

6700 3/1/2012 - 2/28/2013

6800 3/1/2012 - 2/28/2013

CLIN - DELIVERIES OR PERFORMANCE

The Period of Performance for the Base Period is 15 July 2008- 14 July 2009.

The Period of Performance for Option Period I is 15 July 2009 - 14 July 2010.

The Period of Performance for Option Period II is 15 July 2010 - 14 July 2011.

The Period of Performance for Option Period III is 15 July 2011- 15 September 2012.

The Period of Performance for Option Period IV is 15 July 2012 - 14 July 2013.

F-1 Task Order Options

The Government may extend the term of this order by written notice to the Contractor within 7 days before the endof the current period of performance; provided that the Government give the Contractor a preliminary written noticeof its intent to extend at least 30 days before the end of the current period of performance. The preliminary noticedoes not commit the Government to an extension.

If the Government exercises an option, the extended order shall be considered to include this option provision.

The total duration of this order, including the exercise of any option under this clause, shall not exceed 5 years.

52.217-5 Evaluation of Options

Evaluation of Options (Jul 1990)

Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, theGovernment will evaluate offers for award purposes by adding the total price for all options to the total price for thebasic requirement. Evaluation of options will not obligate the Government to exercise the options(s).

(End of Provision)

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 13 of 22 DRAFT

 

Page 17: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

SECTION G CONTRACT ADMINISTRATION DATA

CONTRACTING OFFICER REPRESENTATIVE (COR) APPOINTMENT (JUL 2005)

(a) The Task Ordering Contracting Officer hereby appoints the following individual as the Contracting OfficerRepresentative (COR) for this Task

Name:  Robert Cormack

Code:  4.8.8.4

E-mail: [email protected]

Mailing Address: NAVAIR Bldg 148, Lakehurst, NJ 08733

Telephone:  732-323-7475

(b) The COR is responsible for those specific functions assigned in the Contracting OfficerRepresentative appointment letter.

(c) Only the Task Order Contracting Officer has the authority to modify the terms of the task order. Therefore, in noevent will any understanding, agreement, modification, change order, or other matter deviating from the terms of thebasic contract or this task order between the contractor and any other person be effective or binding on theGovernment. If, in the opinion of the contractor, an effort outside the existing scope of this task order is requested,the contractor shall promptly notify the Task Ordering Contracting Officer in writing. No action shall be taken bythe contractor unless the Task Order Contracting Officer, PCO or ACO has issued a formal modification.

SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)

(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available andallotted to this contract for payment of fee for incrementally funded contract line item number/contract subline itemnumber (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this contract forpayment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contractentitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and the period ofperformance for which it is estimated the allotted amount(s) will cover are as follows:

ESTIMATED

ITEM (S) ALLOTTED TO COST ALLOTTED TO FEE PERIOD OF PERFORMANCE

Base Year Option:    COST                      FEE              TOTAL[$237,504.89]         [$18,168.32]      [$255,673.21]         [15 July 2008 - 14 July 2009]

Option Year I:    COST                      FEE              TOTAL[133,333.34]           [$10,666.66]      [$144,000.00]        [15 July 2009 - 14 July 2010]

Option Year II:    COST                      FEE              TOTAL[$0.00]                        [$0.00]           [$0.00]                [15 July 2010 - 14 July 2011]

Option Year III:    COST                      FEE              TOTAL[$347,711.10]         [$27,288.90]      [$375,000.00]         [15 July 2011- 15 Sept 2012]

Option Year IV:

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 14 of 22 DRAFT

 

Page 18: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

    COST                      FEE              TOTAL[$139,844.73]          [$11,118.54]     [$150,963.27]         [14 Sept 2012- 14 July 2013]

TOTALS:    COST                      FEE              TOTAL[$858,394.06]         [$67,242.42]      [$925,636.48]        

(b) The parties contemplate that the Government will allot additional amounts to this contract from time to time forthe incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall stateseparately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and theperiod of performance which the amount(s) are expected to cover.

(c) CLINs/SLINs [_____] are fully funded and performance under these CLINs/SLINs is subject to the clause of thiscontract entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR52.232-21), as applicable.

(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs ofperformance of fully funded CLINs/SLINs.

FUNDING PROFILE

The following details funding to date:

Total:  $925,636.48

Contract Funds This Previous Funds Balance Action Funding Available

Unfunded

5252.232-9513 INVOICING INSTRUCTIONS AND PAYMENT (WAWF INSTRUCTIONS) (MAR 2006)

(a) Invoices for goods received or services rendered under this contract shall be submitted electronically throughWide Area Work Flow – Receipt and Acceptance (WAWF):

(1) The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet athttp://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line:1-800-559-WAWF (9293).

(2) WAWF Vendor “Quick Reference” Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521

(3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, etc.) canbe included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product areattachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes.

(b) The following information, regarding invoice routing DODAAC’s, must be entered for completion of the invoicein WAWF:

WAWF Invoice Type: Access the following web site for information on invoice types:http://www.wawftraining.com/courses/_content_package/content_files/menuTree.html- Click on Vendor, then Determine Type of Document toCreate.

Issuing Office DODAAC: N68335.

Admin Office DODAAC: S3915A

Inspector DODAAC (if applicable): N68335

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 15 of 22 DRAFT

 

Page 19: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

Ship To DODAAC (for Combo),Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (for FinalCost Voucher) (if applicable):N68335

Acceptor DODAAC (if applicable): N68335

Local Processing Office:N/A (Leave blank)

DCAA Office DODAAC (Cost Voucher Approver – if applicable): Enter DCAA Office DODAAC

Paying Office DODAAC: HQ0337

(c) The contractor shall submit invoices / cost vouchers for payment per contract terms. Contractors approved byDCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Finalvoucher submission will be approved by the ACO.

(d) The Government shall process invoices / cost vouchers for payment per contract terms.

(e) For each invoice / cost voucher submitted for payment, the contractor shall also email the WAWF automatedinvoice notice directly to the following points of contact:

Name Email Phone Role

Robert Cormack, [email protected], (732) 323-7475, Approver

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------100001 130010895300001 17200.00  LLA : AA 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000004386  100002 1300108954 100000.00  LLA : AB 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000004415  100003 1300108955 80673.21  LLA : AC 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000004420  300001 1300108953 3000.00  LLA : AA 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000004386  320001 1300108953 4800.00  LLA : AA 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000004386   BASE Funding 205673.21 Cumulative Funding 205673.21  MOD 01  100004 130012570600002 47400.00  LLA : AD 97X4930 NH2A 252 77777 0 050120 2F 000000 A10000178329  300002 130012570600002 2600.00  LLA : AD 97X4930 NH2A 252 77777 0 050120 2F 000000 A10000178329   MOD 01 Funding 50000.00 Cumulative Funding 255673.21  

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 16 of 22 DRAFT

 

Page 20: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

MOD 02  110001 130013364500001 40000.00  LLA : AE 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000261078  110002 130013364600001 15000.00  LLA : AF 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000261123   MOD 02 Funding 55000.00 Cumulative Funding 310673.21  MOD 03  110003 130016372000001 89000.00  LLA : AG 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000482886   MOD 03 Funding 89000.00 Cumulative Funding 399673.21  MOD 04  410001 130021291400001 100000.00  LLA : AH 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000799137  410002 130021291200001 46700.00  LLA : AJ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000799135  650001 130021291200001 3300.00  LLA : AJ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000799135   MOD 04 Funding 150000.00 Cumulative Funding 549673.21  MOD 05  410003 130024961000001 120000.00  LLA : AK 97X4930 NH2A 260 77777 0 050120 2F 000000 A00001055470   410004 130024214300001 26700.00  LLA : AL 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001000266   650002 130024214300001 3300.00  LLA : AL 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001000266    MOD 05 Funding 150000.00 Cumulative Funding 699673.21  MOD 06 Funding 0.00 Cumulative Funding 699673.21  MOD 07  410005 130029129200001 75000.00  LLA : AM 97X4930 NH2A 260 77777 0 050120 2F 000000 A00001319131    MOD 07 Funding 75000.00 Cumulative Funding 774673.21 

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 17 of 22 DRAFT

 

Page 21: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

 MOD 08  420001 130029129300001 21700.00  LLA : AN 97X4930 NH2A 260 77777 0 050120 2F 000000 A00001319138   680001 130029129300001 3300.00  LLA : AN 97X4930 NH2A 260 77777 0 050120 2F 000000 A00001319138    MOD 08 Funding 25000.00 Cumulative Funding 799673.21  MOD 09  420002 130031771500002 258400.00  LLA : AP 97X4930 NH2A 252 77777 0 050120 2F 000000 A10001507483   680002 130031771500002 6600.00  LLA : AP 97X4930 NH2A 252 77777 0 050120 2F 000000 A10001507483    MOD 09 Funding 265000.00 Cumulative Funding 1064673.21  MOD 10  420002 130031771500002 (130000.00)  LLA : AP 97X4930 NH2A 252 77777 0 050120 2F 000000 A10001507483   680001 130029129300001 (2436.73)  LLA : AN 97X4930 NH2A 260 77777 0 050120 2F 000000 A00001319138   680002 130031771500002 (6600.00)  LLA : AP 97X4930 NH2A 252 77777 0 050120 2F 000000 A10001507483    MOD 10 Funding -139036.73 Cumulative Funding 925636.48 

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 18 of 22 DRAFT

 

Page 22: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

SECTION H SPECIAL CONTRACT REQUIREMENTS

5252.211-9502 GOVERNMENT INSTALLATION WORK SCHEDULE (NAVAIR) (OCT 2005)

(a) The Holidays applicable to this contract are: New Year’s Day, Martin Luther King’s Birthday, President’sBirthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran’s Day, Thanksgiving Day, andChristmas Day.

(b) In the event that the contractor is prevented from performance as the result of an Executive Order or anadministrative leave determination that applies to the using activity, such time may be charged to the contract as adirect cost provided such charges are consistent with the contractor’s accounting practices. In the event that any ofthe above holidays occur on a Saturday or Sunday, then such holiday shall be observed as they are by the assignedGovernment employees at the using activity.

5252.237-9501 ADDITION OR SUBSTITUTION OF KEY PERSONNEL (SERVICES) (NAVAIR)(OCT 2005)

(a) A requirement of this contract is to maintain stability of personnel proposed in order to provide quality services.The contractor agrees to assign only those key personnel whose resumes were submitted and approved, and who arenecessary to fulfill the requirements of the effort. The contractor agrees to assign to any effort requiring non-keypersonnel only personnel who meet or exceed the applicable labor category descriptions. No substitution or additionof personnel shall be made except in accordance with this clause.

(b) If personnel for whatever reason become unavailable for work under the contract for a continuous period exceedingthirty (30) working days, or are expected to devote substantially less effort to the work than indicated in theproposal, the contractor shall propose a substitution to such personnel, in accordance with paragraph (d) below.

(c) The contractor agrees that during the first six months of the contract, no key personnel substitutions or additionswill be made unless necessitated by compelling reasons including, but not limited to: an individual’s illness, death,termination of employment, declining an offer of employment (for those individuals proposed as contingent hires), orfamily friendly leave. In such an event, the contractor must promptly provide the information required by paragraph(d) below to the Contracting Officer for approval prior to the substitution or addition of key personnel.

(d) All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least fifteen (15) days(thirty (30) days if a security clearance must be obtained) prior to the proposed substitution. Each request shallprovide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume forthe proposed substitute, information regarding the full financial impact of the change, and any other informationrequired by the Contracting Officer to approve or disapprove the proposed substitution. All proposed substitutes (nomatter when they are proposed during the performance period) shall have qualifications that are equal to or higherthan the qualifications of the person being replaced.

(e) In the event a requirement to increase the specified level of effort for a designated labor category, but not theoverall level of effort of the contract occurs, the offeror shall submit to the Contracting Officer a written request forapproval to add personnel to the designated labor category. The information required is the same as that required inparagraph (d) above. The additional personnel shall have qualifications greater than or equal to at least one (1) of theindividuals proposed for the designated labor category.

(f) The Contracting Officer shall evaluate requests for substitution and addition of personnel and promptly notify theofferor, in writing, of whether the request is approved or disapproved.

(g) If the Contracting Officer determines that suitable and timely replacement of personnel who have been reassigned,terminated or have otherwise become unavailable to perform under the contract is not reasonably forthcoming or thatthe resultant reduction of productive effort would impair the successful completion of the contract or the task order,the contract may be terminated by the Contracting Officer for default or for the convenience of the Government, asappropriate. Alternatively, at the Contracting Officer’s discretion, if the Contracting Officer finds the contractor to beat fault for the condition, he may equitably adjust (downward) the contract price or fixed fee to compensate theGovernment for any delay, loss or damage as a result of the contractor’s action.

(h) Noncompliance with the provisions of this clause will be considered a material breach of the terms andconditions of the contract for which the Government may seek any and all appropriate remedies including

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 19 of 22 DRAFT

 

Page 23: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

Termination for Default pursuant to FAR Clause 52.249-6, Alt IV, “Termination (Cost-Reimbursement)”.

5252.237-9503 ORDERING PROCEDURES FOR NAVY MARINE CORPS INTRANET (NMCI) SERVICES(NAVAIR) (SEP 2000)

(a) This Support Services contract may require the use of and/or access to Department of Navy (DoN) InformationTechnology (IT) Resources by contractor personnel for contract performance. Applicable DoN IT Resources forperformance of this contract shall be procured from the NMCI Contractor pursuant to the authority of NMCI Contract# N00024-00-D-6000, clause 5.2 “Ordering.”

(b) The Support Services contractor shall obtain written authorization from the Contracting Officer executing thiscontract, prior to ordering directly from the NMCI Contractor. No NMCI Order may be placed without the priorwritten authorization of the Contracting Officer. Any NMCI Order exceeding the written authorization of theContracting Officer shall be treated as an unallowable cost pursuant to FAR Part 31.

(c) The Government shall reimburse the contractor for the placement of NMCI Orders including applicable indirectburdens (general & administrative, etc.), excluding profit or fee.

SECURITY REQUIREMENTS

Program Administrator (PA) Employees. The PA shall not employ persons for work in the performance of thisAward who are identified to the PA by the Contracting Officer as potential threats to the health, safety, security,general well being, or operational mission of the installation and its population. Where reading, understanding,read, write, and speak English to the twelfth grade level. (The speaking skill is not required of a PA employee whois hearing impaired). All PA employees must be computer literate.

Employment of Foreign Nationals: No foreign nationals shall be employed under this award. The PA shall ensurethat all personnel employed in the performance of this award shall be United States Citizens, and capable ofobtaining a secret security clearance.

NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUS

For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, 52.219-3,NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18, NOTIFICATION OF COMPETITION LIMITED TOELIGIBLE 8(A) CONCERNS, and 52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNEDSMALL BUSINESS SET-ASIDE, the determination of whether a small business concern is independently ownedand operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified asa small business under the size standards in this solicitation, and further, meets the definition of a HUBZone smallbusiness concern, a small business concern certified by the SBA for participation in the SBA’s 8(a) program, or aservice disabled veteran-owned small business concern, as applicable, shall be based on the status of said concern atthe time of award of the SeaPort-e MACs and as further determined in accordance with Special Contract RequirementH-19.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 20 of 22 DRAFT

 

Page 24: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

SECTION I CONTRACT CLAUSES

Clauses specified in Section I of the SeaPort-e basic contract are incorporated into this order if applicable.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 21 of 22 DRAFT

 

Page 25: NAVAIR Aircraft Division Lakehurst DCMA SURFACE … · 2017-05-04 · ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A ... including solicitation/contract

SECTION J LIST OF ATTACHMENTS

NMCI Form

QASP

Contract Data Requirement List  (CDRL A001)

TOM Apointment Letter

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 4Y04 AMENDMENT/MODIFICATION NO.

 10 PAGE

 22 of 22 DRAFT