35
1. CONTRACT NO. N00178-14-D-7810 2. DELIVERY ORDER NO. N6523618F3027 3. EFFECTIVE DATE 2017 Dec 22 4. PURCH REQUEST NO. 1300650881 5. PRIORITY Unrated 6. ISSUED BY CODE N65236 7. ADMINISTERED BY CODE S2404A 8. DELIVERY FOB SPAWAR-Systems Center Lant (CHRL) P.O. BOX 190022 North Charleston SC 29419-9022 Ivone Gilliard-Brown/22310 843-218-2402 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151 SCD: C DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 3K773 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS M.C. DEAN, INC. 22980 Indian Creek Drive Dulles VA 20166 SMALL 12. DISCOUNT TERMS Net 30 Days WIDE AREA WORK FLOW SMALL DISADVANTAGED WOMEN-OWNED 13. MAIL INVOICES TO THE ADDRESS IN BLOCK See Section G 14. SHIP TO CODE 15. PAYMENT WILL BE MADE BY CODE HQ0338 MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. See Section D DFAS Columbus Center,South Entitlement Operations P.O. Box 182264 Columbus OH 43218-2264 16. TYPE OF ORDER DELIVERY/ CALL X This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract. PURCHASE Reference your furnish the following on terms specified herein. ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. M.C. DEAN, INC. Beate Ritz Contract Manager _____________________________________ _____________________________________ ______________________________________________ ____________________________ NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED (YYYYMMDD) If this box is marked, supplier must sign Acceptance and return the following number of copies: 17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE See Schedule 18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY ORDERED/ ACCEPTED * 21. UNIT 22. UNIT PRICE 23. AMOUNT See Schedule *If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle. 24. UNITED STATES OF AMERICA 25. TOTAL $226,714.53 26. DIFFERENCES BY: /s/Ivone Gilliard-Brown 12/22/2017 CONTRACTING/ORDERING OFFICER 27a. QUANTITY IN COLUMN 20 HAS BEEN INSPECTED RECEIVED ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED: ___ ___________________________________________________ b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE c. DATE d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28. SHIP NO. 29. D.O. VOUCHER NO. 30. INITIALS PARTIAL 32. PAID BY 33. AMOUNT VERIFIED CORRECT FOR f. TELEPHONE g. E-MAIL ADDRESS FINAL 31. PAYMENT 34. CHECK NUMBER 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. COMPLETE a. DATE b. SIGNATURE AND TITLE OF CERTIFYING OFFICER PARTIAL 35. BILL OF LADING NO. FULL 37. RECEIVED AT 38. RECEIVED BY (Print) 39. DATE RECEIVED 40. TOTAL CON-TAINERS 41. S/R ACCOUNT NUMBER 42. S/R VOUCHER NO. DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF 2

ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

1. CONTRACT NO.

N00178-14-D-78102. DELIVERY ORDER NO.

N6523618F30273. EFFECTIVE DATE

2017 Dec 224. PURCH REQUEST NO.

13006508815. PRIORITY

Unrated6. ISSUED BY CODEN65236 7. ADMINISTERED BY CODE S2404A 8. DELIVERY FOB

SPAWAR-Systems Center Lant (CHRL)P.O. BOX 190022North Charleston SC 29419-9022Ivone Gilliard-Brown/22310843-218-2402

DCMA Manassas14501 George Carter Way, 2nd FloorChantilly VA 20151

SCD: C   DESTINATION

  OTHER

  (See Schedule if other)

9. CONTRACTOR CODE3K773 FACILITY 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X IF BUSINESS IS

M.C. DEAN, INC.22980 Indian Creek DriveDulles VA 20166

   SMALL

12. DISCOUNT TERMS

Net 30 DaysWIDE AREA WORK FLOW

   SMALLDISADVANTAGED

   WOMEN-OWNED

13. MAIL INVOICES TO THE ADDRESS IN BLOCK

See Section G14. SHIP TO CODE   15. PAYMENT WILL BE MADE BY CODE HQ0338 MARK ALL

PACKAGES ANDPAPERS WITH

IDENTIFICATIONNUMBERS IN

BLOCKS 1 AND 2.

See Section D DFAS Columbus Center,South Entitlement OperationsP.O. Box 182264Columbus OH 43218-2264

16.TYPE

OFORDER

DELIVERY/CALL

XThis delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract.

PURCHASE  Reference your   furnish the following on terms specified herein.

ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLYHAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME.

 M.C. DEAN, INC.    Beate Ritz Contract Manager

  

_____________________________________ _____________________________________ ______________________________________________ ____________________________

NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED(YYYYMMDD)

  If this box is marked, supplier must sign Acceptance and return the following number of copies:

17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE

See Schedule18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY

ORDERED/ACCEPTED *

21. UNIT 22. UNIT PRICE 23. AMOUNT

  See Schedule        

           *If quantity accepted by the Government issame as quantity ordered, indicate by X. Ifdifferent, enter actual quantity accepted belowquantity ordered and encircle.

24. UNITED STATES OF AMERICA 25. TOTAL $226,714.5326.DIFFERENCES

 

BY: /s/Ivone Gilliard-Brown        12/22/2017CONTRACTING/ORDERING OFFICER

 

27a. QUANTITY IN COLUMN 20 HAS BEEN

  INSPECTED   RECEIVED  ACCEPTED, AND CONFORMS TOTHE CONTRACT EXCEPT ASNOTED: ___ ___________________________________________________

b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 c. DATE

 d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENTREPRESENTATIVE

 

 e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 28. SHIP NO.

 29. D.O. VOUCHER NO.

 30. INITIALS  

 

  PARTIAL 32. PAID BY

 33. AMOUNT VERIFIED CORRECT FOR

 f. TELEPHONE

 g. E-MAIL ADDRESS

    FINAL

31. PAYMENT 34. CHECK NUMBER

 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT.   COMPLETE

a. DATE

 b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

    PARTIAL 35. BILL OF LADING NO.

 

  FULL

37. RECEIVED AT

 38. RECEIVED BY (Print)

 39. DATE RECEIVED

 40. TOTALCON-TAINERS

 

41. S/R ACCOUNT NUMBER

 42. S/R VOUCHER NO.

 

DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE.  

                                                                              

ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF

2

Page 2: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

GENERAL INFORMATION

 

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 2 of 2

 FINAL 

Page 3: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For FFP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8000 J058 BASE YEAR SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (O&MN,N)

1.0 LO $31,779.10 $31,779.10

8001 J058 BASE YEAR SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 AND 5.3.1 (Fund Type - OTHER)

1.0 LO $31,779.10 $31,779.10

8002 J058 BASE YEAR SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (Fund Type - TBD)

1.0 LO $15,889.55 $15,889.55

8003 J058 BASE YEAR SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH 3.1.2 (Fund Type - OTHER)

1.0 LO $147,266.78 $147,266.78

800301 J058 ACRN AD: LABOR FOR PWS PR: 1300650881-0002FUNDING DOC: NW/BS#S: 300000121299-0020 COSTCODE: A30004330320 (Fund Type - OTHER)

For FFP / NSP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8004 Not Separately Priced 1.0 LO NSP

For FFP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8100 J058 OPTION YEAR 1 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (Fund Type - TBD)

1.0 LO $32,720.84 $32,720.84

Option

8101 J058 OPTION YEAR 1 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (Fund Type - TBD)

1.0 LO $32,720.84 $32,720.84

Option

8102 J058 OPTION YEAR 1 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (Fund Type - TBD)

1.0 LO $16,360.42 $16,360.42

Option

8103 J058 OPTION YEAR 1 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH 3.1.2 (Fund Type - TBD)

1.0 LO $108,332.07 $108,332.07

Option

For FFP / NSP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8104 Not Separately Priced 1.0 LO NSP

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 1 of 33

 FINAL 

Page 4: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

For FFP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (Fund Type - TBD)

1.0 LO $33,703.18 $33,703.18

Option

8201 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (Fund Type - TBD)

1.0 LO $33,703.18 $33,703.18

Option

8202 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (Fund Type - TBD)

1.0 LO $16,851.59 $16,851.59

Option

8203 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH 3.1.2 (Fund Type - TBD)

1.0 LO $111,410.31 $111,410.31

Option

For FFP / NSP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8204 Not Separately Priced 1.0 LO NSP

For FFP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8300 J058 OPTION YEAR 3 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (Fund Type - TBD)

1.0 LO $34,702.51 $34,702.51

Option

8301 J058 OPTION YEAR 3 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (Fund Type - TBD)

1.0 LO $34,702.51 $34,702.51

Option

8302 J058 OPTION YEAR 3 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (Fund Type - TBD)

1.0 LO $17,351.25 $17,351.25

Option

8303 J058 OPTION YEAR 3 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH 3.1.2 (Fund Type - TBD)

1.0 LO $157,124.06 $157,124.06

Option

For FFP / NSP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8304 Not Separately Priced 1.0 LO NSP

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 2 of 33

 FINAL 

Page 5: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

For FFP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8400 J058 OPTION YEAR 4 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (Fund Type - TBD)

1.0 LO $35,742.44 $35,742.44

Option

8401 J058 OPTION YEAR 4 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (Fund Type - TBD)

1.0 LO $35,742.44 $35,742.44

Option

8402 J058 OPTION YEAR 4 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH'S 3.1.1 and 5.3.1 (Fund Type - TBD)

1.0 LO $17,871.22 $17,871.22

Option

8403 J058 OPTION YEAR 4 SPAWAR EUROPE WAREHOUSE SUPPORT PWSPARAGRAPH 3.1.2 (Fund Type - TBD)

1.0 LO $117,766.31 $117,766.31

Option

For FFP / NSP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8404 Not Separately Priced 1.0 LO NSP

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 3 of 33

 FINAL 

Page 6: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

SECTION C DESCRIPTIONS AND SPECIFICATIONS

SECTION C – DESCRIPTION/SPECS/WORK STATEMENT SPECIFICATIONS/STATEMENT OF WORK/PERFORMANCE WORK STATEMENTWork under this performance-based contract will be performed in accordance with the followingdescription/ specifications/ statement of work (SOW) which herein will be referred to as PerformanceWork Statement (PWS): SHORT TITLE:  EUROPEAN WAREHOUSE & ADMIN SUPPORT 1.0             PURPOSESpace and Naval Warfare Systems Center (SPAWARSYSCEN) Atlantic are warehouse support andadministrative support services to accomplish multiple Information Technology (IT) projects andinstallations. 1.1             SCOPE 

This PWS covers logistics warehouse support and administrative services toSPAWARSYSCEN Atlantic projects within Europe for a Firm-fixed Price (FFP) basecontract plus 4 option years. Warehouse services includes shipping, receiving,transportation, and associated logistical support equipment marking Item UniqueIdentification (IUID). Administrative support includes working with governmentproject managers and provide support in developing program managementdocumentation and services.

 

1.1.1          Multiple FundingThis contract is funded with multiple appropriations as delineated on specified contract line itemnumbers (CLINs).  The applicable PWS task(s) associated with each funding CLIN is outlined in SectionB and Section G. 1.2             BACKGROUNDThe SPAWARSYSCEN Atlantic European Office in Stuttgart, Germany provides Network engineering,Audio/Visual engineering, Technical and Logistics support to United States African Command(USAFRICOM), European Command (EUCOM) and other Joint customers in the European and Africantheaters of operation.  SPAWARSYSCEN Atlantic has utilized contractors to provide products andservices in support of these customers for over 15 years in Stuttgart, Germany.  The SPAWARSYSCENAtlantic European office requires logistical support, specifically local services for shipping, receiving,storage, and transport of material/equipment. 

2.0             PLACE(S) OF PERFORMANCE

The contractor shall provide support at the following location:a.       Contractor Facilities   b.      US Army Air Field – Stuttgart, Germanyc.       NSA Naples – Naples, Italy

 

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 4 of 33

 FINAL 

Page 7: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

2.1             GOVERNMENT FACILITIESThe majority of the work will be performed at the SPAWARSYSCEN Atlantic Warehouse located on theUS Army Air Field – Stuttgart, Germany and Naval Support Activity Naples – Naples, Italy.   2.2             CONTRACTOR FACILITIESThe contractor can have its facility location anywhere as long as the location does not present a hardshipto complete work required on task.  The contractor shall have real-time communication between thecontractor personnel supporting the efforts and government personnel available at time of award. 

 

3.0             PERFORMANCE REQUIREMENTS The following paragraphs list all required non-personal services tasks that will be required throughoutthe contract.  The contractor shall provide necessary resources with knowledge and experience as cited inthe personal qualification clause to support the listed tasks.  Contractors shall perform requirements inaccordance with Federal Acquisition Regulation (FAR) and/or Defense Federal Acquisition RegulationSupplement (DFARS) which does not include performance of inherently Governmental functions.  Thecontractor shall complete all required tasks while controlling and tracking performance and goals interms of costs, schedules, and resources. 

3.1             SUPPORT SERVICES

 

3.1.1          Subtask 1: Logistics Warehouse Support

Subtask 1 shall be funded with the following:CLIN 1: Operations and Maintenance (O&M) – TBD%CLIN 2: Operations and Maintenance Army (O&MA) – TBD%CLIN 3: TBD – TBD% The size of the projects will vary. The 3 CLINs and percentages will be determined between the CORand the contractor during the execution of the contract. The Contractor shall ensure that the financialmonthly reports clearly identifies the work and cost are associated to each CLIN.

 

The Contractor shall provide a full-time employee (FTE) logistics warehouse supportpersonnel to provide receiving, shipping, unloading and loading trucks, receiptinspection, storage and inventory control (using SABAR or the current commandstandard for inventory control) and other warehouse duties.  A space in thewarehouse is secured in compliance with Intelligence Community Directive (ICD705). Contractor personnel shall be escorted by the on-site government personnelfor any access into the secure space. The contractor shall be fluent in both Germanand English language, have a fork lift license, and have general knowledgeconcerning warehousing and inventory processes.  The contractor shall be requiredto obtain a US Government issued CAC Card and maintain access to USGovernment facilities.  The person must obtain and maintain a US Military drivers’license in order to drive the government provided delivery van.  The contractorshall be responsible for making deliveries to all local bases, DLA, and other delivery

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 5 of 33

 FINAL 

Page 8: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

locations required by the projects.  The contractor shall work Monday throughFriday from 08:00 – 17:00 with a one hour lunch break. No work shall be performedduring US Federal holidays.

 

3.1.1.2       The contractor shall provide a weekly report (CDRL A007) of itemsshipped and received during the reporting week.  Contractor format may be usedbut must contain at a minimum; program name, contract data, date received,percent of items received on contract, and IUID information. Inventory accuracymust be at 95% accurate to achieve satisfactory rating on Quality AssuranceSurveillance Program (QASP).

 

3.1.1.3       The contractor shall package for shipment systems, hardware,software, and spares to the units in the field to include overseas shipments. TheGovernment shall provide all packing materials. The contractor shall performshipping duties to include processing 302 Customs paperwork required forshipments over 1K in value, prepare DD Forms 1149, tracking of shipments to enddestination and reporting to the shipper on completed deliveries, and arrangingpickup with Federal Express, DHL, and other shipping companies.  The contractorshall pick up / deliver of materials between facilities identified by the government.The contractor shall provide copies of all the DD Forms 1149 (CDRL A007) due bythe 10th calendar day of the following month.

 

3.1.1.4       The contractor shall verify contents of packages received againstpacking lists/contract documentation, note any discrepancies, annotate on receivingreport and contact government lead. The contractor shall note shipmentdiscrepancies and damages and file appropriate actions with commercial carriersthen notify government lead. The contractor shall verify receipt of IUID labels andprovide markings if they are not provided by the vendor or if needed prior tore-shipping. The contractor shall log all equipment received in the governmentdatabase within 24 hours of arrival. The contractor shall scan and send all purchasecard and purchase contract receipts / packing slips (CDRL A007) to the on-sitegovernment representative by the close of business each day.

 

3.1.1.5       Contractor shall access to DLA Disposition Services and ElectronicTurn-In procedures for DRMO in accordance with the Defense Materiel Disposition:Disposal Guidance & Procedures (DOD Manual Number 4160.21, Volume 1).Contractor shall process equipment for disposal with Defense Logistics Agency(DLA) in Kaiserslautern, Germany using the AMPs ETID program. 

 

3.1.1.6       The contractor shall work with the on-site government representativeto generate total numbers of packages, weights and dimensions for shipments aspart of the Transportation Control Number (TCN) process (Defense TransportationRegulation – Part II, Appendix L).

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 6 of 33

 FINAL 

Page 9: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

 

3.1.1.7       The contractor shall notify the on-site government representative ofany material that arrives for storage or shipment that contains HazardousMaterials. Government authorized personnel shall be responsible for validating andapproving these types of equipment / materials prior to storage and /or shipment.

 

3.1.2          Subtask 2: Administrative Support

Subtask 2 shall be funded with the following:CLIN 4: Overhead Funds – TBD%Subtask 2 will be an optional subtask. It is subject to availability of funds.

 

The Contractor shall provide the general administrative support services to SPAWARSYSCEN Atlanticpersonnel at NSA Naples. General tasking may include the following but not limited to:

·         answer, screen and transfer inbound phone calls for the SPAWARSYCEN Atlantic Officer-in-Charge(OIC)

·         schedule and coordinate meetings and appointments for the OIC

·         prepare agendas for meetings and prepare schedules

·         maintain office personnel availability calendar

·         record, compile, transcribe and distribute meeting minutes

·         handle requests for information and data

·         coordinate visit requests and direct visitors

·         general clerical duties including photocopying, fax and mailing, and maintaining electronic and hardcopy filing system

·         prepare and modify documents including correspondence, reports, drafts, memos and emails

·         maintain office supply inventories

·         coordinate maintenance of office equipment

·         coordinate and maintain records for office personnel 4.0 INFORMATION TECHNOLOGY (IT) SERVICES REQUIREMENTS 4.1             INFORMATION TECHNOLOGY (IT) GENERAL REQUIREMENTS The contractor shall be responsible for the following: 4.1.1          Ensure that no production systems are operational on any research, development, test andevaluation (RDT&E) network. 4.1.2          Work with Government personnel to ensure compliance with all current Navy IT &cybersecurity policies. 4.1.3          Only perform work specified within the limitations of the basic contract, if applicable. 5.0             CONTRACT ADMINISTRATION Administration of the work being performed is required; it provides the Government a means for contract

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 7 of 33

 FINAL 

Page 10: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

management and monitoring.  Regardless of the level of support, the ultimate objective of the contractoris ensuring the Government’s requirements are met, delivered on schedule, and performed within budget. 

5.1             CONTRACTING OFFICER REPRESENTATIVE (COR) DESIGNATION

The COR for this contract is identified in contract clause 5252.201-9201.  

5.2             CONTRACTOR LIAISON

The contractor shall assign a technical single point of contact, also known as the Program Manager (PM)who shall work closely with the Government Contracting Officer and COR.  The contractor PM, locatedin the contractor’s facility, shall ultimately be responsible for ensuring that the contractor’s performancemeets all Government contracting requirements within cost and schedule.  PM shall have the requisiteauthority for full control over all company resources necessary for contract performance and be availableto support emergent situations.  The PM shall ultimately be responsible for the following: personnelmanagement; management of Government material and assets; and personnel and facility security.  Insupport of open communication, the contractor shall initiate periodic meetings with the COR. 5.3             CONTRACTOR MONITORING AND MAINTENANCE The contractor shall have processes established in order to provide all necessary resources anddocumentation during various times throughout the day including business and non-business hours inorder to facilitate a timely contract response or modification in particular during urgent requirements. 5.3.1          Contract Administration & DocumentationContract Administration & Documentation shall be funded with the following:CLIN 1: Operations and Maintenance (O&M) – TBD%CLIN 2: Operations and Maintenance Army (O&MA) – TBD%CLIN 3: TBD – TBD%The size of the projects will vary. The 3 CLINs and percentages will be determined between the CORand the contractor during the execution of the contract. The Contractor shall ensure that the financialmonthly reports clearly identifies the work and cost are associated to each CLIN. Various types of administration documents are required throughout the life of the contract.  At aminimum, the contractor shall provide the following documentation: 5.3.1.1       Contract Status Report (CSR)The contractor shall develop a Contract Status Report (CSR) (CDRL A001) and submit it monthly atleast 30 days after contract award on the 10th of each month.  Only one report is submitted per contract. The prime shall be responsible for collecting, integrating, and reporting all subcontractor reports.  Thecontractor shall report on various contract functions: performance (tasks completed, top-level list ofitems shipped and received, personnel charging to effort, etc.), schedule, financial (amount expended perCLIN, remaining balance, etc.), business relations, and staffing plan/key personnel.  See applicable DDForm 1423 for additional reporting details and distribution instructions.  This CDRL includes a StaffingPlan (CDRL A001 Attachment 1 of Exhibit A) and Personnel Listing (CDRL A001 Attachment 2 ofExhibit A) necessary for additional data collection as applicable. 5.3.1.2       Contract Closeout ReportThe contractor shall develop a contract closeout report (CDRL A002) and submit it no later than 15 days

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 8 of 33

 FINAL 

Page 11: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

before the contract completion date.  The Prime shall be responsible for collecting, integrating, andreporting all subcontracting information.  See applicable DD Form 1423 for additional reporting detailsand distribution instructions. 5.3.1.3       Enterprise-wide Contractor Manpower Reporting ApplicationPursuant to NMCARS 5237.102-90, the contractor shall report all contractor labor hours (includingsubcontractor labor hours) required for performance of services provided under this contract for the DoDvia a secure data collection website – Enterprise-wide Contractor Manpower Reporting Application(eCMRA).  The Product/Service Codes (PSC) for contracted services excluded from reporting are asfollows:            (1)  W, Lease/Rental of Equipment;            (2)  X, Lease/Rental of Facilities;            (3)  Y, Construction of Structures and Facilities;            (4)  S, Utilities ONLY;            (5)  V, Freight and Shipping ONLY. The contractor shall completely fill-in all required data fields using the following web address:h ps://www.ecmra.mil .  Reporting inputs consists of labor hours executed during the contract period ofperformance within each Government fiscal year (FY) which runs from October 1 through September30.  While inputs may be reported any time during the FY, the contractor shall report all data no laterthan October 31 of each calendar year.  Contractors may direct questions to the help desk [email protected] . 5.3.1.4       WAWF Invoicing Notification and Support DocumentationPursuant to DFARS clause 252.232-7003 and 252.232-7006, the contractor shall submit paymentrequests and receiving reports using DoD Invoicing, Receipt, Acceptance, and Property Transfer(iRAPT) application (part of the Wide Area Work Flow (WAWF) e-Business Suite) which is a secureGovernment web-based system for electronic invoicing, receipt, and acceptance.  The contractor shallprovide e-mail notification to the COR when payment requests are submitted to the iRAPT/WAWF andthe contractor shall include cost back–up documentation (e.g., delivery receipts, time sheets, &material/travel costs, etc.) to the invoice in iRAPT/WAWF.  When requested by the COR, the contractorshall directly provide a soft copy of the invoice and any supporting invoice documentation (CDRLA003) directly to the COR within 24 hours of request to assist in validating the invoiced amount againstthe products/services provided during the billing cycle. 5.3.1.5       ODC Limitation NotificationContractors shall monitor Other Direct Costs (ODCs) as part of the monthly CSR.  For this monitoringpurpose, ODCs include incidental material, travel, and other non-labor costs (excluding subcontractingand consultant labor cost) required in performance of the service.  For any given period of performance,if the cumulative total cost of ODCs exceeds the awarded total cost of ODCs (regardless of anymodifications to the awarded amount) by 10%, the contractor shall send notice and rationale (CDRLA004) for exceeding cost to the COR who will then send a memorandum signed by the PM (orequivalent) to the Contracting Officer documenting the reasons justifying the increase of ODC.  Theability of a contractor to monitor ODCs will be included in the contract QASP. 5.4             CONTRACTOR PERFORMANCE MANAGEMENT Contractor performance standards and requirements are outlined in the contract QASP.  The ability of acontractor to perform to the outlined standards and requirement will be captured in the ContractorPerformance Assessment Reporting System (CPARS).  In support of tracking contractor performance,

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 9 of 33

 FINAL 

Page 12: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

the contractor shall provide the following documents:  Cost and Schedule Milestone Plan (CDRL A005)submitted 10 days after contract award and CPARS Draft Approval Document (CDAD) Report (CDRLA006) submitted monthly. 5.5             EARNED VALUE MANAGEMENT (EVM) In accordance with DoD policy, this contract does not require Earned Value Management (EVM)implementation due to cost of the contract (base plus all options) does not exceeding $20M. 6.0             DOCUMENTATION AND DELIVERABLES

 

6.1             CONTRACT DATA REQUIREMENTS LIST (CDRL) The following listing identifies the data item deliverables required under this contract and the applicablesection of the PWS for which they are required.  Section J includes the DD Form 1423s that itemize eachContract Data Requirements List (CDRL) required under the basic contract.  The contractor shallestablish a practical and cost-effective system for developing and tracking the required CDRLs generatedunder each task.  The contractor shall not develop any CDRL classified TOP SECRET with SCI. 

6.1.1          Administrative CDRL

The following table lists all required administrative data deliverables, CDRLs, applicable to this task: 

 

CDRL # Deliverable TitlePWS

ReferencePara

Frequency Date Due

SecurityClassification(up to S/TS orunclassified)

A001Contract Status Report(CSR) 

5.3.1.18.1.2

8.2.3.110.0

MTHLY30 DACA andmonthly on the

10thUnclassified

A002 Contract Closeout Report 5.3.1.2 1TIME

NLT 15 daysbefore

completiondate

Unclassified

A003Invoice SupportDocumentation

5.3.1.4 ASREQ Within 24 hrsfrom request Unclassified

A004ODC LimitationNotification

5.3.1.5 ASREQ24 hours from

tripwireoccurrence

Unclassified

A005Cost and MilestonesSchedule Plan

5.4

One timewith

revisions(ONE/R)

NLT 10DACA;

revision NLT 7days after

receipt of Govtreview

Unclassified

A006Contractor CPARS DraftApproval Document 5.4 MTHLY

30 DACA andmonthly on the Unclassified

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 10 of 33

 FINAL 

Page 13: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

CDRL # Deliverable TitlePWS

ReferencePara

Frequency Date Due

SecurityClassification(up to S/TS orunclassified)

(CDAD) Report 10th

 

6.1.2          Technical CDRL

The following table lists all required technical data deliverables, (CDRLs), applicableto this contract:

CDRL# Deliverable Title PWS

Ref Para Frequency Date Due

SecurityClassification(up to S/TS orunclassified)

A007TechnicalDocumentation/Report -General

3.1.1.23.1.1.33.1.1.4

1) WKLY2) MTHLY

3) ASREQ

Weekly,Monthly on

10th, andCOB

Unclassified

 

 

6.3             ELECTRONIC FORMAT At a minimum, the contractor shall provide deliverables electronically by e-mail; hard copies are onlyrequired if requested by the Government.  To ensure information compatibility, the contractor shallguarantee all deliverables (i.e., CDRLs), data, correspondence, and etc., are provided in a formatapproved by the receiving Government representative.  The contractor shall provide all data in aneditable format compatible with SPAWARSYSCEN Atlantic corporate standard software configuration asspecified below.  Contractor shall conform to SPAWARSYSCEN Atlantic corporate standards within 30days of contract award.  The initial or future upgrades costs of the listed computer programs are notchargeable as a direct cost to the Government. 

  Deliverable Software to be useda. Word Processing Microsoft Wordc. Spreadsheet/Graphics Microsoft Exceld. Presentations Microsoft PowerPointg. Scheduling Microsoft Projecth. Computer Aid Design (CAD) Drawings            AutoCAD/Visio

 6.4             INFORMATION SYSTEM 6.4.1          Electronic CommunicationThe contractor shall have broadband Internet connectivity and an industry standard email system forcommunication with the Government.  The contractor shall be capable of Public Key Infrastructure(PKI) client side authentication to DOD private web servers.  Unless otherwise specified, all keypersonnel on task shall be accessible by e-mail through individual accounts during all hours. 6.4.2          Information Security

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 11 of 33

 FINAL 

Page 14: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

Pursuant to DoDM 5200.01, the contractor shall provide adequate security for all unclassified DoDinformation passing through non-DoD information system including all subcontractor informationsystems utilized on task.  The contractor shall disseminate unclassified DoD information within thescope of assigned duties and with a clear expectation that confidentiality is preserved.  Examples of suchinformation include the following:  non-public information provided to the contractor, informationdeveloped during the course of the contract, and privileged contract information (e.g., program schedulesand contract-related tracking). 6.4.2.1       SafeguardsThe contractor shall protect Government information and shall provide compliance documentationvalidating they are meeting this requirement in accordance with DFARS clause 252.204-7012.  Thecontractor and all subcontractors shall abide by the following safeguards: (a)        Do not process DoD information on public computers (e.g., those available for use by thegeneral public in kiosks or hotel business centers) or computers that do not have access control. (b)        Protect information by at least one physical or electronic barrier (e.g., locked container or room,login and password) when not under direct individual control. (c)        Sanitize media (e.g., overwrite) before external release or disposal. (d)        Encrypt all information that has been identified as controlled unclassified information (CUI)when it is stored on mobile computing devices such as laptops and personal digital assistants, orremovable storage media such as portable hard drives and digital optical disks, using DoD AuthorizedData-at-Rest encryption technology.  NOTE:  Thumb drives are not authorized for DoD work, storage, ortransfer.  Use GSA Awarded DAR solutions (GSA # 10359) complying with ASD-NII/DOD-CIOMemorandum, “Encryption of Sensitive Unclassified Data-at-Rest on Mobile Computing Devices andRemovable Storage.”  The contractor shall ensure all solutions meet FIPS 140-2 compliancerequirements. (e)        Limit information transfer to subcontractors or teaming partners with a need to know and acommitment to at least the same level of protection. (f)        Transmit e-mail, text messages, and similar communications using technology and processes thatprovide the best level of privacy available, given facilities, conditions, and environment.  Examples ofrecommended technologies or processes include closed networks, virtual private networks, publickey-enabled encryption, and Transport Layer Security (TLS).  Encrypt organizational wirelessconnections and use encrypted wireless connection where available when traveling.  If encryptedwireless is not available, encrypt application files (e.g., spreadsheet and word processing files), using atleast application-provided password protection level encryption. (g)        Transmit voice and fax transmissions only when there is a reasonable assurance that access islimited to authorized recipients. (h)        Do not post DoD information to Web site pages that are publicly available or have access limitedonly by domain or Internet protocol restriction.  Such information may be posted to Web site pages thatcontrol access by user identification or password, user certificates, or other technical means and provideprotection via use of TLS or other equivalent technologies.  Access control may be provided by theintranet (vice the Web site itself or the application it hosts). 

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 12 of 33

 FINAL 

Page 15: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

(i)         Provide protection against computer network intrusions and data exfiltration, minimallyincluding the following: 1.         Current and regularly updated malware protection services, e.g., anti-virus, anti-spyware. 2.         Monitoring and control of inbound and outbound network traffic as appropriate (e.g., at theexternal boundary, sub-networks, individual hosts) including blocking unauthorized ingress, egress, andexfiltration through technologies such as firewalls and router policies, intrusion prevention or detectionservices, and host-based security services. 3.  Prompt application of security-relevant software patches, service packs, and hot fixes. (j)         As applicable, comply with other current Federal and DoD information protection and reportingrequirements for specified categories of information (e.g., medical, critical program information (CPI),personally identifiable information, export controlled). (k)        Report loss or unauthorized disclosure of information in accordance with contract, contract, oragreement requirements and mechanisms. 6.4.2.2       CompliancePursuant to DoDM 5200.01, the contractor shall include in their quality processes procedures that arecompliant with information security requirements. 7.0             QUALITY 7.1             QUALITY SYSTEM Upon contract award, the prime contractor shall have and maintain a quality system that meets contractand contract requirements and program objectives while ensuring customer satisfaction and defect-freeproducts/process.  The contractor shall have an adequately documented quality system which containsprocesses, procedures, planning, and all other documentation and data necessary to provide an efficientand effective quality system, which includes an internal.  The contractor shall also require allsubcontractors to possess a quality assurance and control program commensurate with the services andsupplies to be provided as determined by the prime’s internal audit system.   The Government reservesthe right to disapprove the contractor’s and/or subcontractor’s quality system or portions thereof whenthe quality system(s) fails to meet contractual requirements at either the program or worksite serviceslevel.  The Government reserves the right to participate in the process improvement elements of thecontractor’s quality assurance plan or quality system, and development of quality related documents.   Ata minimum, the contractor shall ensure their quality system meets the following key criteria:

Establish documented, capable, and repeatable processesTrack issues and associated changes neededMonitor and control critical process, product, and service variationsEstablish mechanisms for feedback of field product and service performanceImplement and effective root-cause analysis and corrective action systemEstablish methods and procedures and create data used for continuous process improvement

 7.2             MANAGE QUALITY COMPLIANCE 7.2.1          GeneralThe contractor shall have quality processes or a Quality Management System (QMS) processes in place

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 13 of 33

 FINAL 

Page 16: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

that coincide with the Government’s Manage Quality processes which address Quality Control, QualityAssurance, Software Quality, and/or project Quality System tasks.  The contractor shall use best industrypractice. 7.3             QUALITY ASSURANCE The contractor shall perform all quality assurance process audits necessary in the performance of thevarious tasks.  The contractor shall deliver procedural documents upon request.  The Governmentreserves the right to perform any additional audits deemed necessary to assure that the contractorprocesses, products, and related services, documents, and material meet the prescribed requirements andto reject any or all processes or related products, services, documents, and material in a category whennoncompliance is established. 7.4             QUALITY CONTROL The contractor shall perform all quality control inspections necessary in the performance of the varioustasks. The Government reserves the right to perform any inspections or pull samples as deemednecessary to assure that the contractor provided services, documents, material, and related evidence meetthe prescribed requirements and to reject any or all services, documents, and material in a category whennonconformance is established. 8.0             SECURITY 8.1             ORGANIZATION 8.1.1          Security Classification All work performed under this contract is “unclassified.”  A facility security clearance (FCL) is notrequired; therefore, DoD Contract Security Classification Specification, DD Form 254, does not exist. Pursuant to DoDM 5200.01 – Volume 4, Controlled Unclassified Information (CUI), the contractor shallsafeguard any sensitive Government information. 8.1.2       Security OfficerThe contractor shall appoint a Facility Security Officer (FSO) to support those contractor personnelrequiring clearance and/or access to Government facility/installation and/or access to informationtechnology systems under this contract.  Typically, the FSO is key management personnel who is thecontractor’s main POC for security issues.   The FSO shall have a U.S. Government security clearanceequal to or higher than the FCL required on this contract/contract.  The FSO shall be responsible fortracking the security requirements for all personnel (subcontractors included) utilized on contract. Responsibilities include tracking all personnel assigned Government badges and entering/maintainingpersonnel security mandatory training information within the Staffing Plan document, which is anattachment to the CSR (CDRL A001). 8.2             PERSONNEL The contractor shall conform to the security provisions of DoDI 5220.22/DoD 5220.22-M – NationalIndustrial Security Program Operating Manual (NISPOM), SECNAV M-5510.30, DoD 8570.01-M, andthe Privacy Act of 1974.  Prior to any labor hours being charged on contract/contract, the contractor shallensure all personnel (including administrative and subcontractor personnel) have obtained and canmaintain favorable background investigations at the appropriate level(s) for access required for the

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 14 of 33

 FINAL 

Page 17: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

contract/contract, and if applicable, are certified/credentialed for the CSWF.  A favorable backgrounddetermination is determined by either a Tier 1 (T1) investigation, Tier 3 (T3) investigation, or Tier 5 (T5)investigation and favorable Federal Bureau of Investigation (FBI) fingerprint checks.  Investigations arenot necessarily required for personnel performing unclassified work who do not require access toGovernment installations/facilities, Government IT systems and IT resources, or SPAWARSYSCENAtlantic information.  Cost to meet these security requirements is not directly chargeable tocontract/contract.  NOTE:  If a final determination is made that an individual does not meet or cannot maintain theminimum security fitness requirements, the contractor shall permanently remove the individual fromSPAWARSYSCEN Atlantic facilities, projects, and/or programs.  If an individual who has beensubmitted for a fitness determination or security clearance is "denied," receives an "Interim Declination,"or unfavorable fingerprint, the contractor shall remove the individual from SPAWARSYSCEN Atlanticfacilities, projects, and/or programs until such time as the investigation is fully adjudicated or theindividual is resubmitted and is approved.  All contractor and subcontractor personnel removed fromfacilities, projects, and/or programs shall cease charging labor hours directly or indirectly oncontract/contracts. 8.2.1          Personnel ClearanceThe contractor shall immediately report any security violation to the SPAWARSYSCEN AtlanticSecurity Management Office, the COR, and Government Project Manager.  Foreign national employeesemployed in their home countries shall meet equivalent host U.S. Installation Command securityrequirements and Status of Forces Agreement (SOFA).  8.2.1.1       The following labor categories shall meet the required minimum personnel clearances(PCL):  

Labor Category Required Minimum Personnel Security Clearance (PCL)Logistics Warehouse Support Local Nation Screening Program (LNPS), Base AccessAdministrative Support US Citizen, Base Access

 8.2.2          Access Control of Contractor Personnel 8.2.2.1       Physical Access to Government Facilities and InstallationsContractor personnel shall physically access Government facilities and installations for purposes of sitevisitation, supervisory and quality evaluation, work performed within Government spaces (eithertemporary or permanent), or meeting attendance.  Individuals supporting these efforts shall comply withthe latest security regulations applicable to the Government facility/installation. (a)        Depending on the facility/installation regulations, contractor personnel shall present a properform of identification(s) and vehicle proof of insurance or vehicle rental agreement.  NOTE: SPAWARSYSCEN Atlantic facilities located on Joint Base Charleston require a Common Access Card(CAC) each time physical installation access is required.  Contractor shall contact SPAWARSYSCENAtlantic Security Office directly for latest policy. (c)        All contractor persons engaged in work while on Government property shall be subject toinspection of their vehicles at any time by the Government, and shall report any known or suspectedsecurity violations to the Security Department at that location. 8.2.2.2       Identification and Disclosure Requirements

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 15 of 33

 FINAL 

Page 18: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

Contractor and subcontractor employees shall take all means necessary to not represent themselves asGovernment employees.  All contractor personnel shall follow the identification and Government facilitydisclosure requirement as specified in contract clause 5252.237-9602, Contractor Identification. 8.2.2.3       Government Badge RequirementsSome contract personnel shall require a Government issued picture badge in accordance with contractclause 5252.204-9202, Contractor Picture Badge.  While on Government installations/facilities,contractors shall abide by each site’s security badge requirements.   Various Government installations arecontinually updating their security requirements to meet Homeland Security Presidential Directive(HSPD-12) identification standards.  Contractors are responsible for obtaining and complying with thelatest security identification requirements for their personnel.  Contractors shall submit valid paper work(e.g., site visit request, request for picture badge, and/or SF-86 for CAC) to the applicable Governmentsecurity office via the COR.  The contractor FSO shall track all personnel holding local Governmentbadges at the contract level. 8.2.2.4       Common Access Card (CAC) RequirementsSome Government facilities/installations (e.g., Joint Base Charleston) require contractor personnel tohave a CAC for physical access to the facilities or installations.  Contractors supporting work thatrequires access to any DoD IT/network also requires a CAC.  Granting of logical and physical accessprivileges remains a local policy and business operation function of the local facility.  The contractor isresponsible for obtaining the latest facility/installation and IT CAC requirements from the applicablelocal Security Office.  When a CAC is required to perform work, contractor personnel shall be able tomeet all of the following security requirements prior to work being performed: (a)        Pursuant to DoDM 1000.13-V1, issuance of a CAC is based on the following four criteria: 1.         eligibility for a CAC – to be eligible for a CAC, Contractor personnel’s access requirement shall meet

one of the following three criteria:  (a) individual requires access to multiple DoD facilities or access tomultiple non-DoD federally controlled facilities on behalf of the SPAWARSYSCEN Atlantic on arecurring bases for a period of 6 months or more, (b) individual requires both access to a DoD facilityand access to DoD network on site or remotely, or (c) individual requires remote access to DoD networksthat use only the CAC logon for user identification.

2.         verification of DoD affiliation from an authoritative data source – CAC eligible personnel must beregistered in the Defense Enrollment Eligibility Reporting Systems (DEERS) through either anauthoritative personnel data feed from the appropriate Service or Agency or Trusted AssociatedSponsorship System (TASS).

3.         completion of background vetting requirements according to FIPS PUB 201-2 and DoD 5200.2-R – at aminimum, the completion of FBI fingerprint check with favorable results and submission of a T1investigation to the Office of Personnel Management (OPM), or a DoD-determined equivalentinvestigation.  NOTE:  Contractor personnel requiring logical access shall obtain and maintain afavorable T3 investigation.  Contractor personnel shall contact the SPAWARSYSCEN Atlantic SecurityOffice to obtain the latest CAC requirements and procedures.

4.         verification of a claimed identity – all contractor personnel shall present two forms of identification in itsoriginal form to verify a claimed identity.  The identity source documents must come from the list ofacceptable documents included in Form I-9, OMB No. 115-0136, Employment Eligibility Verification. Consistent with applicable law, at least one document from the Form I-9 list must be a valid (unexpired)State or Federal Government-issued picture identification (ID).  The identity documents will be inspectedfor authenticity, scanned, and stored in the DEERS.

 (b)        When a contractor requires logical access to a Government IT system or resource (directly orindirectly), the required CAC will have a PKI.  A hardware solution and software (e.g., ActiveGold) is

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 16 of 33

 FINAL 

Page 19: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

required to securely read the card via a personal computer.  Pursuant to DoDM 1000.13-V1, CAC PKIcertificates will be associated with an official Government issued e-mail address (e.g. .mil, .gov, .edu). Prior to receipt of a CAC with PKI, contractor personnel shall complete the mandatory CybersecurityAwareness training and submit a signed System Authorization Access Request Navy (SAAR-N) form tothe contract specified COR.  Note:  In order for personnel to maintain a CAC with PKI, each contractoremployee shall complete annual cybersecurity training.  8.2.2.5       Contractor Check-in and Check-out ProceduresAll SPAWARSYSCEN Atlantic contractor personnel requiring or possessing a Government badge and/orCAC for facility and/or IT access shall have a SPAWARSYSCEN Atlantic Government sponsor and bein compliance with the most current version of Contractor Check-in and Check-out Instruction andForms as posted on the Command Operating Guide (COG) website.  Throughout contract performance,the contractor shall provide necessary employee information and documentation for employees hired,transferred, and/or terminated in support of this contract within the required timeframe as cited in theCheck-in and Check-out instructions.  The contractor (FSO, if applicable) shall ensure all contractoremployees whose services are no longer required on this contract return all applicable Governmentdocuments/badges to the appropriate Government representative.  NOTE: If the contractor does not haveaccess to the SPAWARSYSCEN Atlantic COG website, the contractor shall get all necessary instructionand forms from the COR. 8.2.3          Security TrainingApplicable for unclassified and classified contracts, contractor personnel (including subcontractors) shallcomplete all required mandatory Government training in accordance with COMSPAWARSYSCOMCode 80330 mandatory training webpage: https://wiki.spawar.navy.mil/confluence/display/HQ/Employee+Mandatory+Training.  Contractors without access to the SPAWAR webpage shallcoordinate with the COR concerning mandatory training as listed on the training webpage. 8.2.3.1       The contractor shall be responsible for verifying applicable personnel receive all requiredtraining.  At a minimum, the contractor (FSO, if applicable) shall track the following information:security clearance information; dates possessing CACs; issuance and expiration dates forSPAWARSYSCEN Atlantic badge; Cybersecurity training; Privacy Act training; Personally IdentifiableInformation (PII) training; CSWF certifications; etc.  The contractor shall report individual contractorpersonnel training status by completing and updating the monthly contract status report (CSR) StaffingPlan (CDRL A001 Attachment 1 of Exhibit A), Training tab. 8.3             OPERATIONS SECURITY (OPSEC) REQUIREMENTS Security programs are oriented towards protection of classified information and material.  OperationsSecurity (OPSEC) is an operations function which involves the protection of any critical information –focusing on unclassified information that may be susceptible to adversary exploitation.  Pursuant toDoDD 5205.02E and SPAWARINST 3432.1, SPAWARSYSCEN Atlantic’s OPSEC program implementsrequirements in DoD 5205.02-M – OPSEC Program Manual and SPAWARSYSCENLANTINST3070.1B.  Note:  OPSEC requirements are applicable when contract personnel have access to eitherclassified information or unclassified Critical Program Information (CPI)/sensitive information. 8.3.1          Local and Internal OPSEC RequirementContractor personnel, including subcontractors if applicable, shall adhere to the OPSEC program policiesand practices as cited in the SPAWARINST 3432.1 and existing local site OPSEC procedures.  Thecontractor shall development their own internal OPSEC program specific to the contract and based onSPAWARSYSCEN Atlantic OPSEC requirements.  At a minimum, the contractor’s program shall

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 17 of 33

 FINAL 

Page 20: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

identify the current SPAWARSYSCEN Atlantic site OPSEC Officer/Coordinator. 8.3.2          OPSEC TrainingContractor shall track and ensure applicable personnel receive initial and annual OPSEC awarenesstraining in accordance with requirements outline in the Security Training, Para 8.2.3.  OPSEC trainingrequirements are applicable for personnel during their entire term supporting this SPAWARSYSCENAtlantic contract. 8.3.3          SPAWARSYSCEN Atlantic OPSEC ProgramContractor shall participate in SPAWARSYSCEN Atlantic OPSEC program briefings and workingmeetings, and the contractor shall complete any required OPSEC survey or data call within thetimeframe specified. 8.4             EFFECTIVE USE OF CONTROLS The contractor shall screen all electronic deliverables or electronically provided information formalicious code using DoD approved anti-virus software prior to delivery to the Government.  Thecontractor shall utilize appropriate controls (firewalls, password protection, encryption, digitalcertificates, etc.) at all times to protect contract related information processed, stored or transmitted onthe contractor’s and Government’s computers/servers to ensure confidentiality, integrity, availability,authentication and non-repudiation.  The contractor shall ensure provisions are in place that willsafeguard all aspects of information operations pertaining to this contract in compliance with allapplicable PWS references.  In compliance with Para 6.4.2.1, the contractor shall ensure Data-at-Rest isrequired on all portable electronic devices including storage of all types.  Encryption/digital signing ofcommunications is required for authentication and non-repudiation.  The contractor shall followminimum standard in SECNAV M-5510-36 for classifying, safeguarding, transmitting, and destroyingclassified information. 9.0             GOVERNMENT FURNISHED INFORMATION (GFI) Government Furnished Information (GFI) is Government owned intellectual property provided tocontractors for performance on a contract.  For the purposes of this contract, GFI includes manuals,technical specifications, maps, building designs, schedules, drawings, test data, etc.  Depending oninformation contained in a document, the contractor shall comply with additional controls (e.g.,completion of a Non-Disclosure Agreements, etc.) for access and distribution. GFI is not anticipated on this contract. 10.0           GOVERNMENT PROPERTY As defined in FAR Part 45, Government property is property owned or leased by the Government whichincludes Government-furnished property (GFP) and Contractor-acquired property (CAP).  Governmentproperty is material, equipment, special tooling, special test equipment, and real property. GFP will not be provided and CAP is not anticipated on this contract. NOTE: Navy and non-navy computers will be assigned to a contractor.  Prior to a computer beingremoved from a Government facility, the contractor employee shall possess at all times a Property Pass(OF-7) with each asset that will be authorized and signed by the COR or other authorized Governmentpersonnel.  Although the computer assets are not tracked as GFP, the contractor shall separately track and

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 18 of 33

 FINAL 

Page 21: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

report all computer assets assigned to all contractor employees for use on this contract.  For reportingpurposes, the contractor shall include a list of computer assets assigned to this contract/contract in theCSR (CDRL A001).  10.1           GOVERNMENT-FURNISHED PROPERTY (GFP) As defined in FAR Part 45, GFP is property in the possession of, or directly acquired by, the Governmentand subsequently furnished to the contractor for performance of a contract.  GFP includes spares andproperty furnished for repair, maintenance, overhaul, or modification. GFP includes Government-furnished equipment (GFE), Government-furnished material (GFM), Special Tooling (ST) and SpecialTest Equipment (STE).  GFP will not be provided on this contract. 10.2           CONTRACTOR-ACQUIRED PROPERTY (CAP) As defined in FAR Part 45, CAP is property acquired, fabricated, or otherwise provided by the contractorfor performing a contract and to which the Government has title but has not yet performed receipt andacceptance.  CAP consists of Contractor-acquired equipment (CAE), Contractor-acquired material (CAM),ST, and STE.  CAP is not anticipated on this contract. 

10.3           TRANSPORTATION OF EQUIPMENT/MATERIAL

 No transportation of equipment/material is required by the contractor on this contract.

 

11.0           TRAVEL No travel requirements are anticipated under this contract. 12.0           SAFETY ISSUES 12.1 OCCUPATIONAL SAFETY AND HEALTH REQUIREMENTS The contractor shall be responsible for ensuring the safety of all company employees, other workingpersonnel, and Government property.  The contractor is solely responsible for compliance with theOccupational Safety and Health Act (OSHA) (Public Law 91-596) and the resulting applicable standards,OSHA Standard 29 CFR 1910 (general), 1915 (shipboard/submarine) and 1926 (shore), and for theprotection, safety and health of their employees and any subcontractors assigned to the contracts. Without Government assistance, the contractor shall make certain that all safety requirements are met,safety equipment is provided, and safety procedures are documented as part of their quality managementsystem.  If performing within Government facilities, contractor shall immediately report any accidentsinvolving Government or contractor personnel injuries or property/equipment damage to the ContractingOfficer and COR.  Additionally, the contractor is responsible for securing the scene and impoundingevidence/wreckage until released by the COR or on-site Government representative. 12.2           SAFETY EQUIPMENT The government shall provide any safety equipment required to perform work under this contract and the

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 19 of 33

 FINAL 

Page 22: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

equipment must be in satisfactory working order.  Personal safety equipment includes items such ashard-hats, safety shoes, safety gloves, goggles, hearing protection, non-flammable clothing for hot workpersonnel, gas/oxygen detectors for confined spaces, face shields, and other types of safety equipmentrequired to assure a safe work environment and compliance with applicable federal, state and local safetyregulations. 12.3           SAFETY TRAINING The contractor shall be responsible to train all personnel that require safety training.  Specifically, wherecontractors are performing work at Navy shore installations, that requires entering manholes orunderground services utility the contractor shall provide a qualified person as applicable in 29 CFR 1910or 29 CFR 1926 or as recommended by the National Institute for Occupational Safety and Health(NIOSH) Criteria Document for Confined Spaces.  Also, when contractors are required to scale a tower,all applicable personnel shall have Secondary Fall Protection and Prevention training. 

13.0           SUBCONTRACTING REQUIREMENTS

 

13.1           APPROVED SUBCONTRACTORS

 

In accordance with FAR clause 52.244-2, prior to a prime contractor utilizing asubcontractor, the subcontractor is required to be approved by the ContractingOfficer at the basic contract.  As a team member, the subcontractor may beproposed on any upcoming contract competition but is not automatically approvedfor use on any pre-existing contract.  After contract award, the prime contractorshall submit a written request to the Contracting Officer requesting approval to addany new subcontractors.

 

14.0           ACCEPTANCE PLAN

 

Inspection and acceptance is performed by the COR on all services, data, andnon-data deliverables in accordance with the QASP, Attachment 3.

 

15.0           OTHER CONDITIONS/REQUIREMENTS

 

15.1           FUNDING ALLOCATION 

 

This contract is funded with multiple appropriations with various Accounting Classification ReferenceNumbers (ACRNs) which may or may not cross multiple contract performance years.  Depending on theservices performed and the applicable timeframe, the contractor shall invoice cost in accordance withSection B, Section C, and Section G of the contract award.  Unless otherwise advised, the contractor shall

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 20 of 33

 FINAL 

Page 23: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

itemize all summary of work and financial information in the CS CDRL by each funding CLIN.  The abilityof the contractor to perform adequate billing and accounting will be reflected in the contractor’s annualGovernment CPAR rating. 16.0           APPLICABLE DOCUMENTS (AND DEFINITIONS) The contractor shall ensure all work accomplished utilizes the latest, relevant industry practices andstandards when applicable unless otherwise indicated by text.  In accordance with Defense AcquisitionPolicy, maximum utilization of non-Government standards will be made wherever practical.  16.1           REQUIRED DOCUMENTS The contractor shall utilize the following mandatory documents in support of this contract.  The documentsreferenced in this section list the minimum version dates; however, the contractor shall meet requirements for anyreferenced document including subsequent updates applicable at time the contract request for proposal is posted.

   Document Number Title

a. DoD 5200.2-RDoD Regulation – Personnel Security Programdtd Jan 87 (and subsequent revisions)

b. DoDD 5205.02EDoD Directive – Operations Security (OPSEC)Program dtd 20 Jun 12

c. DoD 5220.22-MDoD Manual – National Industrial SecurityProgram Operating Manual (NISPOM) dtd 28Feb 06

d. DoDI 5220.22DoD Instruction – National Industrial SecurityProgram (NISP) dtd 18 Mar 11

e. DoDI 6205.4DoD Instruction – Immunization of Other ThanU.S. Forces (OTUSF) for Biological WarfareDefense dtd 14 Apr 00

f. DoDI 8500.01 DoD Instruction – Cybersecurity dtd 14 Mar 14

g. DoD 8570.01-M

DoD Manual – Information AssuranceWorkforce Improvement Program dtd 19 Dec05 with Change 3 dtd 24 Jan 12 and Change 4dtd 10 Nov 15 (and subsequent revisions)

h. SECNAV M-5510.30Secretary of the Navy Manual – DoNPersonnel Security Program dtd Jun 2006

i. SPAWARINST 3432.1Space and Naval Warfare Instruction –Operations Security (OPSEC) Policy dtd 2 Feb05

j. SPAWARINST 4440.12A

Space and Naval Warfare Instruction –Management of Operating Materials andSupplies (OM&S), Government FurnishedProperty (GFP), and Inventory

k. SPAWARSYSCENLANTINST3070.1B

Space and Naval Warfare Systems CenterAtlantic Instruction – Operations SecurityPolicy dtd 20 Jan 17

l. SPAWARSYSCENLANTINST12910.1B

Space and Naval Warfare Systems CenterAtlantic Instruction – Deployment ofGovernment and Contractor Personnel Outsidethe Continental Unlisted States dtd 23 Aug 16

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 21 of 33

 FINAL 

Page 24: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

  Document Number Title

m. Privacy Act of 1974United States federal law, Pub.L. 93–579, 88Stat. 1896, dtd December 31, 1974, 5 U.S.C. §552a

o. ICD 705Intelligence Community Directive 705:Sensitive Compartmented InformationFacilities

 16.2           GUIDANCE DOCUMENTS The contractor shall utilize the following guidance documents in support of this contract.  Thedocuments referenced in this section list the minimum version dates; however, the document’s effectivedate of issue is the contract’s request for proposal issue date. 

  Document Number Title

a. MIL-HDBK-61A Configuration Management

b. MIL-STD-130NDoD Standard Practice – Identification Marking ofUS Military Property

c. DoDM 1000.13-V1 DoD Manual – DoD Identification Cards: ID cardLife-Cycle, Volume 1, dtd 23 Jan 14

d. DoDI 3020.41 DoD Instruction – Operational Contract Support(OCS) dtd 20 Dec 10

e. DoDI 4161.02 DoD Instruction – Accountability and Managementof Government Contract Property dtd 27 Apr 12

f. DoDD 5000.01DoD Directive – The Defense AcquisitionSystem

g. DoDI 5000.02DoD Instruction – Operation of the DefenseAcquisition System

h. HSPD-12Homeland Security Presidential Directive – Policyfor a Common Identification Standard for FederalEmployees and Contractors dtd 27 Aug 04

i. FIPS PUB 201-2

Federal Information Processing StandardsPublication 201-2 – Personal Identity Verification(PIV) of Federal Employees and Contractors,August 2013

j. Form I-9, OMB No.115-0136

US Department of Justice, Immigration andNaturalization Services, Form I-9, OMB No.115-0136 – Employment Eligibility Verification

k. N/ASPAWARSYSCEN Atlantic Contractor Check-inportal – https://wiki.spawar.navy.mil/confluence/display/SSCACOG/Contractor+Checkin

l. N/A DoD Foreign Clearance Guide –https://www.fcg.pentagon.mil/fcg.cfm  

 16.3           SOURCE OF DOCUMENTS The contractor shall obtain all applicable documents necessary for performance on this contract.  Manydocuments are available from online sources.  Specifications and commercial/industrial documents maybe obtained from the following sources: Copies of Federal Specifications may be obtained from General Services Administration Offices in

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 22 of 33

 FINAL 

Page 25: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

Washington, DC, Seattle, San Francisco, Denver, Kansas City, MO., Chicago, Atlanta, New York,Boston, Dallas and Los Angeles. Copies of military specifications may be obtained from the Commanding Officer, Naval Supply Depot,3801 Tabor Avenue, Philadelphia, PA 19120-5099.  Application for copies of other Military Documentsshould be addressed to Commanding Officer, Naval Publications and Forms Center, 5801 Tabor Ave.,Philadelphia, PA 19120-5099. All other commercial and industrial documents can be obtained through the respective organization’swebsite.

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 23 of 33

 FINAL 

Page 26: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

SECTION D PACKAGING AND MARKING

All Deliverables shall be packaged and marked IAW Best Commercial Practice.

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 24 of 33

 FINAL 

Page 27: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

SECTION E INSPECTION AND ACCEPTANCE

INSPECTION AND ACCEPTANCE TERMSSupplies/services will be inspected/accepted at:

Destination by Government

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 25 of 33

 FINAL 

Page 28: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

SECTION F DELIVERABLES OR PERFORMANCE

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

   

8000 12/22/2017 - 12/21/2018

8001 12/22/2017 - 12/21/2018

8002 12/22/2017 - 12/21/2018

8003 12/22/2017 - 12/21/2018

CLIN - DELIVERIES OR PERFORMANCE

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

   

8000 12/22/2017 - 12/21/2018

8001 12/22/2017 - 12/21/2018

8002 12/22/2017 - 12/21/2018

8003 12/22/2017 - 12/21/2018

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

   

8100 12/22/2018 - 12/21/2019

8101 12/22/2018 - 12/21/2019

8102 12/22/2018 - 12/21/2019

8103 12/22/2018 - 12/21/2019

8200 12/22/2019 - 12/21/2020

8201 12/22/2019 - 12/21/2020

8202 12/22/2019 - 12/21/2020

8203 12/22/2019 - 12/21/2020

8300 12/22/2020 - 12/21/2021

8301 12/22/2020 - 12/21/2021

8302 12/21/2020 - 12/20/2021

8303 12/22/2020 - 12/21/2021

8400 12/22/2021 - 12/21/2022

8401 12/22/2021 - 12/21/2022

8402 12/22/2021 - 12/21/2022

8403 12/22/2021 - 12/21/2022

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 26 of 33

 FINAL 

Page 29: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

SECTION G CONTRACT ADMINISTRATION DATA

The SPAWAR Atlantic Ombudsman is Steve Harnig, (843) 218-4560. CLAUSES INCORPORATED BY FULL TEXT 252.204-0002 Line Item Specific:  Sequential ACRN Order.  (SEP 2009)

The payment office shall make payment in sequential ACRN order within the line item, exhausting all funds in theprevious ACRN before paying from the next ACRN using the following sequential order: Alpha/Alpha; Alpha/numeric;numeric/alpha; and numeric/numeric.

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012)(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 AreaWorkFlow (WAWF).

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

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

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

 (1) Have a designated electronic business point of contact in the Central Contractor Registration athttps://www.acquisition.gov; and

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

 (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based TrainingCourse and use the Practice Training Site before submitting payment requests through WAWF. Both can beaccessed 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 DataInterchange, or File Transfer Protocol.

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

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

 COMBO

 

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 27 of 33

 FINAL 

Page 30: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

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

 N65236

 (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill inapplicable 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 HQ0338

Issue By DoDAAC N65236

Admin DoDAAC S2404A

Inspect By DoDAAC N65236

Ship To Code N65236

Ship From Code N/A

Mark For Code N/A

Service Approver (DoDAAC) N65236

Service Acceptor (DoDAAC) N65236

Accept at Other DoDAAC N/A

LPO DoDAAC N/A

DCAA Auditor DoDAAC HAA820

Other DoDAAC(s) N/A

  (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includesappropriate contract line item and subline item descriptions of the work performed or supplies delivered, unitprice/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.

 (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``SendAdditional Email Notifications'' field of WAWF once a document is submitted in the system.

 Send Additional Email Notification(s) to:Name Email Phone RoleCatherine D. Pittman denise [email protected] COMM +49 0 711 729 5493 COR

Same as above Same as above Same as above ReceiverSame as above Same as above Same as above Acceptor

 (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 28 of 33

 FINAL 

Page 31: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

following contracting activity's WAWF point of contact.

 Ms. Laverne Brown, E-MAIL: [email protected]

 (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. 5252.201-9201 DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE (MAR 2006)(a) The Contracting Officer hereby appoints the following individual as Contracting Officer’s Representative(s)(COR) for this contract/order: CONTRACTING OFFICER REPRESENTATIVEName:                   Catherine D. PittmanCode:                    4314GAddress:               SPAWARSYSCEN Europe - StuttgartPhone Number:    DSN 314-421-5493  COMM +49 0 711 729 5493E-mail:               [email protected] (b) It is emphasized that only the Contracting Officer has the authority to modify the terms of the contract,therefore, in no event will any understanding agreement, modification, change order, or other matter deviatingfrom the terms of the basic contract between the Contractor and any other person be effective or binding on theGovernment. When/If, in the opinion of the Contractor, an effort outside the existing scope of the contract isrequested, the Contractor shall promptly notify the PCO in writing. No action shall be taken by the Contractorunless the Procuring Contracting Officer (PCO) or the Administrative Contracting Officer (ACO) has issued acontractual change.  LIMITATION OF LIABILITY – INCREMENTAL FUNDING (89 JUL) This delivery order is incrementally funded and the amount currently available for payment hereunder is limited to$219,447.75.  It is estimated that these funds will cover the cost of performance through 30 SEP 2018.   Subjectto the provision of the clause entitled “Limitation of Funds” (FAR 52.232-22) of the general provisions of thiscontract, no legal liability on the part of the Government for payment in excess of $219,447.75 shall arise unlessadditional funds are made available and are incorporated as a modification to the delivery order. FFP                                       Total Funded                      Un-FundedTotal Order NTE*                Funded Amount                  Amount$226.714.53                         $219,447.75                      $7,266.78

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------8000 130065088100003 31779.10  LLA : AA 97X4930 NH3S 251 77777 0 050120 2F 000000 A00004330320 Standard Number: MIPR 11066097 NWA 100001287994-0160  8001 130065088100004 31779.10  LLA : AB 97X4930 NH3S 251 77777 0 050120 2F 000000 A10004330320 Standard Number: MIPR 11034116 NWA 100001274620-0110  8002 130065088100005 15889.55  

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 29 of 33

 FINAL 

Page 32: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

LLA : AC 97X4930 NH3S 251 77777 0 050120 2F 000000 A20004330320 Standard Number: MIPR 11060473 NWA 100001284423-0130  800301 130065088100006 140000.00  LLA : AD 97X4930 NH3S 251 77777 0 050120 2F 000000 A30004330320 ACRN AD: LABOR FOR PWS PR: 1300650881-0002 FUNDING DOC: NW/BS#S: 300000121299-0020 COST CODE: A30004330320   BASE Funding 219447.75 Cumulative Funding 219447.75 

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 30 of 33

 FINAL 

Page 33: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

SECTION H SPECIAL CONTRACT REQUIREMENTS

 252.209-9206 EMPLOYMENT OF NAVY PERSONNEL RESTRICTED (DEC 1999) In performing this contract, the Contractor will not use as a consultant or employ (on either a full or part-timebasis) any active duty Navy personnel (civilian or military) without the prior approval of the Contracting Officer. Such approval may be given only in circumstances where it is clear that no law and no DOD or Navy instructions,regulations, or policies might possibly be contravened and no appearance of a conflict of interest will result. 5252.204-9202    CONTRACTOR PICTURE BADGE (JUL 2013) (a) A contractor picture badge may be issued to contractor personnel by the SPAWARSYSCEN Atlantic SecurityOffice upon receipt of a valid visit request from the Contractor and a picture badge request from the COR. A listof personnel requiring picture badges must be provided to the COR to verify that the contract or delivery/taskorder authorizes performance at SPAWARSYSCEN Atlantic prior to completion of the picture badge request. (b) The contractor assumes full responsibility for the proper use of the identification badge and shall beresponsible for the return of the badge upon termination of personnel or expiration or completion of the contract. (c) At the completion of the contract, the contractor shall forward to SPAWARSYSCEN Atlantic Security Office alist of all unreturned badges with a written explanation of any missing badges. 5252.237-9602    CONTRACTOR IDENTIFICATION (MAY 2004) (a) Contractor employees must be clearly identifiable while on Government property by wearing appropriatebadges. (b) Contractor personnel and their subcontractors must identify themselves as contractors or subcontractors duringmeetings, telephone conversations, in electronic messages, or correspondence related to this contract. (c) Contractor-occupied facilities (on Department of the Navy or other Government installations) such as offices,separate rooms, or cubicles must be clearly identified with Contractor supplied signs, name plates or otheridentification, showing that these are work areas for Contractor or subcontractor personnel.

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 31 of 33

 FINAL 

Page 34: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

SECTION I CONTRACT CLAUSES

CLAUSES INCORPORATED BY REFERENCE  REFERENCE CLAUSE TITLE & DATE 52.228-3              Worker’s Compensation Insurance (Defense Base Act) (JUL 2014)252.204-7000      Disclosure of Information (AUG 2013)252.232-7003      Electronic Submission of Payment Requests (JUN 2012)

09RA 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2008)

 (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days priorto completion of the base period; provided that the Government gives the Contractor a preliminary written noticeof its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit theGovernment to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed fiveyears.

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 32 of 33

 FINAL 

Page 35: ORDER FOR SUPPLIES OR SERVICES (FINAL)For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8200 J058 OPTION YEAR 2 SPAWAR EUROPE WAREHOUSE SUPPORT PWS PARAGRAPH'S

SECTION J LIST OF ATTACHMENTS

Attachment 1- QASP

 CONTRACT NO. N00178-14-D-7810

 DELIVERY ORDER NO. N6523618F3027

 PAGE 33 of 33

 FINAL