46
1. CONTRACT NO. N00178-11-D-6433 2. DELIVERY ORDER NO. EHP5 3. EFFECTIVE DATE 2015 Sep 25 4. PURCH REQUEST NO. 14-NR-55022 5. PRIORITY DO-C9 6. ISSUED BY CODE N65540 7. ADMINISTERED BY CODE S2404A 8. DELIVERY FOB NSWC, CARDEROCK DIVISION, PHILADELPHIA NAVSSES Philadelphia PA 19112-1403 John M Woodland/3351 215-897-7767 Ext. 7767 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1LT84 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS AMSEC LLC 2829 Guardian Lane Virginia Beach VA 23452 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. AMSEC LLC _____________________________________ _____________________________________ ______________________________________________ ____________________________ 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 26. DIFFERENCES BY: /s/John L Striano 09/25/2015 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 4

ORDER FOR SUPPLIES OR SERVICES (FINAL)tsd.huntingtoningalls.com/.../2016/09/2015-9-25-NSWCCD-EHP5.pdf · 1. contract no. n00178-11-d-6433 2. delivery order no. ehp5 3. effective date

  • Upload
    vandiep

  • View
    218

  • Download
    2

Embed Size (px)

Citation preview

1. CONTRACT NO.

N00178-11-D-64332. DELIVERY ORDER NO.

EHP53. EFFECTIVE DATE

2015 Sep 254. PURCH REQUEST NO.

14-NR-550225. PRIORITY

DO-C96. ISSUED BY CODEN65540 7. ADMINISTERED BY CODE S2404A 8. DELIVERY FOB

NSWC, CARDEROCK DIVISION, PHILADELPHIANAVSSESPhiladelphia PA 19112-1403John M Woodland/3351215-897-7767 Ext. 7767

DCMA Manassas14501 George Carter WayChantilly VA 20151

  DESTINATION

  OTHER

 (See Schedule if other)

9. CONTRACTOR CODE1LT84 FACILITY 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X IF BUSINESS IS

AMSEC LLC2829 Guardian LaneVirginia Beach VA 23452

   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.

 AMSEC LLC     

  

_____________________________________ _____________________________________ ______________________________________________ ____________________________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 is sameas quantity ordered, indicate by X. If different,enter actual quantity accepted below quantityordered and encircle.

24. UNITED STATES OF AMERICA 25. TOTAL

26.DIFFERENCES

 

BY: /s/John L Striano        09/25/2015CONTRACTING/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

4

GENERAL INFORMATION

1.  Incremental funding in the amount of  is hereby added to award this task order. As a result, the total amount of funding obligated and available for payment under this order is

.  It is estimated the funding under this order will cover the cost of performancethrough 31 December 2015.  In accordance with contract clause 52.232-22, the Government is notobligated to reimburse the contractor for any costs incurred in excess of unlessadditional funds are made available and obligated under this order in a subsequent modification.

A conformed copy of this task order is attached to this modification for informational purposes only.

2.  The total amount of funds obligated to the task is hereby increased by

3.  Section B and G are revised to add the following:

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

                   

                   

                   

                   

4.  The total value of the order is hereby increased from .

5.  For this modification, Sections B and G, clause entitled "SEA 5252.232-9104 ALLOTMENT OFFUNDS (MAY 1993)" are revised to read as follows:

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

6.  The Accounting and Appropriation Data added to Section G is as follows:

                                                         

  

  

                                                           

  

  

                                                           

  

 

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 2 of 4 FINAL

 

  

                                                            

  

   

  

7.  The end of this task order performance remains unchanged at 03 April 2020, if all options areexercised.

8.  The contractor is not authorized to start performance associated with the funding cited aboveuntil the Contracting Officer and Contracting Officer's Representative receives a signed copy of alltechnical instruction letters (TIs) from the contractor.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 3 of 4 FINAL

 

END OF TASK ORDER INFORMATION

NOTE:  As the ordering period of the basic SeaPort contracts are scheduled to expire on04/04/2019, performance under any resultant task order will not extend beyond 04/03/2020.Based on the date of award, the final option period under the resultant task order may,therefore, be exercised for a period less than a full year, as appropriate."

 

 

 

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 4 of 4 FINAL

 

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

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 1 of 42 FINAL

 

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

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

 

This is a competitive procurement. If the solicitation should result in a single offer, the Government reserves the right to re-solicit this procurement inorder to enhance competition. 

Note 1: If fee is included in the pass through rate for subcontractor labor costs, the prime contractor is requested toidentify what percentage of the pass through costs is considered fee in their cost proposal. The maximum labor passthrough rate (which includes any prime contractor fee applied to subcontractor labor costs) shall not exceed 8%. Note 2: The Subcontractors' proposed fee cannot be higher than the Prime Contractor's proposed fee. 

LEVEL OF EFFORT

The level of effort for the performance of this contract is based upon anticipated total estimated level of effort of  man-hours, of direct labor.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 2 of 42 FINAL

 

The estimated composition of direct labor can be found in the chart below:

Labor Category Hours (BasePeriod)

Hours            (1st Option Year)

Hours           (2nd OptionYear)

Hours           (3rd OptionYear)

Hours           (4th OptionYear)

Total

Program Manager *

TDKM Support Specialist *

Senior Programmer (SGML/XML Expert) *

Senior Programmer (SGML/XML Expert)(Overtime) *

NAVLOGTD TM Project Coordinator *

Senior Logistics Engineer *

Content Management System Support *

Content Management System Support (Overtime) *

Senior Technical Writer *

Senior Technical Writer (Overtime) *

Senior Training Development Specialist *

Senior Systems Analyst

Senior Engineer

Senior Engineer (Overtime)

Senior Engineering Technician

Senior Engineering Technician (Overtime)

Training Development Specialist

Multimedia Specialist

Project Lead

Systems Analyst

Programmer 

Programmer  (Overtime)

Engineering Technician

Engineering Technician (Overtime)

Technical Writer

Technical Writer (Overtime)

Logistician

Logistician (Overtime)

CAD/CAM Operator/Technical Illustrator

Quality Assurance Specialist

Engineering Aide

Engineering Aide (Overtime)

Data Entry/Typist

Total Direct Labor

  *Denotes Key Personnel

It is noted that your proposal submission shall include a completed "Direct Labor Substantiation" Table with attached supporting documentation asapplicable. A sample table has been included as an attachment to the RFP.

Offerors are to propose on the labor categories and hour estimates provided as the Level of Effort. Offerors whopropose other than what is specified may be considered non-responsive.

PAYMENT OF FEE

(a) The Government shall make payments to the Contractor, subject to and in accordance with the clause contained in the base IDIQ contract entitled"HQ B-2-0015 Payments of Fee (Level of Effort)"(NAVSEA)(MAY 1993). Such payments shall be equal t the allowable cost of each invoicesubmitted by the payable to the Contractor for pursuant to the clause of the base IDIQ entitled "Allowable Cost and Payment", FAR 52.216-7, Total

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 3 of 42 FINAL

 

fees paid to the Contractor for performance of work under this task order shall not exceed the fee amount set for in the task order.

(b) In the event of discontinuance of the work under this task order is in accordance with the clause of the IDIQ contract entitled "Limitation ofFunds", FAR 52.232-22 or "Limitation of Cost", FAR 52.232-20, as applicable, the fee shall be equitably adjusted by mutual agreement to reflect thediminution of work. If the adjusted fee is less than the sum of all fee payments made to the contractor under this task order, the Contractor shall repaythe excess amount to the Government. If the adjusted fee exceeds all payments made to the Contractor under this task order, the Government shall berequired to pay the Contractor any amount in excess of the funds obligated.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 4 of 42 FINAL

 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

STATEMENT OF WORK

 

1.0        BACKGROUND:

This statement of work establishes the level of effort required for providing:  Standard NAVSEAIntegrated Publishing Process (SNIPP) support; technical manual (TM) development, maintenance,and delivery support; logistics engineering support; Planned Maintenance System (PMS)/TechnicalFeedback Reports (TFBRs) support; supply, logistics processes, provisioning and configuration statusaccounting support, Integrated Logistics Support certifications support; and training/curriculumdevelopment support related to Integrated Logistics Support services for Hull, Mechanical andElectrical (HM&E) technical data development, maintenance, management and associated processsupport. 

2.0        SCOPE:

The objective of this statement of work is to have the contractor provide: technical data systemsdevelopment, maintenance and infrastructure support; support of joint logistics products andprocesses; design, development, testing and fielding support for joint technical data integrationefforts; technical data packages and other data support; technical data conversion; distribution oftechnical data; and management of technical data.  The contractor shall furnish services andproducts in support of the following areas:

2.1       Standard NAVSEA Integrated Publishing Process (SNIPP) Support

2.2       Technical Manual (TM) Development, Life Cycle Maintenance, and Delivery Support

2.3       Logistics Engineering Support

2.4       Planned Maintenance System (PMS)/Technical Feedback Reports (TFBRs) Support

2.5       Provisioning and Configuration Status Accounting (CSA)

2.6       Logistics Process Advocate (LPA) Programmatic, Process Analysis, Systems Engineering and             Acquisition Logistics Support          

2.7       Training/Curriculum Development Support

3.0      REFERENCES: (Available via CD upon request)

           *Note:  Offeror will use the most recent version of the Instruction.

(a)    NAVSEAINST 4160.3, Technical Manual Management Program (TMMP)

(b)    MIL-DTL-24784 Manuals, Technical: General Acquisition and Development Requirements

(c)    S1000D, International Specification for Technical Publications Utilizing a Common SourceData Base

(d)    MIL-DTL-81927 Manuals, Technical: General Style and Format Of (Work Package Concept)

(e)    MIL-STD-38784, Standard Practice for Manuals, Technical: General Style and Format

(f)    MIL-PRF-87269 Data Base, Revisable - Interactive Electronic Technical Manuals

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 5 of 42 FINAL

 

(g)    DoD Instruction 8510.01, DoD Information Assurance Certification and Accreditation Process (DIACAP) of 28Nov 07

(h)    NAVSEA letter 9086, Ser 04L3/039, Subj: ETM/IETM CD-ROM Management and Testing,dated 23 July 1999

(i)     ATIS Compatibility Testing Procedures, IETM Development 1.0, Feb 2007

(j)     National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M, datedFebruary 28, 2006

(k)    S0005-AA-PRO-010/TMMP, NAVSEA/SPAWAR TMMP Operations and Life CycleSupport Procedures

(l)     S0005-AA-GYD-030, Guide for User Maintenance of NAVSEA Technical Manuals

(m)   S0005-AA-GYD-070, Guide for Quality Assurance of NAVSEA Technical Manuals

(n)    S0300-AX-GYD-010, Hull, Mechanical and Electrical Equipment/Systems Technical Manual Productionand Style Guide

(o)    Technical Manual Contract Requirement (TMCR), NDMS 050065-000, Permanent Changes to HM &E Equipment Manuals

(p)    Technical Manual Contract Requirement (TMCR), NDMS 050066-000, New Manualor Complete Revision of HM & E            Equipment Technical Manual

(r)    Navy XML/SGML Repository, (http://www.navsea.navy.mil/nswc/carderock/tecinfsys/xml-sgm-rep/index.html)

(s)    MIL-STD-1629A, Procedures for Performing a Failure Mode Effects and Criticality Analysis (cancelled – usefor guidance only)

(u)    MIL-P-24534A, Planned Maintenance System: Development of Maintenance RequirementCards, Maintenance Index Pages,            and Associated Documentation

(v)    MIL-STD-3034, Reliability-Centered Maintenance (RCM) Process

(w)   S9081-AB-GIB-010, Reliability-Centered Maintenance (RCM) Handbook

(x)    MIL-PRF-49506  -  Logistic Management Information (LMI) 

(y)    NAVSEA Technical Specification 9090-1500 (series) Provisioning Allowance, and Fitting Out Support(PAFOS) dated 8 January 2003

(z)    NAVICP Internal Instruction 4441 .170A - COSAL Use and Maintenance Manual             

(aa)  SL720-AA-MAN-030  -  Surface Ship and Carriers Entitled Process for Modernization, Maintenance,& Operations Manual        

(bb)  NAVSEA Technical Specification 9090-700, Ship Configuration and Logistic Support Information Systemdated July 2005

(cc)  Naval Sea Logistic Center - Integrated Logistic Support (ILS) Desk Guide Version 2.0.5

(dd)  PQS Manager’s Guide 43100-2C

(ee)  OPNAVINST 1500.76C, Naval Training Systems Requirements, Acquisition, and

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 6 of 42 FINAL

 

Management, 14 Aug 2013

(ii)    NAVEDTRA 130A, Task Based Curriculum Development Manual

(jj)   NAVEDTRA 131A, Personnel Performance Profile Curriculum Development Manual

(kk)   OPNAV Instruction 5239.1C, Navy Information Assurance (IA) Program of 20Aug2008

(ll)    DoD Instruction 8500.2 Information Assurance (IA) Implementation of 06Fb2003

(mm) DoD Directive 8570.01, Information Assurance Training, Certification, and Workforce Managementof 15Aug2004

(nn)  DoD 8570.01-M, Information Assurance Workforce Improvement Program of 19Dec2005

(oo)  OPNAVINST N9210.3, Safeguarding of Naval Nuclear Propulsion Information (NNPI) of 7Jun 2010

(pp)  NAVEDTRA 136, Integrated Learning Environment Course Development andLife-Cycle Maintenance Manual

(qq)  NAVEDTRA 137, Job Duty Task Analysis Management Manual

4.0      PERFORMANCE REQUIREMENTS:

4.1      The contractor shall provide technical support services in the following areas:

4.1.1   Standard NAVSEA Integrated Publishing Process (SNIPP) Support

Provide support for all aspects of SNIPP, including support for the implementation, integration andautomation of various SNIPP components such as the Navy Publishing Application (NPA), TDKM,Contenta, ATIS, NETL, SMART-T, and TDMIS, both in the NIPRNET and SIPRNET environments.

4.1.1.1  SNIPP Acquisition, Management, and Standards Implementation Support

Provide support for the development and update of policies and instructions related to SNIPP, suchas, but not limited to, NAVSEAINST 4160.3, reference (a).  Provide software development andintegration services for new software components supporting SNIPP technical manual acquisition,such as, but not limited to, SMART-T and TDMIS.

Provide support for the development and further refinement of Department of Navy (DoN) andNAVSEA S1000D Business Rules, and NAVSEA S1000D Content Information Sets.  Evaluate andapply MIL-DTL-24784C requirements as per reference (b), along with DoN, NAVSEA, and TMMAS1000D business rules, and NAVSEA S1000D Content Information Sets for developing andconverting NAVSEA IETMs to S1000D format utilizing SNIPP.  Assess the suitability of trainingrequirements in the S1000D standard, reference (c), to support technical training products and theintegration of S1000D data modules and training.  Provide support for development andmaintenance of Navy IETM specifications and standards, including, but not limited to, references(b), (c), (d), (e), and (f), in support of SNIPP.

Provide member support to the SNIPP/TDKM Configuration Control Board (CCB).  Provide SNIPP-related presentation/briefing development and delivery support at TMMA Conferences and similarforums.

4.1.1.2  SNIPP Content Development Support

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 7 of 42 FINAL

 

4.1.1.2.1  Network (NAVLOGTD)/Navy Publishing Application (NPA) Support

Provide troubleshooting and support for the NAVLOGTD data repository and associated NPAprocesses.  Provide support for system upgrades/design for the next generation of NAVLOGTD andNPA system to meet the DoD goal of reducing the overall number of servers and supportingequipment. Provide hardware installation and software integration support for the NAVLOGTD andNPA.  Provide support for the implementation of a SIPRNET Contenta and other supportingcomponents of the NAVLOGTD and NPA.

4.1.1.2.2  Navy Publishing Application (NPA) and TM Conversion Support

Provide expert technical support for the maintenance and enhancement of the NPA for authoringand publishing capabilities related to Navy technical manuals (TMs), Planned Maintenance System(PMS), and the Engineering Operational Sequencing System (EOSS) documentation. 

Provide for the conversion for Standard Generalized Markup Language (SGML) content toExtensible Markup Language (XML) content; modify XML Professional Publisher (XPP) scripts toprovide similar outputs from XML (XSLT’s); test and validate software enhancements to the NPA.  Maintain, update, and enhance the NPA based on user input and evolving requirements to provideadditional capabilities to the user community.  Specific efforts include: merge in new technical datatypes requiring customizations of DTDs; provide upload WEB capability for PMS data; custom tools;system maintenance/upgrades, including new hardware and software and supporting infrastructure;and training new users. 

Extend NPA capabilities to more closely integrate with the TDKM architecture and functionality.

Streamline and enhance the NPA NAVSEAC2 publishing module in support of MIL-DTL-24784Crequirements.  Extend NPA to include MIL-DTL-24784C publishing module.  Maintain, update, andenhance the NPA to support current and future updates of the S1000D specification.  Furtherdevelop technical data content models for NAVSEA TMs.

Analyze and apply emerging/advanced methods and approaches for converting and validatinglegacy IETMs from other proprietary formats such as, but not limited to, AIMSS.  Provide conversionservices to MIL-DTL-24784C, reference (b), and S1000D, reference (c), for delivery to SNIPP. Identify technical issues and provide recommendations for improvements to future conversionefforts. Develop common approach to develop, deliver and maintain emerging vector graphiccapabilities, (i.e., Computer Graphics Metafile (CGM), Scalable Vector Graphics (SVG),) intoNAVSEA TMs and IETMs.

4.1.1.3  Technical Data Distribution and Fleet Support

4.1.1.3.1  Technical Data Knowledge Management (TDKM) Support

Provide technical services to support the further integration of the Technical Data KnowledgeManagement (TDKM) system and the NPA with the Standard NAVSEA Integrated PublishingProcess (SNIPP).

Provide support for the design, development and enhancement of existing and future versions ofTDKM utilizing industry-certified software development life cycle approaches.  Develop newgenerations of TDKM to meet the goal of life-cycle cost reduction in annual maintenance,information assurance posturem fleet support and performance improvements. Provide support forthe evaluation, acquisition, integration, installation and support of new software and hardwareassociated with TDKM infrastructure on the NIPRNET, NNPP NET, and SIPRNET.

Provide support for the acquisition and maintenance of TDKM commercial off-the-shelf (COTS)enterprise licenses.  Provide support in the acquisition and maintenance of archival services for

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 8 of 42 FINAL

 

TDKM commercial off-the-shelf (COTS) software.  Provide support for DIACAP, reference (g), processin the certification and accreditation of TDKM in shore-based systems.  Provide support for the ‘JoinNIAPS’ process in the continued certification and accreditation of TDKM and the NAVSEA Viewerin shipboard systems.

Provide support for the development, testing, installation and training of need-to-know controlswithin the TDKM architecture.  Provide TDKM client and server certificate mapping throughout theentire TDKM shore infrastructure for all Navy supported operating systems. Extend the functionalityof the TDKM system to provide a common interface for external shipboard applications to accessthe system. 

Provide support for TDKM synchronization and compatibility with S1000D TMs. Providedevelopment and support for fleet integration of S1000D viewing products, such as the NAVSEAViewer.  Design, develop, and implement upgraded TDKM software to support the delivery andviewing of engineering drawings.

4.1.1.3.2  Technical Data Knowledge Management (TDKM) Fleet Support

Provide support for installation, testing, integration, and maintenance for TDKM as an operationalcomponent of NIAPS/Distance Support and NTDPS architectures. Provide Distance Support trainingto the U.S. Navy fleet, including TDKM administrator, user, and overall FAM training.

Provide installation, operational support, maintenance and training for TDKM at CONUSshore-based facilities including, but not limited to, NSWCCD-SSES, NSWC Carderock, and NSWCPort Hueneme (NSDSA).  Provide for installation, operational support, maintenance and training forTDKM at OCONUS shore-based facilities, including, but not limited to, Guam, Bahrain, andYokosuka, Japan.  Provide support for installation, operational support, maintenance, and over theshoulder training for TDKM in shipboard and submarine environments.  Provide support for thetesting of TDKM via satellite at Naval Warfare Centers.  Provide distance support via DCO remotecapabilities to the shipboard environments during the installation, setup, use and maintenance ofTDKM.  Provide support for the TDKM Help Desk integrated with the NAVSEA Remedy system.

Develop and prototype TDKM Mobile to support user work sites not serviced by connected computeroutlets. This includes configuration-managed synchronization, secure on-line connectivity, anddevice-specific data authentication for various types of mobile devices capable of being operatedon Navy ships.

Develop and provide TDKM training to NAVSEA acquisition managers and government activitieson technical data acquisition, life cycle support, and use at wholesaler, broker, and retailer sites. Develop and provide TDKM training to government and industry content developers andmaintainers of technical data.  Provide member support to the TDKM Configuration Control Board(CCB).

4.1.1.3.3  Advanced Technical Information Support (ATIS) Shipboard Library Maintenance,Delivery, and Support

4.1.1.3.3.1  ATIS Development and Support Infrastructure

Produce, test, and deliver both unclassified and classified Naval Nuclear Propulsion Information(u-NNPI and c-NNPI) Advance Technical Information Support (ATIS) -compliant CDs and associateddatabases and indices for use aboard Navy submarines, aircraft carriers and surface vessels. Standard ATIS index structures will be utilized in developing the index file for each CD.  Thecontractor will be required to create and test ATIS-compliant CDs, both unclassified and classifiedNaval Nuclear Propulsion Information (u-NNPI and c-NNPI), to ensure those CDs will passgovernment ATIS testing at NAVSEALOGCEN in accordance with references (h) and (i). 

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 9 of 42 FINAL

 

To properly support ATIS product creation, testing, and delivery, the contractor shall have anaccredited classified information ATIS mimic test system as described in section 11.0, item (6), toenable testing products in the environments that mimic those seen aboard ship and at shorefacilities utilizing ATIS.  The contractor will have technical experience with installation, andtroubleshooting of ATIS hardware and software in all configurations. As part of the internal qualitycontrol program, the contractor will be required to perform ATIS functionality testing of 100% of itsIETM CDs on this ATIS test suite of hardware and software.

4.1.1.3.3.2  Other ATIS Support Requirements

The contractor will be experienced with the use of the Navy Technical Document ManagementInformation System (TDMIS), and be able to update ETM/IETM records and to query the system toverify correct distribution statements, titles, TMIN, and revision/change level for documents underdevelopment.

The contractor will provide ATIS System’s Administrator and ATIS User training and travel tofacilities, submarines, aircraft carriers, and surface ships to provide ATIS system initialization, dataand database grooming, and crew training.

The contractor shall provide an ATIS Help Desk as the fleet point of contact for trouble calls andinformation requests regarding installation, training, and management of the ATIS system anddata.  Technical experts will be capable of troubleshooting reported issues with the ATISapplication, operating systems, or database update and data upload, with the equipment andsoftware in use by the ship or facility initiating a trouble call.  The contractor’s technicians willidentify and provide technical solutions for both classified and unclassified ATIS installationsdirectly to ATIS administrators. 

4.1.1.4  New SNIPP-related Processes, Products and Systems

Provide logistics process expert technical support to NSWCCD-SSES to improve logistics processesand related logistics information technology systems for the effective and efficient life cyclemanagement of Navy logistics technical data.  Provide development support for other systems andapplications as required to support new and existing processes.

Conduct future-looking concept development and feasibility analysis for expansion of the SNIPPinfrastructure.  Develop recommendations for future expansion of SNIPP to meet anticipated Navyrequirements to support technical document acquisition managers, data developers and shipboardunits with expanded technical data content.  Provide support for transitioning and integratingprototypes and proof of concepts to develop future production versions of TDKM.

Provide support for the development of business rules and requirements to implement thedistribution of Product Data Model logistics information from the source at public and private yardsto the sailor in the fleet.  Develop supporting prototypes, proof of concepts and production systemsto support the distribution of Product Data Model logistic information via TDKM to ships and shorefacilities.

Provide support for the development of business rules and requirements to implement thedistribution of other logistics products within the SNIPP/TDKM systems.  These products include butare not limited to EOSS, PMS, drawings, etc.  Develop supporting prototypes, proof of concepts andproduction systems to support the distribution of these other products.

Provide forward looking prototypes and proof of concepts to evaluate future TDKM requirements forthe presentation of multifaceted data structures and search algorithms, the delivery and byte levelsynchronization of data in a bandwidth limited HTTP/HTTPS connected network, and for theconfiguration control and management of larger datasets within a centralized repository. Provideforward looking designs to integrate and consolidate systems such as TDKM and ATIS to reduce the

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 10 of 42 FINAL

 

shipboard and shore-based infrastructure to distribute and deliver logistics data to the fleet.

4.2.1  Technical Manual (TM) Development, Life Cycle Maintenance, and Delivery Support

The TM branch supports the Navy Fleet by providing services as the Technical ManualMaintenance Activity (TMMA) for approximately 13,000 NAVSEA HM&E technical manuals. Thecontractor shall provide technical support services that include developing, updating maintaining,publishing and delivering Technical Manuals (TMs) in accordance with references (k) through (p).The contractor will assist in developing and delivering new TMs, as well as all aspects of life-cyclemaintaining existing TMs, for NSWCCD-SSES.

4.2.1.1  TM Development and Support Infrastructure

The contractor must be able to develop, update, maintain, publish and deliver unclassified TMsusing the Standard NAVSEA Integrated Publishing Process (SNIPP) and the NSWCCD-SSES NavyPublishing Application (NPA) in accordance with references (o) and (p). The contractor shalldevelop, update, maintain, publish and deliver SNIPP-compliant classified TMs, includingunclassified (u-NNPI) and classified (c-NNPI) TMs, in an accredited/certified information system. The contractor’s u-NNPI and c-NNPI publishing capabilities shall be functionally compatible andmatch the output format of the NSWCCD-SSES Navy Publishing Application (NPA). The contractor’spublishing capabilities shall also be suitable to develop, update, maintain, publish and deliver TMsfor all NAVSEA-supported ship platforms. 

To properly support both unclassified and classified Naval Nuclear Propulsion Information (u-NNPIand c-NNPI) TM development, updating, maintenance, publishing, testing and delivery, thecontractor shall have, or provide a plan to be certified within thirty days of contract award,information systems accredited for processing both u-NNPI and c-NNPI TM data as well asscanning/capture of aperture cards and large-format paper as described in section 11.0, items (3),(4), and (5).  Non-NNPI TM efforts will use the Standard NAVSEA Integrated Publishing Process(SNIPP) and NAVLOGTD system by modifying hosted SGML files as required using theNSWCCD-SSES Navy Publishing Application (NPA).  The contractor shall use the latestNSWCCD-SSES approved compatible version of the ArborText Epic editor to update, edit, andpublish all SGML files (new TMs and revisions), including u-NNPI and c-NNPI files.  U-NNPI files willbe exchanged electronically between the contractor and the Government via a Government-approved, (active Authorization To Operate (ATO) Managed Collaborative Environment (MCE). Forthe data exchange of classified or c-NNPI data files, appropriately marked CD-Rs will be used totransfer data between the contractor and the Government.

Contractor shall have the capability to process potential TM development/maintenance volumesurges of up to 1,000 TMDERs and MCRs per year.  Such surges could include both unclassifiedNNPI (u-NNPI) and classified NNPI (c-NNPI) material.

4.2.1.2  TM Development and Life Cycle Maintenance Requirements

TMs may be developed by authoring the NSWCCD-SSES approved SGML editor or by allocatingSGML content from a previously tagged SGML-based TM.  For each TM task, the Government willfurnish the Contractor with the applicable TMCR, references (o) and (p), to identify content andformat requirements.   NSWCCD-SSES internal procedures will be furnished as required.  Convertpaper copies of TMs into SGML-based TM files as required, using the latest compatible version ofthe NAVSEA C2 DTD, reference (r). 

Perform and track data collection efforts for items such as TMs and logistic support technicaldocumentation.  Contractor should have the necessary toolsets and infrastructure in place toresearch, acquire, and incorporate information from Government source data to ensure TMdevelopment schedules remain on track. 

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 11 of 42 FINAL

 

Develop new TMs using Government source data, ship track walks, and manufacturer suppliedinformation, as applicable. Develop TMs for selected HM&E ship systems including TMs for NNPIsystems and equipment. TMs will be developed by authoring in SNIPP-compliant SGML unlessotherwise specified.

Revise existing TMs to reflect Technical Manual Deficiency Evaluation Reports (TMDERs), ManualChange Request (MCRs), NAVSEA/NSWCCD advisories and trip reports, ship track walks,engineering markups, hardware configuration changes resulting from alteration installations, andimprovement and standardization programs.  In most cases, technical resolution will be provided asGFI to complete the TM update.  Unclassified TMDERs/MCRs may be delivered via three differentelectronic methods:  (1) NSWCCD-Philadelphia may forward TMDER/MCR data via email; (2)NAVLOG server transfer; or (3) request contractor download information directly from NSDSA. U-NNPI files will be exchanged electronically between the contractor and the Government via aGovernment approved, (active ATO) MCE. For the exchange of classified or c-NNPI data files,appropriately marked CD-Rs or paper copies will be used to transfer data between the contractor andthe Government. For all new or revised TMs, the contractor shall provide a SNIPP-compliantinteractive hyperlinked PDF file for review and approval as well as for the final deliverable.

4.2.1.3  Technical Specifications and Standards

The contractor shall provide support to develop and modify existing technical standards including,but not limited to, Defense Standardization Program (DSP) documents, Naval Ships’ TechnicalManuals (NSTMs), NAVSEA Standard and Type (S&T) Drawings , and Design Data Sheets (DDSs).This includes the development and revision of NAVSEA specifications, standards, instructions, andtechnical publications in accordance with NAVSEA and Defense Standardization Program (DSP)requirements, DOD 4120.24M, Defense Standardization Program Policies and Procedures,MIL-STD-962D Department of Defense Standard Practice Defense Standards Format and Content,and MIL-STD-967 Department of Defense Standard Practice Defense Handbooks Format andContent. The contractor shall complete each document development/revision task up to andincluding document publication in the appropriate publication repository. The contractor shallprovide support for processing specifications and other technical standards through the NAVSEAStandards Improvement Board (SIB) Process; entering technical standards records into the HumanCapital Digital Dashboard (HCDD); and initiation and completing projects in the DoD AssistDatabase.

4.3.1  Logistics Engineering Support

Logistics Engineering is subset of Systems Engineering with a focus on conducting various analysesto maximize Life Cycle Maintenance of platforms, system, subsystems, and equipment.  Thecontractor shall provide the following Logistics Engineering services for various platforms andassociated HM&E systems, subsystems and equipment:

4.3.1.1  Reliability, Maintainability, and Availability (RMA). 

Develop Reliability, Maintainability, and Availability (RMA) predictions using computer programssuch as TIGER and RELEX.

4.3.1.2  Failure Mode Effect and Criticality Analysis (FMECA). 

Develop Failure Mode Effect and Criticality Analysis (FMECAs) that identify system/equipmentfunctional failures and the criticality of these failures.  These FMECAs will be developed usingreference (s) or comparable standards.

4.3.1.3  Human Systems Integration (HSI). 

Conduct Human Systems Integration (HIS) analyses that integrate Human Engineering, Manpower,

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 12 of 42 FINAL

 

Personnel, Training, Environmental and Safety with the goal of improving total system performanceand reducing cost of ownership.

4.3.1.4  System Safety. 

Conduct System Safety Analyses (SSA) to identify, document, and mitigate potential failures thatcontribute to reduced sustainable operational capability or increased life cycle personal hazardexposure such as interoperability, physical, chemical, or electrical interface.

4.3.1.5  Total Ownership Cost (TOC) Model. 

Develop TOC baselines that enable all costs associated with research, development, procurement,operation, logistical support, and disposal of an individual platforms, system, subsystem orequipment  to be analyzed for potential opportunities for cost savings. The baselines will bedeveloped using current DoD guidelines.

4.3.1.6  Level of Repair Analysis (LORA)

Conduct a Level of Repair Analysis to minimize the overall life cycle costs of the system. Thisanalysis must include all Lowest Repairable Unit (LRU) components of the system and utilizestandard DOD LORA processes.

4.4.1  Planned Maintenance System (PMS)/Technical Feedback Reports (TFBRs) Support

The PMS/CMP program is used throughout the U.S. Navy Fleet to maintain the reliability andoperational readiness of installed equipment by providing maintenance procedures for shipboardequipment. This program provides support as in-service engineering authority for HM&E shipboardsystems, and is responsible for the technical content of PMS/CMP procedures for shipboardequipment. Personnel supporting the PMS Program are required to be Reliability CenteredMaintenance (RCM) certified by NAVSEA 04.

4.4.1.1  Planned Maintenance System (PMS). 

The contractor shall conduct RCM analyses and develop/revise PMS documentation in accordancewith references (u), (v), and (w).  Maintenance Index Pages (MIPs) and Maintenance RequirementCards (MRCs) will be developed/revised using the Navy PMS Editor (NPE). 

4.4.1.2  Technical Feedback Reports (TFBRs). 

The contractor shall track, analyze, and make recommendations for the resolution of TFBRs.  Theresolution of the TFBRS may require a modification to the associated PMS, the Integrated ClassMaintenance Plan (ICMP), and other associated technical documentation.  The contractor shallensure the activities responsible for the individual technical documentation products are notifiedusing current accepted processes and procedures. (TFBRs is also listed under Section 5.0Deliverables as 5.6)

4.4.1.3  Configuration Based (CB) PMS/PMS Policy

The contractor shall develop/revise PMS documentation using current CB PMS guidelines. Inaddition, the contractor shall support NAVSSES with the development of PMS policy.

4.5.1    Supply, Logistics, and ILS Certifications Support

4.5.1.1  Supply Support

The contractor shall provide engineering, technical, and logistics support in support of fleetmaintenance philosophies to identify and resolve material condition discrepancies; resolve

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 13 of 42 FINAL

 

obsolescence issues and logistics discrepancies; resolve high visibility parts availability and longlead time material issues; provide Government Furnished Equipment (GFE) and ContractorFurnished Equipment (CFE) tracking support; and provide support for the update and maintenanceof configuration data for upload to the Weapons System File.  These services are required insupport of the construction, overhaul, modernization, and repair of shipboard hull, mechanical andelectrical systems, as well as life- cycle maintenance of other U.S. Navy systems and associatedlife-cycle logistics support documentation per requirements of references (x) through (bb).

The contractor shall develop, review, update, and maintain complete supply supportdocumentation; and shall be responsible for analyzing various forms of Technical Data Packages(TDP) / Engineering Data for Provisioning (EDFP), maintenance plans, engineering drawings,reliability data, level of repair, and scheduled maintenance data in support of the supply support /provisioning process per reference (y).   The contractor shall identify spare parts (e.g. OBRP, INCOand Depot) requirements, perform inventory management, and determine lead times.

4.5.1.2  Provisioning - Allowance Parts Lists / Allowance Equipage List (APL/AEL) Development,Maintenance, and Support

The contractor shall develop and/or review Provisioning Parts Lists (PPL) and other provisioning listsalong with EDFP, confirm the adequacy and accuracy, and resolve discrepancies or deficiencies asappropriate.  PPLs and other new/revised provisioning lists shall be developed and submitted usingthe Interactive Computer Aided Provisioning System (ICAPS).  The contractor shall also similarlyreview Statements of Prior Submission (SPS) with Change packages for adequacy and accuracy. The contractor shall review fleet feedback reports, message traffic, 3M data, and distance supportissues to identify and correct APL/AEL discrepancies and deficiencies by developing draft responsesand corrected PPLs and other provisioning lists as required.  The contractor shall develop PPLs toadd maintenance significant items that are not currently listed on APL/AEL’s.   The contractor shallreview alteration drawings to identify APL/AEL equipment managed by NSWCCD-SSES that wasinstalled or removed and develop APL/AELs as required.  The contractor shall also reviewEngineering Data For Provisioning (EDFP), and where required, develop PPLs using the ICAPS forAPL/AEL worthy equipment.  As required, the contractor shall conduct Validation and Verification(either desktop drawing validations and/or shipboard physical sight validation audits) of newlyinstalled systems or equipment to ensure that logistics data matches actual configuration.

4.5.1.3  Configuration Status Accounting (CSA) Support

The contractor shall review drawings to identify configuration-worthy items and determine changesrequired to support the alteration.  The contractor shall develop CDMD-OA work files to update theship’s configuration by adding or deleting APL / AEL’s from the ship’s configuration, adding logisticand alteration information and reviewing the resultant files to ensure that the Configuration DataManagers (CDMs) have processed the changes per reference (bb).

4.5.1.4  Unique Identification (UID) Support

The contractor shall provide support in the development and applications of the DoD UniqueIdentification programs including providing the capability to leverage DoD’s Unique Identificationrequirements into current logistics practices to provide continuing process improvement.  IntegrateItem Unique Identification (IUID) and passive Radio Frequency Identification (pRFID) to otherlegacy programs.  Provide the technology and skills to mark items and submit item pedigree data tothe IUID Registry.  

4.5.1.5  ILS Certification Support

The contractor shall review existing and develop new Integrated Logistic Support Certificationdocumentation for NSWCCD-SSES via the NDE ILS Certification Module.  Ensure the proper

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 14 of 42 FINAL

 

life-cycle logistics support is available before deployed or re-deployed scheduled ship availabilitieshave occurred and ensure the assigned ship's systems and equipment have necessary levels ofconfiguration identification and logistics support and proper logistics technical documentation perreferences (aa) and (cc). The contractor shall prepare Configuration Overhaul Planning (COP)documents. The contractor shall maintain the Availability Planning Tool (APT) to ensure that allprocedural, technical and logistics requirements for installations of alterations and modifications aremet prior to the commencement of the availability.

4.6.1  Logistics Process Advocate (LPA) Programmatic, Process Analysis and SystemsEngineering Support

4.6.1.1  LPA Support

Provide programmatic, logistic and technical support to determine impact on various logisticsproducts such as, but not limited to, technical manuals, operating procedures documentation, PMS,etc., resulting from configuration changes due to proposed Ship Change Documents (SCDs),Equipment Change Proposals (ECPs), Alteration Installation Teams (AITs), or other changes asdirected by NAVSEA program managers.  Provide programmatic, logistic and technical support inthe review of Class Advisories (CLAD) and In-Service Engineering Advisories prior to release. Support LPA efforts to accomplish all necessary logistics actions to resolve these advisories.  Provideprogrammatic support in managing and tracking ISEA review of logistics products delivered byshipbuilders for approval.  Provide programmatic support in managing and tracking action itemsand emergent issues relating to logistics products.   Provide programmatic and technical support inanalyzing and developing alternative support strategies for HM&E equipment and systems.  Asdirected, support LPAs by attendance at logistics related working groups, ILSMTs, QPRs and othermeetings.  Provide emergent engineering, logistics, and technical support services for U.S. Navyships.

4.6.1.2  Process Analysis Support

The contractor shall provide advanced analytical and technical support services in response toemergent division, ISEA, sponsor, and/or Fleet issues in support of HM&E equipment and systems.Support will focus on the application of engineering, analytical, and technical disciplines and skillsthat meet CNO program goals to provide efficient and more cost effective processes, equipment,systems and systems of systems that reduce energy footprint and extend the life of systems forlong-term operational and maintenance affordability in the Fleet. Support may include, but not belimited to, the following:

Provide advanced analysis of shop planning activities and produce analysis and graphics in supportof NSWCCD-SSES Most Efficient Organization (MEO) metrics tracking.

Perform gap analysis of supporting maritime strategy.

Contractor must have experience updating Operating Plan for Machinery and provide the followingservices:

Provide analysis in support of major programs.

Develop reports of analysis.

Periodically update the Operating Plan for Machinery (OPM).

Periodically update the Naval Machinery Prospectus.

Prepare presentation material and graphic displays.

4.6.1.3 System Engineering Support

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 15 of 42 FINAL

 

The contractor shall use the System Engineering Process (SEP) to assist NSWCCD-SSES in thedesign, development, testing, deployment, and maintenance of software/hardware based systems,including assisting with life-cycle management in accordance with Project management Institute(PMI) methods.

Support shall include, but not be limited to:

Developing planning documents, status reports, and final reports.

Analyzing business processes and facilitating stakeholder involvement to define requirements.

Designing user evaluations of prototypes and version releases to validate the efficacy of new systemdesigns.

Creating test procedures, recording results, and issuing reports.

Assisting with system rollout processes including communication plans, backup plans, andscheduling.

Assisting with management of trouble reports and action items during the new system’s life-cycle.

4.7.1 Training Support Services / Curriculum Development

The contractor shall provide the following training services and products:

Training Programmatic Support

Personnel Qualification Standard (PQS) Development

Training Front End Analysis (FEA) / Training Planning Process Methodology (TRPPM) / NavyTraining Systems Plan (NTSP) Development

Curriculum Development

Conversion of Existing Training Products

Waterfront Training Support

Multimedia Services

4.7.1.1  Training Development and Support Infrastructure

To properly support both unclassified and classified Naval Nuclear Propulsion Information (u-NNPIand c-NNPI) training product development, updating, maintenance, testing and delivery, thecontractor shall have, or provide a plan to be certified within thirty days of contract award,information systems accredited for processing both u-NNPI and c-NNPI training data as described insection 11.0, items (3) and (4).

4.7.1.2  Training Programmatic Support

The contractor shall provide programmatic support to NSWCCD-SSES to include maintainingschedules, preparing presentations, scheduling and conducting meetings, and publishing meetingminutes. The contractor shall also provide coordination between government stakeholders andindustry teams involved in training development and associated training support. The contractorshall coordinate training product approval by NETC/NPDC and respective cognizant trainingcenters. The contractor may also be tasked to provide logistical and analysis support to audit andanalyze training courses, training manual sand training aids.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 16 of 42 FINAL

 

4.7.1.3  Personnel Qualification Standard (PQS) Development Support

The Contractor will develop and/or incorporate changes required to the system or component PQSin accordance with reference (dd) as a result of new systems/components acquisition and ShipChange Documents (SCDs).  

4.7.1.4 Training Front End Analysis (FEA) / Training Planning Process Methodology (TRPPM) /Navy Training Systems Plan (NTSP) Development Support

The Contractor will develop and review FEAs, TRPPMs, and NTSPs using references (ee), and (pp). FEA efforts may also include accomplishing Job Duty and Training Task Analysis (JDTA and TTA)and Gap Analysis with Authoring Instructional Materials (AIM) II and Content Planning Module(CPM) data entry for NSWCCD-SSES cognizant systems, equipment and programs in accordancewith references (jj), (pp) and (qq).

4.7.1.5  Curriculum Development Support

The Contractor shall design, develop, update/revise and deliver instructional curricula inaccordance with NAVEDTRA requirements using the NETC end-to-end (E2E) process in accordancewith reference (qq) and associated NSWCCD-SSES guidance. Curricula may include instructor-ledtraining (ILT), Computer Based and Web Based Training (CBT/WBT), Computer Aided Instruction(CAI) Interactive Multimedia Instruction (IMI), laboratory exercises, and blended solutions of thesemethods.  The Contractor will develop Navy schoolhouse curriculum using AIM I /II, CPM LearningObject (LO) Module, or Microsoft formats as required by the task instruction and in accordance withreferences (ee), (ii) and (jj). 

CBT/WBT, CAI and IMI products will be designed, developed, and delivered in accordance with theNavy’s Integrated Learning Environment (ILE) requirements, reference (pp), and will be SharableContent Object Reference Model (SCORM) 2004 compliant in accordance with the ADL Net website(http://www.adlnet.gov/).  Training and media products will not be developed using proprietarysoftware.

4.7.1.6  Conversion of Existing Training Products Support

The contractor will update and/or convert legacy courseware to current requirements using theNETC end-to-end (E2E) process. Training product development will be accomplished using theAIM-I/II and CPM Learning Objective (LO) Module in accordance with NAVEDTRA and ILErequirements. IMI and CBT/WBT will be developed IAW ILE requirements and will be SCORM 2004compliant.

4.7.1.7  Waterfront Training Support

The contractor shall develop training materials using blended learning solutions that integratemultiple instructional strategies, methods, and media to support waterfront training. These trainingproducts will be suitable for use by NSWCCD-SSES In-Service Engineering Agents (ISEAs) andother Subject Matter Experts (SMEs). Waterfront training solutions will be suitable for use to fillship’s training gaps by providing ship and equipment-specific hands-on training to ship personnelonboard ships. Waterfront training can take the form of Deep Dive Mini-Camps, Self-Assessment andGroom Teams (SAGTs), and other deck plate initiatives used to provide hands-on training to sailorson their equipment and in their spaces.

4.7.1.8  Multimedia Services

The contractor shall provide multimedia services to include digital and film photography andvideography, 2-D and 3-D modeling. Scripting and storyboarding, narration, software developmentand programming, analog to digital conversion/duplication of media, CD/DVD production and

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 17 of 42 FINAL

 

reproduction, and development and maintenance of a training customer care website. Thecontractor shall be able to provide media services onsite at their facilities as well as be able toprovide fly-away support to remote and shipboard locations. Typical services may includedeveloping interactive multimedia instruction, new training aids, Job Performance Aids (JPAs), Justin Time (JIT) training videos, and other electronic media.

INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION

The contractor shall ensure that personnel accessing information systems have the proper andcurrent information assurance certification to perform information assurance functions in accordancewith DoD 8570.01-M, Information Assurance Workforce Improvement Program. The Contractor shallmeet the applicable information assurance certification requirements, including:

(1)   DoD-approved information assurance workforce certifications appropriate for each category andlevel as listed in the current version of DoD 8570.01-M; and

(2)   Appropriate operating system certification for information assurance technical positions asrequired by DoD 8570.01-M.

        a.       Upon request by the Government, the Contractor shall provide documentationsupporting the information assurance                  certification status of personnel performing information assurance functions.

        b.      Contractor personnel who do not have proper and current certifications shall be deniedaccess to DoD information                 systems for the purpose of performing information assurance functions.

The following information assurance and computing environment certifications are required:

Labor CategoryIA WorkforceLevel

Computing EnvironmentCertification

TDKM Support Specialist IAT-2 MCIPT-SAContent Management System Support/Admin IAT-2 N/ASenior Programmer – SGML/XML Expert IAT-2 N/A

5.0      DELIVERABLES

The acceptance of deliverables and satisfactory work performance required herein must be basedon the timeliness, accuracy and standards as specified in the requirements per this task order.  TheGovernment will review the Contractor deliverables in accordance with all specifications stated inthis task order.  Only the authorized representative has the authority to inspect, accept or rejectdeliverables.  Final inspection and acceptance of all work performed, reports and other deliverableswill be performed at the place of delivery.   

5.1      Monthly Performance Summary Report: The Contractor shall provide monthly performancesummary reports to the COR, to include status for each Technical Instruction.  The report willaccount for expenditures to date, the status regarding hours and dollars remaining on the task, thestatus of ongoing efforts, scheduled/accomplished milestones, task order performance, and percentof completion of the work and any problems anticipated.  (CDRL A001)

 5.2      Technical Reports: The Contractor shall provide technical reports and conclusions reflectingthe work accomplished under each task set forth.  These reports will be prepared and delivered tothe Government when and in the form required by the COR, as identified in the Technical

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 18 of 42 FINAL

 

Instruction letters.  (CDRL A002)

 5.3      Travel Reports: The Contractor shall submit travel reports for all remote travel.  The travelreport shall include the destination, number of travelers, duration of stay, task milestonescompleted, site points of contact, ship, actions taken and a synopsis of events whichoccurred.   (CDRL A003)

5.4.     Burn Rate Analysis Report:  The Burn Rate Analysis Report is a summary report that capturesthe rate at which the money is expended.  This report shall be attached in Wide Area WorkflowReceipts and Acceptance (WAWF-RA), beginning 30 days after award and every 30 days thereafter. A template of this report is provided as Attachment 4 of the RFP.  (CDRL A004)

5.5.     Incurred Cost Report:  The Incurred Cost Report is a report that captures a summary of allcosts incurred to date.  This report shall be attached in Wide Area Workflow Receipts andAcceptance (WAWF-RA), beginning 30 days after award and every 30 days thereafter.  A template ofthis report is provided as Attachment 5 of the RFP.  (CDRL A005)

5.6      Technical Feedback Reports (TFBRs):  The contractor shall track, analyze, and makerecommendations for the resolution of TFBRs.  The resolution of the TFBRS may require amodification to the associated PMS, the Integrated Class Maintenance Plan (ICMP), and otherassociated technical documentation.  The contractor shall ensure the activities responsible for theindividual technical documentation products are notified using current accepted processes andprocedures. (CDRL A006)

5.7       Hosting meetings and/or In Process Reviews (IPRs):  IPRs will normally be held annually oras otherwise directed/requested by the government.  Support may include providing meeting spaceand associated amenities such as basic refreshments and ‘working lunches.’

5.8        Start-up Plan: The contractor shall provide the start-up plan to fully perform within 30 daysof the issuance of a technical instruction requesting a start-up plan.

5.9       Due dates for deliverables will be specified in CDRLs.

5.10     Inspection and Acceptance Criteria: Final inspection and acceptance of all work performed,reports and other deliverables will be performed at the place of delivery by the COR.

5.11     General Acceptance Criteria: General quality measures, as set forth below, will be appliedto each work product received from the contractor under this statement of work (SOW).

Accuracy - Work Products shall be accurate in presentation, technical content, and adherence toaccepted elements of style.

Clarity - Work Products shall be clear and concise. Any/All diagrams/text shall be easy to understandand be relevant to the supporting narrative.

Consistency to Requirements - All work products must satisfy the requirements of this statement      ofwork.

File Editing - All text and diagrammatic files shall be editable by the Government.

Format - Work Products shall be submitted in hard copy and in media (SGML, CGM or PDF)mutually agreed upon prior to submission. Hard copy formats shall follow any specified Directives orManuals.

Timeliness - Work Products shall be submitted on or before the due date specified in this    statement of work or submitted in accordance with a later scheduled date determined by theGovernment.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 19 of 42 FINAL

 

5.12     Quality Assurance:  Acceptance: The COR will review, for completeness, preliminary or draftdocumentation that the Contractor submits, and may return it to the Contractor for correction.Absence of any comments by the COR will not relieve the Contractor of the responsibility forcomplying with the requirements of this work statement. Final approval and acceptance ofdocumentation required herein shall be by letter of approval and acceptance by the COR. TheContractor shall not construe any letter of acknowledgment of receipt material as a waiver of review,or as an acknowledgment that the material is in conformance with this work statement. Any approvalgiven during preparation of the documentation, or approval for shipment shall not guarantee thefinal acceptance of the completed documentation.

5.13     All products, documentation, data files and masters for products/reports etc., developed tosupport this task are the property of the government and shall be turned over to NSWCCD-SSESupon request or completion of this task. Contractor user IDs, passwords, and needed access forcompletion of this task will be coordinated through the COR.

5.14     Other: There may be a need for other specific reports, plans, analysis or documentationcreated as an integral part of a task order under this contract. Report format, contents and deliveryrequirements will be as specified in the Technical Instruction (TI).

 5.15      Final Delivery: The Contractor shall provide the final delivery of the last above reports onthe date specified in the respective CDRLs and associated TIs (if applicable). 

ALL OF THE ABOVE DELIVERABLES SHALL BE SUBMITTED TO THE CONTRACTING OFFICER'SREPRESENTATIVE (COR), UNLESS OTHERWISE SPECIFIED IN INDIVIDUAL TECHNICALINSTRUCTIONS. 

6.0      MATERIALS 

Based on user input and ever-changing requirements, the Navy needs to continuously maintain,update, and enhance TDKM, SNIPP, NAVLOGTD, NPA and associated hardware and softwareinfrastructure. These enhancements are required to provide additional capabilities to the usercommunity and include the procurement, delivery, maintenance and updating of the associatedsupporting hardware and software infrastructure, incidental to the services provided in the TechnicalInstruction.

7.0      PERSONNEL REQUIREMENTS 

7.1         The following statements define general instruction for the qualifications of keypersonnel and non-key personnel.

1.       The contractor shall be responsible for the employment of trained and technically qualifiedpersonnel to perform the tasks to be ordered hereunder by this statement of work.  In addition, thecontractor is responsible for organizational and administrative controls necessary to ensure thatperformance meets or exceeds al l contract specification requirements and those set forth in thetask order.

a.       The government reserves the right, during the life of this contract, to request work historieson any contractor employee for purposes of verifying compliance with this requirement.  Personnelassigned to or utilized by the contractor in the performance of this contract shall meet theexperience, educational, or background requirements set forth herein and are fully capable ofperforming the functions of the respective labor categories in an efficient, reliable, andprofessional manner.  If the contracting officer questions the qualifications or competence of anyperson performing under the contract, the burden of proof to sustain that the person is qualifiedas prescribed herein shal l be upon the contractor.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 20 of 42 FINAL

 

b.       Al l contractor personnel are required to comply with computer security requirementsapplicable to the Government’s computer systems being used or accessed by them during the

performance of this task order. When a decision is made known to a contractor employee that theemployee wil l no longer need access to a Government computer system (due to dismissal,

reassignment, or resignation), it is the responsibility of the contractor to immediately notify theContracting Officer Representative (COR) that the individual wil l not be permitted access to the

computer system and its data files.

c.       The appropriate level of clearance wil l be required in order to access specific compartmentsonboard ship in addition to government facilities. 

d.       When requested, the contractor shall provide resumes and similar work experience todocument employee competencies.

e.       In the event an individual proposed for performance under the resultant contract is notcurrently employed by the offeror, the offeror shall include with the listing, a letter of intent signedby that individual which states the individual's intent to accept employment with that offeror withinthirty (30) days of contract award if the contract is awarded to the offeror.

f.        The work history of each employee must contain experience directly related to the task andfunctions he/she intends to perform under this task order.  The Government reserves the right, duringthe term of this task order, to request work histories on any contractor employee for purposes ofverifying compliance with this requirement.  If the contracting officer questions the qualifications orcompetence of any personnel performing under the task order, the burden of proof to sustain thatthe person is qualified as prescribed herein shall be upon the contractor.

2.  Key Personnel – The following labor categories are designated Key Personnel for this taskorder.  Please note” accredited” herein means: Accredited by an accreditation agency listed asnationally recognized by the U.S. Department of Education.  Substitution of key personnel shall bein accordance with the “Substitution of Key Personnel” Clause in the basic contract.

The following represents the Government’s target education and technical experience for the KeyPersonnel labor categories required to support the Statement of Work tasking. The targetspecialized experience included as part of the desired qualification should have been obtained inthe fields of endeavor indicated by the applicable labor categories listed below, and may havebeen gained concurrently unless otherwise specified. The target qualifications for the respective keylabor categories are as follows (asterisks denote key personnel):

NOTE:  Under Key Personnel, qualifications prefixed with “shall” are considered minimums.

a.       PROGRAM MANAGER* (1 Resume):

Education:  Individual should possess a Bachelor of Science Degree in computer science disciplinefrom an accredited college or university. 

Experience:  Experience should include the following: Eight (8) years of experience managinggovernment task orders of a similar nature and complexity involving support for development,updating, maintenance, delivery, and product improvement of logistics technical data supportingnaval ship Hull, Mechanical, Electrical, and Electronic, and Ordnance systems and equipment. Preference will be given to  experience in: management of the design, development, publishingand delivery of Interactive Electronic Technical Manuals (IETMs) employing a StandardGeneralized Markup Language (SGML) or Extensible Markup Language (XML)-based ContentManagement / Publishing System; management of the distribution of digital logistic technical datainto NAVSEA supported shipboard digital library systems such as ATIS and TDKM;  management ofthe design, development and support of the TDKM system.  A current Secret Clearance, or SecretClearance eligibility is required.

      b.     TDKM SUPPORT SPECIALIST* (1 Resume)

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 21 of 42 FINAL

 

Education:  Individual shall possess a minimum of a high school diploma or GED.

Experience:  Experience should include the following: Six (6) years of experience in theimplementation, testing, integration, support and maintenance of the TDKM system. Preference willbe given to  experience in: the deployment and support of TDKM Retailers in submarine andshipboard environments  such as NIAPS; the remote and local deployment and support of TDKM inshore based facilities with a focus on TDKM Broker and Wholesaler installations, configuration andtechnical support; the integration and certification of TDKM within the NIAPS architecture;experience with supporting computer systems, integrating computer hardware and software, andsupporting microcomputers and designing Local Area Networks (LANs).  A current SecretClearance, or Secret Clearance eligibility is required.

      c.     SENIOR PROGRAMMER - SGML/XML EXPERT* (1 Resume)

Education:  Individual should possess a bachelor’s degree in computer science from an accreditedcollege or university.  

Experience:  Experience should include the following: Ten (10) years of experience in utilizingscientific programming skills with digital computer systems, information systems, data managementor configuration control applications. Preference will be given to  experience in: developing texttranslation programs and production of IETMs using SGML, XHTML/HTML, XML, and linked PDF,including embedded graphics based on SVG, CGM and PDF;  developing text translation programsfor converting IETMs to multiple formats including MIL-DTL-24784C, MIL-STD-34784, and S1000D;applying SGML/XML and/or S1000D to Navy technical documentation processes, including TDKMand SNIPP; the following technologies: .Net (C#, VB, and ASP), Visual Studio, PHP, Python, Java;the development of software utilizing a defined and ISO-9001:2008 certified SoftwareDevelopment Life-Cycle (SDLC) process.  This position is designated as a Critical-Sensitive/IT-IPosition and will require one of the following types of Security Clearance Investigation:  SSBI,PPR, SBPR – Reinvestigation Required Every 5-Years.  NOTE: These Investigation Types andthe 5-year Periodic Reinvestigation are required for IT Level-I, even if the individual’s accessto classified information/systems is only at the Secret Level.

      d.     NAVLOGTD TM PROJECT COORDINATOR* (1 Resumes)

Education: Individual shall possess a minimum of a high school diploma or GED.

Experience: Experience should include the following: Six (6) years overall experience in theplanning, assembling, and publishing of varied types of technical documentation on naval shiphull, mechanical, electrical, and electronic systems and equipment.  Preference will be given toexperience in : developing technical documentation using the Navy Publishing Application(NPA);functioning as project manager tasks in a SDL Web Contenta environment.  A Bachelor’sDegree in Business or management may be substituted for three of the six years of overallexperience.  Should have experience in the detailed information search and interpretation oftechnical data in the preparation of technical manuals and in exchanging data in a managedcollaborative environment with a capability of up to U-NNPI.  Experienced in troubleshooting SGMLand NPA-based electronic work flow issues.  Experience in converting existing technical manualsfrom print, PDF, Microsoft Word, and Adobe FrameMaker formats into SGML for uploading into WebContenta.  This position is designated as a Critical-Sensitive/IT-I Position and will require one ofthe following types of Security Clearance Investigation:  SSBI, PPR, SBPR – ReinvestigationRequired Every 5-Years.  NOTE: These InvestigationTypes and the 5-year PeriodicReinvestigation are required for IT Level-I, even if the individual’s access to classifiedinformation/systems is only at the Secret Level.

      e.     SENIOR LOGISTICS ENGINEER* (1 Resume)

Education: Individual shall possess a bachelor’s degree in engineering (mechanical, electrical,

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 22 of 42 FINAL

 

electronics, marine, or naval/marine engineering) from an accredited college or university or P.E.license.

Experience:  Experience should include the following: Ten (10) years of experience in engineering,logistics, and technical support of naval ship Hull, Mechanical, Electrical, Electronic, Ordnanceequipment and systems.  Preference will be given to experience in: determining logisticsrequirements, Contract Data Requirements Lists (CDRL) and Data Item Descriptions (DID) for theacquisition of new systems and equipment; knowledge of processes involved in conductingsupportability analyses, including Level of Repair Analysis (LORA), Lowest Repairable Unit (LRU)determination and other supportability and maintainability analyses; the development of ILS formajor ship platform acquisition programs, including the development and adaptation of multiplelogistics processes; ILS program management, provisioning and allowancing, pro-active andreactive obsolescence management, development of alternative support strategies, maintenance,training, technical publications, and operating procedures. A current Secret Clearance, or SecretClearance eligibility is required.

      f.     CONTENT MANAGEMENT SYSTEM SUPPORT* (1 Resume)

Education:  Individual should possess a Bachelor’s degree in computer science, computerprogramming or computer operating from an accredited college or university as outlined below.

Experience:  Experience should include the following: Preference will be given to experience insupporting SDL’s Contenta authoring environments, XPP publisher, and XPP style creation andmaintenance for docnavseac2, PMS, EOSS and S1000D publishers; experience administeringContenta authoring environments  and XPP publisher associated system , maintaining  shell scripts,and developing and maintaining Perl scripts and programs; using/applying SGML/XML to Navytechnical documentation including the MIL-DTL-24784C, MIL-STD-34784, S1000D, PMS andEOSS data definitions and schemas; converting AIMSS IETM to Class 2 Electronic TM DTD format;DOS/Windows, LINUX and Unix operating systems.  This position is designated as a Critical-Sensitive/IT-I Position and will require one of the following types of Security ClearanceInvestigation:  SSBI, PPR, SBPR – Reinvestigation Required Every 5-Years.  NOTE: TheseInvestigation Types and the 5-year Periodic Reinvestigation are required for IT Level-I, even ifthe individual’s access to classified information/systems is only at the Secret Level.

      g.     SENIOR TECHNICAL WRITER* (1 Resume)

Education: Individual shall possess a minimum of a high school diploma or GED.

Experience:  Experience should include the following: Six (6) years of overall experience in theplanning and preparation of varied types of technical documentation on naval ship hull,mechanical, electrical, and electronic systems and equipment. A Bachelor’s Degree in English orCommunications may be substituted for three of the six years’ experience.   Must be able to read andinterpret technical drawings; test specifications; and equipment operating logs, parameters, andprocedures. Should have experience incorporating TMDERs into existing TMs and performingquality assurance checks for SDL Web Contenta projects.  Experience coordinating graphicsdevelopment to prepare technical publication graphics and illustrated parts breakdown/explodedview diagrams for uploading into the NPA graphics storage area. Preference will be given toexperience in: developing technical documentation using the Navy Publishing Application (NPA);experience converting existing legacy manuals from source material (i.e., hardcopy, PDF, and MSWord) and building new TMs in SGML, using the latest compatible SGML authoring program, forupload into Web Contenta.  A current Secret Clearance, or Secret Clearance eligibility isrequired.

      h.     SENIOR TRAINING DEVELOPMENT SPECIALIST* (1 Resume)

Education: Individual shall possess a minimum of a high school diploma or GED.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 23 of 42 FINAL

 

Experience:  Experience should include the following: In-depth knowledge of naval shipboardsystems maintenance and operations. Should be an experienced instructor and Master TrainingSpecialist (MTS). Preference will be given to experience in: Direct Navy training experience,designing and developing training for the US Navy Interactive Learning Environment (ILE);developing waterfront training (e.g., Mini-Camps, Self-Assessment and Groom Teams (SAGTs). Acurrent Secret Clearance, or Secret Clearance eligibility is required.

 3.  Non-Key Personnel – The minimum qualification for the respective non-key labor categoriesare as follows:

       i.   SENIOR SYSTEM ANALYST

Education:  Individual shall possess a Bachelor of Science degree in Computer Science or relatedfield from an accredited college or university.

Experience:  Experience shall include the following: Seven (7) years of experience in performingsystems analysis, software development, and implementation of business, mathematical, orscientific processes using a variety of information technology resources.  Experience in thedevelopment and support of applications and processes associated with SNIPP.  Experience in thefollowing technologies: .Net (C#, VB, and ASP) and Java programming languages, J2EE, JBOSSapplication server, Eclipse, Ant, Visual Studio, Subversion.  Experience designing, implementingand maintaining SQL Server databases.  Experience in the development of software utilizing adefined and certified Software Development Life-Cycle (SDLC) process.  Experience may be gainedconcurrently.

       j.     SENIOR ENGINEER

Education:  Individual shall possess a bachelor’s degree in an engineering discipline from anaccredited college or university.

Experience:  Experience shall include the following: Ten (10) years’experience with developing,modifying and reviewing naval HM&E logistics technical documentation is required.  Thisexperience will include Reliability Maintainability Availability (RMA), Failure Mode Effect andCriticality Analysis (FMECA), Reliability Centered Maintenance (RCM), and Planned MaintenanceSystem (PMS) development.

       k.      SENIOR ENGINEERING TECHNICIAN

Education:  Individual shall possess a minimum of a high school diploma OR GED equivalent ORtrade school diploma OR industrial school diploma.

Experience:  Experience shall include the following: Practical engineering experience whichincludes the operation, test, maintenance and repair of naval ship hull, mechanical, electrical,electronic, and ordnance equipment and systems. Ten (10) years of experience developing:Planned Maintenance System (PMS) Maintenance Index Pages (MIPs) and MaintenanceRequirements Cards (MRCs) using Reliability Centered Maintenance (RCM) analysis.

      l.     TRAINING DEVELOPMENT SPECIALIST

Education:  Individual shall possess a minimum of a high school diploma or GED.

Experience:  Experience shall include the following: In-depth knowledge of naval shipboardsystems maintenance and operations and experience in media production techniques andmethods.  Five (5) years’ experience with instructional design for the U.S. Navy Interactive LearningEnvironment (ILE).

      m.     MULTIMEDIA SPECIALIST

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 24 of 42 FINAL

 

Education:  Individual shall possess an Associate’s Degree in computer science technology,multimedia technology, or related field from an accredited college or university plus three (3) years’relevant experience OR a minimum of a high school diploma or GED plus five (5) year’s relevantexperience.

Experience:  Experience shall include the following: Developing multimedia objects to includegraphics, video, audio, and flash animations in support of products such as training courses,presentation materials, engineering applications, on-line learning, and marketing and promotionalproducts;  Adobe production suite software to include Photoshop, Illustrator, Premiere,Dreamweaver, and Flash; on-location video, photo, and audio production and experience withprofessional digital still and video camera equipment.

      n.     PROJECT LEAD

Education:  Individual shall possess a bachelor’s degree from an accredited college or university orsix (6) years’ experience managing projects in lieu of degree . 

Experience:  Experience shall include the following: Experience in: developing, modifying andreviewing naval shipboard technical documentation ; supporting logistics technical datadevelopment and delivery associated with HM&E systems and equipment; working knowledge ofNavy data systems, and knowledge of Navy Procedures for establishing and maintaining equipmentlogistics technical data.

      o.     SYSTEMS ANALYST

Education:  Individual shall possess a bachelor's degree in management information systems or arelated field from an accredited college or university.  The degree may be substituted with anA.A.S. degree and four (4) years’ experience as an Analyst/Programmer in addition to four (4) years’experience as a Systems Analyst.

Experience:  Experience shall include the following: Experience in: Windows, LINUX or UnixOperating Systems.

     p.     PROGRAMMER

Education:  Individual shall possess a bachelor’s degree in computer science, computerprogramming or computer operating systems from an accredited college or university as outlinedbelow.

Experience:  Experience shall include the following: Experience in: utilizing scientificprogramming skills with digital computer systems, information systems, data management orconfiguration control applications; Windows, LINUX or Unix operating systems; developing texttranslation programs and production of IETMs using SGML, XHTML/HTML, XML, and linked PDF,including embedded graphics based on CGM, CALS Type IV, and PDF.

     q.     ENGINEERING TECHNICIAN

Education:  Individual shall possess a minimum of a high school diploma OR GED equivalent ORtrade school diploma OR industrial school diploma.

Experience:  Experience shall include the following: Four (4) years practical engineeringexperience in the operation, test, maintenance and repair of naval ship Hull, Mechanical,Electrical, Electronic, equipment and systems. Experience in: technical illustrating; the use of navalship blueprint and technical manual drawings to produce artwork suitable for inclusion indocumentation.

      r.     LOGISTICIAN

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 25 of 42 FINAL

 

Education:  Individual shall possess a minimum of a high school diploma OR GED equivalent ORtrade school diploma OR industrial school diploma.

Experience:  Experience shall include the following: Two (2) years’ experience of the NavalLogistics System that includes: Experience in: identifying material and logistic requirements for shipalteration and repair, the Navy supply systems and procedures; researching types and quantities ofequipment allowed aboard ship; use of the Configuration Data Manager’s Database-OpenArchitecture (CDMD-OA) ;developing Provisioning Technical Documentation (PTD)/LogisticsManagement Information (LMI) Data Packages utilizing the Interactive Computer-AidedProvisioning System (ICAPS).

      s.     TECHNICAL WRITER

Education:  Individual shall possess a minimum of a high school diploma or GED.

Experience:  Experience shall include the following: Two (2) years’ experience in the planning andpreparation of varied types of technical documentation on naval ship Hull, Mechanical, Electrical,Electronic, systems and equipment. A Bachelor’s Degree in English or Journalism may besubstituted for two years’ experience.   Experience in: the detailed information search andinterpretation of technical data in the preparation of technical documentation; developingtechnical documentation using either the Navy Publishing Application (NPA) or the Navy PMSEditor (NPE) or equivalent.

      t.     CAD/CAM OPERATOR/TECHNICAL ILLUSTRATOR

Education:  Individual shall possess a minimum of a high school diploma or GED.

Experience:  Experience shall include the following: Three (3) years of experience developing andrevising engineering drawings for shipboard systems for inclusion in technical documentation. Graduation from an accredited technical, vocational, or apprentice school drafting program may besubstituted for up to two (2) years of experience. Experience including use of AUTOCAD or otherequivalent technical documentation graphics/illustration software tools.

     u.      QUALITY ASSURANCE SPECIALIST

Education:  Individual shall possess a minimum of a high school diploma OR GED equivalent ORtrade school diploma OR industrial school diploma.

Experience: Experience shall include the following: Three (3) years’ experience required inperforming quality assurance inspections on technical documentation associated with naval shiphull, mechanical, electrical, and electronic systems.

      v.     ENGINEERING AIDE

Education:  Individual shall possess a minimum of a high school diploma OR GED equivalent ORtrade school diploma OR industrial school diploma.

Experience:  Experience shall include the following: One (1) year experience providing assistanceto engineers performing routine calculations and others tasks as assigned.  Experience using PCdesktop software (word processing, spreadsheet, presentation, desktop applications).

      w.     DATA ENTRY/TYPIST

Education:  Individual shall possess a minimum of a high school diploma or GED.

Experience:  Experience shall include the following: Three (3) years of experience in data entry.Capability to enter data into a number of computerized systems and review their work for

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 26 of 42 FINAL

 

correctness.  

8.0      PLACES OF PERFORMANCE

The majority of the work shall be performed at the Contractor's site.  On-site services may benecessary depending on specific requirements and shall be specified by the COR in TechnicalInstructions. 

Some work will require visits to industrial areas and onboard ships for ship checks, validations andtechnical assessments. The majority of this work is accomplished in-port but may require isolatedunderway periods.

9.0      TRAVEL 

The Contractor shall perform all travel necessary to accomplish the tasks contained in this taskorder.  At a minimum, the Contractor shall be prepared to travel in conjunction with vendor sitevisits, and to provide support at Government meetings. The Contractor shall be responsible formaking all travel arrangements.  Costs for transportation may be based upon mileage rates, actualcosts incurred, or a combination thereof, provided the method used results in a reasonable charge. Travel costs will be considered reasonable and allowable only to the extent that they do not exceedon a daily basis, the maximum per diem rates in effect at the time of the travel.  The Joint TravelRegulations (JTR), while not wholly applicable to contractors shall provide the basis for thedetermination as to reasonable and allowable. 

If all areas of the SOW are fully funded/executed, travel may be as required below:

Standard NAVSEA Integrated Publishing Process (SNIPP) Support:

Eight trips per year for two people for three days to Philadelphia, PA.

Four trips per year for two people for five days to Oxnard, CA.

Four trips per year for two people for four days to Crane, IN.

Two trips per year for two people for four days to Panama City, FL.

Two trips per year for two people for five days to San Diego, CA.

Two trips per year for two people for six days to Yokosuka, Japan

Two trips per year for two people for six days to Guam.

Technical Manual (TM) Development, Life Cycle Maintenance, and Delivery Support:

Six trips per year for two people for three days to Philadelphia, PA.

Four trips per year for two people for five days to Oxnard, CA.

Planned Maintenance System (PMS)/Technical Feedback Reports (TFBRs) Support:

Four trips per year for two people for three days to Philadelphia, PA.

Three trips per year for two people for three days to Jacksonville, FL.

Supply, Logistics, and ILS Certifications Support:

Four trips per year for two people for three days to Philadelphia, PA.

Three trips per year for two people for three days to Mechanicsburg, PA.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 27 of 42 FINAL

 

Training/Curriculum Development Support:

Six trips per year for two people for three days to Philadelphia, PA.

Three trips per year for two people for five days to San Diego, CA.

Three trips per year for two people for four days to Chicago, IL.

10.0      OVERTIME

The contractor shall submit to the Contracting Officer Representative (COR), a request to workovertime in support of meeting task milestones and needs of the Navy.  The Contracting Officer’sRepresentative (COR), after consulting with the Contracting Officer, will authorize overtime on acase-by-case basis.

11.0    SECURITY REQUIREMENTS

The contractor shall comply with the attached DD Form 254, Contract Security ClassificationSpecification, and any documents such as Classification Guides attached thereto or referencedtherein.

To properly support all aspects of this SOW, the contractor is required to have, or provide a plan tobe certified within thirty days of contract award, the following:

(1)   a secret facility clearance;

(2)     secret clearance for all key personnel with the exception of the NAVLOGTD TM ProjectCoordinator, Senior Training Development Specialist and Senior Technical Writer labor categories,which both require a confidential clearance;

(3)    an unclassified information system (network or stand-alone) certified by NAVNETWARCOM withan Authorization To Operate (ATO) and endorsed by NAVSEA 08Y and meeting the criteria inreferences (g), and (kk) through (oo), capable of processing unclassified Naval Nuclear PropulsionInformation (u-NNPI) data;

(4)   a capability to transfer electronic U-NNPI data files between the contractor and the Governmentvia a Government approved, (active ATO certified by NAVNETWARCOM) Managed CollaborativeEnvironment (MCE);

(5)   a classified information system (network or stand-alone) fully accredited by the Defense SecurityService (DSS) and meeting the criteria of reference (j), capable of processing classified data in aconfidential closed area, including classified Naval Nuclear Propulsion Information (c-NNPI) data;

(6)   a classified information scanning/capture system (network or stand-alone) fully accredited by theDefense Security Service (DSS) and meeting the criteria of reference (j), capable ofcapturing/scanning aperture cards and large-format paper in a confidential restricted area, includingclassified Naval Nuclear Propulsion Information (c-NNPI) data;

(7)   a classified information ATIS mimic test system (network or stand-alone) fully accredited by theDefense Security Service (DSS) and meeting the criteria of reference (j), capable of testingATIS-compliant products including classified Naval Nuclear Propulsion Information (c-NNPI) data, inenvironments that mimic those seen aboard ships and at shore facilities utilizing ATIS in aconfidential restricted area, including classified Naval Nuclear Propulsion Information (c-NNPI) data.

(8)     contractors will be required to have a SSBI background check to access DISA with privilegedaccess rights for IT Level I.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 28 of 42 FINAL

 

CONTRACTOR IDENTIFICATION

The Contractor employees shall identify themselves as Contractor personnel by introducingthemselves or being introduced as Contractor personnel and displaying distinguishable badges orother visible identification for meetings with Government personnel. In addition, Contractorpersonnel shall appropriately identify themselves as Contractor employees in telephoneconversations and in formal and informal written correspondence. 

5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA)

The contractor shall report contractor labor hours (including subcontractor labor hours) required forperformance of services provided under this contract for the Naval Surface Warfare Center CarderockDivision via a secure data collection site. Contracted services excluded from reporting are based onProduct Service Codes (PSCs). The excluded PSCs are:(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 is required to completely fill in all required data fields using the following web addresshttps://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year(FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all datashall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk,linked at https://doncmra.nmci.navy.mil.  

CAR-C02 ON-SITE ENVIRONMENTAL AWARENESS (AUG 2009)

(a) The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations,Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements.

(b) The contractor shall ensure that each contractor employee reads the document entitled, “Carderock DivisionEnvironmental Policy and Commitment” within 30 days of commencing performance at NSWCCD-SSES.   Thisdocument is available at

https://crbewebappdev.dt.navy.mil/intranet/documents/policy/Environmental Policy.pdf

(c) The contractor shall ensure that each contractor employee who will be resident at NSWCCD-SSES completesthe Environmental Management System (EMS) Awareness training within 30 days of commencing performance atNSWCCD-SSES.  This document is available at

https://crbewebappdev.dt.navy.mil/intranet/esh/documents/Contractor EMS Awareness Training.doc

(d)  The Contractor shall certify by e-mail to Paul Breeden/Code 023 ([email protected]) that on-siteemployees have read the “Carderock Division Environmental Policy and Commitment” and taken theEnvironmental Management System (EMS) Awareness training within 30 days of commencing performance atNSWCCD-SSES.  The e-mail shall include the employee name, work site, and contract number. 

CAR-C03 ON-SITE SAFETY AWARENESS (AUG 2009)

(a) The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations,Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements. (b) The contractor shall ensure that each contractor employee reads the document entitled, “Carderock DivisionOccupational Safety and Health Policy Statement” within 30 days of commencing performance at NSWCCD-SSES.  This document is available at: https://crbewebappdev.dt.navy.mil/intranet/documents/policy/OccupationalSafety.pdf 

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 29 of 42 FINAL

 

(c) The contractor shall ensure that each contractor employee who will be resident at NSWCCD-SSES completesthe Voluntary Protection Program (VPP) Awareness Training within 30 days of commencing performance atNSWCCD-SSES.  This document is available at:https://crbewebappdev.dt.navy.mil/intranet/esh/documents/VPP Awareness Training for Contractors.doc (d) The Contractor shall certify by e-mail to Thomas Egan/Code 022 ([email protected]) that employees haveread the “Carderock Division Occupational Safety and Health Policy Statement” and taken the Voluntary ProtectionProgram (VPP) awareness training within 30 days of commencing performance at NSWCCD-SSES.  The e-mailshall include the employees name, work site, and contract number. (e) The contractor shall submit their OSHA 300 Logs (injury/illness rates) within 30 days of commencingperformance at NSWCCD-SSES for review by the Safety Office (Code 022).  If a contractor’s injury/illness rates areabove the Bureau of Labor Statistics industry standards, a safety assessment will be performed by Code 022 todetermine if any administrative or engineering controls can be utilized to prevent further injuries/illnesses, or if anyadditional PPE or training will be required. (f) The contractor shall post their OSHA 300 Logs in a conspicuous place where employee notices are customarilyposted immediately upon commencing performance at NSWCCD-SSES. (g) Applicable contractors shall submit Total Case Incident Rate (TCIR) and Days Away, Restricted and Transfer(DART) rates for the past three years within 30 days of commencing performance at NSWCCD-SSES for review bythe Safety Office (Code 022).  A contractor meets the definition of applicable if its employees worked 1,000 hours ormore in any calendar quarter on site and were not directly supervised in day-to-day activities by the command.    (h) The contractor shall report all work-related injuries/illnesses that occurred while working at NSWCCD-SSES tothe Safety Office (Code 022).     (i) The contractor shall ensure that all contractor work at NSWCCD-SSES is in accordance with the OccupationalSafety and Health (OSH) Program Manual (NAVSSESINST 5100.14).  The OSH Program Manual is available at:https://crbewebappdev.dt.navy.mil/intranet/instr/s5100-14g.htm

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 30 of 42 FINAL

 

SECTION D PACKAGING AND MARKING

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 address of the Contractor

(2) contract number

(3) task order number

(4) sponsor: (To be specified on each individual Technical Instruction)

(Name of Individual Sponsor)

(To be specified on each individual Technical Instruction)

(Name of Requiring Activity)

(To be specified on each individual Technical Instruction)

(City and State)

 

Ship all reports/data to the following address:

Naval Surface Warfare Center Carderock Division5001 South Broad Street, Building 4Philadelphia, PA 19112ATTN: Christine Cassel, Code 9450 [email protected]

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

 

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 31 of 42 FINAL

 

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance will be performed by the Contracting Officer Representative, Ms. Christine Cassel, 9450.

[email protected]

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 32 of 42 FINAL

 

SECTION F DELIVERABLES OR PERFORMANCE

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

   

7000 9/29/2015 - 9/28/2016

7001 9/25/2015 - 9/24/2016

7002 9/25/2015 - 9/24/2016

9000 9/24/2015 - 9/23/2016

9001 9/25/2015 - 9/24/2016

9002 9/24/2015 - 9/23/2016

CLIN - DELIVERIES OR PERFORMANCE

The period of performance for the following items are as follows:

7000                   09/25/2015 - 09/24/20169000                   09/25/2015 - 09/24/2016

The period of performance for the following option items are as follows:

7100                    09/25/2016 - 09/24/20179100                    09/25/2016 - 09/24/2017

The period of performance for the following option items are as follows:

7200                    09/25/2017 - 09/24/20189200                    09/25/2017 - 09/24/2018

The period of performance for the following option items are as follows:

7300                     09/25/2018 - 09/24/20199300                     09/25/2018 - 09/24/2019

The period of performance for the following option items are as follows:

7400                     09/25/2019 - 04/03/20209400                     09/25/2019 - 04/03/2020

Period of performance for the basic period and option period is 60 months from task order award.

NOTE:  As the ordering period of the basic SeaPort contracts are scheduled to expire on04/04/2019, performance under any resultant task order will not extend beyond 04/03/2020.Based on the date of award, the final option period under the resultant task order may,therefore, be exercised for a period less than a full year, as appropriate."

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 33 of 42 FINAL

 

SECTION G CONTRACT ADMINISTRATION DATA

HQ-G-2-0003 CONTRACTING OFFICER'S REPRESENTATIVE LANGUAGE

Contracting Officer RepresentativeChristine Cassel, 94505001 South Broad Street, Building 4Philadelphia, PA [email protected] 215-897-7108

The Contractor shall forward a copy of all invoices to the Contracting Officer's Representative.

SEA 5252.216-9122 LEVEL OF EFFORT – ALTERNATE 1 (MAY 2010)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence inperformance of the work described in Sections B and C of this contract. The total level of effort forthe performance of this contract shall be total man-hours of direct labor, includingsubcontractor direct labor for those subcontractors specifically identified in the Contractor's proposalas having hours included in the proposed level of effort. 

(b) Of the total man-hours of direct labor set forth above, it is estimated that 0 man-hours areuncompensated effort. Uncompensated effort is defined as hours provided by personnel in excess of40 hours per week without additional compensation for such excess work. All other effort is definedas compensated effort. If no effort is indicated in the first sentence of this paragraph,uncompensated effort performed by the Contractor shall not be counted in fulfillment of the level ofeffort obligations under this contract.

(c) Effort performed in fulfilling the total level of effort obligations specified above shall onlyinclude effort performed in direct support of this contract and shall not include time and effortexpended on such things as (local travel to and from an employee's usual work location),uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at anemployee's residence or other non-work locations (except as provided in paragraph (i) below), orother time and effort which does not have a specific and direct contribution to the tasks described inSections B and C.

(d) The level of effort for this contract shall be expended at an average rate of approximately hours per week. It is understood and agreed that the rate of man hours per month may fluctuate inpursuit of the technical objective, provided such fluctuation does not result in the use of the totalman-hours of effort prior to the expiration of the term hereof, except as provided in the followingparagraph.

(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of directlabor to such an extent that the total man-hours of effort specified above would be used prior to theexpiration of the term, the Contractor shall notify the Contracting Officer in writing setting forth theacceleration required, the probable benefits which would result, and an offer to undertake theacceleration at no increase in the estimated cost or fee together with an offer, setting forth aproposed level of effort, cost breakdown, and proposed fee, for continuation of the work untilexpiration of the term hereof. The offer shall provide that the work proposed will be subject to theterms and conditions of this contract and any additions or changes required by then current law,regulations, or directives, and that the offer, with a written notice of acceptance by the ContractingOfficer, shall constitute a binding contract. The Contractor shall not accelerate any effort untilreceipt of such written approval by the Contracting Officer. Any agreement to accelerate will be

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 34 of 42 FINAL

 

formalized by contract modification.

(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditureof direct labor such that the total man-hours of effort specified in paragraph (a) above would beused prior to the expiration of the term. This order shall specify the acceleration required and theresulting revised term. The Contractor shall acknowledge this order within five days of receipt.

(g) The Contractor shall provide and maintain an accounting system, acceptable to theAdministrative Contracting Officer and the Defense Contract Audit Agency (DCAA), which collectscosts incurred and effort (compensated and uncompensated, if any) provided in fulfillment of thelevel of effort obligations of this contract. The Contractor shall indicate on each invoice the totallevel of effort claimed during the period covered by the invoice, separately identifyingcompensated effort and uncompensated effort, if any.

(h) Within 45 days after completion of the work under each separately identified period ofperformance hereunder, the Contractor shall submit the following information in writing to theContracting Officer with copies to the cognizant Contract Administration Office and to the DCAAoffice to which vouchers are submitted: (1) the total number of man-hours of direct labor expendedduring the applicable period; (2) a breakdown of this total showing the number of man-hoursexpended in each direct labor classification and associated direct and indirect costs; (3) abreakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable costincurred under the contract for the period. Within 45 days after completion of the work under thecontract, the Contractor shall submit, in addition, in the case of a cost underrun; (5) the amount bywhich the estimated cost of this contract may be reduced to recover excess funds. All submissionsshall include subcontractor information.

(i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimentalto contract performance, the Contractor may perform up to 10% of the hours at an alternativeworksite, provided the Contractor has a company-approved alternative worksite plan. The primaryworksite is the traditional "main office" worksite. An alternative worksite means an employee’sresidence or a telecommuting center. A telecommuting center is a geographically convenient officesetting as an alternative to an employee’s main office. The Government reserves the right to reviewthe Contractor’s alternative worksite plan. In the event performance becomes unacceptable, theContractor will be prohibited from counting the hours performed at the alternative worksite infulfilling the total level of effort obligations of the contract. Regardless of work location, all contractterms and conditions, including security requirements and labor laws, remain in effect. TheGovernment shall not incur any additional cost nor provide additional equipment for contractperformance as a result of the Contractor’s election to implement an alternative worksite plan.

(j) Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATIONOF FUNDS or LIMITATION OF COST clauses, as applicable, the period of performance may beextended and the estimated cost may be increased in order to permit the Contractor to provide allof the man-hours listed in paragraph (a) above. The contractor shall continue to be paid fee foreach man-hour performed in accordance with the terms of the contract. 

252.204-0005 Line Item Specific: by Cancellation Date.  (SEP 2009)

The payment office shall make payment using the ACRN with the earliest cancellation date first, exhausting allfunds in that ACRN before disbursing funds from the next. In the event there is more than one ACRN associatedwith the same cancellation date, the payment amount shall be disbursed from each ACRN with the samecancellation date in the same proportion as the amount of funding obligated for each ACRN with the samecancellation date.

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

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 35 of 42 FINAL

 

(a)  Definitions.  As used in this clause—

       “Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies aunit, 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 isdone external to the entitlement system.

       (b)  Electronic invoicing.  The WAWF system is the method to electronically process vendor payment requestsand receiving 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 forself-registration available at this web site.

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

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

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

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

                      Cost Voucher (Cost Reimbursable, T&M, LH or FPI)

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

                       Destination 

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

                                                                                  Routing Data Table*

Field Name in WAWF Data to be entered in WAWFPay Official DoDAAC   HQ0338

Issue By DoDAAC   N65540

Admin DoDAAC   S2404A

Inspect By DoDAAC   N65540

Ship To Code   SEE SECTION F

Ship From Code   N/A

Mark For Code   SEE SECTION D

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 36 of 42 FINAL

 

Service Approver (DoDAAC)   N/A

Service Acceptor (DoDAAC)   N65540

Accept at Other DoDAAC   N/A

LPO DoDAAC   N/A

DCAA Auditor DoDAAC   HAA473

Other DoDAAC(s)   N/A

                            (*Contracting Officer: Insert applicable DoDAAC information or “See schedule”                            if multiple ship to/acceptance locations apply, or “Not applicable.”)

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

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

              [email protected]  

      (g)  WAWF point of contact.

               (1)  The Contractor may obtain clarification regarding invoicing in WAWF from the followingcontracting activity’s WAWF point of contact. N65540 - Jameal Hollis;  email:  [email protected]; 215.897-7718                 Richard Ford; email: [email protected]; (301) 227-1116

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

 (End of clause)

HQ G-2-0009, Supplemental Instructions Regarding Electronic Invoicing (NAVSEA) (SEP 2012)

(a)  The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable,  at thelowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract lineitem number (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurredat that level.  Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries ofwork charged during the period covered as well as overall cumulative summaries by individual labor categories,rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs(ODCs), materials, and travel, by TI, SLIN, or CLIN level.  For other than firm fixed price subcontractors,subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime)invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced.  Supporting documentation may beencrypted before submission to the prime contractor for WAWF invoice submittal.  Subcontractors may emailencryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting costinformation directly to the CO and COR; or other method as agreed to by the CO.

(b)  Contractors submitting payment requests and receiving reports to WAWF using either ElectronicData Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an emailnotification to the COR and CO on the same date they submit the invoice in WAWF.  No paymentsshall be due if the contractor does not provide the COR and CO email notification as requiredherein.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 37 of 42 FINAL

 

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------

  

  

  

    

  

  

  

  

  

    

  

   

  

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 38 of 42 FINAL

 

SECTION H SPECIAL CONTRACT REQUIREMENTS

H-5 Task Order Process.

Ombudsman Description.

The Local Warfare Center Site Deputy for Small Business has been designated as the NAVSEA and related ProgramExecutive Offices Ombudsman for this contract. The NSWCCD Ombudsman will review complaints from thecontractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with theprocedures in the contract. Complaints to the NSWCCD Ombudsman must be forwarded to:

Ms. Irene KatacinskiEmail: [email protected]: 215-897-7596

CAR H11 – CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (DEC 2014)

a. In accordance with SECNAV M-5510.30 Chapters 5 and 6, all Contractor personnel that requireaccess to Department of Navy (DON) information systems and/or work on-site are designatedNon-Critical Sensitive/IT-II positions, which require an open investigation or favorable adjudicatedNational Agency Check (NACLC) by the Industrial Security Clearance Office (DISCO). Investigationsshould be completed using the SF- 86 Form and the SF-87 finger print card. An interim clearancecan be granted by the company Security Officer and recorded in the Joint Personnel AdjudicationSystem (JPAS). An open or closed investigation with a favorable adjudication is required prior toissuance of a badge providing access to NSWCCD sites and buildings. If an unfavorableadjudication is determined by DISCO all access will terminated.  For Common Access Card (CAC)card you must have a favorably adjudicated investigation, or a final security clearance.  A CAC Cardwill not be issued to contractors who has an interim security clearance. b. Within 30 days after contract award, the Contractor shall submit a list of all Contractor personnel,including subcontractor employees, who will have access to DON information systems and/or workon-site at one of the NSWCCD sites to the appointed Contracting Officer Representative (COR) viaemail. The Contractor shall provide each employee's first name, last name, contract number, theNSWCCD technical code, work location, whether or not the employee has a CAC card and/or swipecard, the systems the employee can access (i.e., NMCI, RDT&E), and the name of the Contractor'slocal point of contact, phone number and email address. Throughout the period of performance ofthe contract, the Contractor shall immediately provide any updated information to the COR whenany Contractor personnel changes occur including substitutions or departures.

5252.242-9115  TECHNICAL INSTRUCTIONS (APR 1999) 

(a)  Performance of the work hereunder may be subject to written technical instructions signed by theContracting Officer's Representative specified in Section G of this contract.  As used herein, technicalinstructions are defined to include the following: 

       (1)  Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis,fill in details or otherwise serve to accomplish the contractual statement of work. 

       (2)  Guidelines to the Contractor which assist in the interpretation of drawings, specifications ortechnical portions of work description.

(b)  Technical instructions must be within the general scope of work stated in the contract.  Technicalinstructions may not be used to:  (1) assign additional work under the contract; (2) direct a change as

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 39 of 42 FINAL

 

defined in the "CHANGES" clause of this contract; (3) increase or decrease the contract price orestimated contract amount (including fee), as applicable, the level of effort, or the time required forcontract performance; or (4) change any of the terms, conditions or specifications of the contract. 

(c)  If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the

contract or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in

writing within ten (10) working days after the receipt of any such instruction.  The Contractor shall not

proceed with the work affected by the technical instruction unless and until the Contractor is notified by

the Contracting Officer that the technical instruction is within the scope of this contract. 

(d)  Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performingthat portion of the contractual work statement which is not affected by the disputed technicalinstruction.

(End of Text)

SEA 5252.232-9104 ALLOTMENT OF FUNDS – ALTERNATE I (JAN 2008)

(a) This contract is incrementally funded with respect to both cost and fee. The Amounts presently available andallotted to this contract for payment of base fee, if any, and award fee are set forth below. Base fee amount is subjectto the clause entitled "FIXED FEE"(FAR 52.216-8). Award fee amount is subject to the requirements delineated in.The amount(s) presently available and allotted to this contract for payment of cost for incrementally fundedCLINs/SLINs is set forth below. As provided in the clause of this contract entitled "LIMITATION OF FUNDS"(FAR 52.232-22), the CLINs/SLINs covered thereby, and the period of performance for which it is estimated theallotted amount(s) will cover are as follows:

ESTIMATED

ITEM(S)   EST COST    BASE FEE    AWARD FEE     PERIOD OF PERFORMANCE                  $                     $                     $

(b) The parties contemplate that the Government will allot additional amounts to thiscontract from time to time for the incrementally funded CLINs/SLINs by unilateralcontract modification, and any such modification shall state separately the amount(s)allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, andthe period of performance which the amount(s) are expected to cover.

(c) CLINs/SLINs are fully funded and performance under these CLINs/SLINsis subject to the clause of this contract entitled "LIMITATION OF COST"(FAR 52.232-20).

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

(End of Text)

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 40 of 42 FINAL

 

SECTION I CONTRACT CLAUSES

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 within30 days prior to completion of the base period; provided that the Government gives the Contractor apreliminary written notice of its intent to extend at least 60 days before the contract expires. Thepreliminary notice does not commit the Government to an extension.

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

(c) The total duration of this contract, including the exercise of any options under this clause, shallnot exceed five years.

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

(a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed or the overtime premium is paid for work --

1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns ofproduction equipment, or occasional production bottlenecks of a sporadic nature;

(2) By indirect-labor employees such as those performing duties in connection with administration, protection,transportation, maintenance, standby plant protection, operation of utilities, or accounting;

(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances,and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completedotherwise; or

(4) That will result in lower overall costs to the Government.

(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimatedovertime for contract completion and shall—

(1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together withpresent workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluatethe necessity for the overtime;

(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;

(3) Identify the extent to which approval of overtime would affect the performance or payments in connection withother Government contracts, together with identification of each affected contract; and

(4) Provide reasons why the required work cannot be performed by using multishift operations or by employingadditional personnel.

* Insert either “zero” or the dollar amount agreed to during negotiations. The inserted figure does not apply to theexceptions in paragraph (a)(1) through (a)(4) of the clause.

(End of Clause)

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 41 of 42 FINAL

 

SECTION J LIST OF ATTACHMENTS

Attachment 1 - Cost Summary Format

Attachment 2 - Direct Labor Rate Substantiation Table

Attachment 3 - Seaport Standard Ratings Definition (Tables 1, 4 & 5)

Attachment 4 - Burn Rate Analysis Report

Attachment 5 - Incurred Costs Report

Attachment 6 - CDRLs A001 Thru A006

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 EHP5 PAGE

 42 of 42 FINAL