32
1. CONTRACT NO. N00178-04-D-4068 2. DELIVERY ORDER NO. HR08 3. EFFECTIVE DATE 2014 Dec 31 4. PURCH REQUEST NO. 1300465006 5. PRIORITY Unrated 6. ISSUED BY CODE N61331 7. ADMINISTERED BY CODE S1002A 8. DELIVERY FOB NSWC, PANAMA CITY 110 Vernon Avenue Panama City FL 32407-7001 DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS Innovative Professional Solutions 8317 Front Beach Road, Suite 17D2 Panama City Beach FL 32407-4804 X SMALL 12. DISCOUNT TERMS Net 30 Days WIDE AREA WORK FLOW SMALL DISADVANTAGED X 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. Innovative Professional Solutions Terence Houghton President _____________________________________ _____________________________________ ______________________________________________ ____________________________ 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 $320,829.04 26. DIFFERENCES BY: /s/Jenetta L Langston 11/21/2014 CONTRACTING/ORDERING OFFICER 27a. QUANTITY IN COLUMN 20 HAS BEEN INSPECTED RECEIVED ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED: ___ ___________________________________________________ b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE c. DATE d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28. SHIP NO. 29. D.O. VOUCHER NO. 30. INITIALS PARTIAL 32. PAID BY 33. AMOUNT VERIFIED CORRECT FOR f. TELEPHONE g. E-MAIL ADDRESS FINAL 31. PAYMENT 34. CHECK NUMBER 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. COMPLETE a. DATE b. SIGNATURE AND TITLE OF CERTIFYING OFFICER PARTIAL 35. BILL OF LADING NO. FULL 37. RECEIVED AT 38. RECEIVED BY (Print) 39. DATE RECEIVED 40. TOTAL CON-TAINERS 41. S/R ACCOUNT NUMBER 42. S/R VOUCHER NO. DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF 2

PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

1. CONTRACT NO.

N00178-04-D-40682. DELIVERY ORDER NO.

HR083. EFFECTIVE DATE

2014 Dec 314. PURCH REQUEST NO.

13004650065. PRIORITY

Unrated6. ISSUED BY CODEN61331 7. ADMINISTERED BY CODE S1002A 8. DELIVERY FOB

NSWC, PANAMA CITY110 Vernon AvenuePanama City FL 32407-7001

DCMA ORLANDO3555 MAGUIRE BLVD.ORLANDO FL 32803-3726

  DESTINATION

  OTHER

 (See Schedule if other)

9. CONTRACTOR CODE1XZW5 FACILITY 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X IF BUSINESS IS

Innovative Professional Solutions8317 Front Beach Road, Suite 17D2Panama City Beach FL 32407-4804

 X SMALL

12. DISCOUNT TERMS

Net 30 DaysWIDE AREA WORK FLOW

    SMALLDISADVANTAGED

 X 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.

 Innovative Professional Solutions    Terence Houghton President

  

_____________________________________ _____________________________________ ______________________________________________ ____________________________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 $320,829.0426.DIFFERENCES

 

BY: /s/Jenetta L Langston        11/21/2014CONTRACTING/ORDERING OFFICER

 

27a. QUANTITY IN COLUMN 20 HAS BEEN

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

b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 c. DATE

 d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENTREPRESENTATIVE

 

 e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 28. SHIP NO.

 29. D.O. VOUCHER NO.

 30. INITIALS  

 

 PARTIAL 32. PAID BY

 33. AMOUNT VERIFIED CORRECT FOR

 f. TELEPHONE

 g. E-MAIL ADDRESS

   FINAL

31. PAYMENT 34. CHECK NUMBER

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

COMPLETE

a. DATE

 b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

   PARTIAL 35. BILL OF LADING NO.

 

 FULL

37. RECEIVED AT

 38. RECEIVED BY (Print)

 39. DATE RECEIVED

 40. TOTALCON-TAINERS

 

41. S/R ACCOUNT NUMBER

 42. S/R VOUCHER NO.

 

DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. 

                                                                              

ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF

2

Page 2: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

GENERAL INFORMATION

1. Award is made for the base period (CLINs 7000 and 9000) in the cost-plus-fixed-fee amount of $320,829.04.

2. This task order is funded as follows:

Base Year Ceiling FROM BY TO UNFUNDED

FUNDEDCOST   

 $    300,365.82  $                       -     $       23,647.94  $       23,647.94  $ 276,717.88

FUNDED FEE     $     10,822.55  $                       -     $           852.06  $           852.06  $     9,970.49

FUNDED ODCs  $      9,640.67  $                       -       $                       -     $     9,640.67

TOTAL     $    320,829.04  $                       -       $       24,500.00  $ 296,329.04

3.  SLIN 700001 has been incorporated into the Task Order and funded in the amount of $24,500.00.

The period of performance for each CLIN is identified in Section F Deliverables or Performance.

A conformed copy of this Task Order is attached to this modification for informational purposes only. 

The total amount of funds obligated to the task is hereby increased from $0.00 by $24,500.00 to$24,500.00.

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

700001 SCN 0.00 24,500.00 24,500.00

The total value of the order is hereby increased from $311,188.37 by $9,640.67 to $320,829.04.

CLIN/SLIN From ($) By ($) To ($)

9000 0.00 9,640.67 9,640.67

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

CLIN/SLIN From To

7000 12/31/2014 - 12/30/2015

7001 12/31/2015 - 12/30/2016

7002 12/31/2016 - 12/30/2017

9000 12/31/2014 - 12/30/2015

9001 12/31/2015 - 12/30/2016

9002 12/31/2016 - 12/30/2017

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 2 of 2 FINAL

 

Page 3: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

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

7000 R699 CPFF Base Year. See Section B Notes A &

D. NON-PERSONAL SERVICES. The

Contractor shall provide logistical

support for the AN/KSQ-1(V) Amphibious

Direction System in accordance with the

Peformance Work Statement (PWS)

contained in Section C; DD Form 254,

Department of Defense Contract Security

Classification Specification contained

in Section J; DD Form 1423-2, Contract

Data Requirements List(CDRL) contained

in Section J; and all other SectionJ

attachments. (Fund Type - TBD)

4921.0 HR $300,365.82 $10,822.55 $311,188.37

700001 R699 Add incremental funding from PR

1300465006 (SCN)

7001 R699 CPFF Option 1. See Section B Notes A,

B, & D. NON-PERSONAL SERVICES. The

Contractor shall provide logistical

support for the AN/KSQ-1(V) Amphibious

Direction System in accordance with the

Peformance Work Statement (PWS)

contained in Section C; DD Form 254,

Department of Defense Contract Security

Classification Specification contained

in Section J; DD Form 1423-2, Contract

Data Requirements List(CDRL) contained

in Section J; and all other SectionJ

attachments. (Fund Type - TBD)

4921.0 HR $306,374.26 $11,039.00 $317,413.26

Option

7002 R699 CPFF Option 2. See Section B Notes A,

B, & D. NON-PERSONAL SERVICES. The

Contractor shall provide logistical

support for the AN/KSQ-1(V) Amphibious

Direction System in accordance with the

Peformance Work Statement (PWS)

contained in Section C; DD Form 254,

Department of Defense Contract Security

Classification Specification contained

in Section J; DD Form 1423-2, Contract

Data Requirements List(CDRL) contained

in Section J; and all other SectionJ

attachments. (Fund Type - TBD)

4921.0 HR $312,501.04 $11,259.78 $323,760.82

Option

For ODC Items:

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 1 of 30 FINAL

 

Page 4: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

Item PSC Supplies/Services Qty Unit Est. Cost

9000 R699 Base Year. See Section B Notes C& D. Not-To-Exceed (NTE) Other Direct

Cost (ODC)in support of CLIN 7000. (Fund Type - TBD)

1.0 LO $9,640.67

9001 R699 Option 1. See Section B Notes B, C, & D. Not-To-Exceed (NTE) Other

Direct Cost (ODC)in support of CLIN 7001. (Fund Type - TBD)

1.0 LO $9,978.09

Option

9002 R699 Option 2. See Section B Notes B, C, & D. Not-To-Exceed (NTE) Other

Direct Cost (ODC)in support of CLIN 7002. (Fund Type - TBD)

1.0 LO $10,327.34

Option

NOTES: NOTE A: TERM FORM, LEVEL OF EFFORTFor Labor Items, Offerors shall propose the level of effort specified for this CLIN in this Section B.  The CLIN structure andcorresponding level of effort in this Section B reflects the Task Order structure that will be awarded to each successful Offeror.  ThePAYMENT OF FEE(S) (LEVEL OF EFFORT) clause applies to these Items. 

NOTE B: OptionCLIN which may be unilaterally exercised. 

NOTE C: ODCOther Direct Costs shall be proposed in accordance with Section L.  These Items are non-fee bearing CLINs and shall be pricedas cost-only.  Non-fee bearing refers to fee (i.e., profit), not allowable indirect costs or burdens.

NOTE D:  CONTRACTS CROSSING FISCAL YEARSIn accordance with DFARS 232.703-3, this Task Order includes severable services that begin in one fiscal year and end in the nextfiscal year.  When applicable, CLINs and SLINs that invoke 10 U.S.C. 2410(a) authority shall include "2410(a) authority ishereby invoked" in their respective Section B details. 

 HQ B-2-0015 PAYMENTS OF FEE(S) (LEVEL OF EFFORT – ALTERNATE 1) (NAVSEA) (MAY 2010) (a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee" in cost-plus-award-fee typecontracts, or "fixed fee" in cost-plus-fixed-fee type contracts for level of effort type contracts.  (b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled"FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE"(FAR 52.216-10), as applicable.  Such payments shall be submitted by andpayable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR 52.216-7),subject to the withholding terms and conditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paidfee at the hourly rate(s) specified above per man-hour performed and invoiced.  Total fee(s) paid to the Contractor shall not exceed the feeamount(s) set forth in this contract.  In no event shall the Government be required to pay the Contractor any amount in excess of thefunds obligated under this contract. 

CLIN   PERIOD OF PERFORMANCE LABORHOURS 

FIXED FEE PERLABOR HOUR 

7000 Award through 12 months 4,921  $               2.199

7001Exercise of Option through 12months thereafter

4,921  $               2.243

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 2 of 30 FINAL

 

Page 5: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

7002Exercise of Option through 12months thereafter 

4,921  $               2.288

(End of Text)

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 3 of 30 FINAL

 

Page 6: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT

FOR

AMPHIBIOUS ASSAULT DIRECTION SYSTEM

LOGISTICS and TRAINING SUPPORT

NAVAL SURFACE WARFARE CENTER, PANAMA CITY, FL

1.0 SCOPE The AN/KSQ-1(V) Amphibious Assault Direction System (AADS) provides over the horizon command and control andsituational awareness capabilities of all Enhanced Position Location Reporting System (EPLRS) equipped units during theship to shore movement of expeditionary forces.  The Naval Surface Warfare Center, Panama City Division (NSWC PCD)provides technical and logistics support for the development and sustainment of AADS.  The Contractor shall supportNSWC PCD to meet program goals of the AADS and each Expeditionary Strike Group (ESG) where the AADS is to beinstalled.  The Contractor shall  provide AADS Logistics Binders and Compact Diskettes (CDs) copies of the TechnicalManuals (TMs), Allowance Lists, and Integrated Logistics Support (ILS) Verification Checklists and other ILSdocumentation in accordance with the Fleet Modernization Program (FMP) Manual and NSTS 9090-310C, develop allthe necessary training material and documentation for the AADS, and support NSWC PCD in the training of key Navypersonnel in the operation and maintenance of the AADS.  1.1 Acronym List

AADS Amphibious Assault Directions System

AADSIU Amphibious Assault Directions System Interface Unit

ACG Amphibious Command Group

ACU Assault Craft Units

AEL Allowance Equipage Lists

APL Allowance Parts List

AQL Acceptable Quality Level

CBT Computer Based Training

CDMD-OA Configuration Data Managers Database- Open Architecture

COMSEC Communication Security

CONUS Continental United States

COR Contracting Officer Representative

COTS Commercially Available Off-The-Shelf

CRB Configuration Review Board

CUI Control Unclassified Information

DOD Department of Defense

DON Department of Navy

ECP Engineering Change Proposal

EPLRS Enhanced Position Location Reporting System

e-PMS Electronic Preventive Maintenance Systems

ESG Expeditionary Strike Group

EWTGLANT Expeditionary Warfare Training Group, Atlantic

FAR Federal Acquisition Regulation

FMP Fleet Modernization Program

FOUO For Official Use Only

FSTR ULSS Flexible Spiral Technology Research User's Logistic Support Summary

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 4 of 30 FINAL

 

Page 7: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

GFI Government Furnished Information

ICAPS Interactive Computer Aided Provisioning Systems

ILS Integrated Logistics Support

MIP Maintenance Index Page

MRC Maintenance Requirements Card

NAVSEALOGCEN Naval Sea Systems Command Logistics Center Norfolk

NDE Navy Data Environment

NSWC PCD Naval Surface Warfare Center Panama City Division

ODC Other Direct Costs

OJT On the Job Training

OPSEC Operations Security

PCO Procuring Contracting Officer

PMS Preventative Maintenance System

PMSMIS Planned Maintenance System Management Information System

PTD Provisioning Technical Document

PWS Performance Work Statement

RCM Reliability-Centered Maintenance

RRG Radio Relay Group

S&TE Support and Test Equipment

SCLSI Ship Configuration Logistics Support Information

SID Ship Installation Drawings

SME Subject Matter Expert

SUM Software User's Manual

TDMIS Technical Data Management Information System

TM Technical Manual

UTG User Terminal Group

  2.0 APPLICABLE DOCUMENTS The following documents, of the exact issue shown, form a part of this performance work statement (PWS) to the extentspecified herein.  In the event of conflict between the document referenced and the contents of this PWS, the contents ofthis PWS shall take precedence.  Second tier and lower reference documents (i.e., documents referenced in the primaryreference) shall be for guidance only. 2.1 Military Specifications  

(a)       MIL-STD 3034 Department of Defense Standard Practice Reliability-Centered Maintenance (RCM) Process 21 January2011

(b)      MIL-PRF-49506, Performance Specification for Logistics Management Information  11 Nov 1996(c)       NAVEDTRA 130, Task Based Curriculum Development Manual(d)      NAVEDTRA 134, Navy Instruction Manual

 Military standards and specifications are available for no charge at http://quicksearch.dla.mil/.

 2.2 Other Documents

(a)       TechAmerica Standard GEIA-STD-0007-B, Logistics Product Data 01 Jun 2010  3.0 REQUIREMENTS The Contractor shall coordinate with the NSWC PCD Contract Specialist to conduct a kick-off meeting within ten (10)working days after award of the Task Order.  The Contractor shall conduct the appropriate check-in and check-outprocedures. (CDRL A010) 

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 5 of 30 FINAL

 

Page 8: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

The Contractor shall provide logistics and training support to NSWC PCD.  Logistics support will involve developingand revising the ILS Supporting Documentation, TMs, and other logistics and tactical documents required to support theAADS. Training support will involve developing and revising the AADS training material, and supporting NSWC PCDin the training of AADS to Navy personnel..  Contractor support is required as defined in the following tasks. 3.1 Task 1 – Technical Manual (TM) Support The Contractor shall provide required TM changes to support the AADS.  The Contractor shall review and revise theAmphibious Command Group (ACG), User Terminal Group (UTG), Radio Relay Group (RRG) Operation andMaintenance Manuals and Software User’s Manual (SUM).  Using the existing manuals the Contractor shall develop achange page or TM Revision as required by the Contracting Officer Representative (COR) to reflect current AmphibiousCommand Group (ACG) and UTG configurations.  NSWC PCD will provide technical input and drawings to assist withthe revisions.  The Contractor shall develop and deliver the draft TM revisions.  The Government will review and provideadditional inputs and comments.  The Contractor shall review comments, incorporate inputs, and deliver the updated TMRevisions.  The Contractor shall obtain an account in the Technical Data Management Information System (TDMIS) oranother government directed system as required by the COR.  (CDRL A001)  3.2 Task 2 – Preventative Maintenance System (PMS) The Contractor shall research the AADS PMS tasks within Maintenance Index Page (MIP) 4121/072 and identify requiredadjustments.  The Contractor shall review Technical Feedback Reports (TFBRs), received from Naval Sea SystemsCommand Logistics Center Norfolk (NAVSEALOGCEN), for information identified by the fleet for change on theMIPs/Maintenance Requirements Card(MRC)s.  The Contractor shall update MIPs/MRCs for review by using the BackFit Process.  For any new PMS development the Contractor shall use the Reliability-Centered Maintenance (RCM)process.  The Contractor shall identify procedures, skill levels, and support and test equipment (S&TE) required for PMSto support the AADS.  The Contractor shall have a person(s) who is/are Level I and II Certified in RCM.  The Contractorshall obtain an account in the Preventative Maintenance System Management Information System (PMSMIS) and

Electronic Preventive Maintenance Systems (e-PMS) systems or another Government directed system as required by theCOR. (CDRL A003) 3.3 Task 3 – Provisioning Technical Documentation (PTD) The Contractor shall update the AADS Allowance Parts List (APL)/Allowance Equipage Lists (AELs) as required by theCOR.  The Contractor shall revise PTD as required by the COR to reflect upgrades for the Computer Workstation, theAmphibious Assault Directions System Interface Unit (AADSIU), and other interfaces to revise user APLs and AEL.  APLPackages in Logistics Binders shall be produced using current APL information.  Provisioning updates shall be deliveredusing Interactive Computer Aided Provisioning Systems (ICAPS) or another government directed system as required bythe COR.  Provisioning updates shall be delivered as required by the COR.  The Contractor shall obtain an account in theICAPS system or another government directed system as required by the COR. (CDRL A002) 3.4 Task 4 – Logistics Support Binders Integration of AADS will require that complete logistics support be provided to L-ships and Assault Craft Units (ACUs). The Contractor shall develop Logistics Support Binders in tabulated format and CDs shall include a digital copy ofdocumentation.  The Contractor shall laminate Operator Cue Cards as excerpts from Chapter 2 of the ACG  TM and theSoftware User's Manual (SUM).  The schedule of ship and craft installations during this period will be provided asGovernment Furnished Information (GFI).  The Contractor shall include the following items in Logistics Support Binders(CDRL A004): ·        ILS Certifications from SHIPMAIN process·        Ship Installation Drawings (SIDs) (GFI - when applicable)·        Allowance Parts List/Allowance Equipage Lists (APL/AEL) Packages·        SCLSI Report for input to configuration data·        Technical Manuals for ACG and UTG platforms and RRG, when applicable·        Software User’s Manual·        MIPs/MRCs for PMS Support·        Commercially available off-the-shelf (COTS) Technical Data·        Operating Instructions on Laminated Cue Cards·        DD 1149 Forms for Ship/ACU delivery of the Binder and CD

 

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 6 of 30 FINAL

 

Page 9: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

3.5 Task 5 - Configuration Data Managers Database - Open Architecture, (CDMD-OA) The Contractor shall update CDMD-OA as required by the COR to track the status and maintenance of AADS alterations,equipment, and its related logistics items (drawings, manuals, etc.) on ships.  The Contractor shall print the ShipConfiguration Logistics Support Information (SCLSI) report from CDMD-OA and include it in the ILS Binder.  TheContractor shall obtain an account in the CDMD-OA system or another government directed system as required by theCOR. (CDRL A005) 3.6 Task 6 – Navy Data Environment (NDE) Updates The Contractor shall update or create NDE ILS Certification Forms for AADS Ship Alteration.   The Contractor shallcreate or update PMS 377 ILS Certification Forms or Craft Change Document (CCD) Forms for AADS Alteration.  The

Contractor shall have a Navy Data Environment (NDE) account as well as the ILS module account or another governmentdirected system as required by the COR. (CDRL A006) 3.7 Task 7 – Other Documentation and Logistics Support The Contractor shall update other logistics documentation and tactical publications as required by the COR. (CDRLA008)

3.8 TASK 8 – Development and Maintenance of AADS Training Material The Contractor shall provide support for AADS training.  The Contractor shall develop and maintain course material forAADS in accordance with the Navy Standard NAVEDTRA 130B or NAVEDTRA 134 in conjunction with the Authoring

Instructional Materials (AIM) software or another government directed system.  The Contractor shall also provide technicalinput for the development of training material.  (CDRL A009)

 3.9 TASK 9- Training and Fleet Support The Contractor shall support AADS training and fleet support on a full-time basis.  The Contractor shall assist in scheduling classes forNavy personnel and setting up and maintaining the AADS Training Environment Lab during training evolutions at ExpeditionaryWarfare Training Group, Atlantic, (EWTGLANT) located at Virginia Beach, Virginia.  The Contractor shall be present atEWTGLANT to support the quarterly AADS training sessions.  Each training session lasts approximately five weeks, or 20 weekstotal for the year.   Contractor support at EWTGLANT shall consist of but is not limited to preparing classroom material, setting upclassroom equipment, troubleshooting and repairing classroom equipment, conducting portions of AADS training, answeringquestions, assisting students with equipment, and grading exams.  The contractor shall also support other AADS fleet supportoperations and AADS On-the-Job Training, (OJT) at various amphibious ships and units based in the vicinity of Norfolk, Virginia. This includes assisting Navy personnel and civilians in using, installing, troubleshooting, and repairing AADS equipment aboardships, craft, and land-based units.                              3.10 Task10 – Meeting Support The Contractor shall provide support to the Project Manager of AADS at NSWC PCD by attending the weekly projectand bi-monthly Configuration Review Board (CRB) Meetings.  Specific support includes reviewing Engineering ChangeProposal (ECP)s, providing logistics impact assessments to ECPs, consulting, identifying and resolving ILS issues tomitigate risks regarding logistics support.  Subject matter expert (SME)s exchange valuable information during thesemeetings that can affect logistics and training.  The Contractor shall use the logistics and training information exchangedduring these meetings to  integrate changes into technical manuals, MIP/MRCS, provisioning, cue cards, and trainingmaterial. 3.11 Task 11 – Monthly Status Reports The Contractor shall prepare Monthly Status Reports in accordance with DI-MGMT-80368A.  Each report shallsummarize the Contractor’s efforts for the previous month, including logistics and training impacts identified, meetingsattended, and ILS/Training issues and responses. (CDRL A007) 3.12 Travel 

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 7 of 30 FINAL

 

Page 10: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

The Contractor may be required to travel to CONUS locations for each year of the effort.  Travel destination and duration is estimated asfollows:  One trip to Panama City, Florida one person for approximately 7 days duration to provide logistics and training support toNSWC PCD.  Before initiating any travel, the Contractor shall submit a detailed estimate of the expected travel cost (airfare, lodging,per diem, rental car, etc.) to the COR and obtain concurrence from the COR and approval from the Contracting Officer.

3.13 Purchases Only items directly used for this Task Order, for work within the scope of the PWS, shall be purchased under the OtherDirect Cost (ODC) line items.  Individual purchases less than $3,000 will be approved by the COR and shall be itemizedon the invoice.  Individual purchases above $3,000 shall be approved by the Contracting Officer prior to purchase by theContractor.  The purchase request shall be itemized and contain the cost or price analysis performed by the Contractor todetermine the reasonableness of the pricing.. The request and supporting documentation shall be submitted to the COR)forconcurrence prior to being submitted to the Contracting Officer for approval.   Information Technology (IT) equipment orservices must be approved by the proper NSWC PCD approval authority.  All IT requirements, regardless of dollaramount, submitted under this Task Order shall be submitted to the Contracting Officer for review and approval prior topurchase.   The definition of information technology is identical to that of the Clinger-Cohen Act, that is, any equipmentor interconnected system or subsystem of equipment that is used in the automatic acquisition, storage, manipulation,management, movement, control, display, switching, interchange, transmission, or reception of data or information. Information technology includes computers, ancillary equipment, software, firmware and similar procedures, services(including support services), and related resources.  All procurements will be procured in accordance with applicablecontract clauses and shall be traceable back to contractor monthly reports.  FAR Clause 52.245-1 is applicable. 3.14 Safety & Health The requirements of this task order may require Contractor personnel to come in contact or be exposed to hazardousconditions. The Contractor shall develop and submit a worksite safety plan for Government approval.  The Contractorshall implement the approved worksite safety plan for the life of the task order.   (CDRL A011) 3.15 Quality Assurance The Government will evaluate the Contractor’s performance to ensure Contractor provided services meet contractrequirements.  When an Acceptable Quality Level (AQL) in paragraph 3.17 below has not been met or Contractorperformance has not been accomplished, the COR will contact the Contracting Officer for corrective action.  Procedures setforth in FAR Clause 52.246-5, “Inspection of Services-Cost Reimbursement” will be used to remedy all deficiencies. 3.16 Performance Based Requirements This requirement is performance based. The Contractor's performance will be evaluated by the Government in the areaslisted below. The Task Order will be evaluated in accordance with FAR 42.15 following the policy and procedures of42.1502 and 42.1503.  The first evaluation will cover the period ending six months after date of Task Order award withsuccessive evaluations being performed prior to the exercise of available options thereafter until the Contractor completesperformance under all tasks.  Evaluations will be posted to the Contractor Performance Assessment Report System(CPARS). The Contractor’s performance under this task order will be evaluated in the following areas:- Quality of Product/Service- Schedule- Cost Control- Business Relations- Management of Key Personnel The following five level assessment rating system will be used to evaluate a Contractor's performance. 

Overall Performance Rating Standard

Exceptional Performance meets contractual requirements and exceeds many to the Government'sbenefit. The contractual performance of the element or sub-element being assessed wasaccomplished with few minor problems for which corrective actions taken by thecontractor were highly effective.

 The Contractor may obtain more information regarding the CPARS process at the following internet site:http://cpars.navy.mil.

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 8 of 30 FINAL

 

Page 11: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

 3.17 Performance Objectives, Standards and Acceptable Quality Levels Task order service requirements are summarized below into Performance Objectives, Performance Standards, andAcceptable Quality Levels that relate directly to mission essential items.  The performance thresholds describe theminimally acceptable levels of service required for each requirement and are considered critical to mission success.Procedures as set forth in the FAR 52.246-5, Inspection of Services – Cost Reimbursement, shall be utilized to remedy alldeficiencies. 

Performance WorkStatement (PWS)

SectionPerformance Objective Performance Standard Acceptable Quality Level (AQL)

PWSParagraph 3.0

Provide qualified logistics andanalytical staff  in support ofTask Order requirements

90% of personnel vacancies arefilled within 30 days,performance issues are resolvedwithin one (1) day of anyoccurrence

Staff is maintained and productive

PWSParagraph 3.1  – 3.7

Contractor prepares, reviews,and revises programmatic andlogistics documentation

Documents are technicallyaccurate and grammaticallycorrect. Documents andrevisions are delivered IAWagreed upon schedules.

Technical and user’s manuals anddocumentation are 90% complete bydue date.

PWSParagraph 3.8-3.9

Contractor provides AADStraining as required at variouslocations.

Course material is technicallyaccurate and grammaticallycorrect. Material written inaccordance with NAVEDTRA130B and NAVEDTRA 134.Documents and revisions aredelivered IAW agreed uponschedule

Documentation produced, reviewed,and presented to meet acceptance andare 90% complete by due date

PWSParagraph 3.11

Contractor provides  MonthlyStatus Reports  on a timelybasis.

90% of reports are provided bydue dates.

Data is accurate, complete, timely

Contractor monitors costexpenditures and progresstowards completion of assignedwork and reports cost/progressin the Monthly Status Reports

Report shall containdescriptions of all activities bytask

Submit by the 5th of each month inthe established format

 4.0  GOVERNMENT FURNISHED INFORMATION NSWC PCD will provide the Contractor with the schedule of ship and craft installations documentation and shipinstallation drawings as appropriate and as required for individual tasking within 30 calendar days after award of task orderand within 5 calendar days of Contractor request.   The Contractor shall return all Government furnished information (GFI)to NSWC PCD upon completion of the delivery order. 5.0  SECURITY The highest security classification for work under this PWS is SECRET.  Access to classified documents and data will berequired, but all deliverables shall be unclassified.  The Contractor shall ensure that all personnel assigned to the delivery

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 9 of 30 FINAL

 

Page 12: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

order are certified for the appropriate security classification.  The Contractor shall follow all local security proceduresdictated and as required by DD Form 254, Department of Defense Contract Security Classification Specification.  TheContractor shall be qualified to handle Communication Security (COMSEC) gear such as KOK-23, AN/PYQ-10, andEPLRS RT-1720.  Classified information shall not be transferred electronically or telephonically over unsecured nets. Safeguarding of classified data and information are defined in DoD 5520.22-M and DoD 5200.1-R. All unclassifiedportions of such data and information shall be defined as sensitive information and be protected under Public Law 100-235.Paragraphs 5.5 and 5.6 apply to protection of sensitive as well as classified information regardless of the media on which itis stored. 5.1 Minimum Requirements for Access to Controlled Unclassified Information (CUI) Prior to access, Contractor personnel requiring access to DON controlled unclassified information (CUI) or "user levelaccess to DON or DoD networks and information systems, system security and network defense systems, or to systemresources providing visual access and/or ability to input, delete or otherwise manipulate sensitive information withoutcontrols to identify and deny sensitive information" Contractors must have clearance eligibility, or submit an ElectronicQuestionnaire for Investigation Processing (SF 86) to NSWC PCD Security for processing and subsequent adjudication bythe DON Central Adjudication Facility.  5.2 Minimum Protection Requirements for Controlled Unclassified Information Security classification guides (OPNAVINST 5513 series) and unclassified limited documents (e.g., FOUO, DistributionStatement Controlled) are not authorized for public release and, therefore, cannot be posted on a publicly accessiblewebserver or transmitted over the Internet unless appropriately encrypted. 5.3 Controlled Unclassified Information (CUI) Controlled unclassified information (CUI) is official information that requires the application of controls and protectivemeasures for a variety of reasons and has not been approved for public release, to include technical information, proprietarydata, information requiring protection under the Privacy Act of 1974, and Government-developed privileged informationinvolving the award of contracts.  CUI is a categorical designation that refers to unclassified information that does not meetthe standards for National Security Classification under Executive Order 13526, but is (a) pertinent to the national interestof the United States or to the important interests of entities outside the Federal Government, and (b) under law or policyrequires protection from unauthorized disclosure, special handling safeguards, or prescribed limits on exchange ordissemination. 5.4 For Official Use Only (FOUO) FOUO is a document designation, not a classification.  This designation is used by Department of Defense (DoD) and anumber of other federal agencies to identify information or material, which although unclassified, disclosure to the public ofthe information would reasonably be expected to cause a foreseeable harm to an interest protected by one or moreprovisions of the Freedom of Information Act (FOIA). This includes information that qualifies for protection pursuant tothe provisions of the Privacy Act of 1974, as amended. FOUO must be marked, controlled and safeguarded in accordancewith DoD 5200.01, Vol. 4, DoD Information Security Program: Controlled Unclassified Information (CUI), February 24,2012. 5.5 Information Security Guidelines for Protection of Unclassified DoD Information on Non-DoD Systems (perDTM 08-027) Information Safeguards, below, are applicable to: a. Non-public information provided to the Contractor (e.g., with the request for proposal); b. Information developed during the course of the contract, grant, or other legal agreement or understanding (e.g., draftdocuments, reports, or briefings and deliverables); and c.   Privileged information contained in transactions (e.g., privileged contract information, program schedules, contract-related event tracking). Information Safeguards 

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 10 of 30 FINAL

 

Page 13: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

a. Do not process DoD information on public computers (e.g., those available for use by the general public in kiosks orhotel business centers) or computers that do not have access control. b. Protect information by at least one physical or electronic barrier (e.g., locked container or room, login and password)when not under direct individual control. c. Sanitize media (e.g., overwrite) before external release or disposal. d. Encrypt information that has been identified as controlled unclassified information (CUI) when it is stored on mobilecomputing devices such as laptops and personal digital assistants, or removable storage media such as thumb drives andcompact disks, using the best available encryption technology. e. Limit information transfer to Subcontractors or teaming partners with a need to know and a commitment to at least thesame level of protection. f. Transmit e-mail, text messages, and similar communications using technology and processes that provide the best levelof privacy available, given facilities, conditions, and environment. Examples of recommended technologies or processesinclude closed networks, virtual private networks, public key-enabled encryption, and Transport Layer Security (TLS).Encrypt organizational wireless connections and use encrypted wireless connection where available when traveling. Ifencrypted wireless is not available, encrypt application files (e.g., spreadsheet and word processing files), using at leastapplication-provided password protection level encryption. g. Transmit voice and fax transmissions only when there is a reasonable assurance that access is limited to authorizedrecipients. h. Do not post DoD information to Web site pages that are publicly available or have access limited only by domain orInternet protocol restriction. Such information may be posted to Web site pages that control access by user identification orpassword, user certificates, or other technical means and provide protection via use of Transport Layer Security (TLS) orother equivalent technologies. Access control may be provided by the intranet (vice the Web site itself or the application ithosts). Provide protection against computer network intrusions and data exfiltration, minimally including the following: (1) Current and regularly updated malware protection services, e.g., anti-virus, anti-spyware. (2) Monitoring and control of inbound and outbound network traffic as appropriate (e.g., at the external boundary,sub-networks, individual hosts) including blocking unauthorized ingress, egress, and exfiltration through technologiessuch as firewalls and router policies, intrusion prevention or detection services, and host-based security services. (3) Prompt application of security-relevant software patches, service packs, and hot fixes. Comply with other current Federal and DoD information protection and reporting requirements for specified categories ofinformation (e.g., medical, Critical Program Information (CPI), personally identifiable information, export controlled) asspecified in contracts, grants, and other agreements. The Contractor shall report loss or unauthorized disclosure ofinformation in accordance with contract or agreement requirements and mechanisms. 5.6 Operations Security Operations Security (OPSEC) is concerned with the protection of critical information:  facts about intentions, capabilities,operations, or activities that are needed by adversaries or competitors to bring about failure or unacceptable consequences ofmission accomplishment. Critical information includes information regarding: - Operations, missions, and exercises, test schedules or locations; - Location or movement of sensitive information, equipment, or facilities; - Force structure and readiness (e.g., recall rosters); 

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 11 of 30 FINAL

 

Page 14: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

- Capabilities, vulnerabilities, limitations, security weaknesses; - Intrusions or attacks of DoD networks or information systems; - Network (and system) user IDs and passwords; - Movements of key personnel or visitors (itineraries, agendas, etc.); and - Security classification of equipment, systems, operations, etc. The Contractor, Subcontractors and their personnel shall employ the following countermeasures to mitigate thesusceptibility of critical information to exploitation, when applicable: - Practice OPSEC and facilitate OPSEC awareness; - Immediately retrieve documents from printers assessable by the public; - Shred sensitive and Controlled Unclassified Information (CUI) documents when no longer needed; - Protect information from personnel without a need-to-know; - When promulgating information, limit details to that essential for legitimacy; - During testing and evaluation, practice OPSEC methodologies of staging out of sight, desensitization, or speed ofexecution, whenever possible.  6.0 GOVERNMENT AND CONTRACTOR RELATIONSHIP (a) The services to be delivered under this Task Order are non-personal services and the parties recognize and agree that noemployer-employee relationship exists or will exist under the Task Order between the Government and the Contractor'spersonnel.  It is, therefore, in the best interest of the Government to afford both parties a full understanding of theirrespective obligations.  (b) All Contractor, Subcontractor, and consultant personnel shall wear prominently displayed identification badges at alltimes when performing work on NSWC PCD property or attending meetings in the performance of this Task Order.  Thebadge shall contain the individual's name, the company name and logo.  When participating in such meetings (e.g., as aspeaker, panel member), those individuals in Contractor employ must supplement physical identification (e.g., badges,place markers) with verbal announcements so that it is clear to the assembled group that they are employees of theContractor, not NSWC PCD employees. In addition, when working on NSWC PCD property, all Contractor,Subcontractor, and consultant personnel shall have signs visible on their desks or at their work sites that clearly state thatthey are not NSWC PCD employees. (c) The Contractor is responsible for supervision of all Contractor personnel assigned to this Task Order.  The Contractorshall exercise ultimate over all aspects of Contractor personnel day-to-day work under this Task Order including theassignment of work, means and manner of Contractor employee performance and the amount of Contractor supervisionprovided.  The Contractor shall be ultimately responsible for all aspects of performance under this Task Order includingthe work of its Contractor personnel.  Contractor personnel under this Task Order shall not: (1) Be placed in a position where they are under the supervision, direction, or evaluation of a Government employee. (2) Be placed in a position of command, supervision, administration or control over Government personnel, or overpersonnel of other Contractors under other NSWC PCD contracts, or become a part of the Government organization. (3) Be used in administration or supervision of Government procurement activities.  (4) Have access to proprietary information belonging to another without the express written permission of the owner of thatproprietary information.

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 12 of 30 FINAL

 

Page 15: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

 (d) Employee Relationship: (1) The services to be performed under this Task Order do not require the Contractor or its personnel to exercise personaljudgment and discretion on behalf of the Government.  Rather the Contractor's personnel will act and exercise personaljudgment and discretion on behalf of the Contractor. (2) Rules, regulations, directives and requirements that are issued by the U.S. Navy and NSWC PCD under itsresponsibility for good order, administration, and security are applicable to all personnel who enter the Governmentinstallation or who travel on Government transportation. This is not to be construed or interpreted to establish any degreeof Government control that is inconsistent with a non-personal services Task Order.  (e) Inapplicability of Employee Benefits: This Task Order does not create an employer-employee relationship. Accordingly,entitlements and benefits applicable to such relationships do not apply.  (1) Payments by the Government under this Task Order are not subject to the Federal income tax withholdings.  (2) Payments by the Government under this Task Order are not subject to the Federal Insurance Contributions Act. (3) The Contractor is not entitled to unemployment compensation benefits under the Social Security Act, as amended, byvirtue of performance of this Task Order. (4) The Contractor is not entitled to workman's compensation benefits by virtue of this Task Order.  (5) The entire consideration and benefits to the Contractor for performance of this Task Order are contained in theprovisions for payment under this Task Order. (f)   Notice.  It is the Contractor's, as well as, the Government's responsibility to monitor Task Order activities and notifythe Contracting Officer if the Contractor believes that the intent of this clause has been or may be violated.  (1) The Contractor should notify the Contracting Officer in writing promptly, within three (3) calendar days from the dateof any incident that the Contractor considers to constitute a violation of this clause.  The notice should include the date,nature, and circumstances of the conduct, the name, function and activity of each Government employee or Contractorofficial or employee involved or knowledgeable about such conduct, identify any documents or substance of any oralcommunication involved in the conduct, and the estimate in time by which the Government must respond to this noticeto minimize cost, delay or disruption of performance.  (2) The Contracting Officer will promptly, within five (5) calendar days after receipt of notice, respond to the notice inwriting.  In responding, the Contracting Officer will either: (i) confirm the conduct is in violation and when necessary direct the mode of further performance, (ii) countermand any communication regarded as a violation (iii) deny that the conduct constitutes a violation and when necessary direct the mode of further performance; or (iv) in the event the notice is inadequate to make a decision, advise the Contractor what additional information is required,and establish the date by which it should be furnished by the Contractor and the date.    7.0 SUBCONTRACTORS AND CONSULTANTS (a) In addition to the information required by Federal Acquisition Regulation (FAR) 52.244-2 in the Contractor's basicSeaPort-e contract, the Contractor shall include the following information in requests to add Subcontractors or consultantsduring performance, regardless of subcontract type or pricing arrangement. These requirements apply to all subcontractsand consulting agreements where labor hours performed will be counted against the requirements of the Level of Effortclause in Section H of the Task Order. (1) A copy of the proposed Subcontractor’s cost or price proposal. (2) The results of negotiations to incorporate rate caps no higher than the lower of (i) SeaPort-e rate caps for the prime

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 13 of 30 FINAL

 

Page 16: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

Contractor, or in the case where the proposed Subcontractor is also a SeaPort-e prime, (ii) rate caps that are no higher thanthe Subcontractor's prime SeaPort-e contract. (3) Detailed justifications to include second-tier subcontracting to other Subcontractors or consultants to include a rationalewhy these additional firms or consultants could not be obtained by subcontracts or consulting agreements with the primeContractor. (b) As required by FAR 15.404-3(b) the Contractor shall conduct an appropriate cost or price analysis and include theresults of this analysis with each request to add a Subcontractor or consultant." (c) Time and Materials pricing arrangements require an accounting system rating of adequate as deemed by the ContractingOfficer. In these instances, the Contractor shall provide specific justification for negotiating subcontracts with this pricingarrangement. The prime Contractor is strongly encouraged to ensure that any fee rate incorporated into the negotiated laborrate(s) does not exceed SeaPort-e limitations. In the case of subcontracts with T&M or Labor Hour pricing arrangements,also identify specific additional surveillance and controls to be employed by the prime Contractor to ensure that efficientperformance methods are being employed. 8.0 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA)

The Contractor shall report ALL Contractor labor hours (including Subcontractor labor hours) required for performance ofservices provided under this contract for NSWC PCD via a secure data collection site.  The Contractor is required tocompletely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil.  Reportinginputs will be for the labor executed during the period of performance during each Government Fiscal Year (FY), whichruns October 1 through September 30.  While inputs may be reported any time during the FY, all data shall be reported nolater than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at

https://doncmra.nmci.navy.mil.   

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 14 of 30 FINAL

 

Page 17: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

SECTION D PACKAGING AND MARKING

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)       Whether the contract was competitively or non-competitively awarded     5)       Sponsor 

            Name of Individual Sponsor: Curt Duer            Name of Requiring Activity: Naval Surface Warfare Center, Panama City Division            City and State: Panama City, FL 32407-7001

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

 

   DISTRIBUTION LIMITATION STATEMENT

Technical documents generated under this delivery order shall carry at a minimum the following DistributionLimitation Statement. Other statements may apply depending on the subject area and program. These statementswill be supplied as GFI as needed. Word-processing files shall have the statements included in the file such that thefirst page of any resultant hard copy shall display the statements.  Additionally, each diskette delivered shall bemarked externally with the statements and proper security classification. DISTRIBUTION STATEMENT D: DISTRIBUTION AUTHORIZED TO DEPARTMENT OF DEFENSE ANDU.S. DOD CONTRACTORS ONLY; ADMINISTRATIVE/OPERATIONAL USE (AUGUST 2010).  OTHERREQUESTS FOR THIS DOCUMENT SHALL BE REFERRED TO COMNAVSEASYSCOM (PMS377). WARNING: THIS DOCUMENT CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BYTHEARMS EXPORT CONTROL ACT (TITLE 22, U.S.C. SEC. 2751 ET SEQ.) OR THE EXPORTADMINISTRATION ACT OF 1979, AS AMENDED, TITLE 50, U.S.C., APP 2401, ET SEQ. VIOLATIONSOF THESE EXPORTLAWS ARE SUBJECT TO SEVERE CRIMINAL PENALTIES. DISSEMINATE PERTHE PROVISIONS OF OPNAVINST 5510.161. DESTRUCTION NOTICE – For Classified Documents, follow the procedures in DOD 5220.22-M, NationalIndustrial Security Program Operating Manual, Chapter 5, Section 7 or DOD 5200.1-R, Information SecurityProgram Regulation. For Unclassified, Limited Documents, destroy by any method that will prevent disclosure ofcontents or reconstruction of the document.

Any document or portion thereof carrying the above statement must be submitted to NSWC PCD and be approvedfor public release prior to any public display or presentation.

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 15 of 30 FINAL

 

Page 18: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

SECTION E INSPECTION AND ACCEPTANCE

The below clauses are incorporated at the Task Order level:

FAR 52.246-5  INSPECTION OF SERVICES - COST REIMBURSEMENT (APR 1984)

Inspection and acceptance of services and deliverables will be accomplished by Government personnel at the NavalSurface Warfare Center Panama Division in accordance with FAR 52.246-5, "Inspection of Services-CostReimbursement (Apr 1984)" and 52.246-3, "Inspection of Supplies - Cost Reimbursement (May 2001)." 

All deliverables shall be FOB Destination.

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 16 of 30 FINAL

 

Page 19: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

SECTION F DELIVERABLES OR PERFORMANCE

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

   

7000 12/31/2014 - 12/30/2015

9000 12/31/2014 - 12/30/2015

CLIN - DELIVERIES OR PERFORMANCE

Services may be performed at the Contractor facility, Naval Surface Warfare Center Panama City Division (NSWCPCD) or travel location.  Location is dependent upon type of task being performed. 

DURATION OF TASK ORDER PERIOD

This Task Order shall be become effective on the date of award and shall continue for a period of one year.  The ordermay continue for up to two additional years if the options are exercised.

The period of performance for the options are from the date the option is exercised through 12 months thereafter.   

The estimated base period of performance is as follows:

BASE PERIOD:CLIN 7000    From 31 December 2014 through 30 December 2015CLIN 9000    From 31 December 2014 through 30 December 2015

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

OPTION YEAR 1:CLIN 7001    From 31 December 2015 through 30 December 2016CLIN 9001    From 31 December 2015 through 30 December 2016

OPTION YEAR 2:CLIN 7002    From 31 December 2016 through 30 December 2017CLIN 9002    From 31 December 2016 through 30 December 2017

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 17 of 30 FINAL

 

Page 20: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

SECTION G CONTRACT ADMINISTRATION DATA

GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT

Procurement Contracting OfficerJenetta Langston, Code 0231110 Vernon Avenue    Panama City, Florida [email protected]

Contract SpecialistLinda Hawthorne, Code 0231110 Vernon Avenue    Panama City, Florida [email protected]

OmbudsmanGerald Sorrell110 Vernon AvenuePanama City, Florida [email protected]

Contracting Officer RepresentativeCurt Duer, Code E24110 Vernon AvenuePanama City, Florida [email protected]

Defense Contract Management Agency (DCMA)DCMA Orlando3555 Maguire Blvd.Orlando, FL 32803-3726407-228-5115

Defense Finance and Accounting Services (DFAS)DFAS Columbus Center, South Entitlement OperationsP.O. Box 182264Columbus, OH 43218-2264800-756-4571

ACCOUNTING DATA

The award document will include Accounting Data at the end of Section G.  All lines of accounting are listedsequentially under a heading that identifies the particular action (award or modification number) under which thefunding was obligated.  Under SeaPort, all funding is identified/obligated at the sub contract line item (SLIN) level. SLINs are established sequentially by the SeaPort software.  Each obligation of funds receives a unique SLINidentifier, even if the funds are an increase to an existing line of accounting (ACRN).  Thus, an individual functionalarea or Technical Instruction that is funded incrementally could have one ACRN but multiple SLINs.  Accountingfor expenditures and invoicing at the SLIN level is required.  

PAYMENT INSTRUCTIONS

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 18 of 30 FINAL

 

Page 21: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

(a) This contract will be funded by multiple accounting classification citations and allotted by SLIN(s) to the mainallocation CLIN(s).

(b) Payments shall be made from the accounting classification citations from the specific SLIN(s) in which they areinvoiced. Money shall not be moved from one SLIN to another SLIN to pay an invoice.

(c) The Contractor shall cooperatively identify the appropriate SLIN(s) to the Contracting Officer's Representative(COR) prior to submitting invoice.

(d) Additional ACRNs will be assigned when new accounting classifications are available. When adding newACRNs or changing existing ACRNs, the above payment instructions shall apply, unless specific revised paymentinstructions are provided as part of a contract modification.

  PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS 252.204-0002 Line Item Specific: Sequential ACRN Order.  (SEP 2009)                           The payment office shall make payment in sequential ACRN order within the line item, exhausting all funds in theprevious ACRN before paying from the next ACRN using the following sequential order: Alpha/Alpha;Alpha/numeric; numeric/alpha; and numeric/numeric. 

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

(a) Definitions. As used in this clause— “Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies unit,activity, or organization. “Document type” means the type of payment request or receiving report available for creation in Wide AreaWorkFlow (WAWF). “Local processing office (LPO)” is the office responsible for payment certification when payment certification is doneexternal to the entitlement system.

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

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

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

 (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registrationavailable at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based TrainingCourse and use the Practice Training Site before submitting payment requests through WAWF. Both can beaccessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic DataInterchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting paymentrequests and receiving reports in WAWF for this contract/order:

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 19 of 30 FINAL

 

Page 22: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

 (1) Document type. The Contractor shall use the following document type(s). COST VOUCHER  (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) inWAWF, as specified by the contracting officer. DESTINATION (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill inapplicable fields in WAWF when creating payment requests and receiving reports in the system. 

Routing Data Table* 

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC HQ0338

Issue By DoDAAC N61331

Admin DoDAAC S1002A

Inspect By DoDAAC LEAVE BLANK 

Ship To Code N61331 (For invoicing purposesonly)

Ship From Code LEAVE BLANK

Mark For Code LEAVE BLANK

Service Approver (DoDAAC) S1002A

Service Acceptor (DoDAAC) S1002A

Accept at Other DoDAAC LEAVE BLANK

LPO DoDAAC LEAVE BLANK

DCAA Auditor DoDAAC HAA107

Other DoDAAC(s) LEAVE BLANK

 (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includesappropriate contract line item and subline item descriptions of the work performed or supplies delivered, unitprice/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F,(e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the “SendAdditional Email Notifications” field of WAWF once a document is submitted in the system.

 [email protected]@navy.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’sWAWF point of contact. [email protected] (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. 

(End of clause)

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 20 of 30 FINAL

 

Page 23: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONICINVOICING (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 Electronic DataInterchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the CORand CO on the same date they submit the invoice in WAWF.  No payments shall be due if the contractor does notprovide the COR and CO email notification as required herein. 

EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES

When a Government facility is closed and/or early dismissal of Federal employees is directed due to severe weather,a security threat, or a facility-related problem that prevents personnel from working, on-site Contractor personnelregularly assigned to work at that facility should follow the same reporting and/or departure directions given toGovernment personnel.  The Contractor shall not direct charge to the contract for time off, but shall follow parentcompany policies regarding taking leave (administrative or other).  Non-essential Contractor personnel, who are notrequired to remain at or report to the facility, shall follow their parent company policy regarding whether they shouldgo/stay home or report to another company facility.  Subsequent to an early dismissal and during periods ofinclement weather, on-site Contractors should monitor radio and television announcements before departing for workto determine if the facility is closed or operating on a delayed arrival basis. 

When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severeweather, a security threat, or a facility-related problem), on-site Contractors will continue working established workhours or take leave in accordance with parent company policy.  Those Contractors who take leave shall not directcharge the non-working hours to the Task Order. 

Contractors are responsible for predetermining and disclosing their charging practices for early dismissal, delayedopenings, or closings in accordance with the FAR, applicable cost accounting standards, and company policy. Contractors shall follow their disclosed charging practices during the Task Order period of performance, and shallnot follow any verbal directions to the contrary.  The Contracting Officer will make the determination of costallowability for time lost due to facility closure in accordance with FAR, applicable Cost Accounting Standards, andthe Contractor’s established accounting policy.

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------700001 130046500600001 24500.00  LLA : AA 97X4930 NH1D 252 77777 0 050120 2F 000000 A00002617530   

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 21 of 30 FINAL

 

Page 24: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

BASE Funding 24500.00 Cumulative Funding 24500.00 

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 22 of 30 FINAL

 

Page 25: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

SECTION H SPECIAL CONTRACT REQUIREMENTS

5252.202-9101 ADDITIONAL DEFINITIONS (MAY 1993)

As used throughout this contract, the following terms shall have the meanings set forth below:

(a) DEPARTMENT - means the Department of the Navy. 

(b) REFERENCES TO THE FEDERAL ACQUISITION REGULATION (FAR) – All references to the FAR in thiscontract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS), unlessclearly indicated otherwise. 

(c) REFERENCES TO ARMED SERVICES PROCUREMENT REGULATION OR DEFENSE ACQUISITIONREQULATION – All references in this document to either the Armed Services Procurement Regulation (ASPR) orthe Defense Acquisition Regulation (DAR) shall be deemed to be references to the appropriate sections of theFAR/DFARS.  

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 in performance of the workdescribed in Sections B and C of this contract.  The total level of effort for the performance of this contract shall be14,763 total man-hours of direct labor, including Subcontractor direct labor for those Subcontractors specificallyidentified in the Contractor's proposal as 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               (Offeror to fill-in) man-hours areuncompensated effort.  Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per weekwithout additional compensation for such excess work.  All other effort is defined as compensated effort.  If no effort isindicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted infulfillment of the level of effort obligations under this contract.  (c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performed indirect support of this contract and shall not include time and effort expended on such things as (local travel to and froman employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work (actual orinferred) at an employee's residence or other non-work locations (except as provided in paragraph (i) below), or other timeand effort which does not have a specific and direct contribution to the tasks described in Sections B and C.  (d) The level of effort for this contract shall be expended at an average rate of approximately 94 hours per week.  It isunderstood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective, providedsuch fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the term hereof, exceptas provided in the following paragraph.  (e)  If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such anextent that the total man-hours of effort specified above would be used prior to the expiration of the term, the Contractorshall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefits which wouldresult, and an offer to undertake the acceleration at no increase in the estimated cost or fee together with an offer, settingforth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of the termhereof.  The offer shall provide that the work proposed will be subject to the terms and conditions of this contract andany additions or changes required by then current law, regulations, or directives, and that the offer, with a written noticeof acceptance by the Contracting Officer, shall constitute a binding contract.  The Contractor shall not accelerate any effortuntil receipt of such written approval by the Contracting Officer.  Any agreement to accelerate will be formalized bycontract modification.  (f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor suchthat the total man-hours of effort specified in paragraph (a) above would be used prior to the expiration of the term.  Thisorder shall specify the acceleration required and the resulting revised term.  The Contractor shall acknowledge this orderwithin five days of receipt.  

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 23 of 30 FINAL

 

Page 26: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

 (g) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative ContractingOfficer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated anduncompensated, if any) provided in fulfillment of the level of effort obligations of this contract.  The Contractor shallindicate on each invoice the total level 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 of performance hereunder, theContractor shall submit the following information in writing to the Contracting Officer with copies to the cognizantContract Administration Office and to the DCAA office to which vouchers are submitted:  (1) the total number ofman-hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the numberof man-hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown ofother costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for theperiod.  Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, inthe case of a cost under run; (5) the amount by which the estimated cost of this contract may be reduced to recoverexcess funds.  All submissions shall include Subcontractor information.  (i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contractperformance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided the Contractor has acompany-approved alternative worksite plan.  The primary worksite is the traditional “main office” worksite.  Analternative worksite means an employee’s residence or a telecommuting center.  A telecommuting center is ageographically convenient office setting as an alternative to an employee’s main office.  The Government reserves theright to review the Contractor’s alternative worksite plan.  In the event performance becomes unacceptable, theContractor will be prohibited from counting the hours performed at the alternative worksite in fulfilling the total level ofeffort obligations of the contract.  Regardless of work location, all contract terms and conditions, including securityrequirements and labor laws, remain in effect.  The Government shall not incur any additional cost nor provideadditional equipment for contract performance as a result of the Contractor’s election to implement an alternativeworksite plan.  (j)  Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATION OF FUNDS orLIMITATION OF COST clauses, as applicable, the period of performance may be extended and the estimated costmay be increased in order to permit the Contractor to provide all of the man-hours listed in paragraph (a) above. The Contractor shall continue to be paid fee for each man-hour performed in accordance with the terms of thecontract.

(End of Text)

BASIC CONTRACT CLAUSES

As applicable, all clauses contained in the basic, multiple award contract apply to any Task Order resulting fromthis solicitation.  

NAVSEA 5252.237-9106 SUBSTITUTION OF PERSONNEL (SEP 1990)

(a) The Contractor agrees that a partial basis for award of this contract is the list of key personnel proposed.Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submitted withthe proposal necessary to fulfill the requirements of the contract. No substitution shall be made without priornotification to and concurrence of the Contracting Officer in accordance with this requirement.

(b) All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person to bereplaced. The Contracting Officer shall be notified in writing of any proposed substitution at least forty-five (45)days, or ninety (90) days if a security clearance is to be obtained, in advance of the proposed substitution. Suchnotification shall include: (1) an explanation of the circumstances necessitating the substitution; (2) a completeresume of the proposed substitute; and (3) any other information requested by the Contracting Officer to enablehim/her to judge whether or not the Contractor is maintaining the same high quality of personnel that provided thepartial basis for award.

(End of Text)

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 24 of 30 FINAL

 

Page 27: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999) (a) Performance of the work hereunder may be subject to written technical instructions signed by the ContractingOfficer's Representative specified in Section G of this contract.  As used herein, technical instructions are defined toinclude the following: (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift workemphasis, fill in details or otherwise serve to accomplish the contractual statement of work;  (2) Guidelines to theContractor which assist in the interpretation of drawings, specifications or technical portions of work description.  (b) Technical instructions must be within the general scope of work stated in the contract.  Technical instructionsmay not be used to: (1) assign additional work under the contract; (2) direct a change as defined in the "CHANGES"clause of this contract; (3) increase or decrease the contract price or estimated contract amount (including fee), asapplicable, the level of effort, or the time required for contract performance; or (4) change any of the terms, conditionsor 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 isinconsistent 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 bythe technical instruction unless and until the Contractor is notified by the Contracting Officer that the technicalinstruction is within the scope of this contract.  (d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portion ofthe contractual work statement which is not affected by the disputed technical instruction.  

NAVSEA 5252.232-9104  ALLOTMENT OF FUNDS (JAN 2008)

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

ITEMALLOTTEDTO COST

ALLOTTEDTO FIXEDFEE

ALLOTTEDTO AWARDFEE

CPFF M/HS EST. POP

7000 23,647.94 852.06 0.00 24,500.00 387.4012/31/2014-12/30/2015

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

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

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

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 25 of 30 FINAL

 

Page 28: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

REQUIRED CERTIFICATIONS:

The Contractor shall obtain and maintain the below listed certifications within 60 days after Task Order award inperformance of the tasks listed in Section C, Performance Work Statement (PWS) as follows:

1.  Level I and II Certified in Reliability Centered Maintenance.

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 26 of 30 FINAL

 

Page 29: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

SECTION I CONTRACT CLAUSES

 

BASIC CONTRACT CLAUSES

As applicable, all clauses contained in the basic, multiple award contract apply to any Task Order resulting from

this solicitation.  Additionally, the below clauses are also included at the task order level.

52.216-8 FIXED FEE (JUN 2011)52.219-14 LIMITATIONS ON SUBCONTRACTING (NOV 2011)52.222-17 NONDISPLACEMENT OF QUALIFIED WORKERS (JAN 2013)52.222-41 SERVICE CONTRACT ACT OF 1965 (NOV 2007)52.227-11 PATENT RIGHTS - OWNERSHIP BY THE CONTRACTOR (DEC 2007)52.227-13 PATENT RIGHTS - OWNERSHIP BY THE GOVERNMENT (DEC 2007)52.232-20 LIMITATION OF COST (APR 1984)52.232-22 LIMITATION OF FUNDS (APR 1984)52.244-2 SUBCONTRACTS (OCT 2010)52.244-5 COMPETITION IN SUBCONTRACTING (DEC 1996)252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION(NOV 2013)252.227-7013 RIGHTS IN TECHNICAL DATA--NONCOMMERCIAL ITEMS (JUN 2013)252.227-7016 RIGHTS IN BID OR PROPOSAL INFORMATION (JAN 2011)252.227-7019 VALIDATION OF ASSERTED RESTRICTIONS—COMPUTER SOFTWARE (SEP 2011)252.227-7025 LIMITATIONS ON THE USE OR DISCLOSURE OF GOVERNMENT-FURNISHEDINFORMATION MARKED WITH RESTRICTIVE LEGENDS (MAY 2013)252.227-7027 DEFERRED ORDERING OF TECHNICAL DATA OR COMPUTER SOFTWARE (APR1988)252.227-7030 TECHNICAL DATA--WITHHOLDING OF PAYMENT (MAR 2000)252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (JUN 2013)252.227-7038 PATENT RIGHTS—OWNERSHIP BY THE CONTRACTOR (LARGE BUSINESS) (JUN2012)252.227-7039 PATENTS--REPORTING OF SUBJECT INVENTIONS (APR 1990)

 

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) daysbefore the task order expires; provided that the Government gives the Contractor a preliminary written notice of itsintent to extend at least sixty (60) days before the task order expires. The preliminary notice does not commit theGovernment to an extension.

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

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceedthirty-six (36) months unless the "Option to Extend Services" is excercised in accordance with FAR 52.217-8.

52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989)

In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract andstates the wages and fringe benefits payable to each if they were employed by the contracting agency subject to theprovisions of 5 U.S.C. 5341 or 5332.

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 27 of 30 FINAL

 

Page 30: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

                                                                    This Statement is for Information Only:                                                                         It is not a Wage Determination

Employee Class  Wage RateMonetary WageProgram Management 1   GS-7 $17.43/HourProgram Management 4 GS-9 $21.31/Hour        Program Management 7 GS-11 $25.79/HourTechnical Writer GS-7 $17.43/HourLogistician 4 GS-11 $25.79/HourTraining Specialist 3 GS-9 $21.31/HourDrafting Specialist 2 GS-5 $14.07/HourTechnical Specialist 2 GS-4 $12.57/HourTechnical Specialist 3 GS-5 $14.07/HourClerical 2 GS-5 $14.07/HourClerical 3 GS-7 $17.43/Hour

Fringe benefits include paid Federal holidays, annual and sick leave, health, dental, vision, contributions to thriftsaving plans, and life insurance.

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 $0.00 or theovertime 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 multi-shift operations or by employingadditional personnel.   

252.222-7006 RESTRICTIONS ON THE USE OF MANDATORY ARBITRATION AGREEMENTS (DEC2010) (a)  Definitions.  As used in this clause --

  “Covered Subcontractor” means any entity that has a subcontract valued in excess of $1 million, except asubcontract for the acquisition of commercial items, including commercially available off-the-shelf items.” 

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 28 of 30 FINAL

 

Page 31: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

 “Subcontract” means any contract, as defined in Federal Acquisition Regulation subpart 2.1, to furnish supplies orservices for performance of this contract or a higher-tier subcontract there under.”

(b)  The Contractor --

 (1) Agrees not to –

(i)  Enter into any agreement with any of its employees or independent Contractors that requires, as a condition ofemployment, that the employee or independent Contractor agree to resolve through arbitration

(A) Any claim under title VII of the Civil Rights Act of 1964; or(B) Any tort related to or arising out of sexual assault or harassment, including assault and battery, intentionalinfliction of emotional distress, false imprisonment, or negligent hiring, supervision, or retention; or  

(ii)  Take any action to enforce any provision of an existing agreement with an employee or independent Contractorthat mandates that the employee or independent Contractor resolve through arbitration–

(A) Any claim under title VII of the Civil Rights Act of 1964; or(B) Any tort related to or arising out of sexual assault or harassment, including assault and battery, intentionalinfliction of emotional distress, false imprisonment, or negligent hiring, supervision, or retention; and

 (2) Certifies, by signature of the contract, that it requires each covered Subcontractor to agree not to enter into, andnot to take any action to enforce, any provision of any existing agreements, as described in paragraph (b)(1) of thisclause, with respect to any employee or independent Contractor performing work related to such subcontract. 

(c) The prohibitions of this clause do not apply with respect to a Contractor’s or Subcontractor’s agreements withemployees or independent Contractors that may not be enforced in a court of the United States. 

(d) The Secretary of Defense may waive the applicability of the restrictions of paragraph (b) of this clause inaccordance with Defense Federal Acquisition Regulation Supplement 222.7404. 

(End of clause)

252.227-7030 TECHNICAL DATA - WITHOLDING OF PAYMENT (MAR 2000)

(a) If technical data specified to be delivered under this contract, is not delivered within the time specified by thiscontract or is deficient upon delivery (including having restrictive markings not identified in the list described in theclause at 252.227-7013(e)(2) or 252.227-7018(e)(2) of this contract), the Contracting Officer may until such data isaccepted by the Government, withhold payment to the Contractor of ten percent (10%) of the total contract price oramount unless a lesser withholding is specified in the contract. Payments shall not be withheld nor any other actiontaken pursuant to this paragraph when the Contractor's failure to make timely delivery or to deliver such datawithout deficiencies arises out of causes beyond the control and without the fault or negligence of the Contractor.

(b) The withholding of any amount or subsequent payment to the Contractor shall not be construed as a waiver ofany rights accruing to the Government under this contract.

(End of Clause)

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 29 of 30 FINAL

 

Page 32: PARTIAL FINAL COMPLETE PARTIAL FULL · DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1XZW5 FACILITY 10. DELIVER

SECTION J LIST OF ATTACHMENTS

Attachment J.2 Contract Data Requirements List (CDRL)

Attachment J.3 DD Form 254

Attachment J.4 Wage Determination No 2005-3007_Rev14

 CONTRACT NO.

 N00178-04-D-4068 DELIVERY ORDER NO.

 HR08 PAGE

 30 of 30 FINAL