23
1. CONTRACT NO. N00178-11-D-6563 2. DELIVERY ORDER NO. FK01 3. EFFECTIVE DATE 2016 Aug 08 4. PURCH REQUEST NO. N0006016RC041RT 5. PRIORITY Unrated 6. ISSUED BY CODE N00189 7. ADMINISTERED BY CODE S5111A 8. DELIVERY FOB NAVSUP FLC Norfolk, Code 200 1968 Gilbert Street Ste 600 Norfolk VA 23511-3392 Khos Rentsendorj/230.1 757-443-1439 DCMA HAMPTON 2000 Enterprise Parkway, Suite 200 Hampton VA 23666 SCD: B DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 48ZG3 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS Worldwide Counter Threat Solutions, LLC 1235 Central Park Boulevard Fredericksburg VA 22401 X SMALL 12. DISCOUNT TERMS Net 30 Days WIDE AREA WORK FLOW SMALL DISADVANTAGED WOMEN-OWNED 13. MAIL INVOICES TO THE ADDRESS IN BLOCK See Section G 14. SHIP TO CODE 15. PAYMENT WILL BE MADE BY CODE HQ0338 MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. See Section D DFAS Columbus Center,South Entitlement Operations P.O. Box 182264 Columbus OH 43218-2264 16. TYPE OF ORDER DELIVERY/ CALL X This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract. PURCHASE Reference your furnish the following on terms specified herein. ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. Worldwide Counter Threat Solutions, LLC Larry Seftor Vice 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 $125,196.00 26. DIFFERENCES BY: /s/Kate M Petti 08/08/2016 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 1

See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

Embed Size (px)

Citation preview

Page 1: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

1. CONTRACT NO.

N00178-11-D-65632. DELIVERY ORDER NO.

FK013. EFFECTIVE DATE

2016 Aug 084. PURCH REQUEST NO.

N0006016RC041RT5. PRIORITY

Unrated6. ISSUED BY CODEN00189 7. ADMINISTERED BY CODE S5111A 8. DELIVERY FOB

NAVSUP FLC Norfolk, Code 2001968 Gilbert Street Ste 600Norfolk VA 23511-3392Khos Rentsendorj/230.1757-443-1439

DCMA HAMPTON2000 Enterprise Parkway, Suite 200Hampton VA 23666

SCD: B   DESTINATION

  OTHER

 (See Schedule if other)

9. CONTRACTOR CODE48ZG3 FACILITY 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X IF BUSINESS IS

Worldwide Counter Threat Solutions, LLC1235 Central Park BoulevardFredericksburg VA 22401

 X SMALL

12. DISCOUNT TERMS

Net 30 DaysWIDE AREA WORK FLOW

   SMALLDISADVANTAGED

   WOMEN-OWNED

13. MAIL INVOICES TO THE ADDRESS IN BLOCK

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

PACKAGES ANDPAPERS WITH

IDENTIFICATIONNUMBERS IN

BLOCKS 1 AND 2.

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

16.TYPE

OFORDER

DELIVERY/CALL

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

PURCHASE  Reference your   furnish the following on terms specified herein.

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

 Worldwide Counter Threat Solutions,LLC   

 Larry Seftor Vice 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 $125,196.0026.DIFFERENCES

 

BY: /s/Kate M Petti        08/08/2016CONTRACTING/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 CORRECTFOR

 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

1

Page 2: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For FFP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8001 R408 Strategic Planning and Congressional Analysis Support

Services for the United States Fleet Forces Command in

accordance with the enclosed Performance Work Statement

(PWS). (Base Year) (O&MN,N)

12.0 MO $10,433.00 $125,196.00

8101 R408 Strategic Planning and Congressional Analysis Support

Services for the United States Fleet Forces Command in

accordance with the enclosed Performance Work Statement

(PWS). (Option Year One) (O&MN,N)

12.0 MO $10,719.00 $128,628.00

Option

8201 R408 Strategic Planning and Congressional Analysis Support

Services for the United States Fleet Forces Command in

accordance with the enclosed Performance Work Statement

(PWS). (Option Year Two) (O&MN,N)

12.0 MO $11,015.00 $132,180.00

Option

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 1 of 22 FINAL

 

Page 3: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

SECTION C DESCRIPTIONS AND SPECIFICATIONS

 

Strategic Planning and Congressional Analysis Support

Performance Work Statement (PWS)

1.0 BACKGROUND

The Fleet Strategy and Analysis Division is primarily responsible for developing, communicating and assessing theimplementation of the Commander, U.S. Fleet Forces’ (USFF) vision and guidance.  This division also advises theUSFF Executive Director and Chief of Staff (ED/CoS) by peering out over the strategic landscape to anticipate issuesand identify implications of world events on USFF’s ability to generate readiness. This division differentiates factfrom assumptions and pro2016

vides the ED/COS the hard truth to ultimately ensure the correct actionable steps are recommended to theCommander for execution.

2.0 SCOPE

The overall objective of this effort is to ensure Fleet leadership receives accurate and timely analysis and support toenable Fleet readiness production in support of operational requirements, including:  strategic planning, engagementand communications, risk identification, assessment, analysis, associated mitigation strategy development programsand ultimately the needs of Fleet Operating Forces. This requirement will directly support USFF headquarters.

The contractor shall be responsible for providing technical expertise and operational and planning support to theFleet Strategy and Analysis Division in the specific areas of strategic planning and communications andcongressional analysis as they relate to USFF programs.  

3.0 TASKS/REQUIREMENT

3.1 Strategic Planning and Communications Support

3.1.1 The contractor shall provide strategic planning support by producing PowerPoint briefs/templates and Excelgraphs/charts for use in communicating the Commander’s vision and guidance.

3.1.2  The contractor shall provide strategic communications planning support, to include execution plans, thatenhance USFF’s non-Navy outreach, education, and training activities focused on promoting awareness of USFFand Fleet mission. 

3.1.3  The contractor shall provide analytical support and coordinate inputs for USFF staff key issues, and providetechnical analysis and constructive/value added recommendations for selected N02 topics.  In order to effectively andefficiently fulfill communication requirements, the contractor shall use multiple channels of communication as wellas integration with current knowledge management practices. 

3.1.4  The contractor shall gather, document, and manage related agendas, action items and reports, briefings andcorrespondence to ensure tasked requirements are effectively/accurately accomplished and submission deadlines aremet.  

 

The contractor shall assist with developing metrics to assess effectiveness of USFF strategic planning andcommunication products.

 

1.

Contractor shall assist in the Co-development of the Commander’s Vision and Guidance statements as wellas the methodology used to carry out the Commander’ Vision.

2.

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 2 of 22 FINAL

 

Page 4: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

 

Contractor shall assist in the development and maintenance of all Strategic Plans in support of newcommand leadership or as mission evolves.  These strategic plans shall be formally reviewed and updated asneeded but at a minimum on an annual basis.

 

 

3.

Contractor shall assist in the development of outreach and awareness documents, executive talking points,newsletters, and fact sheets.  These documents shall be produced, reviewed and updated as needed on aquarterly basis.

 

4.

Contractor shall provide technical briefings and external stakeholder briefs, proceeding documents, executivetalking points pertaining to ongoing requirements throughout the life of the contract.

 

5.

Contractor shall assist in the development of assessment criteria, execution of an effective data gatheringtechnique, analysis of data and the development of a comprehensive assessment report that provides thecommands mission accomplishment.

 

6.

Contractor shall assist in the development of briefs and/or products required in support of flag levelsynchronization events.These events typically occur bi-annually but may be required more frequently asnecessary.

 

7.

The Key Issues Playbook (KIP) shall be developed quarterly or as required to support Flag level events.

 

8.

Technical briefings, decision support documents, conference/meeting reference materials and proceedingsdocuments all are part of daily duties of the contractor.

9.

 

3.2 Congressional Analysis Support

3.2.1  The contractor shall assist with monitoring, reviewing, coordinating, and developing responses toCongressional Requests for Information (RFIs) that are tasked to USFF to ensure message consistency, accuracy, andunderstandability.

3.2.2  The contractor shall assist with monitoring, researching, and developing information papers on majorlegislation of interest to USFF (e.g. National Defense Authorization Act, Appropriations Bill) that will enablesenior leadership make better informed decisions.

3.2.3  The contractor shall use data tools to assist with maintaining records of USFF Congressional engagements inorder to provide historical context to senior leadership for future engagements.

3.2.4  The contractor shall assist with researching, developing, and maintaining a database of key Congressionalstaffers to enable identification of individuals for future engagement opportunities.

3.2.5  The contractor shall assist with researching and developing strategic communications documents for key Fleet

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 3 of 22 FINAL

 

Page 5: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

initiatives that can be used for different Congressional audiences to ensure message consistency, accuracy, andunderstandability.

3.2.6  The contractor shall assist with planning logistics for complex Congressional visits that may stretch acrossmultiple echelons and chains of command to allow USFF’s Congressional Matters Office to primarily focus on visitcontent.

The contractor shall assist with developing metrics to assess effectiveness of USFF Congressionalengagements.

 

1.

Technical briefings, decision support documents, conference/meeting reference materials and proceedingsdocuments all are part of daily duties of the contractor.

2.

 

 

4.0 PERSONNEL

TECHNICAL QUALIFICATIONS:

Program Analyst

General Experience Requirements: Contractor personnel supporting this effort shall have a minimum offive (5) years’ of general experience in the following areas as defined in section 3 of the PWS:

Strategic Planning and Communications,Course of Action (COA) Analysis,Congressional Analysis, andGeneral Program SupportCommunicating complex material in various formats to include the use of software programs such asMicrosoft PowerPoint, Excel, Word and Publisher.

Specific Experience Requirements: In addition to the general experience requirement above, contractorpersonnel supporting this effort shall also have a minimum of three (3) years of demonstrated specificexperience in advanced communication and support with flag level/general officers and senior executives.

  

Education Requirements:Contractor personnel supporting this effort shall have a Bachelors Degree inBusiness Administration/Management/Accounting or Economics or Public Administration.

 

5.0 PLACE OF PERFORMANCE: The work described above shall principally be performed onsite atCommander, U.S. Fleet Forces Command, 1562 Mitscher Avenue, Norfolk, VA 23551-2487.

6.0 PERIOD OF PERFORMANCE: Period of performance includes a 12 month base period with two (2) 12month option periods.

7.0 Common Access Card (CAC):  The Contractor employee(s), fulfilling this contract must obtain a DoD CAC.The CAC is a multi-functional “smart” card. It is the official DoD identification card for military, civil service andContractor personnel. It is also the DoD Geneva Convention for all military, civil service and Contractorsaccompanying military personnel in hostile areas. It is used to grant access to DoD installations and somebuildings. It is also used to access DoD networks and secure websites. The COR will connect the contractorpersonnel with the Trusted Agent (TA). The employee will submit an application to the TA, who will review theapplication, verify, reject and/or approve. If rejected, the system notifies the Contractor and records the rejection. Ifapproved, the system will update Defense Enrollment Eligibility Reporting System (DEERS) with the Contractor

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 4 of 22 FINAL

 

Page 6: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

information and direct the Contractor, by e-mail to proceed to a military facility/installation that has a Real-timeAutomated Personnel Identification System (RAPIDS) workstation for CAC issuance.

Contractor personnel shall be required to wear a Contractor identification badge and government supplied badgeand/or CAC at all times while on Government property. The Contractor shall take appropriate precautions toprevent security violations, ensure possible compromises are reported in a timely manner, and promote a high levelof security awareness among personnel assigned to the contract.

The primary place of performance shall be on-site/off-site at the locations listed, which dictates that all personnelperforming on-site must possess U.S. Citizenship and an active DoD clearance at the Secret Level and may besubject to a Government Security Investigations and must meet eligibility for access to classified information. Thepositions require the proposed personnel to be trained and certified to DoD requirements in order to perform theduties.

The contractor shall abide by established processes and procedures for the issuance and collection of governmentfurnished Common Access Cards (CACs) for all contractor personnel when there is a hire, resignation ortermination. All CACs contain personal identifiable information (PII) that shall be controlled in accordance withgovernment directives.  Upon termination or resignation all CACs are to be turned in immediately to thecontractor's respective government appointed Technical Assistant reporting to the COR.  The cards shall then bereturned to any RAPIDS issuance location for proper disposal.

Any unauthorized possession of an official identification card, (i.e. CAC) can be prosecuted criminally under section701 of title 18, United States Code (U.S.C) which prohibits photographing or otherwise reproducing or possessingDoD identification cards in an unauthorized manner, under penalty of fine, imprisonment or both. The Contractorshall have procedures in place to ensure the retrieval and return of the government furnished equipment (CACs) fromcontractor personnel who are no longer supporting the contract.

The CAC is the property of the U.S. Government and shall not be retained by the cardholder upon expiration,replacement or when the DoD affiliation of the contracted personnel has been terminated.

8.0 SECURITY REQUIREMENTS: Personnel should be eligible for a Secret clearance. Any personnel proposedto work on this effort shall be eligible for necessary clearances to immediately begin performance at the time of orderaward. See Department of Defense (DOD) Contract Security Classification Specification - DD Form 254 providedwith individual task orders for more information.

9.0 DELIVERABLES: Deliverables shall be submitted in hard copy and fully editable soft copy (in the applicableMicrosoft Word/Excel/PowerPoint/Publisher format).  Deliverables are subject to review and, if warranted, may bereturned to the contractor for revision due to content inaccuracies and/or clerical errors.  Specific deliverables include:

9.1  Monthly Progress and Status Report (MPSR)

9.1.1  The Contractor will provide a monthly progress, status and management report consistent with the invoiceperiod by the 5th business day of each month to the COR.  At a minimum the reports shall include the followinginformation:

9.1.2  Activities of the past month.  A summary of the action taken and progress made on outstanding tasks for thepast month, including travel, problems, issues and technical assistance log (as applicable) etc.

9.1.3  Routine teleconference/meeting/ conference attendance.

9.1.3.1  Do not report on routine teleconferences, meetings and conferences in support of daily requirements/tasks.

9.1.3.2  Provide report in conjunction with roadmap/way ahead to address specific problem/issues.

9.1.4  Activities of the next month.  A review of the work planned for the next month to meet task requirements,including projected travel, anticipated risk and/or issues.

10. Enterprise-wide Contractor Manpower Reporting Application (ECMRA):

10.1The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required forperformance of services provided under this contract via a secure data collection site. Contracted services excluded

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 5 of 22 FINAL

 

Page 7: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

from reporting are based on Product Service Codes (PSCs).  The excluded PSCs are:

(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facilities;

(3) Y, Construction of Structures and Facilities;

(4) D, Automatic Data Processing and Telecommunications, IT and Telecom-Telecommunications Transmission(D304) and Internet (D322) ONLY;

(5)  S, Utilities ONLY;

(6) V, Freight and Shipping ONLY.

The contractor is required to completely fill in all required data fields using the following web addresshttps://doncmra.nmci.navy.mil.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year(FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all datashall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk,linked at https://doncmra.nmci.navy.mil.

11.0 MANDATORY CONTRACTOR TRAINING

The Contractor is responsible for its employees (and subcontractors) supporting this contract completing and stayingup to date on all training required by USFF and supported activities for individuals working on Governmentinstallations.  Some examples of required training and their requisite course numbers/references are listed below. The required training is subject to change throughout the life of this contract; however, the Contractor shouldassume at least a total of eight (8) hours for all required training courses annually per Contractor/Subcontractemployee. The Contractor shall provide documentation (copies of training certificates) to the COR confirming thatContractor employees have completed the required training within five (5) days of the specific training due date.

 

Program                 Course                                                   Reference(s)

----------                                   ---------                                                    ----------------

Cyber Awareness DOD-IAA-V12.0                                  SECNAVINST 5239.3B, para. 7(a)(4)

                                                Or

                                                DOD-IC-IAA-V12.0

 

Privacy Act & PII                DOD-PII-V2.0                                      SECNAVINST 5211.5E, para. 18(d)(2)

 

Antiterrorism Level I           CENSECFOR-AT-010.1.0                 DoDI 2000.16, para. E3.25.1.5 supported by

Awareness                                                                                             E2.11; E3.18.6

 

OPSEC                                   NIOC-USOPSEC-2.0                          OPNAVINST 3432.1A, para. 3 & para.4c(3)

                                                                                                                COMUSFLTFORCOMINST

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 6 of 22 FINAL

 

Page 8: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

3432.1, para. 8a(7)

 

Suicide Prevention               CPPD-GMT-SAP-1.0                          OPNAVINST 1720.4A, para. 5a(1)

 

Records Management        DOR-RM-010                                      OPNAVINST 5210.20, para. 25c

 

Counterintelligence             NCIS Face-to-Face                             SECNAVINST M-5510.30, chapter 4;employee Awareness                                                                                     (to include contractor) is definedin Appendix A.

                                                                                                               

Security Awareness             Local Brief/Seminar                           SECNAVINST M-5510.30, chapter 4 &para.                     

                                                                                                                102; employee (to includecontractor) is defined

                                                                                                                in Appendix A.

 

 

12.0 RECOGNIZED FEDERAL HOLIDAYS

Below are the traditional Federal holidays in which Government facilities will be closed.  With the exception ofresponsibilities, such as 24-hour operations to support training events/exercises and real world events, where priorapproval has been granted by the COR to perform on-site at the Government installation, Contractor shall followtheir corporate policy for work on recognized Federal holidays where on-site performance cannot be conducted:

 

New Year’s Day Labor DayMartin Luther King Jr.’s Birthday Columbus DayPresident’s Day Veteran’s DayMemorial Day Thanksgiving DayIndependence Day Christmas Day

 

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 7 of 22 FINAL

 

Page 9: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

SECTION D PACKAGING AND MARKING

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

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 8 of 22 FINAL

 

Page 10: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

SECTION E INSPECTION AND ACCEPTANCE

*Supplies/services will be inspected/accepted at the Government sites by the designated Government official(s). 

Please see attachment J-1, Quality Assurance Surveillance Plan. 

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 9 of 22 FINAL

 

Page 11: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

SECTION F DELIVERABLES OR PERFORMANCE

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

   

8001 8/15/2016 - 8/14/2017

CLIN - DELIVERIES OR PERFORMANCE

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

   

8001 8/15/2016 - 8/14/2017

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

   

8101 8/15/2017 - 8/14/2018

8201 8/15/2018 - 8/14/2019

Services to be performed hereunder will be provided onsite at Commander, U.S. Fleet Forces Command, 1562Mitscher Avenue, Norfolk, VA 23551-2487.

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 10 of 22 FINAL

 

Page 12: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

SECTION G CONTRACT ADMINISTRATION DATA

CONTRACT ADMINISTRATION APPOINTMENTS AND DUTIES 

In order to expedite administration of this contract/order, the following delineation of duties isprovided including the names, addresses and phone numbers for each individual or office asspecified.  The individual/position designated as having responsibility should be contacted for anyquestions, clarifications or information regarding the functions assigned.

1.  PROCURING CONTRACTING OFFICER (PCO) is responsible for:

    a.  All pre-award information, questions, or data;

    b.  Freedom of Information inquiries;

    c.  Change/question/information regarding the scope, terms or conditions of the basic contractdocument; and/or

    d.  Arranging the post award conference (See FAR 42.503).

  

Name:                 Ms. Kate Petti

Phone:                   757-443-1618

Email:                   [email protected]

Address:                NAVSUP Fleet Logistics Center (FLC) Norfolk

                              Contracting Department

                              1968 Gilbert Street, Suite 600

                              Norfolk, VA 23511

2.  CONTRACT ADMINISTRATION OFFICE (CAO) is responsible for matters specified in FAR 42.302 andDFARS 242.302 except in those areas otherwise designated herein.

 

Name:                    Ms. Jill Joscelyn

Phone:                   757-443-1219

Email:                    [email protected]

Address:                NAVSUP Fleet Logistics Center (FLC) Norfolk

                              Contracting Department

                              1968 Gilbert Street, Suite 600

                              Norfolk, VA 23511

 

3.  PAYING OFFICE is responsible for payment of proper invoices after acceptance is documented.

4.  CONTRACTING OFFICERS REPRESENTATIVE (COR) is responsible for:

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 11 of 22 FINAL

 

Page 13: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

Liaison with personnel at the Government installation and the contractor personnel on site;a.Technical advice/recommendations/clarification on the statement of work;b.The statement of work for delivery/task orders placed under this contract.c.An independent government estimate of the effort described in the definitized statement of work;d.Quality assurance of services performed and acceptance of the services or deliverables;e.Government furnished property;f.Security requirements on Government installation;g.Providing the PCO or his designated Ordering Officer with appropriate funds for issuance of theDelivery/Task order; and/or

h.

Certification of invoice for payment.i.

NOTE: When, in the opinion of the Contractor, the COR requests effort outside the existing scope of the contract(or delivery/task order), the Contractor shall promptly notify the Contracting Officer (or Ordering Officer) in writing. No action shall be taken by the contractor under such direction until the Contracting Officer has issued amodification to the contract or, in the case of a delivery/task order, until the Ordering Officer has issued amodification of the delivery/task order; or until the issue has otherwise been resolved.  THE COR IS NOT ANADMINISTRATIVE CONTRACTING OFFICER AND DOES NOT HAVE THE AUTHORITY TO DIRECTTHE ACCOMPLISHMENT OF EFFORT WHICH IS BEYOND THE SCOPE OF THE STATEMENT OFWORK IN THE CONTRACT OR DELIVERY/TASK ORDER.

Name:                    Mr.  David Crowder

Phone:                   757-836-6244

Email:                    [email protected]

Address:                1562 MITSCHER AVE  BUILDING NH-46

                              NORFOLK, VA  23551-0001

 

 

Authorized Changes Only By The Contracting Officer (Jan 1992)

 

Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel whovisit the Contractor's facilities or in any other manner communicate with Contractor personnel during theperformance of this contract shall constitute a change under the "Changes" clause of this contract.

 

a.

The Contractor shall not comply with any order, direction or request of Government personnel unless it isissued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwiseincluded as a part of this contract.

 

b.

The Contracting Officer is the only person authorized to approve changes in any of the requirements of thiscontract and notwithstanding provisions contained elsewhere in this contract, the said authority remainssolely with the Contracting Officer. In the event the Contractor effects any change at the direction of anyperson other than the Contracting Officer, the change will be considered to have been made without authorityand no adjustment will be made in the contract price to cover any increase in charges incurred as a resultthereof. The address and telephone number of the Contracting Officer is:

c.

 

Name:                    Ms. Kate Petti

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 12 of 22 FINAL

 

Page 14: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

Phone:                   757-443-1618

Email:                    [email protected]

Address:                NAVSUP Fleet Logistics Center (FLC) Norfolk

                               Contracting Department

                               1968 Gilbert Street, Suite 600

                               Norfolk, VA 23511

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------8001 N0006016RC041RT 125196.00  LLA : AA 1761804 60CA 251 00060 W 068732 2D C041RT  Standard Number: N0006016RC041RT COST CODE: 000606020CTQ   BASE Funding 125196.00 Cumulative Funding 125196.00 

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 13 of 22 FINAL

 

Page 15: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

SECTION H SPECIAL CONTRACT REQUIREMENTS

Not applicable.

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 14 of 22 FINAL

 

Page 16: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

SECTION I CONTRACT CLAUSES

WAGE DETERMINATION

 DEPARTMENT OF LABOR (DOL) DETERMINATION OF MINIMUM WAGE AND FRINGEBENEFITS

The following U.S. Department of Labor Wage Determinations are hereby incorporated in this solicitation and theresultant contract. Compliance is mandatory. To ensure uniformity of wage determination rates for each location andlabor category, Offerors shall use DOL's determination rates current revisions.

The following are Wage Determinations are the most current to this date. It is the contractor’s responsibility tomake sure they use the most recent revision listed at the DOL site listed below.

Wage Determination No.: 2015-4341

Revision No.: 2

Date of Revision: 12/29/2015

States: North Carolina, Virginia

 Area: North Carolina County of Currituck

Virginia Counties of Chesapeake, Gloucester, Hampton, Isle of Wight, James

City, Mathews, Newport News, Norfolk, Poquoson, Portsmouth, Suffolk, Surry,

Virginia Beach, Williamsburg, York

 

CLAUSES INCORPORATED BY REFERENCE

52.204-2 Security Requirements AUG 1996  52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011  52.217-5 Evaluation Of Options JUL 1990  52.222-17 Non displacement of Qualified Workers MAY 2014  52.222-41         Service Contract Labor Standards                    MAY 2014  

52.222-43           Fair Labor and Standards Act and Service LaborStandrds-Price Adjustment (Multi Year and Option Contracts

MAY 2014

 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015  252.201-7000 Contracting Officer's Representative DEC 1991  252.203-7000 Requirements Relating to Compensation of Former DoD

OfficialsSEP 2011  

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013  252.203-7005 Representation Relating to Compensation of Former DoD

OfficialsNOV 2011  

252.204-7003 Control Of Government Personnel Work Product APR 1992  252.204-7005 Oral Attestation of Security Responsibilities NOV 2001  252.204-7009 Limitations on the Use or Disclosure of Third-Party

Contractor Reported Cyber Incident InformationDEC 2015  

252.204-7012 Safeguarding Covered Defense Information and CyberIncident Reporting.

DEC 2015  

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 15 of 22 FINAL

 

Page 17: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

252.209-7004 Subcontracting With Firms That Are Owned or ControlledBy The Government of a Country that is a State Sponsor ofTerrorism

OCT 2015  

252.222-7007 Representation Regarding Combating Trafficking in Persons JAN 2015  252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or

Hazardous MaterialsSEP 2014  

252.225-7048 Export-Controlled Items JUN 2013  252.232-7003 Electronic Submission of Payment Requests and Receiving

ReportsJUN 2012  

252.239-7001 Information Assurance Contractor Training and Certification JAN 2008  252.244-7000 Subcontracts for Commercial Items JUN 2013  

CLAUSES INCORPORATED BY FULL TEXT

 

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 seven (7) days;provided that the Government gives the Contractor a preliminary written notice of its intent to extend at leastfourteen (14) days before the contract expires. The preliminary notice does not commit the Government to anextension.

 

(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.

 

(End of clause)

52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)

In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29

CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and

states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the

provisions of 5 U.S.C. 5341 or 5332.

THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION

Employee Class Monetary Wage-Fringe Benefits

Program Analyst - GS-13

(End of clause)

  252.203-7996  PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAININTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION 2016-O0003)(OCT2015)

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 16 of 22 FINAL

 

Page 18: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

(a)  In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and anysubsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained insection 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L.113-235), none of  the funds appropriated (or otherwise made available) by this or any other Act may be used for acontract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, orabuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employeesor contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcementrepresentative of a Federal department or agency authorized to receive such information.

(b)  The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure ofclassified information.  (c)  Representation.  By submission of its offer, the Offeror represents that it does not require employees orsubcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentialityagreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reportingsuch waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department oragency authorized to receive such information.

                                                                                (End of provision)

 252.203-7997  PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAININTERNAL CONFIDENTIALITY AGREEMENTS  (DEVIATION 2016-O0003)(OCT 2015)

       

(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign orcomply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees orcontactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcementrepresentative of a Federal department or agency authorized to receive such information.

(b)  The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentialityagreements covered by this clause are no longer in effect. 

(c)  The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure ofclassified information.

 

(d)(1)  Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2016 (Pub.L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions ascontained in sections 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act,2015 (Pub. L. 113-235) may be prohibited, if the Government determines that the Contractor is not in compliancewith the provisions of this clause. 

(2)  The Government may seek any available remedies in the event the Contractor fails to perform in accordance withthe terms and conditions of the contract as a result of Government action under this clause.

(End of clause)

 

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (DEC 2015)

 

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

 

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 17 of 22 FINAL

 

Page 19: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

Controlled technical information, covered contractor information system, and covered defense information defined inclause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.

   

(b) The security requirements required by contract clause 252.204-7012, Covered Defense Information and CyberIncident Reporting, shall be implemented for all covered defense information on all covered contractor informationsystems that support the performance of this contract.

   

(c) For covered contractor information systems that are not part of an information technology (IT) service or systemoperated on behalf of the Government (see 252.204-7012(b)(1)(ii))--

  

(1) By submission of this offer, the Offeror represents that it will implement the security requirements specified byNational Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, ``Protecting ControlledUnclassified Information in Nonfederal Information Systems and Organizations'' (see http://dx.doi.org/10.6028/NIST.SP.800-171), not later than December 31, 2017.

   

(2)(i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that is ineffect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall

submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a writtenexplanation of—

   

(A) Why a particular security requirement is not applicable; or

   

(B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy aparticular requirement and achieve equivalent protection.

  

(ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800-171requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporatedinto the resulting contract.

 

(End of provision)

 

252.209-7991 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAXLIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW—FISCAL YEAR 2016APPROPRIATIONS (DEVIATION 2016-O0002) (OCT 2015)

 

(a)  In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and anysubsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained insections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015(Pub. L. 113-235), none of  the funds made available by this or any other Act may be used to enter into a contractwith any corporation that—

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 18 of 22 FINAL

 

Page 20: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

(1)  Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have beenexhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authorityresponsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agencyhas considered suspension or debarment of the corporation and made a determination that this further action is not necessaryto protect the interests of the Government; or

 

(2)  Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where theawarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporationand made a determination that this action is not necessary to protect the interests of the Government.

 

(b)  The Offeror represents that—

 

(1)  It is [ ___   ] is not [ ___   ] a corporation that has any unpaid Federal tax liability that has been assessed, for whichall judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely mannerpursuant to an agreement with the authority responsible for collecting the tax liability,

 

(2)  It is [ ___   ] is not [ ___   ] a corporation that was convicted of a felony criminal violation under a Federal law withinthe preceding 24 months.

 

(End of provision)

 

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

 

(a) Definitions. As used in this clause—

 

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

 

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

 

Local processing office (LPO) is the office responsible for payment certification when payment certification is 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.

 

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 19 of 22 FINAL

 

Page 21: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

(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:

 

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

 

2-IN-1 

 

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

 

N00060 / US FLEET FORCES COMMAND

 

(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 WAWFPay Official DoDAAC  HQ0338Issue By DoDAAC  N00189Admin DoDAAC  S5111A

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 20 of 22 FINAL

 

Page 22: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

Inspect By DoDAAC  N00060Ship To Code  N/AShip From Code  N/AMark For Code  N/AService Approver (DoDAAC)  N00060Service Acceptor (DoDAAC)  N00060Accept at Other DoDAAC  N/ALPO DoDAAC  N00060DCAA Auditor DoDAAC  N/AOther DoDAAC(s)  N/A

 

 

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

 

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

 

NAME  EMAIL PHONE NUMBER

Acceptor:  Gary Thompson [email protected] 757-836-4825

Certifier:  Edward Shine [email protected]  757-836-6952

 (g) WAWF point of contact.

 

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

 Mr. Gary Thompson;  Phone: 757-836-4825;  Email: [email protected]                

  

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

 

(End of clause)

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 21 of 22 FINAL

 

Page 23: See Schedule 08/08/2016 ORDER FOR SUPPLIES OR SERVICES

SECTION J LIST OF ATTACHMENTS

Attachment 1 - Quality Assurance Surveillance Plan

Attachment 2 - DD Form 254

Attachment 3 - Contract Administration Plan

Attachment 4 - Wage Determination

 CONTRACT NO.

 N00178-11-D-6563 DELIVERY ORDER NO.

 FK01 PAGE

 22 of 22 FINAL