6. issued by code n00189 (if other than item 6) n00189 ......knowledge, proficiency and experience...

25
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P00002 29-Oct-2018 N4657918RC0312T N/A 6. ISSUED BY CODE N00189 7. ADMINISTERED BY (If other than Item 6) CODE N00189 NAVSUP FLC Norfolk, Code 200 1968 Gilbert Street Ste 600 Norfolk VA 23511-3392 [email protected] 757-443-0780 NAVSUP FLC Norfolk, Code 200 1968 Gilbert Street Ste 600 Norfolk VA 23511-3392 SCD: C 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. PROFESSIONAL SOFTWARE ENGINEERING INC 500 Viking Drive, Ste 301 Virginia Beach VA 23452 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4107 / N0018918F3030 10B. DATED (SEE ITEM 13) CAGE CODE 1HK66 FACILITY CODE 28-Sep-2018 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [X] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). FAR 52.243 ALT I [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Diane C Krueger, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Diane C Krueger 29-Oct-2018 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Upload: others

Post on 26-Jun-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

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

P00002 29-Oct-2018 N4657918RC0312T N/A6.  ISSUED BY CODE N00189 7.  ADMINISTERED BY (If other than Item 6) CODE N00189

NAVSUP FLC Norfolk, Code 200

1968 Gilbert Street Ste 600

Norfolk VA 23511-3392

[email protected] 757-443-0780

 

NAVSUP FLC Norfolk, Code 200

1968 Gilbert Street Ste 600

Norfolk VA 23511-3392

 

SCD: C

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

PROFESSIONAL SOFTWARE ENGINEERING INC    500 Viking Drive, Ste 301    Virginia Beach VA 23452   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4107 / N0018918F3030

    10B.  DATED (SEE ITEM 13)

CAGECODE

1HK66 FACILITY CODE   28-Sep-2018

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[   ]The above numbered solicitation is amended as set forth in Item 14.  The hour and date specified for receipt of Offers  [   ]   is extended, [   ]  is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers.  FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACEDESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.  If by virtue of this amendmentyou desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and thisamendment, and is received prior to the opening hour and date specified.12.  ACCOUNTING AND APPROPRIATION DATA (If required)

  

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

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

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

date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). FAR 52.243 ALT I

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

[  ] D. OTHER (Specify type of modification and authority)  

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

SEE PAGE 2 

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

      Diane C Krueger, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Diane C Krueger 29-Oct-2018 

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

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

  

      1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Page 2: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

SECTION C DESCRIPTIONS AND SPECIFICATIONS

INTRODUCTION1.

 

U.S. Fleet Forces Command (USFF) Communications and Information Systems provides customized applicationsto support ongoing requirements from various directorates and departments. In order to maintain and ensure thatservices are adequately provided USFF requires contractor support in the gathering of technical requirements,application coding and sustainment of applications.

 

2.0 SCOPE

 

Contractor shall provide support in the gathering of technical requirements, application programming/coding andsustainment of applications as outlined in this Performance Work Statement (PWS). The contractor is responsiblefor ensuring the services provided are in accordance with the tasks define herein and the services meet or exceedthe quality levels as define by the Government.

 

3.0 PLACE OF PERFORMANCE

 

Contractor support shall be performed at United States Fleet Forces Command (USFF) Norfolk, Virginia at aGovernment facility/site.  Unless otherwise noted in specific task descriptions, the primary location is USFF,Naval Support Activity – Hampton Roads, Norfolk, VA.  Contractors must be present for routine and ad-hoc daily,weekly, and monthly meetings.  Where contractor employee attendance at such meetings or training conflicts withperformance of work in accordance with this PWS (as dictated by USFF mission requirements) the COR maydisapprove attendance.

 

4.0 SECURITY

 

Contractor must have an active SECRET FACILITY CLEARANCE and an active SECRETCLEARANCE at time of proposal submission. Contractor shall provide personnel with clearances up toand including General Service (GENSER)/SECRET level. The contractor shall abide by all USFF, DON,and DOD instructions, rules, procedures, and standards of conduct.  The COR shall provide a completedDD254 to the contractor to be utilize for security purposes.  The contractor’s request for visitauthorization shall be submitted in accordance with DOD 5220.22M (Industrial Security Manual forSafeguarding Classified Material) no later than one (1) week prior to arrival.

 

All classified SIPRNET work in performance of this contact will take place at USFFC.  Any contractorpersonnel proposed to work on this effort shall be eligible to immediately begin performance at the timeof contract award. 

 

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 2 of 27

 FINAL 

Page 3: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

4.1 Mission Requirement Specific Classification guidance: 

 

In accordance with DODM 5200.45, "Instruction for Developing Security Classification Guides," thefollowing derivative classification applies:

A specific capability or unit linked to being allocated to an Operation is unclassified.a.

The numbers of a specific capability allocated to an Operation is Secret.b.

A specific capability or unit allocated to the Operation and linked to specific response times, datesof deployment, or dates of employment is Secret.An exception is made in accordance withChairman of the Joint Chiefs of Staff (CJCS) Instruction 3130.06, "Global Force ManagementAllocations Policies and Procedures," which directs that Force Tracking Numbers (FTNs) andEJMAPS numbers be added to deployment orders in order to identify personnel inbound tosupport requirements.

c.

A specific capability or unit link to a specific Operation is Secret.d.

An execution order and the supporting deployments/redeployments are treated as two separateevents.When a linkage is made between the two events, the highest level of classificationapplies.When a linkage is required during deployment/redeployment to obtain diplomaticoverflight and air traffic clearances, information may be declassified as required.

e.

Additional guidance regarding classification of and allowed declassification of movement andlocation information is provided in CJCS M3130.03, "Adaptive Planning and Execution (APEX)Planning Formats and Guidance."

f.

 

4.2 Additional Security Classification Guidance: 

 

In addition to the above mission requirement classification guidance, the contractor shall comply withany additional applicable security classification guidance contained in the National Industrial SecurityProgram Operating Manual (DOD 5220.22-M), DOD Information Security Program: Protection ofclassified information (DODM 5200.01 V1-V4), DON Information Security Program (SECNAVM-5510.36) and local USFF security policies (COMUSFLTFORCOMSTAFFINST 5531.1A).  Thecontractor shall not release any Government information e.g. classified, controlled unclassified/ForOfficial Use Only (FOUO) information without the express permission of the Government representativeor COR.

 

5.0 FUNCTIONAL DESCRIPTIONS

 

Information provided in this section is strictly a summary of the applicable functions and should not beconstrued as all-inclusive.  Due to the rapid changes in technology and business dynamics within USFF,the Contractor must be abreast with the latest technologies and trends, and able to adapt or implement tosupport requirements.

 

5.1 SYSTEMS ANALYST

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 3 of 27

 FINAL 

Page 4: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

 

The contractor shall gather requirements, convert requirements into technical programming standards, write anddevelop .NET web applications based on technical requirements. Applications shall be compliant to currentInformation Assurance policies and guidelines. The application must be 99% error free and meet all requirements.Tasks include;

Use Team Foundation Server (TFS) to develop application tasks and timelines, and store computercode and projects.

a.

Lead in the design, develop, manage and maintain .NET web applications using in-depthknowledge, proficiency and experience on the following technologies: Microsoft SQL Server,ASP.NET (Web Forms and MVC), C#, Java Script, HTML, CSS, T-SQL, Windows Server, andVisual Studio.

b.

Lead in building prototype models using Data Modeling Tools, mock up sites, and Flow Charts.These will be fully functional prototypes that allow users to get acquainted with a new way ofdoing business and provide a mechanism for feedback.

c.

Develop Plan of Action and Milestones (POAM) on all projects and tasks.d.

Develop and maintain application technical and/or user guides.e.

Provide user training in using the applications delivered online or classroom environment.f.

Provide customer support in using the applications.g.

Develop and write application technical guides and training materials.h.

Lead the requirements gathering and meetings.i.

Document and translate requirements into technical requirements and standards for programmingand coding.

j.

Work with a team of developers in configuring application, troubleshooting and resolving issues.k.

Gather requirements from customers and convert it to technical requirements forprogramming/coding.

l.

Excellent communication and writing skills, and possess a proven ability to be a self-motivatedmember of the Development Team.

m.

 

 

5.2 APPLICATION DEVELOPER

 

The contractor shall write and develop .NET web applications based on technical requirements. Applications shallbe compliant to current Information Assurance policies and guidelines. The application must be 99% error freeand meet all requirements. Tasks include;

Use Team Foundation Server (TFS) to develop application tasks and timelines, and store computercode and projects.

a.

Design, develop, manage and maintain .NET web applications using in-depth knowledge,proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (WebForms and MVC), C#, Java Script, HTML, CSS, T-SQL, Windows Server, and Visual Studio.

b.

Build prototype models using Data Modeling Tools, mock up sites, and Flow Charts. These willbe fully functional prototypes that allow users to get acquainted with a new way of doing businessand provide a mechanism for feedback.

c.

Develop Plan of Action and Milestones (POAM) on all projects and tasksd.

Assist in the writing of application technical and/or user guides.e.

Assist in requirements gatherings and meetings.f.

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 4 of 27

 FINAL 

Page 5: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

Assist in the delivery of user training delivered online or classroom environment.g.

Provide customer support in using the applications.h.

Work with a team of developers in configuring application, troubleshooting and resolving issues.i.

Excellent and proficient communication and writing skills, and possess a proven ability to be aself-motivated member of the Development Team.

j.

 

 

6.0 SUBSTITUTION

 

A requirement of this contract is to maintain stability of personnel proposed in order to provide quality services.The contractor agrees to assign only those personnel who are necessary to fulfill the requirements of the effort.The contractor agrees to assign to any effort only personnel who meet or exceed the applicable labor categorydescriptions. No substitution or addition of personnel shall be made except in accordance with the following.

If contractor personnel, for any reason, become unavailable to perform under the contract for acontinuous period exceeding ten (10) working days, or are expected to devote substantially lesseffort to the work than indicated in the proposal, the contractor shall provide a substitution to suchpersonnel, in accordance with the below sub-sections.

a.

All proposed substitutions shall be submitted, in writing, to the Contracting Officer and COR atleast ten (10) working days prior to any contractor personnel becoming unavailable for work.Each request shall provide a detailed explanation of the circumstances necessitating the proposedsubstitution, a complete résumé for the proposed substitute, information regarding the fullfinancial impact of the change, and any other information required by the Contracting Officer andCOR to approve or disapprove the proposed substitution. All proposed substitutes (no matterwhen they are proposed during the performance period) shall have qualifications that meet section7.0 Qualifications.

b.

Contractor shall provide resumes to include certification, work experience and education to ensurethat candidates meet the requirements as outline in this PWS. All certifications must be currentwith proof attached to the resume.

c.

The Contracting Officer with the COR and/or Technical Representative(s) shall evaluate requestsfor substitution of personnel and promptly notify the contractor, in writing, of whether the requestis approved or disapproved. Upon approval of proposed substitution, personnel shall be on sitewithin ten (10) working days to commence work. Under no circumstances shall support not to beprovided greater than ten working days without Contracting Officer or COR approval.

d.

If the Contracting Officer determines that suitable and timely replacement of personnel who havebeen reassigned, terminated or have otherwise become unavailable to perform under the contractis not reasonably forthcoming or that the resultant reduction of productive effort would impair thesuccessful completion of the contract, the contract may be terminated by the Contracting Officerfor default or for the convenience of the Government, as appropriate. Alternatively, at theContracting Officer’s discretion, if the Contracting Officer finds the contractor to be at fault forthe condition, he may equitably adjust (downward) the contract price to compensate theGovernment for any delay, loss or damage as a result of the contractor’s action.

e.

 

7.0 QUALIFICATIONS  

 

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 5 of 27

 FINAL 

Page 6: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

The Contractor is responsible for providing personnel with expertise in the areas as described in this PWS. Personnel assigned to this effort must keep current on the respective technologies associated with the contract. Allcontractor personnel supporting this effort are considered part of the Information Assurance Workforce/CyberSecurity Workforce.  Requirements for performance of work at this level are specified in DOD 8140.10.

 

The skill sets of the contractor personnel shall enable fulfillment of responsibilities as identified below.

 

7.1 SYSTEMS ANALYST

 

7.1.1 Educational Requirements

 

BS in Computer Science (or similar IT degree) or AS in Computer Science (or similar IT degree)with an additional 2 years of experience specific to the below qualifications.

 

7.1.2 Qualifications

 

a.

Minimum 6 years of experience, proficiency and in depth knowledge in application developmentusing Microsoft SQL 2012 or higher (Database Engine, Reporting Services, Integration Servicesand Analysis Services), PowerShell, ASP.NET 3.5 or higher (Web Forms and MVC), C#, JavaScript, HTML, CSS, T-SQL, Microsoft Windows 2012 or higher and Visual Studio 2013 or higherand web related technologies

b.

Experienced and in depth knowledge in data modeling, user interface and/or experience (UI/UX)design and implementation.

c.

Experienced in the installation, configuration, and management of virtualization technology suchas Hyper-V and VMware.

d.

Ability to work on multiple projects at a time, prioritizing efforts and meet deadlines.e.

Must have current certification in Developing ASP.NET MVC Web Application or Programmingin C#.

f.

Must have a current Government secret clearanceg.

Must have current CompTIA Security+ certification and maintain throughout the life of thecontract

h.

 

7.2 APPLICATION DEVELOPER

 

Educational Requirements1.

 

BS in Computer Science (or similar IT degree) or AS in Computer Science (or similar IT degree) with anadditional 2 years of experience specific to the below qualifications.

a.

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 6 of 27

 FINAL 

Page 7: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

 

7.2.2 Qualifications

 

Minimum 4 years of experience, proficiency and in depth knowledge in application development usingMicrosoft SQL 2012 or higher (Database Engine, Reporting Services, Integration Services and AnalysisServices), PowerShell, ASP.NET 3.5 or higher (Web Forms and MVC), C#, Java Script, HTML, CSS,T-SQL, Microsoft Windows 2012 or higher and Visual Studio 2013 or higher and web related technologies

b.

Experienced in data modeling, user interface and/or experience (UI/UX) design and implementation.c. Experienced in the installation, configuration, and management of virtualization technology such asHyper-V and VMware.

d.

Ability to work on multiple projects at a time, prioritizing efforts and meet deadlines.e.

Must have current certification in Developing ASP.NET MVC Web Application or Programmingin C#.

f.

Must have a current Government secret clearanceg.

Must have current CompTIA Security+ certification and maintain throughout the life of thecontract

h.

 

8.0 ACCEPTANCE PLAN

 

Inspection and acceptance is performed by the COR on all data and non-data deliverables in accordancewith the Federal Supply Schedule and as outline in the Quality Assurance Surveillance Plan.

 

9.0 DELIVERABLES

 

The Contractor shall provide all the deliverables, in accordance with the attached Quality Assurance SurveillancePlan, to the USFF COR.

 

10.0 OTHER CONSIDERATIONS/REQUIREMENTS

The Contractor shall ensure that the personnel accessing information systems have the proper andcurrent information assurance certification to perform information assurance functions inaccordance with DoD 8140.10, Cyberspace Workforce Management.

a.

DoD-approved information assurance workforce certifications appropriate for each category andlevel as listed in the current version of DoD 8141.10.

b.

Appropriate operating system certification for information assurance technical positions asrequired by DoD 8140.10.

c.

The Contractor shall provide documentation supporting the information assurance certificationstatus of personnel performing information assurance functions.

d.

Contractor personnel who do not have proper and current certifications shall be denied access toDoD information systems for the purpose of performing information assurance functions.

e.

 

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 7 of 27

 FINAL 

Page 8: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

11.0 ADDITIONAL TRAINING REQUIREMENTS

 

The Contractor is responsible for its employees (and subcontractors) supporting this contract completingand staying up-to-date on all training required by USFF and supported activities for individuals workingon Government installations.  Some examples of required training and their requisite coursenumbers/references are listed below.  The required training is subject to change throughout the life of thiscontract; however, the Contractor should assume at least a total of eight (8) hours for all required trainingcourses annually per Contractor/Subcontract employee. The Contractor shall provide documentation(copies of training certificates) to the COR confirming that Contractor employees have completed therequired 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 supportedby           Awareness                                                                        E2.11; E3.18.6

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

                                                                                    COMUSFLTFORCOMINST 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 defined inAppendix A.

Security Awareness      Local Brief/Seminar                 SECNAVINST M-5510.30, chapter 4 & para. 10-

2; employee (to include contractor) 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 of

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 8 of 27

 FINAL 

Page 9: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

responsibilities, 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

 

13.0 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA)

“The contractor shall report contractor labor hours (including subcontractor labor hours) required for performanceof services provided under this contract for the [NAMED COMPONENT] via a secure data collection site.Contracted services excluded 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 address:http://www.emcra.mil.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscalyear (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, alldata shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the helpdesk, linked at https://www.emcra.mil.

14.0 NON-PERSONNEL SERVICE STATEMENT

 

Contractor employees performing services under this PWS shall be controlled, directed, and supervised at all timesby management personnel of the Contractor.  The Contractor shall ensure that employees properly comply withthe tasks, policies, and procedures contained within this PWS.  Contractor employees shall perform their dutiesindependent of, and without the supervision of, any government official. The tasks, duties, and responsibilities setforth in this PWS may not be interpreted or implemented in any manner that results in any Contractor employeecreating or modifying federal policy, obligating the appropriated funds of the United States Government,overseeing the work of federal employees, providing direct personal services to any federal employee, orotherwise violating the prohibitions set forth in parts 7.5 and 37.1 of the Federal Acquisition Regulations (FAR).The Government shall control access to the facility and perform the inspection and acceptance of completed work.

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 9 of 27

 FINAL 

Page 10: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

SECTION D PACKAGING AND MARKING

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

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 10 of 27

 FINAL 

Page 11: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

SECTION E INSPECTION AND ACCEPTANCE

See WAWF Table

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 11 of 27

 FINAL 

Page 12: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

SECTION F DELIVERABLES OR PERFORMANCE

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

   

8000 9/28/2018 - 9/27/2019

8100 9/28/2018 - 9/27/2019

CLIN - DELIVERIES OR PERFORMANCE

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

   

8000 9/28/2018 - 9/27/2019

8100 9/28/2018 - 9/27/2019

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

   

8001 9/28/2019 - 9/27/2020

8101 9/28/2019 - 9/27/2020

8102 9/28/2020 - 9/27/2021

8103 9/28/2021 - 9/27/2022

8104 9/28/2022 - 9/27/2023

8105 9/28/2023 - 3/27/2024

Services to be performed hereunder will be provided at:

U.S Fleet Forces Command (USFF)

1562 Mitscher Ave, Suite 250

Norfolk, VA 23551-2487

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 12 of 27

 FINAL 

Page 13: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

SECTION G CONTRACT ADMINISTRATION DATA

Contracting Officer RepresentativeFrank F Calderon, N6111562 Mitscher Ave Suite 250Norfolk, VA [email protected]

CONTRACT ADMINISTRATION PLAN

 

CONTRACT ADMINISTRATION PLAN (CAP)

FOR FIXED PRICE CONTRACTS

 

In order to expedite the administration of this contract, the following delineation of duties is provided.  Thenames, addresses and phone numbers for these offices or individuals are included elsewhere in the contract awarddocument.  The office or individual designated as having responsibility should be contacted for any questions,clarifications, or information regarding the administration function assigned.

 

1.  The Procuring Contract Office (PCO) is responsible for:

 

               a.  All pre-award duties such as solicitation, negotiation and award of contracts.

 

               b.  Any information or questions during the pre-award stage of the procurement.

 

               c.  Freedom of Information inquiries.

 

                d.  Changes in contract terms and/or conditions.

 

                e.  Post award conference.

 

2.  The Contract Administration Office (CAO) is responsible for matters specified in the FAR 42.302 and DFARS42.302 except those areas otherwise designated as the responsibility of the Contracting Officer's Representative(COR) or someone else herein.

 

3.  The paying office is responsible for making payment of proper invoices after acceptance is documented.

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 13 of 27

 FINAL 

Page 14: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

 

4.  The Contracting Officer's Representative (COR) is responsible for interface with the contractor andperformance of duties such as those set forth below.  It is emphasized that only the PCO/CAO has the authority tomodify the terms of the contract.  In no event will any understanding, agreement, modification, change order, orother matter deviating from the terms of the basic contract between the contractor and any other person beeffective or binding on the Government.  If in the opinion of the contractor an effort outside the scope of thecontract is requested, the contractor shall promptly notify the PCO in writing.  No action may be taken by thecontractor unless the PCO or CAO has issued a contractual change.  The COR duties are as follows:

 

               a.  Technical Interface                                                                                                                                                                                                                                                                                                                                                                   

                      (1) The COR is responsible for all Government technical interface concerning the contractor andfurnishing technical instructions to the contractor.  These instructions may include:  technicaladvice/recommendations/clarifications of specific details relating to technical aspects of contract requirements;milestones to be met within the general terms of the contract or specific subtasks of the contract; or, any otherinterface of a technical nature necessary for the contractor to perform the work specified in the contract.   TheCOR is the point of contact through whom the contractor can relay questions and problems of a technical nature tothe PCO.

 

                       (2) The COR is prohibited from issuing any instruction which would constitute a contractualchange.  The COR shall not instruct the contractor how to perform. If there is any doubt whether technicalinstructions contemplated fall within the scope of work, contact the PCO for guidance before transmitting theinstructions to the contractor.

 

               b.  Contract Surveillance

 

                       (1) The COR shall monitor the contractor's performance and progress under the contract.  Inperforming contract surveillance duties, the COR should exercise extreme care to ensure that he/she does not crossthe line of personal services.  The COR must be able to distinguish between surveillance (which is proper andnecessary) and supervision (which is not permitted).  Surveillance becomes supervision when you go beyondenforcing the terms of the contract.  If the contractor is directed to perform the contract services in a specificmanner, the line is being crossed.  In such a situation, the COR's actions would be equivalent to using thecontractor's personnel as if they were government employees and would constitute transforming the contract intoone for personal services.

 

                       (2) The COR shall monitor contractor performance to see that inefficient or wasteful methods arenot being used.  If such practices are observed, the COR is responsible for taking reasonable and timely action toalert the contractor and the PCO to the situation.

 

                       (3) The COR will take timely action to alert the PCO to any potential performance problems.  Ifperformance schedule slippage is detected, the COR should determine the factors causing the delay and report

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 14 of 27

 FINAL 

Page 15: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

them to the PCO, along with the contractor's proposed actions to eliminate or overcome these factors and recoverthe slippage.  Once a recovery plan has been put in place, the COR is responsible for monitoring the recovery andkeeping the PCO advised of progress.

 

                       (4) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to thecontract you are responsible for completing a Contractor Performance Assessment Report (CPAR) in the CPARSAutomated Information System (AIS).  The initial CPAR, under an eligible contract, must reflect evaluation of atleast 180 days of contractor performance.  The completed CPAR, including contractor comments if any, (NOTE:contractors are allowed 30 days to input their comments) should be available in the CPARS AIS for reviewingofficial (PCO) review no later than 270 days after start of contract performance.  Subsequent CPARs covering anycontract option periods should be ready at 1-year intervals thereafter.

 

               c.  Invoice Review and Approval/Inspection and Acceptance

 

                       (1) The COR is responsible for quality assurance of services performed and acceptance of theservices or deliverables.  The COR shall expeditiously review copies of the contractor's invoices or vouchers,certificate of performance and all other supporting documentation to determine the reasonableness of the billing. In making this determination, the COR must take into consideration all documentary information available andany information developed from personal observations.

 

                       (2) The COR must indicate either complete or partial concurrence with the contractor'sinvoice/voucher by executing the applicable certificate of performance furnished by the contractor.  The CORmust be cognizant of the invoicing procedures and prompt payment due dates detailed elsewhere in the contract.

 

                       (3) The COR will provide the PCO and the CAO with copies of acceptance documents such asCertificates of Performance.

 

                       (4) The COR shall work with the Contractor to obtain and execute a final invoice no more than60 days after completion of contract performance.  The COR shall ensure that the invoice is clearly marked as a“Final Invoice.”

 

               d.  Contract Modifications.  The COR is responsible for developing the statement of work for changeorders or modifications and for preparing an independent government cost estimate of the effort described in theproposed statement of work.

 

               e.  Administrative Duties

 

                       (1) The COR shall take appropriate action on technical correspondence pertaining to the contractand for maintaining files on each contract.  This includes all modifications, government cost estimates, contractorinvoices/vouchers, certificates of performance, DD 250 forms and contractor's status reports.

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 15 of 27

 FINAL 

Page 16: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

 

                       (2) The COR shall maintain files on all correspondence relating to contractor performance,whether satisfactory or unsatisfactory, and on trip reports for all government personnel visiting the contractor'splace of business for the purpose of discussing the contract.

 

                       (3) The COR must take prompt action to provide the PCO with any contractor or technical coderequest for change, deviation or waiver, along with any supporting analysis or other required documentation.

 

               f.  Government Furnished Property.  When government property is to be furnished to the contractor, theCOR will take the necessary steps to insure that it is furnished in a timely fashion and in proper condition for use.The COR will maintain adequate records to ensure that property furnished is returned and/or that material hasbeen consumed in the performance of work.

                                                                                                                                                                       

               g.  Security.  The COR is responsible for ensuring that any applicable security requirements are strictlyadhered to.

 

               h.  Standards of Conduct.  The COR is responsible for reading and complying with all applicableagency standards of conduct and conflict of interest instructions.

 

               i.  Written Report/Contract Completion Statement. 

 

                       (1) The COR is responsible for timely preparation and submission to the PCO, of a written,annual evaluation of the contractors performance.  The report shall be submitted within 30 days prior to theexercise of any contract option and 60 days after contract completion.  The report shall include a written statementthat services were received in accordance with the Contract terms and that the contract is now available forclose-out.  The report shall also include a statement as to the use made of any deliverables furnished by thecontractor.

 

                       (2) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to thecontract you are responsible for completing a final Contractor Performance Assessment Report (CPAR) in theCPARS with 30 days of contract completion.

 

                       (3) The COR is responsible for providing necessary assistance to the Contracting Officer inperforming Contract Close-out in accordance with FAR 4.804, Closeout of Contract Files.

 

5.  The Technical Assistant (TA), if appointed, is responsible for providing routine administration and monitoringassistance to the COR.  The TA does not have the authority to provide any technical direction or clarification tothe contract.  Duties that may be performed by the TA are as follows:

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 16 of 27

 FINAL 

Page 17: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

 

               a.  Identify contractor deficiencies to the COR. 

 

               b.  Review contract deliverables, recommend acceptance/rejection, and provide the COR withdocumentation to support the recommendation. 

 

               c.  Assist in preparing the final report on contractor performance for the applicable contract inaccordance with the format and procedures prescribed by the COR.

 

               d.  Identify contract noncompliance with reporting requirements to the COR.

 

               e.  Review contractor status and progress reports, identify deficiencies to the COR, and provide theCOR with recommendations regarding acceptance, rejection, and/or Government technical clarification requests.

 

               f.  Review invoices and provide the COR with recommendations to facilitate COR certification of theinvoice.

 

               g.  Provide the COR with timely input regarding technical clarifications for the statement of work,possible technical direction to provide the contractor, and recommend corrective actions.

 

               h.  Provide detailed written reports of any trip, meeting, or conversation to the COR subsequent to anyinterface between the TA and contractor.

 

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 17 of 27

 FINAL 

Page 18: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

SECTION H SPECIAL CONTRACT REQUIREMENTS

NA

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 19 of 27

 FINAL 

Page 19: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

SECTION I CONTRACT CLAUSES

 

CLAUSES INCORPORATED BY REFERENCE

 

 

52.204-18 Commercial and Government Entity Code Maintenance JUL 2016  52.219-6 Notice Of Total Small Business Set-Aside NOV 2011  52.232-40 Providing Accelerated Payments to Small Business

SubcontractorsDEC 2013  

252.204-7015 Notice of Authorized Disclosure of Information forLitigation Support

MAY 2016  

252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxicor Hazardous Materials

SEP 2014  

252.225-7048 Export-Controlled Items JUN 2013  252.227-7013 Rights in Technical Data--Noncommercial Items FEB 2014  252.227-7015 Technical Data--Commercial Items FEB 2014  252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016  

 

 

CLAUSES INCORPORATED BY FULL TEXT

 

 

52.217-8     OPTION TO EXTEND SERVICES (NOV 1999)

 

The Government may require continued performance of any services within the limits and at the rates specified inthe contract.  These rates may be adjusted only as a result of revisions to prevailing labor rates provided by theSecretary of Labor.  The option provision may be exercised more than once, but the total extension ofperformance hereunder shall not exceed 6 months.  The Contracting Officer may exercise the option by writtennotice to the Contractor within 1 day.

 

(End of clause)

 

 

 

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

 

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 20 of 27

 FINAL 

Page 20: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

(a) The Government may extend the term of this contract by written notice to the Contractor within 1 day;provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1day before the contract expires. The preliminary notice does not commit the Government to an extension.

 

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

 

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5years and 6 months.

(End of clause)

 

 

 

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING(AUG 2011)

 

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

 

Driving—

 

(1) Means operating a motor vehicle on an active roadway with the motor running, including while temporarilystationary because of traffic, a traffic light, stop sign, or otherwise.

 

(2) Does not include operating a motor vehicle with or without the motor running when one has pulled over to theside of, or off, an active roadway and has halted in a location where one can safely remain stationary.

 

Text messaging means reading from or entering data into any handheld or other electronic device, including forthe purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, orengaging in any other form of electronic data retrieval or electronic data communication. The term does notinclude glancing at or listening to a navigational device that is secured in a commercially designed holder affixedto the

vehicle, provided that the destination and route are programmed into the device either before driving or whilestopped in a location off the roadway where it is safe and legal to park.

 

(b) This clause implements Executive Order 13513, Federal Leadership on Reducing Text Messaging whileDriving, dated October 1, 2009.

 

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 21 of 27

 FINAL 

Page 21: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

(c) The Contractor is encouraged to--

 

(1) Adopt and enforce policies that ban text messaging while driving--

 

(i) Company-owned or -rented vehicles or Government-owned vehicles; or

 

(ii) Privately-owned vehicles when on official Government business or when performing any work for or onbehalf of the Government.

 

(2) Conduct initiatives in a manner commensurate with the size of the business, such as--

 

(i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messagingwhile driving; and

 

(ii) Education, awareness, and other outreach to employees about the safety risks associated with texting whiledriving.

 

(d) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (d), in allsubcontracts that exceed the micro-purchase threshold.

 

(End of clause)

 

 

 

 

52.232-18     AVAILABILITY OF FUNDS (APR 1984)

 

Funds are not presently available for this contract. The Government's obligation under this contract is contingentupon the availability of appropriated funds from which payment for contract purposes can be made. No legalliability on the part of the Government for any payment may arise until funds are made available to theContracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmedin writing by the Contracting Officer.

 

(End of clause)

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 22 of 27

 FINAL 

Page 22: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

 

 

 

52.252-2      CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

 

This contract incorporates one or more clauses by reference, with the same force and effect as if they were givenin full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clausemay be accessed electronically at this/these address(es):

 

FAR Clauses: http://acquisition.gov/far/

DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/

 

(End of clause)

 

 

 

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 AreaWorkFlow (WAWF).

   

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

   

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

of Payment Requests and Receiving Reports.

   

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 23 of 27

 FINAL 

Page 23: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

(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 be accessed by selecting the “Web Based Training” link on the WAWF home page athttps://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-N-1

 

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

 

See schedule

                                             

 

(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*

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 24 of 27

 FINAL 

Page 24: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

 

See(f)(5)

   

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

 

(End of clause)

 

 

 

 

AVAILABILITY OF FUNDS

Pursuant to FAR 52.232-18, funds are not presently available for this contract.  The Government’s obligationunder this contract is contingent upon the availability of appropriated funds from which payment for contractpurposes can be made.  No legal liability on the part of the Government for any payment may arise until funds aremade available to the Contracting Officer for this contract.  The notice of availability of funds can be found at thefollowing:   https://www.navsup.navy.mil/public/navsup/flcn/contracting/.

 

 

 

 

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 26 of 27

 FINAL 

Page 25: 6. ISSUED BY CODE N00189 (If other than Item 6) N00189 ......knowledge, proficiency and experience on the following technologies: Microsoft SQL Server, ASP.NET (Web Forms and MVC),

SECTION J LIST OF ATTACHMENTS

Draft DD 254

QASP

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N0018918F3030

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 27 of 27

 FINAL