amendment of solicitationimodification of contract 11. contract · pdf fileamendment of...
Post on 21-Mar-2018
218 Views
Preview:
TRANSCRIPT
AMENDMENT OF SOLICITATIONIMODIFICATION OF CONTRACT 11. CONTRACT ID CO~E I PAGEl OF PAGES
1 I 2
2. AMENDMENTIMODIFICATION NO.
01 6. ISSUED BY
RCO Quantico
3250 Catlin Ave
3. EFFECTIVE DATE
10-Jul-2013 CODE M00264
Quantico VA 22134-5001
raymond.griffith@ usmc.mil 703-784-1922
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code)
CH2M HILL, INC
9127 South Jamaica St.
Englewood CO 80112
CAGE OCAV6 J FACILITY CODE CODE
I
4. REOUISITIONIPURCHASE REO. NO.
M95494-13-RC-22E38 7. ADMINISTERED BY (/fother than Item 6)
DCMA DENVER
15. PROJECT NO. (If applicable)
N/A CODE I S0602A
Denver Federal Center Building 16, 6th Avenue and Kipling Street, P.O. Box 25586
Denver CO 80225-0586
9A. AMENDMENT OF SOLICITATION NO.
9B. DATED (SEE ITEM 11)
lOA. MODIFICATION OF CONTRACT/ORDER NO.
[X] NOO178-11-D-6490-MUT1
lOB. DATED (SEE ITEM 13)
27-Sep-2012
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 01 the following methods: (a) By completing Items 8 and t5, 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)
SEE SECTION G
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 tOA.
[ J [ J 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).
[ J C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
LXI D. OTHER (Specify type of modification and authority) Bilateral; FAR 52.217-9 and 52.243-1
E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and retum 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
SEE PAGE 2
15A. NAME AND TITLE OF SIGNER (Type or print)
Marty L. LaMaster, Regional Contracts Manager 15B. CONTRACTOR/OFFEROR
IslMarty L. laMaster (Signature of person authorized to sign)
NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE
15C. DATE SIGNED
09-Jul-2013
16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
DeCarol Blocker, Contracting Officer t6B. UNITED STATES OF AMERICA 16C. DATE SIGNED
BY
30-105
ls/DeCarol Blocker 10-Ju1-2013 (Signature of Contracting Officer)
STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243
CONTRACT NO.
NOOl78-11-D-6490 DELIVERY ORDER NO.
MUTl
GENERAL INFORMATION
The purpose of this bilateral modification is to:
AMENDMENT/MODIFICATION NO.
01
1. Update the Statement of Work and update pricing for eLINs 6001AA, 6001AB, 9002AA, and 9002AB.
2. Exercise and fully fund Option Period One (1).
A conformed copy of this Task Order is attached to this modification for informational purposes only.
The Line of Accounting information is hereby changed as follows:
The total amount of funds obligated to the task is hereby increased
CLIN/SLIN Type Of Fund From ($) By ($) To ($)
5001AA O&MN,N
500lAB O&MN,N
5001AC O&MN,N -6000AA O&MN,N - -6000AB O&MN,N -6001AA O&MN,N -6001AB O&MN,N -The total value of the order is hereby increased fro~ by $-CLIN/SLIN From ($) By ($) To ($)
5001AA - -500lAB - -5001AC -6000AA -6000AB - -6001AA - -6001AB -
CONTRACT NO.
NOOI78-11-D-6490 DELIVERY ORDER NO.
MUTl AMENDMENT/MODIFICATION NO.
01
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES
For FFP Items:
Item PSC Code Supplies/Services
5000
5000AA R425
5000AB R425
5000AC R425
5001
5001AA R425
5001AB R425
5001AC R425
For ODC Items:
To provide Labor for ECE
To provide Labor (Base Year) in support ECE (O&MN,N)
Optional Prepare HQMC EMA MANUAL (O&MN,N)
Optional HQMC EMS AUDIT (O&MN,N)
To provide Labor for ECE
To provide Labor (Option Year 1) in support ECE (O&MN,N)
Optional Prepare HQMC EMA MANUAL (O&MN,N)
OPTIONAL HQMC EMS AUDIT (O&MN,N)
Item PSC Code Supplies/Services
6000 To provide Labor for ODC
6000AA R425
6000AB R425
To provide ODC (Base Year) in support ECE - The Offeror shall utilize the government estimate as a placeholder for travel as the CLIN is COST-REIMBURSABLE . (O&MN,N)
To provide Travel (Base Year) in support ECE -Offeror shall utilize the
Qty Unit
1.0 LO
1.0 LH
1.0 LH
1.0 LH
1.0 LH
1.0 LH
Qty Unit
-
-
Unit Price Total Price
--
- --'-- -
Est. Cost
--
-
CONTRACT NO.
NOOI78-11-D-6490 DELIVERY ORDER NO.
MUTl AMENDMENT/MODIFICATION NO.
01
6001
6001AA R425
6001AB R425
For FFP Items:
government estimate as a placeholder for travel as the CLIN is COST-REIMBURSABLE · (O&MN,N)
To provide ODC for ECE
To provide ODC (Option Year 1)
in support ECE -Offeror shall utilize the government estimate as a placeholder for travel as the CLIN is COST-REIMBURSABLE · (O&MN,N)
To provide Travel (Option Year 1)
in support ECE -Offeror shall utilize the government estimate as a placeholder for travel as the CLIN is COST-REIMBURSABLE · (O&MN,N)
Item PSC Code Supplies/Services
8002
8002AA R425
8002AB R425
8002AC R425
For ODC Items:
To provide Labor for ECE
To provide Labor (Option Year 2) in support ECE. (O&MN,N) Option
Optional Prepare HQMC EMA MANUAL
(O&MN,N) Option
OPTIONAL HQMC EMS AUDIT (O&MN,N) Option
Item PSC Code Supplies/Services
-
- -
Qty Unit Unit Price
-1.0 LH -1.0 LH -1.0 LH -
Qty Unit Est. Cost
Total Price
CONTRACT NO.
NOOI78-Il-D-6490
9002
9002AA R425
9002AB R425
DELIVERY ORDER NO.
MUTl
To provide ODC/Travel (Option Year 2)
To provide ODC (Option Year 2) -Offeror shall utilize the government estimate as a placeholder for travel as the CLIN is COST-REIMBURSABLE . (O&MN,N) Option
To provide Travel (Option Year 2) -Offeror shall utilize the government estimate as a placeholder for travel as the CLIN is COST-REIMBURSABLE . (O&MN,N) Option
AMENDMENT/MODIFICATION NO.
01
CONTRACT NO.
N00178-11-D-6490
DELIVERY ORDER NO.
MDTl AMENDMENTIMODIFICATION NO.
Ol
SECTION C DESCRIPTIONS AND SPECIFICATIONS
STATEMENT OF WORK
1.0 BACKGROUND
The purpose of this Statement of Work (SOW) is to provide support for the Headquarters, US Marine
Corps (HQMC) Environmental Compliance Evaluation (ECE) Program. The ECE program is used by
HQMC to monitor, ensure, and improve compliance at Marine Corps installations worldwide.
1.1 OBJECTIVES
The Objectives of this task order are as follows:
a Conduct Active Installation ECEs;
b. Update the existing installation unique TEAM Guide software checklists as required to accomplish the
audit schedule using the Web Compliance Assessment and Sustainment System (WEBCASS);
c. Maintain a matrix of Active Installation activities in conjunction with ECEs at active duty installations and
MARFORRES HQ;
d. Facilitate USMC transition to TEAM Guide checklists, usage of WEBCASS,and provide corrections
to checklists applicable to the USMC to include USMC policy and Environmental Management System (EMS)
checklists.
e. Draft the HQMC response to the installations' Benchmark Plan Of Action and Milestones (POA&Ms).
2.0 APPLICABLE DOCUMENTS AND DIRECTIVES
2.1 MCO P5090.2A w/change 3- Marine Corps Environmental Compliance and Protection Manual 2.2
Navy Correspondence Manual, SECNA VINST 5216, as modified by HQMC
2.3 Marine Corps Directives System, Marine Corps Order (MCO) 5215.1
2.4 Environmental Program Management Policy (EPM-POL) checklist
2.5 TEAM Guide Checklists
2.6 Installation orders, plans, documents, permits, and records
2.7 All applicable documentation (Federal, State, Local and Final Governing Standards information) as required in support of the Environmental Compliance Evaluation Program
3.0 REQUIREMENTS
The work to be performed under this task order involves access to and handling of material at the
unclassified level. All material developed by the Contractor during this contract shall become the property
of the Headquarters, U.S. Marine Corps. The Contractor shall be required to abide by the disclosure
standards set forth in DFARS 252.204-7000 and to complete Employee Confidentiality and
CONTRACT NO.
N00178-II-D-6490
DELIVERY ORDER NO.
MUTl AMENDMENT/MODIFICATION NO.
01
Non-Disclosure forms. The Contractor shall not release information to regulators or the media. Any
information release shall come from USMC Government employees only. Audit reports and government
documents shall not be distributed to any external agencies except as directed by HQMC.
3.1 TASK 1: CONDUCT BENCHMARK ENVIRONMENTAL COMPLIANCE EVALUATION (BCEs)
AT ACTIVE DUTY INSTALLATIONS
The Contractor shall assist with execution of the Active Installation Benchmark ECEs per paragraph 4.2.
Planned dates for the ECE for Installation audit are annotated on the schedule. Any schedule changes shall be
effected via bilateral contract modification which can be adjusted with the concurrence of both the TOM
and the contractor.
Each ECE team will be comprised of both HQMC and Contractor personnel. The Contractor shall also
designate a Contractor ECE Team Leader for each ECE. The Contractor shall provide a team of auditors
to evaluate all ECE media areas except those media areas evaluated by the HQMC ECE Team Leader (i.e.
EPM-ECE, EPM-TNG, and EPM-POL) or supplemental HQ representatives. The Contractor ECE team
shall consist of an ECE Team Leader, EMS Evaluator, Senior Evaluators, and Evaluators (see paragraph
3.1.12). Auditors shall be selected to address specific environmental media and the need for regional
expertise appropriate to the installation. Evaluators shall normally be assigned more than one environmental media area during the ECE. The Contractor shall identify the specific ECE team and their
respective assignments for Government approval not later than 30 calendar days before each ECE.
Site audits shall be conducted using WEBCASS (USMC) and TEAM GuidelUSMC checklists via REGS CAN software. All required software shall be made available to the contractor for audit use.
3.1.1 Pre-ECE Coordination. Prior to conducting each ECE, the Contractor shall conduct thorough
pre-audit coordination with the HQMC Corps ECE Team Leader and the ECE Coordinator at the
audited installation. This coordination shall include identification of ECE personnel and assignments,
review of the installation's pre-visit questionnaire, review of previous ECE data, review of applicable
TEAM Guide and MCO and State specific supplements and local requirements, development of a site visit
schedule, completion of any required training, and any other logistical, administrative or security issues.
3.1.1.A ECE Questionnaire. The Contractor shall modify the existing pre-ECE questionnaire for each
Installation (Deliverable 001) to include questions regarding the EMS review and to ensure that changes to
federal, state and local regulations are properly addressed. This information shall be used to establish the
scope of the EMS review for each particular installation and determining which commands, tenants and
activities are participating in the host installation's EMS and shall be subject to the EMS review. This
questionnaire shall also allow the EMS reviewer to determine what major elements of the installation's
EMS are in place prior to the on-site phase of the ECE. The Contractor will modify the ECE
Questionnaire to include the documents and records the Installation should post to the USMC's
Environmental Management (EM) Portal prior to the ECE to allow the Evaluators an opportunity to
complete a document review (3.l.l.B) prior to the ECE. Other information in the Questionnaire includes
environmental program points of contact information, periods of non-availability during the ECE, security
and access requirements, and locations of briefings and working space for the team. The Evaluators will use
the information in the Questionnaire and the document review to coordinate with the Installation, prepare
the Work Plan in effort to prepare to conduct the ECE.
3.1.1.B Document Review. The Contractor shall review any policy, personnel, administrative, licensing/permitting, or other documentation which the audited installation provides to the auditor prior to
CONTRACT NO.
NOOI78-U-D-6490 DELIVERY ORDER NO.
MUTI AMENDMENTIMODIFICATION NO.
01
the onsite portion of the ECE via the EM Portal, similar to the "desk audit" phase of the ISO 14001 registration process. This helps to minimize down-time upon arriving at the installation, facilitates immediate data collection at the site, and improves the overall quality of the on-site audit. The government shall allow a maximum of 16 hours per Evaluator for pre site audit preparation time; to be performed at contractor's site. Contractor shall maximize the use of EM Portal and document review prior to the on-site visit to effectively plan and execute ECE field efforts.
3.t.t.C ECE Work Plan. Prior to each ECE, the Contractor shall prepare a site-specific ECE Work Plan (Deliverable 002), and coordinate this Plan with both the Marine Corps team leader and the installation's designated ECE coordinator. This Plan shall include: the completed pre-ECE questionnaire; auditors' media assignments; installation points of contact for each media (including times of non-availability); a daily schedule indicating key meetings, deadlines, and media evaluation timeframes; and team travel, safety and logistical guidance.
3.1.2. In-Briefs and Out-Briefs. Contractor shall provide HQMC Team Lead with the Command
In-brief (Deliverable 003), a Preliminary Out-Brief (Deliverable 004) of the ECE which presents all
findings and is presented to all staff, and a Command Out-Brief (Deliverable 005). The draft Command
In-Brief shall be provided 5 business days prior to the ECE, and the In-Brief will be conducted on the first
day of the audit, the Preliminary Out-Brief will be prepared and conducted the next to the last day of the
ECE, and the Command Out-Brief shall be conducted on the last day with the draft prepared on the day
before the final briefing. The Contractor will prepare Out-Briefs that and current benchmark ECE by
finding, class, and protocol; analyzes root cause leveraging root cause assignments made in WEBCASS;
identification of highest risk findings based on ECE results; a summary of the overall health of the .
environmental management system (EMS); and provides the path forward for Installations in preparing
POA&Ms.
The Contractor shall attend both briefs as directed by the HQMC ECE Team Leader. Typically, the
HQMC Team Lead shall conduct the briefings and address general or policy-related questions. The
Contractor's team leader shall answer questions or address technical issues as directed by the HQMC, and
Contractor. The Contractor shall assist the HQMC Contractor in preparing a PowerPoint slideshow
presentation for all briefs. The out brief slideshows shall incorporate digital photographs of positive
comments and deficiencies identified during the evaluation.
3.t.3 Daily Out-Briefs. All ECE personnel shall attend daily out briefs, where they shall advise the
HQMC ECE Team Leader and installation staff of the status of their protocol evaluations, what sites/units
were visited during that day, any potential deficiencies or positive comments observed, any areas they
require assistance with, and their planned actions for the following day(s).
3.1.4 ECE Checklists. Each ECE TEAM Guide checklist contained within the 14 protocols shall be
evaluated by the contractor. The Contractor shall complete all assigned checklists during the scheduled time period and shall review regulated facilities, activities, permits, records, and other documents covered under their respective media areas. HQMC's goal is for the ECE Team to evaluate one-third of applicable sites and assets (i.e., aboveground storage tanks, hazardous waste accumulation areas, water treatment plants, etc ... ) during the ECE. The Contractor shall also interview key staff associated with each protocol. As part of this evaluation, the contractor's team members shall review and validate the findings identified during previous ECE which the government will provide, as well as Corrective
CONTRACT NO.
N00178-II-D-6490 DELIVERY ORDER NO.
MUTl AMENDMENT/MODIFICATION NO.
01
Actions contained in the installation's POA&Ms. All results and recommendations shall be documented
in WEBCASS and photographed by the contractor.
Contractor members shall enter detailed information into WEBCASS for all findings. Findings may be:
Class I - A violation of applicable Federal, State, and local requirements that could result in
a Notice of Violation (NOV), a fine, or other civil or criminal enforcement action.
Class II - Not in compliance with future Federal, State, or local requirements that could
result in a NOV, a fine, or other civil or criminal enforcement action after the date the requirement
is enacted.
Class III - Failure to follow non-punitive provisions of applicable standard operating
procedures, MCO, Department of the Navy (DON) and Department of Defense (DOD)
directives, or may be caused by poor management practices.
Issues - Beyond the capability of the installation or unit to correct on its own; requires
higher HQMC coordination or intervention to resolve. Issues may include a finding common to several installations or units that requires a higher HQMC policy change, inter-service coordination requirements, or action on the part of other agencies external to the Marine Corps.
Repeat - Previously identified and addressed/closed [mdings which are subsequently
re-identified. The intent is to highlight problems that have not received adequate corrective action;
these findings are considered a higher compliance risk.
Management Practices (MPs) - General recommendations that promote more effective, efficient, and safer ways to maintain environmental compliance. These may reference practices
and procedures identified at other Marine Corps or Federal installations.
Positive - An installation practice that is clearly proactive, exceeds normal standards, and is
an exemplary way of addressing environmental requirements. HQMC may use positive findings to communicate best management practices to other installations throughout the Marine Corps.
Information entered into WEBCASS will include: identification of the installation I facility I asset, what
guidance the finding is referenced against (i.e., TEAM Guide or MCO Supplement); a summary of the
finding, detailed description, date, observed location, responsible command/tenant/unit, finding type, and
ECE Code; a verification of the regulatory citation in WEBCASS; a risk ranking (i.e., impact, likelihood,
environmental threat, regulatory risk); association of the finding with the practice and aspect inventory
information; identification of Root Cause code and preparation of root cause description and justification
(Deliverable 007); preparation of recommended Corrective Action, Preventative Action, any Pollution
Prevention recommendations. Evaluator will populate an audit log to identify the interviews, site visits, and
document reviews completed during the ECE. Findings shall be associated with their practice and aspect
from available installation PAl data. The Contractor shall also prepare an executive summary for each
protocol area against which findings are identified and will load into WEBCASS. Contractor shall enter all
findings data in time to allow a thorough review by the Marine Corps team leader and installation
environmental office prior to inclusion in the draft ECE Report (Deliverable 012). The Contractor shall
enter all information into WEBCASS by the last day of the ECE. The HQMC ECE Team Leader will issue
a draft ECE Report on the final day of the ECE and will submit to the HQMC Program Managers for their
review of [mdings. HQMC Program Managers will have five (5) business days to review findings. The
CONTRACT NO.
NOOI78-11-D-6490 DELIVERY ORDER NO.
MUTt AMENDMENTIMODIFICATION NO.
01
Contractor will reconcile any comments and coordinate with the HQMC ECE Team Leader to publish the
ECE Report via WEBCASS to allow the Installation's response to findings by loading POA&Ms.
3.1.5 Digital Photography. Digital photography (Deliverable 006) is a key element of the ECE data
collection and documentation process. The Contractor will provide ditigal photo no more than 8MB and
will post to WEBCASS. The cameras shall remain in the custody of the Contractor at all other times.
ECE team members shall take digital photographs of potential deficiencies, positive findings, and other
key aspects of their respective media areas. The format and quality of the required pictures shall be
sufficient to adequately document the deficiency identified. Team members must be aware of any security
restrictions governing photography at each installation. Team members shall assign descriptive names
(using a standard notation) to all photographs and enter further descriptive information for each using a
"memo" file.
3.1.6 Contractor-Supplied Equipment. The government shall supply the Contractor with support
materials necessary to conduct the ECEs. This shall include links to WEBCASS, REGSCAN and EM
Portal shall be installed, as needed, and for overseas audits or audits where wireless internet is unavailable.
Contactor shall provide laptops with air-cards to access internet, digital cameras with flash memory cards, a
portable laser printer, one or more CD-RW drives, laptop and digital camera for use during ECEs.
3.1.7. POA&M. Installation commanders shall provide a plan of action and milestones (POA&M) to the
TOM via WEBCASS within 60 days of the respective installation ECE out-briefs. The POA&M identifies the installation's proposed efforts to address deficiencies identified during the ECE. Contractor shall use WEBCASS to review and comment on proposed efforts (Deliverable 008) prior to forwarding to the
HQMC ECE Team Leader.
No changes shall be made to any part of the ECE report by the Contractor. The Contractor shall
research any rebuttal comments by the installation, allow the ECE Evaluators to provide input and
explanation and then submit to HQMC for their review and comments. The Contractor shall not call the
installation staff without frrst discussing the need to call with the HQMC ECE Team Leader. These
recommended comments shall be provided to the Government for review within 45 days of the contract
notification to the contractor. Additional comments shall be entered by the contractor, and these
comments shall then be distributed by the Government, to the respective installation commanders.
3.1.8 TEAM Guide Transition Assistance. As part of the ECE, the contractor shall provide
familiarization for installation staff on the use ofWEBCASS, the TEAM Guide checklists and REGSCAN
functionality as it is applicable to the USMC. Installation training shall be coordinated with the ECE
Coordinator and may be provided by the ECE Team on a one-on-one basis with the Environmental
Program Managers to raise awareness and understanding on how to use REGSCAN and checklist features
found within the tool.
3.1.9 ECE Critiques. Installation Commanders shall provide critiques of the Contractors performance
within two (2) weeks of the ECE installation out-briefs. These critiques are sent to HQMC, via WEBCASS.
After review by HQMC, a copy of the critiques shall be provided to the Contractor. The Contractor shall
review these critiques and identify any trends or items of interest that suggest a need for Corrective
Actions (Deliverable 009). The Contractor shall brief the TOM on any recommended Corrective
actions, especially if they involve recommended changes to the existing statement of work. The
CONTRACT NO.
NOOI78-11-D-6490
DELIVERY ORDER NO.
MUTI
AMENDMENT/MODIFICA nON NO.
01
Contractor shall document concerns and recommended Corrective action in the monthly Progress and Status
Reports in accordance with paragraph 4.3. The HQMC ECE Team Leader and TOM shall review these
recommended Corrective Actions, and give implementation guidance directly to the Contractor, to the
extent that changes to the statement of work and funding levels are not required.
3.1.10 Installation Practice Matrix. In conjunction with the ECEs, the Contractor shall associate
practices and aspects to findings entered into WEBCASS (Deliverable 010). The Evaluators will use the
information within the PAl Rating fields within WEBCASS and will select the appropriate aspect and
practice for the finding.
3.1.11 EMS Evaluation. Concurrent with each Active Installation ECE, the Contractor shall review the
status of the installation's Environmental Management System (EMS) in accordance with applicable DoD and
Marine Corps policy/guidance. This review shall include a review of EMS documentation, as well as interviews
with installation, tenant, and Contractor personnel participating in the EMS. The Contractor shall ensure
that the Contractor conducts the EMS Review. The contracts shall have applied knowledge of the
Marine Corps EMS framework and have successfully completed EMS Lead Auditor training prior to
contract start date.
3.1.12 ECE Evaluator Requirements. The Contractor ECE team shall consist of an ECE Team Leader,
EMS Evaluator, Senior Evaluators, and Evaluators. Education, training and qualifications of the
Contractor's ECE personnel are the responsibility of the Contractor. The minimum educational and training
requirements to be an Evaluator include a Bachelor's degree, eight hours of training in environmental auditing
procedures, and sufficient current knowledge of at least one ISO 1400 media checklist. More than half the
team members must possess a bachelor's degree in Environmental! BiologicallPhysical Science, Engineering,
or Management. The contractor shall have in-depth knowledge of the USMC EMS and installation EMS
implentation. The Contracting Officer may, upon written request of the Contractor, waive the education
requirements for an acceptable combination of education and experience. The Contractor for each
auditor shall have minium one year of environmental auditing experience. The Contractor Employee for
each audit shall be Senior Evaluators.
In addition to the Evaluator requirement, Senior Evaluators also require a minimum of three years of
environmental auditing experience and shall have demonstrated the technical ability to interpret and analyze
Federal, State, and Local environmental laws and regulations. In addition to Senior Evaluator requirements,
Contractor shall also have completed an EMS Lead Auditor course. The Contractor shall also perform the
Environmental Management System review.
3.3 TASK 3: ATTEND USMC CONFERENCESIMEETlNGS
The Contractor shall send one representative to one USMC-sponsored conferences or meetings per fiscal
year (meeting/working group is estimated to be no more than one week in length). The purpose of this
attendance is to ensure that the ECE Program Manager is abreast of current environmental!facilities topics.
The contractor shall be given greater than 30 days notice prior to scheduled conference dates. All travel
CONTRACT NO.
N00178-11-D-6490
DELIVERY ORDER NO.
MUTl AMENDMENT/MODIFICATION NO.
01
costs shall be approved, in writing by the TOM, a minimum of 20 days prior to travel date.
3.4 TASK 4: TEAM GUIDE CHECKLIST SUPPORT
The contractor shall allocate 96 hours during the course of the contract year for providing
recommendations and improvements to the TEAM Guide checklists in order to ensure that USMC
environmental audit requirements are sufficiently addressed Coordination can be made through the HQMC
or directly with the Army Corps of Engineers Construction Engineering Research Laboratory (CERL) as
directed (Deliverable 011).
3.5 TASK 5: COMMON ACCESS CARD (CAe)
In order to access WEBCASS and installation information on EM Portal (usmc.mil domain), CAC cards
shall be required for assigned auditors. The contractor shall satisfy USMC Requirements Deer's
attachment # 3 to obtain CAC cards for up to 12 assigned lead auditors and shall complete necessary
administrative requirements. No more than 36 hours shall be spent to accomplish this task. Task 3 shall
be completed within 30 days from contractor award of the commencement of the contract and shall be facilitated by the TOM.
3.6 TASK 6 PREPARE HQMC EMS MANUAL AND PROCEDURES
The contractor shall be given greater than 30 days notice prior to the execution of this task option. The
contractor shall prepare a HQ-Ievel EMS Manual and Procedures (Deliverable 013) that shall address
environmental program requirements at HQMC. The plan shall be based on USMC EMS criteria as defined
in MCO 5090.2A. The product shall be available for review within 30 days after completion of the on-site
portion, and reviewed by TOM for content. The contractor shall have 30 days from receiving HQMC
comments to make required changes to this document.
3.7 TASK 7 HOMC EMS AUDIT
The contractor shall be given no less 30 days notice prior to the execution of this task option. The
contractor shall conduct an EMS audit ofHQMC's EMS. This audit shall be conducted by two (2)
Contractor for a period of 3 days at HQMC, Washington, DC. Findings shall be entered into WEBCASS to
address non-conformances with USMC standards, deviations from the HQ EMS plan, and
recommendations and shall be available to HQMC within 30 days of the audit (Deliverable 014).
3.8 TASK 8: PROGRESS AND STATUS REPORTS
The Contractor shall deliver Monthly Progress Reports (Deliverable 015) for this contract by the 10th
of each month (addressing the previous month). The initial report shall be submitted the month following the
issuance of the contract. The Progress and Status Reports shall include the information in Section 4.3, at a
minimum.
4.0 DELIVERABLE
Number iRef. Para ~eliverable Title Format Distribution ~eliverable Date
0001 ~.1.l.a IECE ~ORD TOMffEAM ~DAYS
PUESTIONNAlRE LEADER(E ~USINESS PRIOR
CONTRACT NO.
NOO 178-11-D-6490
0002 3.1.1.c
0003 3.1.2
0004 3.1.2
0005 3.1.2
0006 3.1.5
0007 3.1.4
0008 3.1.7
0009 3.1.9
0010 3.1.10
0011 3.4
0012 3.5
DELIVERY ORDER NO.
MUTl
rECE WORK PLAN
IN BRIEF
PRELIMINARY OUT BRIEF
OUT BRIEF
DIGITAL PHOTOGRAPHY
ROOT CAUSE DETERMINATION
RESPONSIVE POAM
CRITIQUES TOMRESPONSE
INSTALLATION PRACTICE
MATRIX UPDATES TO ECE TEAM GUIDE CHECKLIST
ECEREPORT
AMENDMENT/MODIFICATION NO.
01
COPIES)
WORD TOM/TEAM
LEADER(E
COPIES)
POWERPOINT TOM/TEAM
LEADER(E
COPIES)
POWERPOINT TEAM LEADER
(ECOPIES)
POWERPOINT TEAM LEADER(E COPIES)
WEBCASS TOM/TEAM LEADER
WEBCASS TOM/TEAM
LEADER
WEBCASS TOM/TEAM
LEADER
WEBCASS TOM/TEAM
LEADER(E
COPIES)
WEBCASS TOM/TEAM
LEADER (
WORD TOM/CTEAM
LEADER(E
COPIES)
WEBCASS TOMITEAM
TO AUDIT
5 BUSINESS DAY
IPRIOR TO AUDIT
5 BUSINFSS DAYS
PRIOR TO AUDIT
48 HR. PRIOR TC
COMPLETION 01
AUDIT
24 HR. PRIOR
TO
COMPLETION
OF AUDIT
24 HR. PRIOR TO
COMPLETION OF
AUDIT
24 HR. PRIOR TC
COMPLETION 01
AUDIT 45BUSINESS
DAYS AFTER
fNOTIFICATION TO THE
:( IN' '~ArT()R
30 BUSNESS DAYS
AFTER AUDIT
30 BUSINESS
~AYS PRIOR TO AUDIT
5 BUSINESS DA ):
IFROM RECEIPl
FROM ENGINEER
5 BUSINFSS DAYS
AFTER
CONTRACT NO ..
N00178-11-D-6490
OOP 3.6
001~ 3.7
001 ~ 3.8
DELIVERY ORDER NO.
MUTl
iEMSMANUAL AND PROCEDURES
EMS AUDIT
MONTHLY
PROGRESS REPORTS
AMENDMENT/MODIFICATION NO.
O!
LEADER
WORD TOM/TEAM
LEADER
(2 COPIES)
WEBCASS TOM/TEAM
LEADER
STANDARD TOM/TEAM
LEADER
CONTRACTOR
FORMAT (ECOPIES)
COMPLETION OF
ECE
30 BUSINESS
DAYS NOTICE
TBD
lOTII OFEACH
FOLLOWING
MONTH
The majority of deliverables are tied to specific calendar events vice number of workdays from
commencement of this SOW and as specified in the ECE Schedule
4.1 GENERAL GUIDENCE
a. The schedule for all deliverables shall be presented and maintained as part of the Monthly Status Reports
submitted to the Government and updated as required to assist both the Government and the Contractor in
program management of this contract.
b. All deliverables shall be provided in electronic media using WEBCASS, Microsoft Office or Adobe
Acrobat (.pdf) format as may be directed by the TOM.
c. All publications and support materials shall be prepared in accordance with MCO P5215.1 (Marine
Corps Directives System) and the Navy Correspondence Manual as modified by HQMC (provided as GFl).
Delivered in both electronic form and "camera ready" formats as required.
d. The ECE report will be prepared using WEBCASS. It shall consist of the following sections as a minimum:
(1) Executive overview prepared by the Marine Corps and Contractor's ECE Team Leader, not to exceed
four pages;
(2) Protocol executive summaries prepared by the Contractor's ECE team, three to eight sentences per
protocol, providing a management-level summary of the most significant issues;
(3) All media specific deficiencies; and
(4) Audit log.
e. Provide recommended Higher Headquarters comments, on the installation POA&M within 30
Calendar days of receipt from the government. WEBCASS will be used for this task.
f. Develop and maintain a matrix of all activities being conducted at active installations. Draft versions of
CONTRACT NO.
N00178-11-D-6490 DELIVERY ORDER NO.
MUTl AMENDMENT/MODIFICATION NO.
01
this matrix may be delivered to HQMC as needed, and an Interim Final version will be delivered 30 days after completion of each fiscal year's Active Installation Benchmark ECE.
4.2. SCHEDULE
When ECEs are scheduled to begin on a Monday the Contractor shall plan for weekend travel as necessary. The Contractor will plan appropriately for overseas travel by coordinating with the HQMC ECE Team Leader on required arrival and departure dates. HQMC will provide the Contractor with
specific dates upon award.
ECE Schedule Base Year (9/28/12 - 9/27/13)
San Diego, CA
MCB Camp Butler, Japan 7
~amp Mujuk, Korea 3
~CB Hawaii, HI 5
MCB Camp Lejeune and MCAS 8 New River, NC
M CB Quantico, V A 6
MWTCBridgeport, CA 4
Blount Island Command, FL 4 5 Days
MCAS Beaufort 5 8 Days
ECE Schedule Option Year 01 (9128/13 - 9127/14)
GCC Twenty-Nine Palms MCAS Iwakuni, Japan
CATC Camp Fuji, Japan
MCB Camp Pendleton, CA and MCAS Camp Pendleton, CA
6
6
3
7 2
ECE Schedule Option Year 02 (9/28/14 - 9127/15)
6
5
5 Days
9 Days
15 Days
10 Days
10 Days
9 Days
10 Days
5 Days
13 Days 8 Days
9 Days
9 Days
9 Days
CONTRACT NO.
NOOl78-ll-D-6490
DELIVERY ORDER NO.
MUTl AMENDMENT/MODIFICATION NO.
01
~CAS Cherry Point, NC 5 9 Days
MCLB Barstow, CA 5 9 Days
MARBKs, Washington DC 3 6 Days
Changes to this schedule may be made with the concurrence of Contractor and the contractor. Other timelines are specified under the requirements for each task.
4.3 PROGRESS AND STATUS
Deliver the report by the 10th of each month (addressing the previous month). The initial report shall be submitted the month following the issuance of the contract. The reports SHALL contain the following data:
a. Complete study title and contract number.
b. Executive Summary covering the specific reporting period
c. Contract Progress Report.
I. Objectives Covered
2. Contracting Officer's Representative
3 . Identification of Program Manager and TOM
4. Principal Contract Performers
5. Work Progress Accomplished During Reporting Period, identified by individual tasks
6. Work Planned for Next Reporting Period
7. Reports, Briefings, and Meetings During Reporting Period
8 . Problem Areas and Recommended Solutions identified by individual tasks
d. Contract Schedule Status.
e. Financial Status Report.
1. Percent of Authorized Ceiling Funds Expended
2. Estimated Cost to Complete Contract
3. Direct Labor Dollars Expended by task
4. Other Direct Cost Expenditures by task
a. Subcontractor Expenses
b. Other Costs
5.Total Funds Expended by task.
5.0 GOVERNMENT FURNISHED RESOURCES
CONTRACT NO.
NOOI78-U-D-6490 DELIVERY ORDER NO.
MUTl
5.1 GOVERNMENT FURNISHED INFORMATION
AMENDMENT/MODIFICATION NO.
01
The Government will provide the Contractor with all reasonable available infonnation requested concerning this SOW and the documentation as identified in Section 2.0.
The Contractor shall protect all GFl (technical data) provided by the Government from public disclosure in accordance with the marking contained thereon. The Contractor shall provide adequate physical or
software protection to audit infonnation stored on their IT systems so as to preclude access by any
person or entity not authorized by the Department of the Navy.
5.2 GOVERNMENT FURNISHED FACILITIES I PROPERTY
5.2.1 In perfonnance of this contract, the Contractor shall have access to a workspace at the individual installations for the ECE team; however, the Contractor shall be responsible for supplying and safeguarding its supplies and materials necessary in the perfonnance of this contract.
5.2.2 The Contractor shall perfonn all site work without interruption of nonnal operating business hours of each individual installation.
5.2.3 The Government shall provide workspace for the ECE team but shall not guarantee the availability of any supplies, equipment, or services at the installations.
6.0 TRAVEL
Site visits shall be scheduled in coordination with the schedules listed in 4.3.
6.1 All travel shall be in accordance with the Joint Federal Travel Regulations.
6.2 The infonnation shall include plan of departure of personnel and of rental cars. Notes: The Government shall not allow costs for any less than 3 contractor employees per rental car.
7.0 Enterprise-Wide Contractor Manpower Reporting Application (ECMRA)
The contractor shall report ALL contract labor hours (including subcontractor labor hours)
required for performance of services provided under this contract for the (NAMED
COMPONENT) via a secure data collection site. The contractor is required to completely fill in
all required data fields using the following web address: https;//doncmra.nmci.nayy.miI
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 data shall be reported no later than October 31 of each
calendar year. Contractors may direction questions to the help desk, linked at:
https:lldoncmra,nmci.navv.mil
CONTRACT NO.
NOOI78-11-D-6490
DELIVERY ORDER NO.
MUTl
SECTION D PACKAGING AND MARKING
AMENDMENT/MODIFICATION NO.
01
P~amig'afiltt; ijl'a*ll1lfi'shaUfbe;inaccordane~:wlll;:se~fi~t1tNQf,;S~p'oi1"'MuJtrPleAward 'IOtQ contaCt
CONTRACT NO.
N00178-11-D-6490 DELIVERY ORDER NO.
MUT! AMENDMENT/MODIFICATION NO.
01
SECTION E INSPECTION AND ACCEPTANCE
E-1.1 - The resulting task order shall designate a Task Order Manager (TOM) who shall perform inspections and final acceptance for the Government. In addition to the Contracting Officer, the TOM, to be identified in Section G, is the only person empowered to inspect and accept work under the resulting task order.
E-1.2 - Inspection and acceptance of all services shall be performed by the Government. Payment shall not be made under the resulting task order for services performed without formal acceptance by the TOM.
E-1.3 - All deliverables produced under the resulting task order shall meet applicable standards, quality acceptance criteria, and will be accepted or rejected, in writing, by the TOM within twenty (20) days of receipt unless a different period is specified in the task order.
E-1.4 - The TOM is accepting authority. Failure by the Government to give written notice within twenty (20) calendar days will constitute acceptance by the Government. If rejected, the Government will list the task order deficiencies in a letter of rejection to the contractor.
E-1.S - Task order deficiencies shall be corrected within a time period agreed upon between the TOM and the Contractor. The deliverable will not be considered as having been accepted until such task order deficiencies have been corrected. Deficiencies in deliverables shall be corrected at no additional cost to the Government. If a time cannot be mutually agree upon between parties, the Contracting Officer reserves the right to unilaterally establish a date for delivery.
CONTRACT NO.
N00178-11-D-6490
DELIVERY ORDER NO.
MUTl AMENDMENT/MODIFICATION NO.
01
SECTION FDELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
5000AA
5000AB
5000AC
5001AA
500 lAB
5001AC
6000AA
6OO0AB
6001AA
6001AB
CLIN - DELIVERIES OR PERFORMANCE
9/2812012 - 912712013
912812012 - 912712013
912812012 - 912712013
9/2812013 - 912712014
9128/2013 - 912712014
9/28/2013 - 9127/2014
9128/2012 - 9127/2013
912812012 - 9/2712013
9128/2013 - 912712014
9/2812013 - 912712014
The periods of performance for the following Items are as follows:
5000AA 912812012 - 912712013
5000AB 9128/2012 - 912712013
5000AC 912812012 - 912712013
5001AA 912812013 - 912712014
500 lAB 9/2812013 - 912712014
5001AC 9/28/2013 - 912712014
6000AA 912812012 - 912712013
6000AB 912812012 - 9/2712013
6001AA 912812013 - 912712014
600 lAB 912812013 - 9127/2014
The periods of performance for the following Option Items are as follows:
8002AA
8002AB
8002AC
9002AA
9002AB
912812014 - 9/2712015
912812014 - 912712015
912812014 - 912712015
9/2812014 - 912712015
912812014 - 912712015
CONTRACT NO.
NOO 178-11-D-6490
DELIVERY ORDER NO.
MUTl
AMENDMENT/MODIFICATION NO.
Dl
SECTION G CONTRACT ADMINISTRATION DATA
USMC WIDE AREA WORKFLOW IMPLEMENTATION (AUG 2006)
To implement DFARS 252.232-7003, "ELECTRONIC SUBMISSION OF PAYMENT REQUEST (MAR 2007)", the United States Marine Corps (USMC) utilizes Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents electronically.
The contractor is required to utilize this system when processing invoices and receiving reports under this contract/order, unless the provision at DFARS 252.232-7003(c) applies. The contractor shall (i) ensure an Electronic Business Point of Contact is designated in Central Contractor Registration at http://www.ccr.govand(ii)registertouseWAWF-RAatthehttps:llwawf.eb.mil site, within ten (10) calendar days after award of this contract or modification. Step by step procedures to register are available at the https:llwawf.eb.mil site.
The USMC WAWF-RA point of contact (POC) for this contract is Danielle Tulloss, and can be reached at telephone number (703) 784-3594; email address danielle.tulloss@usmc.mil.
The contractor is directed to use the 2-in-1 format when processing invoices and receiving reports.
When entering the invoice into WA WF-RA, the contractor shall fill in the following DoDAAC fields or DoDAAC extensions:
The Contracting Office provides the following to assist the contractor with entering data in WAWF-RA, as follows:
Contract Number NOO178-11-D-6490
Delivery Order MUT1
Cage Code/Ext
Pay DoDAAC
Issue Date Issue By DoDAAC M00264
Admin By DoDAAC M00264
Ship To Code/Ext MOO088 Ship From Code/Ext (Normally leave Blank)
LPO DoDAAC "Leave Blank"
Acceptor Email Address Joanna.Rockhill@usmc.mil 571-256-2808
Inspect By DoDAAC/Ext "Leave Blank"
In some situations the WAWF-RA system will pre-populate the "Issue By DoDAAC", "Admin By DoDAAC" and "Pay DoDAAC". Contractor shall verify those DoDAACs automatically entered by the
CONTRACT NO.
N00178-11-D-6490 DELIVERY ORDER NO.
MUT! AMENDMENTIMODIFICATION NO.
01
WAWF-RA system match the above information. If these DoDAACs do not match, then the contractor shall correct the field(s) and notify the Contracting Officer of the discrepancy (jes). Step by step WAWF-RA invoicing procedures for "Combo," "2-in-1," and "Cost Voucher" are available at the USMC paperless site at http://www.marcorsyscom.usmc.mil/sites/pa/ under "Vendor Interface" section. On the Vendor Interface page click on "WAWF-RA" header at the top of the page. Under downloads on the WAWF-RA page that appears, click the appropriate document either "Combo," "2-in-1," or "Cost Voucher" to download the instructions.
NOTE TO CONTRACTOR:
Before closing out of an invoice session in WAWF-RA, but after submitting the document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on "Send More Email Notification" on the page that appears. Add the acceptor's/receiver's email address (Note this address is their work email address not their WAWF-RA organizational email address) in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF-RA system.
NOTE: The POCs identified above are for WAWF-RA issues only. Any other contracting questions/problems should be addressed to the Contracting Officer or other person identified in the contract to whom questions are to be addressed.
(End of clause)
U3 -DD 250 RECEIVING REPORT SUBMISSION THROUGH WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (W A WF-RA)
NOTICE TO RECEIVERS/ACCEPTORS OF SUPPLIES AND/OR SERVICES:
It is the responsibility of the receiving activity to electronically submit to DF AS through W A WF-RA the DD-250, receipt/inspection and acceptance of supplies and/or services. Electronic submission shall be initiated no later than 7 days after receipt.
For further explanation refer to the following websites:
https://wawf.eb.mil
http://www.marcQfsyscom.usmc.miUsies/pa/receipts.asp
Technical POC: Captain Anne Braden Email: anne.braden@usmc.mil Phone: 571-256-2815
TOM POC: Joanna Rockhill Email: joanna.rockhill@usmc.mil Phone: 517-256-2808
CONTRACT NO.
NOOI78-11-D-6490
Accounting Data
DELIVERY ORDER NO.
MUTl
SLINID PR Number Amount
5000AA M0008812RCFE114 LLA :
AMENDMENT/MODIFICATION NO.
01
AA 1721106BSS1 251 95490 067443 2D BSS1 08812RCFE114 08812RCFEl14 Standard Number: M0008812RCFEl14
5000AB M0008812RCFEl14 LLA : AA 1721106BSS1 251 95490 067443 2D BSS1 08812RCFEl14 08812RCFEl14 Standard Number: M0008812RCFEl14
5000AC M0008812RCFE114 -LLA : AA 1721106BSSl 251 95490 067443 2D BSSl 08812RCFEl14 08812RCFEl14 Standard Number: M0008812RCFEl14
6000AA M0008812RCFEl14 LLA : AA 1721106BSSl 251 95490 067443 2D BSSl 08812RCFEl14 08812RCFEl14 Standard Number: M0008812RCFE114
6000AB LLA :
M0008812RCFE114
AA 1721106BSSl 251 95490 -067443 2D BSSl 08812RCFEl14 08812RCFEl14 Standard Number: M0008812RCFEl14
BASE Funding 868124.46 Cumulative Funding 868124.46
MOD 01
5001AA M9549413RC22E38 LLA : -AB 1731106BSSl 251 67895 067443 2D M95494 49413RC22E38 Standard Number: M9549413RC22E38
5001AB M9549413RC22E38 -LLA : AB 1731106BSSl 251 67895 067443 2D M95494 49413RC22E38 Standard Number: M9549413RC22E38
5001AC M9549413RC22E38 LLA : AB 1731106BSS1 251 67895 067443 2D M95494 49413RC22E38 Standard Number: M9549413RC22E38
6000AA M0008812RCFE114 -LLA : AA 1721106BSSl 251 95490 067443 2D BSSl 08812RCFEl14 08812RCFEl14 Standard Number: M0008812RCFEl14
6000AB M0008812RCFE114 -LLA : AA 1721106BSSl 251 95490 067443 2D BSSl 08812RCFEl14 08812RCFEl14 Standard Number: M0008812RCFEl14
6001AA M9549413RC22E38 LLA : -AB 1731106BSSl 251 67895 067443 2D M95494 49413RC22E38 Standard Number: M9549413RC22E38
6001AB M9549413RC22E38 -LLA : AB 1731106BSS1 251 67895 067443 2D M95494 49413RC22E38
CONTRACT NO.
N00178-1l-D-6490 DELIVERY ORDER NO.
MUTl
Standard Number: M9549413RC22E38
MOD 01 Funding
AMENDMENT/MODIFICATION NO.
01
CONTRACT NO.
N00178-II-D-6490
DELIVERY ORDER NO.
MUT! AMENDMENT/MODIFICATION NO.
01
SECTION H SPECIAL CONTRACT REQUIREMENTS
KEY PERSONNEL
SUBSTITlITION OF KEY PERSONNEL
H-1. The Contractor hereby agrees to assign to the contract those persons whose resumes were submitted with this proposal who are necessary to fill requirements of the contract. No substitutions shall be made except in accordance with this section.
H-1.2 The Contractor agrees that during the first one hundred and twenty (120) days of the contract performance period, no personnel substitutions shall be permitted unless such substitutions are necessitated by an individual's sudden illness, death, or termination of employment. In any of these events, the Contractor shall promptly notify the KO in writing, and provide the information required as stated below. All proposed substitutions shall be submitted in writing to the KO. This written notification shall be submitted at least fifteen (15) days, thirty (30) days if a security clearance is to be obtained, in advance of the proposed substitutions to the KO.
H-1.3 All requests for substitutions must provide a detailed explanation of the circumstances necessitating the proposed substitutions; a complete resume for the proposed substitute, and any other information requested by the TOM to approve or disapprove the proposed substitution - without the KO approval, substitutions cannot be made.
H-1.4 All proposed substitutes must have qualifications that are equal to or higher than the qualifications of the person being replaced. The KO shall evaluate such requests and promptly notify the Contractor of his recommendation.
H-1.5 In case of unsatisfactory contractor performance, the contractor will take appropriate corrective action within ten (10) business days of formal notification to correct the problem as identified by the TOM. In the event that the problem remains unresolved in excess of ten (10) working days, the KO will be notified by the TOM so that appropriate action is taken, to include employee removal from current contract if warranted. The Program Manager shall ensure that all Government owned property is returned to the TOM should a contractor employee be removed.
H-1.6 Key personnel are understood to be those four (4) individuals for whom resumes were submitted and evaluated as part of the technical proposal submission Example of: Key personnel are Project Manager, Systems Manager, Operations Manager, and Database Manager.
H-1.6.1 FAR 9.505-4 (b) A contractor that gains access to proprietary information of other companies in performing advisory and assistance services for the Government must agree with the other companies to protect their information from unauthorized use or disclosure for as long as it remains proprietary and refrain from using the information for any purpose other than that for which it was furnished. The contracting officer shall obtain copies of these agreements and ensure that they are properly
CONTRACT NO.
NOOI78-11-D-6490
executed.
DELIVERY ORDER NO.
MUTl AMENDMENT/MODIFICATION NO.
01
CONTRACT NO.
NOO 178-11-D-6490 DELIVERY ORDER NO.
MUT!
SECTION I CONTRACT CLAUSES
AMENDMENT/MODIFICATION NO.
01
52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 20(8)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to completion of the base period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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 three years.
CONTRACT NO.
N00118-11-D-6490 DELIVERY ORDER NO.
MUTt
SECTION J LIST OF ATTACHMENTS
QSAP
ECE
PASTPERFORMANCE
ECEACRE
NONDISCLOSURE_AGREEMENT
ORGANIZATIONAL CONFLICT OF INTEREST
AMENDMENTIMODIFICATION NO.
01
top related