m67854 marcorsyscom quantico va 22134-6050n00178-04-d-4042-mu61... · efss consists of two...

29
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 02 28-Mar-2014 M67854-12-R-0519 N/A 6. ISSUED BY CODE M67854 7. ADMINISTERED BY (If other than Item 6) CODE M67854 MARCORSYSCOM 2200 Lester St Bldg 2200 Quantico VA 22134-6050 MARCORSYSCOM 2200 Lester St Bldg 2200 Quantico VA 22134-6050 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. URS Federal Technical Services, Inc. 20501 Seneca Meadows Parkway Suite 300 Germantown MD 20876-7007 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4042-MU61 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 16-Aug-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 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) 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 10A. [ ] [ ] 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). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) FAR 52.217-9 Option to Extend the Term of the Contract E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 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) Joe Clare 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Joe Clare 27-Mar-2014 BY 28-Mar-2014 (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 J 1 2

Upload: buibao

Post on 26-Jun-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

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

02 28-Mar-2014 M67854-12-R-0519 N/A6.  ISSUED BY CODE M67854 7.  ADMINISTERED BY (If other than Item 6) CODE M67854

MARCORSYSCOM

2200 Lester St Bldg 2200

Quantico VA 22134-6050

 

MARCORSYSCOM

2200 Lester St Bldg 2200

Quantico VA 22134-6050

 

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

URS Federal Technical Services, Inc.    20501 Seneca Meadows Parkway Suite 300    Germantown MD 20876-7007   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4042-MU61

    10B.  DATED (SEE ITEM 13)

CAGECODE

34157 FACILITY CODE   16-Aug-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 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 THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.  If by virtue of thisamendment 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 solicitationand 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. INITEM 10A.

[  ]   [  ] 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).    

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

[X] D.  OTHER (Specify type of modification and authority)FAR 52.217-9 Option to Extend the Term of the Contract

E.  IMPORTANT:  Contractor [   ] is not, [ X ] is required to sign this document and return   1   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)

   Joe Clare 

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED       /s/Joe Clare 27-Mar-2014 BY 28-Mar-2014 

(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 J 1 2

GENERAL INFORMATION

The purpose of this modification is to: 1)  Exercise Option Period 2;

2)  Incorporate CLINs 8008 & 8009 due to multiple LOA's in order to fully fund CLIN 8000; 3)  Incorporate a revised PWS due to a descope in the requirement;

4)  Modify pricing IAW revised cost proposal from URS dated 12/20/2013 for Option Year 1 and 2. 

All other terms and conditions remain unchanged.

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

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

8000 Fund Type - TBD 0.00

8001 Fund Type - TBD 0.00

8002 Fund Type - TBD 0.00

8003 Fund Type - TBD 0.00

8004 Fund Type - TBD 0.00

8006 Fund Type - TBD 0.00

8008 Fund Type - TBD 0.00

8009 Fund Type - TBD 0.00

The total value of the order is hereby increased from by to.

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

8000 0.00

8001 0.00

8002 0.00

8003 0.00

8004 0.00

8006 0.00

8008 0.00

8009 0.00

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 2 of 2 FINAL

 

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES  For FFP Items:  Item   PSC  Supplies/Services       Qty  Unit      Unit Price          Total Price                 ------ ---  -----------------       ---- ----      --------------- ----------------                 5000   R425  Program                                                Management                                    Support IAW PWS                               Para 2.1.1 (Fund                              Type - TBD)                       5001   R425  Logistics Support                                        IAW PWS Para                                  2.1.2 (Fund Type                              - TBD)                            5002   R425  Optional Task 1                                            IAW PWS Para                                  2.1.2.7 (Fund                                 Type - TBD)                       5003   R425  Optional Task 2                                             IAW PWS Para                                  2.1.2.9 (Fund                                 Type - TBD)                       5004   R425  Optional Task 3                                             IAW PWS Para                                  2.1.2.11 (Fund                                Type - TBD)                       5006   R425  Other Direct                                             Costs - Travel                                (Fund Type - TBD)                  For FFP / NSP Items:  Item   PSC  Supplies/Services       Qty  Unit      Unit Price          Total Price                 ------ ---  -----------------       ---- ----      --------------- ----------------                 5007    Base Year CDRLs                                                 $0.00              DD 1423             For FFP Items:  Item   PSC  Supplies/Services       Qty  Unit      Unit Price          Total Price                 ------ ---  -----------------       ---- ----      --------------- ----------------                 5100   R425  Program                                               Management                                    Support IAW PWS                  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 1 of 27 FINAL

 

             Para 2.1.1                                    (Option Year 1)                               (Fund Type - TBD)                 5101   R425  Logistics Support                                     IAW PWS Para                                  2.1.2 (Option                                 Year 1) (Fund                                 Type - TBD)                       5102   R425  Optional Task 1                                          IAW PWS Para                                  2.1.2.7 (Option                               Year 1) (Fund                                 Type - TBD)                       5103   R425  Optional Task 2                                           IAW PWS Para                                  2.1.2.9 (Option                               Year 1) (Fund                                 Type - TBD)                       5104   R425  Optional Task 3                                           IAW PWS Para                                  2.1.2.11 (Option                              Year 1) (Fund                                 Type - TBD)                       5106   R425  Other Direct                                             Costs - Travel                                (Fund Type - TBD)                  For FFP / NSP Items:  Item   PSC  Supplies/Services       Qty  Unit      Unit Price          Total Price                 ------ ---  -----------------       ---- ----      --------------- ----------------                 5107    Option Year 1 -                                                 $0.00              CDRLs DD 1423       For FFP Items:  Item   PSC  Supplies/Services       Qty  Unit      Unit Price          Total Price                 ------ ---  -----------------       ---- ----      --------------- ----------------                 8000   R425  Program                                                Management                                    Support IAW PWS                               Para 2.1.1                                    (Option Year 2)                               (Fund Type - TBD)                 8001   R425  Logistics Support                                     IAW PWS Para                                  2.1.2 (Option                                 Year 2) (Fund                    

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 2 of 27 FINAL

 

             Type - TBD)                       8002   R425  Optional Task 1                                          IAW PWS Para                                  2.1.2.7 (Option                               Year 2) (Fund                                 Type - TBD)                       8003   R425  Optional Task 2                                          IAW PWS Para                                  2.1.2.9 (Option                               Year 2) (Fund                                 Type - TBD)                       8004   R425  Optional Task 3                                           IAW PWS Para                                  2.1.2.11 (Option                              Year 2) (Fund                                 Type - TBD)                       8006   R425  Other Direct                                             Costs - Travel                                (Option Year 2)                               (Fund Type - TBD)                  For FFP / NSP Items:  Item   PSC  Supplies/Services       Qty  Unit      Unit Price          Total Price                 ------ ---  -----------------       ---- ----      --------------- ----------------                 8007    Option Year 2 -                                                 $0.00              CDRLs DD 1423       For FFP Items:  Item   PSC  Supplies/Services       Qty  Unit      Unit Price          Total Price                 ------ ---  -----------------       ---- ----      --------------- ----------------                 8008   R425  CLIN is                                                  incorporated to                               provide 2 months                              of funding for                                CLIN 8000.                                    Program                                       Management                                    Support IAW PWS                               Para 2.1.1                                    (Option Year 2)                               (Fund Type - TBD)                 8009   R425  CLIN is                                                  incorporated to                               provide two                                   months of funding                             for CLIN 8000.                                Program                          

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 3 of 27 FINAL

 

             Management                                    Support IAW PWS                               Para 2.1.1                                    (Option Year 2)                               (Fund Type - TBD)                 8100   R425  Program                                                Management                                    Support IAW PWS                               Para 2.1.1                                    (Option 3) (Fund                              Type - TBD)                                   Option                            8101   R425  Logistics Support                                        IAW PWS Para                                  2.1.2 (Option 3)                              (Fund Type - TBD)                             Option                            8102   R425  Optional Task 1                                            IAW PWS Para                                  2.1.2.7 (Option                               3) (Fund Type -                               TBD)                                          Option                            8103   R425  Optional Task 2                                            IAW PWS Para                                  2.1.2.9 (Option                               3) (Fund Type -                               TBD)                                          Option                            8104   R425  Optional Task 3                                             IAW PWS Para                                  2.1.2.11 (Option                              3) (Fund Type -                               TBD)                                          Option                            8106   R425  Other Direct                                                         Costs - Travel                                (Fund Type - TBD)                             Option                             For FFP / NSP Items:  Item   PSC  Supplies/Services       Qty  Unit      Unit Price          Total Price                 ------ ---  -----------------       ---- ----      --------------- ----------------                 8107    Option 3 - CDRLs                                                $0.00              DD 1423            

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 4 of 27 FINAL

 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT

FOR

FIRE SUPPORT SYSTEMS

PRODUCT MANAGEMENT OFFICE

ACQUISITION, LOGISTICS, ADMINISTRATION

1.0    BACKGROUND

The Product Manager Fire Support Systems’ (PdM FSS) is the acquisition manager for multiple but interrelatedartillery and target acquisition programs.  The PdM FSS mission is “to acquire and sustain ground fire supportsystems and other capabilities for the warfighter as directed.”  Current FSS programs include:

·         Expeditionary Fire Support System (EFSS)

·         Precision Extended Range Munition (PERM) for EFSS

·         High Explosive Rocket Assisted Projectile (HE RAP) for EFSS (change: logistics support only)

·         High Mobility Artillery Rocket System (HIMARS) (change: logistics support only)

·         Common Laser Rangefinder Integrate Capability (CLRF IC)

·         Modeled Meteorological Information Manager (MMIM)

·         Ground Counter Fire Sensor (GCFS)

·         Global Positioning System – Survey (GPS-S) Replacement

·         Improved Position and Azimuth Determining System - Global Positioning System (IPADS-G)

·         Sustainment of other legacy systems for both artillery and target acquisition.

1.1.  EFSS is the principal indirect fire support system for the vertical assault element of a Ship to ObjectiveManeuver force.  EFSS consists of two Internally Transportable Vehicle Prime Movers (ITV-PMs), one 120mmRifled Towed Mortar (RTM), an Ammunition Trailer (AT), as well as the 120mm ammunition which is currentlyunique to the RTM.  EFSS has completed Operational Test and Evaluation (OT&E) and has received Full RateProduction (FRP) and fielding decisions.  Initial Operational Capability (IOC) was achieved in FY09.  Three EFSSbatteries are scheduled for fielding in 2012.  Full Operational Capability (FOC) is desired by FY14.  EFSS iscurrently in the Production & Deployment phase.  The program is concurrently developing improved capabilities,fielding new systems, and supporting fielded systems.  EFSS is managed by the Weapons Team.

1.2.  HE RAP is currently being developed for EFSS.  HE RAP development will result in an extended rangecapability from 8 – 12km.  The current range of EFSS munitions is 8km.  HE RAP has received a Milestone B andis currently in the Engineering & Manufacturing Development phase.  HE RAP is managed by the Weapons Team.

1.3.  PERM is currently being developed for EFSS.  PERM development will result in an extended range capabilityto 17km (accuracy <20m). Current range of EFSS munitions is 8km.  PERM has received a Milestone B and iscurrently in the Engineering & Manufacturing Development phase.  PERM is managed by the Weapons Team.

1.4.  HIMARS provides ground-based, responsive General Support/General Support-Reinforcing (GS/GSR) indirectfires which accurately engage targets at long range with high volumes of lethal fire under all weather conditionsthroughout all phases of combat operations ashore.  The Marine Corps purchased HIMARS through the Army.  TheMarine Corps’ version of the HIMARS includes:

·         The HIMARS launcher, M142, consisting of:

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 5 of 27 FINAL

 

o    a Fire Control System (FCS),

o    a carrier (Family of Medium Tactical Vehicles (FMTV) based automotive platform),

o    a Launcher Module (LM) that will perform all operations necessary to complete a fire mission.

·         Two Re-Supply Systems (RSS) which each consists of:

o    one Medium Tactical Vehicle Replacement (MTVR) truck and

o    one MTVR trailer for each RSS

o    each RSS is capable of carrying four Launch Pod Containers (LPC) of the selected MFOM.

·         Command and Control (C2) system.

Full Operational Capability (FOC) was achieved in 2010.  The Total Munitions Requirement (TMR) defines theUSMC HIMARS rocket munitions inventory.  The rockets are a joint procurement with the Army and programactivities include procurement, fielding, and surveillance.  Munitions will be selected from the Multiple LaunchRocket System (MLRS) Family of Munitions (MFOM) developed by the US Army.  The HIMARS portion of theprogram is concurrently developing improved capabilities, procuring and fielding new systems, and supportingfielded systems.  Although HIMARS is Post Full Rate Production and currently in the Operations and Supportphase, the Acquisition Objective was increased by 6 (standup of Q Battery) as a result of the 2010/2011 ForceStructure Review Group.  PM FSS procureed Q Battery equipment in FY12 and will field in FY13/14.  HIMARSis managed by the Weapons Team.

1.5.  The CLRF fulfills requirements for targeting laser rangefinders.  The principle function is to assist the operatorin determining a target location by measuring distance, direction, and vertical angle.  The CLRF facilitates targetdetection, recognition, and identification by providing optics similar in magnification and view to the M-22binoculars.  CLRF consists of the AN/PEQ-13 Laser Range Finder, AN/PVS-14 Monocular Night Vision Device,and AN/PSN-13 Defense Advanced Global Positioning System Receiver.  The CLRF-IC is a replacement to theexisting CLRF system suite of equipment. CLRF-IC will provide operators the ability to determine target or objectlocation by measuring distance, direction, and vertical angle from the operator to the object. CLRF-IC will assistthe operator with target detection, recognition, and identification by providing optics similar in magnification andfield of view to the M-22 binoculars. PM FSS intends to replace the current CLRF system with 2 variants: lightand medium. This will allow operators to select and carry the system that is most appropriate for their specificmission and battlefield conditions. Both systems will reduce the overall carrying weight of the current system whileimproving accuracy. The CLRF-IC Light is intended for use by foot mobile Forward Air Controllers (FAC) andJoint Terminal Attack Controllers (JTAC). CLRF-IC Medium is intended for use by FACs and JTACs operatingfrom a vehicle or in a static defense position.  The CLRF IC Light recently attained a Milestone A and is in theTechnology Development phase.  CLRF IC is managed by the Target Acquisition Team.

1.6.  The MMIM will replace the aging and obsolete AN/TMQ-49 Meteorological Support Group. The MMIMwill increase the timeliness and availability of meteorological information while significantly reducing logistic andmanpower requirements.  The system will integrate Government Furnished Equipment with software to provide theTarget Acquisition Platoon the ability to receive, create, manipulate and transmit meteorological information to firesupport and target acquisition systems.  The MMIM is synonymous with the Army artillery meteorological project,the Computer, Meteorological Data-Profiler (CMD-P), AN/GMK-2.  The Army is the lead developer and PrimaryInventory Control Activity for the system.  MMIM is currently in the Engineering and Manufacturing Developmentphase and is scheduled to achieve Full Operational Capability in 3Qtr FY13.  MIMM is managed by the TargetAcquisition Team. 

1.7.  The GPS-S Replacement System will provide the capability for Marine sensor sections in artillery battalionsto provide accurate and timely survey support to target acquisition and fire support agencies across the spectrum ofwarfare. A Milestone (MS) B Decision was obtained January 2012.  A Firm Fixed Price (FFP) contract withContractor Logistic Support (CLS) options is planned to be awarded in 3Q FY12 for procuring two productionsystems to be used in a Field User Evaluation (FUE).  Following a successful FUE, the option to procure the 18additional systems, in increments of six, to meet the Authorized Allowance Objective (AAO) will be exercised withfinal delivery occurring by 2Q FY14.  GPS-S is managed by the Target Acquisition Team.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 6 of 27 FINAL

 

1.8.  The GCFS is an acoustic weapons locating system that provides the Marine Corps all-weather, 24-hourpassive indirect fire (IDF) weapons location capability.  The GCFS can be used as a standalone system to provideenemy weapons locations or in coordination with other IDF detection assets to collaborate detection information oras a cueing agent.  The GCFS also provides intelligence to supported units by providing the location of acousticevents such as Improvised Explosive Devices (IED).  The GCFS is in the Operations and Support phase with effortsongoing to port the operating system from Solaris to Microsoft and the hardware from Sun to Marine CorpsCommon Hardware laptops.  GCFS is managed by the Target Acquisition Team.

1.9.  The IPADS is a self-contained, inertial navigation and surveying system providing precise position, azimuthand elevation, and is capable of rapid and accurate self-alignment by gyrocompass techniques.  The IPADS providescommon inertial survey control for all U.S. Army and Marine Corps Field Artillery, Mortar, ArtilleryMeteorological and Radar systems.  The addition of GPS will upgrade the current IPADS in the sensor sections inthe USMC artillery battalions and regiments to an IPADS-G configuration.  IPADS-G will incorporate NationalGeospatial-Intelligence Agency (NGA), US Imagery and Geospatial Information Service (USIGS) products andstandards (e.g. World Geodetic System 1984 (WGS 84)) to derive positioning data.  The Marine Corp’s projectedenhancement of the IPADS is 63 systems.  IPADS is managed by the Target Acquisition Team.

2.0    TASKS

The scope of this effort is to provide on-going programmatic, logistics, and administrative support to PdM FSS andthree FSS sub-teams (Weapons Team, Target Acquisition Team, and the Program Support Team).    

The Contractor shall ensure technical management and coordination of task activities and provide overall expertisefor successful completion of this task initiative, as well as ensure adequate administrative support be provided asneeded.  Contractor employees shall identify themselves as contractor personnel by introducing themselves or beingintroduced as contractor personnel and displaying distinguishing badges or other visible identification for meetingswith Government personnel.  In addition, contractor personnel shall appropriately identify themselves as contractoremployees in telephone conversations and in formal and informal written correspondence.

2.1 Program Management Support.  The Contractor shall support PdM FSS Teams with the development ofstrategic plans; management plans; integrated master schedule (IMS); Work Breakdown Structures (WBS); andproviding suggestions to facilitate PdM FSS Programs compliance with current DoD and Navy and Marine Corpsguidelines and requirements.  Required support includes attending various functions with the Army, Navy, AirForce, and other USMC entities to gather information on behalf of PdM FSS, participating in various professionalforums and Integrated Product Team (IPT) meetings.  The Contractor shall use the PdM FSS SharePoint site formanagement of all data required under this contract. 

The Contractor shall:

2.1.1 Ensure its support staff has the experience with artillery, munitions, and target acquisition systems sufficient tomanage FSS programs, products and processes.

2.1.2 Participate in Government-established government/contractor Integrated Product Teams (IPT) that arebeneficial to achieving program goals and reducing the overall level of required government oversight.

2.1.3 Perform program lifecycle and milestone planning; acquisition planning and management; implementation ofacquisition processes; developing/updating program documentation; and conducting resource requirements analysis. 

2.1.4 Establish and maintain Government approved Work Breakdown Structures and Integrated Master Schedulesthat provide accurate and timely schedule, cost and performance in accordance with the PdM FSS ProductManager’s Plan (PMP).

2.1.5 Support sound risk management, which mitigates program risks through integration of metrics to monitorprogram status.

2.1.6 Provide information and data for reports as requested by the Product Manager.

2.1.7 The Contractor shall compile and submit a monthly report detailing efforts on-going and completed during theperiod of performance. 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 7 of 27 FINAL

 

CDRL A001 CONTRACTOR’S PROGRESS, STATUS AND MANAGEMENT REPORT /MONTHLYPROGRAM MANAGEMENT REPORT

2.2 Logistics Support.  The Contractor shall assist the FSS Product Office with planning, coordinating, andexecuting comprehensive life-cycle support for assigned programs.  The Contractor shall assess system changes forimpacts to logistics support products; manage the configuration and supportability requirements; identify andcoordinate documentation requirements; and resolve issues and problems identified by users.  Within this frameworkare support requirements for planning and coordinating logistics support to ensure long-term sustainment andsupportability, as well as, assessing vendor deliverables for conformance and quality (e.g., configurationmanagement; training; maintenance planning; and legacy system interfaces).   Logistics efforts include interfacingwith the artillery and target acquisition user communities soliciting information necessary to achieve theGovernment objectives; and conducting analysis for requirements that arise within FSS programs and projects. Required support includes attending various functions with the Army, Navy, Air Force, and other USMC entities togather information on behalf of PdM FSS, participating in various professional forums and Integrated Product Team(IPT) meetings, as well as maintaining support at Albany, GA; and on-site support at Huntsville, AL.

The Contractor shall:

2.2.1 Ensure its support staff has experience with artillery, munitions, and target acquisition systems sufficient tomanage FSS programs, products and processes.

2.2.2 Support logistics efforts to include developing and implementing interim and long-term programsupportability strategies in accordance with DoD policy; supportability assessments; developing/updating programdocumentation; interfacing with the artillery and target acquisition user communities in order to  coordinate andconduct new equipment training, and resolve problems related to maintenance, training, and product qualitydeficiency reports on Fire Support Systems; and conducting analysis for requirements that arise within FSSprograms and projects. 

2.2.3 Utilize the PdM FSS (Logistics) SharePoint Site for tracking logistics efforts.

2.2.4 Support New Equipment Training Teams (NETT) for PdM FSS programs during fielding by providing SMEinstruction and planning instructional efforts for three simultaneous training courses involving the fielding andoperations of EFSS, HIMARS, MMIM, GPS-S Replacement, GCFS, and IPADS-G equipment.  These courses ofinstruction will occur at various times and durations focused on Major Subordinate Commands and units inpre-deployment training at, but not restricted to, the following locations:

Camp Lejeune, NC

Camp Pendleton, CA

Okinawa, Japan

Various Reserve sites with artillery or target acquisition units

2.2.5 Prepare, update and present all instructional materials, to include computer presentations, used in assignedsubject areas in accordance with Government requirements.   Assure that all planning materials, training aids, andequipment are maintained, backed-up as appropriate, kept current and in sufficient quantities for the most efficientuse.

2.2.6 Provide acquisition life cycle support to assist in the development, update, and evaluation of programdocumentation, to include: Acquisition Strategies/Acquisition Plans (AS/AP), Integrated Logistics Assessments(ILA), Life Cycle Supportability Plans, Fielding Plans, Field User Evaluation Plans, Disposal Plans, andManpower Personnel &Training Plans.

2.2.7 (Optional Task) Provide equipment support for Weapons systems (primarily EFSS) in Albany, GA.

2.2.8 Provide on-site logistics support for HIMARS in Huntsville, AL.

2.2.9 (Optional Task) Provide equipment support for Target Acquisition systems in Albany, GA.

2.2.10 Provide information and data for reports as requested by the Program Manager.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 8 of 27 FINAL

 

2.2.11  (Optional Task) Provide logistics clerical support for FSS in Albany, GA.

2.2.12 The Contractor shall compile and submit a monthly report detailing efforts on-going and completed duringthe period of performance. 

CDRL A002 CONTRACTOR’S PROGRESS, STATUS AND MANAGEMENT REPORT /MONTHLYLOGISTICS REPORT

3.0    FACILITIES, TRAVEL, AND OTHER DIRECT COSTS (ODCs). 

Work efforts in support of this task effort will be accomplished primarily at the Contractor’s facilities, or on-site atMCSC, Quantico, VA; Albany, GA; and Huntsville, AL. These efforts will require the Contractor to providefacilities near Quantico for meetings and IPTs (e.g., 10-75 personnel), as well as a suitable infrastructure to manageprogram requirements (e.g., computer, telecommunications (to include conference calls), project and office software,document library, databases, web site, etc.) throughout the course of performance to support the scope of activities. Such facilities are not reimbursed as ODCs.

Laptops, cellular phones, and other items of convenience are not reimbursable as ODCs.

All Government printing requirements MUST be done by or through the local Document Automation andProduction Service (DAPS, now called DLA Document Services) http://www.daps.dla.mil/dapsonline.html.

Travel is anticipated in support of this PWS. This may include local travel, as well as travel to USMC and Armybases CONUS and OCONUS and vendor locations.  Travel shall be handled in accordance with the Joint FederalTravel Regulations (JFTR), at the direction and approval of the COR and FSS Team Leads. Unauthorized travel, ortravel not coordinated with the COR or FSS Team Leads, shall not be reimbursed. Additionally, travel or otherdirect costs in excess of the Contract Line Item Number (CLIN) funded value shall not be reimbursed, unlesschanged by mutual agreement of the parties through a contract modification.  The expected level of travel is detailedbelow:

LOCATIONNumber ofTrips(Base)

Number ofTrips(Option 1)

Number ofTrips(Option 2)

Duration(Days)

Number ofTravelers

Aberdeen , MD (fromHuntsville, AL) 2 2 2 3 2Albany, GA 1 2 2 4 1Albany, GA   3 3 4 3Albany, GA (fromHuntsville, AL) 3 4 4 5 1Aurora, CO   1   7 3Blount Island, FL 2 3   4 3Bristol, PA   1   7 3Camp Lejeune, NC 1 1   7 1Camp Lejeune, NC 1 2 2 7 3Camp Lejeune, NC 2     7 2Camp Lejeune, NC 3 1 1 4 3Camp Pendleton, CA 2 2 3 7 1Camp Pendleton, CA 1 2 3 7 3Camp Pendleton, CA 2   1 10 2Camp Pendleton, CA 3 3 3 5 3Camp Pendleton, CA     1 30 3Camp Pendleton, CA (fromHuntsville, AL) 1 3 3 5 1

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 9 of 27 FINAL

 

Camp Pendleton, CA (fromHuntsville, AL) 2     4 1Camp Pendleton, CA (fromHuntsville, AL) 1     14 1Chattanooga, TN   1   7 3Coronado, CA 2     4 1Dallas, TX (fromHuntsville, AL) 2 2 2 5 1El Paso, TX (fromHuntsville, AL) 1 3 3 5 1Ft Sill, OK 2 2 3 7 1Ft Sill, OK   3   7 3Ft Sill, OK 1 1   7 2Ft Sill, OK 2     5 2Ft Worth, TX 1 1 1 7 3Huntsville, AL 3 3 3 5 1Huntsville, AL   1 1 5 3Little Creek, VA 2     3 1Minneapolis, MN 4     5 2Nashua, NH 2     2 2Norway 1 1   7 3Oahu, HI 1 1 1 7 3Oahu, HI 1     7 2Okinawa, Japan 1 1 1 8 3Okinawa, Japan 1     10 3Orlando, FL 2     2 2Paris, France 3     7 1Picatinny Arsenal, NJ 6 2 2 5 2Quantico, VA (fromHuntsville, AL) 1 2 2 5 1Richmond, VA   1   7 3Seal Beach, CA   1   7 3Spokane, WA   1   7 3Tampa, FL 4     5 2Twentynine Palms, CA 1   1 7 3Twentynine Palms, CA     1 7 1Yuma, AZ 4 1 1 5 3           

4.0    SECURITY REQUIREMENTS

ALL CONTRACTOR PERSONNEL REQUIRING ACCESS TO CLASSIFIED INFORMATION ANDASSIGNED TO THIS PROGRAM SHALL POSSESS A SECRET CLEARANCE.  The prime contractor and allsub-contractors (though the prime contractor) shall certify in writing to the Government that personnel supportingthis contract are "Qualified U.S. contractors" per DoD Directive 5220.22-M Chapter 2 Section 2.  Qualified U.S.contractors are restricted to U.S. citizens, persons admitted lawfully into the United States for permanent residence,and are located in the United States.  All personnel identified on the certification and/or supporting this contractshall be in compliance with Department of Defense, Department of the Navy, and Marine Corps Information andPersonnel Security Policy to include completed background investigations (as required) prior to start.  This contractshall include a DoD Contract Security Classification Specification (DD Form 254) as an attachment.  The contractor

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 10 of 27 FINAL

 

shall have a valid Secret Facility Clearance. The Government shall assist the contractor in gaining access toGovernment agencies and installations related to the systems in question.

5.0 Attachments/Enclosures.

Enclosure 1 – Performance Requirements Survey (PRS)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 11 of 27 FINAL

 

 

 

Enclosure 1

PERFORMANCE REQUIREMENTS SURVEY (PRS)

 

SOWParagraph

DesiredOutcomes

RequiredService

PerformanceStandard

AcceptableQuality Level

(AQL)[1]Monitoring

Method2.1 & 2.2WeaponsTeam Support

1) - Thedevelopmentand finalizationofdocumentationforacquisitions,  programreviews, andPoPs briefsrequired for allphases of theacquisitionprocesses. 

1) - DevelopAcquisitiondocumentation- Participate inIPTs/IPRs- ProvideprogramAcquisitionexpertise in allphases of theAcquisitionprocess- ProvidePMR/PoPSsupport

1) - Acquisitiondocumentationwill bedeveloped,finalized, anddeliveredwithin theproper schedule.- Provideacquisitionguidance basedon individualexperience andDOD 5000,DoN, andMCSC policiesand guidance.

1) - Acquisitiondocumentation ispresented in finalformat with 90%accuracy.- Guidance willbe in accordancewith DOD 5000,DoN, and MCSCpolicies andguidance.

1) – PMO willevaluatedocumentation toensure it meetsPMO timeline,accuracy, andquality ofstandards fordevelopment,production, andsustainmentrequirements.

           

  2) Acomprehensivelogisticssupport andsustainmentplan andprocess thataids inachieving 90%systemavailability.Effective DepotLevel of Repairplanning,programanalysis,scheduling,management andinspection.

3) - Developlogisticsdocumentationfor all phases ofthe acquisitionprocess.- Managelogisticsauthoritativedata sources.- Provideguidance andpreparation ofTable ofOrganizationand EquipmentChange Request(TOECR)s.

3) - Logisticsdocumentationwill bedeveloped,finalized, anddeliveredwithin theproper schedule.- Logisticsauthoritativedata sourceswill be managedand updated asinformation isavailable.- TOECRs willbe submitted intime allotted.

3) - Logisticsdocumentation ispresented in finalformat with 90%accuracy.- 90% accuracyon logisticsauthoritativedata sources.- 90% accuracyon TOECRs.

3) -Documentationmeets PMOtimeline, accuracy,and quality ofstandards forlogisticsrequirements.- PMO willperiodicallyreview to ensuredatabase accuracy.- PMO willperiodicallyreview TOECRsubmittals.

           

2.1 & 2.2TargetAcquisitionTeam Support

1) Thedevelopmentand finalizationofdocumentationfor

1) DevelopAcquisitiondocumentation- Participate inIPTs/IPRs- Provide

1) - Acquisitiondocumentationwill bedeveloped,finalized, anddelivered

1) Acquisitiondocumentation ispresented in finalformat with 90%accuracy.- Guidance will

1) – PMO willevaluatedocumentation toensure it meetsPMO timeline,accuracy, and

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 12 of 27 FINAL

 

SOWParagraph

DesiredOutcomes Required Service

PerformanceStandard

AcceptableQuality Level

(AQL)[1]Monitoring

Methodacquisitions,  programreviews, andPoPs briefsrequired for allphases of theacquisitionprocesses. 

programacquisitionexpertise in allphases of theacquisitionprocess- Provideprogram riskanalysis support- ProvidePMR/PoPssupport.

within theproper schedule.- Provideacquisitionguidance basedon individualexperience andDOD 5000,DoN, and MCSCpolicies andguidance.

be in accordancewith DOD 5000,DoN, and MCSCpolicies andguidance.

quality ofstandards fordevelopment,production, andsustainmentrequirements.

           

  2) Acomprehensivelogisticssupport andsustainmentplan andprocess thataids inachieving 90%systemavailability.Effective DepotLevel of Repairplanning,programanalysis,scheduling,management andinspection.

2) - Developlogisticsdocumentationfor all phases ofthe acquisitionprocess.- Managelogisticsauthoritativedata sources.- Provideguidance andpreparation ofTable ofOrganizationand EquipmentChange Request(TOECR)s.

2) - Logisticsdocumentationwill bedeveloped,finalized, anddeliveredwithin theproper schedule.- Logisticsauthoritativedata sourceswill be managedand updated asinformation isavailable.- TOECRs willbe submitted intime allotted.

2 - Logisticsdocumentation ispresented in finalformat with 90%accuracy.- 90% accuracyon logisticsauthoritativedata sources.- 90% accuracyon TOECRs.

2) -Documentationmeets PMOtimeline, accuracy,and quality ofstandards forlogisticsrequirements.- PMO willperiodicallyreview to ensuredatabase accuracy.- PMO willperiodicallyreview TOECRsubmittals.

           

2.1 & 2.2ProgramSupport TeamSupport

1) - Thedevelopmentand finalizationofdocumentationforacquisitions,  programreviews, andPoPs briefsrequired for allphases of theacquisitionprocesses. 

1) - DevelopAcquisitiondocumentation- Participate inIPTs/IPRs- Provideprogramacquisitionexpertise in allphases of theacquisitionprocess- Provideprogram riskanalysis support- ProvidePMR/PoPs

1) - Acquisitiondocumentationwill bedeveloped,finalized, anddeliveredwithin theproper schedule.- Provideacquisitionguidance basedon individualexperience andDOD 5000,DoN, andMCSC policiesand guidance.

1) - Acquisitiondocumentation ispresented in finalformat with 90%accuracy.- Guidance willbe in accordancewith DOD 5000,DoN, and MCSCpolicies andguidance.

1) – PMO willevaluatedocumentation toensure it meetsPMO timeline,accuracy, andquality ofstandards fordevelopment,production, andsustainmentrequirements.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 13 of 27 FINAL

 

SOWParagraph

DesiredOutcomes Required Service

PerformanceStandard

AcceptableQuality Level

(AQL)[1]Monitoring

Methodsupport.

           

  2) Acomprehensivelogisticssupport andsustainmentplan andprocess thataids inachieving 90%systemavailability.Effective DepotLevel of Repairplanning,programanalysis,scheduling,management andinspection.

2) - Developlogisticsdocumentationfor all phases ofthe acquisitionprocess.- Managelogisticsauthoritativedata sources.- Provideguidance andpreparation ofTable ofOrganizationand EquipmentChange Request(TOECR)s.

2) - Logisticsdocumentationwill bedeveloped,finalized, anddeliveredwithin theproper schedule.- Logisticsauthoritativedata sourceswill be managedand updated asinformation isavailable.- TOECRs willbe submitted intime allotted.

2 - Logisticsdocumentation ispresented in finalformat with 90%accuracy.- 90% accuracyon logisticsauthoritativedata sources.- 90% accuracyon TOECRs.

2) -Documentationmeets PMOtimeline, accuracy,and quality ofstandards forlogisticsrequirements.- PMO willperiodicallyreview to ensuredatabase accuracy.- PMO willperiodicallyreview TOECRsubmittals.

           

[1] Numerical values for the adjectival ratings are:  >.95 – Excellent – Exceeds standard compliance; .85 - .95 standard compliance –Acceptable; and <.85 – unacceptable.  For the first option period, a Contractor must receive a rating of .85 or greater. To qualify for a secondoption period, a Contractor must receive a rating of .95 or greater.

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 14 of 27 FINAL

 

SECTION D PACKAGING AND MARKING

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

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 15 of 27 FINAL

 

SECTION E INSPECTION AND ACCEPTANCE

52.246-4 Inspection of Services - Fixed Price (Aug 1996)CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY5000  Destination Government Destination Government5001 Destination Government Destination Government5002 Destination Government Destination Government5003 Destination Government Destination Government5004 Destination Government Destination Government5005 Destination Government Destination Government5006 Destination Government Destination Government5007 Destination Government Destination Government

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY5100  Destination Government Destination Government5101 Destination Government Destination Government5102  Destination Government Destination Government5103  Destination Government Destination Government5104  Destination Government Destination Government5105  Destination Government Destination Government5106  Destination Government Destination Government5107  Destination Government Destination Government

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY8000  Destination Government Destination Government8001 Destination Government Destination Government8002 Destination Government Destination Government8003 Destination Government Destination Government8004  Destination Government Destination Government8005  Destination Government Destination Government8006  Destination Government Destination Government8007  Destination Government Destination Government

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY8100  Destination Government Destination Government8101 Destination Government Destination Government8102 Destination Government Destination Government8103 Destination Government Destination Government8104  Destination Government Destination Government8105  Destination Government Destination Government8106  Destination Government Destination Government8107  Destination Government Destination Government

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY8200  Destination Government Destination Government

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 16 of 27 FINAL

 

SECTION F DELIVERABLES OR PERFORMANCE

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

   

5000 10/9/2012 - 4/8/2013

5001 10/9/2012 - 4/8/2013

5002 10/9/2012 - 4/8/2013

5003 10/9/2012 - 4/8/2013

5004 10/9/2012 - 4/8/2013

5006 10/9/2012 - 4/8/2013

5100 4/9/2013 - 4/8/2014

5101 4/9/2013 - 4/8/2014

5102 4/9/2013 - 4/8/2014

5103 4/9/2013 - 4/8/2014

5104 4/9/2013 - 4/8/2014

5106 4/9/2013 - 4/8/2014

8000 4/9/2014 - 12/8/2014

8001 4/9/2014 - 4/8/2015

8002 4/9/2014 - 4/8/2015

8003 4/9/2014 - 4/8/2015

8004 4/9/2014 - 4/8/2015

8006 4/9/2014 - 4/8/2015

8008 12/9/2014 - 2/8/2015

8009 2/9/2015 - 4/8/2015

CLIN - DELIVERIES OR PERFORMANCE

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

   

5000 10/9/2012 - 4/8/2013

5001 10/9/2012 - 4/8/2013

5002 10/9/2012 - 4/8/2013

5003 10/9/2012 - 4/8/2013

5004 10/9/2012 - 4/8/2013

5006 10/9/2012 - 4/8/2013

5100 4/9/2013 - 4/8/2014

5101 4/9/2013 - 4/8/2014

5102 4/9/2013 - 4/8/2014

5103 4/9/2013 - 4/8/2014

5104 4/9/2013 - 4/8/2014

5106 4/9/2013 - 4/8/2014

8000 4/9/2014 - 12/8/2014

8001 4/9/2014 - 4/8/2015

8002 4/9/2014 - 4/8/2015

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 17 of 27 FINAL

 

8003 4/9/2014 - 4/8/2015

8004 4/9/2014 - 4/8/2015

8006 4/9/2014 - 4/8/2015

8008 12/9/2014 - 2/8/2015

8009 2/9/2015 - 4/8/2015

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

   

8100 4/9/2015 - 10/8/2015

8101 4/9/2015 - 10/8/2015

8102 4/9/2015 - 10/8/2015

8103 4/9/2015 - 10/8/2015

8104 4/9/2015 - 10/8/2015

8106 4/9/2015 - 10/8/2015

Services to be performed hereunder will be provided at Quantico, VA or contractor's local facility.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 18 of 27 FINAL

 

SECTION G CONTRACT ADMINISTRATION DATA

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012)

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

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

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

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

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

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

(1) Have a designated electronic business point of contact in the Central Contractor Registration athttps://www.acquisition.gov;and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registrationavailable at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Courseand use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed byselecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/.

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

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

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

Invoice 2 in 1

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

Not Applicable

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

 Routing Data Table*

Field Name in WAWF               Data to be entered in WAWF

Pay Official DoDAAC                     M67443

Issue By DoDAAC                           M67854

Admin DoDAAC                              M67854

Inspect By DoDAAC                       M67854 with Extension ACSS

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 19 of 27 FINAL

 

Ship To Code                                    Not Applicable

Ship From Code                                Not Applicable

Mark For Code                                 Not Applicable

Service Approver (DoDAAC)         M67854 with Extension ACSS

Service Acceptor (DoDAAC)          M67854 with Extension ACSS

Accept at Other DoDAAC              Not Applicable

LPO DoDAAC                                   Not Applicable

DCAA Auditor DoDAAC                Not Applicable

Other DoDAAC(s)                            Not Applicable

Contract Number                               N00178-04-D-4042-MU61

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

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send AdditionalEmail Notifications'' field of WAWF once a document is submitted in the system.

  

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from thefollowing contracting activity's WAWF point of contact.

Not Applicable

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

(End of clause)

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------5000 M9545012RC22791  LLA : AA 17211092212 252 67854 067443 2D 221203 2RC2279114WU   5001 M9545012RC22791  LLA : AA 17211092212 252 67854 067443 2D 221203 2RC2279114WU   5002 M9545012RC22791  LLA : AA 17211092212 252 67854 067443 2D 221203 2RC2279114WU   5003 M9545012RC22791  LLA : AA 17211092212 252 67854 067443 2D 221203 2RC2279114WU   5004 M9545012RC22791  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 20 of 27 FINAL

 

AA 17211092212 252 67854 067443 2D 221203 2RC2279114WU   5006 M9545012RC22791  LLA : AA 17211092212 252 67854 067443 2D 221203 2RC2279114WU    BASE Funding  Cumulative Funding   MOD 01  5100 M9545013RC34254  LLA : AB 17311094733 251 67854 067443 2D 473300 3RC34254141Z   5101 M9545013RC34253  LLA : AC 17311094733 251 67854 067443 2D 473300 3RC34253141Z   5102 M9545013RC34254  LLA : AB 17311094733 251 67854 067443 2D 473300 3RC34254141Z   5103 M9545013RC32254  LLA : AD 17311092064 251 67854 067443 2D 206400 3RC322541415   5104 M9545013RC32254  LLA : AD 17311092064 251 67854 067443 2D 206400 3RC322541415   5106 M9545013RC32254  LLA : AD 17311092064 251 67854 067443 2D 206400 3RC322541415    MOD 01 Funding  Cumulative Funding   MOD 02  8000 M9545014RC42004  LLA : AE 17411092212 251 67854 067443 2D 221200 4RC420041418  Standard Number: M9545014RC42004  8001 M9545014RCD3A26  LLA : AH 17411061A2A 251 67854 067443 2D M95450 4RCD3A2614PY  Standard Number: M9545014RCD3A26  8002 M9545014RCR4AB1  LLA : AJ 1741319M7KE 251 67854 067443 2D C30980 4RCR4AB1143Y  Standard Number: M9545014RCR4AB1  8003 M9545014RCR4AB1  LLA : AJ 1741319M7KE 251 67854 067443 2D C30980 4RCR4AB1143Y  Standard Number: M9545014RCR4AB1  8004 M9545014RCR4CK9  LLA : AK 1741319M7KE 251 67854 067443 2D C30980 4RCR4CK9143Y  Standard Number: M9545014RCR4CK9  8006 M9545014RCR4CK9  LLA : AK 1741319M7KE 251 67854 067443 2D C30980 4RCR4CK9143Y  Standard Number: M9545014RCR4CK9  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 21 of 27 FINAL

 

8008 M9545014RC42344  LLA : AF 17411092064 251 67854 067443 2D 206400 4RC423441415  Standard Number: M9545014RC42344  8009 M9545014RC44420  LLA : AG 17411094733 251 67854 067443 2D 473300 4RC44420141Z  Standard Number: M9545014RC44420   MOD 02 Funding  Cumulative Funding  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 22 of 27 FINAL

 

SECTION H SPECIAL CONTRACT REQUIREMENTS

SECTION H.  SPECIAL CONTRACT PROVISIONS.

H.1 Contracting Officer’s Representative (COR)

 The Contracting Officer has designated a Contracting Officer’s Representative in accordance with DFARS 201.602-2(2).  The COR is not authorized to negotiate changes, direct the contractor, or obligate the Government.  The CORfor this task order is:

 

 All Contract Data Requirements List (CDRL) deliverables are to be submitted to the COR, and the COR isresponsible for tracking and acceptance. 

H. 2 Identification of Contractor Employees

 Contractor employees shall identify themselves as contractor personnel by introducing themselves or beingintroduced as contractor personnel and displaying distinguishing badges or other visible identification for meetingswith Government personnel.  In addition contractor personnel shall appropriately identify themselves as contractoremployees in telephone conversations and in formal and informal written correspondence.

 H.3 Organizational Conflict of Interest (OCI)

 Limitation of Future Contracting. The Contracting Officer has determined that this acquisition may give rise to apotential conflict of interest.  Prospective Offerors should read FAR Subpart 9.5 -- Organizational and ConsultantConflicts of Interest. This task may involve systems engineering and technical direction for the Class VIII programthat will preclude Contractor involvement in future efforts.  The restrictions upon future contracting are as follows:

If the Contractor, under the terms of this task order, or through the performance of tasks pursuant to this taskorder, is required to provide systems engineering and technical direction for a system or helps to developspecifications or statements of work to be used in a competitive acquisition, the Contractor shall beineligible to supply the system or major components of the system as a prime Contractor and shall beprecluded from being a Subcontractor or consultant to a supplier of the system or any of its majorcomponents under an ensuing Government contract. This restriction shall remain in effect for a reasonabletime, sufficient to avoid unfair competitive advantage or potential bias (this time shall in no case be less thanthe duration of the initial production contract).

To the extent that the work under this contract requires access to proprietary, business confidential, or financial dataof other companies, and as long as these data remain proprietary or confidential, the Contractor shall protect the datafrom unauthorized use and disclosure and agrees not to use it to compete with those other companies.

(a) “Organizational Conflict of Interest” means that because of other activities or relationships with other persons, aperson is unable or potentially unable to render impartial assistance or advice to the government, or the person’sobjectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitiveadvantage.  “Person” as used herein includes corporations, partnerships, joint ventures, and other businessenterprises.

(b) The contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in thecontract, the contractor does not have any organizational conflict of interest(s) as defined in paragraph (a).

(c) It is recognized that the effort to be performed by the Contractor under this contract may create a potentialorganizational conflict of interest on the instant contract or on a future acquisition.  In order to avoid potentialconflict of interest, and at the same time to avoid prejudicing the best interest of the government, the right of thecontractor to participate in future procurement of equipment and/or services that are the subject of any work underthis contract shall be limited as described below in accordance with the requirements of FAR 9.5.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 23 of 27 FINAL

 

(d)

(1) The contractor agrees that it shall not release, disclose, or use in any way that would permit or result indisclosure to any party outside the government any information provided to the contract by the government duringor as a result of performance of this contract.  Such information includes, but is not limited to, informationsubmitted to the government on confidential basis by other persons.  Further, the prohibition against release ofgovernment provided information extends to cover such information whether or not in its original form, e.g., wherethe information has been included in contractor generated work or where it is discernible from materialsincorporating or based upon such information.  This prohibition shall not expire after a given period of time.

(2) The contractor agrees that it shall not release, disclose, or use in any way that would permit or result indisclosure or any party outside the government any information generated or derived during or as a result ofperformance of this contract.  This prohibition shall expire after a period of three years after completion ofperformance of this contract.

 (3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate of thecontractor, any subcontractor, consultant, or employee of the contractor, any joint venture involving the contractor,any entity into or with which it may merge or affiliate, or any successor or assign of the contractor.  The terms ofparagraph (f) of the Special Contractor Requirement relating to notification shall apply to any release of informationin contravention of this paragraph (d).

(e) The contractor further agrees that during the performance of this contract and for a period of three years aftercompletion of performance of this contract, the contractor, any affiliate of the contractor, any subcontractor,consultant, or employee of the contractor, any joint venture involving the contractor, any entity into or with whichit may subsequently merge or affiliate or any other successor or assign of the contractor, shall not furnish to theUnited States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractoror as a subcontractor, any system, component or services which is the subject of the work to be performed under thiscontract.  This exclusion does not apply to any re-competition for those systems, components, or services on thebasis of work statements growing out of the effort performed under this contract, from a source other than thecontractor, subcontractor affiliate, or assign of either, during the course of performance of this contract or before thethree year period following completion of this contract has lapsed, the contractor may, with the authorization of thecognizant contracting officer, participate in a subsequent procurement for the same system, component, or service.  Inother words, the contractor may be authorized to compete for procurement(s) for systems, components or servicessubsequent to an intervening procurement.

(f) The contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest; itshall make immediate and full disclosure in writing to the contracting officer.  The notification shall include adescription of the actual or potential organizational conflict of interest, a description of the action, which thecontractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevantinformation that would assist the contracting officer in making a determination on this matter.  Notwithstanding thisnotification, the government may terminate the contract for the convenience of the government if determined to be inthe best interest of the government.

 (g) Notwithstanding paragraph (f) above, if the contractor was aware, or should have been aware, of an organizationalconflict of interest prior to the award of this contract or becomes, or should become aware of an organizationalconflict or interest after award of this contract and does not make an immediate and full disclosure in writing to thecontracting officer, the government may terminate this contract for default.

(h) If the contactor takes any action prohibited by this requirement or fails to take action required by thisrequirement, the government may terminate this contract by default.

(i) The contracting officer's decision as to the existence or nonexistence of the actual or potential organization conflictof interest shall be final and is not subject to the clause of this contract entitled "DISPUTES" (FAR 52.233.1) 

(j) Nothing in this requirement is intended to prohibit or preclude the contractor from marketing or selling to theUnited States Government its product lines in existence on the effective date of this contract; nor, shall thisrequirement preclude the contractor from participating in any research and development.  Additionally, sale ofcatalog or standard commercial items are exempt from this requirement.

 (k) The contractor shall promptly notify the contracting officer, in writing, if it has been tasked to evaluate or advise

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 24 of 27 FINAL

 

the government concerning its own products or activities or those of a competitor in order to ensure propersafeguards exist to guarantee objectivity and to protect the government's interest.

(l) The contractor shall include this requirement in subcontracts of any tier which involve access to information orsituations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contactor" whereappropriate.

(m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remediesprovided by law or elsewhere included in this contract.

(n) Compliance with this requirement is a material requirement of this contract.

H.4 Contractor Support Public Trust Determinations

 Per Marine Corps Systems Command Policy Letter 1-09, all Contractor support that require a CAC are required tosubmit a Standard Form 85P, "Questionnaire for Public Trust Positions," and two copies of DD Form 258"Applicant Fingerprint Card" to the Command's Security Program office along with a personnel roster ofsubmissions and an addressed Federal Express container addressed to OPM, 1137 Branchton Road, Box 618,Boyers, PA 16018.

 The Contractor is responsible for determining when adjudications have been entered by reviewing the notificationstatus of their respective personnel.  Once this has been completed, the Contractor may request the issuance of theCAC using the Contract Verification System (CVS) procedures.  However, if issues are discovered, the Departmentof the Navy, Central Adjudication Facility (DONCAF) will place a "No Determination Made" in the Joint PersonnelAdjudication System (JPAS) and forward the investigation to the submitting office for the Government to adjudicate.

H. 5 Substitution of Key Personnel

 a. Key personnel definition. Key personnel are understood to be those individuals who were proposed in theContractor’s technical submission, and specifically listed herein, who are necessary to fill the requirements of thetask order.

Key Personnel

   

    

 b.  The contractor shall assign to this task order those people identified as key personnel and who are necessary tofulfill the requirements of this task order. No substitutions shall be made except in accordance with this clause.

c.  Guidance on Substitutions.  All substitution requests must be submitted, in writing, at least fifteen (15) days[thirty (30) days if security clearance is to be obtained] in advance of the proposed substitutions to the ContractingOfficer.

d.  Requests for Substitutions. All requests for substitutions must provide a detailed explanation of thecircumstances necessitating the proposed substitution, and any other information requested by the ContractingOfficer. All proposed substitutes must have qualifications that are equal to or higher than the qualifications requiredof the person to be replaced. The Contracting Officer or his/her authorized representative will evaluate such requestsand promptly notify the Contractor of his/her approval or disapproval thereof.

 H.6  Post Award Conference

 Within 30 days of the start of performance, the awardee shall organize a Kickoff Meeting to be attended by the CORand contractor personnel to reconcile performance requirements including:  detailed WBS, 30-day staffing plan, useof team members/subcontractors, security requirements, funding and management of funds, and quality controlmeasures in response to the  Performance Requirements Survey (PRS). 

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 25 of 27 FINAL

 

SECTION I CONTRACT CLAUSES

09RA 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT.  (MAR 2008)

 (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days priorto completion of the base period; provided that the Government gives the Contractor a preliminary written notice ofits intent to extend at least 30 days before the contract expires. The preliminary notice does not commit theGovernment to an extension.

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

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 42months.

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 in thecontract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretaryof Labor. The option provision may be exercised more than once, but the total extension of performance hereundershall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractorwithin 10 days of completion of the current period of performance.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 26 of 27 FINAL

 

SECTION J LIST OF ATTACHMENTS

Exhibit B - Contract Data Requirement List (CDRLs)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 02 PAGE

 27 of 27 FINAL