n00189 s0107a dcma huntsville c tullahoma tn 37388-4409 · 8001aa r426 naval surface warfare center...

60
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 05 29-Sep-2016 N6101816RC002FN N/A 6. ISSUED BY CODE N00189 7. ADMINISTERED BY (If other than Item 6) CODE S0107A NAVSUP FLC Norfolk, Code 200 1968 Gilbert Street Ste 600 Norfolk VA 23511-3392 [email protected] 757-443-1336 DCMA HUNTSVILLE 1040 Research Blvd Ste 100 Madison AL 35758-2040 SCD: C 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Systems Integration Modeling & Simulation Inc 400 SW Atlantic St. Tullahoma TN 37388-4409 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-15-D-8445-FK01 10B. DATED (SEE ITEM 13) CAGE CODE 01HD2 FACILITY CODE 01-Apr-2016 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). [X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.212-4(c), Changes. [ ] D. OTHER (Specify type of modification and authority) 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) Mark Bryant Catherine T Purvis, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Mark Bryant 29-Sep-2016 BY /s/Catherine T Purvis 29-Sep-2016 (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: others

Post on 22-Sep-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

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

05 29-Sep-2016 N6101816RC002FN N/A6. ISSUED BY CODE N00189 7. ADMINISTERED BY (If other than Item 6) CODE S0107A

NAVSUP FLC Norfolk, Code 200

1968 Gilbert Street Ste 600

Norfolk VA 23511-3392

[email protected] 757-443-1336

DCMA HUNTSVILLE

1040 Research Blvd Ste 100

Madison AL 35758-2040

SCD: C

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

Systems Integration Modeling & Simulation Inc400 SW Atlantic St.

Tullahoma TN 37388-4409 9B.  DATED (SEE ITEM 11)

10A.  MODIFICATION OF CONTRACT/ORDER NO.

[X]N00178-15-D-8445-FK01

10B.  DATED (SEE ITEM 13)

CAGECODE

01HD2 FACILITY CODE 01-Apr-2016

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).   

[X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:FAR 52.212-4(c), Changes.

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

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)

Mark Bryant  Catherine T Purvis, Contracting Officer15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED

/s/Mark Bryant 29-Sep-2016 BY /s/Catherine T Purvis 29-Sep-2016 (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

Page 2: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

GENERAL INFORMATION

The purpose of this modification is to increase CLIN 8002AE to reflect recent MACs. A conformed copy of thisTask 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 from $ by$ to $

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

8002AE O&MN,N 7,319.94

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

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

8002AE

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

CLIN/SLIN From To

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 2 of 2 FINAL

Page 3: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For FFP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8001 TELECOMMUNICATION SUPPPORT SERVICES IAW PWS

8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO

8001AB R426 CRANE ARMY AMMUNITION ACTIVITY (CAAA) (O&MN,N) 6.0 MO

8001AC R426 NAVFAC WORKING CAPITAL FUND (O&MN,N) 6.0 MO

8001AD R426 NAVFAC GENERAL FUND (O&MN,N) 6.0 MO

8001AE R426 NAVAL SUPPORT ACTIVITY (NSA) CRANE AND EXPLOSIVE

ORDNANCE DISPOSAL (EOD) (O&MN,N)

6.0 MO

8001AF R426 FLEET LOGISTICS CENTER (FLC) (O&MN,N) 6.0 MO

8001AG R426 DEFENSE LOGISTICS AGENCY (DDNV) (O&MN,N) 6.0 MO

8001AH R426 NAVAL BRANCH HEALTH CLINIC (NBHC) (O&MN,N) 6.0 MO

8001AJ R426 US COAST GUARD (USCG) (O&MN,N) 6.0 MO

8001AK R426 DEFENSE COMMISSARY AGENCY (DCA) (O&MN,N) 6.0 MO

8001AL R426 DEFENSE REUTILIZATION MANAGEMENT ORGANIZATION (DRMO)

(O&MN,N)

6.0 MO

8001AM R426 DEFENSE AUTOMATED PRINT SERVICES (DAPS) (O&MN,N) 6.0 MO

8001AN R426 STRATEGIC SYSTEMS PROGRAMS (SSP) (O&MN,N) 6.0 MO

8001AP R426 NAVY EXCHANGE (NEX) (O&MN,N) 6.0 MO

8002 MOVES, ADDS, AND CHANGES (MACS)

8002AA R426 NSWC CRANE (O&MN,N) 1.0 LO

8002AB R426 CAAA (O&MN,N) 1.0 LO

8002AC R426 NAVFAC WORKING CAPITAL FUND (O&MN,N) 1.0 LO

8002AD R426 NAVFAC GENERAL FUND (O&MN,N) 1.0 LO

8002AE R426 NSA CRANE AND EOD (O&MN,N) 1.0 LO

8002AF R426 FLC (O&MN,N) 1.0 LO

8002AG R426 DDNV (O&MN,N) 1.0 LO

8002AH R426 NBHC (O&MN,N) 1.0 LO

8002AJ R426 USCG (O&MN,N) 1.0 LO

8002AK R426 DCA (O&MN,N) 1.0 LO

8002AL R426 DRMO (O&MN,N) 1.0 LO

8002AM R426 DAPS (O&MN,N) 1.0 LO

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 1 of 58 FINAL

Page 4: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8002AN R426 SSP (O&MN,N) 1.0 LO

8002AP R426 NEX (O&MN,N) 1.0 LO

8003 FAR 52-217-8 6-MONTH EXTENSION: TELECOMMUNICATIONS

SUPPORT SERVICES

8003AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO

8003AB R426 CRANE ARMY AMMUNITION ACTIVITY (CAAA) (O&MN,N) 6.0 MO

8003AC R426 NAVFAC WORKING CAPITAL FUND (O&MN,N) 6.0 MO

8003AD R426 NAVFAC GENERAL FUND (O&MN,N) 6.0 MO

8003AE R426 NAVAL SUPPORT ACTIVITY (NSA) CRANE AND EXPLOSIVE

ORDNANCE DISPOSAL (EOD) (O&MN,N)

6.0 MO

8003AF R426 FLEET LOGISTICS CENTER (FLC) (O&MN,N) 6.0 MO

8003AG R426 DEFENSE LOGISTICS AGENCY (DDNV) (O&MN,N) 6.0 MO

8003AH R426 NAVAL BRANCH HEALTH CLINIC (NBHC) (O&MN,N) 6.0 MO

8003AJ R426 US COAST GUARD (USCG) (O&MN,N) 6.0 MO

8003AK R426 DEFENSE COMMISSARY AGENCY (DCA) (O&MN,N) 6.0 MO

8003AL R426 DEFENSE REUTILIZATION MANAGEMENT ORGANIZATION (DRMO)

(O&MN,N)

6.0 MO

8003AM R426 DEFENSE AUTOMATED PRINT SERVICES (DAPS) (O&MN,N) 6.0 MO

8003AN R426 STRATEGIC SYSTEMS PROGRAMS (SSP) (O&MN,N) 6.0 MO

8003AP R426 NAVY EXCHANGE (NEX (O&MN,N) 6.0 MO

8004 FAR 52-217-8 6-MONTH EXTENSION: MOVES, ADDS, AND

CHANGES (MACS)

8004AA R426 NSWC CRANE (O&MN,N) 1.0 LO

8004AB R426 CAAA (O&MN,N) 1.0 LO

8004AC R426 NAVFAC WORKING CAPITAL FUND (O&MN,N) 1.0 LO

8004AD R426 NAVFAC GENERAL FUND (O&MN,N) 1.0 LO

8004AE R426 NSA CRANE AND EOD (O&MN,N) 1.0 LO

8004AF R426 FLC (O&MN,N) 1.0 LO

8004AG R426 DDNV (O&MN,N) 1.0 LO

8004AH R426 NBHC (O&MN,N) 1.0 LO

8004AJ R426 USCG (O&MN,N) 1.0 LO

8004AK R426 DCA (O&MN,N) 1.0 LO

8004AL R426 DRMO (O&MN,N) 1.0 LO

8004AM R426 DAPS (O&MN,N) 1.0 LO

8004AN R426 SSP (O&MN,N) 1.0 LO

8004AP R426 NEX (O&MN,N) 1.0 LO

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 2 of 58 FINAL

Page 5: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 3 of 58 FINAL

 

Page 6: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT (PWS)

REV 24 NOV 2015

1. INTRODUCTION

Naval Support Activity (NSA) Crane covers 100 square miles, over 64,000 acres and has 325 occupied buildingsthat require telecommunications services.  NSA Crane’s Installation Communications Office (ICO) has been taskedwith providing modern telecommunications support services to a diverse customer base throughout NSA Crane. Responsibilities include managing all aspects of the base telecommunications systems to deliver voice andlast-mile or cross campus data transport. To meet these responsibilities, the ICO currently uses systems such asSynchronous Optical Networks (SONET), Asynchronous Transfer Mode (ATM) networks, analog and digitalnetworks, and information management systems to provide technical support services, installation, demolition orremoval and disposal, movement and relocation of voice and data circuits. The ICO is not responsible for LANservices.

The ICO maintains approximately 150 miles of Single-mode and Multi-mode outside plant fiber that is both buriedand aerial, and approximately 200 miles of buried and aerial copper outside plant. Installations, locates, repairs, andupgrades are completed as necessary by the ICO.

NSA Crane maintains a Class V Nortel MSL-100 Telephone Switch with two Regional Switching Centers and fiveRemotes with a switching capacity of 10,000 telephone lines. Voicemail is powered by an OCTEL 300 voicemailsystem with 10,000 line capacity which is scheduled to be replaced in FY16 with an Avaya CommunicationManager 6 PBX, a Callware Callegra UC voicemail system, and a CAIRS.NET software suite from UniqueCommunications. Approximately 7500 voice lines and 365 non-voice circuits are provisioned.

The ICO will continue to use legacy Nortel FMT-150, SONET, and similar equipment to provide data circuitsacross the installation, and to extend the “last mile” of long haul commercial and Defense Information SystemNetwork (DISN) circuits.

The new system will serve as the end office for commercial and Defense Switched Network (DSN) services for NavalSupport Activity, Crane. Analog and digital TDM telephony and ISDN services will be delivered to the customerfrom the central office and from six remote gateway sites. The new switching system will have a capacity of 9500lines.

The ICO is responsible for the telephony moves, additions and changes (MACs) on base which historically averagearound 2300 work requests per year. The ICO is also responsible for all fiber and copper installs and repairs insupport of the mission stated above. The ICO is responsible for alarm circuit and last mile wide area network datacircuit installs and manages all circuit connectivity on and off base. The ICO provides customer service, recordsmanagement services, and telephony helpdesk support to customers at NSA Crane. The ICO is not responsible toprovide or support “dark” fiber, or “dry” copper systems that are intended for the private use of the tenants. TheICO may provision BANA, PANA, LADS or similar circuits using the ICO infrastructure, as long as those circuitsare tracked and funded similar to other ICO provisioned services.

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 4 of 58 FINAL

Page 7: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

2.0  SCOPE

The contractor shall deliver all of the necessary resources to perform the requirements of this PWS in support of theICO mission to deliver voice and wide area network data services.

Support services are grouped into two CLINS:

· Telecommunication Support Services

· Moves, adds, and changes (MACS)

The commands/tenant commands located within NSA Crane are:

· Naval Surface Warfare Center (NSWC) Crane

· Crane Army Ammunition Activity (CAAA)

· NAVFAC Working Capital Fund

· NAVFAC General Fund

· Naval Support Activity (NSA) Crane and Explosive Ordinance Disposal (EOD)

· Fleet Logistics Center (FLC)

· Defense Logistics Agency (DDNV)

· Naval Branch Health Clinic (NBHC)

· US Coast Guard (USCG)

· Defense Commissary Agency (DCA)

· Defense Reutilization Management Organization (DRMO)

· Defense Automated Print Services (DAPS)

· Strategic Systems Programs (SSP)

· Navy Exchange (NEX)

The contractor shall not support work or functions that are not specifically mentioned in this Performance WorkStatement. The contractor shall contact the Contracting Officer (KO) immediately for guidance before completing anyrequests that are suspected to be outside the scope of this contract.

2.1  OPERATION AND MAINTENANCE (O&M)

The contract is firm-fixed price (FFP).  CLIN Telecommunication Support Services are monthly and to be invoiced

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 5 of 58 FINAL

Page 8: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

in arrears.  CLIN Moves, Adds, and Changes (MACS) are per event at each location with a not to exceed total forthat location and to be invoiced in arrears monthly.  Requests for services will be submitted to the trouble desk forservices that are within the scope of this PWS.

The contractor shall provide the necessary labor, tools, parts, materials, software, and subscriptions required tomaintain the daily operation and complete documentation of the ICO systems. Maintenance shall includepreventative, routine and emergency repair or replacement of system components as recommended by themanufacturer of all components to maintain a complete system for the delivery of analog and digital voice, andwide-area data telephony service to the ICO customers. The contractor shall provide all hardware, cabling, software,subscription updates, and programming necessary to maintain the ICO systems in accordance with Navy andindustry best practices, standards, and security requirements.

2.1.1  LEGACY SUPPORT

The contractor will be required during the execution of this contract to restore to working condition any legacyequipment that does not fully function as designed by the Original Equipment Manufacturer (OEM) specifications.Restoration may be accomplished by repairing the card using authorized parts that do not introduce security risksinto the system, or by replacing the parts with identical parts from reputable sources. The scope of legacy supportincludes FMT-150, SONEX and similar data transport systems, the related battery and power systems that supply-48 VDC power to the legacy systems but not including the generator(s), and one Nortel “Urban” DMS-1 cabinetused to extend residential services to the base housing facilities.

Legacy support also includes support for the Nortel MSL-100 and remote switching center equipment, OctelVMX-300, K&R Custom Software Telephone Management System (TMS), OCTEL 300 voicemail system, andIMMX SecureLogix firewall. The contractor shall be required to obtain a subscription for updates to the IMMXSecureLogix firewall to ensure it remains working per OEM specifications. The contractor shall provide artifactsdemonstrating the currency of the firewall system to the Contracting Officer or to the COR while the firewall is inservice.

2.1.2  OUTSIDE CABLE PLANT (OSP)

The contractor shall be responsible to provide the necessary labor, tools, parts, and materials to document, label,repair, remove if unserviceable, locate, replace and otherwise keep in working order the existing fiber and copperoutside cable plant infrastructure supporting the ICO mission.

The contractor shall coordinate as necessary with the ICO and other Navy groups who are responsible to constructaerial poles or buried paths for outside cable plant.

The contractor is responsible for locating buried cable plant supporting ICO services per industry standards as part ofthis CLIN. On average, 450 locates are made each year. The contractor shall be responsible to repair or replace anycable plant that is determined by the ICO and the COR to have been damaged as a result of having not been locatedand marked by the contractor as required by this contract.

The cable plant that connects the NSA Crane end office building to the LEC shall be considered LEC property andshall be supported by the LEC to the point of demarcation as determined by the contract between the Governmentand the LEC. The contractor shall be responsible for locating and marking this cable in its entirety, in and aroundNSA Crane, when requested by the ICO, NSA Crane, Indiana 811, or similar public utility locate services. Inemergencies, the contractor may be called upon to help troubleshoot and otherwise provide support to help restoreconnectivity to the LEC.

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 6 of 58 FINAL

Page 9: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

For shared cable bundles, the contractor shall repair or replace the ICO used portion of the cable under the scope ofthis contract. The basic contract shall be available to, and shall be funded by, the tenant commands to issue deliveryorders against for the repair of the remaining damage to the cable. The contractor shall take care to ensure they donot further damage the rest of the cable while repairing the ICO used portions.

The contractor shall assist the ICO with completing and maintaining a full inventory of the OSP used by the ICO.This inventory shall include the type and size of the cables, the age of the cables where it can be determined, thegeneral condition of the cables, a list of the known working and defective pairs or strands, the termination locationsand path of the cable, details on the strands or pairs in the cable that are shared with other tenants, and otherinformation that can be known.

2.1.3  INSIDE TERMINAL / INSIDE WIRE INFRASTRUCTURE (IT/IW)

The contractor shall be responsible to provide the necessary labor, tools, parts, and materials to document, label,repair, remove if unserviceable, locate, replace and otherwise keep in working order the existing fiber, copper,grounding, wire, and termination infrastructure used to deliver ICO provisioned telephony services. The IT/IWinfrastructure shall be maintained as required in section 3.6 of this contract.

Tenant commands shall submit requests against this contract for the maintenance of building wiring that is not usedto deliver the ICO provisioned services.

The installation of new IT/IW infrastructure shall be performed under the requirements of section 2.2 of this contract,unless the new IT/IW is required to replace damaged or defective infrastructure that already exists.

2.1.4  HARDWARE

The contractor shall provide all of the necessary labor and materials that are required to maintain the Switching andTransport Systems, and the related systems such as the voicemail and telecommunications management system inworking order as specified by the OEM and Navy design criteria.

2.1.5  SYSTEM AVAILABILITY

The contractor shall ensure that the PBX and voicemail servers are functioning as prescribed by the Governmentdesign of the system and the manufacturer specifications, and are available to pass voice or other switched telephonytraffic between each of the remote gateway sites and the Local Exchange Carrier (LEC) trunking circuits with 99.5%availability, or a cumulative 44 total hours of allowed downtime per year for the aggregate of the voice switchingsystem.

The contractor shall also ensure the major nodes of the FMT-150, SONET, and similar equipment are able tocommunicate with each other as designed, and with the LEC for long haul circuits for the mission of deliveringcross campus and “last mile” long haul telephony circuits that are provisioned by the ICO with 99.5% availability,

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 7 of 58 FINAL

Page 10: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

or a cumulative 44 total hours of allowed downtime per year for the aggregate of the circuit delivery system.

Exceptions to the availability requirement may include LEC outages that cannot be remedied within the scope ofthis contract, third party damage to OSP and other infrastructure that was correctly located and properly marked in aclear and timely fashion, and catastrophic natural or manmade disasters that impact several areas or large portions ofthe system. Systems or major nodes of a system at are not actively employed to provide telephony services may betaken offline without being counted against the overall system availability.

The contractor shall keep a running total of system downtime and provide monthly reports to the ICO and to theCOR.

2.1.6  WARRANTY

Where applicable, the contractor shall coordinate for the warranty repair or exchange of defective parts. The contractorshall be responsible for removal of the defective part, crating it safely for transport, delivery to the required shippingpoint, and receipt and installation of replacement items as necessary. Shipping costs shall be the responsibility ofthe Government or the OEM as arranged in the warranty or support contracts.

The contractor shall be qualified by the equipment OEM to receive software updates and patches, and shall applythem to the systems at the time, and in the manner prescribed by the Government Information Assurance Manager orTechnician.

2.1.7  INFORMATION ASSURANCE

The CM6, Callegra, and CAIRS.NET systems were selected and installed based on their certification for use by theDoD Joint Interoperability Test Command (JITC). The configuration of these systems is engineered to meet thestringent security requirements of the DoD Information Assurance Certification and Accreditation Process(DIACAP). Through this process, the system shall achieve an Authority to Operate (ATO). The system will also begiven an Authority to Connect (ATC) to the Defense Switched Network (DSN) by the Defense Information SystemsAgency (DISA).

The contractor shall ensure that no changes are made to the system that will violate the JITC listing, the ATO, orthe ATC. The contractor shall be responsible for regularly scanning the system for vulnerabilities using the approvedsoftware tools, and reporting the results to the designated Information Assurance Manager or Technician (IAM /IAT). The contractor shall also perform other tasks as determined necessary by the IAM to ensure the systemmaintains full accreditation.

The contractor shall take direction from the designated Government representatives, typically the IAM, for theapplication of software updates and patches, and for the mitigation of vulnerabilities that are found. The contractorwill not alter the system in any way without approval of the IAM.

The contractor employees shall protect and secure all usernames, passwords, electronic certificates, and other meansof identification to ensure they are not, under any circumstances, provided to Government or contractor personnelwho have not been vetted and authorized.

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 8 of 58 FINAL

Page 11: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

2.1.8  MAINTENANCE AND TESTING

The contractor shall ensure all of the required testing and maintenance are performed for the ICO systems. This mayinclude, but is not limited to, preventative maintenance as prescribed by the OEM or the Government; disasterrecovery planning and execution, such as regular backups of system data and configuration; review of system logs,and proper reaction to any anomalies found; and at the direction of the IAM, offline updating of the Security andAntivirus definition files.

2.1.9  TROUBLE LOG

The contractor shall maintain a database of all trouble calls using the Government furnished Telephone ManagementSystems (TMS). The contract may also use other systems in conjunction with the TMS, at the contractor cost, asdesired. The contractor shall ensure tickets can be tracked by unique ticket number. The contractor shall capturesufficient data, and provide monthly reports to the COR and to the ICO showing the number of repair calls, theestimated time between the start of trouble to the time the trouble was corrected, the number of labor hours and costof materials to correct the trouble, and where applicable ways to prevent the trouble in the future.

2.1.10     TECHNICAL LIBRARY

The contractor shall maintain a current library at the ICO office consisting of technical manuals; OEM and contractorproduced training materials; Standard Operating Procedures (SOPs); safety information; equipment documentationand literature; best practices; relevant websites; schematics; as built drawings; MSDS; and other materials required,recommend, or supplied by the manufacturer. This library is considered Government property and will remain onsite at the conclusion of the contract.

2.1.11     INVENTORY OF PROVISIONED SERVICES

The contractor shall keep a current inventory of services that are provisioned for each tenant. This inventory shall beavailable to the ICO, the COR, or the tenant designated Telecommunications Control Officer (TCO) within 2business days of being requested.

Some of the tenants have established their own Long Distance Toll accounts to fund the cost of toll calls. The ICOhas reserved directory numbers for the tenants according to evidence that the tenant has added the line to their tollcharge account. The contractor shall keep a current and accurate accounting of directory numbers that have beenreserved for each tenant. The contract will ensure the reserved directory numbers are not provisioned for use by othertenants to prevent cross billing of toll charges.

2.1.12     EMERGENCY REPAIRS

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 9 of 58 FINAL

Page 12: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

In emergency situations, the KO, COR, ACOR, or the Commanding Officer of NSA Crane may request Contractorassistance at NSA Crane outside of normal hours of operation. The Contractor will provide personnel within thetime specified in section 3.7.2 of this PWS. The Contractor shall furnish contact numbers and recall procedures tothe ICO, COR and ACOR for emergency requirements.

2.2  CUSTOMER MOVES, ADDITIONS, CHANGES (MACs)

NSA Crane shall issue Telephone Service Requests (TSRs, also known as MACs) against this basic contract.

The timely execution of MACs is critical to conducting the business of NSA Crane and the tenant commands. Thecontractor shall ensure that MACs are executed per the requirements of this contract.

2.2.1  RECEIPT OF CUSTOMER MAC REQUEST

The contractor shall receive MAC requests from designated Telecommunication Control Officer (TCO) via emailduring normal business hours as defined in section 3.3 of this PWS. The contractor shall ensure the TCO hasprovided a unique tracking number to the request.

2.2.2  COST ESTIMATE AND SCHEDULING

The contractor shall provide the TCO with a not-to-exceed cost estimate to complete the requested changes. TheContractor and the TCO will review the cost estimate to ensure sufficient funds exist to complete the work and thatthe work is within the scope of the ICO’s mission and the PWS. The TCO will give the contractor authority toexecute the request and work out an acceptable timeline or due date. The TCO and the contractor shall establish asystem for ensuring quality control during the execution of change requests.

2.2.3  PERFORMANCE METRICS

The contractor shall record performance metrics for each change request that is received and provide the metrics in aspreadsheet to the COR on a monthly basis or more frequently as requested. The metrics shall include a minimumof a unique TSR number for each request; the date the request was first received by the contractor from the TCO; thetype of request (move, install, disconnect, change, etc.); the date the work was to be completed based oncoordination with the TCO at the time the request was received; the date the work was completed; the final numberof labor hours, and the total cost of materials; the date the request was voided or canceled where applicable; TMSinformation such as record numbers, or other references that allow an auditor to review the applicable changes to theTMS records that were caused by the MAC; and the date the TSR was paid by the customer.

2.2.4  PROVISIONING SERVICES

The contractor shall assign the digital number (DN) or line equivalent number (LEN) from the ICO list of availablenumbers when provisioning new services. The contractor shall ensure the provisioned services are connected to theappropriate trunking lines and have the proper class of service on the network. The contractor shall ensure DNs or

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 10 of 58 FINAL

Page 13: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

LENs that are reserved for a tenant are provisioned only for use by that tenant to avoid cross billing of long distancetoll charges.

2.2.5  TELECOMMUNICATIONS MANAGEMENT SYSTEM

The contractor shall ensure the TMS is updated daily to reflect the changes that were made during the course of thatday. Updating the TMS should be considered part of the effort to complete the MAC, and MACs are not consideredcomplete and shall not be invoiced until the change is recorded in the TMS.

2.3  OTHER SERVICES NOT PART OF O&M OR MAC SUPPORT

2.3.1  MILCON ENGINEERING SUPPORT

The contractor shall be available to attend meetings, review design proposals, and generally provide consultationand advice on the design and execution of the telephony portion of Military Construction (MILCON) projects. Thecost for the contractor time will be covered by the TCO of the command who is sponsoring the MILCON project.Tenant commands will submit requests for the purposes of funding engineering time.

2.3.2  USER TRAINING

TCOs may have the contractor perform training for the operation of telephony services. The contractor shall ensurethe training does not include any information that would create a security risk to the ICO system. The contractorshall coordinate with the ICO, the COR, and the IAM regarding the content of training to be provided before anyfunds are committed or training scheduled. The basic contract shall be available to, and shall be funded by, thetenant commands to issue delivery orders against for the purposes of funding training.

3.0  REQUIREMENTS

3.1 GOVERNMENT FURNISHED RESOURCES

3.1.1  PARKING

The Government will provide the contractor sufficient parking spaces at the Base Communications Office building2693 to accommodate Contractor vehicles and employees in support of this contract.

3.1.2  FACILITIES AND EQUIPMENT

The Government will provide the following list of facilities and equipment to be used by the contractor under the

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 11 of 58 FINAL

Page 14: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

provisions of the FAR clause 52.245-2 (Government Property).

The Government will provide a staging area at the Base Communications Office building 2693 at which thecontractor shall stage vehicles and personnel to perform mission.

The Government will provide sewer, water and electricity in the Base Communications Office building 2693 at theassigned staging area.

The Government will provide fire extinguishers at the Base Communications Office areas for contractor use.

The Government will provide keys to the locks at the Base Communications Office areas for contractor use/controlto secure areas.   

The Government will provide up to four (4) Navy Marine Corps Intranet (NMCI) computers and four (4) associatedCommon Access Cards (CACs) for administrative use for the performance of this contract. One (1) associated printerthat will enable printing from the NMCI or NGEN computers shall also be provided.

The Government will provide a telephone and number (6 total) restricted to on-Center use. Telephone use by thecontractor will be for local use only and shall not incur any toll charges to the Government. Any long-distance calls,and associated toll costs for company administrative business or personal phone calls will be at the contractor’sexpense. This does not authorize the contractor to incur toll costs on a Government account, with the intention ofreimbursing those costs.

The Government will provide a work space area with a desk and chair for the Communications EngineeringTechnician, Administrative Assistant Supervisor, Switchboard Operator-Receptionist and TelecommunicationsMechanics (6 total).

The Government will provide a mustering area at the Base Communications Office building 2693 for use at thebeginning and end of the day, lunch and during inclement weather for all contractor personnel.

3.1.3  LEC SERVICES

The Government will supply the Local Exchange Dial Tone Service Contract and the trunking facilities required tooperate the voice switching system.

3.1.4  COMMERCIAL LONG DISTANCE TRUNK LINES

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 12 of 58 FINAL

Page 15: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

The Government will supply trunking lines to the Point of Presence of the Commercial Long Distance Providerunder the mandatory NETWORX contract for long distance toll service. Each tenant will be responsible to establisha long distance account and directly pay the provider for long distance charges. The contractor shall do the necessaryresearch to remain aware of which phone lines are associated with each of the tenant long distance toll accounts.

3.1.5  DEFENSE SWITCHED NETWORK (DSN) TRUNK LINES

The Government shall supply trunking lines to the Defense Switched Network (DSN) regional switching center.

3.1.6  DELETED

3.2  CONTRACTOR REQUIREMENTS

3.2.1  SECURITY MANAGER

The contractor shall provide a representative who will act as the Security Manager for the contractor employeessupporting this contract. The contractor Security Manager shall be responsible to process background investigationsfor the employees supporting this contract with adjudication to the Secret level as required, and provide thenecessary coordination with the Security Manager of NSA Crane.

The contractor Security Manager shall make the necessary arrangements for the contractor personnel to participate inthe RapidGate program. In the event the Contractor employees require access to secure spaces in support of thiscontract, the Contractor Security Manager will work with the Security Managers of the tenant commands to ensurethe required visit requests are approved before personnel are dispatched to the site.

The Contractor personnel who require administrator level, or other elevated privileges to the ICO systems insupport of this contract shall be vetted and approved under the "IT-1" category of SECNAV Instruction 5510.30,Chapter 5. Clerical personnel will require “IT-2” level approval for routine user access to NMCI computers.

 Personnel shall not be given privileges to operate the ICO systems, and shall not be granted unescorted access tothe ICO spaces until they are vetted and receive approval from the Government Security Manager.

3.2.1.1    SECURITY CLEARANCE LEVEL

Security levels include unclassified and Secret.

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 13 of 58 FINAL

Page 16: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

3.2.2  SAFETY

Strict adherence to these safety requirements is required to prevent detonation or combustion of ordinanceor hazardous substances, and other disasters that are likely to result in the loss of life, limb, and property.

3.2.2.1    FIRE SAFETY

Smoking on NSA Crane shall be in accordance with current policy. Smoking is allowed in designated areas only.Smoking is not allowed in vehicles at any time.

The contractor shall ensure employees know what to do in case of a fire. The contractor shall observe allrequirements for the handling and storage of combustible supplies, materials, waste and trash.  Contractor employeesoperating equipment shall be trained to properly respond during a fire alarm, or actual fire in accordance withappropriate instructions. This requirement is important to ensure the correct and rapid response of bystanders, untilEmergency First Responders arrive on a scene, to prevent any fire from spreading to areas where they may detonateor burn nearby ordinance or other dangerous materials resulting in the loss of life, limb, and property.

No burning or open flames shall be permitted without prior approval of NSA Crane Fire Department.  Thecontractor shall submit a memorandum to Code N30 and coordinate with the ICO to request a permit to burn

3.2.2.2    CELL PHONES & RADIO SAFETY

The use of radios, cell phones, and other wireless transmitting devices are prohibited unless approved through theICO, the NSA Crane Spectrum Management Officer, and higher Navy authorities where applicable under the Hazardsof Electromagnetic Radiation to Ordnance (HERO) program. Absolutely no radios shall be used prior to receipt ofapproval in writing from the designated authority.

No wireless transmitters shall be used or transported to within hazardous proximity of ordinance, fuel, personnel, orsimilar dangerous materials. Signage is normally posted to warn of the presence of such materials. Wirelesstransmitters may emit hazardous electromagnetic radiation that can negatively react to ordinance, fuel, or personnelwithout the operator pushing a transmit button or making a call. It is the contractor responsibility to ensure there isno hazard created by any transmitters in their control. Strict adherence to this requirement is required to preventdetonation of ordinance or substances or other disasters that are likely to result in the loss of life, limb, and property.

3.2.2.3    SAFETY AND ENVIRONMENTAL PLAN

The contractor shall comply with Federal, State, local and base regulations pertaining to the environment, including

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 14 of 58 FINAL

Page 17: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

but not limited to water, air, solid waste, and noise pollution. The contractor shall ensure all personnel have theknowledge and equipment required to request emergency services when fire or other hazardous conditions arediscovered that may threaten personnel safety or otherwise compromise areas where munitions or hazardous materialsare stored.

3.2.3  CONTRACTOR PERSONNEL

The contractor shall designate or provide an on-site manager and alternate for administration and technicalsupervision of Contractor employees. The contractor shall provide to the KO, the COR, and the ICO with thenames and contact information of the supervisor who has oversight authority for the contractor personnel.

The contractor shall furnish sufficient personnel and resources required to safely perform all work specified within thecontract and meet the time requirements as specified in this PWS.

No employee or representative of the contractor shall be admitted to NSA Crane unless he or she meets the currentrequirements of NSA Crane Security Department for access to the installation.

Navy Commercial Access Control System (NCACS – a.k.a. “RapidGate”) is available at contractor’s own expense.Visit http://www.eidpassport.com for more information about RapidGate.

All contractor and subcontractor employees supporting this contract shall be identified by a distinctive nameplate,emblem, patch, or employer’s identification in a prominent place and clearly visible. Employee identification shallnot be substituted for NSA Crane or Navy required passes or badges.

The contractor personnel, including subcontractors, shall become acquainted with and comply with the Governmentregulations listed in Appendix B for the performance of their duties. The contractor is ultimately responsible for allpersonnel supporting this contract.

The contractor shall be responsible for the orderliness and cleanliness of all areas where the contractor personnelperform work in support of this contract. Some examples may include office spaces, storage areas, parking lots,telecommunications switching areas, and customer sites. Any debris from work performed at customer locationsshall be cleaned up by the contractor.

3.2.4  TOOLS AND TEST EQUIPMENT

The Contractor shall provide all tools, testers, kits, safety equipment and other specialized equipment required toinstall, maintain, locate, and repair inside and outside cable plant per the scope of this PWS. Some examples ofthese tools may include Outside Plant Copper Splicing Kit (MS2 Tool Kit), Fiber Optic Splicing and TerminationEquipment, Optical Time Domain Reflectometer, Fusion Splicer, T-Berd Circuit Tester, unshielded twisted pair andor shielded twisted pair cable tester (CAT-5E or higher), and T-1 Test Equipment.

3.2.5  CONSUMABLES

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 15 of 58 FINAL

Page 18: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

The contractor shall purchase and provide all consumable materials required to perform the requirements of thisPWS. Some examples may include telephone test sets, cable, fiber, tape, patch cords, drill bits, fuel, etc. Thecontractor is not required to provide end user equipment such as telephones, fax machines, and other premiseequipment unless the equipment is specifically requested and approved by the TCO as part of the MAC processdefined in section 2.2 of this PWS.

3.2.6  SPARE PARTS INVENTORY

The contractor shall either maintain an inventory, or arrange for just in time delivery of critical replacement systemparts as required to perform the requirements of this contract. Parts will be sourced from the original equipmentmanufacturer (OEM) wherever possible, and will be sourced in compliance with the Trade Agreements Act (TAA)and other applicable laws pertaining to Government Information Systems. The contractor shall comply with section2.1.6 and 2.1.6 to ensure the parts that are sourced do not violate any warranties, JITC compliance, or InformationAssurance Accreditations. All parts become property of the Government upon installation or use as part of thesystem. The contractor shall ensure the information required in section 2.1.8 of this contract is recorded as parts arereplaced.

3.2.7  CABLE PLANT CONSTRUCTION

The contractor may be required to construct new cable plant when the existing cable plant is damaged such thatrepairs are not economical, or in the course of processing MAC requests. The contractor is responsible to coordinatewith the ICO and other Navy groups where aerial or buried paths such as conduit are required for constructing newoutside cable plant. New cable plant installed in support of the ICO shall be recorded in the TMS, in the ICO cableplant records, and shall be recorded with the NSA Crane Public Works Department as applicable. The contractorshall ensure any costs to record the cable plant with other entities are included in the price estimate to the requestingTCO.

3.2.8  VEHICLES

The contractor shall provide vehicles, trailers, and equipment of sufficient size and capability to perform therequirements of this PWS. Some examples of these may include vans or pickups to transport personnel, equipmentand supplies to work sites which may be on unimproved roads in inclement weather; Bucket Trucks for all aerialwork; Four-wheel drive vehicles with hitch; cable trailers for transport of outside plant cable; OSHA compliantequipment for confined spaces; Backhoe; Trencher (Ditch Witch, etc.); Power operated Portable High Lift; portablegenerator; Portable Field Lighting Systems; etc.

All contractor vehicles operated on base shall meet safety equipment requirements of the Department ofTransportation, Indiana State Law, and the regulations of NSA Crane. All vehicles and vehicle operators shall besubject to citation for violations and may be barred or removed from NSA Crane for excessive violations inaccordance with instructions and regulations.  Contractor vehicles operated on Government property shall bemaintained in a safe and serviceable condition.

All drivers or operators of contractor vehicles or equipment shall possess a valid driver’s license, or where applicablea similar operator license, as required by Federal, State, or NSA Crane requirements.

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 16 of 58 FINAL

Page 19: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

Contractor vehicles are not authorized to be refueled using any of the gas stations located on NSA Crane. Thecontractor must make arrangements to refuel commercial and privately owned vehicles off base.

Contractor shall not bring gasoline containers on base to use for refueling.

Each contractor owned vehicle shall display the contractor’s name or company logo so that it is clearly visible.

Each contractor vehicle shall display at all times a valid state license plate and if applicable a safety inspectionsticker.

The operator of each vehicle shall ensure all seat belts are properly worn by all occupants of a vehicle before andwhile it is in motion.

The contractor shall not be required to transport Government personnel using contractor vehicles.

3.2.9  PERMITS

The contractor shall, without additional expense to the government, obtain all appointments, licenses, and permitsrequired for the performance of work.  Evidence of such permits and licenses shall be provided to the COR beforework commences.

3.2.10     CERTIFICATIONS

The contractor shall provide documentation to the KO proving they are a current Avaya Authorized Partner / Dealerauthorized by Avaya to sell and support telephony equipment to federal agencies.

3.2.11     SUICONTRACTOR LIST

The contractor shall submit a list of subcontractors supporting the PWS during the solicitation process to the KO.

3.2.12     ENVIRONMENTAL PROTECTION

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 17 of 58 FINAL

Page 20: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

The contractor shall comply with all applicable environmental protection requirements. The contractor shall complywith federal, state and local laws and with the regulations and standards regarding environmental pollution. Allenvironmental protection matters shall be coordinated with the Contracting Officer.  Inspection of any of the facilitiesoperated by the contractor may be accomplished by the Activity Environmental Protection Coordinator, orauthorized officials on a no-notice basis during normal working hours. The contractor shall also clean up at thecontractor’s expense any spills such as oil, fuel or other hazardous materials that result from the contractor’soperations. The contractor shall comply with the instructions of the Navy Medical Department with respect toavoidance of conditions which create a nuisance or which may be hazardous to the health of military or civilianpersonnel.

Debris, rubbish and non-usable material resulting from work under this contract shall be disposed of in Governmentdumpsters. The contractor shall dispose of all hazardous waste IAW the Resource Conservation and Recovery Act(42 U.S.C. 6901) and its associated state and local regulations.

3.3  HOURS OF OPERATION

Normal hours of operation at NSA Crane are 0630 to 1600 Eastern Time, Monday through Friday excluding federalholidays. Visit www.opm.gov/fedhol/ for a list of federal holidays.

In emergency situations, the KO, COR, ACOR, or the Commanding Officer of NSA Crane may request Contractorassistance at NSA Crane outside of normal hours of operation. The Contractor will provide personnel within thetime specified in section 3.7.2 of this PWS. The contractor shall furnish contact numbers and recall procedures tothe ICO, COR and ACOR for emergency requirements.

The Base Commander or the United States Government may direct the evacuation of non-essential personnel, orlimit access to NSA Crane during normal working hours during events such as emergencies or inclement weather.The contractor shall be required to remain outside of NSA Crane as long as the ICO systems are working normally,or until called to return to the installation by the ICO or the COR. The contractor shall be required to work duringadverse weather or other conditions to restore critical telephony services for the preservation of life or property asdetermined by the COR, the ICO, or the NSA Crane Commanding Officer.

When conditions require non-essential personnel to remain outside of NSA Crane, notification shall be broadcastover local radio stations. The ICO will provide the contractor with media details upon contract start. The contractormay be recalled in an emergency during a time when only essential personnel are allowed access to the installation.This does not immediately designate the contractor employees as essential personnel.

3.4  GOVERNMENT REQUESTS FOR AUDIT

The Government reserves the right to audit all contractor operations, billing records, customer records, ICO records,and other data and processes that support this contract at any time. The contractor shall provide documentation uponrequest to the COR, ACOR or KO.

3.5  QUALITY ASSURANCE SURVEILLANCE PLANS (QASP)

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 18 of 58 FINAL

Page 21: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

The Government will establish a QASP to ensure transactions are conducted in accordance with the requirements ofthis contract. The contractor shall develop, implement, and periodically evaluate their own QASP to ensurecustomer satisfaction with services and materials provided within the scope of this contract.

The contractor on-site manager shall meet periodically with the COR to review the effectiveness of each QASP.

3.6  PERFORMANCE STANDARDS

The contractor shall supply the labor, tools, equipment, materials, and any other resources that are required toaccomplish the following:

3.6.1  INDUSTRY COMMON STANDARDS

All new installs and repair of fiber optic cable (Single-mode and Multi-mode) shall be IAW TIA/EIA-526-7;TIA/EIA-526-14; TIA/EIA-568-B.3 and TIA/EIA-758 unless otherwise required to maintain JITC and InformationAssurance (IA) compliance.

All new installs and repair of outside plant copper systems shall be IAW TIA/EIA-758 unless otherwise required tomaintain JITC and Information Assurance (IA) compliance.

All new installs and repair of inside plant telecommunications wiring systems shall be IAW TIA/EIA-568-B.1;TIA/EIA-568-B.2; TIA/EIA-569 and TIA/EIA-606 unless otherwise required to maintain JITC and InformationAssurance (IA) compliance.

All grounding and bonding for new and repaired copper systems (inside plant and outside plant) shall be IAWTIA/EIA-607 and TIA/EIA-758 unless otherwise required to maintain JITC and Information Assurance (IA)compliance.

3.6.2  INSTALLATION AND MODIFICATIONS (MACs)

The contractor shall receive initial customer requests for MAC assistance at the ICO office during normal businesshours. The contractor shall review each request and determine request is in scope and adequate funding available.

The contractor shall work with the designated command representative to process the change request per section 2.2of this contract.

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 19 of 58 FINAL

Page 22: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

The contractor shall plan and complete each MAC in such a way as to ensure the JITC and Information Assuranceaccreditation are preserved. A MAC may not cause the system to fall out of compliance or otherwise lose siteaccreditation or cause the revocation of the system Authority to Connect (ATC) and Authority to Operate (ATO),etc.

The contractor shall be required to install and test the equipment in accordance with applicable TelecommunicationsIndustry Association/Electrical Industry Association (TIA/EIA) standards, and manufacturer’s or Governmentspecifications between the points of demarcation. The point of demarcation with the end user will be considered thecustomer wall jack at the desk, or a similar point of termination unless otherwise approved by the customer and theICO or COR/ACOR. The point of demarcation with the Local Exchange Carrier (LEC) will be defined in theseparate contract between the LEC and the Government. The contractor will not be required to provide or connectcustomer furnished equipment such as telephones and fax machines unless the customer orders or requests assistanceto connect such equipment as part of the MAC request, or unless connecting the equipment is required to ensure theprovisioned service is functioning properly.

The Government will dispose of all removed cables and equipment. Materials such as but not limited to cables,hangars, terminators, consumables, etc. supplied by the contractor to complete the requirements of this PWS will beconsidered Government property once installed. The contractor is required to update the ICO records to reflect allchanges made to the system.

3.6.3  QUALITY AND WORKMANSHIP

The TCO and the ICO shall inspect the work and workmanship of the contractor in accordance with the QASPduring the performance of this contract. The ICO shall report any deficiencies in workmanship to the COR or theKO, who will then work with the contractor to make corrections.

3.6.4  SYSTEM MAINTENANCE

The contractor shall maintain all aspects of the ICO telephony systems and infrastructure as prescribed by themanufacturer and Government requirements in accordance with part 2.1 of this contract.

The contractor shall execute routine system maintenance and repairs to ensure the systems remain compliant withtheir JITC Certification, Local Site Accreditation, Authority to Connect (ATC), Authority to Operate (ATO), andthe availability standards outlined in section 2.1.5 of this contract. The contractor shall work with the ICO andother Government representatives to ensure the contractor personnel are aware of all of the requirements to correctlymaintain the system per the Government requirements, and ensure changes will not violate the integrity or securityof the system before any change or repair is made.

3.6.5  TROUBLE DESK

The contractor shall maintain a trouble desk during normal working hours as defined in section 3.3 of this contract,at the ICO office, to receive and record reports of trouble and MAC requests from customers via telephone, email,

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 20 of 58 FINAL

Page 23: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

and in person. The contractor shall respond to repairs and MACs in accordance with section 3.7 of this contract.

3.6.6  RECORDS MANAGEMENT

The contractor shall update all cable maps, plant records, fiber and copper documentation, TMS system, and otherICO records as changes are made to the ICO systems and infrastructure. The contractor shall ensure these records areavailable for review and inspection without notice during normal business hours at the designated ICO spaces.

The contractor shall maintain all required Materiel Safety Data Sheets (MSDS) in accordance with OSHA, Navy,industry, and other Government requirements.

3.6.7  MANUFACTURER REPAIR OF GOVERNMENT EQUIPMENT

The contractor shall facilitate the warranty repair or replacement, upgrades or exchanges of equipment with theGovernment and outside providers as required by the separate support contracts. The contractor shall ensure the ICOis aware of actions taken in support of this requirement.

The contractor shall prepare all repairable items for shipment to an authorized repair facility or to the manufacturer asrequired to ensure compliance with system warranties and support contracts. The contractor may be required totransport crated equipment to a designated Government shipping depot, or otherwise facilitate the pickup of cratedequipment from the Government space as required to successfully deliver the equipment to the repair or exchangefacility. The Government will pay for the costs of freight independent from this contract where applicable.

The contractor shall keep a current and accurate log of make, model, serial number, quantity, and shipment trackingnumber or other identifying transaction number, and date of shipment or receipt of all equipment shipped or receivedin the course of repairing or exchanging defective parts.

The contractor shall test all new or repaired equipment that is received at the ICO within 3 business days of receipt.For each item received the contractor shall record the date the part was received, the part and serial number of theequipment, and the result of the test.

3.7  RESPONSE TIMES

The contractor shall ensure the major components of the system are available as prescribed in section 2.1.5 of thiscontract. The scope of this section is to prescribe response times to outages impacting individual circuits, or outagesimpacting the delivery of service between the gateways, or otherwise the minor parts of the system and the customerpremise equipment.

The contractor shall contact the ICO to report any unsafe or extraordinary conditions that would prevent thecontractor from reaching the ICO infrastructure and complete the requirements of this section. The ICO and the

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 21 of 58 FINAL

Page 24: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

contractor shall work together to seek assistance from other entities to correct the unsafe condition or other barrier toaccess. The response times of this section will be reset to the moment safe access to the ICO infrastructure isassured.

3.7.1  IDENTIFY CRITICAL INFRASTRUCTURE

At the start of the contract, the Contractor, the ICO, and the TCOs shall audit all of the provisioned circuits toidentify which of the circuits are critical to the preservation of life and which circuits are considered mission critical.The contractor and the ICO shall also review the infrastructure to determine which spans of cables, and whichsystem notes are critical to maintaining the required system availability as specified in section 2.1.5 of this contract.

The contractor shall develop a list of critical circuits, system nodes, and infrastructure. This list shall prioritize theservices and infrastructure that are required to preserve life as the most important, then the mission critical circuits asthe second most important, with routine services and infrastructure next, and finally any circuit that may bedetermined to be low priority. For each life safety and mission critical item identified, the contractor shall work withthe TCO and the ICO to determine how a failure will be identified after hours, and who is authorized to call thecontractor to request an emergency response. The contractor shall record the contact information for those who needto be kept informed of progress during an emergency response to a reported outage of that item.

The contractor shall conduct a thorough analysis of the circuits to identify the requirements to troubleshooting andrepairing these circuits with little notice during an emergency. The contractor shall provide the ICO and the CORwith a detailed report identifying any concerns noted. Examples may include a required third party to unlock theexterior of a building after normal hours; special escort requirements due to safety or security; recurringenvironmental concerns such as unstable power or grounding issues, flooding, pests, etc.; limited access duringinclement weather or possibly during limited snow removal operations; faulty locks or intrusion systems. The ICOshall correct, or mitigate, the barriers that would prevent an emergency response by the contractor.

The contractor shall work with the TCOs to identify any new critical circuits as they are provisioned and update thelist accordingly.

3.7.2  EMERGENCY REPONSE

The Contractor shall dispatch a team who will arrive at the installation within 2 hours of being contacted regardingan outage to a circuit that is identified as life safety or mission critical. The contractor shall immediately bring thenecessary resources and materials to bear to identify and correct the source of the outage. The Contractor shallrestore mission critical services within 24 hours of being notified. The contractor shall ensure the ICO and otherparties are kept informed of the restoration progress as pre-arranged in section 3.7.1.

3.7.2  ROUTINE RESPONSE

The contractor shall respond to minor outages within 2 business hours of the outage being identified, and shall asprescribed in section 2.1 of this contract bring the necessary resources and materials to bear to identify and correctthe cause of the outage. Repairs to minor outages shall be completed within two business days unless otherwise

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 22 of 58 FINAL

Page 25: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

approved by the ICO and the COR after consultation with controlling TCO.

If a minor outage is reported outside normal business hours, the contractor shall consider the report as having arrivedat the start of the next business day and shall respond within 2 hour.

3.7.3  MAC RESPONSE TIMES

The contractor shall provide a quote for change requests that are not identified as urgent within one business day ofreceipt. The contractor shall complete routine requests within the time coordinated between the contractor and thedesignated TCO when the request is submitted. If the TCO does not specify a required due date, the contractor shallcomplete the change request within 5 business days of the initial receipt of the request.

The contractor shall provide a quote for urgent change requests within 4 hours of receipt of the request, and completethe change within one business day unless otherwise arranged with the TCO who submitted the request. Urgentchange requests that require the contractor to work outside of normal business hours may be billed at a higher ratethan routine requests. The contractor shall ensure the TCO is aware of any change in costs to the number of hours,or the labor rate associated with executing the request after business hours. The TCO shall have the opportunity todelay the change until normal business hours to execute at a normal cost if the TCO decides the cost is not justified.

The contractor is not required to begin work on any request where the source or amount of funding to cover the costof the execution is in question.

3.8  REPORTING

Unless otherwise noted below, the contractor shall provide to the ICO and to the COR a series of reports on the firstbusiness day of each month. These reports will be delivered electronically in a software format that can be viewed ona standard NMCI or NGEN computer.

3.8.1  MONTHLY SYSTEM STATUS REPORT

The contractor shall provide a report detailing the status of the ICO systems, to include any pending failures, orrequired upgrades. This will include any risks such as but not limited to an inability to source spare parts, andsafety concerns along with recommendations to correct any concerns.

3.8.2  DIRECTORY NUMBER REPORTS

The contractor shall provide the ICO with a report detailing the Directory Numbers (DN) that are reserved for eachcommand based on assignment of the DN to the customers’ long distance toll charge account. The report will

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 23 of 58 FINAL

Page 26: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

identify if the reserved DNs are in operation or if they are vacant. The report will also include a list of DNs that arevacant and currently unassigned / reserved.

3.8.3  MONTHLY WORK COMPLETE SUMMARY

On the fifth business day of each month, the contractor shall provide the ICO and the COR with a report detailingthe maintenance and MAC work that was completed during the previous month. The maintenance portion of thereport shall show the tasks performed supporting the non-repair portion of the O&M requirements of section 2.1 ofthis contract, and the estimated number of labor hours associated with each task.

The summary of MAC work shall include the performance metrics that are captured for each MAC under section2.2.3 of this contract.

The work that is executed under the separate delivery orders of this contract shall be separated to a separate reportand provided to the COR and the ICO at this time.

3.8.4  TROUBLE TICKET REPORT

On the fifth business day of each month, the contractor shall provide the ICO and the COR with a report detailingthe trouble tickets that were worked in the previous month. This report shall include all of the metrics prescribed insection 2.1.8 of this contract.

3.8.5  DELETED

3.8.6  WARRANTY EXCHANGES

On the fifth business day of each month, the contractor shall provide the ICO and the COR with a list of theequipment that was exchanged under warranty or separate Government Long Term Care contracts as required insection 3.6.7 of this contract.

3.8.8  AT HOC REPORTS

The Contractor shall provide to the ICO or the COR various reports as requested. Examples may include reports ofTMS transactions, or call history reports.

The ICO or the COR may also request periodic reports detailing the use of Outside Cable Plant (OSP) by the ICOas defined in section 2.1.2 of this contract. The contractor shall keep these records current, in a format that can beopened and understood by an NMCI / NGEN user with a standard software configuration.

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 24 of 58 FINAL

Page 27: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

4.0  ACCESS TO FEDERAL FACILITIES

Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implementFederal security standards for Federal employees and contractors.  The Deputy Secretary of Defense Directive-TypeMemorandum (DTM) 08-006 – “DoD Implementation of Homeland Security Presidential Directive – 12(HSPD-12)” dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives.

APPLICABILITY

This clause applies to contractor employees requiring physical access to any area of a federally controlled base,facility or activity and/or requiring access to a DoN or DoD computer/network/system to perform certain unclassifiedsensitive duties.  This clause also applies to contractor employees who access Privacy Act and Protected HealthInformation, provide support associated with fiduciary duties, or perform duties that have been identified by DON asNational Security Position, as advised by the command security manager. It is the responsibility of the responsiblesecurity officer of the command/facility where the work is performed to ensure compliance. 

Each contractor employee providing services at a Navy Command under this contract is required to obtain aDepartment of Defense Common Access Card (DoD CAC).  Additionally, depending on the level ofcomputer/network access, the contract employee will require a successful investigation as detailed below.

ACCESS TO FEDERAL FACILITIES

Per HSPD-12 and implementing guidance, all contractor employees working at a federally controlled base, facility oractivity under this clause will require a DoD CAC.  When access to a base, facility or activity is required contractoremployees shall in-process with the Navy Command’s Security Manager upon arrival to the Navy Command andshall out-process prior to their departure at the completion of the individual’s performance under the contract.

ACCESS TO DOD IT SYSTEMS

In accordance with SECNAV M-5510.30, contractor employees who require access to DoN or DoD networks arecategorized as IT-I, IT-II, or IT-III.  The IT-II level, defined in detail in SECNAV M-5510.30, includes positionswhich require access to information protected under the Privacy Act, to include Protected Health Information (PHI). All contractor employees under this contract who require access to Privacy Act protected information are thereforecategorized no lower than IT-II.  IT Levels are determined by the requiring activity’s Command InformationAssurance Manager. Contractor employees requiring privileged or IT-I level access, (when specified by the terms ofthe contract) require a Single Scope Background Investigation (SSBI) which is a higher level investigation than theNational Agency Check with Law and Credit (NACLC) described below. Due to the privileged system access, aSSBI suitable for High Risk public trusts positions is required. Individuals who have access to system control,monitoring, or administration functions (e.g. system administrator, database administrator) require training andcertification to Information Assurance Technical Level 1, and must be trained and certified on the Operating Systemor Computing Environment they are required to maintain. 

Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation.  When access

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 25 of 58 FINAL

Page 28: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

to IT systems is required for performance of the contractor employee’s duties, such employees shall in-process withthe Navy Command’s Security Manager and Information Assurance Manager upon arrival to the Navy command andshall out-process prior to their departure at the completion of the individual’s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for allindividuals accessing Navy Information Technology resources.  The decision to authorize access to a government ITsystem/network is inherently governmental.  The contractor supervisor is not authorized to sign the SAAR-N;therefore, the government employee with knowledge of the system/network access required or the COR shall signthe SAAR-N as the “supervisor”.

The SAAR-N shall be forwarded to the Navy Command’s Security Manager at least 30 days prior to theindividual’s start date.  Failure to provide the required documentation at least 30 days prior to the individual’s startdate may result in delaying the individual’s start date.  

When required to maintain access to required IT systems or networks, the contractor shall ensure that all employeesrequiring access complete annual Information Assurance (IA) training, and maintain a current requisite backgroundinvestigation.  The Contractor’s Security Representative shall contact the Command Security Manager for guidancewhen reinvestigations are required. 

INTERIM ACCESS

The Navy Command's Security Manager may authorize issuance of a DoD CAC and interim access to a DoN orDoD unclassified computer/network upon a favorable review of the investigative questionnaire and advance favorablefingerprint results.  When the results of the investigation are received and a favorable determination is not made, thecontractor employee working on the contract under interim access will be denied access to the computer network andthis denial will not relieve the contractor of his/her responsibility to perform.  

DENIAL OR TERMINATION OF ACCESS

The potential consequences of any requirement under this clause including denial or termination of physical orsystem access in no way relieves the contractor from the requirement to execute performance under the contractwithin the timeframes specified in the contract.  Contractors shall plan ahead in processing their employees andsubcontractor employees. The contractor shall insert this clause in all subcontracts when the subcontractor ispermitted to have unclassified access to a federally controlled facility, federally-controlled informationsystem/network and/or to government information, meaning information not authorized for public release.

CONTRACTOR’S SECURITY REPRESENTATIVE

The contractor shall designate an employee to serve as the Contractor’s Security Representative.  Within three workdays after contract award, the contractor shall provide to the requiring activity’s Security Manager and theContracting Officer, in writing, the name, title, address and phone number for the Contractor’s SecurityRepresentative.  The Contractor’s Security Representative shall be the primary point of contact on any securitymatter.  The Contractor’s Security Representative shall not be replaced or removed without prior notice to theContracting Officer and Command Security Manager.

BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FORCONTRACTORS ASSIGNED TO NATIONAL SECURITY POSITIONS OR PERFORMING

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 26 of 58 FINAL

Page 29: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

SENSITIVE DUTIES

Navy security policy requires that all positions be given a sensitivity value based on level of risk factors to ensureappropriate protective measures are applied.  Navy recognizes contractor employees under this contract asNon-Critical Sensitive [ADP/IT-II] when the contract scope of work require physical access to a federally controlledbase, facility or activity and/or requiring access to a DoD computer/network, to perform unclassified sensitiveduties.  This designation is also applied to contractor employees who access Privacy Act and Protected HealthInformation (PHI), provide support associated with fiduciary duties, or perform duties that have been identified byDON as National Security Positions.  At a minimum, each contractor employee must be a US citizen and have afavorably completed NACLC to obtain a favorable determination for assignment to a non-critical sensitive or IT-IIposition.  The NACLC consists of a standard NAC and a FBI fingerprint check plus law enforcement checks andcredit check.  Each contractor employee filling a non-critical sensitive or IT-II position is required to complete:

· SF-86 Questionnaire for National Security Positions (or equivalent OPM investigative product)

· Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission)

· Original Signed Release Statements

Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result indelaying the individual’s start date.   Background investigations shall be reinitiated as required to ensureinvestigations remain current (not older than 10 years) throughout the contract performance period.  TheContractor’s Security Representative shall contact the Command Security Manager for guidance whenreinvestigations are required.

Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the NavyCommand’s Security Manager upon arrival to the Navy command and shall out-process prior to their departure atthe completion of the individual’s performance under the contract.  Employees requiring IT access shall alsocheck-in and check-out with the Navy Command’s Information Assurance Manager.  Completion and approval of aSystem Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing NavyInformation Technology resources.  The SAAR-N shall be forwarded

to the Navy Command’s Security Manager at least 30 days prior to the individual’s start date.  Failure to providethe required documentation at least 30 days prior to the individual’s start date shall result in delaying theindividual’s start date.

The contractor shall ensure that each contract employee requiring access to IT systems or networks complete annualInformation Assurance (IA) training, and maintain a current requisite background investigation.  Contractoremployees shall accurately complete the required investigative forms prior to submission to the Navy CommandSecurity Manager.  The Navy Command’s Security Manager will review the submitted documentation forcompleteness prior to submitting it to the Office of Personnel Management (OPM).  Suitability/security issuesidentified by the Navy may render the contractor employee ineligible for the assignment.  An unfavorabledetermination made by the Navy is final (subject to SF-86 appeal procedures) and such a determination does notrelieve the contractor from meeting any contractual obligation under the contract.  The Navy Command’s SecurityManager will forward the required forms to OPM for processing.  Once the investigation is complete, the results willbe forwarded by OPM to the DON Central Adjudication Facility (CAF) for a determination.

If the contractor employee already possesses a current favorably adjudicated investigation, the contractor shall submit

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 27 of 58 FINAL

Page 30: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

a Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copy VARdirectly from the contractor’s Security Representative.  Although the contractor will take JPAS “Owning” role overthe contractor employee, the Navy Command will take JPAS "Servicing" role over the contractor employee duringthe hiring process and for the duration of assignment under that contract.  The contractor shall include the ITPosition Category per SECNAV M-5510.30 for each employee designated on a VAR.  The VAR requires annualrenewal for the duration of the employee’s performance under the contract.

BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FORCONTRACTORS ASSIGNED TO OR PERFORMING NON-SENSITIVE DUTIES

Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawnmaintenance, vendor services, etc ...) and who require physical access to publicly accessible areas to perform thoseduties shall meet the following minimum requirements:

Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in theUnited States (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoDinstruction) andMust have a favorably completed National Agency Check with Written Inquiries (NACI) including a FBIfingerprint check prior to installation access. 

To be considered for a favorable trustworthiness determination, the Contractor’s Security Representative mustsubmit for all employees each of the following:

SF-85 Questionnaire for Non-Sensitive PositionsTwo FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission)Original Signed Release Statements

The contractor shall ensure each individual employee has a current favorably completed National Agency Check withWritten Inquiries (NACI) or ensure successful FBI fingerprint results have been gained and investigation has beenprocessed with OPM

Failure to provide the required documentation at least 30 days prior to the individual’s start date may result indelaying the individual’s start date. 

* Consult with your Command Security Manager and Information Assurance Manager for local policy when IT-III(non-sensitive) access is required for non-US citizens outside the United States.

(End of text)

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 28 of 58 FINAL

Page 31: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

SECTION D PACKAGING AND MARKING

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

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 29 of 58 FINAL

Page 32: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

SECTION E INSPECTION AND ACCEPTANCE

See Performance Work Statement.

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 30 of 58 FINAL

Page 33: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

SECTION F DELIVERABLES OR PERFORMANCE

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

8001AA 4/1/2016 - 9/30/2016

8001AB 4/1/2016 - 9/30/2016

8001AC 4/1/2016 - 9/30/2016

8001AD 4/1/2016 - 9/30/2016

8001AE 4/1/2016 - 9/30/2016

8001AF 4/1/2016 - 9/30/2016

8001AG 4/1/2016 - 9/30/2016

8001AH 4/1/2016 - 9/30/2016

8001AJ 4/1/2016 - 9/30/2016

8001AK 4/1/2016 - 9/30/2016

8001AL 4/1/2016 - 9/30/2016

8001AM 4/1/2016 - 9/30/2016

8001AN 4/1/2016 - 9/30/2016

8001AP 4/1/2016 - 9/30/2016

8002AA 4/1/2016 - 9/30/2016

8002AB 4/1/2016 - 9/30/2016

8002AC 4/1/2016 - 9/30/2016

8002AD 4/1/2016 - 9/30/2016

8002AE 4/1/2016 - 9/30/2016

8002AF 4/1/2016 - 9/30/2016

8002AG 4/1/2016 - 9/30/2016

8002AH 4/1/2016 - 9/30/2016

8002AJ 4/1/2016 - 9/30/2016

8002AK 4/1/2016 - 9/30/2016

8002AL 4/1/2016 - 9/30/2016

8002AM 4/1/2016 - 9/30/2016

8002AN 4/1/2016 - 9/30/2016

8002AP 4/1/2016 - 9/30/2016

8003AA 10/1/2016 - 3/31/2017

8003AB 10/1/2016 - 3/31/2017

8003AC 10/1/2016 - 3/31/2017

8003AD 10/1/2016 - 3/31/2017

8003AE 10/1/2016 - 3/31/2017

8003AF 10/1/2016 - 3/31/2017

8003AG 10/1/2016 - 3/31/2017

8003AH 10/1/2016 - 3/31/2017

8003AJ 10/1/2016 - 3/31/2017

8003AK 10/1/2016 - 3/31/2017

8003AL 10/1/2016 - 3/31/2017

8003AM 10/1/2016 - 3/31/2017

8003AN 10/1/2016 - 3/31/2017

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 31 of 58 FINAL

Page 34: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

8003AP 10/1/2016 - 3/31/2017

8004AA 10/1/2016 - 3/31/2017

8004AB 10/1/2016 - 3/31/2017

8004AC 10/1/2016 - 3/31/2017

8004AD 10/1/2016 - 3/31/2017

8004AE 10/1/2016 - 3/31/2017

8004AF 10/1/2016 - 3/31/2017

8004AG 10/1/2016 - 3/31/2017

8004AH 4/1/2016 - 3/31/2017

8004AJ 10/1/2016 - 3/31/2017

8004AK 10/1/2016 - 3/31/2017

8004AL 10/1/2016 - 3/31/2017

8004AM 10/1/2016 - 3/31/2017

8004AN 10/1/2016 - 3/31/2017

8004AP 10/1/2016 - 3/31/2017

CLIN - DELIVERIES OR PERFORMANCE

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

8001AA 4/1/2016 - 9/30/2016

8001AB 4/1/2016 - 9/30/2016

8001AC 4/1/2016 - 9/30/2016

8001AD 4/1/2016 - 9/30/2016

8001AE 4/1/2016 - 9/30/2016

8001AF 4/1/2016 - 9/30/2016

8001AG 4/1/2016 - 9/30/2016

8001AH 4/1/2016 - 9/30/2016

8001AJ 4/1/2016 - 9/30/2016

8001AK 4/1/2016 - 9/30/2016

8001AL 4/1/2016 - 9/30/2016

8001AM 4/1/2016 - 9/30/2016

8001AN 4/1/2016 - 9/30/2016

8001AP 4/1/2016 - 9/30/2016

8002AA 4/1/2016 - 9/30/2016

8002AB 4/1/2016 - 9/30/2016

8002AC 4/1/2016 - 9/30/2016

8002AD 4/1/2016 - 9/30/2016

8002AE 4/1/2016 - 9/30/2016

8002AF 4/1/2016 - 9/30/2016

8002AG 4/1/2016 - 9/30/2016

8002AH 4/1/2016 - 9/30/2016

8002AJ 4/1/2016 - 9/30/2016

8002AK 4/1/2016 - 9/30/2016

8002AL 4/1/2016 - 9/30/2016

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 32 of 58 FINAL

Page 35: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

8002AM 4/1/2016 - 9/30/2016

8002AN 4/1/2016 - 9/30/2016

8002AP 4/1/2016 - 9/30/2016

8003AA 10/1/2016 - 3/31/2017

8003AB 10/1/2016 - 3/31/2017

8003AC 10/1/2016 - 3/31/2017

8003AD 10/1/2016 - 3/31/2017

8003AE 10/1/2016 - 3/31/2017

8003AF 10/1/2016 - 3/31/2017

8003AG 10/1/2016 - 3/31/2017

8003AH 10/1/2016 - 3/31/2017

8003AJ 10/1/2016 - 3/31/2017

8003AK 10/1/2016 - 3/31/2017

8003AL 10/1/2016 - 3/31/2017

8003AM 10/1/2016 - 3/31/2017

8003AN 10/1/2016 - 3/31/2017

8003AP 10/1/2016 - 3/31/2017

8004AA 10/1/2016 - 3/31/2017

8004AB 10/1/2016 - 3/31/2017

8004AC 10/1/2016 - 3/31/2017

8004AD 10/1/2016 - 3/31/2017

8004AE 10/1/2016 - 3/31/2017

8004AF 10/1/2016 - 3/31/2017

8004AG 10/1/2016 - 3/31/2017

8004AH 4/1/2016 - 3/31/2017

8004AJ 10/1/2016 - 3/31/2017

8004AK 10/1/2016 - 3/31/2017

8004AL 10/1/2016 - 3/31/2017

8004AM 10/1/2016 - 3/31/2017

8004AN 10/1/2016 - 3/31/2017

8004AP 10/1/2016 - 3/31/2017

Services to be performed hereunder will be provided at (insert specific address and building etc.)

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 33 of 58 FINAL

Page 36: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

SECTION G CONTRACT ADMINISTRATION DATA

Contracting Officer RepresentativeLisa S Cox, N61510 Gilbert Street, Bldg. N26Norfolk, VA [email protected]

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

(a) Definitions. As used in this clause—

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

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

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

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

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

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

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

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based TrainingCourse and use the Practice Training Site before submitting payment requests through WAWF. Both can beaccessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/.

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

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

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

____COMBO________

(Contracting Officer: Insert applicable document type(s). Note: If a “Combo” document type is identified but notsupportable by the Contractor’s business systems, an “Invoice” (stand-alone) and “Receiving Report” (stand-alone)document type may be used instead.)

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

_____Government location________

(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.

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 34 of 58 FINAL

Page 37: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

Routing Data Table 

Field Name in WAWF Data to be entered in WAWFPay Official DoDAAC  HQ0337Issue By DoDAAC  N00189Admin DoDAAC  S3605AInspect By DoDAACShip To CodeShip From CodeMark For CodeService Approver (DoDAAC)Service Acceptor (DoDAAC)  N61018Accept at Other DoDAACLPO DoDAAC  N61018DCAA Auditor DoDAACOther DoDAAC(s)

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

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

__ACCEPTOR:  PAUL EGGERS, 812-854-3006, [email protected] __

__TECHNICAL: LISA COX, 757-443-5068, [email protected]  __

__COR:  SAMUEL NESMITH, 757-322-2655, [email protected] __ 

(g) WAWF point of contact.

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

_____866-206-7628____

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

(End of clause)

CONTRACT ADMINISTRATION APPOINTMENTS AND DUTIES 

In order to expedite administration of this contract/order, the following delineation of duties is provided includingthe names, addresses and phone numbers for each individual or office as specified.  The individual/positiondesignated as having responsibility should be contacted for any questions, clarifications or information regarding thefunctions assigned.

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

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 35 of 58 FINAL

Page 38: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

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

b. Freedom of Information inquiries;

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

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

Name:      Catherine Purvis

Address:  [email protected]

  Phone:     757-443-1352

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

Name:  see WAWF table

Address: 

Phone: 

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

a. Liaison with personnel at the Government installation and the contractor personnel on site;

b. Technical advice/recommendations/clarification on the statement of work;

c. The statement of work for delivery/task orders placed under this contract.

d. An independent government estimate of the effort described in the definitized statement of work;

e. Quality assurance of services performed and acceptance of the services or deliverables;

f. Government furnished property;

g. Security requirements on Government installation;

h. Providing the PCO or his designated Ordering Officer with appropriate funds for issuance of the Delivery/Taskorder; and/or

i. Certification of invoice for payment.

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

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 36 of 58 FINAL

Page 39: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

COR Name:   Samuel Nesmith

Address:  [email protected]

Phone:     757-322-2655

In the event that the COR named above is absent due to leave, illness, or official business, all responsibilities andfunctions assigned to the COR will be the responsibility of the alternate COR listed below:

ACOR Name:  n/a

Address:      

Phone: 

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

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

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

c. Freedom of Information inquiries.

d. Changes in contract terms and/or conditions.

e. Post award conference.

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

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

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

a. TechnicalInterface 

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

      (2) The COR is prohibited from issuing any instruction which would constitute a contractualchange.  The COR shall not instruct the contractor how to perform. If there is any doubt whether technical

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 37 of 58 FINAL

Page 40: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

instructions contemplated fall within the scope of work, contact the PCO for guidance before transmitting theinstructions to the contractor.

b. Contract Surveillance

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

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

      (3) The COR will take timely action to alert the PCO to any potential performance problems.  Ifperformance schedule slippage is detected, the COR should determine the factors causing the delay and report themto the PCO, along with the contractor's proposed actions to eliminate or overcome these factors and recover theslippage.  Once a recovery plan has been put in place, the COR is responsible for monitoring the recovery andkeeping the PCO advised of progress.

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

c. Invoice Review and Approval/Inspection and Acceptance

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

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

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

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

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

e. Administrative Duties

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

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 38 of 58 FINAL

Page 41: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

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

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

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

 Enclosure (1)

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

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

i. Written Report/Contract Completion Statement.

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

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

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

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

a. Identify contractor deficiencies to the COR.

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

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

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

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

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

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

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

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 39 of 58 FINAL

Page 42: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

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

End of text)

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------8001AA 1300545713  LLA : AH 97X4930 NH1J 252 77777 0 050120 2F 000000 A00003242843  Standard Number: N0016416RP01177  8001AB MIPR69DAV71314  LLA : AJ 97X4930 AA3A 65 0000 ZGA078.A10000 0 01AA 25BR 77608 M332IBO S12126  Standard Number: MIPR69DAV71314  8001AE N6101816RC002FN  LLA : AL 1761804 52FA 233 00052 0 068732 2D C002FN 610186IT405N  Standard Number: N6101816RC002FN  8001AF 1300546246  LLA : AM 97X4930 NH1J 252 77777 0 050120 2F 000000 A00003247578  Standard Number: N0016416PR01205  8001AG 1300545903  LLA : AN 97X4930 NH1J 252 77777 0 050120 2F 000000 A00003244216  Standard Number: N0016416PR1185  8001AH N3341016RCTE107  LLA : AP 9760130 1882 233 68908 0 068688 2D CTE107 3341066A803N  Standard Number: N3341016RCTE107  8002AA 1300545713  LLA : AH 97X4930 NH1J 252 77777 0 050120 2F 000000 A00003242843  Standard Number: N0016416PR01177  8002AB MPIR69DAV71314  LLA : AJ 97X4930 AA3A 65 0000 ZGA078.A10000 0 01AA 25BR 77608 M332IBO S12126  Standard Number: MPIR69DAV71314  8002AE N6101816RC002FN  LLA : AL 1761804 52FA 233 00052 0 068732 2D C002FN 610186IT405N  Standard Number: N6101816RC002FN 

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 40 of 58 FINAL

Page 43: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

 8002AF 1300546246  LLA : AM 97X4930 NH1J 252 77777 0 050120 2F 000000 A00003247578  Standard Number: N0016416PR01205  8002AG 1300545903  LLA : AN 97X4930 NH1J 252 77777 0 050120 2F 000000 A00003244216  Standard Number: N0016416PR01185  8002AH N3341016RCTW107  LLA : AP 9760130 1882 233 68908 0 068688 2D CTE107 3341066A803N  Standard Number: N3341016RCTW107   BASE Funding   Cumulative Funding   MOD 01  8001AC N4008516RXJ0080  LLA : AU 97X4930 NE1A 000 77777 0 040085 2F 000000 08516RXJ0080   8001AD N6247016RCA0029  LLA : AK 1761804 KU2N 233 62470 8 068732 2D AST00N AA00XAIT1016  Standard Number: N6247016RCA0029  8001AJ 2816FT6MSA001  LLA : AQ 070160610 2/M/601/199/36/0/SA/70505/3121  Standard Number: 2816FT6MSA001  8001AK MPLR0NGC68200  LLA : AR 97X4930 4J00 0046093921100000002321NGC000MPLR0NGC682000LRN600 033181  Standard Number: MPLR0NGC68200  8001AL SC44001600588  LLA : AS 97X4930 5CBX 8070034 001 2335 80001R0001 S33189  Standard Number: SC44001600588  8001AM SA70071600461  LLA : AT 97X4930 5GGX 8500G01 001 2335 85G0000G05 S33189  Standard Number: SA70071600461  8001AN 1300545713  LLA : AH 97X4930 NH1J 252 77777 0 050120 2F 000000 A00003242843  Standard Number: N0016416PR01177  8002AC N4008516RXJJ0080  LLA : AU 97X4930 NE1A 000 77777 0 040085 2F 000000 08516RXJ0080   8002AD N6247016RCA0029  LLA : AK 1761804 KU2N 233 62470 8 068732 2D AST00N AA00XAIT1016  Standard Number: N6247016RCA0029  8002AJ 2816FT6MSA001  LLA : AQ 070160610 2/M/601/199/36/0/SA/70505/3121  Standard Number: 2816FT6MSA001  8002AL SC44001600588  LLA : 

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 41 of 58 FINAL

Page 44: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

AS 97X4930 5CBX 8070034 001 2335 80001R0001 S33189  Standard Number: SC44001600588  8002AN 1300545713  LLA : AH 97X4930 NH1J 252 77777 0 050120 2F 000000 A00003242843  Standard Number: N0016416PR01177 SSP   MOD 01 Funding Cumulative Funding   MOD 02  8002AA 1300545713  LLA : AH 97X4930 NH1J 252 77777 0 050120 2F 000000 A00003242843  Standard Number: N0016416PR01177   MOD 02 Funding Cumulative Funding   MOD 03  8003AE N6101817RC003FN  LLA : AV 1771804 52FA 2333 00520 056521 2D ITDNFZ 01817RC003FN  Standard Number: N6101817RC003FN  8004AE N6101817RC003FN  LLA : AV 1771804 52FA 2333 00520 056521 2D ITDNFZ 01817RC003FN  Standard Number: N6101817RC003FN   MOD 03 Funding Cumulative Funding   MOD 04  8001AP N6101816RC002FN  LLA : AL 1761804 52FA 233 00052 0 068732 2D C002FN 610186IT405N  Standard Number: N6101816RC002FN   MOD 04 Funding Cumulative Funding   MOD 05  8002AE N6101816RC002FN  LLA : AL 1761804 52FA 233 00052 0 068732 2D C002FN 610186IT405N  Standard Number: N6101816RC002FN   MOD 05 Funding Cumulative Funding  

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 42 of 58 FINAL

Page 45: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

SECTION H SPECIAL CONTRACT REQUIREMENTS

See Performance Work Statement.

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 43 of 58 FINAL

Page 46: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

SECTION I CONTRACT CLAUSES

CLAUSES INCORPORATED BY REFERENCE

52.203-3   GRATUITIES  APR 1984

52.204-9 Personal Identity Verification of Contractor Personnel JAN 201152.204-13 System for Award Management Maintenance JUL 201352.222-41 Service Contract Labor Standards MAY 2014

52.232-39 Unenforceability of Unauthorized Obligations JUN 201352.232-40 Providing Accelerated Payments to Small Business

SubcontractorsDEC 2013

52.237-2 Protection Of Government Buildings, Equipment, AndVegetation

APR 1984

252.201-7000 Contracting Officer's Representative DEC 1991252.203-7000 Requirements Relating to Compensation of Former DoD

OfficialsSEP 2011

252.203-7002  REQUIREMENT TO INFORM EMPLOYEES OFWHISTLEBLOWER RIGHTS

SEP 2013

252.204-7003 Control Of Government Personnel Work Product APR 1992

252.204-7005        Oral Attestation of Security Responsibilities 

252.204-7012 Safeguarding of Unclassified Controlled TechnicalInformation

DEC 2015

252.204-7015 Disclosure of Information to Litigation Support Contractors FEB 2014252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE

OWNED OR CONTROLLED BY THE GOVERNMENTOF A COUNTRY THAT IS A STATE SPONSOR OFTERRORISM

OCT 2015 

252.222-7007 Representation Regarding Combating Trafficking in

Persons JAN 2015

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

SEP 2014

252.223-7008

252.225-7048

Prohibition of Hexavalent Chromium

7048  Export-Controlled Items

 JUN 2013

JUN 2013252.232-7003 Electronic Submission of Payment Requests and Receiving

ReportsJUN 2012

252.232-7010 Levies on Contract Payments DEC 2006252.237-7010 Prohibition on Interrogation of Detainees by Contractor

PersonnelJUN 2013

252.239-7018

252.243-7002 

SUPPLY CHAIN RISK

 REQUESTS FOR EQUITABLE ADJUSTMENT

NOV 2013

DEC 2012252.244-7000 Subcontracts for Commercial Items JUN 2013

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 44 of 58 FINAL

Page 47: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

252.247-7023 Transportation of Supplies by Sea APR 2014

 52.204-2      Security Requirements             AUG 1996252.203-7997   Prohibition on Contracting with Entities that Require

     Certain Internal Confidentiality Agreements        OCT 2015252.204-7009   Limitations on the Use or Disclosure of Third-Party 

 Contractor Information   AUG 2015

CLAUSES INCORPORATED BY FULL TEXT

52.212-4      CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (MAY 2015)

(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to therequirements of this contract. The Government reserves the right to inspect or test any supplies or services that havebeen tendered for acceptance. The Government may require repair or replacement of nonconforming supplies orreperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance willnot correct the defects or is not possible, the Government may seek an equitable price reduction or adequateconsideration for acceptance of nonconforming supplies or services. The Government must exercise itspost-acceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered;and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in theitem.

(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result ofperformance of this contract to a bank, trust company, or other financing institution, including any Federal lendingagency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makespayment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights toreceive payment under this contract.

(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of theparties.

(d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes'', as amended (41 U.S.C.601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim,appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with theclause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceeddiligently with performance of this contract, pending final resolution of any dispute arising under the contract.

(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.

(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrencebeyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the publicenemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantinerestrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify theContracting Officer in writing as soon as it is reasonably possible after the commencement or any excusable delay,setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatchand shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.

(g) Invoice.

(1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to theaddress designated in the contract to receive invoices. An invoice must include--

(i) Name and address of the Contractor;

(ii) Invoice date and number;

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 45 of 58 FINAL

Page 48: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

(iii) Contract number, contract line item number and, if applicable, the order number;

(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;

(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shippedon Government bill of lading;

(vi) Terms of any discount for prompt payment offered;

(vii) Name and address of official to whom payment is to be sent;

(viii) Name, title, and phone number of person to notify in event of defective invoice; and

(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if requiredelsewhere in this contract.

(x) Electronic funds transfer (EFT) banking information.

(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.

(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice,the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitationprovision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer—System for Award Management,or 52.232-34, Payment by Electronic

Funds Transfer--Other Than System for Award Management), or applicable agency procedures.

(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.

(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office ofManagement and Budget (OMB) prompt payment regulations at 5 CFR part 1315.

(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents againstliability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, anyUnited States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided theContractor is reasonably notified of such claims and proceedings.

(i) Payment.--

(1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to thedelivery destinations set forth in this contract.

(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C.3903) and prompt payment regulations at 5 CFR part 1315.

(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriateEFT clause.

(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of theinvoice. For the purpose of computing the discount earned, payment shall be considered to have been made on thedate which appears on the payment check or the specified payment date if an electronic funds transfer payment ismade.

(5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that theGovernment has otherwise overpaid on a contract financing or invoice payment, the Contractor shall--

(i) Remit the overpayment amount to the payment office cited in the contract along with a description of theoverpayment including the--

(A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) ofoverpayment);

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 46 of 58 FINAL

Page 49: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

(B) Affected contract number and delivery order number, if applicable;

(C) Affected contract line item or subline item, if applicable; and

(D) Contractor point of contact.

(ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer.

(6) Interest.

(i) All amounts that become payable by the Contractor to the Government under this contract shall bear simpleinterest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be theinterest rate established by the Secretary of the Treasury as provided in 41 U.S.C.

7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause,and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid.

(ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under thecontract.

(iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if--

(A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debtwithin 30 days;

(B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timelinespecified in the demand for payment unless the amounts were not repaid because the Contractor has requested aninstallment payment agreement; or

(C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see32.607-2).

(iv) If a demand for payment was previously issued for the debt, the demand for payment included in the finaldecision shall identify the same due date as the original demand for payment.

(v) Amounts shall be due at the earliest of the following dates:

(A) The date fixed under this contract.

(B) The date of the first written demand for payment, including any demand for payment resulting from a defaulttermination.

(vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due dateand ending on--

(A) The date on which the designated office receives payment from the Contractor;

(B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has beenwithheld as a credit against the contract debt; or

(C) The date on which an amount withheld and applied to the contract debt would otherwise have become payableto the Contractor.

(vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of theFederal Acquisition Regulation in effect on the date of this contract.

(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies providedunder this contract shall remain with the Contractor until, and shall pass to the Government upon:

(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or

(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b.

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 47 of 58 FINAL

Page 50: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

destination.

(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.

(l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, orany part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop allwork hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject tothe terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage ofthe work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to thesatisfaction of the Government using its standard record keeping system, have resulted from the termination. TheContractor shall not be required to comply with the cost accounting standards or contract cost principles for thispurpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractorshall not be paid for any work performed or costs incurred which reasonably could have been avoided.

(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event ofany default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails toprovide the Government, upon request, with adequate assurances of future performance. In the event of terminationfor cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted,and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it isdetermined that the Government improperly terminated this contract for default, such termination shall be deemed atermination for convenience.

(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to theGovernment upon acceptance, regardless of when or where the Government takes physical possession.

(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for usefor the particular purpose described in this contract.

(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable tothe Government for consequential damages resulting from any defect or deficiencies in accepted items.

(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executiveorders, rules and regulations applicable to its performance under this contract.

(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relatingto officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C.

chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C.40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity.

(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence inthe following order: (1) the schedule of supplies/services; (2) The Assignments, Disputes, Payments, Invoice, Other

Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs ofthis clause; (3) the clause at 52.212-5; (4) addenda to this solicitation or contract, including any license agreementsfor computer software; (5) solicitation provisions if this is a solicitation; (6) other paragraphs of this clause; (7) theStandard Form 1449; (8) other documents, exhibits, and attachments; and (9) the specification.

(t) System for Award Management (SAM). (1) Unless exempted by an addendum to this contract, the Contractor isresponsible during performance and through final payment of any contract for the accuracy and completeness of thedata within the SAM database, and for any liability resulting from the Government's reliance on inaccurate orincomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required toreview and update on an annual basis from the date of initial registration or subsequent updates its information in theSAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter theterms and conditions of this contract and is not a substitute for a properly executed contractual document.

(2)(i) If a Contractor has legally changed its business name, “doing business as” name, or division name (whicheveris shown on the contract), or has transferred the assets used in performing the contract, but has not completed thenecessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 48 of 58 FINAL

Page 51: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

shall provide the responsible Contracting Officer a minimum of one business day's written notification of itsintention to (A) change the name in the SAM database; (B) comply with the requirements of subpart 42.12; and (C)agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor mustprovide with the notification sufficient documentation to support the legally changed name.

(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform theagreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the

Contractor indicated in the contract will be considered to be incorrect information within the meaning of the“Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.

(3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, inthe SAM record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment ofClaims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor'sSAM record that indicates payments, including those made by EFT, to an ultimate recipient other than thatContractor will be considered to be incorrect information within the meaning of the “Suspension of payment”paragraph of the EFT clause of this contract.

(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAMaccessed through https://www.acquisition.gov.

(u) Unauthorized Obligations.

(1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract issubject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument oragreement, that includes any clause requiring the Government to indemnify the

Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create anAnti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern:

(i) Any such clause is unenforceable against the Government.

(ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clauseby virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, orsimilar legal instrument or agreement is invoked through an ``I agree'' click box or other comparable mechanism(e.g., ``click-wrap'' or ``browse-wrap'' agreements), execution does not bind the Government or any

Government authorized end user to such clause.

(iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement.

(2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorizedby statute and specifically authorized under applicable agency regulations and procedures.

(v) Incorporation by reference. The Contractor's representations and certifications, including those completedelectronically via the System for Award Management (SAM), are incorporated by reference into the contract.

(End of Clause)

52.212-5     CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OREXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2015)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which areincorporated in this contract by reference, to implement provisions of law or Executive orders applicable toacquisitions of commercial items:

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 49 of 58 FINAL

Page 52: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

 (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014)

 (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

 (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19U.S.C. 3805 note)).

 (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer hasindicated as being incorporated in this contract by reference to implement provisions of law or Executive ordersapplicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)

  _XX__   (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

 ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).

 ____  (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and ReinvestmentAct of 2009.)

 _XX_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L.109-282) (31 U.S.C. 6101 note).

 ___  (5) [Reserved]

 ___  (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div.C).

 ___  (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub.L. 111-117, section 743 of Div. C).

  _XX__  (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note).

  ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41U.S.C. 2313).

 ____ (10) [Reserved]

 ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).

____  (ii) Alternate I (NOV 2011) of 52.219-3.

 ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014)(if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

 ____ (ii) Alternate I (JAN 2011) of 52.219-4.

 ____ (13) [Reserved]

 _XX___ (14)(i)  52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

 ____ (ii) Alternate I (NOV 2011).

 ____ (iii) Alternate II (NOV 2011).

 ____ (15)(i)  52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).

 ____ (ii) Alternate I (Oct 1995) of 52.219-7.

 ____ (iii) Alternate II (Mar 2004) of 52.219-7.

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 50 of 58 FINAL

Page 53: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

 _XX___ (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)).

 ____ (17)(i)  52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)).

 ____ (ii) Alternate I (Oct 2001) of 52.219-9.

 ____ (iii) Alternate II (Oct 2001) of 52.219-9.

 ____ (iv) Alternate III (OCT 2014) of 52.219-9.

_XX___ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).

 _XX___ (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)).

 ____ (20) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

 ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15U.S.C. 657f).

 _XX___ (22)  52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C.632(a)(2)).

 ____ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business(EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)).

 ____ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Underthe WOSB Program (July 2013) (15 U.S.C. 637(m)).

 _XX___ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

 _XX___ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126).

 _XX___ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

 _XX___ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).

 _XX___  (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212).

 _XX___ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).

 _XX___ (31) 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212).

 _XX___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)(E.O. 13496).

 _XX___ (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O.13627).

 ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

 ____  (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicableto the acquisition of commercially available off-the-shelf items or certain other types of

commercial items as prescribed in 22.1803.)

 ____ (35)(i)  52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

 ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition ofcommercially available off-the-shelf items.)

____ (36) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 51 of 58 FINAL

Page 54: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

13514).

____   (ii) Alternate I (Jun 2014) of 52.223-13.

____ (37)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).

____    (ii) Alternate I (Jun 2014) of 52.223-14.

 ____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

 ____ (39)(i)  (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s13423 and 13514).

 ____ (ii) Alternate I (Jun 2014) of 52.223-16.

 _XX___ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)(E.O. 13513).

 ____ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).

 ____(42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L.

103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.

____  (ii) Alternate I (May 2014) of 52.225-3.

 ____  (iii) Alternate II (May 2014) of 52.225-3.

 ____  (iv) Alternate III (May 2014) of 52.225-3.

 ____  (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

 _XX___ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, andstatutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

 ____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013)(Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

 ____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150

 ____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C.5150).

 ____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10U.S.C. 2307(f)).

 _XX___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C.2307(f)).

 _XX___ (50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31U.S.C. 3332).

 ____ (51) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July2013) (31 U.S.C. 3332).

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 52 of 58 FINAL

Page 55: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

 ____ (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).

 _XX___  (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

 ____ (54)(i)  52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C.Appx. 1241(b) and 10 U.S.C. 2631).

 ____ (ii) Alternate I (Apr 2003) of 52.247-64.

 (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, thatthe Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)

 _XX____(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).

 _XX____ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67).

 _XX____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41U.S.C. chapter 67).

 _____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MultipleYear and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

 _XX____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).

 _____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts forMaintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67).

 _____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for CertainServices--Requirements (MAY 2014) (41 U.S.C. chapter 67).

 _XX____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).

_____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).

_____ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph(d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, anddoes not contain the clause at 52.215-2, Audit and Records--Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shallhave access to and right to examine any of the Contractor's directly pertinent records involving transactions relatedto this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and otherevidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for anyshorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. Ifthis contract is completely or partially terminated, the records relating to the work terminated shall be madeavailable for 3 years after any resulting final termination settlement. Records relating to appeals under the disputesclause or to litigation or the settlement of claims arising under or relating to this contract shall be made availableuntil such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data,regardless of type and regardless of form. This does not require the Contractor to create or maintain any record thatthe Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, theContractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract forcommercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 53 of 58 FINAL

Page 56: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

clause—

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509).

(ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in allsubcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small businessconcerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required inaccordance with paragraph (l) of FAR clause 52.222-17.

(iv)  52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246).

(vi) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212).

(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

(viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).

(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).

(xi) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O.13627).

_____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance,Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)

(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for CertainServices--Requirements (May 2014) (41 U.S.C. chapter 67)

(xiv) 52.222-54, Employment Eligibility Verification (Aug 2013).

(xv)  52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).

(xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flowdown required in accordance with paragraph (e) of FAR clause 52.226-6.

(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor May include in its subcontracts for commercial items a minimal number ofadditional clauses necessary to satisfy its contractual obligations.

(End of clause)

52.217-8     OPTION TO EXTEND SERVICES (NOV 1999)

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 54 of 58 FINAL

Page 57: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

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 theSecretary of Labor.  The option provision may be exercised more than once, but the total extension of performancehereunder shall not exceed 6 months.  The Contracting Officer may exercise the option by written notice to theContractor within 1 DAY.

(End of clause)

52.252-2      CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

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

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

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

(End of clause)

252.232-7007  LIMITATION OF GOVERNMENT'S OBLIGATION (APR 2014)

(a) Contract line item 8001 and 8002 is incrementally funded. For this item, the sum of $ of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (j) of this clause.

(b)  For items(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at whichthe total amount payable by the Government, including reimbursement in the event of termination of those item(s)for the Government's convenience, approximates the total amount currently allotted to the contract.  The Contractoris not authorized to continue work on those item(s) beyond that point. The Government will not be obligated inany event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless ofanything to the contrary in the clause entitled "TERMINATION FOR THE CONVENIENCE OF THEGOVERNMENT."  As used in this clause, the total amount payable by the Government in the event of terminationof applicable contract line item(s) for convenience includes costs, profit and estimated termination settlement costsfor those item(s).

(c)  Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor willnotify the Contracting Officer in writing at least  ninety days prior to the date when, in the Contractor's bestjudgment, the work will reach the point at which the total amount payable by the Government, including any costfor termination for convenience, will approximate 85 percent of the total amount then allotted to the contract forperformance of the applicable item(s).  The notification will state (1) the estimated date when that point will bereached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items upto the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreedupon substitute date.  The notification will also advise the Contracting Officer of the estimated amount of additionalfunds that will be required for the timely performance of the item(s) funded pursuant to this clause, for subsequentperiod as may be specified in the allotment schedule in paragraph (j) of this clause, or otherwise agreed to by theparties.  If after such notification additional funds are not allotted by the date identified in the Contractor'snotification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additionalfunds have not been allotted, pursuant to the clause of this contract entitled "TERMINATION FOR THECONVENIENCE OF THE GOVERNMENT."

(d)  When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph(a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraph (b) through (d) of this clause will apply in like manner to the additional allotted fundsand agreed substitute date, and the contract will be modified accordingly.

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 55 of 58 FINAL

Page 58: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

(e)  If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, inamounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, theContractor incurs additional costs or is delayed in the performance of the work under this contract and if additionalfunds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing,and ceiling prices where applicable) of the item(s), or in the time of delivery, or both.  Failure to agree to any suchequitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clauseentitled "disputes."

(f)  The Government may at any time prior to termination allot additional funds for the performance of the contractline item(s) identified in paragraph (a) of this clause.

(g)  The termination provisions of this clause do not limit the rights of the Government under the clause entitled"DEFAULT."  The provisions of this clause are limited to work and allotment of funds for the contract line item(s)set forth in paragraph (a) of this clause.  This clause no longer applies once the contract if fully funded except withregard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) or(e) of this clause.

(h)  Nothing in this clause affects the right of the Government to this contract pursuant to the clause of this contractentitled "TERMINATION FOR CONVENIENCE OF THE GOVERNMENT."

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwiseprohibited under 31 U.S.C. 1342.

(j) The parties contemplate that the Government will allot funds to this contract in accordance with the followingschedule:

On execution of contract:  $

Modification 01: 

(End of clause)

5252.243-9400 Authorized Changes Only By The Contracting Officer (Jan 1992)

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

(b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issuedin writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part ofthis contract.

(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of thiscontract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely withthe Contracting Officer. In the event the Contractor effects any change at the direction of any person other than theContracting Officer, the change will be considered to have been made without authority and no adjustment will bemade in the contract price to cover any increase in charges incurred as a result thereof. The address and telephonenumber of the Contracting Officer is:

NAME:  Catherine Purvis

ADDRESS:  [email protected]

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 56 of 58 FINAL

Page 59: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

TELEPHONE:  757-443-1352 

(End of Clause)

5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA)

“The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance ofservices provided under this contract for the telecommunication support services via a secure data collection site.Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are:

(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facilities;

(3) Y, Construction of Structures and Facilities;

(4) S, Utilities ONLY;

(5) V, Freight and Shipping ONLY.

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

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

(End of text)

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 57 of 58 FINAL

Page 60: N00189 S0107A DCMA HUNTSVILLE C Tullahoma TN 37388-4409 · 8001AA R426 NAVAL SURFACE WARFARE CENTER (NSWC) CRANE (O&MN,N) 6.0 MO ... FINAL. Item PSC Supplies/Services Qty Unit Unit

SECTION J LIST OF ATTACHMENTS

Attachment 1: DD254_form

Attachment 2: Wage Determination 2015-2183 Rev 2 Date of Revision 08/04/2016

 CONTRACT NO.

 N00178-15-D-8445 DELIVERY ORDER NO.

 FK01 AMENDMENT/MODIFICATION NO.

 05 PAGE

 58 of 58 FINAL