nswc, carderock division, philadelphia dcma …€¦ · ehp5 amendment/modification no. 23 page 4...

28
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 23 29-Aug-2014 N/A N/A 6. ISSUED BY CODE N65540 7. ADMINISTERED BY (If other than Item 6) CODE S3915A NSWC, CARDEROCK DIVISION, PHILADELPHIA NAVSSES Philadelphia PA 19112-1403 [email protected] 215-897-1494 Ext. 1494 DCMA SURFACE COMMUNICATION AND SUPPORT SYSTEMS PHILADELPHIA 700 ROBBINS AVENUE, BLDG. 4-A, P.O. BOX 11427 PHILADELPHIA PA 19111-0427 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. NDI Engineering 100 Grove Rd. Thorofare NJ 08086-0518 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4089-EHP5 10B. DATED (SEE ITEM 13) CAGE CODE 4X596 FACILITY CODE 28-Apr-2009 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [X] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Jane M DeMatto, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Jane M DeMatto 29-Aug-2014 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Upload: dinhkhanh

Post on 01-May-2018

218 views

Category:

Documents


1 download

TRANSCRIPT

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

23 29-Aug-2014 N/A N/A6.  ISSUED BY CODE N65540 7.  ADMINISTERED BY (If other than Item 6) CODE S3915A

NSWC, CARDEROCK DIVISION, PHILADELPHIA

NAVSSES

Philadelphia PA 19112-1403

[email protected] 215-897-1494 Ext. 1494

 

DCMA SURFACE COMMUNICATION AND SUPPORTSYSTEMS PHILADELPHIA

700 ROBBINS AVENUE, BLDG. 4-A, P.O. BOX 11427

PHILADELPHIA PA 19111-0427

 

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

NDI Engineering    100 Grove Rd.    Thorofare NJ 08086-0518   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4089-EHP5

    10B.  DATED (SEE ITEM 13)

CAGECODE

4X596 FACILITY CODE   28-Apr-2009

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)

  

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

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

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

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

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

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

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

SEE PAGE 2 

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

       Jane M DeMatto, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Jane M DeMatto 29-Aug-2014 

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

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

 

 

                  1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

GENERAL INFORMATION

1) The purpose of the subject modification is to change the COR for the subject Task Order as follows: 

From:

Kathleen Benefield

To:

Dimple Amlshvarwala

2) All other terms and conditions remain unchanged.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 2 of 2 FINAL

 

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

Item PSC Supplies/Services Qty UnitEst.

Cost

Fixed

FeeCPFF

1000 R425 This CLIN is not applicable to this requirement.(Fund

Type - OTHER)

0.0 HR $0.00 $0.00 $0.00

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

3000 R425 This CLIN is not applicable to this requirement.(Fund Type - TBD) 1.0 LO $0.00

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

4000 R425 Engineering and Technical Services

for the Data Repository to provide

Automated Data Processing (ADP)

services from date of award through

five years after the date of award.

(Fund Type - TBD)

1.0 HR $2,230,734.47 $178,458.76 $2,409,193.23

400001 R425 Incremental Funds, TI-0001,

$49,000.00 (Fund Type - OTHER)

400002 R425 Incremental fundsdeleted due to wrong

JON (Fund Type - OTHER)

400003 R425 Incremental Funds, TI-0001,

$30,000.00 (Fund Type - OTHER)

400004 R425 Incremental Funds, TI-003, $30,000.00

(O&MN,N)

400005 R425 Incremental Funds, TI-0004,

$25,000.00 (O&MN,N)

400006 R425 Incremental Funds, TI-0004,

$25,000.00 (Fund Type - TBD)

400007 R425 Incremental Funds, TI-005,

$110,000.00 (FundType - TBD)

400008 R425 Incremental Funds, TI-006, $20,000.00

(O&MN,N)

400009 R425 Incremental Funds, TI-006, $55,000.00

(O&MN,N)

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 1 of 26 FINAL

 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

400010 R425 Incremental Funds, TI-00, $20,000.00

(WCF)

400011 R425 Incremental Funds, TI-005, $40,000.00

(O&MN,N)

400012 R425 Incremental Funds, TI-007, $40,000.00

(O&MN,N)

400013 R425 Incremental Funds, TI-007, $30,000.00

(O&MN,N)

400014 R425 Incremental Funds, TI-008, $50,000.00

(O&MN,N)

400015 R425 Incremental Funds, TI-009,

$110,000.00 (FundType - TBD)

400016 R425 Incremental Funds, TI-010, $20,000.00

(SCN)

400017 R425 Incremental FundsTI 11 $50,000.00

(O&MN,N)

400018 R425 Incremental FundsTI 11 $50,000.00

(O&MN,N)

400019 R425 Incremental FundsTI 11 $29,117.77

(O&MN,N)

400020 R425 Incremental FundsTI 13 $180,000.00

(O&MN,N)

400021 R425 Incremental FundsTI 14 $85,000.00

(WCF)

400022 R425 Incremental Funding under TI-14-A, in

the amount of $25,368.46. (WCF)

400023 R425 Incremental Funding under TI-14-A, in

the amount of $19,380.69. (O&MN,N)

400024 R425 Incremental Funding under TI-14-A, in

the amount of $42,000.00. (O&MN,N)

400025 R425 Incremental Funding under TI-14B, in

the amount of $189,000.00. (Fund Type

- OTHER)

400026 R425 Incremental Funding under TI-14D, in

the amount of $20,000.00. (O&MN,N)

400027 R425 Incremental Funding under TI-15, in

the amount of $10,000.00. (SCN)

400028 R425 Incremental Funding under TI-15, in

the amount of $10,000.00. (SCN)

400029 R425 Incremental Funding under TI-14E, in

the amount of $20,000.00. (FundType -

OTHER)

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 2 of 26 FINAL

 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

400030 R425 Incremental Funding under TI-16, in

the amount of $135,000.00. (Fund Type

- OTHER)

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

6000 R425 Support Costs including material, travel,and miscellaneouscost Est

$82,500.00 (inclusive of G&A) in support of CLIN 1000. (Fund Type -

TBD)

1.0 LO $82,500.00

600001 R425 Incremental Funds, TI-0001, $1,000.00 (Fund Type - OTHER)

Level of Effort

The total level of effort required under this Task Order is estimated to be 76,000 hours of direct labor over a five (5)  year period. Direct hours include subcontracted hours, but do not include Holiday, Sick Leave, vacation, or other absence hours.

THE PERIOD OF PERFORMANCE IS AS FOLLOWS:Performance beyond 04 April 2009 is contingent upon the award term option under the Basic Seaport E-contract being exercised. In the event the option is not exercised the period of performance will be adjusted. 

For the purposes of preparing a cost proposal, the offeror should assume that the following number and mix of labor hours will berequired.  Offerors who propose other then what is specified maybe considered non-responsive.

CLIN   4000 4000 4000 4000 4000

Labor Category   Year 1 Year 2 Year 3 Year 4 Year 5

Program Manager*   500 500 500 500 500

Program Analyst*   2100 2100 2100 2100 2100

Logistician   6300 6300 6300 6300 6300

Librarian ClerkTypist

  6300 6300 6300 6300 6300

TOTAL   15200 15200 15200 15200 15200             

             

* Denotes Key personnel category

Additional CLINS/SLINS  will be unilaterally created to during the performance of this Task Order to accomodate the multipletypes of funds that will be used in the resulting order.

TYPE of CONTRACT: The task order to be issued resulting from this solicitation shall be a Cost-Plus-Fixed-Fee type TaskOrder.  CLIN 4000 is Cost-Plus-Fixed-Fee.  CLIN 6000 is COST only(no fee). 

SUPPORT COST: (Other Direct Costs) CLIN 3000For purposes of preparing a proposal, offerors shall utilize the stated NOT TO EXCEED amount for CLIN 6000.  The Supportcosts, estimated at $82,500.00 consist of Other Direct Cost, Material, and Travel.  Offerors must indicate in their supporting cost

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 3 of 26 FINAL

 

data all of the indirect costs that will be applied to these costs.  For the purpose of cost realism analysis, the offeror's proposedindirect cost rate for CLIN 6000 will be applied to the amount specified to compute an estimated cost for CLIN 6000.(Although this method is used for evaluation purposes, the final task order will indicate that the NTE amount is inclusive of G&Aand all other direct rates identified by the offeror in their proposal and considered in evaluation of that offer).

PAYMENT OF FEE

The Government shall make payments to the Contractor, subject to and in accordance with the clause contained in the base IDIQentitled "FIXED FEE" (FAR 52.216-8).  Such payments shall be equal to the allowable cost of each invoice submitted by andpayable to the Contractor pursuant to the clause of the base IDIQ entitled  "ALLOWABLE COST AND PAYMENT" (FAR52.216-7).  Total fees paid to the Contractor for performance of work under this task order shall not exceed the fee amount set forthin the task order.

In the event of discontinuance of the work under this task order, in accordance with the clause of the base IDIQ contract entitled"LIMITATION OF FUNDS" (FAR 52.232-22) or "LIMITATION OF COST" (FAR 52.232-20) as applicable, the fee shall beequitably adjusted by mutual agreement to reflect the diminution of work.  If the adjusted fee is less than the sum of all feepayments made to the Contractor under this task order, the Contractor shall repay the excess amount to the Government.  If theadjusted fee exceeds all payments made to the Contractor under this task order, the Government shall be required to pay theContractor any amount in excess of all funds obligated under this task order at the time of the discontinuance of work. 

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 4 of 26 FINAL

 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

SECTION C – STATEMENT OF WORK

 1.        TITLE:  Submarine Systems Technical Data Center

 2.        BACKGROUND:  The Quality Assurance, SUBSAFE and Sail Acquisition Planning Branch (C/962) andthe Sail, Antenna, Networks and Navigations System Division (c/96) of the Naval Surface Warfare Center, CarderockDivision (NSWCCD), provides services to search, retrieve and store technical and logistical documentation,inspection reports, material certifications, and drawings. Provide Automated Data Processing (ADP) services fordatabase tracking systems, technical library services and research tools. Provide technical liaison services andassociated administrative tasks for NAVSEA Commands, Warfare Centers, Shipyards, Intermediate maintenanceActivities (IMA), on-site personnel. The Datacenter is a secured area and all data, computers and equipment shall bemaintained in accordance with the designated level of security, up to secret. The contractor shall be responsible forthe security, quality and technical accuracy of this work performed in fulfilling the requirements of tasks listedherein.

 3.        SCOPE OF WORK:

 3.1.      Applicable Documents:

 3.1.1.        NAVSEA 0924-062-0010, Revision C with Change-3, Submarine Safety (SUBSAFE) RequirementsManual

 3.1.2.        NAVSEA 0948-LP-045-7010, Volume I, Revision 3, Material Control Standard (Non-Nuclear)

 3.1.3.        NSWCCD-SSES Work Instruction 00-9600-022-01, Quality Plan

 3.1.4.        NSWCCD-SSES Work Instruction 00-9600-044-06, Drawing Control.

 3.1.5.        NSWCCD-SSES Work Instruction 00-9600-053-01, Document and Data Control.

 3.1.6.        NSWCCD-SSES Work Instruction 00-9600-053-02, Control of Division Quality SystemDocumentation.

 3.1.7.        NSWCCD-SSES Work Instruction 00-9600--053-03, Preparation of Tier 2 Procedures.

 3.1.8.        NSWCCD-SSES Work Instruction 00-9600-053-04, Preparation of Tier 3 Work Instructions

 3.1.9.        NSWCCD-SSES Work Instruction 00-9600-054-02, Handling of Secret Documents.

 3.1.10.     NSWCCD-SSES Work Instruction 00-9600-134-01, Unsatisfactory Material Reporting (UMR).

 3.1.11.     NSWCCD-SSES Work Instruction 00-9600-143-01, Corrective/Preventive Action (CA/PA) Process.

 3.1.12.     NSWCCD-SSES Work Instruction 00-9600-163-01, Control of Quality Records.

 3.2.      Requirements: 

 3.2.1.        Data Repository Operation Support - The Data Repository will be maintained from 06:00 to 16:30 eachbusiness day.  The Data Center will be vacated and secured at 16:30 each business day and remain secured until06:00 the next business day. The Data Repository will remain secured on weekends and holidays. The Contractorshall provide and operate the 96 Division Data Repository while providing ADP services on the EngineeringResearch, Design, Test and Evaluation (RDT&E) Lab 101, technical library services, document processing, liaisonservices, and database tracking services.  Documents required to be maintained in the Data Repository are notlimited to the list below:

 ·         Technical Manuals

·         Technical Standards

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 5 of 26 FINAL

 

·         Technical Repair Standards (TRS)

·         Maintenance Repair Cards (MRC)

·         Maintenance Repair Procedures (MRP)

·         Engineering Change Proposals (ECP)

·         Design Change Notices (DCN)

·         Action Routing Sheets (ARS)

·         Maintenance Standards (MS)

·         Deviations

·         Waivers

·         Ship Alterations (SHIPALT)

·         Field Changes (FC)

·         Combat Weapons Systems (CWS)

·         Casualty Reports (CASREPS)/TRIDENT Command Problems Report Systems (TCPRS)

·         Periscope Roster

·         Equipment Identification Codes (EIC)

·         Military Specifications (MIL-SPEC)

·         Military Standards (MIL-STD)

·         Shipyard Processing Instructions (SPI)

·         NAVSSES Submarine Systems Department (SSD) Specifications

·         DMP Test Procedures

·         Allowance Parts List/Allowance Equipment List/Master Index of Allowance Parts List (APL/AEL/MIAPL)

·         Shipboard Drawing Index (SDI)

·         Ships System Manual (SSM)

·         Ships Information Bulletin (SIB).

 3.2.2.        The contractor shall maintain security of the Data Center and it’s information as follows:

 3.2.2.1.           Classified material shall be handled separately from unclassified material.

 3.2.2.2.           Constant surveillance/protection of information.

 3.2.2.3.           Storage in a government approved storage container.

 3.2.2.4.           Environment - single entry, protected by a locked door and will not be left unattended unless theroom is locked.

 3.2.2.5.           Classified information will not be released, discussed, or shown to any person regardless of rank, title,or position, until need-to-know has been conclusively established, and the individual's security clearance has beenverified.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 6 of 26 FINAL

 

 3.2.2.6.           Visitation control: Only authorized personnel with a need to know may be in the Data Center duringthe review of classified document. All other personnel must vacate the area and the data Center is to be closed andremain closed until the classified documentation is secured.

 3.2.2.7.           96TDC handles all classified documents for Code 96.

 3.2.3.        The Contractor shall maintain submarine system information to ensure traceability to applicableMIL-Specifications, MIL-Standards, maintenance plans, technical manuals, DOD publications, Technical RepairStandards (TRSs), test and evaluation documentation, engineering reports, maintenance standards, SHIPALTs, fieldchanges, configuration item baselines, configuration management documentation, and integrated logistic supportcommodities.

 3.2.4.        The Contractor shall provide services to receive, retain, and control technical and program relatedhistorical files for Division 96 Branches. This shall include distribution lists for all incoming and outgoingtechnical correspondence. A historical database will be maintained for traceability of all files.

 3.2.5.        The Contractor shall provide services to maintain, issue, reproduce, order and control approximately8,500 submarine peripheral equipment drawings. Available drawings shall include manufacturer, shipyard, andNAVSEA drawings.

 3.2.6.        The Contractor shall provide services to update, distribute and inventory controlled documentation for allsubmarine systems.

 3.2.7.        The Contractor shall provide services to operate and provide instruction to 96 personnel on usage of IHSDOD Standards and Specifications, Advanced Technical Information Systems (ATIS) document retrieval program,Contractor Integrated Technical Information Service (CITIS) document retrieval program and Haystack APL/AEL onInternet HTML format.  Services will include operation, maintenance, and training of Web based computerapplications.

 3.2.8.        The Contractor shall provide services to review for completeness, catalog and scan Objective QualityEvidence (OQE) for Submarine Antenna Quality Assured Material (SAQAM), Product Quality Assurance (PQA),SUBSAFE/LEVEL I material certification and SUBSAFE Supervisory Programs. Store the scanned images onEngineering RDT&E Lab 101 Server so they may be viewed by latest version of Adobe Acrobat.

 3.2.9.        The Contractor shall update and control the Division’s Quality Program procedures. The QualityProgram documentation includes (1) Quality Plan, (20) Quality Procedures, (40) Work Instructions and (140) forms.All original signed Plan, procedures and work instructions will be maintained in the Data Center and updated on theDivision intranet along with the forms.

 3.2.10.     The Contractor shall process corrective and preventative action reports pertaining to C/96 Quality system,maintain corrective and preventative action report (CAR) database system and provide input reports to support auditreporting. The Contractor shall upload monthly reports to the C/96 division intranet.

 3.2.11.     The Contractor shall process discrepant material reports pertaining to submarine systems, maintaindiscrepant material report (DMR) database system and input reports in the navy wide discrepant reporting system.The Contractor shall upload monthly reports to the C/96 division intranet.

 3.2.12.     The Contractor shall process Causality Reports (CASREP) pertaining to submarine systems; maintainCASREP database system and input data received from various sources.

 3.2.13.     The Contractor shall maintain a procurement status reporting database which will track contract anddelivery orders award information including the contractor, items procured, delivery schedule, Contract RequiredData Lines (CDRL’s), actual delivery and objective quality evidence. Weekly status report shall be provided to theC/96 contracting officer representatives (COR) for their action. The Contractor shall upload monthly reports to theC/96 division intranet.

 3.2.14.     The Contractor shall participate in Configuration Control Review Board (CCRB) meetings as required tosupport the documentation and control of new and existing equipment designs, including but not limited tomaintenance of CCRB documentation, CCRB database and deployment of CCRB information on the intranet. TheContractor shall upload monthly reports to the C/96 division intranet.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 7 of 26 FINAL

 

 3.2.15.     The Contractor shall maintain and control access to the CITIS and ATIS computers.

 3.2.16.     The Contractor shall provide services to update and maintain Data Center information on the Divisionintranet pages. The intranet shall be in the format so that it seamlessly interfaces with other C/96 division intranetpages. The intranet pages shall allow for the easy entry into other related pages via hyperlinks.

 3.2.17.     The Contractor shall provide services to maintain and control Engineering Change Proposals (ECP’) andDesign Change Notices (DCN) databases, including issuance of tracking numbers, status, and the linking ofcompleted packages within the database. The Contractor shall upload monthly reports to the C/96 division intranet.

 3.2.18.     The Contractor shall maintain required accounts such as Naval Ships Engineering Drawing Repository(NSEDR), Joint Engineering Data management Information and Control System (JEDMICS), Military EngineeringData Asset Locator System (MEDALS), Technical Data Management Information System (TDMIS),  AdvancedInteractive management Technology Center (AIMTC), IHS, CITIS, Navy Nuclear Propulsion Information (NNPI),and Naval Logistics Library (NLL)

 3.2.19.     The Contractor shall complete all required training including but not limited to NNPI, CITIS, IA andSUBSAFE..

 3.3.      The following Labor Categories are the Level of Effort required to support the above requirements:

 3.3.1.        Program Manager (Key Personnel Category)

·         1 part time, Philadelphia Pa local area - 500 hours

 3.3.1.1.           Provide Management Support for oversight of tasking and funding.  Maintained a qualified workforce.Track action items, labor/travel expenditures and program deliverables.

 3.3.2.        Program Analyst (Key Personnel Category)

·         1 full time, on site NSWCCD-SSES Bldg 4, Philadelphia Pa 2100 hours

 3.3.2.1.           Provide technical, programming and logistics assistance in management and operation of the technicaldata center. Develop and maintain database programs used to track various processes and programs.

 3.3.2.2.           Develop, maintain and deploy Intranet web pages containing a wide range of technical, quality andlogistical data store within the data center.

 3.3.2.3.           Control data center resource access and maintain processes for the control of classified documentation.

 3.3.3.        Logistician

·         1 full time, on site NSWCCD-SSES Bldg 4, Philadelphia Pa 2100 hours

·         2 (Potential) full time, on site NSWCCD-SSES Bldg 4, Philadelphia Pa 4200 hours

 3.3.3.1.           Research technical documentation availability in the technical data center and other Navy repositoriesto fulfill engineering requirements.

 3.3.3.2.           Update and analyze data reports generated by the various data center databases in support of logistic,quality, procurement, CASREP and engineering requirements.

3.3.3.3.           Perform logistic reviews of technical documents in support of engineering change proposals (ECP).

 3.3.3.4.           Update and maintain the Division’s quality system documentation. Maintain original sign documentsand deploy electronic documentation on the intranet.

 3.3.4.    Librarian Clerk Typist

 ·         2 full time, on site NSWCCD-SSES Bldg 4, Philadelphia Pa 4200 hours

·         1 (Potential) full time, on site NSWCCD-SSES Bldg 4, Philadelphia Pa 2100 hours

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 8 of 26 FINAL

 

 3.3.4.1.           Scan and collate technical, quality, logistical and administrative documentation. Perform database dataentry and issue reports.

 3.4.      Place of Performance:  95% of work will be performed at NSWCCD-SSES Bldg 4 and Bldg 1000,Philadelphia Pa. 5% at contractor’s facility.

 3.5.      Performance Period:  The performance period for completion of work under this order is sixty (60) monthsfollowing award.

 3.6.      Personnel Qualification

 3.6.1.    Program Manager (Key Personnel Category)

 3.6.1.1.           Bachelors Degree in Electrical, Mechanical or Marine Engineering from an accredited College orUniversity, or PE License.

 3.6.1.2.           Ten (10) years total experience in project management and additional five (5) years total engineeringexperience.  This experience should include system analysis, and test and evaluation of submarine systems.

 3.6.1.3.           Five (5) years experience in logistics and engineering projects involving development andmanagement of submarine systems.

 3.6.2.  Program Analyst (Key Personnel Category)

 3.6.2.1.           Two (2) years total in computer programming

 3.6.2.2.           One (1) year additional experience in designing systems to automate work processes, developing andmaintaining management information systems, testing, debugging automatic data processing system documentation.

 3.6.2.3.           Two (2) years experience with the use of Microsoft Office products.

 3.6.3.    Logistician

 3.6.3.1.           One (1) years experience in logistics projects involving development and management of submarinesystems.

 3.6.3.2.           One (1) years experience with Microsoft word products

 3.6.4.    Librarian Clerk Typist

 3.6.4.1.           One (1) years experience with Microsoft word products

 3.7.      Overtime

 3.7.1.    Overtime will be as required to meet urgent fleet requirements.

 3.8.      Security Clearance

 3.8.1.    Secret security clearance level will be required in accordance with the attached DD-254

 3.9.   Material:

 3.9.1. Printing / Reproduction, LND server Software and hardware, C/D’s, DVD’s, folders, and governmentmandated training.

 3.10.   Staffing

 3.10.1. The contractor shall supply skilled personnel to fulfill the staffing requirements as specified herein. When itis anticipated or becomes a fact that the standard staffing levels may not be met due to vacation, sick leave, or othernon-scheduled personnel absences, the contractor must notify the Task Order Manager (TOM) as far in advance aspossible. The TOM will determine whether a below-level standard staffing level may be maintained or ifreplacement personnel are necessary.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 9 of 26 FINAL

 

 3.10.2. Estimates will be based on those staffing requirements (Hours) identified herein.

 3.11.   Contracting Officer Representative (COR): Dimple Amleshvarwala

4.        Deliverables:

 4.1.      The Contractor shall provide a monthly report detailing the progress to date and identify plans for the nextreporting period of support.  It will include an up-to-date total hours expended and costs incurred report.

 4.2.      The Contractor shall provide a weekly report for material acquisition status.

 4.3.      The Contractor shall provide a monthly report for technical library services.

 4.4.      The Contractor shall provide a monthly report for NCP status.

 4.5.      The Contractor shall provide a monthly report for CAR status.

 4.6.      The Contractor shall provide a monthly report for SUBSAFE actions.

 4.7.      The Contractor shall provide a monthly report for Quality system procedure changes.

 4.8.      The Contractor shall provide a monthly report for ARS, ECP and DCN.

 

 

 

 

 

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 10 of 26 FINAL

 

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 11 of 26 FINAL

 

SECTION D PACKAGING AND MARKING

HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990)

All reports delivered by the Contractor to the Government under this contract shall prominently show on the coverof the report:

(1) name and business address of the Contractor

(2) contract number

(3) task order number

(4) sponsor: Naval Surface Warfare Center, Carderock Division Philadelphia                      4700 Broad Street                        Building 29                       Philadelphia, PA 19112-1403                       Attn: Dimple Amleshvarwala

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 12 of 26 FINAL

 

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance shall be performed at Destination by the Government by CODE 962.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 13 of 26 FINAL

 

SECTION F DELIVERABLES OR PERFORMANCE

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

   

1000 4/7/2009 - 4/7/2014

3000 4/7/2009 - 4/7/2014

4000 4/10/2009 - 9/30/2014

6000 4/10/2009 - 4/9/2014

CLIN - DELIVERIES OR PERFORMANCE

CLINS 4000, 6000- Date of Task Order Award through 60 months after date of order

DELIVERY INFORMATION

FOB: Destination

SHIP TO ADDRESS:Naval Surface Warfare Center, Carderock DivisionATTN: Dimple Amleshvarwala CODE 96              5001 S. Broad Street               Building 4              Philadelphia, PA 19112-1403

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 14 of 26 FINAL

 

SECTION G CONTRACT ADMINISTRATION DATA

Task Order ManagerKathleen Benefield, 96204700 Broad street, Building 29Philadelphia, PA [email protected] 

CAR-G11   INVOICE INSTRUCTIONS (DEC 2007) (NSWCCD)

 

   (a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OF PAYMENT REQUESTS” (DFARS 252.232-7003), the Naval Surface Warfare Center, Carderock Division (NSWCCD)will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract.  This web-based system located at https://wawf.eb.mil provides thetechnology for government contractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment.  Invoices forsupplies/services rendered under this contract shall be submitted electronically through WAWF.  Submission of hard copy DD250/invoices may no longer be accepted for payment.

   (b) It is recommended that the person in your company designated as the Central Contractor Registration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for the submission of invoices, usethe online training system for WAWF at http://wawftraining.com.  The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the training system should be reviewed.  Vendor Quick ReferenceGuides also are available at http://acquisition.navy.mil/navyaos/content/view/full/3521/.  The most useful guides are “Getting Started for Vendors” and “WAWF Vendor Guide”.

   (c) The designated CCR EB point of contact is responsible for activating the company’s CAGE code on WAWF by calling 1-866-618-5988.  Once the company is activated, the CCR EB point of contact willself-register under the company’s CAGE code on WAWF and follow the instructions for a group administrator.  After the company is set-up on WAWF, any additional persons responsible for submitting invoices mustself-register under the company’s CAGE code at https://wawf.eb.mil.

   (d) The contractor shall use the following document types, DODAAC codes and inspection and acceptance locations when submitting invoices  in WAWF:

 

Type of Document (contracting officer check all that apply)

 

  Invoice (FFP Supply & Service)

   

  Invoice and Receiving Report Combo (FFP Supply)

   

  Invoice as 2-in-1 (FFP Service Only)

   

 X Cost Voucher (Cost Reimbursable, T&M , LH, or FPI)

   

  Receiving Report (FFP, DD250 Only)

 

 DODAAC Codes and Inspection and Acceptance Locations (contracting officer complete appropriate information as applicable)

 

Issue DODAAC  N65540

   Admin DODAAC S3915A

   Pay Office DODAAC HQ0337

   Inspector DODAAC  N65540

   Service Acceptor DODAAC  N65540

   Service Approver DODAAC  N/A

   Ship To DODAAC See Section F

   DCAA Auditor DODAAC N/A

   LPO DODAAC  N/A

   Inspection Location See Section E

   Acceptance Location See Section E

 

Attachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g., backup documentation, timesheets, etc.  Maximum limit for size of each file is 2 megabytes.  Maximum limit for size offiles per invoice is 5 megabytes.

 

   (e) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will be prompted to send additional email notifications.  Click on “Send More Email Notification” and add theacceptor/receiver email addresses noted below in the first email address block, and add any other additional email addresses desired in the following blocks.  This additional notification to the government is important toensure that the acceptor/receiver is aware that the invoice documents have been submitted into WAWF.

 

Send Additional Email Notification To:

**** [email protected]

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 15 of 26 FINAL

 

 

 

 

   (f) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shall process invoices/cost vouchers for payment per contract terms.  Contractors approved by DCAA for directbilling will submit cost vouchers directly to DFAS via WAWF.  Final voucher submission will be approved by the ACO.

   (g) The WAWF system has not yet been implemented on some Navy programs; therefore, upon written concurrence from the cognizant Procuring Contracting Officer, the Contractor is authorized to use DFAS WinS forelectronic end to end invoicing until the functionality of WinS has been incorporated into WAWF.

   (h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number or the NSWCCD WAWF point of contact at (301) 227-5419.

                                                            (End of Clause)

 SEA 5252.216-9122 LEVEL OF EFFORT (DEC 2000)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the work described in Sections B and C of this contract. The total level of effort for the performance of thiscontract shall be 76,000 total man-hours of direct labor, including subcontractor direct labor for those subcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level ofeffort.

(b) Of the total man-hours of direct labor set forth above, it is estimated that ___(to be identified at the task order level) man-hours are uncompensated effort.

Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additional compensation for such excess work. All other effort is defined as compensated effort. If no effort isindicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillment of the level of effort obligations under this contract.

(c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performed in direct support of this contract and shall not include time and effort expended on such things as (localtravel to and from an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at an employee's residence or other non-work locations (except asprovided in paragraph (j) below), or other time and effort which does not have a specific and direct contribution to the tasks described in Sections B and C.

(d) The level of effort for this contract shall be expended at an average rate of approximately _____ [Yearly number of labor hours divided by 52 weeks]hours per week. It is understood and agreed that the rate of man-hoursper month may fluctuate in pursuit of the technical objective, provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the term hereof, except as provided in thefollowing paragraph.

(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such an extent that the total man hours of effort specified above would be used prior to the expiration of theterm, the Contractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefits which would result, and an offer to undertake the acceleration at no increase in the estimatedcost or fee together with an offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of the term hereof. The offer shall provide that the work proposed willbe subject to the terms and conditions of this contract and any additions or changes required by then current law, regulations, or directives, and that the offer, with a written notice of acceptance by the Contracting Officer,shall constitute a binding contract. The Contractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Any agreement to accelerate will be formalized by contract modification.

(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor such that the total man hours of effort specified in paragraph (a) above would be used prior to theexpiration of the term. This order shall specify the acceleration required and the resulting revised term. The Contractor shall acknowledge this order within five days of receipt.

(g) If the total level of effort specified in paragraph (a) above is not provided by the Contractor during the period of this contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract asfollows:

Fee Reduction = Fee x ((Required LOE minus Expended LOE)divided by Required LOE)

or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable, require the Contractor tocontinue to perform the work until the total number of man hours of direct labor specified in paragraph (a) above shall have been expended, at no increase in the fee of this contract.

(h) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative Contracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort(compensated and uncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shall indicate on each invoice the total level of effort claimed during the period covered bythe invoice, separately identifying compensated effort and uncompensated effort, if any.

(i) Within 45 days after completion of the work under each separately identified period of performance hereunder, the Contractor shall submit the following information in writing to the Contracting Officer with copies tothe cognizant Contract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number of man hours of direct labor expended during the applicable period; (2) a breakdown of this totalshowing the number of man hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable costincurred under the contract for the period. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, in the case of a cost underrun; (5) the amount by which the estimatedcost of this contract may be reduced to recover excess funds and, in the case of an underrun in hours specified as the total level of effort; and (6) a calculation of the appropriate fee reduction in accordance with this clause.All submissions shall include subcontractor information.

(j) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish man hours up to five percent in excess of the total man hours specified in paragraph (a) above, provided that the additionaleffort is furnished within the term hereof, and provided further that no increase in the estimated cost or fee is required.

(End of Clause)

SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)

(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contractsubline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below. The amount(s) presently available andallotted to this contract for payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINscovered thereby, and the period of performance for which it is estimated the allotted amount(s) will cover are as follows:

The total funded amount of the contract is $964,117.77

The breakdown for cost and fee for CLIN 4000 is as follows :

    

 Amount                           COST                    FEE

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 16 of 26 FINAL

 

$1,048,117.77                    $970,479.42           $77,638.35

(b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover.

(c) CLINs/SLINs are fully funded and performance under these CLINs/SLINs is subject to the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)"(FAR 52.232-21), as applicable.

(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the from the costs of performance of fully funded CLINs/SLINs.

FUNDING PROFILE

INCREMENTAL FUNDING IN THE AMOUNT OF $ 1,049,117.77 HAS BEEN PROVIDED FOR THIS TASK ORDER.  APPLICABLE ACCOUNTING AND APPROPRIATION DATA IS CITED HEREIN.Subject to the provisions of the clause entitled "Limitation of Funds" (FAR 52.232-22) of the General Provisions of this contract, no legal liability  on the part of the Government for payment in excess of $784,117.77shall arise unless additional funds are made available and are incorporated as a modification to this task order. 

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------400001 90621205 49000.00  LLA : AA 97X4930 NH1C 000 77777 0 000167 2F 000000 994901302524  600001 90621212 1000.00  LLA : AA 97X4930 NH1C 000 77777 0 000167 2F 000000 994901302524   BASE Funding 50000.00 Cumulative Funding 50000.00  MOD 01  400002 91690133 30000.00  LLA : AB 97X4930 NH1C 000 77777 0 000167 2F 000000 994901302424   MOD 01 Funding 30000.00 Cumulative Funding 80000.00  MOD 02  400002 91690133 (30000.00)  LLA : AB 97X4930 NH1C 000 77777 0 000167 2F 000000 994901302424  400003 91826026 30000.00  LLA : AC 97X4930 NH1C 000 77777 0 000167 2F 000000 992914010017   MOD 02 Funding 0.00 Cumulative Funding 80000.00  MOD 03  400004 91887223 30000.00  LLA : AD 97X4930 NH1C 000 77777 0 000167 2F 000000 091912810622   MOD 03 Funding 30000.00 Cumulative Funding 110000.00  MOD 04  400005 92657663 25000.00  LLA : AE 97X4930 NH1C 000 77777 0 000167 2F 000000 091913120025  400006 92657668 25000.00  LLA : AF 97X4930 NH1C 000 77777 0 000167 2F 000000 091913120068   MOD 04 Funding 50000.00 Cumulative Funding 160000.00  MOD 05 Funding 0.00 Cumulative Funding 160000.00  MOD 06  400007 00124988 110000.00  LLA : AA 97X4930 NH1C 000 77777 0 000167 2F 000000 994901302524   MOD 06 Funding 110000.00 Cumulative Funding 270000.00  MOD 07  400008 01243106 20000.00  LLA : AG 1701804 8B5B 257 SA312 0 068342 2D 000000 15BN00000N00 Standard Number: N0002410WX00799 AA  400009 01243140 55000.00  LLA : AH 97X4930 NH1C 000 77777 0 000167 2F 000000 101912870108  400010 01243151 20000.00  LLA : AJ 97X4930 NH1C 000 77777 0 000167 2F 000000 101910340401  400011 01243169 40000.00  LLA : AK 97X4930 NH1C 000 77777 0 000167 2F 000000 091913334901   MOD 07 Funding 135000.00 Cumulative Funding 405000.00  MOD 08 

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 17 of 26 FINAL

 

 400012 02537476 40000.00  LLA : AL 1701804 60BA 253 39040 068732 2D X00005 39040001QB5Q Standard Number: N3904010PX00005 AA  400013 02537481 30000.00  LLA : AM 1701804 70BA 250 32253 0 045924 2D X12662 3225300B5WFQ Standard Number: N3225310PX12662/AA   MOD 08 Funding 70000.00 Cumulative Funding 475000.00  MOD 09  400014 10144248 50000.00  LLA : AN 1711804 70BA 250 32253 0 045924 2D X12608 3225310AXNTQ Standard Number: N3225311PX12608 AA   MOD 09 Funding 50000.00 Cumulative Funding 525000.00  MOD 10  400015 10463589 110000.00  LLA : AP 97X4930 NH1C 000 77777 0 000167 2F 000000 994961602124   MOD 10 Funding 110000.00 Cumulative Funding 635000.00  MOD 11 Funding 0.00 Cumulative Funding 635000.00  MOD 12  400016 11786886 20000.00  LLA : AQ 97X4930 NH1C 000 77777 0 000167 2F 000000 111912120012   MOD 12 Funding 20000.00 Cumulative Funding 655000.00  MOD 13  400017 12386044 50000.00  LLA : AR 97X4930 NH1C 000 77777 0 000167 2F 000000 101913344501  400018 12386046 50000.00  LLA : AS 97X4930 NH1C 000 77777 0 000167 2F 000000 101913344601   MOD 13 Funding 100000.00 Cumulative Funding 755000.00  MOD 14  400019 12559076 29117.77  LLA : AT 1711804 60BA 257 00060 R 068732 2D C2ARAL 636321B1CR4Q Standard Number: N0006011RC2ARAL AA   MOD 14 Funding 29117.77 Cumulative Funding 784117.77  MOD 15  400020 1300253791 180000.00  LLA : AU 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001084920   MOD 15 Funding 180000.00 Cumulative Funding 964117.77  MOD 16  400021 1300292169 85000.00  LLA : AV 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001322942   MOD 16 Funding 85000.00 Cumulative Funding 1049117.77  MOD 17  400022 1300320368 25368.46  LLA : AW 97X4930 NC1A 000 81004 0 050120 7R 000000 8PMS00000000 Incremental Funding under TI-14-A, in the amount of $25,368.46.  400023 1300320369 19380.69  LLA : AX 1721804 60BA 257 39040 068732 2D X20008 39040202WLDD Standard Number: N3904012PX20008/AA Incremental Funding under TI-14-A, in the amount of $25,368.46.  Standard Document - N3904012PX20008/AA  400024 1300321365 42000.00  LLA : AY 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001528584 Incremental Funding under TI-14-A, in the amount of $42,000.00.   MOD 17 Funding 86749.15 Cumulative Funding 1135866.92  MOD 18  400025 1300335733 189000.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 18 of 26 FINAL

 

AZ 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001621213 Incremental Funding under TI-14B, in the amount of $189,000.00.   MOD 18 Funding 189000.00 Cumulative Funding 1324866.92  MOD 19  400026 1300360877 20000.00  LLA : BA 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001796592 Standard Number: N4215813WR30190/AA Incremental Funding under TI-14D, in the amount of $20,000.00. Funding Document - N4215813WR30190/AA. 10 U.S.C. 2410(a) is hereby invoked. Funding availability for performance through 06/27/2014. The period of performance for work associated with SLIN 400026 is extended from 06/27/2013 to 06/27/2014.  400027 1300358147 10000.00  LLA : BB 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001781540 Standard Number: N0002413WX02893/AA Incremental Funding under TI-15, in the amount of $10,000.00. Funding Document - N0002413WX02893/AA. 10 U.S.C. 2410(a) is hereby invoked. Funding availability for performance through 06/27/2018. The period of performance for work associated with SLIN 400027 is extended from 06/27/2013 to 06/27/2018.  400028 1300358147 10000.00  LLA : BC 97X4930 NH1C 252 77777 0 050120 2F 000000 A10001781540 Standard Number: N0002413WX02893/AA Incremental Funding under TI-15, in the amount of $10,000.00. Funding Document - N0002413WX02893/AA. 10 U.S.C. 2410(a) is hereby invoked. Funding availability for performance through 06/27/2018. The period of performance for work associated with SLIN 400028 is extended from 06/27/2013 to 06/27/2018.  400029 1300360879 20000.00  LLA : BD 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001796599 Standard Number: N0010413WX00804/AA Incremental Funding under TI-14E, in the amount of $20,000.00. Funding Document - N0010413WX00804/AA. 10 U.S.C. 2410(a) is hereby invoked. Funding availability for performance through 06/27/2014. The period of performance for work associated with SLIN 400029 is extended from 06/27/2013 to 06/27/2014.   MOD 19 Funding 60000.00 Cumulative Funding 1384866.92  MOD 20 Funding 0.00 Cumulative Funding 1384866.92  MOD 21  400030 130040715500001 135000.00  LLA : BE 97X4930 NH1C 252 77777 0 050120 2F 000000 A00002156112 Incremental Funding under TI-16, in the amount of $135,000.00.   MOD 21 Funding 135000.00 Cumulative Funding 1519866.92  MOD 22 Funding 0.00 Cumulative Funding 1519866.92  MOD 23 Funding 0.00 Cumulative Funding 1519866.92 

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 19 of 26 FINAL

 

SECTION H SPECIAL CONTRACT REQUIREMENTS

CAR-H09 Performance-Based Acquisition Evaluation Procedures for a SeaPort e Task Order (MAR 2006)(NSWCCD)

(a) Introduction: The contractor’s performance on this task order will be evaluated by the Government, in accordancewith this task order clause. The first evaluation will cover the period ending twelve months after the date of taskorder award with successive evaluations being performed for each twelve-month period thereafter until the contractorcompletes performance under the task order. Based on the evaluation results, the PCO will assign an overallperformance rating in accordance with paragraph (b) of this clause. The purpose of the evaluation is to determineremedies that may be invoked due to “Unsatisfactory” performance. If the PCO assigns an "Unsatisfactory"performance rating for the period evaluated, the PCO may take unilateral action, in accordance with clause 52.246-5entitled “Inspection of Services-Cost Reimbursement”, dated Apr 1984, in Section E of the base contract, to providefor a fee reduction covering the performance period evaluated. This clause provides the basis for evaluation of thecontractor’s performance and for determining if the fee amount should be reduced due to “Unsatisfactory”performance.

(b) Performance Ratings: The Government will evaluate the contractor’s performance of the Statement of Work underthe task order for each twelve month period of performance, using the measurable performance standards set forth inthe Performance Requirements Summary Table in the SOW, or elsewhere in the task order, and the PCO will assignone of the following ratings:

(1) Excellent

(2) Very Good

(3) Satisfactory

(4) Unsatisfactory

The standards associated with these ratings are given in the following Table 1.

Table 1: Overall Performance Ratings

For The Evaluation Period

OverallPerformanceRating

Standard

Excellent“Excellent” ratings for all performanceevaluation criteria.

Very GoodA combination of “Excellent” and“Satisfactory” ratings determined by thePCO to exceed Satisfactory” overall.

SatisfactoryA minimum of “Satisfactory” ratings forall performance evaluation criteria.

UnsatisfactoryA rating of “Unsatisfactory” for one ormore performance evaluation criteria.

(c) Evaluation Objective: The purpose of the evaluation and the inclusion of a remedy to the Government forunsatisfactory contractor performance under this task order is to ensure that the Government receives at least“Satisfactory” overall performance.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 20 of 26 FINAL

 

(d) Performance Evaluation Criteria: The contractor’s performance will be evaluated on an annual basis using thecriteria and standards provided for each task objective in the Performance Requirements Summary Table, andconsidering the criterion in Tables 2 through 4 of this task order clause.

(e) Organization: The performance evaluation organization consists of the Procuring Contracting Officer (PCO), whowill serve as the Evaluation Official, and the Task Order Manager (ToM).

(1) ToM: The ToM will provide ongoing performance monitoring, evaluate task performance based on the task orderPerformance Requirements Summary, prepare the evaluation report, including a recommended overall performancerating, and submit the report to the PCO for final decision within thirty days after the end of the evaluation period.The ToM will maintain the written records of the contractor’s performance so that a fair and accurate evaluation ismade.

(2) Procuring Contracting Officer (PCO): The PCO is responsible for properly administering the performanceevaluation process, maintaining the official performance evaluation file, and making the decision about the overallperformance rating and whether to reduce the fee if performance is rated as unsatisfactory.

(f) Evaluation Schedule: Each performance evaluation will cover the previous twelve months of performance. TheGovernment will evaluate all work under the task order performed by the contractor during the twelve-month period.Following each evaluation period, the PCO (or Contract Specialist if so designated by the PCO) and the ToM willhold a meeting with the contractor’s Senior Technical Representative to review performance under the task orderduring the previous twelve months, including overall trends, specific problem areas, if any, and their resolution.Other Government and contractor personnel may also participate as deemed appropriate.

(g) Contractor’s Self-Evaluation: The contractor may also submit a Self-Evaluation Report for consideration. Thereport must include an overall performance rating for the task order, covering the evaluation period, and may includewhatever information the contractor deems relevant to support that rating. The report shall not exceed two (2) pagesin length.

(h) Performance Evaluation: The PCO will make the decision on the overall performance rating for the workperformed under the task order within thirty days after receipt of the evaluation report from the ToM. The decisionwill be based upon the ToM’s recommendations, the contractor’s comments, including any Self-Evaluation Report,and any other information deemed relevant by the PCO. The PCO shall resolve disagreements between the ToM’srecommendations and the contractor’s comments/report regarding the evaluation. The PCO will provide a copy ofthe evaluation report, including the overall rating, to the contractor within five working days after completion of theevaluation.

(i) Contractor’s Review of the Evaluation Report: Contractors shall be given a minimum of 15 calendar days tosubmit comments, rebut statements, or provide additional information. The PCO shall consider the contractor’ssubmission and respond as appropriate. Although the PCO will consider the contractor’s comments, rebuttals, oradditional information, the PCO may, or may not, change the overall rating. The decision to change the ratingbased on contractor input at this stage is solely at the discretion of the PCO.

(j) This performance evaluation does not replace any other requirement for evaluating contractor performance thatmay be required by the base contract, such as a Contractor Performance Assessment Reporting System (CPARS)report, or a Task Order Performance Evaluation (TOPE).

TABLE 2: TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS

Criterion UNSATISFACTORY SATISFACTORY EXCELLENT

TaskPerformance

Work product fails tomeet AcceptableQuality Levels(AQLs) defined inPerfor-manceRequirements

Work productroutinely meetsAcceptable QualityLevels (AQLs)defined inPerformance

Work productfrequently exceedsAcceptable QualityLevels (AQLs)defined inPerformance

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 21 of 26 FINAL

 

Summary Table (seeSOW or elsewhere inthe Task Order).

Require-mentsSummary Table(seeSOW or elsewhere inthe Task Order).

RequirementsSummary Table (seeSOW or elsewhere inthe Task Order).

Staffing

Contractor providesmarginally qualified orunqualified personnel.Lapses in coverageoccur regularly.

Contractor providesqualified personnel.Lapses in coveragemay occasionallyoccur and aremanaged perindividual task orderpolicy.

Contractor provideshighly qualifiedpersonnel.Contractor reassignspersonnel to ensureproper coverage.Actual lapsesincoverage occur veryrarely, if ever, andare managed perindividual task orderpolicy. Contractorensures staff trainingremains current.

Timeliness

Contractor frequentlymisses deadlines,schedules, or is slowto respond togovernment requestsor is non-responsiveto governmentrequests.

Contractor routinelymeets deadlines,schedules, andresponds quickly togovernment requests.

Contractor alwaysmeetsdeadlines,schedules, andrespondsimmediately togovernmentrequests.

CustomerSatisfaction

Fails to meet customerexpectations

Meets customerexpectations.

Exceeds customerexpectations.

TABLE 3: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

ProblemResolution

Problems areunresolved, repetitive,or take excessivegovernment effort toresolve.

Problems areresolved quicklywith minimalgovernmentinvolvement.

Problems arenon-existent or thecontractor takescorrective actionwithout governmentinvolvement.

Responsiveness

Contractor’smanagement isunresponsive togovernment requests

Contractor’smanagement isresponsive togovernment requests

Contractor’smanagement takesproactive approachin dealing with

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 22 of 26 FINAL

 

and concerns. and concerns.

governmentrepresentatives andanticipatesGovernmentconcerns.

Communications

Contractor often failsto communicate withgovernment in aneffective and timelymanner.

Contractor routinelycommunicates withgovernment in aneffective and timelymanner.

Contractor takes aproactive approachsuch thatcommunications arealmost always clear,effective, andtimely.

TABLE 4: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

CostManagement

Contractor routinelyfails to complete theeffort within theoriginally agreed toestimated cost, i.e.cost overrunsfrequently occur.

Contractor routinelycompletes the effortwithin the originallyagreed to estimatedcost. Contractorprovides measuresfor controlling allcosts at estimatedcosts. Funds andresources aregenerally used in acost-effectivemanner. No majorresourcemanagementproblems areapparent.

Reductions in directcosts to theGovernment belowcontract estimatedcosts arenoteworthy.Contractor providesdetailed costanalysis andrecommendations toGovernment forresolution ofproblems identified.Funds and resourcesare optimally usedto provide themaximum benefit forthe funds andresources available.Documented savingsare apparent.

CostReportingReports are generallylate, inaccurateincomplete or unclear.

Reports are timely,accurate, completeand clearly written.Problems and/ortrends are addressed,

Reports are clear,accurate, andpro-active.Problems and/ortrends are addressed

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 23 of 26 FINAL

 

and an analysis isalso submitted.

thoroughly, and thecontractor’srecommendationsand/or correctiveplans areimplemented andeffective.

See Attachment CAR-H10 PERFORMANCE REQUIREMENTS SUMMARY TABLE

H-5 TASK ORDER PROCESS

J. Ombudsman Description. In accordance with FAR 16.505(a)(7), no protest under FAR Subpart 33.1 is authorizedin connection with PCO decisions regarding fair opportunity or the issuance of a TO under this contract, except for aprotest on the grounds that a TO increases the scope, period, or maximum value of the contract. The Local WarfareCenter Site Deputy for Small Business has been designated as the NAVSEA and related Program Executive OfficesOmbudsman for this contract. The NAVSEA Ombudsman will review complaints from the contractors and ensurethat all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract.Complaints to the NAVSEA Ombudsman must be forwarded to:

Mrs. Irene Katacinski(215) 897-7596

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 24 of 26 FINAL

 

SECTION I CONTRACT CLAUSES

CAR-I18 TECHNICAL INSTRUCTIONS (DEC 2001)

(a) Performance of the work hereunder may be subject to written technical instructions signed by the Task OrderManager. As used herein, technical instructions are defined to include the following:

(1) Directions to the Contractor that suggest pursuit of certain lines of inquiry, shift work emphasis, fill in details orotherwise serve to accomplish the statement of work.

(2) Guidelines to the Contractor that assist in the interpretation of drawings, specifications or technical portions ofwork description.

(b) Technical instructions must be within the general scope of work stated in the task order. Technical instructionsmay not be used to :

(1) assign additional work under the task order;

(2) direct a change as defined in the “Changes” clause of the base contract;

(3) increase or decrease the contract price or estimated amount (including fee), as applicable,

the level of effort, or the time required for task order performance; or

(4) change any of the terms, conditions or specifications of the task order.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order

or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10)working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by thetechnical instruction unless and until the Contracting Officer notifies the Contractor that the technical instruction iswithin the scope of this task order.

(d) Nothing in the paragraph (c) of this clause shall be construed to excuse the Contractor from performing thatportion of the task order statement of work which is not affected by the disputed technical instruction.

(End of Clause)

 52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

(a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed $0.00.

(End of Clause)

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 25 of 26 FINAL

 

SECTION J LIST OF ATTACHMENTS

Attachment I - CAR-H10 PERFORMANCE REQUIREMENTS SUMMARY TABLE (MAR 2006)(NSWCCD)Attachment II- DD 254

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHP5 AMENDMENT/MODIFICATION NO.

 23 PAGE

 26 of 26 FINAL