page of pages amendment of …teklaresearch.com/seaport/n00178-hr0106red.pdf · 110 vernon avenue...

34
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 06 25-Sep-2013 1300379795 N/A 6. ISSUED BY CODE N61331 7. ADMINISTERED BY (If other than Item 6) CODE S2404A NSWC, PANAMA CITY 110 Vernon Avenue Panama City FL 32407-7001 [email protected] 850-234-4396 DCMA Manassas 10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA 20109-2342 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Tekla Research Inc. 1990 Old Bridge Road, Suite 201 Woodbridge VA 22192-2355 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-07-D-5270-HR01 10B. DATED (SEE ITEM 13) CAGE CODE 07EQ9 FACILITY CODE 16-Nov-2012 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: Limitation of Funds 52.232-22 [ ] 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) Marlene M Davidson, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Marlene M Davidson 25-Sep-2013 (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 3

Upload: others

Post on 24-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

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

06 25-Sep-2013 1300379795 N/A6.  ISSUED BY CODE N61331 7.  ADMINISTERED BY (If other than Item 6) CODE S2404A

NSWC, PANAMA CITY

110 Vernon Avenue

Panama City FL 32407-7001

[email protected] 850-234-4396

 

DCMA Manassas

10500 BATTLEVIEW PARKWAY, SUITE 200

MANASSAS VA 20109-2342

 

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

Tekla Research Inc.    1990 Old Bridge Road, Suite 201    Woodbridge VA 22192-2355   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-07-D-5270-HR01

    10B.  DATED (SEE ITEM 13)

CAGECODE

07EQ9 FACILITY CODE   16-Nov-2012

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[   ]The above numbered solicitation is amended as set forth in Item 14.  The hour and date specified for receipt of Offers  [   ]   is extended, [   ]  is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers.  FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.  If by virtue of thisamendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitationand this amendment, and is received prior to the opening hour and date specified.12.  ACCOUNTING AND APPROPRIATION DATA (If required)

SEE SECTION G 

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

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

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

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

[X] C.  THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:Limitation of Funds 52.232-22

[  ] 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)

       Marlene M Davidson, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Marlene M Davidson 25-Sep-2013 

(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 3

Page 2: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

GENERAL INFORMATION

The purpose of this modification is to (1) award term 1 and (2) incrementally fund Labor CLIN 4001 in the amountof $31,942.00. Accordingly, said Task Order is modified as follows: A conformed copy of this Task Order isattached to this modification for informational purposes only.

1. The total task order amount  is increased to the following:

                                  

                       Task Order Total Cost  

Category From By   To

Labor Cost  $                      

Fixed Fee  $                                

ODC   $                                 

Total CPFF   $                        

2. Funding in the amount of has been added to CLIN 4001 by incorporating SLINs400101 and 400102 as follows: 400101      1300379795                           LLA : AF 97X4930 NH1D 252 77777 0 050120 2F 000000 A00001926244  400102      1300379799                           LLA : AG 97X4930 NH1D 252 77777 0 050120 2F 000000 A00001927091  

           CLIN 4001 Funding Profile

CLIN 4001 From By   To

Labor Cost  $                     -    $              

Fixed Fee  $                     -    $                        

Total CPFF   $                     -    $               

3. The Total Task Order funding profile is updated as follows:                        

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 2 of 3 FINAL

 

Page 3: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

                   Task Order  Funding Profile 

 Category From By   To

Labor Cost  $                             

Fixed Fee  $                                           

ODC   $                                                       

Total CPFF   $                                

                    

 

 This Task Order is incrementally funded and FAR Clause 52.232-22 titled "Limitation of Funds"

(APR 1984) is applicable and in effect. The amount of funding,  which includes a fixed

fee of is the maximum amount reimbursable under this Task Order prior to its

modification to provide additional funds. The amount of shall not be exceeded untilthis Task Order is modified to provide additional funding. This amount shall only be exceeded at theContractor’s own risk and the Government shall not be liable for costs incurred above the fundedamount. The Contractor shall notify the Contracting Officer, in writing, whenever it has reason tobelieve that the costs it expects to incur under this contract in the next 60 days, when added to allcosts previously incurred, will exceed 75 percent of the funded amount for this Task Order.

4. The performance period of this Award Term is from 27 September 2012 thru 26 September 2014and in accordance with 10 U.S.C. 2410(a) Authority the CLINs awarded cannot exceed 12 months.In accordance with NAVSEA Joint Policy Memorandum dated 21 March 2013, a SLIN period ofperformance cannot exceed a CLIN’s period of performance.

5. Except as provided by this modification, all other terms and conditions of this task order remainsunchanged and in full force and effect.

 

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 3 of 3 FINAL

 

Page 4: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES  For Cost Type Items:  Item   PSC  Supplies/Services       Qty  Unit            Est. Cost        Fixed Fee           CPFF ------ ---  -----------------       ---- ----      ---------------  --------------- --------------  4000   R425  Provide              6080.0  LH                                       Navy/Marine Air                               Ground Task Force                             (MAGTF) Ship                                  Integration                                   Center (N/MSIC)                               Analytic Support                              per Section C                                 (Performance Work                             Statement), the                               attached DD Form                              254 (DOD Contract                             Security                                      Classification                                Specification)                                and DD Form 1423                              (CDRL) in Section                             J. See Note A.                                Funding Type                                  (O&MN,N)                          400001 R425  Incremental                        funding for Labor              CLIN 4000 (WCF)    400002 R425  Incremental                        funding for Labor              CLIN 4000 (WCF)    400003 R425  Incremental                        funding for Labor              CLIN 4000                      (O&MN,N)           400004 R425  Incremental                        funding for Labor              CLIN 4000 PR#                  1300376676                     (O&MN,N)           4001   R425  Provide              6080.0  LH                                       Navy/Marine Air                               Ground Task Force                             (MAGTF) Ship                                  Integration                                   Center (N/MSIC)                               Analytic Support                              per Section C                    

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 1 of 31 FINAL

 

Page 5: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

             (Performance Work                             Statement), the                               attached DD Form                              254 (DOD Contract                             Security                                      Classification                                Specification)                                and DD Form 1423                              (CDRL) in Section                             J. See Notes A                                and B. Funding                                Type (O&MN,N)                     400101 R425  PR#1300379795 $                     . 10 USC                 2410 (a) applies               (O&MN,N)           400102 R425  PR 1300379799                       . 10 USC                2410(a) applies                (WCF)               For ODC Items:  Item   PSC  Supplies/Services       Qty  Unit            Est. Cost                                 ------ ---  -----------------       ---- ----      ----------------                                 6000   R425  Other Direct Cost       1.0  LO                           (ODC) in support                              of CLIN 4000.                                 Base Year. Note                               C. Funding Type                               (O&MN,N)                          600001 R425  Travel (O&MN,N)        6001   R425  Other Direct Cost       1.0  LO                           (ODC) in support                              of CLIN 4001.                                 Award Term 1.                                 Notes B and C.                                Funding Type                                  (O&MN,N)                           For Cost Type Items:  Item   PSC  Supplies/Services       Qty  Unit            Est. Cost        Fixed Fee           CPFF ------ ---  -----------------       ---- ----      ---------------  --------------- --------------  7000   R425  Provide              6080.0  LH                                       Navy/Marine Air                               Ground Task Force                             (MAGTF) Ship                                  Integration                                   Center (N/MSIC)                  

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 2 of 31 FINAL

 

Page 6: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

             Analytic Support                              per Section C                                 (Performance Work                             Statement), the                               attached DD Form                              254 (DOD Contract                             Security                                      Classification                                Specification)                                and DD Form 1423                              (CDRL) in Section                             J. See Notes A                                and B. Funding                                Type (TBD)                                    Option                             For ODC Items:  Item   PSC  Supplies/Services       Qty  Unit            Est. Cost                                 ------ ---  -----------------       ---- ----      ----------------                                 9000   R425  Other Direct Cost       1.0  LO                           (ODC) in support                              of CLIN 7000.                                 Award Term 2.                                 Notes B and C.                                Funding Type                                  (TBD)                                         Option                            

NOTES:

NOTE A: TERM FORM, LEVEL OF EFFORTFor Labor Items, CLINs 4000-4001; 7000, Offerors shall propose the level of effort specified for this CLINin this Section B.  The CLIN structure and corresponding level of effort in this Section B reflects the taskorder structure that will be awarded to each successful offeror. The PAYMENT OF FEE(S) (LEVEL OFEFFORT) clause applies to these Items. 

NOTE B: AWARD TERMCLIN which may be awarded in accordance with the award term conditions contained in the attached QualityAssurance Surveillance Plan (QASP). 

NOTE C: ODCOther Direct Costs, CLINs 6000-6001; 9000, shall be proposed in accordance with Section L. These Itemsare non-fee bearing CLINs and shall be priced as cost-only.  Non-fee bearing refers to fee (i.e., profit), notallowable indirect costs or burdens.

HQ B-2-0015  PAYMENTS OF FEE(S) (LEVEL OF EFFORT – ALTERNATE 1) (NAVSEA) (MAY 2010)

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 3 of 31 FINAL

 

Page 7: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

(a)  For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee"in cost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixed-fee type contracts for level of effort typecontracts.

(b)  The Government shall make payments to the Contractor, subject to and in accordance with the clause in thiscontract entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable.  Suchpayments shall be submitted by and payable to the Contractor pursuant to the clause of this contract entitled"ALLOWABLE COST AND PAYMENT" (FAR 52.216-7), subject to the withholding terms and conditions ofthe "FIXED FEE" or "INCENTIVEFEE" clause, as applicable, and shall be paid fee at the hourly rate(s) specified above per man-hour performedand invoiced.  Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract.  Inno event shall the Government be required to pay the Contractor any amount in excess of the funds obligatedunder this contract.

 End of Section B

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 4 of 31 FINAL

 

Page 8: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENTFOR

 MARINE AIR-GROUND TASK FORCE (MAGTF)NAVY/MARINE SHIP INTEGRATION CENTER (N/MSIC)

ANALYTIC SUPPORT 

1.0    SCOPE 

The Naval Surface Warfare Center Panama City Division (NSWC PCD), Code X31 (LittoralWarfare Analysis), has been tasked by the Office Of The Chief Of Naval Operations, Directorfor Expeditionary Warfare (OPNAV N85) to develop an all-encompassing suite of integratedmodels aimed at analysis of the logistical flow within LHA-8, LSD(X), and other amphibious andprepositioning ships.  Elements of the ship’s logistics to be modeled include:  FlightDeck/Aviation, Hangar Deck/Aviation Maintenance, Well Deck/Surface Craft, Munitions Build,Vehicle and Personnel Flow, Supplies Flow, and Medical Patient Flow. There is a requirement forSubject Matter Expertise (SME) in the area of United States Marine Corps (USMC) MAGTFoperations aboard ship in these particular activities.  This Performance Work Statement (PWS)specifies the requirements for a Contractor level of effort of analytical support that emphasizesthe USMC perspectives on MAGTF operations.

1.1 Acronym List

AL Aviation Liaison

AME Aviation Maintenance Expert

CAGE Commercial and Government Entity Code

CCR Central Contractor Registration

CDRL Contract Data Requirement List

CLIN Contract Line Item Number

COR Contracting Officer Representative

CPARS Contractor Performance Assessment Reporting System

CTE C4I Transition Expert

CUI Controlled Unclassified Information

DCAA Defense Contract Audit Agency

DCMA Defense Contract Management Agency

DoDAAC Department of Defense Activity Address Code

EB Electronic Business

FAR Federal Acquisition Regulation

GAM Vendor, Group Administrator

JSF Joint Strike Fighter

JTE Joint Transition Expert

LHA-8 Amphibious Assault Ship

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 5 of 31 FINAL

 

Page 9: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

LOE Level of Effort

LSD (x) Amphibious Assault Ship

MAC Multiple Award Contract

MAGTF MARINE AIR-GROUND TASK FORCE

MFE Munitions Flow Expert

N/MSIC Navy/Marine Ship Integration Center

NAVSEA Naval Sea Systems Command

NSWC-PCD Naval Surface Warfare Center Panama City Division

OCI Organizational Conflict of Interest

ODC Other Direct Costs

OFE Ordnance Flow Expert

OPNAV N85 Office Of The Chief Of Naval Operations, Director for Expeditionary Warfare

PFE Patient Flow Expert

POC Point of Contact

PPIRS Past Performance Information Retrieval System

PWS Performance Work Statement

QASP Quality Assurance Surveillance Plan

RDT&E Research Development Test and Evaluation

SDVOSB Service Disabled Veteran Owned Small Business

SLIN Sub Line Item 

SME Subject Matter Expertise

TTA Total Time Accounting

VTE Vehicle Transition Expert

VV&A Verification, Validation and Accreditation

WAWF Wide Area Workflow

2.0  APPLICABLE DOCUMENTS

The following documents of the exact issue shown, form a part of this PWS to the extentspecified herein.  In the event of conflict between the document referenced herein and thecontents of this PWS, the contents of this PWS shall take precedence. Second tier and lowerreference documents (i.e., documents referenced in the primary references) shall be for guidanceonly. Military Standards and Specifications are available at https://assist.daps.dla.mil/online/start.

2.1  Military Standards:

       a.   MIL-STD-3022 Department Of Defense Standard Practice Documentation OfVerification, Validation, and Accreditation (VV&A) For Models and Simulations dated 28 Jan2008

2.2  Military Specifications: None

2.3  Other Documents: 

        a.   SECNAVINST , Verification, Validation, and Accreditation (VV&A) of Models

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 6 of 31 FINAL

 

Page 10: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

and Simulations dated 19 April 1999

        b.   COMOPTEVFOR Instruction 5000.1A, Use of Modeling and Simulation (M&S) inOperational Test (OT) dated 09 September 2004

3.0  REQUIREMENTS

        a.    The Contractor shall participate in a kick-off meeting at NSWC PCD within tenworking days after the award of the Task Order to review the terms and conditions, PWS andContract Data Requirements List (CDRL) requirements for this task order.

        b.    The Contractor shall, using PWS paragraphs 2.1, 2.2, 2.3, and Government FurnishedInformation (GFI) for guidance, provide the support specified below.

 

The overall objective of this level of effort of analytical support is to provide objectiveassessment of cargo flow models and operations developed by NSWC PCD in support ofongoing amphibious shipping design efforts.  The objective of this effort will be to providesubject-matter expertise in the areas of logistics operations, amphibious operations, and MAGTFoperating concepts in order to support the development of more refined cargo flow models andoperations. The efforts will encompass the cargo flow analysis models, with associatedoperations and data that have been developed by NSWC PCD and elsewhere.  The effort willinclude research into appropriate and authoritative external sources within USN/USMC,gathering the required data in written form (where possible) and anecdotal form (whereavailable).  Exact and precise records will be kept regarding sources of data, dates obtained,publication references, and  points of contact (POCs). Such data will be compiled according toVerification, Validation, and Accreditation (VV&A) plans developed during the effort.  Thecontractor shall provide a level of effort of support using the guidance of PWS paragraphs2.1, 2.3, and Government Furnished Information (GFI)  to perform within the task areasspecified below.

3.1  Task Area #1 - Aviation Liaison Support

The Contractor shall provide recommended strategic linkages to the USMC aviation communityin support of fostering alignment across an enterprise wide effort.  The Contractor shall provideevaluation of current data sets on hand at NSWC PCD related to Aviation operations on theflight deck and hangar deck as well as the munitions build process, develop a comprehensive listof missing or questionable data, assumptions, operational concepts, provide any data alreadyknown to the Contractor, research appropriate sources, gather required data, providedocumentation on sources, dates, POCs, and publication references. The Contractor shall submitdocuments as required that relates to aviation operations. (CDRL A001, A002, A003)

3.2  Task Area #2 - Aviation Maintenance Support

The Contractor shall provide SME support to assist NSWC PCD in development of the aviationmaintenance module.  This will include critically assessing government furnished aviation

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 7 of 31 FINAL

 

Page 11: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

maintenance support data developed to date and providing recommended changes or additions. This is to include both legacy systems and emergent systems including JSF (Joint Strike Fighter)and MV-22 Osprey.  This work will entail examination of the functional area processes andsequence of events related to cargo flow and maintenance activities during amphibiousoperations.  The research in this area relates not only to deployment, but also arrival andassembly, sustainment, and reconstitution, with priority rankings to be determined. TheContractor shall submit documents as required related to aviation maintenance activities. (CDRLA001, A002, A003)

3.3  Task Area #3 - Medical Patient Flow Support

The Contractor shall assess government furnished medical patient flow support operationprocesses, procedures, and data currently being used in the Patient Flow sub-model.  The PFEshall identify and prioritize gaps in the information already on-hand and recommend specificmedical POCs, organizations, and databases relevant to the Patient Flow sub-model.  The PFEshall make contact with such organizations, facilitate their participation in N/MSIC, and collectcredible and traceable data for use in the sub-model. The Contractor shall submit documents asrequired related to medical patient flow activities. (CDRL A001, A002, A003)

3.4  Task Area #4 - Aircraft Munitions Flow Support

The Contractor shall assess the government furnished aviation munitions flow operationprocesses, procedures, and data currently being used in the Munitions Build sub-model.  TheContractor shall identify and prioritize gaps in the information already on-hand and recommendspecific munitions build POCs, organizations, and databases relevant to the Munitions Buildsub-model.  The Contractor shall make contact with such organizations, facilitate theirparticipation in N/MSIC, and collect credible and traceable data for use in the sub-model.  TheContractor shall submit documents as required related to aircraft munitions flowactivities. (CDRL A001, A002, A003)

3.5  Task Area #5 - Small Arms, Ordnance, Personnel Flow Support

The Contractor shall assess the government furnished small arms, ordnance, and personnel flowoperation processes, procedures, and data currently being used in the Vehicles, Personnel, andOrdnance sub-model.  The Contractor shall identify and prioritize gaps in the information alreadyon-hand and recommend specific vehicles/small arms/ordnance/personnel marshalling POCs,organizations, and databases relevant to the Vehicles, Personnel, and Ordnance sub-model.  TheContractor shall make contact with such organizations, facilitate their participation in N/MSIC,and collect credible and traceable data for use in the sub-model.  The Contractor shall submitdocuments as required related to personnel and vehicle marshalling, small arms and ordnance-handling activities. (CDRL A001, A002, A003)

3.6  Task Area #6 - Joint Strike Fighter (JSF) Transition Support

The Contractor shall assess the government furnished JSF transition support operationprocesses, procedures, and data currently being used in the Operational Framework sub-model,

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 8 of 31 FINAL

 

Page 12: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

the Flight Deck sub-model, the Hangar Deck Sub-model, and the Munitions Build sub-model. The Contractor shall identify and prioritize gaps in the information already on-hand andrecommend specific JSF POCs, organizations, and databases relevant to these sub-models.  TheContractor shall make contact with such organizations, facilitate their participation in N/MSIC,and collect credible and traceable data for use in these sub-models. The Contractor shall submitdocuments as required  as relates to JSF current and evolving operational processes anddata. (CDRL A001, A002, A003)

3.7  Task Area #7 - USMC Vehicle Transition Support

The Contractor shall assess the government furnished USMC vehicle transition supportoperation processes, procedures, and data currently being used in each sub-model which touchesvehicle-specific information.  The Contractor shall identify and prioritize gaps in the informationalready on-hand and recommend specific vehicle systems POCs, organizations, and databasesrelevant to these sub-models.  The Contractor shall make contact with such organizations,facilitate their participation in N/MSIC, and collect credible and traceable data for use in thesesub-models. The Contractor shall submit documents as required related to vehicle systemscurrent and evolving operational processes and data. (CDRL A001, A002, A003)

3.8  Task Area #8 - USMC Command, Control, Communications, Computers andIntelligence (C4I) Transition Support

The Contractor shall assess the government furnished USMC C4I transition support operationprocesses, procedures, and data currently being used in each sub-model as relates to C4I legacyand transitional technologies. The Contractor shall identify and prioritize gaps in the informationalready on-hand and recommend specific C4I POCs, organizations, and databases relevant tothese sub-models.  The Contractor shall make contact with such organizations, facilitate theirparticipation in N/MSIC, and collect credible and traceable data for use in these sub-models. TheContractor shall submit documents as required related to C4I current and evolving operationalprocesses and data.   (CDRL A001, A002, A003)

3.9  Progress Reporting

The contractor shall monitor cost expenditures, activities undertaken, and progress towardscompletion of work and report progress monthly.   Progress reporting elements include itemssuch as:

      a.     Narrative summary of the work performed and results obtained       b.     Anticipated activities for the following month      c.     An explanation of deviations from the last month’s projections      d.     Current or projected problems and issues being worked by the contractor         e.     Current or projected problems and issues requiring government attention        f.      Trip Reports for travel performed including highlights/summary of technicaldiscussion(s), action items and a list of attendees. (CDRL A004)

3.10  Travel

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 9 of 31 FINAL

 

Page 13: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

The contractor shall, as required, travel as specified and approved by the Contracting Officer’sRepresentative (COR).  The contractor shall not exceed funded ODC cost for travel withoutwritten authorization from the Contracting Officer.  Contractor personnel may be required totravel to deployment locations in the continental United States (CONUS) to support this PWS.Anticipated travel locations are from the Contractors facility to Washington D.C., San Diego,CA, Panama City, FL. and Norfolk, VA during each year of the period of performance.  Travel toany location shall be approved by the COR prior to departure.  The contractor shall submit anitemized list of projected expenses (airfare, lodging per night, per-diem, rental car, if necessary,and miscellaneous expenses) to the Contracting Officer and Contracting Officer’s Representativeat least 15 working day prior to expected departure.  

Travel expenses are limited by the Joint Travel Regulation.

3.11 Material Purchases          

Only items directly used for this Task Order, for work within the scope of the Statement ofthe Work, shall be purchased under the ODC line items. Material purchases above $3,000 shallbe approved by the PCO prior to purchase by the contractor. The purchase request shall beitemized and contain the cost or price analysis performed by the contractor to determine thereasonableness of the pricing. The request and supporting documentation shall be submitted tothe COR for concurrence prior to being submitted to the PCO for approval.

3.12  Place of Performance

Performance of this effort will primarily be in Panama City, FL. Washington DC., and San Diego,Ca.

4.0 GOVERNMENT FURNISHED PROPERTY

4.1 Government Furnished Information

The Government will provide all operational process, procedures, and data  required within 5days after award of the task order. The  Contractor shall return all GFI at the completion of theorder.

4.2 Government Furnished Material: None planned at this time

4.3 Government Furnished Equipment: None planned at this time

5.0  SECURITY

The Contractor may require access to classified information up to the SECRET level. All

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 10 of 31 FINAL

 

Page 14: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

documents prepared under this task order will be UNCLASSIFIED. The Contractor will not berequired to generate or store classified data to meet the requirements of this task order. Therequirements of the attached Department of Defense Contract Security ClassificationSpecification DD Form 254 (Attachment J.4) apply.

5.1  Information Security Requirements

a.   Controlled Unclassified Information (CUI):

Controlled unclassified information (CUI) is official information that requires the application ofcontrols and protective measures for a variety of reasons and has not been approved for publicrelease, to include technical information, proprietary data, information requiring protection underthe Privacy Act of 1974, and Government-developed privileged information involving the awardof contracts.  CUI is a categorical designation that refers to unclassified information that does notmeet the standards for National Security Classification under Executive Order 12958, asamended, but is (a) pertinent to the national interest of the United States or to the importantinterests of entities outside the Federal Government, and (b) under law or policy requiresprotection from unauthorized disclosure, special handling safeguards, or prescribed limits onexchange or dissemination.

b.  Minimum Requirements for Access to Controlled Unclassified Information (CUI):

Prior to access, contractor personnel requiring access to DON controlled unclassified information(CUI) or "user level access to DON or DoD networks and information systems, system securityand network defense systems, or to system resources providing visual access and/or ability toinput, delete or otherwise manipulate sensitive information without controls to identify and denysensitive information" who do not have clearance eligibility are required to submit aQuestionnaire for Public Trust Positions (Standard Form 85P) through the cognizant FacilitySecurity Officer or contractor entity representative to NSWC PCD Security, for a suitabilitydetermination by DON Central Adjudication Facility. 

c.  Minimum Protection Requirements for Controlled Unclassified Information (CUI):

Task Order deliverables taking the form of unclassified limited-distribution documents (e.g., ForOfficial Use Only (FOUO), Distribution Statement Controlled) are not authorized for publicrelease and, therefore, shall not be posted on a publicly accessible web server or electronicallytransmitted via E-Mail unless appropriately encrypted.

5.2 Operations Security

a. Operations Security (OPSEC) is concerned with the protection of critical information:  factsabout intentions, capabilities, operations, or activities that are needed by adversaries orcompetitors to bring about failure or unacceptable consequences of mission accomplishment.

Critical information includes information regarding:

- Operations, missions, and exercises, test schedules or locations.

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 11 of 31 FINAL

 

Page 15: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

- Location/movement of sensitive information, equipment, or facilities. - Force structure and readiness (e.g., recall rosters).- Capabilities, vulnerabilities, limitations, security weaknesses.- Intrusions/attacks of DoD networks or information systems.- Network (and system) user IDs and passwords.- Movements of key personnel or visitors (itineraries, agendas, etc.).- Security classification of equipment, systems, operations, etc. 

b. The contractor, subcontractors and their personnel shall employ the followingcountermeasures to mitigate the susceptibility of critical information to exploitation, whenapplicable:

   - Practice OPSEC and facilitate OPSEC awareness.   - Immediately retrieve documents from printers assessable by the public.    - Shred sensitive and Controlled Unclassified Information (CUI) documents when no longerneeded.    - Protect information from personnel without a need-to-know.    - When promulgating information, limit details to that essential for legitimacy.   - During testing and evaluation, practice OPSEC methodologies of staging   out of sight,desensitization, or speed of execution, whenever possible.

6.0 DATA DELIVERABLES

All data deliveries shall be in accordance with the schedule set forth in the attached Contract DataRequirements List, DD Form 1423-2, Exhibit A.

7.0 PERFORMANCE BASED REQUIREMENTS

This requirement is performance based. The contractor's performance will be evaluated by thegovernment as described in the Quality Assurance Surveillance Plan (QASP), Attachment J.5.The first evaluation will cover the period ending six months after date of task order award withsuccessive evaluations being performed at the end of each twelve-month period of performancethereafter until the contractor completes performance under all tasks. Evaluations will be postedto the Contractor Performance Assessment Report System (CPARS).

€€€€8.0 Government-Contractor Relationship 

        a. The services to be delivered under this Task Order are non-personal services and theparties recognize and agree that no employer-employee relationship exists or will exist under thecontract between the Government and the Contractor's personnel.  It is, therefore, in the bestinterest of the Government to afford both parties a full understanding of their respectiveobligations.  

        b. All Contractor, subcontractor, and consultant personnel shall wear prominent displayed

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 12 of 31 FINAL

 

Page 16: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

identification badges at all times when performing work on NSWC PCD property or attendingmeetings in the performance of this Task Order.  The badge shall contain the individual's name,the company name and logo.  When participating in such meetings (e.g., as a speaker, panelmember), those individuals in Contractor employ must supplement physical identification (e.g.,badges, place markers) with verbal annoucements so that it is clear to the assembled group thatthey are employees of the Contractor, not NSWC PCD employees. In addition, when working onNSWC PCD property, all contractor, subcontractor, and consultant personnel shall have signsvisible on their desks or at their work sites that clearly state that they are not NSWC PCDemployees.

        c. The Contractor is responsible for supervision of all contractor personnel assigned to thistask order.  The Contractor shall exercise ultimate control over all aspects of Contractorpersonnel day-to-day work under this task order including the assignment of work, means  andmanner of Contractor employee performance and the amount of Contractor supervisionprovided.  The Contractor shall be ultimately responsible for all aspects of performance underthis task order including the work of its Contractor personnel. 

Contractor personnel under this task order shall not:

1. Be placed in a position where they are under the supervision, direction, or evaluation of aGovernment employee.

2. Be placed in a position of command, supervision, administration or control over Governmentpersonnel, or over  personnel of other Contractors under other NSWC PCD contracts, or becomea part of the Government organization.

3. Be used in administration or supervision of Government procurement activities.            d. Employee Relationship:

              1. The services to be performed under this Task Order do not require the Contractoror it's personnel to exercise personal judgement and discretion on behalf of the Government. Rather the Contractor's personnel will act and exercise personal judgement and discretion onbehalf of the Contractor.              2. Rules, regulations, directives and requirements that are issued by the U.S. Navy andNSWC PCD under its responsibility for good order, administration, and security are applicableto all personnel who enter the Government installation or who travel on Governmenttransportation. This is not to be construed or interpreted to establish any degree of Governmentcontrol that is inconsistent with a non-personal services contract.               e.   Inapplicability of Employee Benefits: This task order does not create an employer-employee relationship. Accordingly, entitlements and benefits applicable to such relationships donot apply.  

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 13 of 31 FINAL

 

Page 17: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

              1. Payments by the Government under this task order are not subject to the Federalincome tax withholdings.                2. Payments by the Government under this task order are not subject to the FederalInsurance Contributions Act.              3. The Contractor is not entitled to unemployment compensation benefits under theSocial Security Act, as amended, by virtue of performance of this contract.               4. The contractor is not entitled to workman's compensation benefits by virtue of thiscontract.                5. The entire consideration and benefits to the Contractor for performance of thiscontract is contained in the provisions for payment under this contract.

        f.  Notice.  It is the Contractor's, as well as, the Government's responsibility to monitorcontract activities and notify the Contracting Officer if the Contractor believes that the intent ofthis clause has been or may be violated.  

              1. The Contractor should notify the Contracting Officer in writing promptly, withinthree (3) calendar days from the date of any incident that the Contractor considers to constitute aviolation of this clause.  The notice should include the date, nature, and circumstances of theconduct, the name, function and activity of each Government employee or Contractor official oremployee involved or knowledgeable about such conduct, identify any documents or substanceof any oral communication involved in the conduct, and the estimate in time by which theGovernment must respond to this notice to minimize cost, delay or disruption of performance.                2. The Contracting Officer will promptly, within five (5) calendar days after receipt ofnotice, respond to the notice in writing.  In responding, the Contracting Officer will either:

                (i) confirm the conduct is in violation and when necessary direct the mode of furtherperformance,                 (ii) countermand any communication regarded as a violation                (iii) deny that the conduct constitutes a violation and when necessary direct the modeof further performance; or                (iv) in the event the notice is inadequate to make a decision, advise the Contractor whatadditional information is required, and establish the date by which it should be furnished by theContractor and the date.   

9.0  SUBCONTRACTORS AND CONSULTANTS

        a. In addition to the information required by Federal Acquisition Regulation (FAR) 52.244-2in the contractor's basic SeaPort-e contract, the contractor shall include the following informationin requests to add subcontractors or consultants during performance, regardless of subcontracttype or pricing arrangement. These requirements apply to all subcontracts and consultingagreements where labor hours performed will be counted against the requirements of the Level ofEffort clause in Section H of the Task Order.

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 14 of 31 FINAL

 

Page 18: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

              1. A copy of the proposed subcontractor’s cost or price proposal.

              2. The results of negotiations to incorporate rate caps no higher than the lower of                             (i) SeaPort-e rate caps for the prime contractor, or in the case where the proposedsubcontractor is also a SeaPort-e prime,                                     (ii) rate caps that are no higher than the subcontractor's prime SeaPort-e contract.

              3. Detailed justifications to include second-tier subcontracting to other subcontractors orconsultants to include a rationale why these additional firms or consultants could not be obtainedby subcontracts or consulting agreements with the prime contractor.

        b. As required by FAR 15.404-3(b) the contractor shall conduct an appropriate cost or priceanalysis and include the results of this analysis with each request to add a subcontractor orconsultant."

        c. Time and Materials (T&M) pricing arrangements require an accounting system rating ofadequate as deemed by the Contracting Officer. In these instances, the contractor shall providespecific justification for negotiating subcontracts with this pricing arrangement. The primecontractor is strongly encouraged to ensure that any fee rate incorporated into the negotiatedlabor rate(s) does not exceed SeaPort-e limitations. In the case of subcontracts with T&M orLabor Hour pricing arrangements, also identify specific additional surveillance and controls to beemployed by the prime contractor to ensure that efficient performance methods are beingemployed.

End of Section C

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 15 of 31 FINAL

 

Page 19: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

SECTION D PACKAGING AND MARKING

MARKING OF REPORTS (NAVSEA) (SEP 1990)

All reports delivered by the Contractor to the Government under this contract shall prominentlyshow on the cover of the report:

(1) name and business address of the Contractor

(2) contract number

(3) task order number

(4) whether the contract was competitively or non-competitively awarded

(5) sponsor

                       Name of Individual Sponsor:

                       Name of Requiring Activity:

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

Distribution Limitation Statements

Technical Documents generated under this contract shall carry the followinng DistributionLimitation Statements. Word-processing/CAD files shall have the statements included in the filesuch that the first page of any resultant hard copy shall display the statements. For drawings, thestatements shall be as near to the title block as possible without obscuring any detail of thedrawing. Additionally, each diskette delivered shall be marked externally with the statements. 

“DISTRIBUTION STATEMENT D Distribution authorized to Department of Defense and U.S.DoD contractors for administrative or operational use only (January 2011). Other requests forthis document shall be referred to NSWC PCD Code X31, 110 Vernon Ave, Panama City FL,32407-7001.

DESTRUCTION - For classified documents, follow the procedures in DOD 5220.22M,Industrial Security Manual, Chapter 5, Section 7 or DOD 5200.1R, Information SecurityProgram Regulation, Chapter IX (Chapter 17 of OPNAVINST 5510.1).  For unclassified limiteddocuments, destroy by any method that will prevent disclosure of contents or reconstruction ofdocument.”

Any document or portion thereof carrying the above statement must be submitted to NSWC

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 16 of 31 FINAL

 

Page 20: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

PCD and be approved for public release prior to any public display or presentation.

End of Section D

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 17 of 31 FINAL

 

Page 21: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

SECTION E INSPECTION AND ACCEPTANCE

Inspection and acceptance of services and deliverables will be accomplished by Governmentpersonnel at the Naval Surface Warfare Center Panama Division, as specified in the QualityAssurance Surveillance Plan (QASP) attached, attachment J.5.  The plan defines that this reviewand acceptance will become part of the annual Contractor Performance Assessment ReportingSystem (CPARS).  The contractor may obtain more information regarding the CPARS process atthe following inter site: http://cpars.navy.mil.

All deliverables shall be FOB Destination.

                                                                End of Section E                                                                    

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 18 of 31 FINAL

 

Page 22: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

SECTION F DELIVERABLES OR PERFORMANCE

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

   

4000 11/16/2012 - 11/15/2013

4001 9/27/2013 - 9/26/2014

6000 11/16/2012 - 11/15/2013

6001 9/27/2013 - 9/26/2014

CLIN - DELIVERIES OR PERFORMANCE

Services may be performed at the Contractor facility, Naval Surface Warfare Center Panama CityDivision (NSWC PCD) or travel location. Location is dependent upon type of task beingperformed. All data deliveries shall be in accordance with the schedule set forth in the attachedContract Data Requirements List, DD Form 1423. DURATION OF TASK ORDER PERIOD

This task order shall be become effective on the date of award and shall continue for a period ofone year. In accordance with the QASP, the order may continue for up to two additional yearsbased on the contractor's performance.

The Period of Performance is as follows:

Base Period

4000                     November 16, 2012 - November 15, 2013 6000                     November 16, 2012 - November 15, 2013            

Award Term 1

4001                     September 27, 2013-September 26, 20146001                     September 27, 2013-September 26, 2014                    Award Term 2

7000                    Award of Award Term 2 through 12 months thereafter9000                    Award of Award Term 2 through 12 months thereafter

                                                                    End of Section F

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 19 of 31 FINAL

 

Page 23: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

SECTION G CONTRACT ADMINISTRATION DATA

ACCOUNTING DATA

The award document will include Accounting Data at the end of Section G. All lines ofaccounting are listed sequentially under a heading that identifies the particular action (award ormodification number) under which the funding was obligated. Under SeaPort-e, all funding isidentified/obligated at the SubCLIN (SLIN) level. SLINs are established sequentially by theSeaPort-e software. Each obligation of funds receives a unique SLIN identifier, even if the fundsare an increase to an existing line of accounting (ACRN). Thus, an individual functional area orTechnical Instruction that is funded incrementally, could have one ACRN but multiple SLINs. Accounting for expenditures and invoicing at the SLIN level is required.

===================================================================

GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT

Procurement Contracting OfficerMarlene M. Davidson, B31 110 Vernon Avenue   Panama City, Florida [email protected]

Contract SpecialistVincent Tomasi 110 Vernon Avenue    Panama City, Florida [email protected]

Contracting Officer RepresentativeTBA

OmbudsmanGerald Sorrell 110 Vernon AvePanama City, FL [email protected]

Defense Contract Management Agency (DCMA)To be determined at time of award

Defense Finance and Accounting Services (DFAS)To be determined at time of award

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 20 of 31 FINAL

 

Page 24: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

===================================================================

NSWCPC – G12 INVOICE INSTRUCTIONS (WAWF)

(a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OFPAYMENT REQUESTS” (DFARS 252.232-7003), the Naval Sea Systems Command(NAVSEA) will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) systemto accept supplies/services delivered under this contract.  This web-based system locatedat https://wawf.eb.mil provides the technology for government contractors and authorizedDepartment of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. Invoices for supplies/services rendered underthis contract shall be submitted electronically through WAWF. Submission of hard copyDD250/invoices may no longer be accepted for payment.

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

(c) The designated CCR EB point of contact is responsible for activating the company’s CAGEcode on WAWF by calling 1-866-618-5988. Once the company is activated, the CCR EB point ofcontact will self-register under the company’s CAGE code on WAWF and follow the instructionsfor a group administrator. After the company is setup on WAWF, any additional personsresponsible for submitting invoices must self-register under the company’s CAGE code athttps://wawf.eb.mil. 

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

Type of Document (contracting officer check all that apply)

___  Invoice (FFP Supply & Service)___  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 completeappropriate information as applicable)

 ISSUE DODAAC N61331 

 ADMIN DODAAC TBD 

 PAY OFFICE DODAAC TBD 

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 21 of 31 FINAL

 

Page 25: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

 INSPECTOR DODACC  

 SERVICE ACCEPTOR DODAAC N61331 

 SERVICE APPROVER DODAAC N61331             

 SHIP TO DODAAC N61331

 DCAA AUDITOR DODAAC TBD

 LPO DODAAC TBD

 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 of files per invoice is 5 megabytes. 

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

Send Additional Email Notification To:

COR (TO BE DETERMINED AT CONTRACT AWARD)

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

(g) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above1-866-618-5988 number or the NSWC Panama City WAWF point of contact June Fordham at(850) 234-4755. The NSWC Panama City WAWF alternate point of contact is Colette Hazard at(850) 235-5363. Questions may be sent via email to [email protected].

DFARS 252.204-0002 Line Item Specific : Sequential ACRN Order (Sep 2009)

===================================================================

EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES

When a Government facility is closed and/or early dismissal of Federal employees isdirected due to severe weather, a security threat, or a facility-related problem that

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 22 of 31 FINAL

 

Page 26: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

prevents personnel from working, on-site contractor personnel regularly assigned towork at that facility should follow the same reporting and/or departure directions givento Government personnel. The contractor shall not direct charge to the contract fortime off, but shall follow parent company policies regarding taking leave(administrative or other). Non-essential contractor personnel, who are not required toremain at or report to the facility, shall follow their parent company policy regardingwhether they should go/stay home or report to another company facility. Subsequentto an early dismissal and during periods of inclement weather, on-site contractorsshould monitor radio and television announcements before departing for work todetermine if the facility is closed or operating on a delayed arrival basis.

When Federal employees are excused from work due to a holiday or a special event (that isunrelated to severe weather, a security threat, or a facility-related problem), on-site contractorswill continue working established work hours or take leave in accordance with parent companypolicy. Those contractors who take leave shall not direct charge the non-working hours to thetask order.

Contractors are responsible for predetermining and disclosing their charging practices for earlydismissal, delayed openings, or closings in accordance with the FAR, applicable cost accountingstandards, and company policy. Contractors shall follow their disclosed charging practices duringthe task order period of performance, and shall not follow any verbal directions to the contrary.The Contracting Officer will make the determination of cost allowability for time lost due tofacility closure in accordance with FAR, applicable Cost Accounting Standards, and theContractor’s established accounting policy.

                                                                     End of Section G

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------400001 1300306845  LLA : AA 97X4930 NH1D 252 77777 0 050120 2F 000000 A00001418584   BASE Funding 20000.00 Cumulative Funding 20000.00  MOD 01  400002 1300317322  LLA : AB 97X4930 NH1D 252 77777 0 050120 2F 000000 A00001505108   MOD 01 Funding 20000.00 Cumulative Funding 40000.00  MOD 02  400003 1300347255  LLA : AC 97X4930 NH1D 260 77777 0 050120 2F 000000 A00001705678  

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 23 of 31 FINAL

 

Page 27: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

600001 1300347255  LLA : AD 97X4930 NH1D 260 77777 0 050120 2F 000000 A00001705678   MOD 02 Funding 108876.57 Cumulative Funding 148876.57  MOD 03 Funding 0.00 Cumulative Funding 148876.57  MOD 04 Funding 0.00 Cumulative Funding 148876.57  MOD 05  400004 1300376676  LLA : AE 97X4930 NH1D 252 77777 0 050120 2F 000000 A00001894281   MOD 05 Funding 96477.00 Cumulative Funding 245353.57  MOD 06  400101 1300379795  LLA : AF 97X4930 NH1D 252 77777 0 050120 2F 000000 A00001926244  400102 1300379799  LLA : AG 97X4930 NH1D 252 77777 0 050120 2F 000000 A00001927091   MOD 06 Funding  Cumulative Funding  

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 24 of 31 FINAL

 

Page 28: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

SECTION H SPECIAL CONTRACT REQUIREMENTS

5252.202-9101 ADDITIONAL DEFINITIONS (MAY 1993)

As used throughout this contract, the following terms shall have the meanings set forth below:

(a) DEPARTMENT - means the Department of the Navy.

(b) REFERENCES TO THE FEDERAL ACQUISITION REGULATION (FAR) - All referencesto

the FAR in this contract shall be deemed to also reference the appropriate sections of theDefense FAR

Supplement (DFARS), unless clearly indicated otherwise.

(c) REFERENCES TO ARMED SERVICES PROCUREMENT REGULATION OR DEFENSE

ACQUISITION REGULATION - All references in this document to either the Armed Services

Procurement Regulation (ASPR) or the Defense Acquisition Regulation (DAR) shall be deemedto be

references to the appropriate sections of the FAR/DFARS.

===================================================================

NAVSEA 5252.216-9122  LEVEL OF EFFORT-ALTERNATE 1 (MAY 2010)

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

(b)  Of the total man-hours of direct labor set forth above, it is estimated that                (Offeror tofill-in) man-hours are uncompensated effort.

 Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per weekwithout additional compensation for such excess work.  All other effort is defined as compensatedeffort.  If no effort is indicated in the first sentence of this paragraph, uncompensated effortperformed by the Contractor shall not be counted in fulfillment of the level of effort obligationsunder this contract.

 (c)  Effort performed in fulfilling the total level of effort obligations specified above shall only

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 25 of 31 FINAL

 

Page 29: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

include effort performed in direct support of this contract and shall not include time and effortexpended on such things as (local travel to and from an employee's usual work location),uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at anemployee's residence or other non-work locations (except as provided in paragraph (i) below), orother time and effort which does not have a specific and direct contribution to the tasks described inSections B and C.

 (d)  The level of effort for this contract shall be expended at an average rate ofapproximately                     hours per week.  It is understood and agreed that the rate ofman-hours per month may fluctuate in pursuit of the technical objective, provided such fluctuationdoes not result in the use of the total man-hours of effort prior to the expiration of the term hereof,except as provided in the following paragraph.

 (e)  If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure ofdirect labor to such an extent that the total man-hours of effort specified above would be used priorto the expiration of the term, the Contractor shall notify the Contracting Officer in writing settingforth the acceleration required, the probable benefits which would result, and an offer to undertakethe acceleration at no increase in the estimated cost or fee together with an offer, setting forth aproposed level of effort, cost breakdown, and proposed fee, for continuation of the work untilexpiration of the term hereof.  The offer shall provide that the work proposed will be subject to theterms 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 ContractingOfficer, shall constitute a binding contract.  The Contractor shall not accelerate any effort untilreceipt of such written approval by the Contracting Officer.  Any agreement to accelerate will beformalized by contract modification.

 (f)  The Contracting Officer may, by written order, direct the Contractor to accelerate theexpenditure of direct labor such that the total man-hours of effort specified in paragraph (a) abovewould be used prior to the expiration of the term.  This order shall specify the acceleration requiredand the resulting revised term.  The Contractor shall acknowledge this order within five days ofreceipt.

 (g)  The Contractor shall provide and maintain an accounting system, acceptable to theAdministrative Contracting Officer and the Defense Contract Audit Agency (DCAA), whichcollects costs incurred and effort (compensated and uncompensated, if any) provided in fulfillmentof the level of effort obligations of this contract.  The Contractor shall indicate on each invoice thetotal level of effort claimed during the period covered by the invoice, separately identifyingcompensated effort and uncompensated effort, if any.

 (h)  Within 45 days after completion of the work under each separately identified period ofperformance hereunder, the Contractor shall submit the following information in writing to theContracting Officer with copies to the cognizant Contract Administration Office and to theDCAA office to which vouchers are submitted:  (1) the total number of man-hours of direct laborexpended during the applicable period; (2) a breakdown of this total showing the number ofman-hours expended in each direct labor classification and associated direct and indirect costs; (3)

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 26 of 31 FINAL

 

Page 30: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

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 underthe contract, the Contractor shall submit, in addition, in the case of a cost underrun; (5) theamount by which the estimated cost of this contract may be reduced to recover excess funds.  Allsubmissions shall include subcontractor information.

 (i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimentalto contract performance, the Contractor may perform up to 10% of the hours at an alternativeworksite, provided the Contractor has a company-approved alternative worksite plan.  The primaryworksite is the traditional “main office” worksite. An alternative worksite means an employee’sresidence or a telecommuting center.  A telecommuting center is a geographically convenient officesetting as an alternative to an employee’s main office. The Government reserves the right to reviewthe Contractor’s alternative worksite plan. In the event performance becomes unacceptable, theContractor will be prohibited from counting the hours performed at the alternative worksite infulfilling the total level of effort obligations of the contract. Regardless of work location, all contractterms and conditions, including security requirements and labor laws, remain in effect.  TheGovernment shall not incur any additional cost nor provide additional equipment for contractperformance as a result of the Contractor’s election to implement an alternative worksite plan.

 (j) Notwithstanding any of the provisions in the above paragraphs and subject to theLIMITATION OF FUNDS or LIMITATION OF COST clauses, as applicable, the period ofperformance may be extended and the estimated cost may be increased in order to permit theContractor to provide all of the man-hours listed in paragraph (a) above.  The contractor shallcontinue to be paid fee for each man-hour performed in accordance with the terms of the contract.

===================================================================

BASIC CONTRACT CLAUSES

As applicable, all clauses contained in the basic, multiple award contract apply to any task orderresulting from this solicitation.===================================================================

CHANGES IN KEY PERSONNEL 

(a) The Contractor agrees that a partial basis for award of this contract is the list of keypersonnel proposed. Accordingly, the Contractor agrees to assign to this contract those keypersons whose resumes were submitted with the proposal necessary to fulfill the requirements ofthe contract. No substitution shall be made without prior notification to and concurrence of theContracting Officer in accordance with this requirement.

(b) The contractor agrees that during the first 180 days of the period of performance no key

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 27 of 31 FINAL

 

Page 31: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

personnel substitutions will be permitted unless such substitutions are necessitated by anindividual's sudden illness, death, or termination of employment. All proposed key personnelsubstitutions shall have qualifications equal to or higher than the qualifications of the person tobe replaced. The Contracting Officer shall be notified in writing of any proposed substitution atleast thirty (30) days, or forty-five (45) days if a security clearance is to be obtained, in advanceof the proposed substitution. Such notification shall include:

(1) An explanation of the circumstances necessitating the substitution;(2) A complete resume of the proposed substitute;(3) The hourly rates of the incumbent and the proposed substitute;(4) A chart summarizing the years of experience and professional development for the individualsinvolved in the substitution; and(5) Any other information requested by the Contracting Officer to enable him/her to judgewhether or not the Contractor is maintaining the same high quality of personnel that provided thepartial basis for award.

(c) In the event a requirement to increase the specified level of effort for a designated key laborcategory, but not the overall level of effort of the contract, occurs, the Contractor shall submit tothe Contracting Officer a written request for approval to add personnel to the designated laborcategory. The same information as specified in paragraph (b) above is to be submitted with therequest.

(d) The Contracting Officer shall evaluate requests for changes in personnel and promptly notifythe Contractor, in writing, whether the request is approved or disapproved.

===================================================================

NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)

(a) Performance of the work hereunder may be subject to written technical instructions signed bythe Contracting Officer's Representative specified in Section G of this contract. As used herein,technical instructions are defined to include the following:

(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift workemphasis, fill in details or otherwise serve to accomplish the contractual statement of work.

(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications ortechnical portions of work description.

(b) Technical instructions must be within the general scope of work stated in the contract.Technical instructions may not be used to: (1) assign additional work under the contract; (2)direct a change as defined in the "CHANGES"clause of this contract; (3) increase or decrease thecontract price or estimated contract amount (including fee), as applicable, the level of effort, orthe time required for contract performance; or (4) change any of the terms, conditions or

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 28 of 31 FINAL

 

Page 32: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

specifications of the contract.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scopeof the contractor is inconsistent with this requirement, the Contractor shall notify theContracting Officer in writing within ten (10)working days after the receipt of any suchinstruction. The Contractor shall not proceed with the work affected by the technical instructionunless and until the Contractor is notified by the Contracting Officer that the technicalinstruction is within the scope of this contract.

(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor fromperforming that portion of the contractual work statement which is not affected by the disputedtechnical instruction.

==================================================================GOVERNMENT FURNISHED INFORMATION (GFI)

NSWC PCD will provide the Contractor with access to all required programdocumentation, procedures and data required at NSWC PCD through the contract period ofperformance.  Access will be normally limited to Monday through Friday 0700-1700. Disposition of GFI will be made at contract completion. 

===================================================================

CAPPED RATES

The Offeror shall apply realistic rates that do not exceed the maximum capped rates contained inthe basic contract. The Offeror shall identify each capped rate contained in its Seaport contract.The capped rates shall not be exceeded. The capped rates shall flow down and become a part ofthe task order awarded as a result of this solicitation.

===================================================================

End of Section H 

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 29 of 31 FINAL

 

Page 33: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

SECTION I CONTRACT CLAUSES

 

See Section I of the Offerer's basic contract.

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 30 of 31 FINAL

 

Page 34: PAGE OF PAGES AMENDMENT OF …teklaresearch.com/seaport/N00178-HR0106red.pdf · 110 Vernon Avenue Panama City FL 32407-7001 vincent.tomasi@navy.mil 850-234-4396 ... DESCRIPTION OF

SECTION J LIST OF ATTACHMENTS

J.3 Supporting Cost Data

J.2 Cost Summary Format

J.4 DD 254 Template

CDRL

J.1 Key Personnel

J.5 QASP

 CONTRACT NO.

 N00178-07-D-5270 DELIVERY ORDER NO.

 HR01 AMENDMENT/MODIFICATION NO.

 06 PAGE

 31 of 31 FINAL