page of pages amendment of solicitation/modification … · corps logistics ... dallas/fort ......
TRANSCRIPT
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)
04 02-Jul-2013 M67854-12-R-0524 N/A6. ISSUED BY CODE M67854 7. ADMINISTERED BY (If other than Item 6) CODE M67854
MARCORSYSCOM
2200 Lester St Bldg 2200
Quantico VA 22134-6050
MARCORSYSCOM
2200 Lester St Bldg 2200
Quantico VA 22134-6050
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
Jacobs Technology, Inc. 600 William Northen Blvd. PO Box 884 Tullahoma TN 37388 9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X] N00178-04-D-4072-MU61
10B. DATED (SEE ITEM 13)
CAGECODE
07486 FACILITY CODE 26-Sep-2012
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
[ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of thisamendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitationand this amendment, and is received prior to the opening hour and date specified.12. ACCOUNTING AND APPROPRIATION DATA (If required)
SEE SECTION G
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
(*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. INITEM 10A.
[ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation
date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
[ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
[X] D. OTHER (Specify type of modification and authority)FAR 52.217-9, Option to Extend the Term of the Contract.
E. IMPORTANT: Contractor [ 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)
15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 15-Jul-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 J 1 3
GENERAL INFORMATION
The purpose of this modification is to fully fund and exercise Option Year One (1). A conformed copy of this TaskOrder is attached to this modification for informational purposes only.
The Line of Accounting information is hereby changed as follows:
The total amount of funds obligated to the task is hereby increased from by to .
CLIN/SLIN Type Of Fund From ($) By ($) To ($)
5000BA TBD
5000BB TBD
5000BC TBD
5000BD TBD
5000BE TBD
5000BF TBD
5000BG TBD
5000BH TBD
5000BJ TBD
5000BK TBD
5000BL TBD
5000BM TBD
5000BN TBD
5000BP TBD
5000BR TBD
5000BS TBD
5000BT TBD
5000BU TBD
5000BV TBD
5000BW TBD
5001BA TBD
5001BB TBD
5001BC TBD
5001BD TBD
5001BE TBD
5001BF TBD
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
2 of 3 FINAL
5001BG TBD
5103 TBD
The total value of the order is hereby increased from by to
CLIN/SLIN From ($) By ($) To ($)
5000BA
5000BB
5000BC
5000BD
5000BE
5000BF
5000BG
5000BH
5000BJ
5000BK
5000BL
5000BM
5000BN
5000BP
5000BR
5000BS
5000BT
5000BU
5000BV
5000BW
5001BA
5001BB
5001BC
5001BD
5001BE
5001BF
5001BG
5103
5104
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
3 of 3 FINAL
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES For FFP Items: Item PSC Code Supplies/Services Qty Unit Unit Price Total Price ------ -------- ----------------- ---- ---- --------------- ---------------- 5000 Professional Labor IAW Performance Work Statement (PWS). 5000AA R425 TASK 2.1.1 Marine Corps Base Quantico, VA (TBD) 5000AB R425 TASK 2.1.1 Marine Corps Base Camp Pendleton, CA (TBD) 5000AC R425 TASK 2.1.1 Marine Corps Air Station Camp Pendleton, CA (TBD) 5000AD R425 TASK 2.1.1 Marine Corps Logistics Base Barstow, CA (TBD) 5000AE R425 TASK 2.1.1 Marine Air Station Yuma, AZ (TBD) 5000AF R425 TASK 2.1.1 Marine Corps Air Ground Combat Center 29 Palms, CA (TBD) 5000AG R425 TASK 2.1.1 Marine Corps Air Station Miramar, CA (TBD) 5000AH R425 TASK 2.1.1 Marine Corps Base Hawaii (TBD) 5000AJ R425 TASK 2.1.1 Marine Corps Air Station Iwakuni, Japan (TBD) 5000AK R425 TASK 2.1.1 Marine Corps Base Camp Butler, Okinawa (TBD) 5000AL R425 TASK 2.1.1 New Orleans, LA (TBD) 5000AM R425 TASK 2.1.1
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
1 of 36 FINAL
Dallas/Fort Worth, TX (TBD) 5000AN R425 TASK 2.1.1 Marietta, GA (TBD) 5000AP R425 TASK 2.1.1 Camp Lejeune, NC (TBD) 5000AR R425 TASK 2.1.1 Cincinnati, OH (TBD) 5000AS R425 TASK 2.1.1 San Bruno, CA (TBD) 5000AT R425 TASK 2.1.1 MCAS Miramar, CA (TBD) 5000AU R425 TASK 2.1.1 NAS Great Lakes, IL (TBD) 5000AV R425 TASK 2.1.1 Joint Base McGuire-Dix-Lakeh urst, NJ (TBD) 5000AW R425 TASK 2.1.1 Pentagon, Arlington, VA (TBD) 5000BA R425 Task 2.1.1 Marine Corps Base Quantico, VA (TBD) 5000BB R425 TASK 2.1.1 Marine Corps Base Camp Pendleton, CA (TBD) 5000BC R425 TASK 2.1.1 Marine Corps Air Station Camp Pendleton, CA (TBD) 5000BD R425 TASK 2.1.1 Marine Corps Logistics Base Barstow, CA (TBD) 5000BE R425 TASK 2.1.1 Marine Air Station Yuma, AZ (TBD) 5000BF R425 TASK 2.1.1 Marine Corps Air Ground Combat Center 29 Palms, CA (TBD) 5000BG R425 TASK 2.1.1 Marine Corps Air Station
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
2 of 36 FINAL
Miramar, CA (TBD) 5000BH R425 TASK 2.1.1 Marine Corps Base Hawaii (TBD) 5000BJ R425 TASK 2.1.1 Marine Corps Air Station Iwakuni, Japan (TBD) 5000BK R425 TASK 2.1.1 Marine Corps Base Camp Butler, Okinawa (TBD) 5000BL R425 TASK 2.1.1 New Orleans, LA (TBD) 5000BM R425 TASK 2.1.1 Dallas/Fort Worth, TX (TBD) 5000BN R425 TASK 2.1.1 Marietta, GA (TBD) 5000BP R425 TASK 2.1.1 Camp Lejeune, NC (TBD) 5000BR R425 TASK 2.1.1 Cincinnati, OH (TBD) 5000BS R425 TASK 2.1.1 San Bruno, CA (TBD) 5000BT R425 TASK 2.1.1 MCAS Miramar, CA (TBD) 5000BU R425 TASK 2.1.1 NAS Great Lakes, IL (TBD) 5000BV R425 TASK 2.1.1 Joint Base McGuire-Dix-Lakeh urst, NJ (TBD) 5000BW R425 TASK 2.1.1 Pentagon, Arlington, VA (TBD) 5001 Optional Task 2.4.1 IAW PWS 2.4.1 5001AA R425 Optional Task 2.4.1 Blount Island Command Jacksonville, FL (TBD) 5001AB R425 Optional Task 2.4.1 Marine
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
3 of 36 FINAL
Corps Base Camp Lejeune, NC (TBD) 5001AC R425 Optional Task 2.4.1 Marine Corps Air Station Cherry Point, NC (TBD) 5001AD R425 Optional Task 2.4.1 Marine Corps Air Station Beaufort, SC (TBD) 5001AE R425 Optional Task 2.4.1 Marine Corps Air Station New River, NC (TBD) 5001AF R425 Optional Task 2.4.1 Marine Corps Air Facility Quantico, VA (TBD) 5001AG R425 Optional Task 2.4.1 Marine Corps Logistics Base Albany, GA (TBD) 5001BA R425 Optional Task 2.4.1 Blount Island Command Jacksonville, FL (TBD) 5001BB R425 Optional Task 2.4.1 Marine Corps Base Camp Lejeune, NC (TBD) 5001BC R425 Optional Task 2.4.1 Marine Corps Air Station Cherry Point, NC (TBD) 5001BD R425 Optional Task 2.4.1 Marine Corps Air Station Beaufort, SC (TBD) 5001BE R425 Optional Task 2.4.1 Marine Corps Air Station New River, NC (TBD) 5001BF R425 Optional Task 2.4.1 Marine Corps Air
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
4 of 36 FINAL
Facility Quantico, VA (TBD) 5001BG R425 Optional Task 2.4.1 Marine Corps Logistics Base Albany, GA (TBD) For FFP / NSP Items: Item PSC Code Supplies/Services Qty Unit Unit Price Total Price ------ -------- ----------------- ---- ---- --------------- ---------------- 5002 CDRLS DD1423s B001 THROUGH B004 For FFP Items: Item PSC Code Supplies/Services Qty Unit Unit Price Total Price ------ -------- ----------------- ---- ---- --------------- ---------------- 5003 R425 Travel (TBD) 5004 R425 Other Direct Costs (TBD) For FFP / NSP Items: Item PSC Code Supplies/Services Qty Unit Unit Price Total Price ------ -------- ----------------- ---- ---- --------------- ---------------- 5102 CDRLS DD1423s B001 THROUGH B004 For FFP Items: Item PSC Code Supplies/Services Qty Unit Unit Price Total Price ------ -------- ----------------- ---- ---- --------------- ---------------- 5103 R425 Travel (TBD) 5104 R425 Other Direct Costs (TBD) 8000 Professional Labor IAW Performance Work Statement (PWS). 8000AA R425 TASK 2.1.1 Marine Corps Base Quantico, VA (TBD) Option 8000BB R425 TASK 2.1.1 Marine Corps Base Camp Pendleton, CA (TBD) Option
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
5 of 36 FINAL
8000BC R425 TASK 2.1.1 Marine Corps Air Station Camp Pendleton, CA (TBD) Option 8000BD R425 TASK 2.1.1 Marine Corps Logistics Base Barstow, CA (TBD) Option 8000BE R425 TASK 2.1.1 Marine Air Station Yuma, AZ (TBD) Option 8000BF R425 TASK 2.1.1 Marine Corps Air Ground Combat Center 29 Palms, CA (TBD) Option 8000BG R425 TASK 2.1.1 Marine Corps Air Station Miramar, CA (TBD) Option 8000BH R425 TASK 2.1.1 Marine Corps Base Hawaii (TBD) Option 8000BJ R425 TASK 2.1.1 Marine Corps Air Station Iwakuni, Japan (TBD) Option 8000BK R425 TASK 2.1.1 Marine Corps Base Camp Butler, Okinawa (TBD) Option 8000BL R425 TASK 2.1.1 New Orleans, LA (TBD) Option 8000BM R425 TASK 2.1.1 Dallas/Fort Worth, TX (TBD) Option 8000BN R425 TASK 2.1.1 Marietta, GA (TBD) Option 8000BP R425 TASK 2.1.1 Camp Lejeune, NC (TBD) Option 8000BR R425 TASK 2.1.1
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
6 of 36 FINAL
Cincinnati, OH (TBD) Option 8000BS R425 TASK 2.1.1 San Bruno, CA (TBD) Option 8000BT R425 TASK 2.1.1 MCAS Miramar, CA (TBD) Option 8000BU R425 TASK 2.1.1 NAS Great Lakes, IL (TBD) Option 8000BV R425 TASK 2.1.1 Joint Base McGuire-Dix-Lakeh urst, NJ (TBD) Option 8000BW R425 TASK 2.1.1 Pentagon, Arlington, VA (TBD) Option 8001 Task 2.4.1 IAW PWS 2.4.1 8001BA R425 Optional Task 2.4.1 Blount Island Command Jacksonville, FL (TBD) Option 8001BB R425 Optional Task 2.4.1 Marine Corps Base Camp Lejeune, NC (TBD) Option 8001BC R425 Optional Task 2.4.1 Marine Corps Air Station Cherry Point, NC (TBD) Option 8001BD R425 Optional Task 2.4.1 Marine Corps Air Station Beaufort, SC (TBD) Option 8001BE R425 Optional Task 2.4.1 Marine Corps Air Station New River, NC (TBD) Option
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
7 of 36 FINAL
8001BF R425 Optional Task 2.4.1 Marine Corps Air Facility Quantico, VA (TBD) Option 8001BG R425 Optional Task 2.4.1 Marine Corps Logistics Base Albany, GA (TBD) Option For FFP / NSP Items: Item PSC Code Supplies/Services Qty Unit Unit Price Total Price ------ -------- ----------------- ---- ---- --------------- ---------------- 8002 CDRLS DD1423s B001 THROUGH B004 For FFP Items: Item PSC Code Supplies/Services Qty Unit Unit Price Total Price ------ -------- ----------------- ---- ---- --------------- ---------------- 8003 R425 Travel (TBD) Option 8004 R425 Other Direct Costs (TBD) Option
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
8 of 36 FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
PERFORMANCE WORK STATEMENT
USMC SIPRNET SUPPORT SERVICES
1.0 Scope. The Marine Corps Network and Infrastructure Services (PM MCNIS) programoffice, Information Systems and Infrastructure Product Group (PG/ISI), Marine Corps SystemsCommand (MCSC), in Quantico, Virginia requires Information Technology (IT) networkingsupport services for the US Marine Corps (USMC) garrison classified network at Marine CorpsInstallations Pacific (MCI-PAC), Marine Corps Installations West (MCI-WEST), Marine CorpsInstallations East (MCI-EAST), Marine Forces Reserve (MARFORRES), and the Marine CorpsNational Capitol Region (MCNCR). Throughout the contract period, the Contractor will berequired to assist the Government with such duties as customer support, network monitoring,system analysis, troubleshooting, and problem solving in support of garrison classified networkend users, system administrators, and network administrators.
1.1 Background. In 2007, decisions by the Marine Requirements Oversight Council and theAssistant Secretary of the Navy for Research, Development, and Acquisition resulted inapproval of USMC garrison classified network technology refresh and support to be obtainedoutside of the Navy Marine Corps Intranet contract. As a result, MCI-PAC, MCI-WEST,MCI-EAST, MCNCR, and MARFORRES require Contractor support services for the operationand maintenance of their garrison classified network environments.
2.0 General Requirements. The contractor shall ensure that all IT hardware and softwareequipment necessary to support network services function at all times to support missionrequirements. Equipment such as desktop workstations, laptops, CD/DVD ROMreader/writers, domain controllers, network interface cards, switches, routers, Storage AreaNetwork (SAN) devices and controllers, Virtual Private Network (VPN), media converters,monitors, keyboards, print servers, plotters, scanners, servers, wireless network devices, andprinters will require installation, maintenance, and troubleshooting support. In addition, theContractor shall provide network and system administration support to include enhancementintegration, maintenance, and documentation for the secure network and the overall securecomputing environment. The Contractor shall provide support for secure Wide Area Network(WAN) and Local Area Network (LAN) architecture and infrastructure, including interfaces withthe Department of Defense (DoD) networks and any other outside agencies. Support required includes first level support (Tier 1) and on site (Tier 2) second level supportfor problem reporting and resolution for end users and the overall computing environment. Thecontractor shall track all trouble tickets and work orders.
Contractors must be able to access secure facilities at the SECRET level, and be approved forunescorted access at all site facilities
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
9 of 36 FINAL
2.1 Specific Requirements.
2.1.1 Specific Tasks.a. The Contractor shall maintain end user, network infrastructure, and system equipment (hardware
and software) in accordance with best practices, regional policy, and DoD guidelines so that thatusers may access SIPRNet resources.
b. The Contractor shall track all work through the region’s trouble ticket tracking system.
c. The Contractor shall perform hardware and software installation, updates, configuration,troubleshooting, and problem resolution.
d. The Contractor shall provide diagnostic assistance to identify root causes and resolve hardwareand software issues.
e. The Contractor shall provide operations and maintenance support for all IT equipment, to includenetwork servers, PCs, printers, scanners, portable computers, switches, routers, Secure MobileEnvironment Portable Electronic Devices (SME PEDs), desktop video systems/videoteleconference and projection systems, docking stations, any external peripherals (e.g. CDROM-R/DVD, CDROM-RW, CAC readers, etc.), and other miscellaneous IT equipment.
f. The Contractor shall install, relocate, connect, disconnect, upgrade and maintain computersystems hardware, software, documentation, and peripheral devices.
g. The Contractor shall install computer hardware and software applications in order to ensuresoftware applications meet end user requirements and comply with Marine Corps ComputerEmergency Response Team (MARCERT) operational directives and Security TechnicalImplementation Guide (STIG) mandates.
h. The contractor shall install smart card readers, middleware and PKI (Public Key Infrastructure)Certificates in support of SIPR Token deployment. Additionally, the contractor shall providetroubleshooting support to personnel on use of the SIPR Token card and its software certificates.
i. The Contractor shall install and maintain all types of network and PC attached printers (bar codeand laser).
j. The Contractor shall install, configure and maintain network print servers.
k. The Contractor shall provide software technical support to include deployment ofreleases/upgrades/patches, installation, configuration, troubleshooting, and problem resolution forcommercial software packages including Microsoft Windows, Microsoft Office, and MicrosoftActive Directory (AD).
l. The Contractor shall provide IT inventory database support for control and location of IT assets.
m. The Contractor shall monitor network infrastructure devices and systems’ performance,
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
10 of 36 FINAL
troubleshoot system problems, and conduct analysis to identify the source of the hardwareand/or system problems.
n. The Contractor shall assist the Government with implementation of patches includingInformation Assurance Vulnerability Alerts (IAVAs), Information Assurance VulnerabilityBulletin (IAVBs), and Information Assurance Vulnerability Technical Advisories (IAVTAs).
o. The Contractor shall assist the Government with configuration and administration of InternetProtocol (IP) addressing schemes, Domain Name Server (DNS), Windows Internet NamingService (WINS), and Transmission Control Protocol/Internet Protocol (TCP/IP) networksupport.
p. The Contractor shall assist the Government in responding to Marine Corps ComputerEmergency Response Team (MARCERT) operational directives and IAVAs to curtailvulnerabilities.
q. The Contractor shall search computer and network logs for unauthorized entry attempts oractivity and report any findings.
r. The Contractor shall search computer and network logs for unauthorized entry attempts and/oractivity.
s. The Contractor shall examine potential security violations to determine if the networkenvironment has been breached, assess the impact, and preserve the evidence.
t. The Contractor shall monitor, test, and troubleshoot hardware and software IA problems.
u. The Contractor shall recommend and schedule IA-related repairs.
v. The Contractor shall assist the Government with the management of accounts, rights, and accessto network systems and equipment.
w. The Contractor shall ensure that hardware, software, data, and, facility resources are archived,sanitized, or disposed of in a manner consistent with system security plans and requirements.
x. The Contractor shall maintain a common set of network drawings and schematics.
y. The Contractor shall maintain documentation for installation and configuration of networkequipment.
z. The Contractor shall input documentation into the USMC’s Certification and Accreditation(C&A) tool.
aa. The Contractor shall assist the Government with maintenance all network equipment includingencryption devices, routers, switches, SANs, firewalls, and workstations.
bb. The Contractor shall configure, manage, and administer network disk space.
cc. The Contractor shall perform automated and manual backup and restore processes.
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
11 of 36 FINAL
dd. The Contractor shall troubleshoot all network devices.
ee. The Contractor shall troubleshoot network-connected terminals for software and hardwareproblems.
ff. The Contractor shall program devices and controller units using regional Standard OperatingProcedures (SOPs).
gg. The Contractor shall provide software technical support to include deployment ofreleases/upgrades/patches, installation, configuration, troubleshooting, and problem resolution forcommercial software packages including distributed sniffer software, switch and routermanagement software, and vulnerability scanning software.
hh. The Contractor shall provide software technical support to include deployment ofreleases/upgrades/patches, installation, configuration, troubleshooting, and problem resolution forvarious commercial software packages to include Microsoft Windows Server, MicrosoftExchange Server, and Microsoft AD.
2.1.2 Reporting. The Contractor shall submit reports on the work performed inaccordance with the tasks stated above.
The contractor shall report ALL contractor labor hours (includingsubcontractor labor hours) required for performance of services providedunder this contract for the SIPRNET via a secure data collection site. Thecontractor is required to completely fill in all required data fields using thefollowing web address:
https://doncmra.nmci.navy.mil.
Reporting inputs will be for the labor executed during the period ofperformance during each Government fiscal year (FY), which runs October1 through September 30. While inputs may be reported any time duringthe FY, all data shall be reported no later than October 31 of each calendaryear. Contractors may direct questions to the help desk, linked athttps://doncmra.nmci.navy.mil.
CDRL B001: Regional Weekly Summary and Status Report CDRL B002: Monthly Summary and Status Report CDRL B003: IT Infrastructure Management (ITIM) Report CDRL B004: Incident Detection Report
2.1.3 Response Times. The Contractor shall be responsible for communication via written trouble ticket or work order for repairs,
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
12 of 36 FINAL
installations, troubleshooting. The Contractor shall ensure a one (1) hour response time for priority one (1) (critical/immediate)problems; a three (3) hour response time for a priority two (2) (high) problems; a 24 hour response time for a priority three (3)(medium) problems; and a 72 hour response time for a priority four (4) (low) problems. The Contractor shall close out completed troubletickets and work orders within eight (8) hours after issue resolution and/or completion of work.
2.2 Normal Working Hours
2.2.1 Normal Working Hours. The Contractor shall perform services required under this PWS from 0700-1700 Monday through
Friday except Federal holidays and base closures. Additionally, the Contractor shall perform occasional regular network maintenance oremergency support outside of normal working hours to minimize user impact or to support unexpected situations that occur due to unforeseenrequirements.
The Contractor shall organize a Kickoff Meeting to be attended by the COR and Contractorpersonnel to reconcile performance requirements including a detailed WBS, 30-day staffing plan,use of team members/Subcontractors, and quality control measures in response to the QASP. Contractor employees shall identify themselves as contractor personnel by introducingthemselves or being introduced as contractor personnel and displaying distinguishing badges orother visible identification for meetings with Government personnel. In addition contractorpersonnel shall appropriately identify themselves as contractor employees in telephoneconversations and in formal and informal written correspondence.
2.3 Place of Performance.
The Contractor will provide end user, network administration, and systems administrationsupport services for the garrison classified network environment at the USMC installations listedin Tables 1-4 below.
MCI-WEST LocationsMarine Corps Base Camp Pendleton, CA
Marine Corps Air Station Camp Pendleton, CA
Marine Corps Logistics Base Barstow, CA
Marine Air Station Yuma, AZ
Marine Corps Air Ground Combat Center 29 Palms, CA
Marine Corps Air Station Miramar, CATable 1
MCI-PAC LocationsMarine Corps Base Hawaii
Marine Corps Air Station Iwakuni, Japan
Marine Corps Base Camp Butler, OkinawaTable 2
MARFORRES LocationsNew Orleans, LA
Dallas/Fort Worth, TX
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
13 of 36 FINAL
Marietta, GA
Camp Lejeune, NC
Cincinnati, OH
San Bruno, CA
MCAS Miramar, CA
NAS Great Lakes, IL
Joint Base McGuire-Dix-Lakehurst, NJTable 3
MCNCR LocationsPentagon, Arlington, VA
Marine Corps Base Quantico, VATable 4
2.4.1 Optional Task 1. The contractor shall perform the tasks in Section 2.1 for the followinglocations (This option will be executed after the current contract expires December 15, 2012 forthe locations listed in Table 5 below. These locations will become part of both option year 1 andoption year 2):
MCI-EAST LocationsMarine Corps Base Camp Lejeune, NC
Marine Corps Air Station Cherry Point, NC
Marine Corps Air Station Beaufort, SC
Marine Corps Air Station New River, NC
Marine Corps Air Facility Quantico, VA
Marine Corps Logistics Base Albany, GA
Blount Island Command Jacksonville, FLTable 5
2.5 Status of Forces Agreement (SOFA). Personnel performing overseas under this task orderare entitled to SOFA status and necessary logistical support deemed essential by the MarineCorps Systems Command to mission performance throughout duration under the task order. SOFA Status provides authorized use of: a. APO/FPO/MPO/Postal Servicesb. Dining Facilitiesc. MILAIR - Provides for individual employee travel aboard military aircraft.d. Billeting - Provides unaccompanied individual employees with access to unaccompanied
Government housing on a cost reimbursable basis.e. Fuel - Provides individual employee with ability to purchase fuel at DoD service centers.f. MWR - Provides individual employee and dependents access to MWR services.g. CAAF - The United States Court of Appeals for the Armed Forces exercises worldwide appellate
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
14 of 36 FINAL
jurisdiction over members of the armed forces on active duty and other persons subject to theUniform Code of Military Justice.
h. Resuscitative Care - Provides individual employee with life saving emergency care.i. Common Access Card (CAC)/ID Card - Provides individual employees with a CAC/ID Card.j. Military Banking - Provides individual employee access to DoD community banking services.k. Transportation - Needed to move from site to site as required.l. Commissary - Provides individual employee access to Commissary goods.m. Dependents Authorized - Provides individual employee's dependents with area clearance and a
Dependents' ID Card.n. Military Exchange - Provides individual employee access to Military Exchange services.o. DoD Schools – Provides space available enrollment in DoD schools, at the individual’s expense. 3.0 Facilities, Other Direct Charges (ODCs), and Travel Requirements. USMC willprovide workspace (e.g., cubicle space, computer, and phone) to facilitate Contractor staffworking on-site at required locations to perform the tasks of this PWS. CONUS and OCONUStravel must be reimbursed in accordance with the JTR. Per Diem shall be in accordance withhttp://www.defensetravel.dod.mil/site/perdiemCalc.cfm. Local travel is authorized and travel tooperational sites may be required. The expected level of travel is detailed below:
LOCATIONNumber ofTrips (Base)
Number ofTrips (Option1)
Number ofTrips (Option2)
EstimatedDuration
Seoul, South Korea 4 4 4 7 Days
Iwakuni, Japan 4 4 4 7 Days
Kaneohe Bay, Hawaii 2 2 2 7 Days
Camp Fuji, Japan 2 2 2 7 Days
Government printing requirements are MANDATED to use Defense Document Services, 1-877-DAPS-CAN. ODC requests for printing requirements MUST be obtained and approved by theCEOss Contracting Officer ONLY, prior to conducting these services and after getting applicablewaivers.
3.0.1 Garrison Mobile Equipment (GME). When motor vehicle transportation is essential to theperformance of official business and falls outside the minimum walking distance; Contractorsupport may be required to acquire a license to operate GME. All GME is for official purposesonly and will be operated and maintained in accordance with MCO 11240.106B. This MCOprovides administrative and technical instructions, policies, and procedures for all personnelinvolved in the management of procurement, operation, and maintenance of GME. DoDcontractor personnel do not require the use of Optional Form (OF) 346’s (OF 346 is U.S.Government Motor Vehicle Operator’s Identification Card).
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
15 of 36 FINAL
4.0 Security Requirements. ALL CONTRACTOR PERSONNEL REQUIRING ACCESS TOCLASSIFIED INFORMATION AND ASSIGNED TO THIS TASK SHALL POSSESS ASECRET CLEARANCE. The prime contractor and all sub-contractors (though the primecontractor) shall certify in writing to the Government that personnel supporting this contract are"Qualified U.S. contractors" per DoD Directive 5220.22-M Chapter 2 Section 2. Qualified U.S.contractors are restricted to U.S. citizens, persons admitted lawfully into the United States forpermanent residence, and are located in the United States. All personnel identified on thecertification and/or supporting this contract shall be in compliance with Department of Defense,Department of the Navy, and Marine Corps Information and Personnel Security Policy toinclude completed background investigations (as required) prior to start. This contract shallinclude a DoD Contract Security Classification Specification (DD Form 254) as an attachment. The contractor shall have a valid Secret Facility Clearance. The Government shall assist thecontractor in gaining access to Government agencies and installations related to the systems inquestion.
5.0 Exhibits/Attachments/Enclosures. Exhibits A-F – CDRL(s) 1423 Enclosure 1 – Performance Requirements Survey (PRS)
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
16 of 36 FINAL
ENCLOSURE 1
Performance Requirements Survey (PRS)PWS
ParagraphDesired
OutcomePerformance
StandardAcceptable
Quality level(AQL)
Surveillancemethod
2.1.1q2.1.1.z
For each region,provide aweeklysummary andstatus report of:· potential
securityviolations andunauthorizedactivity and/orentry attempts
· trouble tickets· work orders· C&A
documentationsupport
Reports are duewithin 24 hoursof the end ofthe reportingperiod. No twoadjacent reportsshall overlapperiods ofreporting, andno period oftime may beskippedbetweenreports.
90% of reportsshall be submittedwithin 24 hours ofthe end of thereporting period.
Demonstration
2.1.1.q Provide amonthlysummary andstatus report of:· potential
securityviolations andunauthorizedactivity and/orentry attempts
· trouble tickets· work orders· C&A
documentationsupport
Reports are dueon/before the7th of eachmonth. A singlereport shallinclude allregions. Reportingperiod shallend/begin atmidnight of thelast/first day ofeach month.
95% of reportsshall be submittedby the 7th of eachmonth.
Demonstration
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
17 of 36 FINAL
2.1.1.x Updatenetwork:· Drawings and
schematics· installation and
configurationdocumentation
ITInfrastructureManagement(ITIM) Reportis submittedwithin 1 weekof completedactions.
98% of reports aresubmitted within 1week of completedactions.
Periodic inspections
2.1.3 Provide timelysupport
100% 95%of troubletickets areresponded towithin the statedtime limits and90% of workorders arecompleted by thedue date.
Periodic inspections
2.1.3 Close allcompletedtickets and workorders
100% 98% of tickets andwork orders shallbe closed within 8hours of issueresolution and/orwork completion.
Analysis of weeklyreports output fromthe trouble ticketsystem
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
18 of 36 FINAL
SECTION D PACKAGING AND MARKING
All Deliverables shall be packaged and marked IAW Best Commercial Practice.
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
19 of 36 FINAL
SECTION E INSPECTION AND ACCEPTANCE
Inspection and Acceptance shall be at Destination by the Government for all CLINs.
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
20 of 36 FINAL
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
5000AA 9/28/2012 - 8/3/2013
5000AB 9/28/2012 - 8/3/2013
5000AC 9/28/2012 - 8/3/2013
5000AD 9/28/2012 - 8/3/2013
5000AE 9/28/2012 - 8/3/2013
5000AF 9/28/2012 - 8/3/2013
5000AG 9/28/2012 - 8/3/2013
5000AH 9/28/2012 - 8/3/2013
5000AJ 9/28/2012 - 8/3/2013
5000AK 9/28/2012 - 8/3/2013
5000AL 9/28/2012 - 8/3/2013
5000AM 9/28/2012 - 8/3/2013
5000AN 9/28/2012 - 8/3/2013
5000AP 9/28/2012 - 8/3/2013
5000AR 9/28/2012 - 8/3/2013
5000AS 9/28/2012 - 8/3/2013
5000AT 9/28/2012 - 8/3/2013
5000AU 9/28/2012 - 8/3/2013
5000AV 9/28/2012 - 8/3/2013
5000AW 9/28/2012 - 8/3/2013
5000BA 8/4/2013 - 8/3/2014
5000BB 8/4/2013 - 8/3/2014
5000BC 8/4/2013 - 8/3/2014
5000BD 8/4/2013 - 8/3/2014
5000BE 8/4/2013 - 8/3/2014
5000BF 8/4/2013 - 8/3/2014
5000BG 8/4/2013 - 8/3/2014
5000BH 8/4/2013 - 8/3/2014
5000BJ 8/4/2013 - 8/3/2014
5000BK 8/4/2013 - 8/3/2014
5000BL 8/4/2013 - 8/3/2014
5000BM 8/4/2013 - 8/3/2014
5000BN 8/4/2013 - 8/3/2014
5000BP 8/4/2013 - 8/3/2014
5000BR 8/4/2013 - 8/3/2014
5000BS 8/4/2013 - 8/3/2014
5000BT 8/4/2013 - 8/3/2014
5000BU 8/4/2013 - 8/3/2014
5000BV 8/4/2013 - 8/3/2014
5000BW 8/4/2013 - 8/3/2014
5001AA 1/4/2013 - 8/3/2013
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
21 of 36 FINAL
5001AB 1/4/2013 - 8/3/2013
5001AC 1/4/2013 - 8/3/2013
5001AD 1/4/2013 - 8/3/2013
5001AE 1/4/2013 - 8/3/2013
5001AF 1/4/2013 - 8/3/2013
5001AG 1/4/2013 - 8/3/2013
5001BA 8/4/2013 - 8/3/2014
5001BB 8/4/2013 - 8/3/2014
5001BC 8/4/2013 - 8/3/2014
5001BD 8/4/2013 - 8/3/2014
5001BE 8/4/2013 - 8/3/2014
5001BF 8/4/2013 - 8/3/2014
5001BG 8/4/2013 - 8/3/2014
5003 9/28/2012 - 8/3/2013
5004 9/28/2012 - 8/3/2013
5103 8/4/2013 - 8/3/2014
5104 8/4/2013 - 8/3/2014
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following Items are as follows:
5000AA 9/28/2012 - 8/3/2013
5000AB 9/28/2012 - 8/3/2013
5000AC 9/28/2012 - 8/3/2013
5000AD 9/28/2012 - 8/3/2013
5000AE 9/28/2012 - 8/3/2013
5000AF 9/28/2012 - 8/3/2013
5000AG 9/28/2012 - 8/3/2013
5000AH 9/28/2012 - 8/3/2013
5000AJ 9/28/2012 - 8/3/2013
5000AK 9/28/2012 - 8/3/2013
5000AL 9/28/2012 - 8/3/2013
5000AM 9/28/2012 - 8/3/2013
5000AN 9/28/2012 - 8/3/2013
5000AP 9/28/2012 - 8/3/2013
5000AR 9/28/2012 - 8/3/2013
5000AS 9/28/2012 - 8/3/2013
5000AT 9/28/2012 - 8/3/2013
5000AU 9/28/2012 - 8/3/2013
5000AV 9/28/2012 - 8/3/2013
5000AW 9/28/2012 - 8/3/2013
5000BA 8/4/2013 - 8/3/2014
5000BB 8/4/2013 - 8/3/2014
5000BC 8/4/2013 - 8/3/2014
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
22 of 36 FINAL
5000BD 8/4/2013 - 8/3/2014
5000BE 8/4/2013 - 8/3/2014
5000BF 8/4/2013 - 8/3/2014
5000BG 8/4/2013 - 8/3/2014
5000BH 8/4/2013 - 8/3/2014
5000BJ 8/4/2013 - 8/3/2014
5000BK 8/4/2013 - 8/3/2014
5000BL 8/4/2013 - 8/3/2014
5000BM 8/4/2013 - 8/3/2014
5000BN 8/4/2013 - 8/3/2014
5000BP 8/4/2013 - 8/3/2014
5000BR 8/4/2013 - 8/3/2014
5000BS 8/4/2013 - 8/3/2014
5000BT 8/4/2013 - 8/3/2014
5000BU 8/4/2013 - 8/3/2014
5000BV 8/4/2013 - 8/3/2014
5000BW 8/4/2013 - 8/3/2014
5001AA 1/4/2013 - 8/3/2013
5001AB 1/4/2013 - 8/3/2013
5001AC 1/4/2013 - 8/3/2013
5001AD 1/4/2013 - 8/3/2013
5001AE 1/4/2013 - 8/3/2013
5001AF 1/4/2013 - 8/3/2013
5001AG 1/4/2013 - 8/3/2013
5001BA 8/4/2013 - 8/3/2014
5001BB 8/4/2013 - 8/3/2014
5001BC 8/4/2013 - 8/3/2014
5001BD 8/4/2013 - 8/3/2014
5001BE 8/4/2013 - 8/3/2014
5001BF 8/4/2013 - 8/3/2014
5001BG 8/4/2013 - 8/3/2014
5003 9/28/2012 - 8/3/2013
5004 9/28/2012 - 8/3/2013
5103 8/4/2013 - 8/3/2014
5104 8/4/2013 - 8/3/2014
The periods of performance for the following Option Items are as follows:
8000AA 8/4/2014 - 8/3/2015
8000BB 8/4/2014 - 8/3/2015
8000BC 8/4/2014 - 8/3/2015
8000BD 8/4/2014 - 8/3/2015
8000BE 8/4/2014 - 8/3/2015
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
23 of 36 FINAL
8000BF 8/4/2014 - 8/3/2015
8000BG 8/4/2014 - 8/3/2015
8000BH 8/4/2014 - 8/3/2015
8000BJ 8/4/2014 - 8/3/2015
8000BK 8/4/2014 - 8/3/2015
8000BL 8/4/2014 - 8/3/2015
8000BM 8/4/2014 - 8/3/2015
8000BN 8/4/2014 - 8/3/2015
8000BP 8/4/2014 - 8/3/2015
8000BR 8/4/2014 - 8/3/2015
8000BS 8/4/2014 - 8/3/2015
8000BT 8/4/2014 - 8/3/2015
8000BU 8/4/2014 - 8/3/2015
8000BV 8/4/2014 - 8/3/2015
8000BW 8/4/2014 - 8/3/2015
8001BA 8/4/2014 - 8/3/2015
8001BB 8/4/2014 - 8/3/2015
8001BC 8/4/2014 - 8/3/2015
8001BD 8/4/2014 - 8/3/2015
8001BE 8/4/2014 - 8/3/2015
8001BF 8/4/2014 - 8/3/2015
8001BG 8/4/2014 - 8/3/2015
8003 8/4/2014 - 8/3/2015
8004 8/4/2014 - 8/3/2015
Services to be performed hereunder will be provided at various USMC Government locations.
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
24 of 36 FINAL
SECTION G CONTRACT ADMINISTRATION DATA
MARCORSYSCOM WAWF INSTRUCTIONS TO CONTRACTORS
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012)
(a) Definitions. As used in this clause--
Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, ororganization.
Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow(WAWF).
Local processing office (LPO) is the office responsible for payment certification when payment certification is done externalto the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests andreceiving reports, as authorized by DFARS 252.232-7003, Electronic Submission
of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall--
(1) Have a designated electronic business point of contact in the Central Contractor Registration athttps://www.acquisition.gov;and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration availableat this Web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course anduse the Practice Training Site before submitting payment requests through
WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, orFile Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requestsand receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
(Contracting Officer: Insert applicable document type(s). Note: If a ``Combo'' document type is identified but notsupportable by the Contractor's business systems, an ``Invoice'' (stand-alone) and
``Receiving Report'' (stand-alone) document type may be used instead.)
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF,as specified by the contracting officer.
(Contracting Officer: Insert inspection and acceptance locations or ``Not applicable.'')
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicablefields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC M67443
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
25 of 36 FINAL
Issue By DoDAAC M67854
Admin DoDAAC M67854
Inspect By DoDAAC M67854
Ship To Code Not Applicable
Ship From Code Not Applicable
Mark For Code Not Applicable
Service Approver (DoDAAC) M67854
Service Acceptor (DoDAAC) M67854
Accept at Other DoDAAC Not Applicable
LPO DoDAAC Not Applicable
DCAA Auditor DoDAAC Not Applicable
Other DoDAAC(s) Not Applicable
Contract Number N00178-04-D-4072-MU61
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriatecontract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (ifapplicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of eachpayment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional EmailNotifications'' field of WAWF once a document is submitted in the system.
COR name and WAWF backup name - , can be reached on via emailat
(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the followingcontracting activity's WAWF point of contact.
Not Applicable
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
NOTE: The POCs identified above are for WAWF issues only. Any other contracting questions/problems should beaddressed to the POC identified in Section A of the contract.
Accounting Data
SLINID PR Number Amount -------- ---------------------- ---------------------5000AA M9545012RCDED59 LLA :
5000AB M9545012RCDED59
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
26 of 36 FINAL
LLA :
5000AC M9545012RCDED59 LLA :
5000AD M9545012RCDED59 LLA :
5000AE M9545012RCDED59 LLA :
5000AF M9545012RCDED59 LLA :
5000AG M9545012RCDED59 LLA :
5000AH M9545012RCDED59 LLA :
5000AJ M9545012RCDED59 LLA :
5000AK M9545012RCDED59 LLA :
5000AL M9545012RCDED59 LLA :
5000AM M9545012RCDED59 LLA :
5000AN M9545012RCDED59 LLA :
5000AP M9545012RCDED59 LLA :
5000AR M9545012RCDED59 LLA :
5000AS M9545012RCDED59 LLA :
5000AT M9545012RCDED59 LLA :
5000AU M9545012RCDED59 LLA :
5000AV M9545012RCDED59 LLA :
5000AW M9545012RCDED59
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
27 of 36 FINAL
LLA :
5003 M9545012RCDED59 LLA :
BASE Funding Cumulative Funding MOD 01 Funding Cumulative Funding MOD 02 5001AA M9545013RCFQ662 LLA : AB 1731106BSS1 251 67854 067443 2D M95450 3RCFQ66210AN 5001AB M9545013RCFQ662 LLA : AB 1731106BSS1 251 67854 067443 2D M95450 3RCFQ66210AN 5001AC M9545013RCFQ662 LLA : AB 1731106BSS1 251 67854 067443 2D M95450 3RCFQ66210AN 5001AD M9545013RCFQ662 LLA : AB 1731106BSS1 251 67854 067443 2D M95450 3RCFQ66210AN 5001AE M9545013RCFQ662 LLA : AB 1731106BSS1 251 67854 067443 2D M95450 3RCFQ66210AN 5001AF M9545013RCFQ662 LLA : AB 1731106BSS1 251 67854 067443 2D M95450 3RCFQ66210AN 5001AG M9545013RCFQ662 LLA : AB 1731106BSS1 251 67854 067443 2D M95450 3RCFQ66210AN MOD 02 Funding Cumulative Funding MOD 03 5001AA M9545013RCFQ662 LLA :
5001AB M9545013RCFQ662 LLA :
5001AC M9545013RCFQ662 LLA :
5001AD M9545013RCFQ662 LLA :
5001AE M9545013RCFQ662 LLA :
5001AF M9545013RCFQ662 LLA :
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
28 of 36 FINAL
5001AG M9545013RCFQ662 LLA :
MOD 03 Funding Cumulative Funding MOD 04 5000BA M95450-13-RC-FQF95 LLA :
5000BB M95450-13-RC-FQF95 LLA :
5000BC M95450-13-RC-FQF95 LLA :
5000BD M95450-13-RC-FQF95 LLA :
5000BE M95450-13-RC-FQF95 LLA :
5000BF M95450-13-RC-FQF95 LLA :
5000BG M95450-RC-FQF95 LLA :
5000BH M95450-13-RC-FQF95 LLA :
5000BJ M95450-13-RC-FQF95 LLA :
5000BK M95450-13-RC-FQF95 LLA :
5000BL M95450-13-RC-FQF95 LLA :
5000BM M95450-13-RC-FQF95 LLA :
5000BN M95450-13-RC-FQF95 LLA :
5000BP M95450-13-RC-FQF95 LLA :
5000BR M95450-13-RC-FQF95 LLA :
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
29 of 36 FINAL
5000BS M95450-13-RC-FQF95 LLA :
5000BT M95450-13-RC-FQF95 LLA :
5000BU M95450-13-RC-FQF95 LLA :
5000BV M95450-13-RC-FQF95 LLA :
5000BW M95450-13-RC-FQF95 LLA :
5001BA M95450-13-RC-FQF95 LLA :
5001BB M95450-13-RC-FQF95 LLA :
5001BC M95450-13-RC-FQF95 LLA :
5001BD M95450-13-RC-FQF95 LLA :
5001BE M95450-13-RC-FQF95 LLA :
5001BF M95450-13-RC-FQF95 LLA :
5001BG M95450-13-RC-FQF95 LLA :
5103 M95450-13-RC-FQF95 LLA :
MOD 04 Funding Cumulative Funding
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
30 of 36 FINAL
SECTION H SPECIAL CONTRACT REQUIREMENTS
SECTION H. SPECIAL CONTRACT PROVISIONS.
H.1 Contracting Officer’s Representative (COR)
The Contracting Officer has designated a Contracting Officer’s Representative in accordance with DFARS 201.602-2(2). The COR is not authorized to negotiate changes, direct the contractor, or obligate the Government. The CORfor this task order is:
All Contract Data Requirements List (CDRL) deliverables are to be submitted to the COR, and the COR isresponsible for tracking and acceptance.
H. 2 Identification of Contractor Employees
Contractor employees shall identify themselves as contractor personnel by introducing themselves or beingintroduced as contractor personnel and displaying distinguishing badges or other visible identification for meetingswith Government personnel. In addition contractor personnel shall appropriately identify themselves as contractoremployees in telephone conversations and in formal and informal written correspondence.
H.3 Organizational Conflict of Interest (OCI)
Limitation of Future Contracting. The Contracting Officer has determined that this acquisition may give rise to apotential conflict of interest. Prospective Offerors should read FAR Subpart 9.5 -- Organizational and ConsultantConflicts of Interest. This task may involve systems engineering and technical direction for the SIPRNET programthat will preclude Contractor involvement in future efforts. The restrictions upon future contracting are as follows:
If the Contractor, under the terms of this task order, or through the performance of tasks pursuant to this taskorder, is required to provide systems engineering and technical direction for a system or helps to developspecifications or statements of work to be used in a competitive acquisition, the Contractor shall beineligible to supply the system or major components of the system as a prime Contractor and shall beprecluded from being a Subcontractor or consultant to a supplier of the system or any of its majorcomponents under an ensuing Government contract. This restriction shall remain in effect for a reasonabletime, sufficient to avoid unfair competitive advantage or potential bias (this time shall in no case be less thanthe duration of the initial production contract).
To the extent that the work under this contract requires access to proprietary, business confidential, or financial dataof other companies, and as long as these data remain proprietary or confidential, the Contractor shall protect the datafrom unauthorized use and disclosure and agrees not to use it to compete with those other companies.
(a) “Organizational Conflict of Interest” means that because of other activities or relationships with other persons, aperson is unable or potentially unable to render impartial assistance or advice to the government, or the person’sobjectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitiveadvantage. “Person” as used herein includes corporations, partnerships, joint ventures, and other businessenterprises.
(b) The contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in thecontract, the contractor does not have any organizational conflict of interest(s) as defined in paragraph (a).
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
31 of 36 FINAL
(c) It is recognized that the effort to be performed by the Contractor under this contract may create a potentialorganizational conflict of interest on the instant contract or on a future acquisition. In order to avoid potentialconflict of interest, and at the same time to avoid prejudicing the best interest of the government, the right of thecontractor to participate in future procurement of equipment and/or services that are the subject of any work underthis contract shall be limited as described below in accordance with the requirements of FAR 9.5.
(d)
(1) The contractor agrees that it shall not release, disclose, or use in any way that would permit or result indisclosure to any party outside the government any information provided to the contract by the government duringor as a result of performance of this contract. Such information includes, but is not limited to, informationsubmitted to the government on confidential basis by other persons. Further, the prohibition against release ofgovernment provided information extends to cover such information whether or not in its original form, e.g., wherethe information has been included in contractor generated work or where it is discernible from materialsincorporating or based upon such information. This prohibition shall not expire after a given period of time.
(2) The contractor agrees that it shall not release, disclose, or use in any way that would permit or result indisclosure or any party outside the government any information generated or derived during or as a result ofperformance of this contract. This prohibition shall expire after a period of three years after completion ofperformance of this contract.
(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate of thecontractor, any subcontractor, consultant, or employee of the contractor, any joint venture involving the contractor,any entity into or with which it may merge or affiliate, or any successor or assign of the contractor. The terms ofparagraph (f) of the Special Contractor Requirement relating to notification shall apply to any release of informationin contravention of this paragraph (d).
(e) The contractor further agrees that during the performance of this contract and for a period of three years aftercompletion of performance of this contract, the contractor, any affiliate of the contractor, any subcontractor,consultant, or employee of the contractor, any joint venture involving the contractor, any entity into or with whichit may subsequently merge or affiliate or any other successor or assign of the contractor, shall not furnish to theUnited States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractoror as a subcontractor, any system, component or services which is the subject of the work to be performed under thiscontract. This exclusion does not apply to any re-competition for those systems, components, or services on thebasis of work statements growing out of the effort performed under this contract, from a source other than thecontractor, subcontractor affiliate, or assign of either, during the course of performance of this contract or before thethree year period following completion of this contract has lapsed, the contractor may, with the authorization of thecognizant contracting officer, participate in a subsequent procurement for the same system, component, or service. Inother words, the contractor may be authorized to compete for procurement(s) for systems, components or servicessubsequent to an intervening procurement.
(f) The contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest; itshall make immediate and full disclosure in writing to the contracting officer. The notification shall include adescription of the actual or potential organizational conflict of interest, a description of the action, which thecontractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevantinformation that would assist the contracting officer in making a determination on this matter. Notwithstanding this
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
32 of 36 FINAL
notification, the government may terminate the contract for the convenience of the government if determined to be inthe best interest of the government.
(g) Notwithstanding paragraph (f) above, if the contractor was aware, or should have been aware, of an organizationalconflict of interest prior to the award of this contract or becomes, or should become aware of an organizationalconflict or interest after award of this contract and does not make an immediate and full disclosure in writing to thecontracting officer, the government may terminate this contract for default.
(h) If the contactor takes any action prohibited by this requirement or fails to take action required by thisrequirement, the government may terminate this contract by default.
(i) The contracting officer's decision as to the existence or nonexistence of the actual or potential organization conflictof interest shall be final and is not subject to the clause of this contract entitled "DISPUTES" (FAR 52.233.1).
(j) Nothing in this requirement is intended to prohibit or preclude the contractor from marketing or selling to theUnited States Government its product lines in existence on the effective date of this contract; nor, shall thisrequirement preclude the contractor from participating in any research and development. Additionally, sale ofcatalog or standard commercial items are exempt from this requirement.
(k) The contractor shall promptly notify the contracting officer, in writing, if it has been tasked to evaluate or advisethe government concerning its own products or activities or those of a competitor in order to ensure propersafeguards exist to guarantee objectivity and to protect the government's interest.
(l) The contractor shall include this requirement in subcontracts of any tier which involve access to information orsituations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contactor" whereappropriate.
(m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remediesprovided by law or elsewhere included in this contract.
(n) Compliance with this requirement is a material requirement of this contract.
H.4 Contractor Support Public Trust Determinations
Per Marine Corps Systems Command Policy Letter 1-09, all Contractor support that require a CAC are required tosubmit a Standard Form 85P, "Questionnaire for Public Trust Positions," and two copies of DD Form 258"Applicant Fingerprint Card" to the Command's Security Program office along with a personnel roster ofsubmissions and an addressed Federal Express container addressed to OPM, 1137 Branchton Road, Box 618,Boyers, PA 16018.
The Contractor is responsible for determining when adjudications have been entered by reviewing the notificationstatus of their respective personnel. Once this has been completed, the Contractor may request the issuance of theCAC using the Contract Verification System (CVS) procedures. However, if issues are discovered, the Department
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
33 of 36 FINAL
of the Navy, Central Adjudication Facility (DONCAF) will place a "No Determination Made" in the Joint PersonnelAdjudication System (JPAS) and forward the investigation to the submitting office for the Government to adjudicate.
H. 5 Substitution of Key Personnel
a. Key personnel definition. Key personnel are understood to be those individuals who were proposed in theContractor’s technical submission, and specifically listed herein, who are necessary to fill the requirements of thetask order.
NO KEY PERSONNEL IDENTIFIED.
b. The contractor shall assign to this task order those people identified as key personnel and who are necessary tofulfill the requirements of this task order. No substitutions shall be made except in accordance with this clause.
c. Guidance on Substitutions. All substitution requests must be submitted, in writing, at least fifteen (15) days[thirty (30) days if security clearance is to be obtained] in advance of the proposed substitutions to the ContractingOfficer.
d. Requests for Substitutions. All requests for substitutions must provide a detailed explanation of thecircumstances necessitating the proposed substitution, and any other information requested by the ContractingOfficer. All proposed substitutes must have qualifications that are equal to or higher than the qualifications requiredof the person to be replaced. The Contracting Officer or his/her authorized representative will evaluate such requestsand promptly notify the Contractor of his/her approval or disapproval thereof.
H.6 Certifications
Information Assurance (IA) Certification Requirement. Contractor personnel performing tasks associated with thisPWS that will be performing an IA function shall be trained and certified in accordance with DoD Directive 8570.1and DoD 8570.01-M. C2.1.5. The certification requirements of this Manual apply to DoD civilian employees,military personnel, LNs, and support contractors performing the IA functions below and described in detail inChapters 3, 4, 5, 10 and 1 IA functions are defined in chapters 3 and 4 of the DoD 8570.01-M. Contractorpersonnel shall be certified at the appropriate IAT Level in accordance with their designated responsibilities asdemonstrated by possessing one (1) of the authorized certifications listed in DoD 8570.01-M . The Contractor shallidentify personnel performing IA functions identified in the PWS prior to that employee commencing any workunder this PWS and provide documentation to the designee showing the employee’s certification(s) and certificationstatus. The Contractor shall track certification status of employees to ensure certifications are current and shallreplace departing employees with employees possessing current certifications in a manner that will not cause supportinterruption.
H.7 Post Award Conference
Within 30 days of the start of performance, the awardee shall organize a Kickoff Meeting to be attended by the CORand contractor personnel to reconcile performance requirements including: detailed WBS, 30-day staffing plan, useof team members/subcontractors, security requirements, funding and management of funds, and quality controlmeasures in response to the Performance Requirements Survey (PRS).
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
34 of 36 FINAL
SECTION I CONTRACT CLAUSES
09RA 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2008)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days priorto completion of the base period; provided that the Government gives the Contractor a preliminary written notice ofits intent to extend at least 60 days before the contract expires. The preliminary notice does not commit theGovernment to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed fiveyears.
CONTRACT NO.
N00178-04-D-4072 DELIVERY ORDER NO.
MU61 AMENDMENT/MODIFICATION NO.
04 PAGE
35 of 36 FINAL