page of pages amendment of solicitation/modification … · corps logistics ... dallas/fort ......

39
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/A 6. ISSUED BY CODE M67854 7. ADMINISTERED BY (If other than Item 6) CODE M67854 MARCORSYSCOM 2200 Lester St Bldg 2200 Quantico VA 22134-6050 MARCORSYSCOM 2200 Lester St Bldg 2200 Quantico VA 22134-6050 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. 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) CAGE CODE 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) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) FAR 52.217-9, Option to Extend the Term of the Contract. E. IMPORTANT: Contractor [ 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 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 3

Upload: others

Post on 07-Jul-2020

2 views

Category:

Documents


0 download

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

 

SECTION J LIST OF ATTACHMENTS

Section L Info

CDRL1

CDRL2

CDRL3

CDRL4

DD254

 CONTRACT NO.

 N00178-04-D-4072 DELIVERY ORDER NO.

 MU61 AMENDMENT/MODIFICATION NO.

 04 PAGE

 36 of 36 FINAL