€ 1.€CONTRACT ID CODE PAGE OF PAGES...

21
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11 01-Oct-2010 N4523A10RC00087 N/A 6. ISSUED BY CODE N00406 7. ADMINISTERED BY (If other than Item 6) CODE S2404A FISC Puget Sound 467 W Street Bremerton WA 98314 [email protected] 360-476-4634 DCMA Manassas 10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA 20109-2342 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Serco, Inc. 1818 Library Street, Suite 1000 Reston VA 22190-5619 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4114-GE01 10B. DATED (SEE ITEM 13) CAGE CODE 022Q2 FACILITY CODE 928859149 01-Oct-2006 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) Deobligation of excess authorizations 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) Dianne L Palmatier, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Dianne L Palmatier 07-Feb-2011 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Transcript of € 1.€CONTRACT ID CODE PAGE OF PAGES...

  

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

11 01-Oct-2010 N4523A10RC00087 N/A6.  ISSUED BY CODE N00406 7.  ADMINISTERED BY (If other than Item 6) CODE S2404A

FISC Puget Sound

467 W Street

Bremerton WA 98314

[email protected] 360-476-4634

 

DCMA Manassas

10500 BATTLEVIEW PARKWAY, SUITE 200

MANASSAS VA 20109-2342

 

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

Serco, Inc.    1818 Library Street, Suite 1000    Reston VA 22190-5619   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4114-GE01    10B.  DATED (SEE ITEM 13)

CAGE CODE 022Q2 FACILITY CODE 928859149   01-Oct-200611.  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) Deobligation of excess authorizations

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)

      Dianne L Palmatier, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED

          

BY /s/Dianne L Palmatier 07-Feb-2011 

(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 GSAFAR (48 CFR) 53.243

                   1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

GENERAL INFORMATION

In addition, this modification hereby deletes the following language from modification 10: funds are contingent upon the enactment of the FY11 DOD Appropriation Act of FY11 Continuing Resolution.

FY11 funding for performance under this task order (CLIN 4001AA) in the amount of $386,225.00 is fully available for the period of performance of 01 October 2010 through 30 September 2011.

Written verification of verbal authorization for administrative changes to task order by warranted contracting officer.  The purpose of this modification is to deobligate excess funds.  The total cost of this contract is reduced by $21,679.00 as reflected in CLIN 4000AA.   Accordingly, said Task Order is modified as follows: A conformed copy of this Task Order is attached to this modification for informational purposes only.

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby decreased from $1,805,634.00 by $21,679.00 to $1,783,955.00.

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

4000AA O&MN,N 373,253.00 (21,679.00) 351,574.00

The total value of the order is hereby decreased from $1,805,634.00 by $21,679.00 to $1,783,955.00.

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

4000AA 373,253.00 (21,679.00) 351,574.00

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 2 of 2  FINAL

 

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES   For Cost Type Items:  Item   Supplies/Services Qty       Unit Est. Cost        Fixed Fee       CPFF           ------ ----------------- ---------- --- ---------------  --------------- --------------   1000   Professional                                                         $336,840.00        Technical                Services           1000AA Base Year -           6890.0 LH      $318,181.00      $18,659.00     $336,840.00         Professional                            Services in                             support of PSNS                         (O&MN,N)                          1001   Professional                                                         $348,579.00        Technical                Services           1001AA Option Year 1:        6890.0 LH      $329,266.00      $19,313.00     $348,579.00        Professional                            Services in                             support of PSNS                         (O&MN,N)                          1002   Professional                                                         $360,707.00        Services           1002AA Option Year 2:        6890.0 LH      $340,718.00      $19,989.00     $360,707.00        Professional                            Services in                             support of PSNS                         (O&MN,N)                          4000   Professional                                                         $351,574.00        Services           4000AA Option Year 3:        6271.0 LH      $332,649.76      $18,924.24     $351,574.00        Professional                            Services in                             support of PSNS                         (O&MN,N)                          4001   Professional                                                         $386,255.00        Services           4001AA Option Year 4:        6890.0 LH      $364,843.00      $21,412.00     $386,255.00        Professional                            Services in                             support of PSNS                         (O&MN,N)                          

B – PAYMENT OF FIXED FEE – TERM (NOV 2005)

(a) The fixed fee, as specified in Section B of this task order, subject to any adjustment required by other provisions of this task order will be paid in installments to be paid at the time of each provisional payment. The amount of each such installment is to be in direct ratio of

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 1 of 19  FINAL

 

the total fixed fee as the net diet labor hours expended during the installment period is to direct labor hours specified in the clause entitled, Level of Effort – Term.

(b) Fee shall be paid only for hours performed, not to exceed the fixed fee amount stated in the order.

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 2 of 19  FINAL

 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT

1. REFERENCES. The following documents shall form a part of the technical requirements for work under this task order.

a. OPNAVINST 11010.20G, Navy Facilities Projects Instruction

http://neds.daps.dla.mil/Directives/table34.html

b. NAVFACINST 11010.44E (Ch1), Shore Facilities Planning Manual

https://nsi.navfac.navy.mil/nfadb/20.cfm

c. OPNAVINST 11010.45, Comprehensive Regional Planning Instruction

https://nsi.navfac.navy.mil/nfadb/20.cfm

d. NAVFAC P-72, Department of the Navy Facility Category Codes

https://portal.navfac.navy.mil/portal

e. NAVFAC P-80, Facilities Planning Criteria for Navy and Marine Corps Shore Installations

https://portal.navfac.navy.mil/portal

f. NAVFAC P-442, Economic Analysis

g. NAVSEA OP-5, Ammunition and Explosives Safety Ashore

h. internet Navy Facilities Assets Data Store (iNFADS)

2. SCOPE. This is a type task order according to contract provisions “Delivery Orders Under cost Reimbursable Indefinite Delivery Service Contract” and shall require three Contractor employee(s) to perform full time on-site services from a desired start date of 1 June 2006 through 31 May 2007. The purpose of this task is to provide Senior Systems Analysts to facilitate cost initiatives concerning the implementation of projects at various activities in the Kitsap County, Washington area. Duties shall include, but are not limited to all the necessary actions to implement cost savings technologies while ensuring smooth work processes to accomplish the end goal of completing projects within cost and on schedule. Up to 10% overtime is authorized. Direct labor for this task will be in accordance with the basic contract. Any oversight for this task is to be technical in nature. The prime contractor shall notify the COR in writing when 85% of funded amount has been expended and include a prognosis for adequacy of funds for remaining period of performance.

3. SECURITY AND ACCESS REQUIREMENTS. All references and deliverable items associated with this task are unclassified. Contractor employees must be U.S. citizens and be qualified to obtain a RED ‘C’ Shipyard picture badge, requiring security clearance for unescorted entry to various Government facilities in Navy Region Northwest, specifically the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) Controlled Industrial Area, and access to the work site computer network upon task award. The minimum security access clearance is CONFIDENTIAL. The candidate may not hold dual citizenship. Security Clearance information shall be submitted with contractor proposal. There are no other known requirements for access to restricted areas or information connected with the performance of this task.

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 3 of 19  FINAL

 

4. WORK SPECIFICATION. Services provided by the Contractor shall be completed in accordance with the basic contract, References (a) through (h) and this task order using information provided by the Government’s Technical Lead (TL). The TL will answer questions and resolve all problems concerning this task order’s technical requirements via the COR.

a. The Contractor shall provide one Management Assistant / Project Coordinator to perform services as follows:

(1) Support of infrastructure and capital improvement planning and project development including, but not limited to, managing all phases of planning and project development for Military Construction (MilCon) projects, and assisting the Customer Service Representatives with planning of maintenance and repair special projects.

(2) Performing MilCon program economic analyses.

(3) Preparing MilCon project documentation, including but not limited to DD1391, site approvals, DoD Minimum Antiterrorism Standards For Buildings and Environmental documentation.

(4) Produce presentation graphics for:

(a) The annual MilCon program defense for NAVSEA Headquarters and Navy Region Northwest.

(b) Production of the Code 900 Management Strategic Plan.

(c) Shore Facilities Planning Board (SFPB)

(d) Infrastructure presentations for higher headquarters and visiting dignitaries, including but not limited to Congressional delegations, Deputy Assistant Secretary of the Navy, Navy Region Northwest, NAVSEA Headquarters, Naval Facilities Engineering Command (NAVFAC) Northwest, and PSNS & IMF shops and codes.

(5) Provide assistance to other Code 980 Directorate employees for specialized office automation applications, including but not limited to, EconPack, the Electronic Program Generator (EPG) and the Defense Readiness and Reporting System-Navy (DRRS-N). This expertise is required to submit and program PSNS & IMF capital improvement (military construction), and Sustainment, Restoration and Modernization (SRM) projects.

b. The Contractor shall provide two Field Project Managers who will perform as direct liaison between Naval Base, Kitsap Public Works and the Resident Officer in Charge of Construction (ROICC) for capital improvement, and maintenance and repair special projects. Their duties include, but are not limited to:

(1) Coordinating all Shipyard 'Outage Requests' between the Resident Officer in Charge of Construction and the Navy Region Northwest Public Works office, ensuring minimum impact to Shipyard operational/project management and Production Department work.

(2) Providing customer (Shipyard) quality assurance during project construction.

(3) Ensuring that user requirements are being met and monitoring completion of warranty and 'punch list' issues.

(4) Managing construction project related tasks not directly associated with the MilCon construction such as telephone, LAN, and access/alarm installations.

(5) Preparation and monitoring of Production shop (primarily Shop 06 for alarm and access installation) and Public Works work requests supporting MilCon construction.

(6) Trouble-shooting and resolving potential interface / interference issues between the MilCon projects and Shipyard operations, utilities infrastructure, and personnel / traffic circulation.

(7) Assistance with relocation of Shipyard offices affected by construction and demolition.

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 4 of 19  FINAL

 

(8) Preparation of collateral outfitting (furniture and special material procurement) and budget development

5. SPECIAL REQUIREMENTS. In order to be successful the Contractor shall:

a. Management Assistant / Project Coordinator.

(1) Possess a working knowledge of with the organization and mission of the Naval Sea Systems Command, Naval Shipyards, Regional Maintenance Centers (RMCs) and Naval Base Kitsap as a result of a minimum of three (3) years working experience in Navy Infrastructure Management.

(2) Possess a minimum of five (5) years operating experience in MS PowerPoint and MS Excel applications, particularly as applied to presentation graphics.

(3) Possess a minimum of five (5) years operating experience including formal training in Navy economic analysis using U.S. Army Corps of Engineers ECONPACK for Windows and NAVFAC Manual P-442 based on formal training.

(4) Possess a minimum of three (3) years experience and knowledge of the National Environmental Policy Act (NEPA) and application to capital improvement, and Sustainment, Restoration and Modernization (SRM) projects, particularly identifying and developing Category Exclusions.

(5) Possess a working knowledge based on a minimum of three (3) years experience in the use of Office of Management and Budget (OMB) Circular A-94, “Guidelines and Discount Rates for Benefit-Cost Analysis of Federal Programs” as applied to facility life cycle and economic analysis.

b. Field Project Manager(s).

(1) Possess a minimum of three (5) years experience with the organization and mission of the Naval Sea Systems Command, Naval Shipyards, and Regional Maintenance Centers (RMCs).

(2) Possess a minimum of three (5) years experience in construction technology including construction terminology, construction technology, techniques, reading and understanding construction design drawings and construction project management, as well as the ability to do limited reading and interpretation of construction plans and specifications.

6. GOVERNMENT FURNISHED PROPERTY (GFP). The Government shall make available Reference (a) through (h) upon task award and provide the Contractor with a workspace, a telephone, data terminal/emulator as required, and access to one computer hardware/peripherals necessary for the proper performance of this tasking. In addition the Government shall provide administrative office supplies as required to carry out the responsibilities and functions listed above. Note: computers used by the incumbent(s) have the capability to access the Internet, Intranet and local area network (LAN). The Government will provide applicable written procedures for the operation of computer system and related hardware as necessary for the proper performance of this task. All GFP, as well as other materials and information produced in providing the services described in this task order shall be returned to the Government’s Technical Lead upon completion of the task as applicable.

7. QUALITY ASSURANCE. Work standards, warranties and quality program requirements are specified in the basic contract.

8. PERFORMANCE REQUIREMENT SUMMARY

Primary Performance Objectives Performance Standard/AQL Performance Assessment Method

Completes all assigned work accurately and on time.

Performance Plan and Appraisal Scale

Technical Lead (TL) will review and evaluate.

Develops, implements and monitors project plan(s) and

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 5 of 19  FINAL

 

schedule(s) for assigned project(s), and achieves successful technical and schedule performance of assigned project task(s).

Performance Plan and Appraisal Scale

Technical Lead (TL) will review and evaluate.

Contributes to the development of new/improved processes related to the incumbent’s task and that directly support PSNS & IMF. Supports the PSNS & IMF Lean continuous improvement process.

Performance Plan and Appraisal Scale

Technical Lead (TL) will review and evaluate.

Maintains a strong working relationship with PSNS & IMF and its partners supporting an environment of Teamwork.

Performance Plan and Appraisal Scale

Technical Lead (TL) will review and evaluate.

Maintains a level of work performance timeliness and quality acceptable to the PSNS & IMF.

Performance Plan and Appraisal Scale

Technical Lead (TL) will review and evaluate.

Maintains the necessary skills and knowledge required to perform the assigned tasks.

Performance Plan and Appraisal Scale

Technical Lead (TL) will review and evaluate.

Properly accounts for time and material expended in the performance of tasks.

Performance Plan and Appraisal Scale

Technical Lead (TL) will review and evaluate.

Contributes to the reduction of costs, and increased efficiencies in assigned tasks.

Performance Plan and Appraisal Scale

Technical Lead (TL) will review and evaluate.

Contributes to the reduction of costs, and increased efficiencies in assigned tasks.

Performance Plan and Appraisal Scale

Technical Lead (TL) will review and evaluate.

Supports the PSNS & IMF Voluntary Protection Program (VPP) and Personnel Protective Equipment (PPE) programs operating tools and equipment in a safe manner.

Performance Plan and Appraisal Scale

Technical Lead (TL) will review and evaluate.

Supports the PSNS & IMF policies onequal employment and promotes a workplace free of harassment based on gender, race, color, national origin, sex, religion, age, or an individual’s disability.

Performance Plan and Appraisal Scale

Technical Lead (TL) will review and evaluate.

Percentage of time contractors metexpectation regarding Performance Plan and Appraisal Technical Lead (TL) will review

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 6 of 19  FINAL

 

timeliness of required project timelines.

Scale and evaluate.

Percentage of time contractor’s work DID NOT require rework.

Performance Plan and Appraisal Scale

Technical Lead (TL) will review and evaluate.

Performance Plan and Appraisal Scale (for CPARS):

97-100 = Excellent; 92-96 = Very Good; 86-91 = Satisfactory; 70-85 = Marginal; 0-69 = UNSAT

9. TASK ORDER COMPLETION: Upon task completion the prime contactor shall submit to the COR a “Task Completion Deliverable Item Receipt (DIR)” (PSNS Form 4330/34 (Rev 10-01). with the “CONTRACTOR” date in the routing box reflecting the last date the on-site contractor worked.

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 7 of 19  FINAL

 

SECTION D PACKAGING AND MARKING

This Page Left Blank Intentionally

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 8 of 19  FINAL

 

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance shall be in accordance with Section E of the IDIQ contract.

1.0 Quality Assurance

The Government will monitor the Contractor’s performance. The Government reserves the right to review services to be provided, including those developed or performed at the Contractor’s facilities, to determine conformance with performance and technical requirements. Government quality assurance will be conducted on behalf of the Contracting Officer. The Task Order Manager (TOM) will be appointed to coordinate the overall quality assurance of technical compliance.

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 9 of 19  FINAL

 

SECTION F DELIVERABLES OR PERFORMANCE

CLIN - DELIVERIES OR PERFORMANCE

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

   

1000AA 10/1/2006 - 9/30/2007

1001AA 10/1/2007 - 9/30/2008

1002AA 10/1/2008 - 9/30/2009

4000AA 10/1/2009 - 9/30/2010

4001AA 10/1/2010 - 9/30/2011

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 10 of 19  FINAL

 

SECTION G CONTRACT ADMINISTRATION DATA

Task Order ManagerMichiel A C Hoogstede 241.411400 Farragut Ave.Bremerton, WA [email protected]

G-7 AVAILABILITY OF FUNDS (APR 1984) (FAR 52.232-18)

Funds are not presently available for this task order. The Government’s obligation under this task order is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this task order and until the contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

G-317 INVOICING INSTRUCTIONS

(a) Invoice submission shall be in accordance with Clause H-5 of the basic contract, entitled “Submission of Invoices”.

(b) The contractor shall electronically submit invoices using Wide Area Workflow (WAWF) web site located at https://wawf.eb.mil. Depending on the contractor’s “direct submit authority” given by Defense Contract Audit Agency (DCAA), the invoice will either be approved by DCAA or submitted directly to Defense Finance Accounting Service (DFAS) for payment.

(c) The following WAWF grid is provided to assist vendors in entering mandatory data into WAWF:

Invoice Type Cost Vouchers Issued By N00406 Admin By Code S2404A (DCMA Virginia) DCAA Auditor Code HAA47F (DCAA Fairfax Branch Office) Service Approver Code S2404A (DCMA Virginia) Pay By HQ0338 (DFAS Columbus Center) Cage Code 3S267

INVOICING AND PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

Consistent with task order clause 5252.232-9206, Segregation of Costs,, the contractor shall segregate and accumulate costs for the performance of this task order by the appropriate Accounting Classification Reference Number (ACRN). The contractor’s invoice shall identify the appropriate Contract and Task Order numbers. For the work performed, invoiced costs shall be associated to the Contract Line Item Number (CLIN), the Contract Subline Item (SLIN), and the specific ACRN. Invoices submitted to the paying office that do not comply with this requirement will be returned to the contractor for resubmission. The contractor shall provide an electronic copy of each invoice to the task Order Manager at the time of submission to DCAA/DFAS. The paying office will disburse funds in strict compliance with the amounts invoiced by CLIN/SLIN/ACRN.

CONTRACT ADMINISTRATION PLAN

In order to expedite administration of this task order, the following delineation of duties is provided, including the names, addresses, email addresses and phone numbers for each individual or office as specified. The individual/position designated as having responsibility should be contracted for any questions, clarifications or information regarding the functions assigned.

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 11 of 19  FINAL

 

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

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

b. Freedom of Information Act inquiries.

c. Changes/questions/information regarding the scope, term or conditions of the basic contract document prior to award.

d. Arranging the post-award conference (see FAR 42.503)

Name: TERESA KELLY

Address: FISC Puget Sound

Phone: (360) 476-0374

Email: [email protected]

2. CONTRACT ADMINISTRATION OFFICE (CAO) is responsible for matters specified in FAR 42.302 and DFARS 242.302 except in those areas otherwise designated herein.

Name: DCMA VIRGINIA

Address: 10500 BATTLEVIEW PARKWAY, SUITE 200, MANASSAS, VA 20109-2342

Phone: (703) 530-3111

Email: [email protected]

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

Name: DFAS COLUMBUS CENTER, SOUTH ENTITLEMENT OPERATIONS

Address: PO BOX 182264, COLUMBUS, OH 43213

4. CONTRACTING OFFICER’S REPRESENTATIVE (COR) is responsible for:

a. Controlling all appropriate Government technical interface with the contractor.

b. Ensuring that copies of all Government technical correspondence are forwarded to Contracting Officer for placement in the official task order file.

c. Promptly furnishing documentation on any request for change deviation or waiver (whether generated by the Government or the contractor) to the Contracting Officer for placement in the task order file.

d. Reviewing contractor invoices and for completing and signing the Contractor Invoice review form for all contract invoices.

e. In the event of contractor delay or failure to perform, determine the cause and make recommendations for appropriate corrective and/or preventative measures to the Contracting Officer.

f. Periodically check contractor performance to ensure that the individual contractor employees are of the skill level required and is actually performing at the levels charged during the period covered. Via the Contracting Officer

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 12 of 19  FINAL

 

request assistance from DCAA as necessary.

g. Providing the PCO or his designated Ordering Officer with appropriate funds for issuance of the task order.

h. Submit a written report on the contractor’s performance to the Contracting Officer. This report shall be submitted within 60 days of completion of task order, but in no event less than annually.

i. Generation of CPARS report after completion of each period of performance (i.e. base period, option year, etc), if applicable.

j. Security requirements of the Government installation.

COR

Name: MichiEl Hoogstede

Address: Code 241.41, Bldg 290-3 – Puget Sound Naval Shipyard & IMF

1400 Faragut Ave – Bremerton, WA 98314

Phone: (360) 476-2221

Email: [email protected]

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

ACOR

Name: Shelly Laughlin

Phone: (360) 476-0222

Email: [email protected]

It is emphasized that only the Contracting Officer has the authority to modify the terms and conditions of the contract. Therefore, in no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract between the contractor and any other person be effective of binding on the Government. If, in the opinion of the Contractor, an effort outside the existing scope of the contract is requested, the Contractor shall promptly notify the PCO in writing. No action must be taken by the contractor unless the POC or ACO has issued a contractual change.

Accounting DataSLINID PR Number Amount -------- ---------------------- --------------------- 1000AA N0002306NR55453 336840.00  LLA : AA 1771804 70BA 000 4523A 0 068688 2D C00058 4523A7N373NQ Standard Number: N4523A07RC00058   BASE Funding 336840.00 

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 13 of 19  FINAL

 

Cumulative Funding 336840.00  MOD 02  1001AA 348579.00  LLA : AB 1781804 70BA 000 4523A 0 068688 2D C00046 4523A8N373N Standard Number: N4523A08RC00046 This CLIN is incrementally funded in the amount of $174,289.69  Contractor is to notify Task Order/Contract Administrator when they have reached 75% of the funded amount.   MOD 02 Funding 348579.00 Cumulative Funding 685419.00  MOD 06  1002AA 360707.00  LLA : AC 1791804 70BA 000 4523A 0 068688 2D C00082 4523A9N373NQ Standard Number: N4523A09RC00082   MOD 06 Funding 360707.00 Cumulative Funding 1046126.00  MOD 09  4000AA 373253.00  LLA : AD 1701804 70BA 000 4523A 0 068688 2D C00087 4523A0N3N0TQ Standard Number: N4523A10RC00087 LOA: AD 1701804 70BA 000 4523A 0 068688 2D C00087 4523A0N3N0TQ   MOD 09 Funding 373253.00 Cumulative Funding 1419379.00  MOD 10  4001AA 386255.00  LLA : AE 1711804 70BA 000 4523A 0 068688 2D C10034 4523A1N3N0TQ This CLIN is fully funded.   MOD 10 Funding 386255.00 Cumulative Funding 1805634.00  MOD 11  4000AA (21679.00)  LLA : AD 1701804 70BA 000 4523A 0 068688 2D C00087 4523A0N3N0TQ Standard Number: N4523A10RC00087 LOA: AD 1701804 70BA 000 4523A 0 068688 2D C00087 4523A0N3N0TQ   MOD 11 Funding -21679.00  Cumulative Funding 1783955.00 

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 14 of 19  FINAL

 

SECTION H SPECIAL CONTRACT REQUIREMENTS

H-XX NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUS

For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, 52.219-3, NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18, NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS, and 52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE, the determination of whether a small business concern is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation, and further, meets the definition of a HUBZone small business concern, a small business concern certified by the SBA for participation in the SBA’s 8(a) program, or a service disabled veteran-owned small business concern, as applicable, shall be based on the status of said concern at the time of award of the SeaPort-e MACs and as further determined in accordance with Special Contract Requirement H-19.

NAVSEA 5252.216-9122 LEVEL OF EFFORT (DEC 2000)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the work described in Sections B and C of this contract. The total level of effort for the performance of this contract could be 6,980 total man-hours of direct labor (6,980 man-hours per year x 1 year), including subcontractor direct labor for those subcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level of effort.

(b) Of the total man-hours of direct labor set forth above, it is estimated that (Offeror to fill-in) man-hours are uncompensated effort. Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additional compensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillment of the level of effort obligations under this contract.

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

(d) The level of effort for this contract shall be expended at an average rate of approximately 40 hours per week (6,980 man-hours per year/52 weeks). It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective, provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the term hereof, except as provided in the following paragraph.

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

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

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 15 of 19  FINAL

 

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

Fee Reduction = Fee (Required LOE - Expended LOE)

Required LOE

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

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

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

(j) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contract performance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided the Contractor has a company-approved alternative work plan. The primary worksite is the traditional "main office" worksite. An alternative worksite means an employee's residence or a telecommuting center. A telecommuting center is a geographically convenient office setting as an alternative to an employee's main office. The Government reserves the right to review the Contractor's alternative worksite plan. In the event performance becomes unacceptable, the Contractor will be prohibited from counting the hours performed at the alternative worksite in fulfilling the total level of effort obligations of the contract. Regardless of work location, all contract terms and conditions, including security requirements and labor laws, remain in effect. The Government shall not incur any additional cost nor provide additional equipment for contract performance as a result of the Contractor's election to implement an alternative worksite plan.

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

SEGREGATION OF COSTS (DEC 2003) 5252.232-9206

(a) The Contractor agrees to segregate costs incurred under this task order at the lowest level of performance, either task or subtask, rather than on a total task order basis, and to submit invoices reflecting costs incurred at that level. Invoices shall contain summaries of work charged during the period covered, as well as overall cumulative summaries by labor category for all work invoiced to date (if applicable), by line item, task or subtask.

(b) Where multiple lines of accounting are present, the ACRN preceding the accounting citation will be fund I Section B and/or Section G. Payment of Contractor invoices shall be accomplished only by charging the ACRN that corresponds to the work invoiced.

(c) Except when payment requests are submitted electronically as specified in the clause DFARS 252.232-7003, Electronic Submission of Payment requests, one copy of each invoice or voucher will be provided, at the time of

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 16 of 19  FINAL

 

submission to DCAA, to the Task Order Manager.

TECHNICAL INSTRUCTIONS

(a) Performance of work hereunder may be subject to written technical instruction signed by the Task Order manager (TOM) specified in Section G of this task order. As used herein, technical instructions are defined to include the following:

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

(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions of work descriptions.

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

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10) working days after receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of the task order.

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

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 17 of 19  FINAL

 

SECTION I CONTRACT CLAUSES

52.217-9 - Option to Extend the Term of the Contract (Mar 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days prior to task order expiration; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the task order expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended task order shall be considered to include this option clause.

(c) The total duration of this task order, including the exercise of any options under this clause, shall not exceed 5 years.

52.222-41 Service Contract Act (July 2005)

52.224-1 Privacy Act Notification (April 1984)

52.224-2 Privacy Act (April 1984)

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 18 of 19  FINAL

 

SECTION J LIST OF ATTACHMENTS

Mandatory Cost Breakout Form

DD254 Security Form

 CONTRACT NO.

 N00178-04-D-4114  DELIVERY ORDER NO.

 GE01  AMENDMENT/MODIFICATION NO.

 11  PAGE

 19 of 19  FINAL