· FAMBS is a non-commercial application developed using Team Builder, ... report maintenance,...

28
1. CONTRACT NO. N00178-05-D-4383 2. DELIVERY ORDER NO. NW01 3. EFFECTIVE DATE 2012 May 01 4. PURCH REQUEST NO. N0007012RCK3104 5. PRIORITY Unrated 6. ISSUED BY CODE N00244 7. ADMINISTERED BY CODE S2404A 8. DELIVERY FOB NAVSUP Fleet Logistics Center San Diego, Regional Contracts Department 3985 Cummings Road San Diego CA 92136-4200 DCMA Manassas 10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA 20109-2342 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 5V951 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS Integrated Systems Analyst ISA 2001 North Beauregard Street Alexandria VA 22311-1739 X SMALL 12. DISCOUNT TERMS Net 30 Days WIDE AREA WORK FLOW SMALL DISADVANTAGED WOMEN-OWNED 13. MAIL INVOICES TO THE ADDRESS IN BLOCK See Section G 14. SHIP TO CODE 15. PAYMENT WILL BE MADE BY CODE HQ0338 MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. See Section D DFAS Columbus Center,South Entitlement Operations P.O. Box 182264 Columbus OH 43218-2264 16. TYPE OF ORDER DELIVERY/ CALL X This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract. PURCHASE Reference your furnish the following on terms specified herein. ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. Integrated Systems Analyst ISA Mary Anderson Executive Vice President, Administration _____________________________________ _____________________________________ ______________________________________________ ____________________________ NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED (YYYYMMDD) If this box is marked, supplier must sign Acceptance and return the following number of copies: 17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE See Schedule 18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY ORDERED/ ACCEPTED * 21. UNIT 22. UNIT PRICE 23. AMOUNT See Schedule *If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle. 24. UNITED STATES OF AMERICA 25. TOTAL $$$$$$$$$$$$$$$$ 26. DIFFERENCES BY: /s/James L Browley 04/30/2012 CONTRACTING/ORDERING OFFICER 27a. QUANTITY IN COLUMN 20 HAS BEEN INSPECTED RECEIVED ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED: ___ ___________________________________________________ b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE c. DATE d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28. SHIP NO. 29. D.O. VOUCHER NO. 30. INITIALS PARTIAL 32. PAID BY 33. AMOUNT VERIFIED CORRECT FOR f. TELEPHONE g. E-MAIL ADDRESS FINAL 31. PAYMENT 34. CHECK NUMBER 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. COMPLETE a. DATE b. SIGNATURE AND TITLE OF CERTIFYING OFFICER PARTIAL 35. BILL OF LADING NO. FULL 37. RECEIVED AT 38. RECEIVED BY (Print) 39. DATE RECEIVED 40. TOTAL CON- TAINERS 41. S/R ACCOUNT NUMBER 42. S/R VOUCHER NO. DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF 2

Transcript of  · FAMBS is a non-commercial application developed using Team Builder, ... report maintenance,...

 

1. CONTRACT NO.

N00178-05-D-4383 2. DELIVERY ORDER NO.

NW013. EFFECTIVE DATE

2012 May 014. PURCH REQUEST NO.

N0007012RCK31045. PRIORITY

Unrated6. ISSUED BY CODE N00244 7. ADMINISTERED BY CODE S2404A 8. DELIVERY FOB

NAVSUP Fleet Logistics Center San Diego, Regional Contracts Department3985 Cummings RoadSan Diego CA 92136-4200

DCMA Manassas10500 BATTLEVIEW PARKWAY, SUITE 200MANASSAS VA 20109-2342

  DESTINATION

  OTHER

  (See Schedule if other)

9. CONTRACTOR CODE 5V951 FACILITY 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X IF BUSINESS IS

Integrated Systems Analyst ISA2001 North Beauregard Street Alexandria VA 22311-1739

 X SMALL

12. DISCOUNT TERMS

Net 30 DaysWIDE AREA WORK FLOW

   SMALL DISADVANTAGED

   WOMEN-OWNED 13. MAIL INVOICES TO THE ADDRESS IN BLOCK

See Section G14. SHIP TO CODE   15. PAYMENT WILL BE MADE BY CODE HQ0338 MARK ALL

PACKAGES ANDPAPERS WITH

IDENTIFICATIONNUMBERS IN

BLOCKS 1 AND 2.

See Section D DFAS Columbus Center,South Entitlement OperationsP.O. Box 182264Columbus OH 43218-2264

16.TYPE

OFORDER

DELIVERY/CALL

XThis delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract.

PURCHASE  Reference your   furnish the following on terms specified herein.

ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME.

 Integrated Systems Analyst ISA     Mary Anderson Executive Vice President, Administration

  

_____________________________________ _____________________________________ ______________________________________________ ____________________________NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED

(YYYYMMDD)

  If this box is marked, supplier must sign Acceptance and return the following number of copies:

17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE

See Schedule18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY

ORDERED/ACCEPTED *

21. UNIT 22. UNIT PRICE 23. AMOUNT

  See Schedule        

           *If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle.

24. UNITED STATES OF AMERICA 25. TOTAL $$$$$$$$$$$$$$$$26. DIFFERENCES

 

BY: /s/James L Browley        04/30/2012 CONTRACTING/ORDERING OFFICER

 

27a. QUANTITY IN COLUMN 20 HAS BEEN

  INSPECTED   RECEIVED  ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED: ___ ___________________________________________________

b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 c. DATE

 d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 

 e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 28. SHIP NO.

 29. D.O. VOUCHER NO.

 30. INITIALS  

 

  PARTIAL 32. PAID BY

 33. AMOUNT VERIFIED CORRECT FOR

 f. TELEPHONE

 g. E-MAIL ADDRESS     FINAL

31. PAYMENT 34. CHECK NUMBER

 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT.  COMPLETE

a. DATE

 b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

    PARTIAL 35. BILL OF LADING NO.

 

  FULL

37. RECEIVED AT

 38. RECEIVED BY (Print)

 39. DATE RECEIVED

 40. TOTAL CON-TAINERS

 

41. S/R ACCOUNT NUMBER

 42. S/R VOUCHER NO.

 

DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE.  

                                                                             

ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF

2

ISA
Highlight

GENERAL INFORMATION

TASK ORDER GENERAL INFORMATION

This task order represents award of solicitation N00024-12-R-0385 to Integrated Systems Analyst (ISA), effective May 1, 2012.

NAVSUP FLCSD Point of Contact: Juana Perez, Contract Negotiator, Phone 619-556-6763, e-mail: [email protected]

NAVSUP FLCSD Requisition No. N0007012RCK3104

Distribution:Contractor Representative ISA Mary Anderson; COR/TOM LCDR Christin Crowley; Financial Cristina Pinlac

Type of Task Order: Firm Fixed Price

Duration of the Requirement: This requirement is for a base and 2-one-year option periods (if all options are exercised.)

Section B- Updated

Section G - 1. Accouting and Appropriation DataL LLA's 5100 and 8100 have been added.  See section G Accouting Data for the full lune for the aforementioned ACRS/SLINs.

2. Updated WAWF table

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 2 of 2  FINAL

 

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES   For FFP Items:  Item   Supplies/Services       Qty Unit Unit Price          Total Price                 ------ ----------------- --------- ---- --------------- ----------------                  5000   TECHNICAL SUPPORT                                  $$$$$$$$$$$$$       SERVICES FOR             COMNAVSURFPAC/CON        AVAIRPAC                 FINCANICIAL              AVAILABILITY             MAINTENANCE              BUDGET                   SYSTEMS(FAMBS)     5100   BASE PERIOD LABOR      12.0  LM     $$$$$$$$$$$$   $$$$$$$$$$$$$        (O&MN,N)                          5101   OPT YEAR 1             12.0  LM     $$$$$$$$$$$$ $$$$$$$$$$$$$        (O&MN,N)                                Option                            5102   OPT YEAR 2             12.0  LM     $$$$$$$$$$$$ $$$$$$$$$$$$$        (O&MN,N)                                Option                            8000   TRAVEL AND                                         $$$$$$$$$$$$$        MATERIALS WITH           APPLICABLE BURDEN        EXCLUDING FEE      8100   Travel Costs. All       1.0  LO     $$$$$$$$$$$$ $$$$$$$$$$$$$       travel required                         to be in support                        of the PWS and in                       accordancw with                         Joint Travel                            Regulations.                            (O&MN,N)                          8101   Travel Costs. All       1.0  LO     $$$$$$$$$$$$ $$$$$$$$$$$$$       travel required                         to be in support                        of the PWS and in                       accordancw with                         Joint Travel                            Regulations.                            (O&MN,N)                                Option                            8102   Travel Costs. All       1.0  LO     $$$$$$$$$$$$ $$$$$$$$$$$$$        travel required                         to be in support                        of the PWS and in                       accordancw with                         Joint Travel                            Regulations.                            (O&MN,N)                                Option                           

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 1 of 26  FINAL

 

ISA
Highlight
ISA
Highlight
ISA
Highlight
ISA
Highlight
ISA
Highlight
ISA
Highlight
ISA
Highlight
ISA
Highlight

 

COMNAVSURPAC Support Services Proposal Direct Labor Hour:

CLIN 5100 CLIN

5101

CLIN

5102Seaport-e

Labor Category

     

Systems Engineer (Key Personnel) 00000 0000i 0000iProgram/Contract Manager (Key Personnel) iiiiii iiiiiiii iiii000Labor Totals 00000 00000 00000

The level-of-effort presented above represent the Labor Mix used for evaluation of proposals.

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 2 of 26  FINAL

 

ISA
Highlight
ISA
Highlight
ISA
Highlight

SECTION C DESCRIPTIONS AND SPECIFICATIONS

COMMANDER NAVAL SURFACE FORCES PACIFIC FINANCIAL AVAILABILITY MAINTENANCE BUDGET SYSTEM

PERFORMANCE WORK STATEMENT

 

1.0 INTRODUCTION

The Commander, Naval Surface Forces, U.S. Pacific Fleet (COMNAVSURFOR) requires contractor support for the Financial Availability Maintenance Budget System (FAMBS) computer program.  The FAMBS database monitors, tracks and reports over $1B of Navy Operations and Maintenance, Navy (O&MN and O&MNR) annual funding.  Funds are issued to over 25 activities, and numerous FAMBS reports are used to track these funds.  Funds are monitored by several different budget categories.  The contractor will be responsible for maintaining the database, providing query reports and modifying the database as directed by the Budget Office.

2.0 BACKGROUND

FAMBS is a non-commercial application developed using Team Builder, a Radical Application Development (RAD) technique to shorten the development cycle.  FAMBS program is written in SQL Windows 2.0, a component of Centura Team Developer 2000.  The database is served by Centura SQLBase 7.6.  FAMBS was developed under a Government contract and the Government owns all rights to FAMBS application and the license for the supporting commercial software. 

The Government has unlimited rights to all documents/material and applications produced under this task order.  All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government.  These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer.  All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose.  This right does not abrogate any other Government rights.

3.0 SCOPE

The proposed acquisition is to provide computer programming services and assist the Budget Officers with financial data analysis. FAMBS will be maintained by optimizing performance of programs and conducting recovery procedures when necessary.  The contractor shall provide well qualified and experienced personnel and supervision non-personal services necessary to perform Financial Availability Maintenance Budget System Program Support as defined in this Performance Work Statement.  The contractor shall perform to the standards of this task order.

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 3 of 26  FINAL

 

4.0 REQUIREMENTS

4.0.1. The contractor shall provide program and database systems engineering services in support of Commander, Naval Surface Forces, Pacific (COMNAVSURPAC) and the Commander, Naval Air Forces, Pacific (COMNAVAIRPAC) Financial Availability Maintenance Budget System (FAMBS) on the COMNAVSURFPAC Headquarters LAN.  Support is of both FAMBS database maintenance and program modification as required by COMNAVSURPAC and COMNAVAIRPAC Budget Officers.

4.1 COMNAVSURFPAC SUPPORT RERQUIREMENTS

4.1.1. On a daily basis assist the Budget Analyst, prepare and disseminate funding authorization documents for all CNO scheduled availabilities, Continuous Maintenance periods, Emergent maintenance work, Advanced Funding, and Other funding for future maintenance and modernization events for CNSP ships.  The extent of this effort covers six Regional Maintenance Centers and more than 25 maintenance activities worldwide. 

4.1.2.The contractor will assist the Budget Officer on a daily basis with financial data entry, analysis and reporting projects.  Assist Budget Analyst and Budget Officer in execution of duties to include data calls, report maintenance, answering emails, phone calls, etc.

4.1.3. The contractor will maintain the FAMBS database to include data definition, supporting structural tables, indices, views and referential integrity, backup and recovery.  DISA provides, via Citrix, a virtual desktop that has access to the database utilities and files that will allow the Contractor to perform required database maintenance remotely. 

4.1.4. Conduct daily database checkpoint backup copies.  Physical, off-line backups are performed by DISA (Defense Information Systems Agency, a Citrix XenApp).

4.1.5. Contractor will provide daily help desk services for all FAMBS users, monitor user accounts, and establish new accounts as required.  Provide user training as required.  Maintain a user’s manual for the FAMBS database.  Maintain a system manager’s manual for the FAMBS database.  Maintain a troubleshooting guide for the FAMBS database.

4.1.6. On a weekly basis, enter expenditures, transfers of funds and similar budgetary and financial transactions for all CNSP funded ship maintenance depot level budget information into the FAMBS database.  Ensure account balances correctly reflect the effect these actions have upon the amount of funds available in each account for use.

4.1.7. On a weekly basis, or as needed, demonstrate comprehensive ability to extract and display financial data from FAMBS.  This includes producing query reports, for example a monthly or

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 4 of 26  FINAL

 

quarterly report reflecting all Emergent Maintenance expenditures for each Regional Maintenance Center.  The query reports must be in a readable format for management review and decision making.

4.1.8. The contractor will develop more user friendly options within the FAMBS database, including exporting financial data to Excel for increased capability for analysis of data and free form manipulation by users.

4.1.9. On a monthly basis, maintain the FAMBS database, including optimizing performance of programs and the database; conducting recovery procedures when necessary, reviewing obsolete functions, data and eliminate when necessary.  Maintain database structural table. 

4.1.10. Prepare monthly and quarterly ad hoc reports on budget execution based upon analysis and consideration of program budget variables, changes in workload, ships schedule, and funding provided.  Prepare brief reports covering the status of funds, expenses and obligations. 

4.1.11. The contractor shall modify the financial database to display specific financial data as determined by the Budget Officer and in accordance with the changing requirements of the N43 Maintenance Code structure.  The periodicity of these modifications will vary but will most occur on a quarterly basis, depending upon the needs of COMNAVSURPAC and COMNAVAIRPAC.

4.1.12. Modify and update FAMBS programming for existing reports to include new financial reports, on-line query capability and executing associated budget requirements as needed.  Review obsolete functions and continue to improve application functions to operate for most effective and efficient use.

4.1.13. When quarterly modifications are made to the database to support changing data requirements, the Contractor shall ensure the efficiency and accuracy of the program execution.  This is done in a safe stand alone development environment.

4.1.14. The contractor will upgrade the FAMBS database on a yearly basis, or as required, with new versions of Team Developer and SQL Base software when available.  This involves unloading the database, installing new software and reloading the database on the machine local to the Citrix server at DISA, where the FAMBS database resides.

4.1.15. The contractor will conduct database recovery if required.  The SQL Base database server that supports FAMBS is very reliable and has never been corrupted.  But in the rare instance where recovery is required, the database can be restored from most recent on-line copy of the database or from off-line copy with DISA support.

5.0 SECURITY REQUIREMENTS

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 5 of 26  FINAL

 

Contractor personnel must be eligible to obtain and/or have a Secret security clearance for CNSP facility access and access and exposure to classified data.  Contractor will process the paperwork for a National Agency Check with Local Agency and Credit Check (NACLC) on all assigned employees.  Contractor employees with Interim Secret access will not be issued a CAC until finger prints are returned favorable or the investigation is completed and a final clearance determination is rendered.

The contractor must have knowledge of, and comply with, all standard DoD security procedures, which include but are not limited to, those as outlined in the below list of DoD Regulation Manuals.

.     DoD 5200.1R Information Security Program

.     DoD 5200.2-R Personnel Security Program

.     DoD 5220.22-M National Industrial Security Program Operations Manual  (NISPOM)

.     DD FORM 254 Contract Security Classification Specification

The contractor will provide to the TOM and the Security Manager a Visit Authorization Letter (VAL) identifying all employees performing on the contract.  The VAL shall be validated and signed by the company Facility Security Officer (FSO) or company owner or president.  The VAL is required for CAC issuance and will include the following information:

a.    Contractor's company name, address, and telephone number, assigned CAGE Code, certification of the level of facility security clearance, contract number and expiration date.

b.    Name, date and place of birth, ssn and citizenship of the employee(s).

c.    Contractor employee(s) email address (for CAC issuance).

d.    Certification of the employees' personnel security clearance (type of clearance, date clearance granted, type of investigation and date investigation completed) and any special access authorizations required for the visit.

e.    Purpose of visit. 

f.    Date or period during which the VAL is to be valid. (Can be up to 12 months)

An application for a Contractor's access Card (CAC) will be initiated by a DoD employee via the Contractor Verification System (CVS) using the submitted VAL.  The CAC will be used to gain physical access to DoD installations and logical access to DoD resources and sensitive information.  When the CAC is no longer required, the Contractor or Program manager will recover the CAC from the Contractor employee and return the CAC to the DoD CVS Trusted Agent (TA).

Additional information regarding the facility clearance process can be obtained by visiting the Defense Security Service Internet homepage at http://www.dss.mil.

6.0 ADDITIONAL REQUIREMETNS

The contractor shall be responsible for safeguarding all government furnished equipment, information,

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 6 of 26  FINAL

 

and property provided for contractor use.  At the close of each work period, government facilities, equipment, and materials shall be secured.

7.0 PERFORMANCE LOCATION

7.1. The work to be performed under this contract will be at Naval Amphibious Base Coronado, Commander, Naval Surface Forces Pacific, 2841 Rendova Road, San Diego, CA 92155.

7.2. Hours of Operation:  The contractor is responsible for conducting business, between the hours of 0730-1600 Monday through Friday except Federal holidays or when the government facility is closed due to local or national emergencies, administrative closings, or similar government directed facility closings.  For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons.  The Contractor must at all times maintain adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the government facility is not closed for the above reasons.  When hiring personnel, the contractor shall keep in mind that the stability and continuity of the workforce are essential.

7.3.   Recognized Holidays:  Contractor is not required to perform services on the following holidays:  New Year’s Day, Labor Day, Martin Luther King Jr. Birthday, Columbus Day, President’s Day, Veteran’s Day, Memorial Day, Independence Day          , Thanksgiving Day, Christmas Day.

8.0 GOVERNMENT FURNISHED PROPERTY (GFP)

8.1. The Contractor will be provided the following GFP for the purpose of performing tasks during the course of the Task Order. All GFP will be provided to the awardee after the task order award.

8.1.1. GFP The government will provide standard office furnishings/equipment for contractors assigned to government facilities; e.g., desks, telephone, PCs, access to NMCI and internal tools.

9.0 CONTRACTOR DELIVERABLES

The contractor shall submit the following requirements:

The contactor shall deliver contractor monthly invoice reports in accordance with CDRL 0001.  Address to send report and frequency provided on the Contract Data Requirement List

10.0 QUALITY SURVEILLENCE & PERFORMANCE STANDARDS

The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP).  This plan is primarily focused on what the

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 7 of 26  FINAL

 

government must do to ensure that the contractor has performed in accordance with the performance standards.  It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable quality level(s).

11.0 TRAVEL REQUIREMENTS

11.1. Contractor may be required to travel CONUS during the performance of this contract to assist FAMBS users with troubleshooting or establishing new FAMBS accounts.  Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract.  All travel requires government approval/authorization and notification to the TOM

11.2. Contractor will be authorized travel expenses consistent with the substantive provisions of the JTR.  At the direction of the TOM, the contractor may be required to support activities outside the San Diego Area.  The contactor shall inform the TOM, in writing, of the estimated total travel costs prior to any travel outside the San Diego area.  Such travel will require special approval of the TOM.

12.0 ACRONYMS

ACOR              Alternate Contracting Officer’s Representative

CCE                 Contracting Center of Excellence

CFR                 Code of Federal Regulations

CNAP              Commander Naval Air Forces, U.S. Pacific Fleet

CNSP               Commander Naval Surface Forces, U.S. Pacific Fleet

CONUS           Continental United States (excludes Alaska and Hawaii)

COTR              Contracting Officer’s Technical Representative

COTS               Commercial-Off-the-Shelf

DD250             Department of Defense Form 250 (Receiving Report)

DD254             Department of Defense Contract Security Requirement List

DFARS                        Defense Federal Acquisition Regulation Supplement

DMDC             Defense Manpower Data Center

DOD                Department of Defense

FAMBS            Financial Availability Maintenance Budget System

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 8 of 26  FINAL

 

FAR                 Federal Acquisition Regulation

KO                   Contracting Officer

OCI                  Organizational Conflict of Interest

OCONUS         Outside Continental United States (includes Alaska and Hawaii)

ODC                Other Direct Costs

PIPO                Phase In/Phase Out

POC                 Point of Contact

PRS                  Performance Requirements Summary

PWS                 Performance Work Statement

QA                   Quality Assurance

QAP                 Quality Assurance Program

QASP               Quality Assurance Surveillance Plan

QC                   Quality Control

QCP                 Quality Control Program

TE                    Technical Exhibit

TOM                Task Order Manager

13.0 APPLICABLE PUBLICATIONS

14.1. The Contractor shall acquire working knowledge of general terminology and language associated with US Navy shipboard depot-level maintenance found in Reference Manual, Joint Fleet Maintenance Manual (JFMM)).  Reference is available online at http://www.submepp.navy.mil/jfmm/documents/00_jfmm.pdf

 

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 9 of 26  FINAL

 

SECTION D PACKAGING AND MARKING

Packing and markings shall be in accordance with Section D of the IDIQ contract.

There is no packing and markings requirement for the services to be provided in response to the task order unless otherwise indicated by the Task Order Manager (TOM) or the Contracting Officer Representative (COR).

All Deliverables shall be IAW Best Commercial Practice.

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 10 of 26  FINAL

 

SECTION E INSPECTION AND ACCEPTANCE

Inspection and acceptance of the services to be furnished hereunder shall be made at destination by the TOM and/or COR

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 11 of 26  FINAL

 

SECTION F DELIVERABLES OR PERFORMANCE

CLIN - DELIVERIES OR PERFORMANCE

The periods of performance for the following Items are as follows:         Base Year:     May  1, 2012 - April 30, 2013      Option One:   May  1, 2013 - April 30, 2014      Option Two:  May   l , 2014 - April 30, 2015

Services to be performed hereunder will be provided at the place of performance specified in the Performance Work Statement (PWS).

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 12 of 26  FINAL

 

SECTION G CONTRACT ADMINISTRATION DATA

SUP 5252.232-9402  INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008)  

(a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF):

    (1) The vendor shall have their cage code activated by calling 866-618-5988.  Once activated, the vendor shall self-register at the web site https://wawf.eb.mil.  Vendor training is available on the Internet at http://www.wawftraining.com.  Additional support can be obtained by calling the Navy WAWF Assistance Line: 1-877-251-9293.

    (2) WAWF Vendor “Quick Reference” Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521.

    (3) Select the invoice type within WAWF as specified below.  Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF.  Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed.

(b) The following information, regarding invoice routing DODAAC’s, must be entered for completion of the invoice in WAWF: 

  Routing Table Contracting Officer NotesWAWF Invoice Type  2-in-1 -- Select 2-in-1 for FFP Services Only.

-- Select Combo for Supplies, or Supplies AND FFP Services.

-- Select Cost Voucher for all Cost Type Contracts.

If none of the above applies, please call 1-877-251-9293.

Contract Number N00178-05-D-4383 -(Enter Contract Number)Delivery Order Number NW01 -(Enter DO Number)Issuing Office DODAAC N00244 -(Enter DODAAC of the activity issuing the

contract.)Admin Office DODAAC N00244 -(Enter Contract Admin Office DODAAC)Inspector DODAAC (usually only used when Inspector & Acceptor are different people)

 n/a -(Enter Inspector DODAAC (plus extension if applicable, or leave blank)

Ship To DoDAAC (for Combo),

Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)

 N53824 -(Enter DODAAC (plus extension if applicable)

Acceptance At Other  n/a -(Enter Other Acceptance Address if different from above (plus extension if applicable))

Local Processing Office (Certifier)  N53824 -(Enter LPO DODAAC (Local Admin) (plus extension if applicable) or leave blank

DCAA Office DODAAC (Used on Cost Voucher’s only)

 n/a -(Enter DCAA Office DODAAC when Applicable)

- Check on DCAA website: www.dcaa.mil/ Paying Office DODAAC  HQ0338 -(Enter Paying Office DODAAC Located on

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 13 of 26  FINAL

 

Contract)Acceptor/COR Email Address [email protected] -(Enter the Acceptor Email address for this

Contract if applicable)

(c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a .PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor.

(d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact:

Name Email Phone Role LCDR Christin Crowley  [email protected]  619-437-2384 Certifier/COR/TOM

 Patricia Curely [email protected]  619-437-2384 Acceptor

                     

 N00244G108     CONTRACT ADMINISTRATION APPOINTMENTS AND DUTIES (OCT 1995) (FISC SAN DIEGO)

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

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

                a.  All pre-award information, questions, or data,                 b.  Freedom of Information inquiries,                c.  Change/question/information regarding the scope, terms or conditions of the basic contract                 document, and/or

                Mr. James L. Browley, Contracting Officer                NAVSUP FLC San Diego, Code 220                937 N. Harbor Drive                San Diego, CA 92132                     619-532-3988 e-mail:[email protected]                 619-556-5226 (new phone number effective February 22, 2012)   

      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. 

Post award administration will be determined at time of award.

      3.  DEFENSE CONTRACT AUDIT AGENCY (DCAA) is responsible for audit verification/provisional approval of invoices and final audit of the contract prior to final payment to the contractor.

                 NOT APPLICABLE AT THIS TIME.

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

                 TBD

      5.  CONTRACTING OFFICER'S REPRESENTATIVE (COR) is responsible for:

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 14 of 26  FINAL

 

         a.  Liaison with personnel at the Government installation and the contractor personnel on site;         b.  Technical advice/recommendations/clarification on the statement of work;         c.  The statement of work for delivery/task orders placed under this contract;         d.  An independent government estimate of the effort described in the definitized statement of work         e.  Quality assurance of services performed and acceptance of the services or deliverables;         f.  Government furnished property;         g.  Security requirements on Government installation;         h.  Providing the PCO or his designated Ordering Officer with appropriate funds for issuance               of the Delivery/Task     order; and/or         i.  Certification of invoice for payment.

 NOTE:  When, in the opinion of the Contractor, the COR requests effort outside the existing scope of the contract (or delivery/task order), the Contractor shall promptly notify the Contracting Officer (or Ordering Officer) in writing.  No action shall be taken by the contractor under such direction until the Contracting Officer has issued a modification to the contract or, in the case of a delivery/task order, until the Ordering Officer has issued a modification of the delivery/task order, or until the issue has otherwise been resolved.  THE COR IS NOT AN ADMINISTRATIVE CONTRACTING OFFICER AND DOES NOT HAVE AUTHORITY TO DIRECT THE ACCOMPLISHMENT OF EFFORT WHICH IS BEYOND THE SCOPE OF THE STATEMENT OF WORK IN THE CONTRACT OR DELIVERY/TASK ORDER.

LCDR Christian CrowleyCommander Naval Surface Force2841 Rendova RoadSan Diego, CA 92155-5490 619-437-2757

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:

       6.  TECHNICAL ASSISTANT, if assigned by the requiring activity, is responsible for providing technical assistance and support to the COR in contract administration by: 

NOT APPLICABLE 

            a.  Identifying contractor deficiencies to the COR;            b.  Reviewing contract/delivery/task order deliverables and recommending acceptance/rejection of the                    deliverables;            c.  Identifying contractor noncompliance of reporting requirements;            d.  Evaluating contractor proposals for specific contracts/orders and identifying areas of                  concern affecting  negotiations;            e.  Reviewing contractor reports providing recommendations for acceptance/rejection;            f.  Reviewing invoices for appropriateness of costs and providing recommendations to facilitate                  certification of the invoice;           g.  Providing COR with timely input regarding the SOW, technical direction to the contractor and                             recommending corrective actions; and           h.  Providing written reports to the COR as required concerning trips, meetings or conversations with                 the contractor.

      7.  ORDERING OFFICER is responsible for:

         NOT APPLICABLE

     8.       Contract Negotiator              Ms. Juana Perez               NAVSUP FLC San Diego, Code 220              937 N. Harbor Drive              San Diego, CA 92132               619-532-2556 e-mail: [email protected]               619-556-6763 (new phone number effecive February 22, 2012)

NAVSUP 5252.237-9400 SUBSTITUTION OR ADDITION OF PERSONNEL (JAN 1992)

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 15 of 26  FINAL

 

(a) The offeror agrees to assign to the contract those persons whose resumes, personnel data forms or personnelqualification statements were submitted as required in Section L to fill the requirements of the contract. Nosubstitution or addition of personnel shall be made except in accordance with this clause.

(b) The offeror agrees that:*during the contract performance period, no personnel substitutions will be permitted unless such substitutionsare necessitated by an individual’s sudden illness, death or termination of employment. In any of these events,the contractor shall promptly notify the contracting officer and provide the information required by paragraph (d)below.

(c) If personnel for whatever reason become unavailable for work under the contract for a continuous periodexceeding thirty (30) working days, or are expected to devote substantially less effort to the work than indicatedin the proposal, the contractor shall propose a substitution of such personnel, in accordance with paragraph (d) below.

(d) All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least fifteen (15) days(thirty (30) days if a security clearance must be obtained) prior to the proposed substitution. Each request shallprovide a detailed explanation of the circumstances necessitating the proposed substitutions, a complete resumefor the proposed substitute and any other information required by the Contracting Officer to approve or disapprove the proposed substitution. All proposed substitutes (no matter when they are proposed during the (performance period) shall have qualifications equal to or higher than the qualifications of the person being replaced.

(e) In the event a requirement to increase the specified level of effort for a designated labor category, but not the overall level of effort of the contract occurs, the offeror shall submit to the Contracting Officer a written request for approval to add personnel to the designated labor category. The information required is the same as that required for paragraph (d) above. The additional personnel shall have qualifications greater than or equal at least one (1) of the individuals proposed for the designated labor category.

(f) The Contracting Officer shall evaluate requests for substitution and addition of personnel and promptly notify the offeror, in writing, of whether the request is approved or disapproved.

(g) If the Contracting Officer determines that suitable and timely replacement of personnel who have beenreassigned, terminated or have otherwise become unavailable to perform under the contract is not reasonablyforthcoming or that the resultant reduction of productive effort would impair the successful completion of thecontract or the delivery order, the contract may be terminated by the Contracting Officer for default or for theconvenience of the Government, as appropriate. Alternatively, at the Contracting Officer’s discretion, if the Contracting Officer finds the contractor to be at fault for the condition, he may equitably adjust (downward) thecontract price or fixed fee to compensate the Government for any delay, loss or damage as a result of the contractor’s.

 

Accounting DataSLINID PR Number Amount -------- ---------------------- --------------------- 5100 $$$$$$$$$$$$  LLA : AA 1721804 70BA 257 00070 R 045924 2D CK3104 0007023104KP   8100 N0007012RCK3104 $$$$$$$$$$  LLA : AA 1721804 70BA 257 00070 R 045924 2D CK3104 0007023104KP    BASE Funding $$$$$$$$$$$$Cumulative Funding $$$$$$$$$$$$

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 16 of 26  FINAL

 

ISA
Highlight
ISA
Highlight
ISA
Highlight
ISA
Highlight

SECTION H SPECIAL CONTRACT REQUIREMENTS

SECTION H SPECIAL CONTRACT REQUIREMENTS

 CONTRACT ADMINISTATION PLAN

CONTRACT ADMINISTRATION PLAN (CAP)FOR FIXED PRICE CONTRACTS

In order to expedite the administration of this contract, the following delineation of duties is provided.  The names, addresses and phone numbers for these offices or individuals are included elsewhere in the contract award document.  The office or individual designated as having responsibility should be contacted for any questions, clarifications, or information regarding the administration function assigned.

1.  The Procuring Contract Office (PCO) is responsible for:

                a.  All pre-award duties such as solicitation, negotiation and award of contracts.                  b.  Any information or questions during the pre-award stage of the procurement.                 c.  Freedom of Information inquiries.                d.  Changes in contract terms and/or conditions.                e.  Post award conference

2.  The Contract Administration Office (CAO) is responsible for matters specified in the FAR 42.302 and DFARS 42.302 except those areas otherwise designated as the responsibility of the Contracting Officer's Representative (COR) or someone else herein.  

3.  The paying office is responsible for making payment of proper invoices after acceptance is documented.

4.  The Contracting Officer's Representative (COR) is responsible for interface with the contractor and performance of duties such as those set forth below.  It is emphasized that only the PCO/CAO has the authority to modify the terms of the contract.  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 or binding on the Government.  If in the opinion of the contractor an effort outside the scope of the contract is requested, the contractor shall promptly notify the PCO in writing.  No action may be taken by the contractor unless the PCO or CAO has issued a contractual change.  The COR duties are as follows:  

                a. Technical Interface                                                                                                                                                                                                                              (1) The COR is responsible for all Government technical interface concerning the contractor and furnishing technical instructions to the contractor.  These instructions may include:  technical advice/recommendations/clarifications of specific details relating to technical aspects of contract requirements; milestones to be met within the general terms of the contract or specific subtasks of the contract; or, any other interface of a technical nature necessary for the contractor to perform the work specified in the contract.   The COR is the point of contact through whom the contractor can relay questions and problems of a technical nature to the PCO. 

       (2) The COR is prohibited from issuing any instruction which would constitute a contractual change.  The COR shall not instruct the contractor how to perform. If there is any doubt whether technical instructions contemplated fall within the scope of work, contact the PCO for guidance before transmitting the instructions to the contractor.

                 b.  Contract Surveillance

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 17 of 26  FINAL

 

       (1) The COR shall monitor the contractor's performance and progress under the contract.  In performing contract surveillance duties, the COR should exercise extreme care to ensure that he/she does not cross the line of personal services.  The COR must be able to distinguish between surveillance (which is proper and necessary) and supervision (which is not permitted).  Surveillance becomes supervision when you go beyond enforcing the terms of the contract.  If the contractor is directed to perform the contract services in a specific manner, the line is being crossed.  In such a situation, the COR's actions would be equivalent to using the contractor's personnel as if they were government employees and would constitute transforming the contract into one for personal services.

      (2) The COR shall monitor contractor performance to see that inefficient or wasteful methods are not being used.  If such practices are observed, the COR is responsible for taking reasonable and timely action to alert the contractor and the PCO to the situation.

      (3) The COR will take timely action to alert the PCO to any potential performance problems.  If performance schedule slippage is detected, the COR should determine the factors causing the delay and report them to the PCO, along with the contractor's proposed actions to eliminate or overcome these factors and recover the slippage.  Once a recovery plan has been put in place, the COR is responsible for monitoring the recovery and keeping the PCO advised of progress.

      (4) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to the contract you are responsible for completing a Contractor Performance Assessment Report (CPAR) in the CPARS Automated Information System (AIS).  The initial CPAR, under an eligible contract, must reflect evaluation of at least 180 days of contractor performance.  The completed CPAR, including contractor comments if any, (NOTE: contractors are allowed 30 days to input their comments) should be available in the CPARS AIS for reviewing official (PCO) review no later than 270 days after start of contract performance.  Subsequent CPARs covering any contract option periods should be ready at 1-year intervals thereafter. 

             c.  Invoice Review and Approval/Inspection and Acceptance

       (1) The COR is responsible for quality assurance of services performed and acceptance of the services or deliverables.  The COR shall expeditiously review copies of the contractor's invoices or vouchers, certificate of performance and all other supporting documentation to determine the reasonableness of the billing.  In making this determination, the COR must take into consideration all documentary information available and any information developed from personal observations.

      (2) The COR must indicate either complete or partial concurrence with the contractor's invoice/voucher by executing the applicable certificate of performance furnished by the contractor.  The COR must be cognizant of the invoicing procedures and prompt payment due dates detailed elsewhere in the contract.

      (3) The COR will provide the PCO and the CAO with copies of acceptance documents such as Certificates of Performance.

      (4) The COR shall work with the Contractor to obtain and execute a final invoice no more than 60 days after completion of contract performance.  The COR shall ensure that the invoice is clearly marked as a “Final Invoice.”

      d.  Contract Modifications.  The COR is responsible for developing the statement of work for change orders or modifications and for preparing an independent government cost estimate of the effort described in the proposed statement of work.

      e.  Administrative Duties

      (1) The COR shall take appropriate action on technical correspondence pertaining to the contract and for maintaining files on each contract.  This includes all modifications, government cost estimates, contractor invoices/vouchers, certificates of performance, DD 250 forms and contractor's status reports.

      (2) The COR shall maintain files on all correspondence relating to contractor performance, whether satisfactory or unsatisfactory, and on trip reports for all government personnel visiting the contractor's place of business for the purpose of discussing the contract.

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 18 of 26  FINAL

 

      (3) The COR must take prompt action to provide the PCO with any contractor or technical code request for change, deviation or waiver, along with any supporting analysis or other required documentation.

      f.  Government Furnished Property.  When government property is to be furnished to the contractor, the COR will take the necessary steps to insure that it is furnished in a timely fashion and in proper condition for use. The COR will maintain adequate records to ensure that property furnished is returned and/or that material has been consumed in the performance of work.                                                                                                                                                                             

     g.  Security.  The COR is responsible for ensuring that any applicable security requirements are strictly adhered to.

     h.  Standards of Conduct.  The COR is responsible for reading and complying with all applicable agency standards of conduct and conflict of interest instructions.

     i.  Written Report/Contract Completion Statement. 

     (1) The COR is responsible for timely preparation and submission to the PCO, of a written, annual evaluation of the contractors performance.  The report shall be submitted within 30 days prior to the exercise of any contract option and 60 days after contract completion.  The report shall include a written statement that services were received in accordance with the Contract terms and that the contract is now available for close-out.  The report shall also include a statement as to the use made of any deliverables furnished by the contractor.

    (2) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to the contract you are responsible for completing a final Contractor Performance Assessment Report (CPAR) in the CPARS with 30 days of contract completion.

    (3) The COR is responsible for providing necessary assistance to the Contracting Officer in performing Contract Close-out in accordance with FAR 4.804, Closeout of Contract Files.

 5.  The Technical Assistant (TA), if appointed, is responsible for providing routine administration and monitoring assistance to the COR.  The TA does not have the authority to provide any technical direction or clarification to the contract.  Duties that may be performed by the TA are as follows:

                a.  Identify contractor deficiencies to the COR.                  b.  Review contract deliverables, recommend acceptance/rejection, and provide the COR with documentation to support the recommendation.                  c.  Assist in preparing the final report on contractor performance for the applicable contract in accordance with the format and procedures prescribed by the COR.                d.  Identify contract noncompliance with reporting requirements to the COR.                e.  Review contractor status and progress reports, identify deficiencies to the COR, and provide the COR with recommendations regarding acceptance, rejection, and/or Government technical clarification requests.                f.  Review invoices and provide the COR with recommendations to facilitate COR certification of the invoice.                      g.  Provide the COR with timely input regarding technical clarifications for the statement of work, possible technical direction to provide the contractor, and recommend corrective actions.                 h.  Provide detailed written reports of any trip, meeting, or conversation to the COR subsequent to any interface between the TA and contractor.

5252.204-9400 Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems (May 2010)

Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors.  The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 – “DoD Implementation of Homeland Security Presidential Directive – 12 (HSPD-12)” dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12.  This clause is in accordance with HSPD-12 and its implementing directives.  This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 19 of 26  FINAL

 

access to a DoD computer/network, to perform certain unclassified both non-sensitive and sensitive duties.  It is the responsibility of the command/facility where the work is performed to ensure compliance. 

The requirement to control access to sensitive information applies to all US government IT systems and/or areas where unclassified but sensitive information may be discussed, displayed or maintained.  DON policy prescribes that all unclassified data that has not been approved for public release and is stored on mobile computing devises must be treated as sensitive data and encrypted using commercially available encryption technology. Whenever granted access to sensitive information, contractor employees shall follow applicable DoD/DoN instructions, regulations, policies and procedures when reviewing, processing, producing, protecting, destroying and/or storing that information.  Operational Security (OPSEC) procedures and practices must be implemented by both the contractor and contract employee to protect the product, information, services, operations and missions related to the contract. The contractor shall designate an employee to serve as the Contractor’s Security Representative.  Within three work days after contract award, the contractor shall provide to the Navy Command’s Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor’s Security Representative.  The Contractor’s Security Representative shall be the primary point of contact on any security matter.  The Contractor’s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer. 

 Non-Sensitive Positions

Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc ...) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements:

 Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the US (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and

Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a Federal Bureau of Investigation (FBI) fingerprint check prior to installation access. 

To be considered for a favorable trustworthiness determination, the Contractor’s Security Representative must submit for all employees each of the following:

SF-85 Questionnaire for Non-Sensitive Positions

Two FD-258 Applicant Fingerprint Cards

Original Signed Release Statements

The contractor shall ensure each individual employee has a current favorably completed NACI. 

The Contractor’s Security Representative shall be responsible for initiating reinvestigations as required.  Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result in delaying the individual’s start date. 

Sensitive Positions

Contractor employee whose duties require accessing a DoD unclassified computer/network, working with sensitive unclassified information (either at a Government or contractor facility), or physical access to a DoD facility must be a US citizen and possess a favorable trustworthiness determination prior to installation access.  To obtain a favorable trustworthiness determination, each contractor employee must have a favorably completed National Agency Check with Local Credit Checks (NACLC) which consists of a NACI including a FBI fingerprint check plus credit and law enforcement checks. Each contractor employee applying for a trustworthiness determination is required to complete:

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 20 of 26  FINAL

 

SF-85P Questionnaire for Public Trust Positions

Two FD-258 Applicant Fingerprint Cards

Original Signed Release Statements

Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result in delaying the individual’s start date.  To maintain continuing authorization for an employee to access a DoD unclassified computer/network, and/or have access to sensitive unclassified information, the contractor shall ensure that the individual employee has a current requisite background investigation.  The Contractor’s Security Representative shall be responsible for initiating reinvestigations as required and ensuring that background investigations remain current (not older than 10 years) throughout the contract performance period.

IT Systems Access

When access to IT systems is required for performance of the contractor employee’s duties, such employees shall in-process with the Navy Command’s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual’s performance under the contract.  Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources.  The SAAR-N shall be forwarded to the Navy Command’s Security Manager at least 30 days prior to the individual’s start date.  Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result in delaying the individual’s start date.

When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation.  The Contractor’s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. 

Security Approval Process

The Contractor’s Security Representative shall ensure that each individual employee pending assignment shall accurately complete the required forms for submission to the Navy Command’s Security Manager.  The Contractor’s Security Representative shall screen the investigative questionnaires for completeness and accuracy and for potential suitability/security issues prior to submitting the request to the Navy Command’s Security Manager.  Forms and fingerprint cards may be obtained from the Navy Command’s Security Manager.  These required items, shall be forwarded to the Navy Command's Security Manager for processing at least 30 days prior to the individual employee’s anticipated date for reporting for duty.  The Navy Command’s Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM).  Suitability/security issues identified by the Navy Command’s Security Manager may render the contract employee ineligible for the assignment.  A favorable review of the questionnaire and advance fingerprint results are required as an interim measure prior to the contract employee start date.  An unfavorable determination made by the Navy Command’s Security Manager is final and such a determination does not relieve the contractor from meeting any contractual obligation under the contract.

If contractor employees already possess a current favorably adjudicated investigation, the Navy Command’s Security Manager will use the Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS).  The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR.  The VAR requires annual renewal for the duration of the employee’s performance under the contract.

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 21 of 26  FINAL

 

The Navy Command’s Security Manager will forward the required forms to OPM for processing.  Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a position of trust determination.  When a favorable determination is not made, contractor employees shall not be permitted to work on this contract effort and if already working on the contract shall be removed immediately. 

The potential consequences of any requirements under this clause including denial of access for a proposed contractor employee who fails to obtain a favorable trustworthiness determination in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract.  Contractors shall plan ahead in processing their employees and subcontractor employees for working in non-sensitive positions, with sensitive information, and/or on Government IT systems.  The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have physical access to a federally controlled facility and/or access to a federally-controlled information system/network and/or access to government information.

ORGANIZATIONAL CONFLICT OF INTEREST

The Organizational Conflict of Interest clause in the contractor's basic SeaPort IDIQ contract isincorporated in this task ordery by reference.

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 22 of 26  FINAL

 

SECTION I CONTRACT CLAUSES

52.216-1     TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation.

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 prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend  before the contract expires. The preliminary notice does not commit the Government 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 36 months

52.219-6     NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)

(a) Definition.

"Small business concern," as used in this clause, means a concern, including its affiliates, that 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.

(b) Applicability. This clause applies only to--

(1) Contracts that have been totally set aside or reserved for small business concerns; and

(2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).

(c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.

(2) Any award resulting from this solicitation will be made to a small business concern.

(d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts.

(End of clause)

52.232-18     AVAILABILITY OF FUNDS (APR 1984)

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 23 of 26  FINAL

 

Funds are not presently available for this contract. The Government's obligation under this contract 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 contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

(End of clause)

252.201-7000     CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991)

(a) "Definition.  Contracting officer's representative" means an individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions.

(b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation.  It will specify the extent of the COR's authority to act on behalf of the contracting officer.  The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract.

(End of clause)

252.232-7003     ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008)

(a) Definitions. As used in this clause--

(1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation.

(2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.

(3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract.

(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 24 of 26  FINAL

 

on the Internet at https://wawf.eb.mil/.

(c) The Contractor may submit a payment request and receiving report using other than WAWF only when--

(1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF;

(2) DoD is unable to receive a payment request or provide acceptance in electronic form;

(3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; or

(4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System).

(d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract.

(e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests.

(End of clause)

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 25 of 26  FINAL

 

SECTION J LIST OF ATTACHMENTS

Wage Determination

CDRLs

Quality Assurance Surveillance Plan

DD 254 Contract Security Classification Specification

 CONTRACT NO.

 N00178-05-D-4383  DELIVERY ORDER NO.

 NW01  PAGE

 26 of 26  FINAL