1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and...

54
N00178-14-D-7790-MU6221 Page 1 of 2 Offers must acknowledge receipt of this amendment prior to he hour and date specified in the solicitation or as amended, by one of the following me hods: (a) By completing items 8 and 15, and returning or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT 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 letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. E. IMPORTANT: Contractor is not is required to sign this document and return copies to the issuing office. AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE 2. AMENDMENT/MODIFICATION NUMBER 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQUISITION NUMBER 5. PROJECT NUMBER (If applicable) 7. ADMINISTERED BY (If other than Item 6) CODE STANDARD FORM 30 (REV. 11/2016) Prescribed by GSA FAR (48 CFR) 53.243 FACILITY CODE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED (SEE ITEM 13) 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. 12. ACCOUNTING AND APPROPRIATION DATA (If required) copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NUMBER AS DESCRIBED IN ITEM 14. CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NUMBER IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation data, 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: D. OTHER (Specify type of modification and authority) Except as provided herein, all terms and conditions of he document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15C. DATE SIGNED 15A. NAME AND TITLE OF SIGNER (Type or print) 16C. DATE SIGNED 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible ) PAGE OF PAGES 6. ISSUED BY CODE 8. NAME AND ADDRESS OF CONTRACTOR (Number, street, county, State and ZIP Code) (X) CODE 15B. CONTRACTOR/OFFEROR (Signature of person authorized to sign) 16B. UNITED STATES OF AMERICA (Signature of Contracting Officer) Previous edition unusable SCD 21 M67854 0H788 SEE SECTION G SEE PAGE 2 603285396 S5111A MARCORSYSCOM 2200 Lester St Bldg 2200 Quantico, VA 22134-6050 Kalman & Company, Inc. 5366 Virginia Beach Blvd, Suite 303 Virginia Beach, Virginia 23462 DCMA HAMPTON 2128 Pershing Avenue Fort Eustis, VA 23604 J M95450-20-SU-F3102-0001 N00178-14-D-7790/MU62 N/A 1 2 05/15/2020 12/15/2015 05/14/2020 C FAR 43.103(b)(1)

Transcript of 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and...

Page 1: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 1 of 2

Offers must acknowledge receipt of this amendment prior to he hour and date specified in the solicitation or as amended, by one of the following me hods: (a) By completing items 8 and 15, and returning or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT 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 letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

E. IMPORTANT: Contractor is not is required to sign this document and return copies to the issuing office.

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE

2. AMENDMENT/MODIFICATION NUMBER 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQUISITION NUMBER 5. PROJECT NUMBER (If applicable)

7. ADMINISTERED BY (If other than Item 6) CODE

STANDARD FORM 30 (REV. 11/2016) Prescribed by GSA FAR (48 CFR) 53.243

FACILITY CODE

9A. AMENDMENT OF SOLICITATION NUMBER

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NUMBER

10B. DATED (SEE ITEM 13)

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.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NUMBER AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NUMBER IN ITEM 10A.

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

D. OTHER (Specify type of modification and authority)

Except as provided herein, all terms and conditions of he document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15C. DATE SIGNED

15A. NAME AND TITLE OF SIGNER (Type or print)

16C. DATE SIGNED

16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible )

PAGE OF PAGES

6. ISSUED BY CODE

8. NAME AND ADDRESS OF CONTRACTOR (Number, street, county, State and ZIP Code) (X)

CODE

15B. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

16B. UNITED STATES OF AMERICA

(Signature of Contracting Officer)

Previous edition unusable

SCD

21M67854

0H788

SEE SECTION G

SEE PAGE 2

603285396

S5111A

MARCORSYSCOM2200 Lester St Bldg 2200Quantico, VA 22134-6050

Kalman & Company, Inc.5366 Virginia Beach Blvd, Suite 303Virginia Beach, Virginia 23462

DCMA HAMPTON2128 Pershing AvenueFort Eustis, VA 23604

J

M95450-20-SU-F3102-0001

N00178-14-D-7790/MU62

N/A

1 2

05/15/2020

12/15/2015

05/14/2020

C

FAR 43.103(b)(1)

Page 2: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 2 of 2

General Information

The purpose of this unilateral modification is fromsubCLIN 840002 and to subCLIN 840003 to correct the OMMCLine of Accounting (LOA) under CLIN 8400. The ACRN is changed to reflect AZ. 

From: AA 17011061A2A 251 67854 067443 2D M95450 0SUF310217LYTo: AZ 17011061A2A 251 67854 067443 2D M95450 0SUF310217LY

The total value of the contract remains the same.

 

 

Page 3: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a
Page 4: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 2 of 52

Section B - Supplies and ServicesCLIN - SUPPLIES OR SERVICES

FFP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8000 R425 BASE PERIOD - PM LTV ProgramOffice Support in accordance withSection C. (Fund Type - TBD)

12.00 Months

800001 R425 FY-15 PMC FY-15 PMC Funding (Mod 01)) FY-15 PMC

Incremental Funding (Mod02)) (PMC)

800002 R425 FY-16 ( Incremental Funding(Mod 01)) (PMC)

800003 R425 FY-16 ( IncrementalFunding (Mod 02)) (PMC)

800004 R425 FY-16 ( Incremental Funding(Mod 02)) FY-16 (Incremental Funding (Mod 03)) (PMC)

800005 R425 FY-16 ($61,620.00 Incremental Funding)(RDT&E)

8005 R425 Reserved (Fund Type - TBD) 0.00 Months $0.00 $0.00

800501 R425 (PMC)

8010 R425 Reserved (Fund Type - TBD) 0.00 Months $0.00 $0.00

801001 R425 (PMC)

8015 R425 Reserved (Fund Type - TBD) 0.00 Months $0.00 $0.00

801501 R425 (PMC)

8020 R425 Reserved (Fund Type - TBD) 0.00 Months $0.00 $0.00

802001 R425 (PMC)

8025 R425 Reserved (Fund Type - TBD) 0.00 Months $0.00 $0.00

802501 R425 (PMC)

8030 R425 Reserved (Fund Type - TBD) 0.00 Months $0.00 $0.00

803001 R425 (PMC)

8035 R425 Reserved (Fund Type - TBD) 0.00 Months $0.00 $0.00

803501 R425 (PMC)

8040 R425 Reserved (Fund Type - TBD) 0.00 Months $0.00 $0.00

804001 R425 (PMC)

8045 R425 Reserved (Fund Type - TBD) 0.00 Months $0.00 $0.00

804501 R425 (PMC)

8050 R425 Reserved (Fund Type - TBD) 0.00 Months $0.00 $0.00

805001 R425 (PMC)

Page 5: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 3 of 52

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8055 R425 Reserved (Fund Type - TBD) 0.00 Months $0.00 $0.00

805501 R425 (PMC)

8060 R425 Reserved (Fund Type - TBD) 0.00 Months $0.00 $0.00

806001 R425 (PMC)

8065 R425 Reserved (Fund Type - TBD) 0.00 Months $0.00 $0.00

806501 R425 (PMC)

FFP / NSP Items:

8099 Not Separately Priced - BASE PERIOD - CDRLs IAW Exhibit A. 1.00 Lot NSP

FFP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8100 R425 OPTION PERIOD 1 - PM LTV ProgramOffice Support in accordance withSection C. (Fund Type - TBD)

12.00 Months

810001 R425 Funding only in support of CLIN 8100(PMC)

810002 R425 Funding only in support of CLIN 8100(PMC)

810003 R425 Funding only in support of CLIN 8100(PMC)

810004 R425 Funding only in support of CLIN 8100(PMC)

810005 R425 Funding only in support of CLIN 8100(RDT&E)

8105 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8110 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8115 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8120 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8125 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8130 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8135 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8140 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8145 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8150 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

Page 6: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 4 of 52

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8155 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8160 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8165 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

FFP / NSP Items:

8199 Not Separately Priced - OPTION PERIOD 1 - CDRLs IAW Exhibit A. 1.00 Lot NSP

FFP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8200 R425 OPTION PERIOD 2 - PM LTV ProgramOffice Support in accordance withSection C. (PMC)

12.00 Months

820001 R425 Funding Only in support of CLIN 8200(PMC)

820002 R425 Funding Only in support of CLIN 8200(PMC)

820003 R425 Funding Only in support of CLIN 8200(PMC)

820004 R425 Funding Only in support of CLIN 8200(PMC)

8205 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8210 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8215 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8220 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8225 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8230 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8235 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8240 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8245 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8250 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8255 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8260 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

Page 7: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 5 of 52

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8265 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

FFP / NSP Items:

8299 Not Separately Priced - OPTION PERIOD 2 - CDRLs IAW Exhibit A. 1.00 Lot NSP

FFP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8300 R425 OPTION PERIOD 3 - PM LTV ProgramOffice Support in accordance withSection C. (Fund Type - OTHER)

12.00 Months

830001 R425 (O&MN,N)

830002 R425 (O&MN,N)

830003 R425 (PMC)

8305 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8310 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8315 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8320 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8325 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8330 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8335 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8340 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8345 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8350 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8355 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8360 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8365 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

FFP / NSP Items:

8399 Not Separately Priced - OPTION PERIOD 3 - CDRLs IAW Exhibit A. 1.00 Lot NSP

FFP Items:

Page 8: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 6 of 52

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8400 R425 OPTION PERIOD 4 - PM LTV ProgramOffice Support in accordance withSection C. (Fund Type - OTHER)

12.00 Months

840001 R425 Funding in support of CLIN 8400 (PMC)

840002 R425 Funding in support of CLIN 8400(O&MN,N)

840003 R425 Funding in support of CLIN 8400(O&MN,N)

8405 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8410 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8415 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8420 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8425 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8430 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8435 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8440 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8445 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8450 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8455 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8460 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

8465 R425 Reserved (Fund Type - TBD)Option

0.00 Months $0.00 $0.00

FFP / NSP Items:

8499 Not Separately Priced - OPTION PERIOD 4 - CDRLs IAW Exhibit A. 1.00 Lot NSP

ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9000 R425 BASE PERIOD - Travel IAW PWSSection 5.0 and subject to FAR 31. Not toExceed (PMC)

1.00 Lot

900001 R425 FY-16 PMC (PMC)

Page 9: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 7 of 52

Item PSC Supplies/Services Qty Unit Est. Cost

9100 R425 OPTION PERIOD 1 - Travel IAW PWSSection 5.0 and subject to FAR 31. Not toExceed . (PMC)

1.00 Lot

910001 R425 Funding only in support of CLIN 9100(PMC)

9200 R425 OPTION PERIOD 2 - Travel IAW PWSSection 5.0 and subject to FAR 31. Not toExceed (PMC)

1.00 Lot

920001 R425 Funding Only in support of CLIN 9200(PMC)

920002 R425 Funding Only in support of CLIN 9200(PMC)

9300 R425 OPTION PERIOD 3 - Travel IAW PWSSection 5.0 and subject to FAR 31. Not toExceed . (Fund Type - OTHER)

1.00 Lot

930001 R425 (O&MN,N)

930002 R425 (PMC)

9400 R425 OPTION PERIOD 4 - Travel IAW PWSSection 5.0 and subject to FAR 31. Not toExceed . (Fund Type - OTHER)

1.00 Lot

940001 R425 (PMC)

Page 10: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 8 of 52

Section C - Description/Specifications/Statement ofWork

PERFORMANCE WORK STATEMENT

                                    __________________________________________

Program Manager, Light Tactical Vehicles

Program Support Services

 

 

 

 

United States Marine Corps

Program Executive Officer, Land Systems Marine Corps

Program Manager, Light Tactical Vehicles

2200 Lester Street

Quantico, VA 22134

 

 

 

 

 

 

 

 

 

 

Page 11: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 9 of 52

 

Abstract:  The purpose of this Performance Work Statement is to procure Program Management, Cost Analysis,Financial Analysis, Systems Engineering, Logistics and Sustainment support and specialty services.

 

1.0   INTRODUCTION

Marine Corps, ground tactical wheeled vehicles must allow Marines to conduct expeditionary operations anywherein the world across the Range of Military Operations (ROMO).  The ROMO includes a range of stability and securityoperations with a high level of irregular threats to major combat operations with traditional threats.  Marine Corpstactical wheeled vehicles must ensure required payload, protection, and performance levels for all tactical wheeledvehicles while being highly mobile, reliable, survivable, transportable, and deployable for expeditionary operationsacross the spectrum of the operational environment. 

The Program Manager, Light Tactical Vehicles (PM LTV) is resident in the Program Executive Officer Land Systems(PEO LS) and is responsible for research, development, acquisition, and total lifecycle management of all newMarine Corps light tactical vehicle acquisition programs as well as the life cycle management of light tacticalwheeled vehicle legacy systems and ancillary equipment, with a focus on establishing and maintaining effectual,comprehensive program management, financial management, logistics support, systems engineering support and costestimation practices within specific cost, schedule and performance parameters.  PM LTV’s portfolio of programsincludes:

 ·         Joint Light Tactical Vehicle (JLTV) Program

·         High Mobility Multi-purpose Wheeled Vehicle (HMMWV) Legacy Fleet

·         Internally Transportable Vehicle (ITV) Program

·         ITV Improvement Initiative (I-3) Program

·         Marine Corps Transparent Armored Gunner’s Shield (MCTAGS)

·         All-Terrain Vehicle (ATV) Program

·         Light Tactical Trailers (LTT) Program

2.0   SCOPE

The PM LTV program management office (PMO) is organized into two areas of effort, the first being the newprocurement of the Joint Light Tactical Vehicle and the second focusing on the life cycle management andsustainment of legacy fleet light tactical vehicles and equipment.  The overall PMO organizational structure is staffedby the following functional competencies:   program management (project, acquisition, cost analysis and businessmanagement), financial management, contracting, systems engineering and logistics. 

The on-going lifecycle management and support of legacy light tactical vehicles and equipment, new procurementsand Marine Corps initiatives require expert knowledge of acquisition and sustainment for all levels of AcquisitionCategory (ACAT) and Abbreviated Acquisition Programs (AAPs).  A requirement exists to provide support to theprogram management, cost analysis, financial management, acquisition logistics, sustainment, and systemsengineering competencies assigned to PM LTV.  These efforts are closely aligned and frequently overlap with thoseof other program management offices within PEO LS and Marine Corps Systems Command.  This solicitation seeksa contractor capable of providing quality support to PM LTV, to include the following:

·         Program Management Support

Page 12: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 10 of 52

·         Acquisition Logistics and Sustainment Management Support

·         Systems Engineering Support

·         Cost Support

·         Financial Management Support

·         Administrative Support

2.1   APPLICABLE DOCUMENTS

2.1.1 Reference Document(s):

Federal Standard - Mandatory Compliance 1, Defense Federal Acquisition Regulation Supplement Clause252.204-7012 (safeguarding Unclassified Controlled Technical Information) Version 2.0 August 2015Federal Standard - Mandatory Compliance 2, NIST Special Publication 800-171, Revision 1, Protecting ControlledUnclassified Information in Nonfederal Systems and OrganizationsFederal Standard- Technical Evaluation Criteria 1, NIST Special Publication 800-171A, Assessing SecurityRequirements for Controlled Unclassified InformationNIST Special Publication 800-53Federal Information Processing Standards (FIPS) 140-2

2.1.2 Program related documentation

The following documentation is provided in Section J:

Contractor CUI-SSP Template 20Nov2018-final (Attachment 3)

DoD Guidance for Reviewing System Security Plans and the NIST SP 800-171 Security Requirements Not YetImplemented Exhibit(s) (Attachment 4)

3.0   GENERAL REQUIREMENTS

It is the contractor's responsibility to arrange all non-disclosure agreements necessary to interface with othercontractors to accomplish the tasks in support of this PWS in accordance with FAR 9.505-4. Copies of allnon-disclosure agreements required for this PWS shall be provided to the Contracting Officer (KO) or ContractingOfficer Representative (COR). 

The contractor employees shall identify themselves as contractor personnel by introducing themselves or beingintroduced as contractor personnel and displaying distinguishing badges or other visible identification for meetingswith government personnel.  In addition, contractor personnel shall appropriately identify themselves as contractoremployees in telephone conversations and in formal and informal written correspondence.

All personnel performing work on this contract are required to possess at least a SECRET clearance.  Access toclassified data / information up to and including SECRET may be required in the performance of this work.  Securityspecifications applicable to performance of the PWS are expressed on the associated DD Form 254.

The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performanceof services provided under this contract via a secure data collection site.   The contractor is required to completelyfill in all required data fields using the following web address:  https://doncmra.nmci.navy.mil.

The contractor shall maintain and update a list of personnel that require CACs for the COR’s approval.

Where the contractor provides support for multiple tiers on the same program, the contractor shall ensure that itprovides an independent review capability, such that work performed by contractor personnel in support of one tier is

Page 13: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 11 of 52

not reviewed by the same contractor personnel in support of another tier.

Per NMCARS 5237.203 policy, the contractor shall prominently show on the cover of all contractor generatedreports, the following:  a) name and business address of the contractor, b) contract number, c) contract dollar amount,d) whether the contract was competitively or non-competitively awarded, e) name of the individual sponsor fromrequiring activity, and f) name and address of requiring activity.

All deliverables shall be submitted to the COR and the COR is responsible for tracking and acceptance.  Deliverableswill be delivered via a government SharePoint portal designated by the COR in order to facilitate review byapplicable government team members.  A workflow will be used to notify the COR and other government teammembers the deliverable is available for review.

3.1   Non-Personal Services

The government shall neither supervise contractor employees nor control the method by which the contractorperforms the required tasks.  Under no circumstances shall the government assign tasks to, or prepare workschedules for, individual contractor employees.  It shall be the responsibility of the contractor to manage itsemployees and to guard against any actions that are of the nature of personal services, or give the perception ofpersonal services.  If the contractor believes that any actions constitute, or are perceived to constitute personalservices, it shall be the contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately.

 3.2   Business Relations

The contractor shall align itself to support PM LTV programs with an efficient mix of personnel experienced in thefunctional competencies identified in Section 2.  The contractor shall provide an adaptable, flexible team structurebest suited to accomplishing both planned and emergent tasks, with an emphasis on a team structure maximizingproductivity, efficiency and accountability.  The contractor shall be responsible for successfully integrating andcoordinating all activities needed to execute requirements, while managing the timeliness, responsiveness,completeness, and quality of deliverables.  The contractor shall be responsible for the management of subcontractors,ensuring the professional and ethical behavior of all contractor personnel.

 3.3   CONTRACT ADMINISTRATION AND MANAGEMENT

The following subsections specify requirements for security, contract management, and personnel administration.

3.3.1   Contract Management

The contractor shall establish clear organizational lines of authority and responsibility to ensure effectivemanagement of the resources assigned to the requirement.  The contractor must maintain continuity between thesupport operations at the government customer site and the contractor's corporate offices.  This coordination willinclude the use of government hosted SharePoint sites.

3.3.2   Contract Administration

The contractor shall establish processes and assign appropriate resources to effectively administer the requiredsupport, assigning a single point of contact between the government and contractor personnel assigned to supportrequired tasks.  

3.3.3   Personnel Administration

The contractor shall maintain the currency of their employees by providing initial and refresher training as requiredto meet the PWS requirements. The contractor shall make necessary travel arrangements for their employees afterapproval from the government COR.  The contractor shall provide necessary infrastructure to support contract tasks. 

3.3.4   Subcontract Management

Page 14: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 12 of 52

The contractor shall be responsible for any subcontract management necessary to integrate work required by thisPWS and shall be responsible and accountable for subcontractor performance.  The prime contractor for this PWSwill manage work distribution to ensure there are no organizational conflict of interest considerations. Organizational Conflict of Interest Mitigation Plans will be provided to the government PCO and COR within 30days of contract award.  The contractor may add subcontractors to their team after notification to the PCO or COR.

3.3.5   Contractor Personnel, Disciplines, and Specialties

The contractor shall provide the necessary resources and infrastructure to manage, perform, and administer thecontract.  The level of work associated with the requirements of the PWS will vary throughout the performanceperiod, although not substantially. 

3.3.6   Location and Hours of Work

The contractor shall perform the tasks of this PWS primarily from the contractor’s location.  Some tasks may requireon-site support as defined by individual task descriptions.  Travel to various locations shall be required in accordancewith section 5.0. 

All employees are expected to be available during government core hours.  Contractors supporting this task will notbe considered essential personnel during emergency or reduced operations.   The contractor may be required toprovide support beyond a typical 8 hour work day or 40 hour work week while executing tasks such as travel and testsupport.  The Government will not reimburse the payment of overtime premiums.

(Section 3.3.7 was updated as part of Modification 01)

3.3.7   Security Requirements

This contract will require the contractor to have a Secret Facility Clearance and will require certain contractors toobtain and maintain classified access eligibility.  The contractor shall have a valid Secret Facility Clearance prior toclassified performance.  The prime contractor and all sub contractors (through the prime contractor) shall adhere toall aspects of DoD Directive 5220.22 M.   All personnel identified to perform on this contract shall maintaincompliance with Department of Defense, Department of the Navy, and Marine Corps Information and PersonnelSecurity Policy to include completed background investigations (as required) prior to classified performance.  Thiscontract shall include a DoD Contract Security Classification Specification (DD Form 254) as an attachment.  Thecontractor shall notify the Government (written notice) within twenty four hours of any contractor personnel addedor removed from the contract that have been granted classified access, issued a Common Access Card and/orMarCorSysCom Building access.

3.3.7   Security Clearance and Access Requirements

It is anticipated that Secret products will be created, used, and stored under this effort. The contractor shallhave a valid Secret Facility Clearance (verifiable in the Industrial Security Facilities Database (ISFD)), priorto classified performance. Subcontractor(s) performing on this effort shall also have a valid Secret FacilityClearance with established Secret Safeguarding prior to classified performance. The Contractor shall beresponsible for and DD254’s subcontractors and provide a copy to the COR and PCO.

This effort requires planning and hosting of CLASSIFIED meetings, training, Video Teleconferences (VTCs),and conferences, for up to 30 participants, capable of projecting Secret briefings; providing JPAS/Securityclearance verification and sign-in/attendance roster for all participants; providing secure storage for laptops,cell phone, Portable Digital Assistants (PDAs) and other UNCLASSIFIED electronic devices outside of theCLASSIFIED meeting room. Organizing, scheduling, and hosting CLASSIFIED (up to Secret) andUNCLASSIFIED administrative and organizational meetings and training support are anticipated for thiseffort. Classified meetings and Secret Safeguarding shall only be held at an approved, cleared facility inaccordance with the attached DD 254. All personnel accessing classified data shall have a current Secret

Page 15: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 13 of 52

Clearance and are required to maintain access to Secret Information. Secret access is required to attendmeetings and perform daily work inside approved areas. Secret involvement entails unescorted access intoSecret spaces and access to Secret information.

All personnel supporting this effort shall maintain compliance with Department of Defense, Department ofthe Navy and Marine Corps Information and Personnel Security Policy to include completed backgroundinvestigations (as required) prior to classified performance. The contractor shall notify the Government inwriting within 24 hours of any personnel added or removed from the contract that have been grantedclassified access, issued a Common Access Card and/or MARCORSYSCOM Building access.

3.3.8   Clearances and Common Access Card (CAC) Guidance

Contractor employees performing tasks in support of training material updates, technical manual updates, partssupply and support, and on-site support on this contract will require common access cards (CACs) in order toperform their job function.  In accordance with (IAW) Headquarters, United States Marine Corps issued guidancerelative to Homeland Security Presidential Directive - 12 (HSPD-12), all personnel requiring a CAC must meeteligibility criteria to be issued a CAC.  In order to meet the eligibility criteria, contractor employees requiring a CACmust obtain and maintain a favorably adjudicated Personnel Security Investigation (PSI.)   Prior to authorizing aCAC, the employee's JPAS record must indicate a completed and favorably adjudicated PSI or (at a minimum) that aPSI has been submitted and accepted (opened.)   The minimum acceptable investigation is a National Agency Checkwith Written Inquiries (NACI.)  If a contractor employee's open investigation closes and is not favorably adjudicated,the CAC must be immediately retrieved and revoked. 

Facility Security Officers (FSOs) are responsible for notifying the MCSC Security Director if any contractorperforming on this contract receives an unfavorable adjudication after being issued a CAC.  The FSO must alsonotify the MCSC Security Director of any adverse/derogatory information associated with the 13 AdjudicativeGuidelines/Factors concerning any contractor issued a CAC, regardless of whether a JPAS Incident Report issubmitted. 

Each CAC is issued with a "ctr.usmc.mil" e-mail account that the individual contractor is responsible to keep activeby logging in on a regular basis (at least twice a month), sending an e-mail and clearing any unneeded e-mails. Contractors are prohibited from "auto-forwarding" their .mil e-mail account to their .com e-mail account.  If thectr.usmc.mil e-mail account is not kept active, the G-6 will deactivate the account and CAC will lose itsfunctionality.

Common Access Cards (CACs) will only be issued to those contractors supporting this contract that have beenauthorized by the COR.  The COR will only authorize CACs for those contractors that meet current HomelandSecurity Presidential Directive - 12 (HSPD-12) criteria and have a definitive requirement. 

If a contractor loses their eligibility for a CAC due to an adverse adjudicative decision, they have also lost theireligibility to perform on MCSC contracts.  CACs are not issued for convenience.

3.4 System Security Plan (SSP)

The Contractor’s System Security Plan (SSP) shall be developed in compliance with NIST SP 800-171 (Rev. 1) forthe following requirements:

Contractor shall provide an SSP with supporting Plan of Action and Milestones (POA&M) documenting theimplementation of at a minimum, all security requirements in NIST SP 800-171 (Rev. 1) standards 3.1 to 3.14; andensure that any unimplemented security requirements have been adjudicated by an authorized GovernmentRepresentative of the DoD CIO to be non-applicable or to have an alternative, but equally effective security measurein its place, and provide proof of such adjudication by the DoD CIO as an enclosure to the SSP. Also, the Contractorshall provide, to the Government Program Management Office (PMO), an associated POA&M attached to the SSPdesigned to correct deficiencies and reduce or eliminate vulnerabilities per NIST SP 800-171 (Rev. 1) standards,

Page 16: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 14 of 52

3.12.2 and delivered in accordance with CDRL A012 with the contractor’s technical proposal. The Contractor shallself-attest prior to award to compliance with DFARS 252.204-7012 by having adequate security measures in placethat ensures the Contractor can/will meet the requirement to safeguard Covered Defense Information, for all coveredcontractor information systems that are part of an Information Technology (IT) service or system operated on behalfof the Government. Also, the Contractor shall perform an internal audit upon award, and quarterly thereafter for anyviolations of non-privileged users executing privileged functions documenting any/all findings in the SSP per NISTSP 800-171 (Rev. 1) standards, 3.1.7; the execution of such functions should be captured in audit logs. In addition,the Contractor shall-

A. Provide access to the Government to conduct on-site technical evaluation of contractor’s internal unclassifiedinformation system(s) in accordance with NIST SP 800-171A upon request.

B. Allow the Naval Criminal Investigative Service (NCIS) to install network sensors, owned and maintained byNCIS, on the contractor’s information systems or information technology assets when intelligence indicates avulnerability, or potential vulnerability.

C. Engage with NCIS industry outreach efforts and consider the recommendations of NCIS for hardening of DoNcritical programs and technologies.

CDRL A012, System Security Plan (SSP) and Associated Plan of Action

3.5 Cyber Incident Reporting for a Contractor's Internal Unclassified Information System

Contractor shall Rapidly Report all Cyber Incidents to DoD at http://dibnet.dod.mil; “Rapidly Report” means within72 hours of discovery of any cyber incident. In accordance with CDRL A013, when the Contractor discovers a cyberincident that affects a covered contractor information system or the covered defense information residing therein, orthat affects the contractor’s ability to perform the requirements of the contract that are designated as operationallycritical support and identified in the contract, the Contractor shall-

A. Conduct a review for evidence of compromise of covered defense information, including, but not limited to,identifying compromised computers, servers, specific data, and user accounts. This review shall also includeanalyzing covered contractor information system(s) that were part of the cyber incident, as well as other informationsystems on the Contractor’s network(s), that may have been accessed as a result of the incident in order to identifycompromised covered defense information, or that affect the Contractor’s ability to provide operationally criticalsupport; and

B. Rapidly report cyber incidents to DoD at http://dibnet.dod.mil.

1) Cyber incident report. The cyber incident report shall be treated as information created by or for DoD and shallinclude, at a minimum, the required elements at http://dibnet.dod.mil.

2) Contractor shall continue to follow the guidance prescribed in DFARS Clause 252.204-7012 for Cyber IncidentReporting.

CDRL A013, Cyber Incident Reporting for a Contractor's Internal Unclassified Information System

3.6 Contractor's Record of Tier 1 Level Suppliers who Receive or Develop Covered Defense Information.

Contractor shall supply Record of Tier 1 Level Suppliers who Receive or Develop Covered Defense Information. Inaccordance with CDRL A014, the Contractor shall provide its plan to track flow down of covered defenseinformation and to assess DFARS Clause 252.204-7012 compliance of known Tier 1 Level suppliers.

CDRL A014, Record of Tier 1 Level Suppliers Receiving/Developing Covered Defense Information

Page 17: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 15 of 52

4.0   PERFORMANCE REQUIREMENTS

The contractor shall perform the specific PWS tasks to the identified performance standards (STD) and at the statedacceptable quality level (AQL).  The government will ensure compliance with the performance standards bysurveillance (SURV) of the contractor’s performance and deliverables, which will primarily be the responsibility ofthe COR.

4.1   Product Manager and Tier One Integrated Product Team Support

4.1.1   Program Briefings 

The contractor shall update program management reviews for the PM LTV portfolio of programs quarterly.  Briefswill follow the government-provided PEO LS briefing template as well as metrics established by the U.S. Navy’sProbability of Program Success (POPS) database and will be submitted to the government for review and approval. Briefs will identify current program status, program management, engineering, logistics, cost, funding andsustainment issues and concerns.  Briefing information and data will be provided by the government. 

The contractor shall also develop in-process review briefings, milestone decision briefs, ad hoc briefings for seniorleadership and external agencies and requests for information per CDRL A0001, A0002, A0003.  The briefings shallbe submitted for government review and approval. 

CDRL:  A0001 ATV Program Management Review

CDRL:  A0001 ITV Program Management Review

CDRL:  A0001 Program Management Review

CDRL:  A0002 JLTV Risk Advisory Board Program Management Review briefing materials 

CDRL:  A0003 ATV Milestone Decision Brief

CDRL:  A0003 ITV Milestone Decision Brief

4.2   Program Management Support

4.2.1   JLTV Program Management Support

The JLTV program will enter into the production and deployment phase beginning with Low Rate Initial Production(LRIP) during 4th quarter FY15.  Specific engineering reviews during LRIP include: functional baseline review,allocated baseline review, initial and final physical configuration audits (PCAs), manufacturing readiness, andquality assurance reviews.  Production Qualification Testing (PQT), Reliability Qualification Testing (RQT),MOT&E, and FUSL live fire testing will be conducted before seeking approval for Full Rate Production (FRP). Developmental testing will be conducted to demonstrate requirement verification, platform safety, and the maturityof the production process through PQT and RQT of LRIP assets prior to FRP.  The focus of this testing is on thecontractor's ability to produce a quality product that safely meets the JLTV requirements.  Key logistics eventsinclude technical reviews, provisioning efforts, cataloging actions, a logistics demonstration, and IndependentLogistics Assessment (ILA).  Life-cycle logistics support initiated during EMD with draft technical documents willbe defined in accordance with the selected system with the intent of having product support packages fullydeveloped to support the Initial Operating Capability (IOC) by 2nd Qtr FY 18.  Until the required logistics supportproducts are developed and an organic sustainment capability is phased in, the JLTV program will use InterimContractor Support (ICS) for logistics support of the initially fielded vehicles and associated equipment.  The JLTVLifecycle Sustainment Plan (LCSP) will define the plan for formulating, implementing and executing the JLTV FoVsustainment strategy.

4.2.1.1   Integrated Master Schedule

Page 18: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 16 of 52

The contractor shall develop and maintain an Integrated Master Schedule (IMS) for the JLTV program.  The IMSshall be submitted for government review and approval.  The JLTV IMS shall be updated monthly per CDRLA0004.  The IMS shall be submitted for government review and approval. 

CDRL A0004 Integrated Master Schedule

4.2.2   Legacy Fleet Program Management Support

In addition to the JLTV services support requirement, PM LTV requires on-going new procurement and lifecyclemanagement and support of legacy light tactical vehicles and equipment.  Expert knowledge of acquisition andsustainment for all levels of Acquisition Category (ACAT) and Abbreviated Acquisition Programs (AAPs) isrequired.   

4.2.2.1   Integrated Master Schedule

The contractor shall develop and maintain Integrated Master Schedules (IMS) for the ITV I-3 and the ATVprograms. The IMS shall be submitted for government review and approval.  The ITV I-3 and ATV IMS shall beupdated monthly per CDRL A0004.  IMS shall be submitted for government review and approval. 

CDRL A0004 ITV I-3 Integrated Master Schedule

CDRL A0004 ATV Integrated Master Schedule

4.2.2.2   Acquisition Documentation

The contractor shall update acquisition program documentation packages to support the ITV I-3 MS C (1st Qtr FY16) and fielding decision (4th Qtr FY 16) and ATV Milestone C (MS C) / Full Rate Production (FRP) decision (2nd

Qtr FY 16) per CDRLS A0005, A0006, A0007, A0008, A0009, A0010, A0011.  Acquisition Programdocumentation packages shall be submitted for government review and approval. 

CDRL A0005 ITV I-3 Acquisition Strategy / Acquisition Plan

CDRL A0005 ATV Acquisition Strategy / Acquisition Plan

CDRL A0006 ITV I-3 Acquisition Program Baseline

CDRL A0006 ATV Acquisition Program Baseline

CDRL A0007 ITV I-3 Acquisition Decision Memorandum

CDRL A0007 ATV Acquisition Decision Memorandum

CDRL A0008 ITV I-3 Milestone Decision Brief

CDRL A0008 ATV Milestone Decision Brief

CDRL A0009 ITV I-3 Cost Analysis Requirements Description

CDRL A0009 ATV Cost Analysis Requirements Description

CDRL A0010 ITV I-3 Clinger-Cohen Act Compliance Determination Request

CDRL A0010 ATV Clinger-Cohen Act Compliance Determination Request

CDRL A0011 ITV I-3 Final Risk Acceptance (Fielding Decision)

CDRL A0011 ATV Final Risk Acceptance (Fielding Decision)

Page 19: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 17 of 52

4.2.3   Performance Standards

STD:  Analyses and program status updates reflect current, timely data.

ACQ:  One review of the document as a draft contains no more than 10 errors with no errors in final delivereddocument. 

SURV:  Visual inspection done by the government team lead or other designated government representative.

4.3   Acquisition Logistics and Sustainment Support

4.3.1   Life Cycle Management Database 

The contractor shall provide, administer and maintain a Department DoD Information Assurance Certification andAccreditation Process (DIACAP) certified dashboard-like database designed to provide the PMO with the capabilityto capture and integrate data from enterprise Marine Corps databases (Total Force Management Structure (TFMS),Global Combat Support System-Marine Corps GCSS-MC, Total Life Cycle Management (TLCM)) into a dashboardlike system capable of monitoring, tracking and scheduling planned logistics modernization and sustainment effortsthroughout the JLTV’s life cycle. The contractor’s database shall have the capability to incorporate JLTV vehicleplatforms’ bill of material (BOM).  The database shall be able to track and update JLTV as-maintainedconfigurations and also identify, prioritize and track obsolescence candidates of the JLTV platform.  The databaseshall also have the capability to incorporate information found on product quality deficiency reports (PQDRs) andDefense Logistics Agency Form 339 to identify and track obsolescence and perform trend analysis. 

4.3.2   JLTV Acquisition Logistics and Sustainment Support

4.3.2.1   General Requirements

The contractor shall conduct analysis and provide recommendations as to any required updates to life cycle logisticsdocuments in order to adhere to Department of Defense (DoD), Navy, Marine Corps Orders and Marine CorpsSystems Command and Program Executive Officer Land Systems Marine Corps policies in support of the variousproduct support strategies for the JLTV program.  This analysis shall ensure consistency of data across all of theprogram and stakeholder IPTs. 

Acquisition logistics support requires close interactions with all assigned functional and competency area personnelwithin the program office and shall consist of:

a)      Review of existing logistics documents

b)      Update of existing logistics documents

c)      Development of original logistics documents

d)     Support for life cycle logistics cost estimates and analysis

The contractor shall provide analysis to support the requirements mandated by the DoDI 5000.02, SECNAVINST5000.02E, NAVSO P-3692 Independent Logistics Assessment (ILA Handbook) and other local command policies.

4.3.2.2   Logistics Documentation

The contractor shall update logistics program documentation package to support the JLTV Full Rate Production(FRP) decision (3rd Qtr FY18) per CDRLS B0001, B0002, B0004, B0005, B0006, B0007, B0008, B0009, B0010,B0011, B0012, B0013 and B0014. Logistics documentation packages shall be submitted for government review andapproval.    

CDRL B0001 Integrated Logistics Assessment

Page 20: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 18 of 52

CDRL B0002 Life Cycle Management Plan

CDRL B0004 Life Cycle Sustainment Plan

CDRL B0005 JLTV Fielding Plan

CDRL B0006 Diminishing Manufacturing Sources and Material Shortages (DMSMS) Plan

CDRL B0007 Maintenance Plan

CDRL B0008 Item Unique Identification Plan (IUID)

CDRL B0009 Logistics Requirement Funding Analysis Report

CDRL B0010 Performance-Based Logistics Agreement

CDRL B0011 Facilities Plan (Facilities Impact Report (FIR))

CDRL B0012 Product Support Business Case Analysis (BCA)

CDRL B0013 Cataloging Action Request

CDRL B0014 Provisioning Documentation

4.3.3   Legacy Fleet Acquisition Logistics and Sustainment Support

4.3.3.1   General Requirements

The contractor shall conduct analysis and provide recommendations as to any required updates to life cycle logisticsdocuments in order to adhere to Department of Defense (DoD), Navy, Marine Corps Orders and Marine CorpsSystems Command and Program Executive Officer Land Systems Marine Corps policies in support of the variousproduct support strategies for the PM LTV legacy fleet portfolio of programs.  This analysis shall ensure consistencyof data across all of the program and stakeholder IPTs. 

Acquisition logistics support requires close interactions with all assigned functional and competency area personnelwithin the program office and shall consist of:

a)      Review of existing logistics documents

b)      Update of existing logistics documents

c)      Development of original logistics documents

d)     Support for life cycle logistics cost estimates and analysis

The contractor shall provide analysis to support the requirements mandated by the DoDI 5000.02, SECNAVINST5000.02E, NAVSO P-3692 Independent Logistics Assessment (ILA Handbook) and other local commandpolicies for the PM LTV legacy fleet portfolio of programs.

4.3.3.2   Logistics Documentation

The contractor shall update logistics program documentation packages to support the ITV I-3 MS C (1st Qtr FY 16) and fielding decision (4th Qtr FY 16) and ATV Milestone C (MS C) / Full Rate Production (FRP) decision (2nd QtrFY 16) per CDRLS B0001, B0002, B0003, B0004, B0005, B0006, B0007, B0008, B0009, B0010, B0011, B0012,B0015, B0016. Logistics documentation packages shall be submitted for government review and approval.   

Page 21: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 19 of 52

CDRL B0001 Integrated Logistics Assessments

CDRL B0002 Life Cycle Management Plans

CDRL B0003 Manpower, Personnel & Training Plans

CDRL B0004 Life Cycle Sustainment Plans

CDRL B0005 Fielding Plans

CDRL B0006 Diminishing Manufacturing Sources and Material Shortages (DMSMS) Plans

CDRL B0007 Maintenance Plans

CDRL B0008 Item Unique Identification Plans (IUID)

CDRL B0009 Logistics Requirement Funding Analysis Reports

CDRL B0010 Performance-Based Logistics Agreements

CDRL B0011 Facilities Plan (Facilities Impact Report (FIR))

CDRL B0012 Product Support Business Case Analysis (BCA)

CDRL B0013 Cataloging Action Request

CDRL B0014 Provisioning Documentation

CDRL B0015 Supportability Assessments

CDRL B0016 Post Implementation Reviews

4.3.4   Performance Standards

STD:  Analyses and program status updates reflect current, timely data.

ACQ:  One review of the document as a draft contains no more than 10 errors with no errors in final delivereddocument. 

SURV:  Visual inspection done by the government team lead or other designated government representative.

4.4   Systems Engineering Support

4.4.1   Reliability Modeling Tool 

The contractor shall provide, administer and maintain a reliability modeling tool capable of simulating a givensystem’s operational characteristics in order to provide reliability estimates and assessments of the effects of designchanges on a given system.  The ability to predict system reliability is required in order to aid the PMO duringreliability testing, or in the elimination of some reliability testing.  The model is required to help predict the successof design changes which will provide the government with a comprehensive analysis on which to base designdecisions.  A predictive reliability model is imperative in order to support RAM testing, logistical decisions andrequirements analysis over the life cycle of a given system.   

4.4.2   Requirements Analysis and Development 

The contactor shall employ systems engineering fundamentals in order to analyze and aid in the development ofrequirements for emerging light tactical wheeled vehicle or ancillary technologies within the PM LTV.  Utilizing a

Page 22: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 20 of 52

knowledge point based technical approach, the contractor shall coordinate combat and material developmentactivities to support Joint Capabilities Integration and Development System (JCIDS) requirements as codified by theRequirements Management and Analysis Plan (RMAP) to be developed for each individual program.  Functionalanalysis combined with engineering expertise in the areas of systems engineering, survivability and reliability will berequired in order to aid in the development of emerging capabilities as well as the employing collected knowledgefrom testing, and trade off analysis to finalize existing or evolving requirements.  

4.4.3   JLTV Systems Engineering Support

4.4.3.1  General Requirements

The contractor shall provide analysis, recommendations and systems engineering and test related technical supporton the updating and development of performance specifications, test plans, test reports, security classification guides,diminishing manufacturing sources, material shortages, and obsolescence issues associated with the JLTV program. This analysis shall ensure consistency of data across all of the program and stakeholder IPTs. 

Systems engineering support shall consist of the following tasks, subject to Government review and approval: 

a)      Review of existing engineering documents

b)      Update of existing engineering documents

c)      Development of original engineering documents

d)     Requirements analysis and development

The contractor shall also:

a)      Attend regular program office technical meetings

b)      Witness activities at test sites 

c)      Attend technical reviews conducted at OEM facilities

4.4.3.2   Engineering Documentation

The contractor shall update an engineering program documentation package to support the JLTV Full RateProduction (FRP) decision (3rd Qtr FY18) per CDRLS C0001, C0002 and C0003.  System engineeringdocumentation shall be submitted for government review and approval.   

CDRL C0001 Program Environmental Safety and Health Evaluation (PESHE)

CDRL C0002 System Threat Assessment Report

CDRL C0003 Test and Evaluation Master Plan

4.4.3.3   Survivability Documentation 

The contractor shall review, assess, and provide recommendations to existing engineering documents as well asdevelop new documentation as required as associated with JLTV survivability.  Survivability documentation to bereviewed or developed will be per CDRLs C0004, C0005, C0006, C0007, and C0008.  System engineeringsurvivability documentation shall be submitted for government review and approval.   

CDRL C0004 Technical / Test Report

CDRL C0005 Feasibility Study

Page 23: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 21 of 52

CDRL C0006 Event Design Plan

CDRL C0007 Technical Brief

CDRL C0008 Test Report

This support requires developing, viewing, handling, and managing information at the classified SECRET level inaccordance with the most current version of the JLTV Security Classification Guide.

4.4.4   Legacy Fleet Systems Engineering Support

4.4.4.1   General Requirements

The contractor shall provide analysis, recommendations and systems engineering and test related technical supporton the updating and development of performance specifications, test plans, test reports, security classification guides,diminishing manufacturing sources, material shortages, and obsolescence issues associated with the legacy fleetportfolio of programs identified in this PWS.  This analysis shall ensure consistency of data across all of the programand stakeholder IPTs. 

Systems engineering support shall consist of the following tasks, subject to Government review and approval: 

a)      Review of existing engineering documents

b)       Update of existing engineering documents

c)      Development of original engineering documents

d)      Requirements analysis and development

The contractor shall also:

a)     Attend regular program office technical meetings

b)     Witness activities at test sites 

c)      Attend technical reviews conducted at OEM facilities

4.4.4.2   Engineering Documentation

The contractor shall update and develop where necessary engineering program documentation packages to support

the ITV I-3 MS C (1st Qtr FY 16)  fielding decision (4th Qtr FY 16) and ATV Milestone C (MS C) / Full Rate

Production (FRP) decision (2nd Qtr FY 16) per CDRLS C0001, C0002, C0003.  System engineering documentationshall be submitted for government review and approval.   

CDRL C0001 PESHEs

CDRL C0002 System Threat Assessment Reports

CDRL C0003 Test and Evaluation Master Plans

4.4.5   Performance Standards

STD:  Analyses and program status updates reflect current, timely data.

ACQ:  One review of the document as a draft contains no more than 10 errors with no errors in final delivereddocument. 

Page 24: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 22 of 52

SURV:  Visual inspection done by the government team lead or other designated government representative.

4.5   Cost Analysis Support

4.5.1   JLTV Cost Analysis Support

4.5.1.1   General Requirements

The contractor shall provide cost estimating and analysis support to assess, develop, defend and quantify theresources necessary to develop, design, produce and maintain systems over their entire life cycle by providing inputto and/or developing: Program Life Cycle Cost Estimates, Cost-Benefit Analyses, Budgeting, Forecasting, Analysisof Alternatives, Scenario Analysis, Cost Research, and Independent Government Cost Estimates through datacollection and normalization, research, methodology development, modeling, cost risk analysis, briefing, anddocumenting work.   The contractor shall provide cost analysis support to products such as Logistics RequirementsFunding Summaries, Depot Level Source of Repair Analyses, and Business Case Analyses using appropriate toolsand models, as identified by the Government, such as MS Excel, ACEIT, SEER, PRICE, Crystal Ball, @Risk, etc. Support will be conducted in accordance with best practices and as described in the MARCORSYSCOM CostAnalysis Guidebook, MIL STD 881C, OSD CAPE Operating and Support Cost Estimating Guide, DoD 5000.4,GAO Cost Estimating and Assessment Guide, Joint Agency Cost and Schedule Risk Uncertainty Handbook,MARCORSYSCOM Independent Government Cost Estimate Development Guide, and SECNAVINST 5223.2.

This effort shall be a collaborative process involving a principal government cost analyst (e.g., PM LTV Senior CostAnalyst and the associated experience of the contractor.

4.5.1.2   Cost Estimate and Analysis Documentation

The contractor shall update or develop where necessary as well as analyze and assess cost related programdocumentation packages to support the JLTV Full Rate Production (FRP) decision (3rd Qtr FY18) per CDRLSD0001, D0002 and D0003.  Cost documentation shall be submitted for government review and approval.   

CDRL D0001 Cost Research/Ad-hoc Analysis

CDRL D0002 Life Cycle Cost Estimate

CDRL D0003 Independent Cost Estimate

4.5.2   Legacy Fleet Costs Analysis Support

4.5.2.1    General Requirements

The contractor shall provide cost estimating and analysis support to assess, develop, defend and quantify theresources necessary to develop, design, produce and maintain systems over their entire life cycle by providing inputto and/or developing: Program Life Cycle Cost Estimates, Cost-Benefit Analyses, Budgeting, Forecasting, Analysisof Alternatives, Scenario Analysis, Cost Research, and Independent Government Cost Estimates through datacollection and normalization, research, methodology development, modeling, cost risk analysis, briefing, anddocumenting work.   The contractor shall provide cost analysis support to products such as Logistics RequirementsFunding Summaries, Depot Level Source of Repair Analyses, and Business Case Analyses using appropriate toolsand models, as identified by the Government, such as MS Excel, ACEIT, SEER, PRICE, Crystal Ball, @Risk, etc. Support will be conducted in accordance with best practices and as described in the MARCORSYSCOM CostAnalysis Guidebook, MIL STD 881C, OSD CAPE Operating and Support Cost Estimating Guide, DoD 5000.4,GAO Cost Estimating and Assessment Guide, Joint Agency Cost and Schedule Risk Uncertainty Handbook,MARCORSYSCOM Independent Government Cost Estimate Development Guide, and SECNAVINST 5223.2.

This effort shall be a collaborative process involving a principal government cost analyst (e.g., PM LTV Senior CostAnalyst and the associated experience of the contractor.

Page 25: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 23 of 52

4.5.2.2   Cost Estimate and Analysis Documentation

The contractor shall update and develop where necessary a cost related program documentation packages to supportthe ITV I-3 MS C (1st Qtr FY 16)  and fielding decision (4th Qtr FY 16) and ATV Milestone C (MS C) / Full RateProduction (FRP) decision (2nd Qtr FY 16) per CDRLS D0002 and D0003.  Cost documentation shall be submittedfor government review and approval.   

CDRL D0001 Cost Research/Ad-hoc Analysis

CDRL D0002 Life Cycle Cost Estimate

CDRL D0003 Independent Cost Estimate

4.6   Financial Management Support

The contractor shall provide financial program analyst support to the JLTV program and the legacy fleet portfolio ofprograms.  The contractor shall conduct analysis of program financial management data and prepare budgetexecution and funding documents under the direction of the PMO government financial team.  This analysis shallensure consistency of data across all of the program and stakeholder IPTs. 

The contractor shall have access financial systems to provide analysis support in order to track changes of Status ofFunds (SOF) and Active File Data Element Reports.  These systems include SABRS Management Analysis RetrievalSystem (SMARTS), Standard Accounting Budgeting and Reporting System (SABRS), NHS and PR Builder.  Thecontract shall update monthly execution reports and spend plans and submit to the PM LTV Financial Manager whenupdates are made.

The contractor shall review and research accounting transactions based upon Tri-Annual Review (TAR) reports onComptroller’s SharePoint.  The contractor shall validate expiring funds, unliquidated obligations and dormantcontracts in accordance with DoD FMR Vol 3, Chapter 8.   The contractor shall prepare Tri-Annual Reviewstatement for LTV Financial Manager and PM LTV review and signature.  The contractor shall annotate appropriatestatus comments for each TAR record on SharePoint.  

4.6.1   Financial Document Updates 

The contractor shall prepare updates and/or revisions to existing financial management documents.   Updateddocuments shall include changes to reflect new or updated government policies, regular program progress, changesto the program’s budget, regular program reviews, and upcoming program milestones as required.

4.6.2   Audit Assistance. 

The contractor shall assist in gathering necessary data/documents to support financial audits to include thosedocuments listed below. 

a)      PMO Funding Documents

b)      Budget Exhibits

c)      Triannual Reviews

d)     Mid-year Reviews

e)      Budget, Financial Related Briefings

f)       Below Threshold Requirements (BTR) Documentation

g)      Budget Reclamas

Page 26: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 24 of 52

h)      Requests for Information

i)        Impact Statements

j)        Spend Plans

k)      Status of Funds updates

4.6.3   Financial Management Database 

The contractor shall develop, administer and maintain a DoD Information Assurance Certification and AccreditationProcess (DIACAP) certified dashboard like database designed to provide the PMO with the capability to capture andintegrate data from the enterprise Marine Corps database (SABRS) into a dashboard like system capable ofmonitoring, tracking, and scheduling planned financial management efforts.   The database shall also have thecapability to coordinate with planned logistics modernization and sustainment efforts.  Financial managementdatabase support shall consist of:

a)      Import daily financial data files (excel format) 

b)      Maintain/Update reports feature in database

c)      Development of original financial and budget related modules

4.6.4   Performance Standards

STD:  Analyses and program status updates reflect current, timely data.

ACQ:  One review of the document as a draft contains no more than 10 errors with no errors in final delivereddocument. 

SURV:  Visual inspection done by the government team lead or other designated government representative.

4.7   PM LTV Administrative Support

The tasks called out in paragraphs 4.7 – 4.7.3 shall require on-site support by the contractor.   The contractor shallmanage the PM LTV SharePoint Site, provide updates for webpage development and maintenance, assign MCEITSusers to various site locations within the internal PM LTV SharePoint portal and create and update libraries, whichincludes loading documentation within two business days after receipt of government documents. 

The contractor shall create and maintain all PM LTV schedules or organizational events which will contain allsignificant events and task functions from start to finish with resource assignments.  The contractor shall preparesummaries, graphics, briefs, and reports derived from the IMS data for monthly reporting and weekly programmeetings IAW CDRL A0004.  PM LTV currently maintains IMS’ for three programs.  Existing schedules will befurnished as GFI.

4.7.1   Document Management

The contractor shall post all documents completed in support of the PWS to the appropriate repository.   Repositoriesfor systems may include Marine Corps (MCEITS/VIPER), DoD Acquisition Information Repository (AIR), GroundCombat Support System-Marine Corps (GCSS-MC), Total Force Structure Management System (TFSMS), MarineCorps Publications Library Management System (PLMS) and Program Executive Officer Land Systems portals.

4.7.2   Meeting Agendas

The contractor shall draft and submit agendas for attended meetings hosted by PM LTV program offices and coveredby this PWS.  The contractor shall coordinate with the government PMO regarding further details of meeting agendato include topic, location, date and time.

Page 27: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 25 of 52

CDRL E0001 Meeting Agendas

4.7.3   Meeting Minutes

The contractor shall draft and submit meeting minutes for meetings, briefings or reviews attended or hosted by PMLTV.   The format shall be prescribed by PM LTV and shall be submitted electronically for review and approval. Upon government approval the minutes they shall be posted to the PM LTV SharePoint site.

CDRL E0002 Meeting Minutes

4.7.4   Meeting Support

The contractor shall provide and maintain the capability to host PM LTV meetings and IPTs, consisting of 10 – 30attendees, at the contractor’s location throughout the course of performance to support the scope of activities withinthe PWS. 

4.7.5   Trip Reports. 

The Contractor shall submit written trip reports for all travel conducted under this PWS.

CDRL E0003 Trip Reports

5.0   TRAVEL

The contractor shall perform travel within the Continental U.S. (CONUS) to meet PWS requirements.   All travelshall be approved by the RA prior to execution by the contractor.

5.1  General Reimbursement Guidance

Travel will be reimbursed to provide adequate subsistence to cover authorized travel expenses incurred while onofficial government business.  Travel expenses include transportation, lodging, per diem, incidentals such as baggagefees and parking.  Adequate subsistence means safe, clean lodging with a meals allowance.  Some lodgingestablishments provide upgraded accommodations travelers may desire such as room upgrades and other suchamenities.  These conveniences are not essential and are not included in the definition of adequate subsistence.  Atravel allowance is provided for official government business expenses only.  Personal leisure travel expenses are notreimbursable.  A contractor traveling on official government business is expected to exercise care in incurringexpenses.  Excess costs, circuitous routes, luxury accommodations and delays or services unnecessary or unjustifiedin the performance of official government business are not reimbursable.  The government will only reimburseeconomy/coach-class transportation; unless traveling with more than two contractor personnel, compact cars arerequired for rental car transportation.  For rental cars carrying three or more contractor travelers, larger vehicles shallbe authorized in advance.  The government will only reimburse economy lot airport or other transportation relatedparking expenses.  The government will not reimburse for travel related valet parking, phone calls, baggage tips,ATM fees, laundry or dry cleaning.  Per diem for travel will be reimbursed in accordance with the FederalAcquisition Regulation (FAR) Section 31.205-46 and the JTR, Volume 2, DoD Civilian Personnel, Appendix A. Upon request by the contracting officer or COR, the contractor shall submit receipts for all expenses within five daysof the return from travel.  The contractor shall make receipts available for review at any time during performance ofthe contract not withstanding FAR, DFAR or other regulations.  

 

 

DESTINATIONS DURATION # TRIPS PURPOSE

Travel Table

Page 28: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 26 of 52

(DAYS) PER YEAR

Various test sites, Marine CorpsBases  and Contractor Facilities 

 1-5 Days  Approximately

30 Total

To attend JLTV test events, ATVand ITV I-3 test events,contractor hosted meetings,reviews, audits, etc. 

  

6.0   PERSONNEL QUALIFICATIONS

The contractor shall possess the necessary training, qualifications, experience, and clearances to accomplish all tasksidentified in this PWS.

7.0   POST AWARD CONFERENCE

Within 30 days after task order award, the Contractor shall organize and host a post-award conference with thegovernment and contractor teams.  The purpose of this conference is to detail the contractor’s management plan andestablish timelines required to accomplish requirements of this contract.  Topics for discussion should include: linesof communication, facilities, any issues the contractor wishes to discuss concerning the PWS requirements.  Thecontractor should submit any questions or additions to the discussion items to the contracting officer or thecontracting officer representative (COR) 10 days prior to the meeting.

 

Page 29: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 27 of 52

Section D - Packaging and Marking

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

Page 30: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 28 of 52

Section E - Inspection and Acceptance

Inspection and Acceptance for this task order shall be conducted by the Government at Destination.

Page 31: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 29 of 52

Section F - Deliveries or Performance

CLIN - DELIVERIES OR PERFORMANCE

The Period of Performance of the following Firm line Items are as follows:

8000   12/15/2015 - 12/14/2016

8005   12/15/2015 - 12/14/2016

8010   12/15/2015 - 12/14/2016

8015   12/15/2015 - 12/14/2016

8020   12/15/2015 - 12/14/2016

8025   12/15/2015 - 12/14/2016

8030   12/15/2015 - 12/14/2016

8035   12/15/2015 - 12/14/2016

8040   12/15/2015 - 12/14/2016

8045   12/15/2015 - 12/14/2016

8050   12/15/2015 - 12/14/2016

8055   12/15/2015 - 12/14/2016

8060   12/15/2015 - 12/14/2016

8065   12/15/2015 - 12/14/2016

8100   12/15/2016 - 12/14/2017

8200   12/15/2017 - 12/14/2018

8300   12/15/2018 - 12/14/2019

8400   12/15/2019 - 12/14/2020

9000   12/15/2015 - 12/14/2016

9100   12/15/2016 - 12/14/2017

9200   12/15/2017 - 12/14/2018

9300   12/15/2018 - 12/14/2019

9400   12/15/2019 - 12/14/2020

The Period of Performance of the following Option line Items are as follows:

8105   12/15/2016 - 12/14/2017

8110   12/15/2016 - 12/14/2017

8115   12/15/2016 - 12/14/2017

8120   12/15/2016 - 12/14/2017

8125   12/15/2016 - 12/14/2017

8130   12/15/2016 - 12/14/2017

8135   12/15/2016 - 12/14/2017

8140   12/15/2016 - 12/14/2017

8145   12/15/2016 - 12/14/2017

8150   12/15/2016 - 12/14/2017

Page 32: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 30 of 52

8155   12/15/2016 - 12/14/2017

8160   12/15/2016 - 12/14/2017

8165   12/15/2016 - 12/14/2017

8205   12/15/2017 - 12/14/2018

8210   12/15/2017 - 12/14/2018

8215   12/15/2017 - 12/14/2018

8220   12/15/2017 - 12/14/2018

8225   12/15/2017 - 12/14/2018

8230   12/15/2017 - 12/14/2018

8235   12/15/2017 - 12/14/2018

8240   12/15/2017 - 12/14/2018

8245   12/15/2017 - 12/14/2018

8250   12/15/2017 - 12/14/2018

8255   12/15/2017 - 12/14/2018

8260   12/15/2017 - 12/14/2018

8265   12/15/2017 - 12/14/2018

8305   12/15/2018 - 12/14/2019

8310   12/15/2018 - 12/14/2019

8315   12/15/2018 - 12/14/2019

8320   12/15/2018 - 12/14/2019

8325   12/15/2018 - 12/14/2019

8330   12/15/2018 - 12/14/2019

8335   12/15/2018 - 12/14/2019

8340   12/15/2018 - 12/14/2019

8345   12/15/2018 - 12/14/2019

8350   12/15/2018 - 12/14/2019

8355   12/15/2018 - 12/14/2019

8360   12/15/2018 - 12/14/2019

8365   12/15/2018 - 12/14/2019

8405   12/15/2019 - 12/14/2020

8410   12/15/2019 - 12/14/2020

8415   12/15/2019 - 12/14/2020

8420   12/15/2019 - 12/14/2020

8425   12/15/2019 - 12/14/2020

8430   12/15/2019 - 12/14/2020

8435   12/15/2019 - 12/14/2020

8440   12/15/2019 - 12/14/2020

8445   12/15/2019 - 12/14/2020

8450   12/15/2019 - 12/14/2020

8455   12/15/2019 - 12/14/2020

8460   12/15/2019 - 12/14/2020

Page 33: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 31 of 52

8465   12/15/2019 - 12/14/2020

The Period of Performance of the following Award Term line Items are as follows:No award term line items.

Services to be performed hereunder will be provided at (insert specific address and building etc.)

The Period of Performance of the following Firm items are as follows:

8000   12/15/2015 - 12/14/2016

8005   12/15/2015 - 12/14/2016

8010   12/15/2015 - 12/14/2016

8015   12/15/2015 - 12/14/2016

8020   12/15/2015 - 12/14/2016

8025   12/15/2015 - 12/14/2016

8030   12/15/2015 - 12/14/2016

8035   12/15/2015 - 12/14/2016

8040   12/15/2015 - 12/14/2016

8045   12/15/2015 - 12/14/2016

8050   12/15/2015 - 12/14/2016

8055   12/15/2015 - 12/14/2016

8060   12/15/2015 - 12/14/2016

8065   12/15/2015 - 12/14/2016

8100   12/15/2016 - 12/14/2017

8200   12/15/2017 - 12/14/2018

8300   12/15/2018 - 12/14/2019

8400   12/15/2019 - 12/14/2020

9000   12/15/2015 - 12/14/2016

9100   12/15/2016 - 12/14/2017

9200   12/15/2017 - 12/14/2018

9300   12/15/2018 - 12/14/2019

9400   12/15/2019 - 12/14/2020

The Period of Performance of the following Option items are as follows:

8105   12/15/2016 - 12/14/2017

8110   12/15/2016 - 12/14/2017

8115   12/15/2016 - 12/14/2017

8120   12/15/2016 - 12/14/2017

8125   12/15/2016 - 12/14/2017

8130   12/15/2016 - 12/14/2017

Page 34: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 32 of 52

8135   12/15/2016 - 12/14/2017

8140   12/15/2016 - 12/14/2017

8145   12/15/2016 - 12/14/2017

8150   12/15/2016 - 12/14/2017

8155   12/15/2016 - 12/14/2017

8160   12/15/2016 - 12/14/2017

8165   12/15/2016 - 12/14/2017

8205   12/15/2017 - 12/14/2018

8210   12/15/2017 - 12/14/2018

8215   12/15/2017 - 12/14/2018

8220   12/15/2017 - 12/14/2018

8225   12/15/2017 - 12/14/2018

8230   12/15/2017 - 12/14/2018

8235   12/15/2017 - 12/14/2018

8240   12/15/2017 - 12/14/2018

8245   12/15/2017 - 12/14/2018

8250   12/15/2017 - 12/14/2018

8255   12/15/2017 - 12/14/2018

8260   12/15/2017 - 12/14/2018

8265   12/15/2017 - 12/14/2018

8305   12/15/2018 - 12/14/2019

8310   12/15/2018 - 12/14/2019

8315   12/15/2018 - 12/14/2019

8320   12/15/2018 - 12/14/2019

8325   12/15/2018 - 12/14/2019

8330   12/15/2018 - 12/14/2019

8335   12/15/2018 - 12/14/2019

8340   12/15/2018 - 12/14/2019

8345   12/15/2018 - 12/14/2019

8350   12/15/2018 - 12/14/2019

8355   12/15/2018 - 12/14/2019

8360   12/15/2018 - 12/14/2019

8365   12/15/2018 - 12/14/2019

8405   12/15/2019 - 12/14/2020

8410   12/15/2019 - 12/14/2020

8415   12/15/2019 - 12/14/2020

8420   12/15/2019 - 12/14/2020

8425   12/15/2019 - 12/14/2020

8430   12/15/2019 - 12/14/2020

8435   12/15/2019 - 12/14/2020

8440   12/15/2019 - 12/14/2020

Page 35: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 33 of 52

8445   12/15/2019 - 12/14/2020

8450   12/15/2019 - 12/14/2020

8455   12/15/2019 - 12/14/2020

8460   12/15/2019 - 12/14/2020

8465   12/15/2019 - 12/14/2020

Page 36: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a
Page 37: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 35 of 52

(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate of thecontractor, any subcontractor, consultant, or employee of the contractor, any joint venture involving the contractor,any entity into or with which it may merge or affiliate, or any successor or assign of the contractor. The terms ofparagraph (f) of the Special Contractor Requirement relating to notification shall apply to any release of informationin contravention of this paragraph (d).

(e) The contractor further agrees that during the performance of this contract and for a period of three years after

 

completion of performance of this contract, the contractor, any affiliate of the contractor, any subcontractor, consultant, or employee of thecontractor, any joint venture involving the contractor, any entity into or with which it may subsequently merge or affiliate or any othersuccessor or assign of the contractor, shall not furnish to the United States Government, either as a prime contractor or as a subcontractor,or as a consultant to a prime contractor or as a subcontractor, any system, component or services which is the subject of the work to beperformed under this contract. This exclusion does not apply to any re-competition for those systems, components, or services on thebasis of work statements growing out of the effort performed under this contract, from a source other than the contractor, subcontractoraffiliate, or assign of either, during the course of performance of this contract or before the three year period following completion of thiscontract has lapsed, the contractor may, with the authorization of the cognizant contracting officer, participate in a subsequentprocurement for the same system, component, or service. In other words, the contractor may be authorized to compete for procurement(s)for systems, components or services subsequent to an intervening procurement.

(f) The contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest; itshall make immediate and full disclosure in writing to the contracting officer. The notification shall include adescription of the actual or potential organizational conflict of interest, a description of the action, which thecontractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevantinformation that would assist the contracting officer in making a determination on this matter. Notwithstanding thisnotification, the government may terminate the contract for the convenience of the government if determined to be inthe best interest of the government.

(g) Notwithstanding paragraph (f) above, if the contractor was aware, or should have been aware, of anorganizational conflict of interest prior to the award of this contract or becomes, or should become aware of anorganizational conflict or interest after award of this contract and does not make an immediate and full disclosure inwriting to the contracting officer, the government may terminate this contract for default.

(h) If the contactor takes any action prohibited by this requirement or fails to take action required by thisrequirement, the government may terminate this contract by default.

(i) The contracting officer's decision as to the existence or nonexistence of the actual or potential organizationconflict of interest shall be final and is not subject to the clause of this contract entitled "DISPUTES" (FAR52.233.1).

(j) Nothing in this requirement is intended to prohibit or preclude the contractor from marketing or selling to theUnited States Government its product lines in existence on the effective date of this contract; nor, shall thisrequirement preclude the contractor from participating in any research and development. Additionally, sale of catalogor standard commercial items are exempt from this requirement.

(k) The contractor shall promptly notify the contracting officer, in writing, if it has been tasked to evaluate or advisethe government concerning its own products or activities or those of a competitor in order to ensure propersafeguards exist to guarantee objectivity and to protect the government's interest.

(l) The contractor shall include this requirement in subcontracts of any tier which involve access to information orsituations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contactor" whereappropriate.

Page 38: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 36 of 52

(m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remediesprovided by law or elsewhere included in this contract.

(n) Compliance with this requirement is a material requirement of this contract.

G.4 Contractor Support Public Trust Determinations

Per Marine Corps Systems Command Policy Letter 1-09, all Contractor support that require a CAC are required tosubmit a Standard Form 85P, "Questionnaire for Public Trust Positions," and two copies of DD Form 258 "ApplicantFingerprint Card" to the Command's Security Program office along with a personnel roster of submissions and anaddressed Federal Express container addressed to OPM, 1137 Branchton Road, Box 618, Boyers, PA 16018.

The Contractor is responsible for determining when adjudications have been entered by reviewing the notification

 

status of their respective personnel. Once this has been completed, the Contractor may request the issuance of the CAC using the ContractVerification System (CVS) procedures. However, if issues are discovered, the Department of the Navy, Central Adjudication Facility(DONCAF) will place a "No Determination Made" in the Joint Personnel Adjudication System (JPAS) and forward the investigation tothe submitting office for the Government to adjudicate.

G.5 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

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

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit,activity, or organization.

Document type means the type of payment request or receiving report available for creation in Wide AreaWorkFlow(WAWF).

Local processing office (LPO) is the office responsible for payment certification when payment certification is doneexternal to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests andreceiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests andReceiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall--

(1) Have a designated electronic business point of contact in the System for Award Management athttps://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registrationavailable at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based TrainingCourse and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessedby selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic DataInterchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment

Page 39: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 37 of 52

requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

Invoice 2 in 1

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) inWAWF, as specified by the contracting officer.

See Section E.

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill inapplicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

--------------------------------------------------------------------------------------------

Field Name in WAWF Data to be entered in WAWF

--------------------------------------------------------------------------------------------

Pay Official DoDAAC                                                                             HQ0338

Issue By DoDAAC                                                                                  M67854

Admin DoDAAC                                                                                     S5111A

Inspect By DoDAAC                                                                             M67854 EXT. PMLTV

Ship To Code                                                                                          M67854 EXT. PMLTV

Ship From Code                                                                                      Not Applicable

Mark For Code                                                                                       Not Applicable

Service Approver (DoDAAC)                                                             M67854 EXT. PMLTV

 Service Acceptor (DoDAAC)                                                             M67854 EXT. PMLTV

Accept at Other DoDAAC                                                                  Not Applicable

LPO DoDAAC                                                                                       Not Applicable

DCAA Auditor DoDAAC                                                                   Not Applicable

Other DoDAAC(s)                                                                               Not Applicable

--------------------------------------------------------------------------------------------

Contract Number: N00178-14-D-7790-MU62

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includesappropriate contract line item and subline item descriptions of the work performed or supplies delivered, unitprice/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F,

Page 40: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 38 of 52

(e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send AdditionalEmail Notifications” field of WAWF once a document is submitted in the system.

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from thefollowing contracting activity's WAWF point of contact.

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

G.6  CLAUSES252.204-0004 Line Item Specific: by Fiscal Year

 

 

800001 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  800501 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  801001 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  801501 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  802001 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  802501 M9545016RC55B41  

Page 41: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 39 of 52

LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  803001 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  803501 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  804001 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  804501 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  805001 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  805501 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  806001 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  806501 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41   BASE Funding  Cumulative Funding  

 MOD 01 

Page 42: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 40 of 52

 800001 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  800002 M95450-16-RC-65216  LLA : AB 17611095230 251 67854 067443 2D 52300 6RC65216174H  Standard Number: M95450-16-RC-65216  800501 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  801001 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  801501 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  802001 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41   802501 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  803001 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  803501 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  804001 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41  

Page 43: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a
Page 44: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a
Page 45: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 43 of 52

 MOD 06  810002 M95450-17-RC-75181  LLA : AG 17711095095 251 67854 067443 2D 509500 7RC75181   810004 M95450-17-RC-75456  LLA : AJ 17711095050 251 67854 067443 2D 505000 7RC75456172A    MOD 06 Funding  Cumulative Funding  

 MOD 07  810002 M95450-17-RC-75181  LLA : AG 17711095095 251 67854 067443 2D 509500 7RC75181   810005 M9545-17-RC-R7CG9  LLA : AK 1771319T4AA 251 67854 067443 2D C32090 7RCR7CG9    MOD 07 Funding  Cumulative Funding  

 MOD 08  900001 M9545016RC55B41  LLA : AA 17511095095 251 67854 067443 2D 509500 6RC55B41  Standard Number: M9545016RC55B41   MOD 08 Funding  Cumulative Funding  

 MOD 09  810004 M95450-17-RC-75456  LLA : AJ 17711095050 251 67854 067443 2D 505000 7RC75456172A    

Page 46: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a
Page 47: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 45 of 52

Cumulative Funding  

 MOD 14  920002  LLA : AR 17811095095 251 67854 067443 2D 509500 9RC85516172D    MOD 14 Funding  Cumulative Funding  

 MOD 15  830001 M95450-19-RC-F3111  LLA : AS 17911061A2A 251 67854 067443 2D M95450 9RCF311117LY   830002 M95450-19-RC-DN111  LLA : AT 17911061A2A 251 67854 067443 2D M95450 9RCDN11117LX   830003 M9545019RC95541  LLA : AU 17911095095 251 67854 067443 2D 509500 9RC95541172D   930001 M9545019RCF31110001  LLA : AS 17911061A2A 251 67854 067443 2D M95450 9RCF311117LY   930002 M9545019RC95541  LLA : AU 17911095095 251 67854 067443 2D 509500 9RC95541172D    MOD 15 Funding  Cumulative Funding  

 MOD 16 Funding  Cumulative Funding  

 MOD 17  840001 M95450-20-SU-05540  LLA : AV 17011095095 251 67854 067443 2D 509500 0SU05540172D  

Page 48: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 46 of 52

 940001 M95450-20-SU-05540  LLA : AV 17011095095 251 67854 067443 2D 509500 0SU05540172D    MOD 17 Funding  Cumulative Funding  

 MOD 18  840002 M95450-20-SU-F3102  LLA : AA 17011061A2A 251 67854 067443 2D M95450 0SUF310217LY    MOD 18 Funding  Cumulative Funding  

 MOD 19  840001 M95450-20-SU-05540  LLA : AV 17011095095 251 67854 067443 2D 509500 0SU05540172D   840002 M95450-20-SU-F3102  LLA : AA 17011061A2A 251 67854 067443 2D M95450 0SUF310217LY    MOD 19 Funding  Cumulative Funding  

Accounting Data

CLIN/SLIN PR Number Amount

N00178-14-D-7790-MU6220

840001 M95450-20-SU-05540

LLA :

AV 17011095095 251 67854 067443 2D 509500 0SU05540172D

Standard Document #:

Page 49: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 47 of 52

Accounting Data

840002 M95450-20-SU-F3102

LLA :

AZ 17011061A2A 251 67854 067443 2D M95450 0SUF310217LY

Standard Document #:

MOD Funding:

Cumulative Funding:

N00178-14-D-7790-MU6221

840002 M95450-20-SU-F3102

LLA :

AA 17011061A2A 251 67854 067443 2D M95450 0SUF310217LY

Standard Document #:

840003 M95450-20-SU-F3102

LLA :

AZ 17011061A2A 251 67854 067443 2D M95450 0SUF310217LY

Standard Document #:

MOD Funding:

Cumulative Funding:

Page 50: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 48 of 52

Section H - Special Contract Requirements

NONE

Page 51: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a
Page 52: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 50 of 52

On execution of contract

January 2020

February 2020

May 2020

of the estimated amount of additional funds that will be required for the timely performance of the item(s)funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule inparagraph (j) of this clause or otherwise agreed to by the parties. If after such notification additional funds arenot allotted by the date identified in the Contractor’s notification, or by an agreed substitute date, theContracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant tothe clause of this contract entitled “Termination for Convenience of the Government.”

(d) When additional funds are allotted for continued performance of the contract line item(s) identified inparagraph (a) of this clause, the parties will agree as to the period of contract performance which will becovered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner tothe additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, inamounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause,the Contractor incurs additional costs or is delayed in the performance of the work under this contract and ifadditional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriatetarget, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure toagree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within themeaning of the clause entitled “Disputes.”

(f) The Government may at any time prior to termination allot additional funds for the performance of thecontract line item(s) identified in paragraph (a) of this clause.

(g) The termination provisions of this clause do not limit the rights of the Government under the clauseentitled “Default.” The provisions of this clause are limited to the work and allotment of funds for the contractline item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fullyfunded except with regard to the rights or obligations of the parties concerning equitable adjustmentsnegotiated under paragraphs (d) and (e) of this clause.

(h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clauseof this contract entitled “Termination for Convenience of the Government.”

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance isotherwise prohibited under 31 U.S.C. 1342.

(j) The parties contemplate that the Government will allot funds to this contract in accordance with thefollowing schedule:

                 

 

 

 

 

(End of clause)

 

Page 53: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 51 of 52

 

Page 54: 1 2 AMENDMENT OF SOLICITATION/MODIFICATION OF … · Page 23 of 52 4.5.2.2€ €Cost Estimate and Analysis Documentation The contractor shall update and develop where necessary a

N00178-14-D-7790-MU6221

Page 52 of 52

Section J - List of Attachments

ExhibitsA) CDRLS (Updated February 2019)

AttachmentsAttachment 1 - DD254 (Updated Mod 01)Attachment 2 - Allotment of Funds Worksheet (Updated Mod 20)Attachment 3 - Contractor Controlled Unclassified Information System Security Plan (template)Attachment 4 - DoD Guidance for Reviewing System Security Plans and the NIST SP 800-171 Security dates 06Nov 2018Attachment 5 - Draft DID for CDRL A014

AttachmentNumber

File Name Description

Attachment_5_Draft_DID_for_CDRL_A014.docxAttachment 5 - Draft DIDfor CDRL A014

N00178-14-D-7790 MU62 20 Attachment 2Allotment_of_Funds_Worksheet.pdf

Allotment of Funds

Exhibit_A_CDRLs.pdf Exhibit A - CDRLs

DD254_N00178-14-D-7790_MU62.pdfAttachment 1 - DD254(Mod 01)

Exhibit_A_CDRLs_Updated.pdfExhibit A CDRLS (UpdatedFebruary 2019)

Attachment_3_Contractor_CUI_SSP_template.docxAttachment 3 - ContractorCUI SSP Template

Attachment_4_DoD_Guidance_for_Reviewing_SSPs.pdfAttachment 4 - DoDGuidance for ReviewingSSPs