6. ISSUED BY CODE N00189 (If other than Item 6) S4201A...

39
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P00002 28-Mar-2019 NOPNAVN20190710 N/A 6. ISSUED BY CODE N00189 7. ADMINISTERED BY (If other than Item 6) CODE S4201A NAVSUP FLC Norfolk, Detachment Philadelphia 700 Robbins Avenue, Bldg. 2B Philadelphia PA 19111-5083 [email protected] 215-697-4706 DCMA New Cumberland 54 M Avenue, Ste 9 New Cumberland PA 17070-5012 SCD: C 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Target Media Mid Atlantic Inc. dba Target Systems 700 Bent Creek Blvd Mechanicsburg PA 17050-1875 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-14-D-7957 / N0018919F3011 10B. DATED (SEE ITEM 13) CAGE CODE 0Y0G9 FACILITY CODE 21-Feb-2019 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 'Changes - Cost-Reimbursement' [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Daniel Kenyon, Director of Contracts Management Gerald L Bowne, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Daniel Kenyon 27-Mar-2019 BY /s/Gerald L Bowne 27-Mar-2019 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Transcript of 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A...

Page 1: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

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

P00002 28-Mar-2019 NOPNAVN20190710 N/A6.  ISSUED BY CODE N00189 7.  ADMINISTERED BY (If other than Item 6) CODE S4201A

NAVSUP FLC Norfolk, Detachment Philadelphia

700 Robbins Avenue, Bldg. 2B

Philadelphia PA 19111-5083

[email protected] 215-697-4706

 

DCMA New Cumberland

54 M Avenue, Ste 9

New Cumberland PA 17070-5012

 

SCD: C

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

Target Media Mid Atlantic Inc. dba Target Systems    700 Bent Creek Blvd    Mechanicsburg PA 17050-1875   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-14-D-7957 / N0018919F3011

    10B.  DATED (SEE ITEM 13)

CAGECODE

0Y0G9 FACILITY CODE   21-Feb-2019

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[   ]The above numbered solicitation is amended as set forth in Item 14.  The hour and date specified for receipt of Offers  [   ]   is extended, [   ]  is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers.  FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACEDESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.  If by virtue of this amendmentyou desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and thisamendment, and is received prior to the opening hour and date specified.12.  ACCOUNTING AND APPROPRIATION DATA (If required)

  

13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

(*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO:  (Specify authority)  THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. INITEM 10A.

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

date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).   

[X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:FAR 52.243-2 'Changes - Cost-Reimbursement'

[  ] D. OTHER (Specify type of modification and authority)  

E.  IMPORTANT:  Contractor [   ] is not, [ X ] is required to sign this document and return   1   copies to the issuing office.14.  DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

SEE PAGE 2 

15A.  NAME AND TITLE OF SIGNER (Type or print) 16A.  NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

   Daniel Kenyon, Director of Contracts Management Gerald L Bowne, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED       /s/Daniel Kenyon 27-Mar-2019 BY /s/Gerald L Bowne 27-Mar-2019 

(Signature of person authorized to sign)   (Signature of Contracting Officer)  NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243

  

      1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Page 2: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

GENERAL INFORMATION

The purpose of this modification is to Update Section 7.1 Contractor Qualifications of the PWS in Section C,update the Level of Effort Tables, and provide an updated DD254. Accordingly, said Task Order is modified asfollows: A conformed copy of this Task Order is attached to this modification for informational purposes only.

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from $618,202.00 by $0.00to $618,202.00.

The total value of the order is hereby increased from $1,849,240.90 by $0.00 to $1,849,240.90.

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 2 of 2

 FINAL 

Page 3: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7000 R425 Base - Labor. The contractorshall provide subject matterexpertise in Project managementof FIOA, PA, Shore and Fleet,and VA Programs (O&MN,N)

1.0 LO $1,772,092.62 $66,266.28 $1,838,358.90

700001 R425 Funding in support of CLIN 7000(O&MN,N)

7001 R425 Base - Surge. The contractorshall provide subject matterexpertise in Project managementof FIOA, PA, Shore and Fleet,and VA Programs (O&MN,N)

1.0 LO $549,509.93 $27,475.50 $576,985.43

Option

7010 R425 Option I - Labor. The contractorshall provide subject matterexpertise in Project managementof FIOA, PA, Shore and Fleet,and VA Programs (O&MN,N)

1.0 LO $1,809,310.80 $67,591.60 $1,876,902.40

Option

7011 R425 Option I - Surge. The contractorshall provide subject matterexpertise in Project managementof FIOA, PA, Shore and Fleet,and VA Programs (O&MN,N)

1.0 LO $560,500.13 $28,025.01 $588,525.14

Option

7020 R425 Option II - Labor. Thecontractor shall provide subjectmatter expertise in Projectmanagement of FIOA, PA, Shoreand Fleet, and VA Programs(O&MN,N)

1.0 LO $1,847,434.93 $68,943.43 $1,916,378.36

Option

7021 R425 Option II - Surge. Thecontractor shall provide subjectmatter expertise in Projectmanagement of FIOA, PA, Shoreand Fleet, and VA Programs(O&MN,N)

1.0 LO $571,710.13 $28,585.51 $600,295.64

Option

7030 R425 Option III - Labor. Thecontractor shall provide subjectmatter expertise in Projectmanagement of FIOA, PA, Shoreand Fleet, and VA Programs

1.0 LO $1,886,477.03 $70,322.30 $1,956,799.33

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 1 of 37

 FINAL 

Page 4: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

(O&MN,N)

Option

7031 R425 Option III - Surge. Thecontractor shall provide subjectmatter expertise in Projectmanagement of FIOA, PA, Shoreand Fleet, and VA Programs(O&MN,N)

1.0 LO $583,144.33 $29,157.22 $612,301.55

Option

7040 R425 Option IV - Labor. Thecontractor shall provide subjectmatter expertise in Projectmanagement of FIOA, PA, Shoreand Fleet, and VA Programs(O&MN,N)

1.0 LO $1,926,551.13 $71,728.75 $1,998,279.88

Option

7041 R425 Option IV - Surge. Thecontractor shall provide subjectmatter expertise in Projectmanagement of FIOA, PA, Shoreand Fleet, and VA Programs(O&MN,N)

1.0 LO $594,807.22 $29,740.36 $624,547.58

Option

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9000 R425 Travel in support of CLIN 7000 (O&MN,N) 1.0 LO $10,882.00

900001 R425 Funding in support of CLIN 9000 (O&MN,N)

9010 R425 Travel in support of CLIN 7010 (O&MN,N) 1.0 LO $10,882.00

Option

9020 R425 Travel in support of CLIN 7020 (O&MN,N) 1.0 LO $10,882.00

Option

9030 R425 Travel in support of CLIN 7030 (O&MN,N) 1.0 LO $10,882.00

Option

9040 R425 Travel in support of CLIN 7040 (O&MN,N) 1.0 LO $10,882.00

Option

LEVEL OF EFFORT (COST TYPE CONTRACT)(FISC DET PHILA)(JUN 1995) (a)           The level of effort for the performance of this contract during the period from the start of contract performance to 12months thereafter is based upon 34,848 estimated manhours of direct labor. If all options are exercised by the government, thelevel of effort for the performance of this contract will be increased by an additional 196,992 estimated manhours of direct labor,for a total level of effort of 231,840 estimated manhours of direct labor (hereinafter referred to as the “Estimated Total Hours”).

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 2 of 37

 FINAL 

Page 5: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

 (b)           The estimated composition by labor category of the Estimated Total Hours is as follows:            ***This is for evaluation purposes***

 

Posi on (Clearance Level) Base Option 1 Option 2 Option 3 Option 4 Totals

DNS-3 Hours Hours Hours Hours Hours Hours

Program Manager (S) 288 288 288 288 288 1,440

DNS-33 Shore & Fleet

 

Hours Hours Hours Hours Hours Hours

Consultant (S) 1,920 1,920 1,920 1,920 1,920 9,600

DNS-35 NDAWS/VARMS

 

Hours Hours Hours Hours Hours Hours

Project Manager (S) 1,920 1,920 1,920 1,920 1,920 9,600

DNS-35 Veteran Awards Hours Hours Hours Hours Hours Hours

SR Technical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600

Technical Writer (S) 3,840 3,840 3,840 3,840 3,840 19,200

Documentation Specialist(S)

1,920 1,920 1,920 1,920 1,920 9,600

DNS-35 Navy Awards Hours Hours Hours Hours Hours Hours

Project Manager (S) 1,920 1,920 1,920 1,920 1,920 9,600

Technical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600

Documentation Specialist(S)

1,920 1,920 1,920 1,920 1,920 9,600

DNS-36 FOIA Hours Hours Hours Hours Hours Hours

Project Manager (TS) 1,920 1,920 1,920 1,920 1,920 9,600

SR. Technical Writer (TS) 3,840 3,840 3,840 3,840 3,840 19,200

SR. Technical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600

Technical Writer (TS) 1,920 1,920 1,920 1,920 1,920 9,600

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 3 of 37

 FINAL 

Page 6: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

Documenta on Specialist(U)

3,840 3,840 3,840 3,840 3,840 19,200

DNS-36 Privacy Act Hours Hours Hours Hours Hours Hours

Consultant (S) 1,920 1,920 1,920 1,920 1,920 9,600

SR. Technical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600

Totals 34,848 34,848 34,848 34,848 34,848 174,240

SURGE CAPABILITY

Posi on (Clearance Level) Base Option 1 Option 2 Option 3 Option 4 Totals

Shore & Fleet

Hours Hours Hours Hours Hours Hours

Consultant (S) 1,920 1,920 1,920 1,920 1,920 9,600

Veteran Awards Hours Hours Hours Hours Hours Hours

Technical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600

Documentation Specialist(S)

1,920 1,920 1,920 1,920 1,920 9,600

Navy Awards Hours Hours Hours Hours Hours Hours

Technical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600

FOIA Hours Hours Hours Hours Hours Hours

SR. Technical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600

Documenta on Specialist(U)

1,920 1,920 1,920 1,920 1,920 9,600

Totals 11,520 11,520 11,520 11,520 11,520 57,600

 (c)           No deviations are permitted for direct labor.  The direct labor proposed will be used for evaluation purposes only. Support personnel (functional staff) should not be added to direct labor costs. (d)           The Estimated Total Hours include overtime* and subcontracting hours but exclude holidays, sick leave, vacationdays and other absences. (e)           The number of manhours expended per month shall be commensurate with the effort ordered and the requireddelivery date of such effort.  The number of manhours expended per month may fluctuate in pursuit of the technical objective,provided that such fluctuation does not result in the utilization of the total manhours of effort prior to the expiration of the termthereof.  The number of manhours for any labor category may be utilized by the contractor for any other labor category if

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 4 of 37

 FINAL 

Page 7: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

necessary in performance of the contract. (f)           The contractor shall not be obligated to continue performance beyond the Estimated Total Hours, except that theContracting Officer may require the contractor to continue performance in excess of the Estimated Total Hours until the totalestimated cost has been expended.  The government will not be obligated to pay fee on any hours expended in excess of theEstimated Total Hours.  Any hours expended in excess of the Estimated Total Hours shall be excluded from all fee computationsand adjustments.  The Contracting Officer may also require the contractor to continue performance in excess of the totalestimated cost until the Estimated Total Hours have been expended.  In no event, however, will the Contracting Officer, pursuantto this paragraph (e), require the contractor to continue performance in excess of the Estimated Total hours if the ContractingOfficer is requiring or has required the contractor to continue performance in excess of the total estimated cost.  Nor will theContracting Officer, pursuant to this paragraph (e), require the contractor to continue performance in excess of the totalestimated cost if the Contracting Officer is requiring or has required the contractor to continue performance in excess of theEstimated Total Hours.  The Contracting Officer may extend the period of performance in order to expend either the totalestimated cost or the Estimated Total Hours.  If this contract is subject to the Service Contract Act, in no event will theContracting Officer, pursuant to this paragraph (e), extend the period of performance such that the period of performance, asextended, will exceed five years. (g)            If at any time during the performance of this contract the contractor expends in excess of 85% of the availableestimated manhours of direct labor, the contractor shall immediately notify the Contracting Officer in writing.  Nothing hereinshall be construed to alter or waive any of the rights or obligations of either party pursuant to the clause entitled “Limitation ofCost” and/or “Limitation of Funds.”  PAYMENT OF FIXED FEE (OCT 1992) The fixed fee for work performed under this task order is $__*___provided that approximately __**__ hours of technical effortare employed by the contractor in performance of this task order.  If substantially fewer than 34,848 hours of technical effort areemployed, the fixed fee shall be equitably reduced to reflect the reduction of work.  The Government shall make monthlypayments of the fixed fee at the rate of  __***___  per direct labor hour invoiced by the contractor.  All payments shall be inaccordance with the provisions of FAR 52.216-8, “Fixed Fee,” and FAR 52.216-7, “Allowable Cost and Payment.”   Paymentsshall be subject to the withholding provisions of Paragraph (b) of FAR 52.216-8, provided that the total of all such monthlypayment shall not exceed eighty-five (85%) percent of the fixed fee.  Any balance of fixed fee due the contractor shall be paidto the Contractor, and any over-payment of fixed fee shall be repaid to the Government by the Contractor, or otherwise creditedto the Government at the time of final payment.                                                         

Contract Period *Fixed Fee *Hours *Fee/HourBase Labor $66,266.28 34,848 $1.90Base Surge $27,475.50 11,520 $2.39Op on I Labor $67,591.60 34,848 $1.94Op on I Surge $28,025.01 11,520 $2.43Op on II Labor $68,943.43 34,848 $1.98Op on II Surge $28,585.51 11,520 $2.48Op on III Labor $70,322.30 34,848 $2.02Op on III Surge $29,157.22 11,520 $2.53Op on IV Labor $71,728.75 34,848 $2.06Op on IV Surge $29,740.36 11,520 $2.58 

FAR 52.237-10 -- Identification of Uncompensated Overtime (Mar 2015)

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

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 5 of 37

 FINAL 

Page 8: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

“Adjusted hourly rate (including uncompensated overtime)” is the rate that results from multiplying the hourly rate for a 40-hourwork week by 40, and then dividing by the proposed hours per week which includes uncompensated overtime hours over andabove the standard 40-hour work week. For example, 45 hours proposed on a 40-hour work week basis at $20 per hour wouldbe converted to an uncompensated overtime rate of $17.78 per hour ($20.00 x 40 divided by 45 = $17.78).

“Uncompensated overtime” means the hours worked without additional compensation in excess of an average of 40 hours perweek by direct charge employees who are exempt from the Fair Labor Standards Act. Compensated personal absences such asholidays, vacations, and sick leave shall be included in the normal work week for purposes of computing uncompensatedovertime hours.

(b)

(1) Whenever there is uncompensated overtime, the adjusted hourly rate (including uncompensated overtime), rather than thehourly rate, shall be applied to all proposed hours, whether regular or overtime hours.

(2) All proposed labor hours subject to the adjusted hourly rate (including uncompensated overtime) shall be identified as eitherregular or overtime hours, by labor categories, and described at the same level of detail. This is applicable to all proposalswhether the labor hours are at the prime or subcontract level. This includes uncompensated overtime hours that are in indirectcost pools for personnel whose regular hours are normally charged direct.

(c) The offeror’s accounting practices used to estimate uncompensated overtime must be consistent with its cost accountingpractices used to accumulate and report uncompensated overtime hours.

(d) Proposals that include unrealistically low labor rates, or that do not otherwise demonstrate cost realism, will be considered ina risk assessment and will be evaluated for award in accordance with that assessment.

(e) The offeror shall include a copy of its policy addressing uncompensated overtime with its proposal.

(End of Provision)

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 6 of 37

 FINAL 

Page 9: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT FOR SUPPORT OF DNS-3 PROGRAMS

21 August 2018

 1.       Introduction:

 

The office of the Chief of Naval Operation (CNO), Director of Navy Staff (DNS), Director of Management(DNS-3) requires contract support services for the Office of the Chief of Naval Operations (OPNAV)DNS-33 Shore & Fleet Organizational Branch, DNS-35 Navy Awards/Veterans Awards Programs, and DNS-36Navy Freedom of Information Act (FOIA) & Privacy Act (PA) Programs.

 2.       Background: The Director of Management (DNS-3) administers, executes, and supports OPNAV command-wide informationprocesses and applicable information technology. DNS-3 also coordinates common standardized practices for theSecretary of the Navy (SECNAV), Operational Navy (OPNAV), and CNO for training and information guidanceand provides policy, executive oversight, and project execution discipline for CNO projects and initiatives with thecontext of a subject matter expert. DNS-33 Is the primary Navy wide fleet support management of the Shore and Fleet Organization, ManagersInternal Control Program (MICP), and CNO Audit Liaison. DNS-35 Services Navy Veterans and or their families pertaining to the Veteran’ s military awards entitlement andsubmission of award recommendations under USC 10, Section 1130.   I s t h e p r i m a r y administrator for itsawards database Navy Department Awards Web Services (NDAWS) and the Veteran Awards RecordsManagement System (VARMS), as well as provides occasional support processing awards and awards policytasks. DNS-36 is the Navy’s primary Privacy and FOIA Program Manager and Senior Navy Customer Service LiaisonOffice and carries out the principal functions of the SECNAV, OPNAV and the CNO for these statutorilymandated Programs IAW 5 USC 552.  DNS-36 serves as the DON’s senior manager for implementing andadministering policies, procedures, standards, and rules to ensure departmental compliance with the ever-changingprovision of both the Privacy and FOIA programs. 3.       Scope:

 

The scope of work under this Task Order will provide the necessary support to accomplish the mission ofOPNAV DNS-33, DNS35, and DNS-36. Such support includes but not limited to tasks such as; programmanagement, project management, project leadership, business research, etc. It is the objective that the rightinformation be made available, at the right time, to the right person, in order to make the appropriate decision andto have the ability to capture information and data in a timely manner for the proper oversight and control. 4.       Specific Tasks:

 

4.1    OPNAV DNS-33 (Shore & Fleet Organizational Branch) DNS-33 requires contractor support receiving, processing, and publishing all Navy wide fleet requests anddirect support handling duties related to CNO’s Audit Liaison. Support is also required to prepare the annualDepartment of Navy (DoN) Risk and Opportunity Assessment (ROA) data call for the MIC program. The contractor shall assist DNS-33 in their management of the Shore and Fleet Organization, ROA for ManagersInternal Control Program (MICP), and CNO Audit Liaison. The contractor shall provide OPNAV withadministrative support for these programs. The contractor shall provide assistance to accomplish thefollowing tasks:

·       Act as direct support to Branch head when acting as audit liaison between Naval Audit Service and OPNAV to

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 7 of 37

 FINAL 

Page 10: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

collect OPNAV responses to Audit Service recommendations once an audit is complete, in accordance withOPNAVINST 5200.24C.

·       Act as direct support to Branch head annually to collect, review, analyze, and process OPNAV RiskOpportunity Assessment input in accordance with SECNAV ADMIN 15JUL2004 DON Oversight PlanningBoard Charter which will be provided onsite.

·       Review, analyze and recommend responses concerning Fleet organization change proposals, in accordance withOPNAVINST 5400.44A.

·       Identifies nature of proposed change, evaluates change requested to ensure consistency with current policy andguidance published in OPNAV and SECNAV directives, and provides solutions or recommends courses of actionfor obtaining approval or modification of requested change.

·       Develops statistical and narrative data to justify recommended approach to resolving organization issues and tosupport recommendations.

·       Prepares letters, notices, and messages for release by CNO or SECNAV outlining the organizational change andappropriate action required.

·       Independently conducts non-routine evaluations, conventional analyses and internal reviews on activities andorganizations of the operating forces. Examines structure, organizational relationships, and historical background.Prepares reports outlining systemic problems with recommendations and proposed corrective actions.

·       Analyzes and reviews documentation procedures and administrative processes such as controls, files, directives,forms, records control and disposal procedures relating to branch operations to ensure validity, applicability andmaximum efficiency.

·       Directly advises DNS-3 Director when DNS-33 Branch Head is absent on all matters related to DNS-33.

·     Develop and maintain points of contact across navy relating to OCR/SNDL matters; primarily across JointStaff, OSD, OPNAV, Combatant commands, and echelon 2 and below commands.

·       Reviews office automation procedures (to include NORMS) to improve efficiency and streamline branchoperations.

·    Execute all analytical work independently and only seek guidance from supervisor on problems of exceptionaldifficulty for discussion and advice.

·       Employs the NORMS and HQWEB (or equivalent successor programs) to process electronically all OCRs.

·       Aids in the maintenance and monthly publication of the Standard Navy Distribution List (SNDL).

 

4.2    OPNAV DNS-35 (NDAWS/VARMS) DNS-35 requires analyst support to act as points of entry for all matters devoted to the resolution of questionsand inquiries from Congressional offices of Navy Veterans and or their families pertaining to the Veteran’ s militaryawards entitlement and submission of award recommendations under United States Code (USC) 10, Section1130.   DNS-35 also needs support for processing awards and award policy, as well as an administratorfor maintaining its’ awards database (NDAWS).   The contractor shall assist DNS-35 in their management of theNavy's NDAWS and VARMS Program. The contractor will provide OPNAV with administrative and managementsupport for this program. Assistance shall be provided to accomplish the following tasks:

·       The contractor shall help CNO CIO and his contract staff to provide direct technical support for NDAWS andVARMS.

·     The contractor shall act as primary administrator/manager for NDAWS and VARMS databases.

·       Liaison with primary IT contractor for items related to development and deployment of new versions ofNDAWS and VARMS.

·       Liaison with primary IT contractor for all troubleshooting systemic or system wide issues related to NDAWSand VARMS.

·       Act as CNO subject matter expert for NDAWS and VARMS.

·       Independently conducts non-routine evaluations, conventional analyses and internal reviews of NDAWS /VARMS. Examines structure, organizational relationships, and historical background.  Prepares reports outliningsystemic problems with recommendations and proposed corrective actions.

·       Develop and maintain points of contact across Navy relating to NDAWS and VARMS matters; primarilyacross Joint Staff, OSD, OPNAV, Combatant commands, and echelon 2 commands but not limited to those.

·       Process requests for access or revoke access to NDAWS/VARMS.

·       Maintain NDAWS Module on Navy Awards Website.

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 8 of 37

 FINAL 

Page 11: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

·       Conduct research and analysis to support CNO participation in various OSD and DON level military awardsprojects or policy working groups.

·       Review and process new requests for personal awards for active or veteran Sailors, or new requests for unitawards from commanders, and those that are beyond either statutory or regulatory time limits under either 10USC 1130 or waiver to 10 USC 6248.

·       Prepares letters, notices, and messages for release by CNO or SECNAV as required to notify the fleet of newprocedures, policies, or programs as applicable to CNO Awards.

·       Respond to inquiries from multiple sources (i.e. members of Congress, OSD, the SECNAV, the CNO, next ofkin, active/retired/veteran Sailors, and historians/researchers) concerning entitlement of individual active duty,retired, veteran and deceased Sailors to military personal, service, campaign, and unit awards.

·       Execute all analytical work independently and only seek guidance from supervisor on problems of exceptionaldifficulty for discussion and advice.

·       Automate library indexing process. Pull paper files review organize and prepare for declassification and/or scanOCR, keyword tag, create electronic archive file retrieval system (TRIM).

 

4.3    OPNAV DNS-36 (FOIA/PA) DNS-36 requires skilled and seasoned contract support to assist with the overall management and execution ofthe Navy’s FOIA/PA programs to achieve DON FOIA/PA goals, and requirements established by Congress,OMB, DOJ, DOD, SECNAV, and CNO, to include the execution of Executive Order 13,392 (Improving AgencyDisclosure of Information of December 14, 2005).   The contractor will devote their Navy knowledge, governmentinformation expertise and analytical skills to the task of significantly reducing or eliminating any SECNAV andOPNAV FOIA/PA request backlog; developing/maintaining viable tracking systems; compiling statistics for requiredreports; and reviewing the content and URL connectivity on the DoN FOIA online web portal andcorresponding FOIA/PA related web sites and/or data repositories.  The contractor shall support OPNAV DNS-36 (FOIA/PA) with the proper management, execution, and staffing   thefollowing tasks as defined: PRIVACY ACT PROGRAM AND COMPLIACE 

·                               Act as direct support to Branch head for all Privacy Act Program requirements.

·                              Independently manages PA workload and prepare for Branch head approval and signature, proposequarterly program calendars and milestones, set priorities and carry-out responsibilities, while keeping the Branchhead fully aware of project initiatives.

·                              Attend training to ensure awareness of changes in Privacy trends, laws or governances.

·                              Generate all PA reports as required, to include the congressional breach reports, semiannual and annual(FISMA) reports.

·                              Process and track all Privacy Impact Assessments (PIAs) and coordinate with OCIO as necessary.

·                              Identify, track and process all forms and DON Websites that require Privacy Act Statements (PAS).

·                              Process all DON privacy complaints in reference to Privacy right violations. Initiate fact finding efforts,develop narrative data to justify recommended approach, prepare correspondence outlining appropriate actionsrequired.

·                              Develop SOP’s, guidance, training (train-the trainer) curriculum, initiative to increase awareness of PIIprotection requirements for enterprise wide education, to enhance the required PII command training.

·                              Conduct Privacy coordinator/POC training, at least once a year.

·                              Develop and facilitate enterprise wide working group discussions, via telecom and or VTC sessions. 1hour sessions at a minimum on a quarterly basis or as necessary.  Build agenda, provide minutes documentingdiscussions.

·                              Review and/or conduct Privacy program spot-checks, report findings and include detailed riskassessments.  Develop PII inspection/spot-checks data calls, analyze and reviews data and report areas of risk andrecommended courses of action to improve internal controls, record keeping practices, disposal procedures toreduce or eliminate risks. 

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 9 of 37

 FINAL 

Page 12: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

·                              Review all agency instructions for PA equities, highlighting changes and documenting impact to agencyor current privacy program initiatives.  

·                              Address and process all Privacy Act action items within the provision of the Act.·                              Assist in the development of an OPNAV Privacy Act Instruction/manual.

                                                                  Privacy Act Tracking and workflow tool/System:  After a fact finding period, propose solutions and then Develop tracking, reporting, workflow management systemfor The Privacy Program. Preferably using the tools/software within the Navy’s IT portfolio or plug in/hyperlinks toexisting tools/software; advanced excel, win 10, outlook, access, DON Tasker, TRIM, SharePoint, DOD ITPortfolio repository (DITPR-DON), ect. Consideration may be giving to GSA NMCI COT products withcost/deployment considerations.  During a three phase development process, identify and review current ITsolutions within the first 6 months. Provide written recommendations and schematics for no less than 4 options forDNS-36 management consideration to support life-cycle management through-out workflow process: Finalbuild-out to accommodate enterprise wide customers, and at a minimum, DNS-1, DNS-36, OCIO, and otherbusiness stakeholders. Capable of promoting pro-active timely reviews, hold/retrieve archive documents fromlibraries, as well as copy of current approved documents with attachments (instructions, forms, SORN, PIA, legalstatute, SSN Justification memo. privacy complaints, Breach report-data analysis, and other Privacy programequities), generate 30/60/90-day due date reports/reminders, past due/delinquent – reports/reminders. System tocontain basic search capabilities. •          meet with Key stakeholders in the Privacy program, (DNS-36, USMC Privacy, DNS-1, OCIO) to defineenterprise wide processes and workflows, tracking tools/systems, and define duplicate efforts, streamlineopportunities, increase visibility.... Maintain the DON System of Record Notices (SORN) library, to include but notlimited to dates, processing milestones, track, discontinue and create new SORNs, if applicable.•          Process and track all Privacy Impact Assessments (PIAs), To include but not limited to Dates, milestones,cross reference of SORNs used per multiple PIAs,  •          Develop and maintain a tracking system for Privacy action item to include SORNs, PIA’s, Navy Forms 7Website PAS's, Breaches, and privacy complaints.  Identify and recommend tools to build towards a customerservice, enterprise wide solution that provides all stakeholders the ability to track the status or research action itemsand existing privacy products.•          Develop and maintain a system to cross reference SORN’s that are sited within each PIA to identify multisystem reliance per SORN.  As identified, work with stakeholders to update SORNs to properly reflect multi systemuses or create new SORNs, as applicable. FOIA PROGRAM AND COMPLIANCE 

·                              Process all FOIA/PA requests. Collect, review, analyze, and recommended courses of action for eachrequest for documents under the FOIA and/or Privacy Act to include congressional responses. 

·                              Provide continued program stability, continuity and backlog reduction efforts to including upticks inworkload, and decrease in staffing or critical special projects ensuring the mandated timelines, as set forth by theFOIA/PA or by other legal obligations set forth by DOD, DOJ, or the courts are met.

·                              Process all requests ensuring that the mandated correspondence (acknowledgements, extension notices,expedited and fee waiver requests) are prepared IAW SECNAV Correspondence Manual to specific caseapplication, for review and IDA signature in time to meet all statutorily legal requirements.

·                              Develop and maintain sound administrative records.   Draft and/or review legal analyses, providerecommendation and justifications for each case file.

·                              Provide recommendations for courses of actions to meet complex legal issues and tight deadlines.

·                              Develop legal analyses, impact papers that reflect sound legal research to support appeals and litigations,including court declarations and Vaughn indexes, as necessary.

·                              When applicable, conduct sound legal analyses to support recommendations for the 10-day extensionletter packages for IDA signature. Ensure a timely analysis for all requests requiring additional processing time.

·                              Conduct data-calls, analyze data, mark trends, and consolidate DON FOIA reports, as required.

·                              Identify frequently requested document for upload into the commands public FOIA reading room.

·                              Review other command websites for compliance, and provide finding and recommendation reports.

·                              Monitor, review, update Navy FOIA website.  Recommend new or modified FOIA/PA website or

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 10 of 37

 FINAL 

Page 13: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

SharePoint content.

·                              Develop community outreach products to educate and increase awareness of FOIA responsibilities.

·                              Develop and facilitate FOIA/PA training initiatives.  Web-based and standard classroom, workshops.

·                              Develop customer service improvement initiatives.

·                              Provide Field support, with recommendations grounded by current laws, instructions and governances.

·                              Develop and maintain field point of contact lists, subject matter indexes, and resource and researchlibraries.

·                              Log and track all FOIA requests, consults, referrals, and congressional inquiries within 24 hours ofreceipt.

·                              Process and track all Strategic Systems Programs (SSP) FOIA/PA requests or other field requests, asrequired, as stated herein.

·                              Input FOIA/PA information into the mandated FOIA/PA tasker system within 24 hours of receipt sensuring suspense dates are met throughout the process.

·                              Review and analyses requests, provide timely recommendations to support the extension process. Usingthe provision of the Act and other legal requirements to properly justify the need for requesting a 10-day extensionletters drafted for the IDA’s signature.

·                              Research requests to determine official/activity having cognizance over requested information.

·                              Redact documents using an electronic redaction program (REDAX).

·                              Ensure un-perfected requests are resolved and liaison with requesters on modifying the request arefollowed with proper correspondence documenting the requesters consent to modify requests.

·                              Follow all business processes to ensure proper recordkeeping requirements are met for both electronicand paper files. 

·                              Assist in the creation of an OPNAV FOIA Staff Instruction/manual

 

FOIA Paperless Process initiative:

Assist DNS-36 in the development and implementation of a paperless FOIA/PA process that supports recordmanagement life cycle requirements, and record protections – storage capabilities, search capabilities, andassociated SOP’s, business process map, training materials. Preferably using currently available tools and softwaresystems.  System must be independently accessible and a sustainable file library.  Auto archive, and Recordmanagement destruction notifications and reporting capabilities.

 

Specific Knowledge Required (DNS-36)·       The contractor is responsible for ensuring that all contractor employees have the required prerequisite basic

training PRIOR to reporting to duty, is aware of the Navy’s FOIA/PA programs, is aware of any legislative orpolicy changes that will impact the FOIA/PA office, and completes/maintains all post award training requirementswithin the timeframe/specifications listed below.Training required PRIOR to reporting to duty or during the first 180 days of employment, at the discretionof DNS-36 management:

·       Graduate School USA (USDA) Freedom of information and Privacy Acts course, Code: PMGT700D.

·       Alternate training is acceptable if first approved by DNS-36 FOIA/PA Management.Training required within the first month of reporting to duty:

·       All contractor employees shall complete FOIA 101 Training provided online via Defense Connect Onlinewithin the first month of reporting to duty.   This is a three-hour video lecture on the very basics of FederalGovernment FOIA Process and is listed below:

·   FOIA 101 Part 1, 2 and 3: https://intelshare.intelink.gov/sites/foiaprivacytrainingworkshops/DFOIPOtraining/FOIA101Training/default.aspx?PageView=Shared&InitialTabld=Ribbon.WebPage&VisibilityContext=WSSWebPartPage

·   DNS-36 can provide most current links and training videos.            Annual refresher training:

·       All contractor employees must attend no less than 24 hours or one (3 day) FOIA and/or Privacy relatedrefresher training, annually while working FOIA and Privacy Act.  Free annual (3 day) training is sometimes

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 11 of 37

 FINAL 

Page 14: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

available in the local DC metropolitan area via the DOD, DOJ, or DON.  However, occasionally the free trainingrequires travel beyond the DC metropolitan area.

 -SURGE Requirements are included as Optional support staff that shall be implemented at the discretion of eachBranch Manager (Customer) via the recommendation of the Project Manager(s).  The Project Managers shallpropose a modified staffing plan to include cost projections as required to prevent, reduce or eliminate workloadbacklogs. To include periods when the current staff are unable to maintain the demand due to either an increase in thenormal receipt of work products/demands. Optional support staff may be in implemented during peakleave/absences (Holiday/vacation/extended medical) or until vacancies are filled, in the event any such staffabsences are anticipated to negatively impact the required response time. Optional support staff may also beauthorized during periods that require current staff to divert efforts to accomplish the development of trainingmaterial and conduct training events, data calls or any other significant special project that may divert primarystaff attentions from the day-to-day anticipated workflow.  Place of performance and government assets mayrequire alternate solutions to meet the mission.   The Project Manager shall include proposed solutions during theProject Briefs and during updates to the projected staffing plans, to include projected cost impact.  BranchManager(s) will determine concurrence and provide authorization prior to implementation of any staff increases.  5.       Period of Performance:

 The period of performance for this requirement is from 21 February 2019 through 20 February 2020, with four (4)12-month option periods.

 

6.       Place of Performance:

 

Primary place of performance for this requirement is the Washington Navy Yard in Washington, DC; or alternatelocation as directed.  Ad hoc Telework and alternate place of performance and government assets may requirealternate specific solutions to meet the mission and at the authorization of the Branch Manager(s). Classifiedprocessing outside the primary location will be excluded, unless the incumbent has the appropriate facilityclearance for that specific alternate location. 

7.       Contractor Qualifications and Manning Requirements:

 

7.1 Contractor Qualifications:

 

The contractor shall provide a staffing plan that outlines their ability to recruit, staff and retain a qualified andprofessional workforce.  The contractor shall provide and supervise personnel required for the effective andefficient performance of this contract.  Ensuring proper staffing coverage for continued program stability,continuity and backlog reduction to include increase demand, workload surge, and decrease in staffing or criticalspecial projects to facilitate timeliness, as set forth by law, DON leadership, DoD, DOJ or the courts.  Thefollowing descriptions represent the minimum requirements for each labor category.  

 Project ManagersDescription:   Responsible for overseeing and managing the work performance of contract support staff, assignedworkload, special projects and tasks.   Primarily responsible for planning, managing and overseeing work efforts ofproject team personnel to include surge support; determining and monitoring task order schedule and budgets.  Provides project briefs to customers; Ensures compliance with all contract and task order requirements andquality standards.   Provides technical guidance to the project team in performance of the work and reviews qualityof all work products. Responsibilities will include managing and overseeing case files ensuringstatutory/regulatory compliances are met for each milestone. Reviews and determines if each case has met allrequirements prior to submission for Management review or signature of government representative. Oversees thecollection, review, schedule, analyses, and recommends courses of action for pending case files.  BecomesTechnically proficient in overseeing and managing core program elements to include Appeals, litigations, litigationconsultations, Vaughn indexes or other such legal documents or multi agency requests to include classified.

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 12 of 37

 FINAL 

Page 15: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

 Education:   Bachelor's degree, Master’s Degree or experience as a program/project manager or in a related field orarea, pending Bachelor/Masters Degree’s in related field can be substituted, if within one year of gaining such degree;Knowledge of the organization, function and operation of DoD, other DoD agency or the Department of the Navy. Technical (DNS-35):   (2-NDAWS/VERMS & Navy Awards) Knowledge of Microsoft Family of office programsto include Outlook, Word, Excel, Access and PowerPoint. Become familiar with the Department of the Navy(primary) awards systems and experience managing NDAWS or similar awards database program. Familiarity withDepartment of the Army or Department of the Air Force awards systems could be acceptable. Familiarity ofmanagement information system/office automation applications, principles and practices e.g. NDAWS, VARMSwithin 90 days required. Technical (DNS-36): (1-FOIA/PA) Proficient in legal research and familiar with FOIA/PA case law, the Act andits detailed statutory guidelines.  Knowledge of or become familiar with NexusLexus, Relativity Discoverysoftware, Microsoft Family of office programs to include Outlook, Word, Excel, Access, PowerPoint and SharePoint. Knowledge of the organization, function and operation of the Department of the Navy. Become familiar withlean six sigma practices, management information system/office automation applications, principles and practiceswith FOIA tracking with 3 months of on-the-job training. Knowledge of leadership, team management and projectmanagement concepts. Senior Technical WriterDescription:  Designs, plans, writes and produces documentation including reports, manuals and other projectdeliverables to meet contract requirements.   Reviews and edits documents developed by others for accuracy andquality of content, organization, language, format consistency and conformance with established standards; Ensuresthat final documents meet contract requirements and regulations.Education:   Bachelor's degree or 2 years of experience in a related field or area can be substituted for a degree;Knowledge of the organization, function and operation of the DoD, or other DoD agencies and Department of theNavy acceptable. Technical (DNS-35):   (1-Veteran Awards) Knowledge of Microsoft Family of office programs to include Outlook,Word, Excel, Access and PowerPoint. Become familiar with the Department of the Navy (primary) awards systemsand experience managing NDAWS or similar awards database program. Technical (DNS-36): (4- FOIA/PA) To serve as Government Information Specialist. Proficient in legal researchand specific FOIA/PA case law, the Act and its detailed statutory guidelines.  Knowledge of Microsoft Family ofoffice programs to include Outlook, Word, Excel, Access and PowerPoint. Knowledge of the organization, functionand operation of the Department of the Navy. Knowledge of management information system/office automationapplications, principles and practices with FOIA tracking in accordance with Freedom of Information Act e.g.become proficient in FOIA Online software within 60 days of employment. Familiar with processing sensitive,complex, classified cases. Technical WriterDescription: Performs technical writing research and editing functions to prepare briefings, manuals and othercontract deliverables to meet contract requirements and responds to requests for information. Organizes materialand completes writing assignments with regard to order, clarity, conciseness, style and terminology.   Creates,disseminates, and maintains technical documents. Education:   Bachelor's degree or experience in a related field or area can be substituted for a degree; Knowledge ofthe organization, function and operation of the Department of the Navy. Technical (DNS-35):  (3 Veteran Awards, Navy Awards) Knowledge of Microsoft Family of office programs toinclude Outlook, Word, Excel, Access and PowerPoint. Knowledge of the Department of the Navy (primary) awardssystems and experience managing NDAWS or similar awards database program. Knowledge of Department of theArmy or Department of the Air Force awards systems could be acceptable (secondary). Technical (DNS-36): (1 FOIA/PA) Become familiar with NexusLexus, Relativity Discovery software, MicrosoftFamily of office programs to include Outlook, Word, Excel, Access and PowerPoint. Knowledge of theorganization, function and operation of the Department of the Navy. Knowledge of management informationsystem/office automation applications, principles and practices with FOIA tracking in accordance with Freedom ofInformation Act and the congressional Annual reporting process. e.g. SharePoint, FOIAOnline. Or become familiarwith the aforementioned within 90 days of employment. Documentation SpecialistDescription:  Gathers, analyzes and composes technical information, conducts research and ensures the use of proper

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 13 of 37

 FINAL 

Page 16: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

technical terminology; Translates technical information into clear, readable documents to be used by technical andnon-technical personnel. Education:  Associate's Degree in a related field or 1 years of relevant experience in related field or area can besubstituted for a degree; Knowledge of the organization, function and operation of the Department of the Navy Technical (DNS-35):  Knowledge of Microsoft Family of office programs to include Outlook, Word, Excel, Accessand PowerPoint. Become Knowledgeable of the Department of the Navy (primary) awards systems and experiencemanaging NDAWS or similar awards database program. Knowledge of Department of the Army or Department ofthe Air Force awards systems could be acceptable (secondary). Familiar with management information system/officeautomation applications, principles and practices. Or become familiar with the aforementioned within 90 days ofemployment. Technical (DNS-36): Knowledge of Microsoft Family of office programs to include Outlook, Word, Excel, Accessand PowerPoint. Familiar with the organization, function and operation of the Department of the Navy. Somefamiliarity with management information system/office automation applications, principles and practices with FOIAtracking in accordance with Freedom of Information Act e.g. SharePoint, HQWeb, FOIA Online. Or become familiarwith the aforementioned within 90 days of employment. The "Document Specialist" positions are entry levelwithin the FOIA Program. They will process unclassified FOIA public requests. These positions support theoverall program with the ability to recruit potential skill sets to grow into key positions through exposure today-to-day program operations. They will function in the unclassified office space, where classified conversationsand documents are prohibited. ConsultantDescription:  Independent project leaders to work closely with Project Managers (as applicable). Participates in theplanning, organizing and performance of work associated with projects.  Contributes to the performance of projectactivities and preparation of work related to the project and uses the most current methods, tools and techniques inperformance; Provides technical expertise in subject area; Assists in the analysis and identification of businessprocesses in requirements determination; Makes sure that products meet quality standards. Assists in planning workefforts and that schedules and budgets are in line with project objectives. Education:  Direct related experience in related field or Bachelor's degree and 1 years of experience in the field orrelated area; knowledge of the organization, function and operation of the Department of the Navy is acceptable butnot required. Technical (DNS-33): Knowledge of Microsoft Family of office programs to include Outlook, Word, Excel, Accessand PowerPoint; Technical (DNS-36): Proficient Knowledge of Privacy Act and the Federal Privacy Act requirements, a primaryfactor.  Knowledge of Microsoft Family of office programs to include Outlook, Word, Excel, Access and PowerPoint.Knowledge of the organization, function and operation of the Department of the Navy. Knowledge of managementinformation system/office automation applications, principles and practices in accordance with the Privacy Act.Special interest in Access, SharePoint, advanced excel and records management requirements, will be of specialconsideration.  Or other specific qualifications deemed acceptable for specific special project requirements. 7.2  Level Of Effort: LABOR*

Posi on (Clearance Level) Base Option 1 Option 2 Option 3 Option 4 TotalsDNS-3 Hours Hours Hours Hours Hours HoursProgram Manager (S) 288 288 288 288 288 1,440DNS-33 Shore & Fleet

Hours Hours Hours Hours Hours Hours

Consultant (S) 1,920 1,920 1,920 1,920 1,920 9,600DNS-35 NDAWS/VARMS

Hours Hours Hours Hours Hours Hours

Project Manager (S) 1,920 1,920 1,920 1,920 1,920 9,600DNS-35 Veteran Awards Hours Hours Hours Hours Hours Hours

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 14 of 37

 FINAL 

Page 17: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

SR Technical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600Technical Writer (S) 3,840 3,840 3,840 3,840 3,840 19,200Documentation Specialist (S) 1,920 1,920 1,920 1,920 1,920 9,600DNS-35 Navy Awards Hours Hours Hours Hours Hours HoursProject Manager (S) 1,920 1,920 1,920 1,920 1,920 9,600Technical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600Documentation Specialist (S) 1,920 1,920 1,920 1,920 1,920 9,600DNS-36 FOIA Hours Hours Hours Hours Hours HoursProject Manager (TS) 1,920 1,920 1,920 1,920 1,920 9,600SR. Technical Writer (TS) 3,840 3,840 3,840 3,840 3,840 19,200SR. Technical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600Technical Writer (TS) 1,920 1,920 1,920 1,920 1,920 9,600Documenta on Specialist (U) 3,840 3,840 3,840 3,840 3,840 19,200DNS-36 Privacy Act Hours Hours Hours Hours Hours HoursConsultant (S) 1,920 1,920 1,920 1,920 1,920 9,600SR. Technical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600

Totals 34,848 34,848 34,848 34,848 34,848 174,240 SURGE CAPABILITY*

Posi on (Clearance Level) Base Option 1 Option 2 Option 3 Option 4 TotalsShore & Fleet

Hours Hours Hours Hours Hours Hours

Consultant (S) 1,920 1,920 1,920 1,920 1,920 9,600Veteran Awards Hours Hours Hours Hours Hours HoursTechnical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600Documentation Specialist (S) 1,920 1,920 1,920 1,920 1,920 9,600Navy Awards Hours Hours Hours Hours Hours HoursTechnical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600FOIA Hours Hours Hours Hours Hours HoursSR. Technical Writer (S) 1,920 1,920 1,920 1,920 1,920 9,600Documenta on Specialist (U) 1,920 1,920 1,920 1,920 1,920 9,600

Totals 11,520 11,520 11,520 11,520 11,520 57,600 *The above tables are for estimating purposes only and the LCATs are not restricted to the offices orfunctions. 8.       Government Furnished Equipment/Property/Information:

 

·       Work spaces with standard Navy computer, software suite and connectivity.·       Building passes for the location in which work will be performed and Command Access Card (CAC)·       Access to applicable Navy information systems and other software, models, and databases as required for the

performance of the above listed tasks. (Provided all Information Assurance requirements are met). 

9.       Security Requirements: Contractor shall have a TS facility Security clearance at time of award. The DD254 will be provided at the basic

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 15 of 37

 FINAL 

Page 18: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

contract level. See Table in Section 7.2 for specific security requirements for each contractor position. Contractor personnel will be required to complete a System Authorization Access Request-Navy (SAAR-N)as needed to access Navy IT systems.

 10.      Travel: 

Occasional travel, to include local DC Metro area, will be required to obtain required training credits, facilitatetraining, and meet program inspection and audit requirements; Travel is not to exceed $10,000 per year, plusapplicable G&A.

 

11.    Other Direct Costs (ODCs): 

No ODCs are anticipated for this task order.

 

12.    Deliverables: 

Deliverables shall be prepared according to instructions as identified in the Contract Data Requirements List(CDRL) DD Form 1423 (attached).  A summary of the deliverables is as follows: 

Item Frequency Level of Inspection Recipient

Monthly S t a t u s  Report (A001)

7th Day of month 100% by DNS TPOC

Financial Report(A002)

3 business days after invoicesubmission in WAWF

100% by DNS TPOC

DNS-36Staff ing Plan(A003)

 15 days of Initial award & As needed. 100% by DNS TPOC

Trip Report (A004) As Required 100% by DNS TPOC

DNS-36 QuarterlyBacklog and 15 oldestcase status reports(A005)

 

15 days at the end of each quarter(Jan/Apr/July/Sep)

100%by DNS TPOC

Automated PAManagementcontrols/case trackerprogress report (A006)

10 days at end of each quarter (Jan/Apr/Jul/Sep)

100% by DNS TPOC

Automate Awards casefiles progress report(A007)

10 days at end of each quarter (Jan/Apr/Jul/Sep)

100% by DNS TPOC

DNS-36 PrivacyManagement trackerand workflow (A008)

Privacy Act Tracking, workflow andPaperless process -  progress reportsevery 60 days or adjusted as required.

100% by DNS TPOC

DNS-36 PaperlessProcess Initiative

  100% by DNS TPOC

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 16 of 37

 FINAL 

Page 19: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

(A009)

 

12.1 Deliverable Detail:

 

Deliverables are to be distributed as outlined above and submitted electronically (word, PDF, excel) via email.Monthly/Quarterly progress reports for the tasks performed under this PWS shall summarize the results ofwork performed, work in progress, deliverable status, staffing plan, problems encountered and recommendations.  The reports shall also identify the contractor’s plans and schedule for accomplishing contract requirements inthe next month. The financial reports shall detail the manpower expended and expenses incurred related to thattask order period. 13.    Performance Standards

 

PerformanceElement

Performance Requirement SurveillanceMethod

Frequency Acceptable Quality Level

ContractDeliverables

Contract deliverables furnished asprescribed in the PWS, attachments,CDRLs, Task Orders, etc., asapplicable.

Inspection bythe COR

As required >95% of deliverables submittedtimely and without reworkrequired.

OverallContractPerformance

Overall contract performance ofsufficient quality to earn Satisfactory(or higher) rating in the COR’ sannual report on ContractorPerformance

Assessmentby the COR

Annual All performance elements ratedSatisfactory (or higher)

Invoicing Monthly invoices per contractprocedures are timely and accurate.

Review &acceptance ofthe invoice

Monthly 100% accuracy

 

14.      Other Pertinent Information: Acronyms:

CAR – Combat Action RibbonCNO – Chief of Naval Operation

DON – Department of the Navy

DNS – Director of Navy StaffDNS-33 – Organization Management BranchDNS-35 – Navy Awards BranchDNS-36 – FOIA and PA Branch

Executive Order 13392 – ensures appropriate agency disclosure of information

FOIA – Freedom of Information ActIDA – Initial Denial Authority for agency or componentMICP – Managers Internal Control ProgramNDAWS – Navy Department Awards Web ServicesNORMS – Navy Organization Request Management SystemNHHC - Naval History and Heritage CommandOCR – Organization Change RequestODC – Other Direct CostsOPNAV – Operational Navy

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 17 of 37

 FINAL 

Page 20: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

PA – Privacy ActPIA – Privacy Information Act

REDAX – Software Tool for redacting FOIA documents; authorized for use by DoDSNDL – Standard Navy Distribution ListSORN – System of Record Notice

VARMS – Veteran Awards Records Management System

 

15.    Points of Contact

 

Contacting Officer's Representative (COR)

Neion Snowden(202) [email protected]

 

Contracting Specialist

Shane MacWilliams

(215) 697-4706

[email protected]

 Transition PlanThe Contractor shall provide a detailed transition plan (phase-in and phase-out).  The phase-in plan shall requirecoordination with the incumbent contractor and familiarization with physical site location.  The phase-in periodshall commence a maximum of thirty (30) days prior to start of the period of performance.  The phase-out planshall require coordination with the successor contractor and shall commence thirty (30) days prior to the expirationof the period of performance. Upon both award and the termination or expiration of the contract, the contractor shall ensure an orderly transitionof responsibilities, while minimizing impact to the operation. The contractor shall submit an Entrance TransitionPlan and an Exit Transition Plan, in accordance with the Entrance and Exit Transition Plan CDRLs, to include theminimum elements listed below as well as any additional elements deemed necessary..            Work Turnover - The contractor shall provide a plan of action to effectively transfer tasked work that isin process at the expiration of the contract to the successful offeror. .            Quality Assurance - The contractor shall provide a plan of action to ensure continuation of qualityreview processes during the transition period to the successful offeror..            Risk Mitigation Strategies - The contractor shall provide a plan of action to mitigate contractperformance risks (quality and schedule) encountered during the transition period..            Data/Information Transfer - The contractor shall provide a plan of action for the efficient inventory andtransfer of program data to the successful offeror. 

NMCARS 5237.102-90    Enterprise-wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report contractor labor hours (including subcontractor labor hours) required for performanceof services provided under this contract for the DNS-CIV EEO & Diversity Program Support services via a securedata collection site.  Contracted services excluded from reporting are based on Product Service Codes (PSCs). Theexcluded PSCs are: (1) W, Lease/Rental of Equipment;(2) X, Lease/Rental of Facilities;(3) Y, Construction of Structures and Facilities;(4) S, Utilities ONLY;(5) V, Freight and Shipping ONLY.

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 18 of 37

 FINAL 

Page 21: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

 The contractor is required to completely fill in all required data fields using the following web addresshttps://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performanceduring each Government fiscal year (FY), which runs October 1 through September 30. While inputs may bereported any time during the FY, all data shall be reported no later than October 31 of each calendar year.Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil.

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 19 of 37

 FINAL 

Page 22: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

SECTION D PACKAGING AND MARKING

N/A

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 20 of 37

 FINAL 

Page 23: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

SECTION E INSPECTION AND ACCEPTANCE

The Task Order Manager (TOM) identified in Section G is the only person empowered to inspect and accept work under this taskorder. Upon completion of all work and final submission of all data items, the contractor's Senior Technical Representative shallprepare and sign a Certificate of Final Acceptance memorandum, and submit it to the TOM for signature. The contractor shallinclude the fully signed memorandum with its final invoice.

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 21 of 37

 FINAL 

Page 24: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

SECTION F DELIVERABLES OR PERFORMANCE

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

   

7000 2/21/2019 - 2/20/2020

9000 2/21/2019 - 2/20/2020

CLIN - DELIVERIES OR PERFORMANCE

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

   

7000 2/21/2019 - 2/20/2020

9000 2/21/2019 - 2/20/2020

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

   

7001 2/21/2019 - 2/20/2020

7010 2/21/2020 - 2/20/2021

7011 2/21/2020 - 2/20/2021

7020 2/21/2021 - 2/20/2022

7021 2/21/2021 - 2/20/2022

7030 2/21/2022 - 2/20/2023

7031 2/21/2022 - 2/20/2023

7040 2/21/2023 - 2/20/2024

7041 2/21/2023 - 2/20/2024

9010 2/21/2020 - 2/20/2021

9020 2/21/2021 - 2/20/2022

9030 2/21/2022 - 2/20/2023

9040 2/21/2023 - 2/20/2024

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

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 22 of 37

 FINAL 

Page 25: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

SECTION G CONTRACT ADMINISTRATION DATA

APPOINTMENT OF CONTRACTING OFFICER’S REPRESENTATIVE (FISC DET PHILA) (OCT 1992) (a)  The Contracting Officer hereby designates the following individual as Contracting Officer’s Representative(s) (COR) for thiscontract:Contracting Officer RepresentativeNeion T Snowden, DNS-381013 O Street, SE, BLDG 166, Rm 311Washington Navy Yard, DC [email protected]

(b)  In the absence of the COR named above, all responsibilities and functions assigned to the COR shall be the responsibility ofthe alternate COR acting on behalf of the COR.  The Contracting Officer hereby appoints the following individual as the alternateCOR: N/A (c)  The COR will act as the Contracting Officer’s representative for technical matters, providing technical direction anddiscussion as necessary with respect to the specification or statement of work, and monitoring the progress and quality ofcontractor performance.  The COR is not an Administrative Contracting Officer and does not have authority to take any action,either directly or indirectly, that would change the pricing, quantity, quality, place of performance, delivery schedule, or any otherterms and conditions of the contract (or delivery/task order), or to direct the accomplishment of effort which goes beyond thescope of the statement of work in the contract (or delivery/task order). (d)  It is emphasized that only a Contracting officer has the authority to modify the terms of the contract, therefore, in no event willany understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract betweenthe contractor and any other person be effective or binding on the Government.  When/if, in the opinion of the contractor, an effortoutside the existing scope of the contract (or delivery/task order) is requested, the contractor shall promptly notify the PCO inwriting.  No action shall be taken by the contractor under such direction unless the PCO or ACO has issued a contractual change orotherwise resolved the issue. 

SECURITY ADMINISTRATION (FISC DET PHILA) (OCT 1992) The highest level of security that will be required under this contract is TS/SCI as designated on DD Form 254 attached hereto andmade a part hereof. The offeror shall indicate the name, address and telephone number of the cognizant security office;                 ______________________________                 ______________________________                 ______________________________                 ______________________________  The facilities to be utilized in the performance of this effort have been cleared to TS/SCI level. The offeror should also provide the above information on all proposed subcontractors who will be required to have a securityclearance. **To be filled out by the quoter and returned as part of Volume II of a quote.

 COMMUNICATIONS

(a)     Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 23 of 37

 FINAL 

Page 26: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

visit the Contractor's facilities or in any other manner communicates with Contractor personnel during theperformance of this contract shall constitute a change under the “Changes” clause of this contract.

(b)     The Contractor shall not comply with any order, direction or request of Government personnel unless it isissued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as apart of this contract.

(c)     The Contracting Officer is the only person authorized to approve changes in any of the requirements of thiscontract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely theContracting Officer’s. In the event the contractor effects any change at the direction of any person other than theContracting Officer, the change will be considered to have been made without authority and no adjustment will bemade in the contract price to cover any increase in charges incurred as a result thereof. The address and telephonenumber of the Principal Contracting Officer is:

Gerald Bowne

FLC Norfolk, Contracting Dept., Philadelphia Office

700 Robbins Ave., Bldg. 2B

Philadelphia, PA. 19111-5083

(215) 697-5308

   PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (52.204-9)  (JAN 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implementHomeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, andFederal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees inconnection with performance under this contract. The Contractor shall return such identification to the issuing agency at theearliest of any of the following, unless otherwise determined by the Government; (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee’s employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of clause, including this paragraph (d), in all subcontracts when the subcontractor’semployees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuingagency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by theContracting Officer. (End of Clause) 

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, ororganization. 

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 24 of 37

 FINAL 

Page 27: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to theentitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receivingreports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall— (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov;and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at thisweb site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use thePractice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web BasedTraining” link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or FileTransfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests andreceiving reports in WAWF for this contract/order: (1)     Document type. The Contractor shall use the following document type(s). COST (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, asspecified by the contracting officer. N47039 (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields inWAWF when creating payment requests and receiving reports in the system.              Routing Data Table*  

Field Name in WAWF Data to be entered in WAWFPay Official DoDAAC  Issue By DoDAAC  N00189Admin DoDAAC  Inspect By DoDAAC  N47039Ship To Code  N47039Ship From Code  Mark For Code  Service Approver (DoDAAC)  N47039Service Acceptor (DoDAAC)  N47039Accept at Other DoDAAC  LPO DoDAAC  N47039DCAA Auditor DoDAAC  Other DoDAAC(s)  

  (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contractline item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), andall relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the “Send Additional Email

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 25 of 37

 FINAL 

Page 28: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

Notifications” field of WAWF once a document is submitted in the system. [email protected] (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF pointof contact.               N/A (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)  Payment instructions are found at the following link:

https://www.acq.osd.mil/dpap/dars/pgi/pgi_htm/current/PGI204_71.htm#payment_instructions

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------700001 N4703919RC00010 289118.00  LLA : AA 1791804 11T1 251 01139 056521 2D N47039 DNC49RC00010  Standard Number: N4703919RC00010  900001 N4703919RC00010 10882.00  LLA : AA 1791804 11T1 251 01139 056521 2D N47039 DNC49RC00010  Standard Number: N4703919RC00010   BASE Funding 300000.00 Cumulative Funding 300000.00  MOD P00001  700001 N4703919RC00010 318202.00  LLA : AA 1791804 11T1 251 01139 056521 2D N47039 DNC49RC00010  Standard Number: N4703919RC00010   MOD P00001 Funding 318202.00 Cumulative Funding 618202.00  MOD P00002 Funding 0.00 Cumulative Funding 618202.00 

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 26 of 37

 FINAL 

Page 29: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

SECTION H SPECIAL CONTRACT REQUIREMENTS

5252.232-9400 LIMITATION OF LIABILITY – INCREMENTAL FUNDING (Jan 1992) This contract is incrementally funded and the amount currently available for payment hereunder is limited to  $ * inclusive of fee.  It is estimated that these funds will cover the cost of performance through 21 June 2019. Subject to the provisions of the clause entitled “Limitation of Funds” FAR 52.232-22 of the General Provisions ofthis contract, no legal liability on the part of the Government for payment in excess of  $618,202.00 shall ariseunless additional funds are made available and are incorporated as a modification to this contract. *CLIN 7000 - $607,320.00CLIN 9000 - $10,882.00 (End of Clause)

COST LIMITATION CEILINGS ON INDIRECT RATES

 If an offeror proposes cost limitation ceilings on indirect rates, the offeror is advised that the Government mayevaluate the offeror’s cost proposal accordingly.   The decision to propose cost limitation ceilings is the offeror’sdecision.  In the event the offeror proposes indirect rate limitations, these same ceiling rate limitations may beincorporated into any resultant contract without discussion.  Under any cost reimbursement contract, the indirectrates billed shall be limited to the ceiling rate(s) identified in the contract.  Any costs incurred above ceiling ratesare not allowable.  APPOINTMENT OF CONTRACTING OFFICER'S REPRESENTATIVE

 (a)  The Contracting Officer hereby designates the following individual as Contracting Officer’s Representative(s)(COR) for this contract:                 See Section G

                 (b)  In the absence of the COR named above, all responsibilities and functions assigned to the COR shall be theresponsibility of the alternate COR acting on behalf of the COR.  The Contracting Officer hereby appoints thefollowing individual as the alternate COR:                 ___TBD_______________________________________                NAME                                                                   CODE                 __________________________________________                MAIL ADDRESS                 __________________________________________                TELEPHONE NUMBER 

  NON-DISCLOSURE AND NON-USE OF INFORMATION AND/OR DATA

(a) Sensi ve and/or Proprietary Informa on and/or Data

In the course of performing this contract, contractor personnel may obtain certain sensi ve, non-public informa on and/ordata. Such informa on may be provided by the Navy for the purposes of performance. Other such informa on may be obtained(indirectly or informally) in the course of working in close proximity to Government personnel in the Government workplace.

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 27 of 37

 FINAL 

Page 30: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

Sensi ve, non-public informa on includes, without limita on, informa on rela ng to the Navy’s research, development,products, trade secrets, know-how, con ngency plans, budge ng, customers, finances, procurements (including, but not limitedto source selec on informa on), pre-delibera ve informa on, personnel, personally iden fiable informa on, and any otherrelated informa on without regard for whether such informa on and/or data would otherwise be deemed secret or rou ne.Sensi ve, non-public informa on can also include proprietary third party informa on including but not limited to the research,development, products, trade secrets, and know-how of other contractors. All such informa on and/or data shall be deemed tobe “sensi ve and/or proprietary,” whether or not designated or marked.

(b) PPBE Documents and Data

Planning, Programming, Budge ng, and Execu on (PPBE) documents and data as described in DoD Direc ve 7045.14, “ThePlanning, Programming, and Budge ng System,” May 22, 1984, Change 1, July 28, 1990 and Deputy Secretary of DefenseMemorandum, “Control of Planning, Programming, Budge ng, and Execu on (PPBE) Documents and Informa on,” 27 March2004) obtained, received, or learned by the Contractor and/or its personnel and/or subcontractors as a result of performance ofthis contract shall be deemed to be “sensi ve” and/or “proprietary” whether or not such data is so designated or marked. TheContractor and its personnel and subcontractors who obtain, receive, or learn of PPBE documents and data in the course ofperformance of this contract shall restrict its access to the minimum number of contractor personnel or subcontractorsnecessary for performance of this contract. No one who prepares offers, proposals, bids, and/or quota ons for Governmentand/or non-Government procurements shall be provided access to PPBE documents or data. The Contractor shall ensure thateach of its personnel and subcontractors who obtains, receives, or gains knowledge of such informa on and/or data as a resultof performance of this contract understands and complies with this “Non-Disclosure and Non-Use of Informa on and/or Data”provision.

(c) Non-Disclosure of Informa on and/or data

The Contractor and its personnel and subcontractors shall disclose sensi ve and/or proprietary informa on and/or dataobtained, received, or learned as a result of performance of this contract only to Contractor personnel directly performingunder this contract and to United States Department of Defense personnel to whom disclosure of such sensi ve and/orproprietary informa on and/or data is required in performance of this contract. The Contractor and its personnel andsubcontractors shall not disclose such informa on and/or data to anyone who prepares offers, proposals, bids, and/orquota ons for Government and/or non-Government procurements. The Contractor and its personnel and subcontractors shalltake all steps necessary to prevent disclosure of such sensi ve and/or proprietary informa on and/or data except as specificallypermi ed herein.

(d) Non-Use of Informa on and/or Data

The Contractor and its personnel and subcontractors shall use sensi ve and/or proprietary informa on and/or data obtained,received, or learned as a result of performance of this contract, whether in paper or electronic format or received orally, only indirect performance of this contract and for no other purpose. The Contractor and its personnel and subcontractors shall not useor consider such informa on and/or data in the prepara on of any offer, proposal, bid, and/or quota on for any Governmentand/or non-Government procurement. The Contractor and its personnel and subcontractors shall take all steps necessary toprevent use of such informa on and/or data except as specifically permi ed herein. Contractor employees shall not disclosesuch informa on and/or data to persons other than United States Department of Defense personnel and to other contractorpersonnel on a need-to-know basis for performance of the contract, except as otherwise approved by the Contrac ng Officer inwri ng, and unless required by court order or applicable law, or unless necessary to conduct a judicial or administra ve inquiry.

(e) Non-Disclosure/Non-Use Agreements

(1) Before any of the Contractor’s personnel or the personnel of any er subcontractor becomes involved in performance of thiscontract, the Contractor shall obtain a non-disclosure/non-use agreement signed by that person. The non-disclosure/non-useagreement shall state that:

(A) He/she shall disclose sensi ve and/or proprietary informa on and/or data obtained, received, or learned by him/her as aresult of performance of this contract only to contractor personnel directly performing under this contract and to United StatesDepartment of Defense personnel to whom disclosure of such data is required in performance of this contract.

(B) He/she shall not disclose sensi ve and/or proprietary informa on and/or data obtained, received, or learned as a result ofperformance of this contract to anyone who prepares offers, proposals, bids, and/or quota ons for Government and/ornon-Government procurements.

(C) He/she shall use sensi ve and/or proprietary informa on and/or data obtained, received, or learned as a result ofperformance of this contract only in direct performance of this contract and for no other purpose.

(D) He/she shall not use or consider sensi ve and/or proprietary informa on and/or data obtained, received, or learned as a

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 28 of 37

 FINAL 

Page 31: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

result of performance of this contract in the prepara on of any offer, proposal, bid, and/or quota on for any Governmentand/or non-Government procurement.

(2) Any access by contractor personnel or the personnel of any er subcontractor to the Navy’s Program Budget Informa onSystem (PBIS) requires specific authoriza on. Such access will only be provided when necessary for performance of thecontract’s requirements. A separate “PBIS Data Access Cer ficate of Nondisclosure” must be signed and provided to thedesignated PBIS administrator before such access will be authorized.

(3) In the event that the Contractor, its personnel, and or subcontractors will obtain, receive, or learn sensi ve and/orproprietary informa on and/or data of other en es as a result of performance of this contract, the Contractor shall execute anon-disclosure/non-use agreement with each such en ty prior to having access to the sensi ve and/or proprietary informa onand/or data provided by the en ty.

(f) Requirement to Disclose Sensi ve and/or Proprietary Informa on and/or data

If the Contractor, its personnel and/or is subcontractors receive a court order requiring disclosure of informa on and/or dataobtained, received, or learned as a result of performance of this contract or if the Contractor believes disclosure of suchinforma on and/or data is otherwise required by law or regula on, the Contractor shall contact the Contrac ng Officerimmediately and fully inform the Contrac ng Officer of the court order or other requirement prior to any disclosure ofinforma on and/or data.

(g) Excep on

This “Non-Disclosure and Non-Use of Informa on and/or Data” provision does not apply to informa on and/or data that (i)Contractor knew before the Navy disclosed it; (ii) has become publicly known through no wrongful act of Contractor; or (iii) theContractor developed independently, as evidenced by appropriate documenta on. The Contractor shall be responsible forensuring that all contractor personnel who obtain such data/informa on understand and abide by the terms of this provision.

(h) Government Remedy

Any viola on of the terms of this “Non-Disclosure and Non-Use of Informa on and/or Data” provision is a material andsubstan al breach of this contract, and the Government may, in addi on to any other remedy available, terminate this contract,or any part thereof, for cause or default. Noncompliance with the “Non-Disclosure and Non-Use of Informa on and/or Data”provision may also adversely affect the Contractor's past performance ra ng for considera on under future acquisi ons.

(i) Non-disclosure/Non-Use Agreements

The Contractor shall maintain all non-disclosure and non-use of data agreements required by this clause and shall make suchagreements available for immediate inspec on by the Contrac ng Officer’s designated representa ve.

(j) Disposal of Documents

Upon comple on of the tasks assigned or termina on of the contract, or upon demand, whichever is earliest, the contractorshall return any and all documents containing sensi ve and/or proprietary informa on and/or data (including any copies orreproduc ons thereof) in its possession or control.

 

SUP 5252.203-9401 NOTIFICATION OF USE OF FORMER/RETIRED MILITARY AND/OR SENIOR EXECUTIVESERVICE PERSONNEL (Dec 2009)

If the contractor intends to use the services of a former or retired Flag or General Officer, or former or retired member of the SeniorExecutive Service in the performance of this contract and/or any task order issued under this contract, the contractor shall notifythe contracting officer of the name of such individual including a description of the services such individual will be performing,the military branch from which individual retired or separated, and their rank or SES position at time of separation. Suchnotification shall be provided in writing prior to performance of services under the contract and/or task order by such individual. 

 

SUP 5252.203-9402 USE OF INFORMATION/TECHNICAL DATA (DEC 2009)

In the performance of this contract, the Contactor will be required to utilize and/or have access to significant amounts ofinformation related to military and homeland security operations and programs. Any information obtained by the Contractor orpersonnel working for the Contractor from any DoD/Government/private source in the performance of this contract shall be usedonly for the purposes of the performance of this contract. The Contractor and personnel working for the Contractor shall not use,

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 29 of 37

 FINAL 

Page 32: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

release, sell, or reveal any information obtained in the performance of this contract to any person or entity not authorized herein.The Contractor shall ensure that its personnel comply with these requirements.

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 30 of 37

 FINAL 

Page 33: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

SECTION I CONTRACT CLAUSES

09RA 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2008)

 (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to completion ofthe base period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60days before the contract expires. The preliminary notice does not commit the Government to an extension.

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

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

 

52.217-5 -- Evaluation of Options (JUL 1990)Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government willevaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluationof options will not obligate the Government to exercise the option(s). (End of Provision)  

FAR 52.222-35 Equal Opportunity for Veterans (Oct 2015)

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

“Active duty wartime or campaign badge veteran,” “Armed Forces service medal veteran,” “disabled veteran,” “protectedveteran,” “qualified disabled veteran,’ and “recently separated veteran” have the meanings given at FAR 22.1301.

(b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR60-300.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requiresaffirmative action by the Contractor to employ and advance in employment qualified protected veterans.

(c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules,regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal ContractCompliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may bemade as shall be appropriate of identify properly the parties and their undertakings.

(End of Clause)

 

FAR 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014)

(a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR60.741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, andrequires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities.

(b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractoror vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S.Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be madeas shall be appropriate to identify properly the parties and their undertakings.

(End of Clause)

  52.222-46 -- Evaluation of Compensation for Professional Employees (Feb 1993) (a) Recompetition of service contracts may in some cases result in lowering the compensation (salaries and fringe benefits) paid orfurnished professional employees. This lowering can be detrimental in obtaining the quality of professional services needed foradequate contract performance. It is therefore in the Government’s best interest that professional employees, as defined in 29 CFR

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 31 of 37

 FINAL 

Page 34: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

541, be properly and fairly compensated. As part of their proposals, offerors will submit a total compensation plan setting forthsalaries and fringe benefits proposed for the professional employees who will work under the contract. The Government willevaluate the plan to assure that it reflects a sound management approach and understanding of the contract requirements. Thisevaluation will include an assessment of the offeror’s ability to provide uninterrupted high-quality work. The professionalcompensation proposed will be considered in terms of its impact upon recruiting and retention, its realism, and its consistency witha total plan for compensation. Supporting information will include data, such as recognized national and regional compensationsurveys and studies of professional, public and private organizations, used in establishing the total compensation structure. (b) The compensation levels proposed should reflect a clear understanding of work to be performed and should indicate thecapability of the proposed compensation structure to obtain and keep suitably qualified personnel to meet mission objectives. Thesalary rates or ranges must take into account differences in skills, the complexity of various disciplines, and professional jobdifficulty. Additionally, proposals envisioning compensation levels lower than those of predecessor contractors for the same workwill be evaluated on the basis of maintaining program continuity, uninterrupted high-quality work, and availability of requiredcompetent professional service employees. Offerors are cautioned that lowered compensation for essentially the same professionalwork may indicate lack of sound management judgment and lack of understanding of the requirement. (c) The Government is concerned with the quality and stability of the work force to be employed on this contract. Professionalcompensation that is unrealistically low or not in reasonable relationship to the various job categories, since it may impair theContractor’s ability to attract and retain competent professional service employees, may be viewed as evidence of failure tocomprehend the complexity of the contract requirements. (d) Failure to comply with these provisions may constitute sufficient cause to justify rejection of a proposal.   CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2) (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.  Uponrequest, the Contracting Officer will make their full text available.  Also, the full text of a clause may be accessed electronically atthis/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfarspgi/current/   252.242-7006  Accounting system administration. (Feb 2012)  (a) Definitions. As used in this clause— (1) Acceptable accounting system means a system that complies with the system criteria in paragraph (c) of this clause to providereasonable assurance that (i) Applicable laws and regulations are complied with; (ii) The accounting system and cost data are reliable; (iii) Risk of misallocations and mischarges are minimized; and (iv) Contract allocations and charges are consistent with billing procedures. (2) Accounting system means the Contractor's system or systems for accounting methods, procedures, and controls established togather, record, classify, analyze, summarize, interpret, and present accurate and timely financial data for reporting in compliancewith applicable laws, regulations, and management decisions, and may include subsystems for specific areas such as indirect andother direct costs, compensation, billing, labor, and general information technology. (3) Significant deficiency means a shortcoming in the system that materially affects the ability of officials of the Department ofDefense to rely upon information produced by the system that is needed for management purposes. (b) General. The Contractor shall establish and maintain an acceptable accounting system. Failure to maintain an acceptableaccounting system, as defined in this clause, shall result in the withholding of payments if the contract includes the clause at252.242-7005, Contractor Business Systems, and also may result in disapproval of the system.

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 32 of 37

 FINAL 

Page 35: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

 (c) System criteria. The Contractor's accounting system shall provide for— (1) A sound internal control environment, accounting framework, and organizational structure; (2) Proper segregation of direct costs from indirect costs; (3) Identification and accumulation of direct costs by contract; (4) A logical and consistent method for the accumulation and allocation of indirect costs to intermediate and final cost objectives; (5) Accumulation of costs under general ledger control; (6) Reconciliation of subsidiary cost ledgers and cost objectives to general ledger; (7) Approval and documentation of adjusting entries; (8) Management reviews or internal audits of the system to ensure compliance with the Contractor's established policies,procedures, and accounting practices; (9) A timekeeping system that identifies employees' labor by intermediate or final cost objectives; (10) A labor distribution system that charges direct and indirect labor to the appropriate cost objectives; (11) Interim (at least monthly) determination of costs charged to a contract through routine posting of books of account; (12) Exclusion from costs charged to Government contracts of amounts which are not allowable in terms of Federal AcquisitionRegulation (FAR) part 31, Contract Cost Principles and Procedures, and other contract provisions; (13) Identification of costs by contract line item and by units (as if each unit or line item were a separate contract), if required bythe contract; (14) Segregation of preproduction costs from production costs, as applicable; (15) Cost accounting information, as required— (i) By contract clauses concerning limitation of cost (FAR 52.232-20), limitation of funds (FAR 52.232-22), or allowable cost andpayment (FAR 52.216-7); and (ii) To readily calculate indirect cost rates from the books of accounts; (16) Billings that can be reconciled to the cost accounts for both current and cumulative amounts claimed and comply withcontract terms; (17) Adequate, reliable data for use in pricing follow-on acquisitions; and (18) Accounting practices in accordance with standards promulgated by the Cost Accounting Standards Board, if applicable,otherwise, Generally Accepted Accounting Principles. (d) Significant deficiencies. (1) The Contracting Officer will provide an initial determination to the Contractor, in writing, on anysignificant deficiencies. The initial determination will describe the deficiency in sufficient detail to allow the Contractor tounderstand the deficiency. (2) The Contractor shall respond within 30 days to a written initial determination from the Contracting Officer that identifiessignificant deficiencies in the Contractor's accounting system. If the Contractor disagrees with the initial determination, theContractor shall state, in writing, its rationale for disagreeing. (3) The Contracting Officer will evaluate the Contractor's response and notify the Contractor, in writing, of the ContractingOfficer's final determination concerning— (i) Remaining significant deficiencies; (ii) The adequacy of any proposed or completed corrective action; and

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 33 of 37

 FINAL 

Page 36: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

 (iii) System disapproval, if the Contracting Officer determines that one or more significant deficiencies remain. (e) If the Contractor receives the Contracting Officer's final determination of significant deficiencies, the Contractor shall, within45 days of receipt of the final determination, either correct the significant deficiencies or submit an acceptable corrective actionplan showing milestones and actions to eliminate the significant deficiencies. (f) Withholding payments. If the Contracting Officer makes a final determination to disapprove the Contractor's accountingsystem, and the contract includes the clause at 252.242-7005, Contractor Business Systems, the Contracting Officer will withholdpayments in accordance with that clause. (End of Clause)  FAR 52.209-11  Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under anyFederal Law (Feb 2016)

 (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015(Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into acontract with any corporation that--

 (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have beenexhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible forcollecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has consideredsuspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect theinterests of the Government; or

 (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awardingagency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made adetermination that this action is not necessary to protect the interests of the Government.

 (b) The Offeror represents that--

 (1) It is [] is not [] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial andadministrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to anagreement with the authority responsible for collecting the tax liability; and

 (2) It is [] is not [] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24months.

 

PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNALCONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION 2016-O0003)(OCT 2015)

        (a)  In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII,of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of  the funds appropriated (orotherwise made available) by this or any other Act may be used for a contract with an entity that requires employees orsubcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statementsprohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to adesignated investigative or law enforcement representative of a Federal department or agency authorized to receive suchinformation.         (b)  The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312,Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.        (c)  Representation.  By submission of its offer, the Offeror represents that it does not require employees or subcontractors ofsuch entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statementsprohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to adesignated investigative or law enforcement representative of a Federal department or agency authorized to receive suchinformation.   PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNALCONFIDENTIALITY AGREEMENTS (DEVIATION 2016-O0003)(OCT 2015)

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 34 of 37

 FINAL 

Page 37: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

        (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or complywith internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors fromlawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federaldepartment or agency authorized to receive such information.        (b)  The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreementscovered by this clause are no longer in effect.         (c)  The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.         (d)(1)  Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2016 (Pub. L. 114-53)or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 743 ofdivision E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) may be prohibited, ifthe Government determines that the Contractor is not in compliance with the provisions of this clause.                                 (2)  The Government may seek any available remedies in the event the Contractor fails to perform in accordancewith the terms and conditions of the contract as a result of Government action under this clause.  REIMBURSEMENT OF TRAVEL COST (a)  Travel                 (1)  Area of Travel.  Performance under this contract may require travel by contractor personnel.  If travel, domestic oroverseas, is required, the contractor is responsible for making all needed arrangements for his personnel.  This includes but is notlimited to the following:                 Medical Examinations                Immunization                Passports, visas, etc.                Security Clearances                 All contractor personnel required to perform work on any U.S. Navy vessel will have to obtain boarding authorizationfrom the Commanding Officer of the vessel prior to boarding.                 (2)  Travel Policy.  The Government will reimburse the contractor for allowable travel costs incurred by the contractor inperformance of the contract and determined to be in accordance with FAR subpart 31.2, subject to the following provisions:                 Travel required for tasks assigned under this contract shall be governed in accordance with rules set forth for temporaryduty travel in FAR 31.205-46.                 (3)  Travel.  Travel, subsistence, and associated labor charges for travel time are authorized, whenever a task assignmentrequires work to be accomplished at a temporary alternate worksite.                 Travel performed for personal convenience and daily travel to and from work at the identified place of performance willnot be reimbursed.                 (4)  Per Diem.  Per diem for travel on work assigned under this contract will be reimbursed to employees consistent withcompany policy, but not to exceed the amount authorized in the Department of Defense Joint Travel Regulations.                 (5)  Shipboard Stays.  Whenever work assignments require temporary duty aboard a Government ship, the contractor willbe reimbursed at the per diem rates identified in paragraphs C8101.2C or C81181.3B(6) of the DOD Joint Travel Regulations,Volume 2.                 (6)  Air/Rail Travel.  In rendering the services, the contractor shall be reimbursed for the actual costs of transportationincurred by its personnel not to exceed the cost of tourist class rail, or plane fare, to the extent that such transportation is necessaryfor the performance of the services hereunder and is authorized by the Ordering Officer.  Such authorization by the OrderingOfficer shall be indicated in the order or in some other suitable written form.                 NOTE:  To the maximum extent practicable without the impairment of the effectiveness of the mission, transportationshall be tourist class.  In the event that only first class travel is available, it will be allowed, provided justification therefore is fullydocumented and warranted.                 (7)  Private Automobile.  The use of privately owned conveyance within the continental United States by the traveler will

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 35 of 37

 FINAL 

Page 38: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

be reimbursed to the contractor at the mileage rate allowed by Joint Travel Regulations.  Authorization for the use of privatelyowned conveyance shall be indicated on the order.  Distances traveled between points shall be shown in standard highway mileageguides.  Any deviations from distance shown in such standard mileage guides shall be explained by the traveler on his expensesheet.                 (8)  Car Rental.  The contractor shall be entitled to reimbursement for car rental, exclusive of mileage charges, asauthorized by each order, when the services are required to be performed outside the normal commuting distance from thecontractor’s facilities.   Car rental for TDY teams will be limited to a rate of one car for every four (4) persons on TDY at one site.  Clauses incorporated by reference: FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 16)FAR 52.219-6 Notice of Total Small Business Set-AsideFAR 52.219-14 Limitations on SubcontractingFAR 52.222-26 Equal Opportunity (SEPT 16)FAR 52.222-37 Employment Reports on Veterans (FEB 16)FAR 52.227-14 Rights in Data - General (MAY 14)FAR 52.245-1 Government Property (APR 2012)FAR 52.245-9 Use and Charges (APR 2012)FAR 52.239-1 Privacy or Security Safeguards (Aug 1996) FAR 52.224-2 Privacy Act (APR 1984)FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)DFARS 252.204-7000 Disclosure of Information (OCT 16)DFARS 252.245-7001 Tagging, Labeling, and Marking of Government Furnished Property (APR 2012).DFARS 252.245-7002 Reporting Loss of Government Property (APR 2012).DFARS 252.245-7003 Contractor Property Management System Administration (APR 2012)DFARS 252.245-7004 Reporting, Reutilization and Disposal (MAR 2015)DFARS 252.211-7007 Reporting of Government Furnished Property (Aug 2012)DFARS 252.209-7002 Disclosure Of Ownership Or Control By A Foreign Government (Jun 2010)DFARS 252.222-7007 Representation Regarding Combatting Trafficking In Persons (JAN 2015)DFARS 252.219-7003Small Business Subcontracting Plan (DOD Contracts) (MAR 16)DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012)DFARS 252.243-7002 Requests for Equitable Adjustment (DEC 2012)DFARS 252.239-7009  Representation Of Use Of Cloud Computing  (SEP 2015)DFARS 252.239-7010            Cloud Computing Services (AUG 2015)DFARS 252.204-7008            ompliance With Safeguarding Covered Defense Information Controls (Dec 2015)DFARS 252.204-7012   Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015)

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 36 of 37

 FINAL 

Page 39: 6. ISSUED BY CODE N00189 (If other than Item 6) S4201A …target-sys.com/wp-content/uploads/2019/05/N0018919F3011P... · 2019-05-06 · 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE

SECTION J LIST OF ATTACHMENTS

CDRL DD1423 Page 1 of 3

CDRL DD1423 Page 2 of 3

CDRL DD1423 Page 3 of 3

DD254

CAP

QASP

 CONTRACT NO. N00178-14-D-7957

 DELIVERY ORDER NO. N0018919F3011

 AMENDMENT/MODIFICATION NO. P00002

 PAGE 37 of 37

 FINAL