6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

36
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11 20-Dec-2018 N5702519RC011CG N/A 6. ISSUED BY CODE N00244 7. ADMINISTERED BY (If other than Item 6) CODE S0514A NAVSUP FLC San Diego, Code 200 3985 Cummings Road San Diego CA 92136-4200 [email protected] 619-556-5905 DCMA SAN DIEGO 9174 Sky Park Court, Suite 100 SAN DIEGO CA 92123-4353 SCD: B 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. G2 Software Systems 4025 Hancock Street, Ste 105 San Diego CA 92110 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-14-D-7721-NW02 10B. DATED (SEE ITEM 13) CAGE CODE 0TTS8 FACILITY CODE 20-Dec-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) FAR 52.217-9 Option to Extend the Term of the Contract E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Maria S Papet, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Maria S Papet 12-Dec-2018 (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 N00244 (If other than Item 6) S0514A ...

Page 1: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

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

11 20-Dec-2018 N5702519RC011CG N/A6.  ISSUED BY CODE N00244 7.  ADMINISTERED BY (If other than Item 6) CODE S0514A

NAVSUP FLC San Diego, Code 200

3985 Cummings Road

San Diego CA 92136-4200

[email protected] 619-556-5905

 

DCMA SAN DIEGO

9174 Sky Park Court, Suite 100

SAN DIEGO CA 92123-4353

 

SCD: B

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

G2 Software Systems    4025 Hancock Street, Ste 105    San Diego CA 92110   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-14-D-7721-NW02

    10B.  DATED (SEE ITEM 13)

CAGECODE

0TTS8 FACILITY CODE   20-Dec-2014

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)

SEE SECTION G 

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

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

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

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

[  ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:  

[X] D. OTHER (Specify type of modification and authority)FAR 52.217-9 Option to Extend the Term of the Contract

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

SEE PAGE 2 

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

      Maria S Papet, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Maria S Papet 12-Dec-2018 

(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 N00244 (If other than Item 6) S0514A ...

GENERAL INFORMATION

The purpose of this modification is to exercise and fully fund option period 4 (CLIN 7400). Accordingly, saidTask Order is modified as follows: A conformed copy of this Task Order is attached to this modification forinformational 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 $2,320,970.00 by$572,289.00 to $2,893,259.00.

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

7400 O&MN,N 0.00 572,289.00 572,289.00

The total value of the order is hereby increased from $2,320,970.00 by $572,289.00 to$2,893,259.00.

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

7400 0.00 572,289.00 572,289.00

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 2 of 2

 FINAL 

Page 3: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

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 N01F Financial Analysis and DatabaseManagement (O&MN,N)

1.0 LO $577,949.00 $46,153.00 $624,102.00

7001 R425 Surge for CLIN 7000 (O&MN,N) 1.0 LO $57,795.00 $4,615.00 $62,410.00

Option

7100 R425 N01F Financial Analysis and DatabaseManagement (O&MN,N)

1.0 LO $542,148.00 $43,302.00 $585,450.00

710001 R425 N01F Financial Analysis and DatabaseManagement(Incremental Funding)(O&MN,N)

7101 R425 Surge for CLIN 7100 (O&MN,N) 1.0 LO $54,215.00 $4,330.00 $58,545.00

Option

7200 R425 N01F Financial Analysis and DatabaseManagement (O&MN,N)

1.0 LO $509,649.00 $40,701.00 $550,350.00

7201 R425 Surge for CLIN 7200 (O&MN,N) 1.0 LO $50,965.00 $4,070.00 $55,035.00

Option

7300 R425 N01F Financial Analysis and DatabaseManagement (O&MN,N)

1.0 LO $519,575.00 $41,493.00 $561,068.00

7301 R425 Surge for CLIN 7300 (O&MN,N) 1.0 LO $51,958.00 $4,149.00 $56,107.00

Option

7400 R425 N01F Financial Analysis and DatabaseManagement (O&MN,N)

1.0 LO $529,966.00 $42,323.00 $572,289.00

7401 R425 Surge for CLIN 7400 (O&MN,N) 1.0 LO $52,997.00 $4,232.00 $57,229.00

Option

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 1 of 34

 FINAL 

Page 4: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

SECTION C DESCRIPTIONS AND SPECIFICATIONS

COMMANDER NAVAL AIR FORCE U. S. PACIFIC FLEETCOMPTROLLER DEPARTMENT SUPPORT SERVICES

PERFORMANCE WORK STATEMENT

1.0 INTRODUCTION:

Commander Naval Air Force U. S. Pacific Fleet (COMNAVAIRPAC/CNAP) is an Echelon 3 commandproviding global support of aircraft carriers, aviation squadrons (Navy and Marine Corps), and aviationsupport activities. COMNAVAIRPAC provides oversight, management, and leadership for approximately80,000 military, civilian and contractor personnel, worldwide. In support of these efforts,COMNAVAIRPAC has requirements various  services in the Comptroller department.

2.0 REFERENCES: 

The references that apply to this Performance Work Statement (PWS) are provided in section J of thiscontract.  The Contractor shall perform in accordance with  these references to the extent necessary toaccomplish requirements in this PWS.  Supplements or amendments to these references may be issuedduring the life of the contract.  The references shall be provided at time of award.

3.0 SCOPE:

The objective of this order is to obtain the requisite level of expertise for performance of the tasksdefined in this performance work statement, and provide support services for the operational objectivesof Commander Naval Air Force U.S. Pacific Fleet (CNAP) Flying Hour Program (FHP) and AccountingOffice.

This contract is a "nonpersonal services contract" as defined in FAR 37.101.  It is, therefore, understoodand agreed that the contractor and/or the contractor's employees and subcontractors:  (1) shall performthe services specified herein as independent contractors, not as employees of the Government; (2) shallbe responsible for their own management and administration of the work required and bear soleresponsibility for complying with any and all technical, schedule, or financial requirements or constraintsattendant to the performance of this contract; (3) shall be free from supervision or control by anyGovernment employee with respect to the manner or method of performance of the services specified;but (4) shall, pursuant to the Government's right and obligation to inspect, accept, or reject the work,comply with such general direction of the Contracting Officer, or the duly authorized representative of theContracting Officer, as is necessary to ensure accomplishment of the contract objectives.

Inherently Governmental Functions are prohibited on this contract. It is, therefore, understood andagreed that the contractor and /or the contractor’s employees and subcontractors shall comply with therequirements of FAR 7.5 to ensure Inherently Governmental Functions are not performed under thiscontract. 

Given the nature of this PWS, in accordance with FAR 9.5, the Contracting Officer has determined it isappropriate to include an Organizational Conflict of Interest clause in this solicitation in order to prevent(1) the existence of conflicting roles that might bias a contractor’s judgment and (2) unfair competitiveadvantage.   

4.0 TASK DESCRIPTIONS:

 

 4.1 FOREIGN MILITARY SALES (FMS) FINANCIAL ANALYSIS

In order to accomplish the tasks set forth below, the Contractor shall be familiar with the role of Foreign Military

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 2 of 34

 FINAL 

Page 5: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

Sales in the overall national Security Awareness Programs in general, and be knowledgeable with the role ofCNAP in the transfer of goods/services/aviation training to foreign governments as it applies to the InternationalMilitary Education Program in particular.  

4.1.1 Contractor is responsible for CNAP FMS financial activity (staff and nine training activities) to include costestimation, final costing, tracking reimbursable funding documents, financial reports, monitor reimbursabletraining activity, data collection, recording of authorization in STARS, and associated record keeping.

4.1.2 Contractor shall have a working knowledge and maintain an up-to-date library of the following instructionsand directives:

DoD 7000.14R/Financial Management Regulation (FMR) Vol 15/Security Assistance Policy/ProceduresJoint Cooperation Education Training (JCET)/SECNAVINST 4950.4BSecurity Cooperation Management Manual/GreenbookDODINST 5105.38M, Security Assistance Management Manual (SAAM)International Military Student Officer Guide (Naval Education and Training Security AssistanceField Activity – NETSAFA)

4.1.3 Provide administrative support and guidance to all CNAP training unit International Military StudentOfficers (IMSO) participating in FMS activities in tracking foreign military sales and related budgetaryinformation, as well as CNAP Staff/CNAP Comptroller Staff with necessary FMS documentation.  Administrativesupport tasking includes, but is not limited to, data collection and development of charts, graphs, and otherhigh-level graphics at both routine and high-level meetings.  Other tasks include, but are not limited to:

Act as initial POC concerning CNAP FMS related communication with higher echelon activity(NETSAFA, NAVAIR, NAVIPO, CNIC, BUPERS, CPT, CNAL and CFFC) senior level programmers andbudget analysts.

FMS student pre-training and after training processing and documentation.Tracking and monitoring arrival/commencement/completion/departure reports in SANWEB.

Report financial results on a monthly basis; Record/Summarize/Verify/Report accounting transactions on a daily basis;Adhere to CNAP comptroller established controls to ensure all costs are captured and reimbursed.

4.1.4 Be familiar with the FMS process, to include providing recommended responses to, and maintenance of,FMS Letters of Request (LOR) and FMS Letters of Offer and Acceptance (LOA) as well as assisting in thedevelopment/updating of the Master Index List (MASL) of training courses involving CNAP training activities. Provide initial cost estimates for requested training, track, and monitor reports of completed training to ensureservices/training are provided, ensure all costs of training are captured and reimbursed to the United StatesGovernment (USG), conduct final pricing, and submit final documentation to CNAP Comptroller with a well-supported recommendation as to the propriety of closing the FMS case.

4.1.5   Maintain current FY and prior FY accounting information through daily STARS data input (fundingdocuments, Lines of Accounting (LOA), queries, authorizations, obligations, and reports). Provide a monthlyconsolidated spreadsheets (status report, financial, and reconciliation) showing all current FY FMS activity – casefiles, authorizations, reimbursements, training courses/billings to FHP and Accounting Officers.  The objective isto provide timely, accurate information so as to allow Comptroller personnel to accomplish reconciliation ofrelated FHP budget accounts.

4.1.6 Prepare the following documents, for CNAP Comptroller review and release, to support financial obligationsof all activities involved in the FMS billing process.  The contractor will obtain and include timely and accurateinformation.  These will be the property of the CNAP Comptroller, and must be kept for 10 years for auditpurposes.

NC 2275 – NAVCOMPT Form/Funding Document

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 3 of 34

 FINAL 

Page 6: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

SF 1080 – Vouchers for Transfers between Appropriations and/or Funds (required to ensure appropriateFMS reimbursements are forwarded to the correct activity (i.e., BUPERS, NAVAIR, CNIC, and NAVIPO).NC2193 – Status of Funds (Quarterly, Annual, or As Needed - reports sent to each funding grantor foreach reimbursable funding document received by CNAP Comptroller).7303 – Operating Target Amount Authorization (Locally produced as required to transfer FMS funds tosubordinate commands to conduct FMS operations).DD Form 448/448-2 – Military Interdepartmental Purchase Request (Acceptance and Recoupment of fundsfrom the USAF, USA, and Homeland Security).

 

4.2 DATABASE AND SYSTEM ADMINSTRATOR/FLYING HOUR PROGRAM (FHP) ANALYSIS ANDREPORTING

4.2.1 Provide remote server Oracle database maintenance and system administration and maintenance,data access and management, data analysis and business systems improvement support services forthe COMNAVAIRPAC FHP Staff and all associated software modules, services and systems.  Associatedsoftware modules include the Aviation Cost Evaluation System (ACES), the Execution Manager (XMAN),the Comptroller Summary (CSUM), and the Aviation Store Keeper Information Tracking (ASKIT)database and web applications.   All four web applications are referred to as inclusive in the ACESprogram.  Services  include the review and analysis of funding documents generated in support of theFHP, FHP Resources Manager and FHP Budget Analyst. Server is physically located Navy EnterpriseData Center, SPAWAR Point Loma, San Diego, CA.

4.2.2 Maintain all software and hardware licenses and customer support agreements for ACES programsoftware and hardware in accordance with COMNAVAIRPAC policy.  The contractor shall inventory andprovide the Functional Technical Representative (FTR) a list of all current software and hardwarelicenses, serial numbers and expiration dates of support agreements as appropriate.

4.2.2.1 Within 30 days of contract award, the inventory list shall be submitted to the FTR at a mutuallyagreed upon date and updated whenever a change occurs, but no less than quarterly.

4.2.3 Provide awareness and oversight of system administration on Windows 2003/2008 (and futureoperating systems (OS) as required) server operations.   Conduct maintenance functions for allapplications on the server.   Perform system configuration, maintenance, and troubleshooting tasks.  Contractor shall perform day-to-day tasks needed to maintain systems at optimum performanceincluding:  

·        Monitor system disk space usage,·        Monitor system access,·        Create and maintain file systems,

Coordination with the SPAWAR Naval Enterprise Data Center (NEDC) is required for the contractor toperform the the following tasks:

·        Create backups and restore files as needed, ·        Install and configure system hardware software,·        Manage basic system security, ·        Schedule processes and automate system tasks, ·        Perform the installation and configuration of peripheral devices.

The system shall be operational at least 95% of normal working hours, set as the performance standardfor the contractor.  The Contractor shall schedule system Maintenance and down time during off-hoursand weekends. 

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 4 of 34

 FINAL 

Page 7: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

4.2.4        Manage ACES/ASKIT/XMAN user accounts.  Contractor tasks include  adding, deleting, andmodifying user accounts and access privileges.  Access privileges will be administrated in accordancewith most recent DoD/DoN Information Assurance directives and Access Controls (AC) and AccessSecurity (AS) automated and procedural controls.  All user account changes shall be completed by thecontractor within two hours of an authorized request.

4.2.5        Provide complete Oracle 11g database administration by creating and managing the Oracle8i/9i/10g database from startup through shutdown including:

·               Granting privileges (Note: this is a standard oracle function; once CNAP N01F has identifiedauthorized  users and access level, contractor must be able to perform oracle functions accordingly),·        Performing schema backup, recovery and monitoring performance, ·        Manage data integrity constraints, indexes and clusters,·        Monitor lock contention, ·        Configure the system for heterogeneous network environments, ·        Configure, tune, and troubleshoot Oracle SQL Net in the Web environment, ·        Manage the logical and physical storage structures, ·        Manage the database users by granting data access privileges,·        Perform necessary database auditing as needed.

The Oracle database shall be operational at least 95% of normal working hours, set as the performancestandard for the contractor.  Report all unscheduled outages and provide the necessary resources tobring the system back on line in the shortest time possible.

4.2.6 Perform Oracle production database installation and upgrades as required. This is a conditionsbased function, vice scheduled function, and is dependent upon industry standard securityrequirements.   Coordinate with CNAP N6 IT Support and submit requisite documentation to ensure theCNAP Oracle database licensing and support agreements remain current and in force.  Apply all relevantsecurity patches in a timely manner and evaluate further database upgrades as deemed necessary byboth client and industry standards.  Notify the FTR in writing with sufficient time to allow Oracle licensingand support agreements to be renewed.   Coordination with the NEDC Database Administrators isnecessary in order to apply quarterly patches on two Oracle instances.  Coordination with the ACESOff-Site Development team will be required to test all patches in a development environment prior toapplying the quarterly patches on the live production server.

4.2.7 Maintain the Oracle database as follows:

·         Optimize the performance of the Oracle 11g database using approved Oracle tuning techniques forimproving data access and storage, ·        Diagnose problems and resolve emergent performance issues, ·        Check, reconfigure, and monitor rollback segments, ·        Create, delete, and manage tablespaces and add space as needed, ·        Manage redo log file groups and members, ·        Perform all daily database backups using Oracle native export utility,·        Troubleshoot data and database problems with all Commander Naval Air Forces Comptroller System(CNAFCS) web applications and report problems encountered to the ACES Off-Site Development team,

Continuously monitor the database and respond to problems and unscheduled outages immediately,restoring system operation as soon as possible.   Report all unscheduled outages to the FTRimmediately, and submit a comprehensive follow-up report within 24 hours of restoring systemoperation.  Create, edit and follow up with the NEDC trouble tickets for any server or database downtimeor outages.

4.2.8 Consult with the ACES Off-Site Development team regarding scheduling and content of CNAFCS

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 5 of 34

 FINAL 

Page 8: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

database releases and updates.  Ensure all updates are thoroughly tested prior to implementation in theactive system, and that users are trained on the changes if affected prior to implementation.  Schedulefor each update to the FTR at least 7 days prior to implementation and submit a report of the updatewithin 24 hours of making the change.

4.2.9 Monitor the Commander Naval Air Forces Comptroller System (CNAFCS) and subordinatemodules for performance issues.  Discuss ACES performance in the monthly report noting any issuesaffecting performance.   Report serious performance issues to the FTR and the ACES Off-SiteDevelopment team when they are discovered and provide improvement recommendations. 

4.2.10 Provide recommendations to the Off-Site Development team with regard to databaserequirements.  The contractor shall submit recommendations  as Recommended Requests for Action(RFAs).

 

 

4.2.11 Submit Recommended Request for Action documents (RFA) approved through the FTR to theACES Off-Site Development team for COMNAVAIRPAC/LANT, and Commander, US Marine CorpsForces, Pacific (COMMARFORPAC) / COMMARFORCOM requested changes.   Change requestsinclude system enhancements, new features, and new reports desired by COMNAVAIRPAC/LANT andCOMMARFORPAC.  Review outstanding RFAs and recommend priority requirements; and monitor RFAdevelopment status.   Log all requests submitted and note the results of the request, including datecomplete.  Status of change requests shall be reported in the Monthly Status Report.

 

 

4.2.12 Recommend policies and procedures to implement a robust database system and data backupand recovery plan.  Review guidance to ensure the proposed plan and procedures meets all requiredDOD and Navy security requirements per Section 4.0 Directives.  When the plan is approved by theGovernment, ensure system and data backups are accomplished in accordance with the plan.  Periodically test the recovery plan and data, and report the results in the monthly report.  Coordination ofbackup and recovery procedures with the NEDC is required.

4.2.13 Administer the Oracle Discoverer/Brio Query programs.  Create and install the End-User layer inOracle to support Oracle Discoverer, customize user access to the database by specifying the dataobjects, hierarchies, summary tables and other components in a Discoverer business area, and installand administer the software for the Brio Query ad hoc query tool. 

4.2.14   Collect, manipulate, and track financial data for use by CNAP Comptroller personnel.   Theobjective is for the contractor to provide timely, accurate information for use by CNAP Comptrollerpersonnel in the planning, programming, budgeting and execution of FHP funds. 

·               Create, modify and generate local reports for use by the Flying Hour Program, using the CrystalReports writer application in response to changes in reporting requirements from higher authority.  Asreports are created, the contractor shall create and maintain an electronic archive of reports for futureuse and modification. (Note:  How financial data is displayed changes from fiscal year to fiscal year; thisaddresses the need to have the knowledge of the ORACLE Crystal Reports tool to be able to changeand modify reports as needed). ·               Create system queries producing data sets and create graphic charts, graphs and other analyticaldata/reports. ·               Report financial data on a bi-monthly basis and any periodic data calls from higher authority thatrequire reports to be produced more frequently

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 6 of 34

 FINAL 

Page 9: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

·               Upload the monthly Aircraft Inventory Readiness Reporting System (AIRRS) Class Type/Model/Series Navy and Marine Command and Unit Summary Data into ACES, and incorporate the data intoPivot Table Reports utilized by the FHP Staff.·               Collect, validate, and import Navy and Marine Operating Target (OPTAR) Flight Operations(FLTOPS) and Aviation Operation Maintenance (AOM) Budget OPTAR Reports (BORs) into ACES, andmitigate any identified anomalies in reported data.·               Track Reimbursable and Special Interest Programs relevant to current Fiscal Year reportingguidance.·               Coordinate the overall FHP Staff sequence of data collection and system import, Exception Reportreconciliation techniques and efforts, and revue of FHP final products for up-line reporting to higherechelons.

4.2.15 Provide formal and informal training (e.g., one-on-one, over-the-shoulder, over-the-telephone, andon-site) for the testing and release of ACES program web applications.   Testing will include remotedatabase administration and technical support.   Schedule for training will be determined by user needsand availability.

·               Provide recommendations on the creation of user training courses for all aspects of the ACESProgram web applications. ·        Conduct user training and modify the courses as necessary to meet user requirements. ·               Upon completion of training, the contractor shall submit a list of all trainees and related coursematerial  to the Government FTR.  Course materials shall become Government property.

4.2.16 Provide both technical and functional implementation and maintenance support for the CNAFCS webapplication interfaces.  The contractor shall ensure proper functioning of the software, and ensure itmeets the requirements of the CNAP Comptroller’s Office.

4.2.17 Run daily anti-virus software, and monitor Retina and DISA Gold Disk updates and scansdaily/monthly or as needed provided by the NEDC.

4.2.18 Perform functional troubleshooting for all CNAFCS web applications with end users and ACESOff-Site Development team to solve user problems.

4.2.19 Perform monthly and fiscal year CNAFCS data validation on all ACES related databases.

4.2.20 Generate STARS queries and access Claimant Financial Management System (CFMS) in regardsto processing Decisions Sheets and managing funds once approved in CFMS.

4.2.21 Coordinate with the NEDC Infrastructure, Windows, Database and Operations teams asnecessary to comply with all customer operational responsibilities as documented in the NEDC ServiceLevel Agreement (SLA).

4.2.22 Maintain a current NEDC file transfer protocol (FTP) user account and technical proficiency on theuse of the Reflections FTP software hosted by the NEDC.

4.2.23 Must comply with the certification and reporting requirements of DOD 8570.01-M. All contractorpersonnel that require logical and/or physical access to the Department's assets are required to have anIAT certification.   The system administrator at the server level is required to possess an "IAT Level II"certification in accordance with DoD 8570.01M Table C3.T4, page 27.

4.3 PROJECT MANAGEMENT SERVICES

4.3.1 Conduct regular research to determine which FY Information Assurance Vulnerability Alerts (IAVA)are applicable or not applicable for the ACES Server and provide recommendations based on theresearch annotate IAVAs as such in the Online Compliance Reporting System (OCRS).

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 7 of 34

 FINAL 

Page 10: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

4.3.2 Maintain, update and establish the ACES Certification and Accreditation (C&A) through all of theDIACAP stages.   Use the Enterprise Mission Assurance Service (eMASS) to maintain the currentAuthority to Operate (ATO) or Interim Authority To Operate (IATO) status.

4.3.3 Conduct Federal Information Security Management Act (FISMA) Security-related Reviews.  Test,evaluate and document all FISMA areas at least annually including the "Annual Security Review,""Security Controls Tested," and "IT Contingency Plan."

4.3.4 Review, update and edit as necessary, various ACES and ASKIT records under numerous datatabs within the DoD IT Portfolio Repository - DON (DITPR-DON) as required by higher authority directionand/or timeline cycles.  Update the Annual FY Reviews for the appropriate Business Mission Area (BMA)for ACES and ASKIT systems.

4.3.5 Serve as the senior technical database and system administrator DBA/SA for all of task 4.2 bothroutine and as needed as well as serving as a backup to the primary position.

4.3.6 Must comply with the certification and reporting requirements of DoD 8570.01-M.  All contractorpersonnel that require logical and/or physical access to the Department's assets are required to have anIAT certification.  The system administrator at the server level is required to possess an "IAT Level II"certification in accordance with DoD 8570.01M Table C3.T4, page 27.

4.4 AIRCRAFT OPERATIONS MAINTENANCE (AOM) FUNDS MANAGEMENT SERVICES/FLYINGHOUR PROGRAM (FHP) ANALYSIS AND REPORTING

4.4.1 Provide in-depth analysis on all fleet OFC-50 AOM Operating Target (OPTAR) holders’ data withregards to obligations, expenditures, grants, and utilization rates.   Based on this analysis, contractormust project and recommend requirements, monitor funds execution, and align funds within theCommand Financial Management System (CFMS).

4.4.2 Update and maintain CFMS AOM OPTAR distributions and AOM grant spreadsheets upon the FHPResource Director’s authorization. Ensure both are kept up-to-date and reconcile with each other at alltimes. Prepare Naval Message OPTAR notifications for review when required.

4.4.3 Produce graphic charts, graphs and other analytical data/reports for CNAP management analysis. These are largely weekly and monthly recurring type reports, for which due dates are based on StandardAccounting and Reporting System – Field Level (STARS-FL) and Aviation Cost Evaluation System(ACES) end-of-month processing, end-of-quarter processing, and end-of-fiscal year processing dates.  Source data availability varies from week-to-week, month to month, quarter to quarter, year to year.   Duedate is within two workdays of source data availability.  Some examples of these recurring reports aretitled: Cross-Fleet Funding, End Point Variance, Cross-Sag Transfer, Distribution Projection andExecution.  Data calls from higher authority (COMPACFLT, CNO, etc) occur throughout the year, whichmay require the contractor to develop graphic charts, graphs, and other analytical data/reports withinhours of data request.

4.4.4 Compile, update, review and reconcile all FHP reimbursable program figures. This complex reportrequires information to be compiled from many different sources that are available at different timesthroughout each month. Although each element only requires a monthly update, there are severalreporting intervals during each month. Each data element shall be updated within three workdays ofsource availability except for when report generation is required to meet external reporting timelines,such as STARS-FL monthly closeout dates.

4.4.5 Compile and process data for ACES on a monthly basis to include the importing and/or updating ofAOM Budget OPTAR Reports (BOR), Flying Hour Cost Reports (FHCR), Material Turned into Stores(MTIS), Summary Filled Order/Expenditure Difference Listing (SFOEDL) summary, contract data andFlying Other (FO) costs by Program Element (PE).  Review all exception listings and maintain a log of allerrors and warnings. Each data element shall be completed within two days after source data availability.

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 8 of 34

 FINAL 

Page 11: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

4.4.6   Compile data from each budget analyst and complete the monthly Overseas ContingencyOperations (OCO) report for review and submission by CNAP Comptroller to COMPACFLT. Update theCOMPACFLT Financial Management System website via the SharePoint portal and prepare the OCObudget execution affirmation letter on a monthly basis. Ensure all OCO reporting requirements arecompleted well in advance of COMPACFLT published due dates and/or STARS-FL month-end reportingtimelines; typically the third workday day of the month.

4.4.7 Serve as the primary point of contact and first level reviewer for all subordinate commands AOMencumbrance documents. There are currently eight subordinate commands that generate a total ofapproximately 350 documents per fiscal year. Perform checkbook augments/realignments, Job OrderNumber (JON) and Performing Activity (PA) setup as requested. Review the encumbrance documentqueue daily and ensure action is taken on each document within two workdays unless emergentrequests from the stations require quicker action.  Review each document for Purpose, Time and Amount(PTA) and ensure all required data elements are accurate and complete. Upon discrepancy identification,work with the document POC to resolve any issues. Upon successful review, route the document withrecommendations to the next level reviewer along with any relevant information to ensure successfulapproval through all tiers.  Monitor each commands commitment levels and notify the POC for resolutionwhen they become excessive. Provide training and assistance via phone or email as requested.

4.4.8 Perform a comprehensive review of the data elements for all (roughly 3,000) STARS-FL AOMJONs to identify any erroneous referential data on a quarterly basis. Maintain a log and coordinateidentification and correction with each Aviation Supply Department (ASD) representative. Ensure the lastreview of the fiscal year coincides with the annual JON rollover and that all corrections have been madeby each ASD prior to any new fiscal year obligations.  Ensure inactive or unused JONs are deleted fromCFMS.

4.4.9 Produce the Execution Manager (XMAN) Execution Summary Reports for upper managementreview on a weekly basis and daily during month+1 periods until superseded by a new executionsummary report or process.  Upon implementation, assume responsibility for producing the replacementexecution summary report or process at the same periodicity. The current process functions are providedbelow.

4.4.9.1 Download and store the NC2171 and COMMIT query files from STARS-FL on a weekly basis anddaily during month+1 periods.  Download the other XMAN query files (currently five) from STARS-FL asrequired, currently on a monthly basis. Import the data into XMAN and reconcile any errors.

4.4.9.2 Download NC2168-1 data from CFMS on a weekly basis and daily during month+1 periods.Update XMAN NC2168-1 data as required to ensure the two systems are reconciled prior to producingthe Execution Summary Report.

4.4.10 Review, update and maintain the Active Component Squadron Information Listing (ACSIL) asrequired but no less frequently than quarterly. Distribute the updated ACSIL on a quarterly basis to allASDs and interested parties with an executive summary detailing the changes since the last release.

4.4.11 Provide recommendation to  FHP Budget Analyst personnel in the preparation and submission ofmid-year review, spring budget and certified obligation exhibits.  Each of these events occurs only onceper year.

4.4.12 On a quarterly basis, review Commander, Naval Air Forces instructions that pertain to AOM foraccuracy and currency.  Recommend/initiate required changes for final review and approval by FHPResources Manager; interpret instructions for fleet questions and inquiries in a written report on aquarterly basis.

4.4.13 Compile, review and send the MARFORPAC Net Total OPTAR (MFP NTO) and USN AOMOPTAR reports to COMNAVAIRLANT Code NC41 for Retrograde Management Performance Indicator

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 9 of 34

 FINAL 

Page 12: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

Brief (RM-PIB) Score Calculations within the first week of each month.

5.0 DELIVERABLES:

5.1 Monthly Financial & Status Report:    The Contractor shall document the efforts performed in thecompletion of each task  addressed paragraphs 4.1 through 4.4 of the work statement, in a detailedMonthly Status Report due to the COR and CNAP Flying Hour Program Resources Manager on orbefore the tenth of each month. Contractor format is acceptable.  Minimum report content requirementsare as follows:

a.      Summaries of the efforts expended on each primary task of the work statementb.      Notable achievements;c.      Issues or obstacles impeding progress and recommended solutions;d.      Topics or issues identified by the COR with Contractor comment and/or mitigation plans;e.      Hours expended by labor category, for reporting period and cumulative total;f.            Cost by labor category, as defined by table in paragraph 7.0,  for reporting period and cumulativetotal

6.0 QUALITY ASSURANCE PLAN:

Section 4.0 of this Performance Work Statement (PWS) specifies the tasks to be performed.  Section 5.0specifies the deliverables.  In accordance with the Contract Administration Plan, the Contracting Officer’sRepresentative (COR), with the assistance of the CNAP Flying Hour Program Resources Manager, willmeasure and evaluate the contractor’s performance based upon the following terms:

PERFORMANCE REQUIREMENTS SUMMARY

 PerformanceObjective

PerformanceStandards

Acceptable Level OfQuality (AQL)

MonitoringMethod

Incentive

Quality ofService

Meets contracttechnical requirements atleast 90% of thetime

Fulfills contracttechnical requirements,was proactive inresponse and improvedmethods at least 80%of the time

Review of taskand contractdeliverables,monitoring ofemployees

Excellentperformance ratingif technicalrequirements met90% of the time.

 Marginal tounsatisfactoryperformance ratingif requirements metless than 80% ofthe time or less.

Schedule Meets schedulerequirements atleast 95% of thetime

Meets schedulerequirements at least85% of the time

Evaluation ofproductssubmittedaccording tocontractual oragreedschedule.

Excellentperformance ratingif technicalrequirements met95% of the time.

 Marginal tounsatisfactoryperformance ratingif requirements met84% of the time orless.

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 10 of 34

 FINAL 

Page 13: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

Cost Control Meets Service andschedulerequirementswhile keepingdirect and indirectcosts belowawarded contractvalue.

Meets Service andschedule requirementswhile keeping direct andindirect costs withinawarded contract value.

Review andprojection ofcontractorinvoices

Excellentperformance ratingif costs are belowawarded contractvalue.

 Marginal tounsatisfactoryperformance ratingif costs exceedawarded value.

BusinessRelations

Satisfygovernmentconcerns andissues within  areasonable time90% of the time

Satisfy governmentconcerns and issueswithin  a reasonabletime 80% of the time

Monitoring ofdaily interactionwith governmentpersonnel, andcustomercomplaints.

Excellentperformance ratingif responsive 90%of the time

 Marginal tounsatisfactory ifresponsive lessthan 80% of thetime.

Managementof KeyPersonnel

Contractor staffingprovidesexceptionalcontractperformance withminimumgovernmentoversight

Contractor staffingprovides satisfactorycontract performancewith some governmentdirection.

Responsivenessof the contractorto governmentquestions andconcerns aboutcontractor staff.

Excellentperformance ratingif contractormaintains staffingrequiring minimalgovernmentguidance.

 Marginal tounsatisfactoryrating if contractorunresponsive togovernment staffingconcerns.

CustomerSatisfaction

Contractorsatisfies contractrequirements interms ofproductivity,responsiveness,schedule andcost.

Contractor meetscontract requirementswith nominalgovernmentinvolvement andguidance.  Addressesgovernment concerns.

Customersurveys andcustomercomplaints.

Excellentperformance ratingfor superiorcustomersatisfaction.

 Marginal tounsatisfactoryrating for a largenumber ofcomplaints and/orunresolvedcomplaints.

7.0 CONTRACTOR PERSONNEL REQUIREMENTS:   Personnel utilized by the Contractor in theperformance of this task order shall meet any and all minimums with respect to experience, educational,and/or other background requirements that are set forth below.  Contractor personnel shall be fullycapable of performing in an efficient, reliable, and professional manner.

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 11 of 34

 FINAL 

Page 14: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

7.1 GENERIC, OVERALL PERFORMANCE REQUIREMENTS APPLICABLE TO ALL LABORCATEGORIES/POSITIONS/TASKS:

7.1.1 Contractor personnel will be working in the headquarters offices of the Commander, Naval AirForce Pacific Fleet and must be able to communicate effectively with all levels of military andgovernment civilian personnel on CNAP staff and other commands.   Contractor personnel must beproficient in the use of Microsoft Office with an emphasis on Outlook, Word, Excel, Access, and PowerPoint, and must be able to enter, save, retrieve, edit, and present text, spreadsheets and/or charts.

7.1.2 Contractor personnel must be able to manage multiple tasks at one time; coordinate with otherpersonnel within the command; and develop strategies to optimize task performance, ensure efficiency,and achieve a high level of customer satisfaction.

7.1.3 The Contractor shall ensure that personnel accessing information systems have the proper andcurrent information assurance certification to perform information assurance functions in accordance withDOD 8570.01-M, Information Assurance Workforce Improvement Program. The Contractor shall meetthe applicable information assurance certification requirements, including:

(1) DoD-approved information assurance workforce certifications appropriate for each category and levelas listed in the current version of DoD 8570.01-M; and

(2) Appropriate operating system certification for information assurance technical positions as required byDOD 8570.01-M.

Upon request by the Government, the Contractor shall provide documentation supporting the informationassurance certification status of personnel performing information assurance functions. Contractorpersonnel who do not have proper and current certifications shall be denied access to DOD informationsystems.

7.2 Key Personnel Knowledge and Experience. 

7.2.1 Key Personnel:   Database Analyst/Programmer.   Historically, this labor category was used toperform Task 4.2 Database and System Administrator/Flying Hour Program (FHP) Analysis andReporting

Security Clearance:  “Secret” level clearance required at time of contract award.

Minimum Knowledge and Experience Requirements:

- Knowledge of the Naval Aviation Enterprise cost reporting metrics and of the database systems whichare used to compile monthly charts to leadership- Experience in Oracle database management and software applications as they relate to serveroperations.- Knowledge of  U.S. Navy organizational structure and U.S. Navy regulations and policy. - Experience in U.S. naval aviation supply and maintenance operations and fleet reporting systems, toinclude  ASKIT, and ACES operating software. - Experience with the processes and requirements for data system integration into Navy Enterprise DataCenters. - Information Assurance Technical (IAT) Level II certification in accordance with DoD 8570.01M TableC3.T4, page 27. (See section 7.1.3)

 

 7.2.2 Key Personnel:  Project Manager.  Historically, this labor category was used to perform Task 4.3

 Security Clearance:  “Secret” level clearance required at time of contract award.

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 12 of 34

 FINAL 

Page 15: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

 Minimum Knowledge and Experience Requirements: 

- Must have a bachelor’s degree.- Experience in project management of an IT system or applications that are subject to DON-CIOcertifications, Federal Information Security regulations, and DoD Information Technology PortfolioRepository directives.- Experience with the processes and requirements for data system integration into Navy Enterprise DataCenters.- Information Assurance Technical (IAT) Level II certification  in accordance with DoD 8570.01M TableC3.T4, page 27. (See section 7.1.3)

7.2.3 Key Personnel:  Intermediate Business Systems Analyst.  Historically, this labor category was usedto perform Task 4.4 Aircraft Operations Maintenance (AOM) Funds Management/Flying Hour Program(FHP) Analysis and Reporting

Security Clearance:  “Confidential” level security clearance required at time of contract award.

Minimum Knowledge and Experience Requirements:

- Must have a bachelor’s degree.- Experience in the fleet reporting systems, to include R-SUPPLY, NALCOMIS, AFAST, ASKIT, andACES operating software. - Experience with both applications and have a thorough understanding of the internal and externalsources which report costs to CNAP and accounting systems. - Experience with Claimant Financial Management System (CFMS)- Experience in U.S. naval aviation supply and maintenance operations.

7.3 Conduct:   The Contractor shall comply with Federal drug-free workplace and work forcerequirements.  The Service Provider shall not utilize the services of any person in the performance of thiscontract whose presence or action(s) endangers the health, life, safety, and security of personnel orproperty.

7.4 Dress Code:  Contractor employees shall wear clothing appropriate to their assigned task, especiallywith regard to safety and in accordance with applicable Occupational Safety and Health Administration(OSHA) requirements.

7.5 Identification Card/Badge:   Every Contractor employee shall obtain from the Government, anIdentification Code/Badge (ID Card) prior to starting work on any government facility.  All employees willwear the ID Card conspicuously on their outer clothing at all times while working on the governmentinstallation.  Personnel are subject to challenge and removal from the work area or denial of access tothe installation if the ID card is not worn.  It is the Contractor’s responsibility to enforce this requirement. The loss of an ID card by a Contractor employee shall be reported to the site Security Manager, who willissue replacement ID card(s).  All Government provided ID cards shall be returned to the Governmenteither at completion of the contract or upon termination of employment of individual employees.  TheContractor is responsible for the return of all ID cards issued to the Contractor employees.

7.6 All Contractor’s employees will be required to sign Non-Disclosure Agreement document.

8.0 CNAP GUIDELINES FOR CONTRACTOR

8.1 When performing the tasks associated with this PWS using e-mail, through phone calls, at meetings,in public or otherwise, contractor personnel will make clear to all individuals they deal with that they arecontractor employees and not DOD employees.

8.2 Contractor personnel will not make any commitment to non-DOD personnel, including a foreignofficial, which commits the expenditure of U. S. Government resources.

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 13 of 34

 FINAL 

Page 16: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

8.3 Contractor employees performing services shall be required to comply with all local installation rulesand regulations applicable to the conduct, safety, security, and procedures governing site entry and exit.

8.4 All Personnel performing work under this PWS shall be fully trained in the areas to which they areassigned.  Personnel shall arrive on site ready and able to perform all specified tasks.  The Governmentwill not provide substantial instruction or on-the-job training for personnel not directly employed by theGovernment.

9.0 GOVERNMENT FURNISHED PROPERTY:

The government will provide onsite government facilities, adequate working space and all necessaryequipment/supplies to perform the tasks required in Section 4.0.  The contractor shall maintain the spacein a neat and orderly manner.  Personal or company use of telephones, utilities, computers, printers,copiers or other equipment not directly related to required services is strictly prohibited.  The contractorshall not remove any government furnished equipment or supplies from the worksite without expresswritten permission of the contracting officer. 

10.0 SECURITY:

10.1 The Contractor shall have access to Government data for the accomplishment of work under thisagreement. Contractor will be required to have access to the Navy Marine Corps Intranet (NMCI) insupport of this PWS, requiring issuance of a Common Access Card (CAC) by the government.

10.1.1 Contractor personnel with access to NMCI must comply with current DOD mandated InformationTechnology (IT) training requirements.    The current training requirements are:

COURSE TITLE PERIODICITY ProvidedDOD Cyber AwarenessChallenge V2 (DOD-IAA-V12.0)

AnnualNavy Knowledge Online,https://wwwa.nko.navy.mil/

Privacy and PersonallyIdentifiable Information (PII)Awareness Training(DOD-PII-2.0)

AnnualNavy Knowledge Online,https://wwwa.nko.navy.mil/

Records Management in theDON:  Everyone’sResponsibility (DOR-RM-010-1.1)

AnnualNavy Knowledge Online,https://wwwa.nko.navy.mil/

10.2 Contractor personnel providing services to Task 4.2 and Task 4.3 of the Performance WorkStatement require access to the ACES server located at the SPAWAR Naval Enterprise Data Center(NEDC), Point Loma and a SECRET clearance.  All other contractor personnel providing support to thisrequirement must have a security clearance of CONFIDENTIAL. The government will provide a DD254to cover the classified requirements under this contract.

10.2.1 Contractor personnel working under this task order must be eligible to obtain and/or have a Secret(Tasks 4.2, 4.3 of PWS) or Confidential (Tasks 4.1 and 4.4 of the PWS)  security clearance for accessand/or exposure to classified information in support of the requirements of this contract. The ContractorFacility Security Officer (FSO) is responsible for processing investigations for clearance eligibility on allassigned contractor employees.   Contractor employees with Temporary (Interim) access will not beissued a Contractor Access Card (CAC) until proof of a favorable return of fingerprints or theinvestigation is completed and a final clearance determination is rendered.

10.2.2 The contractor FSO will enter the contractor employee in the Joint Personnel Adjudication System(JPAS) and submit a visit request to JPAS SMO Code N570254.  The Contractor FSO must also submit

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 14 of 34

 FINAL 

Page 17: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

a Visit Authorization Letter (VAL). The VAL is required to validate the contractors employment and forCAC issuance. The JPAS visit request and VAL must be provided prior to the contractor reporting to thecommand for the contracted assignment.   The VAL must be sent via encrypted or password protectedemail to the COMNAVAIRPAC Security Manager and the COMNAVAIRPAC Trusted Agent SponsorshipSystem Trusted Agent (TASS TA) listed below, and will include the following information:

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

b. Government Sponsor.

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

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

e. Certification of the employees' personnel security clearance (type of clearance, date clearancegranted, type of investigation and date investigation completed) and any special access authorizationsrequired for the visit.

f. Purpose of visit.

10.2.3 Once the contractor employee has been properly vetted, an application for a Contractor's accessCard (CAC) will be initiated by a DOD Trusted Agent (TA) via the Trusted Agent Sponsorship System(TASS). The CAC will be used to gain physical access to DOD installations and logical access to DODinformation assurance resources. This access will include Sensitive but Unclassified (SBU) andPersonally Identifiable Information (PII). When the CAC is no longer required, the Contractor or Programmanager will recover the CAC from the Contractor employee and return the CAC to the CNAP DODTASS Trusted Agent (TA) or sponsor.

10.2.4 The contractor shall comply with all applicable DOD security regulations, policies and proceduresduring the performance of this task order. The contractor shall not disclose and must safeguardClassified Information, Procurement Sensitive Information, Computer Systems (Hardware) and data,Privacy Act Data, Sensitive but Unclassified (SBU) information and all other government work obtainedor generated in the performance of this contract. Contractor personnel on site will participate in allGovernment activity security awareness training.   The Contractor FSO shall refer to and follow theNational Industrial Security Program Operating Manual (NISPOM) DOD 5220.22-M and applicableGovernment security policies for security guidance.

· DOD 5200.1R Information Security Program

· DOD 5200.2-R Personnel Security Program

10.2.5 The COMNAVAIRPAC Security Manager is Mr. Chris Bruebaker; Email address:  [email protected]; telephone:   619-767-1534.     Secondary Security Manager (for thiscontract only) is Ms Kazuko Clawson, Email address:   [email protected]; telephone619-545-5171.

10.2.6 The TASS TA for this contract is Kazuko Clawson.  Email address:  [email protected] ;telephone:  619-545-5171.

10.3 All information or data developed under this contract belongs to and is the property of the U.S.Government and shall be marked and handled as For Official Use Only (FOUO). The contractor shallcomply with all applicable DOD security regulations and procedures during the performance of this taskorder.  Contractor shall not disclose and must safeguard procurement sensitive information, computersystems and data, privacy act data, and government personnel work products, which are obtained orgenerated in the performance of this task order.  The Trustworthiness clause is applicable to this task

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 15 of 34

 FINAL 

Page 18: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

order. Contract security requirements are defined in the contract DD254, Contract Security ClassificationSpecification.  The contractor shall comply with all applicable DOD security regulations and proceduresduring performance of this task order.  The contractor shall not disclose and must safeguard sensitiveinformation, computer systems and data, privacy act data and government work products obtained orgenerated in performance of this task order.  Contractor facility and all contractual personnel providingservices under this contract must have clearances at time of start date.

10.3.1 Disclosure of Information:  Information made available to the Contractor by the Government forthe performance or administration of this effort shall be used only for those purposes and shall not beused in any other way without the express prior written agreement of the Contracting Officer. TheContractor agrees to assume responsibility for protecting the confidentiality of Government records,which are not public information. Each employee of the Contractor to whom information may be madeavailable or disclosed shall be notified in writing by the Contractor that such information may bedisclosed only for a purpose and to the extent authorized herein.

10.3.2 Limited Use of Data:  Performance of this effort may require the Contractor to access and usedata and information proprietary to a Government agency or Government Contractor that is of such anature that its dissemination or use, other than in performance of this effort, would be adverse to theinterests of the Government and/or others. Contractor and/or Contractor personnel shall not divulge orrelease data or information developed or obtained in performance of this effort, until made public by theGovernment, except to authorized Government personnel or upon written approval of the ContractingOfficer (KO).

The Contractor shall not use, disclose, or reproduce proprietary data that bears a restrictive legend, otherthan as required in the performance of this effort. Nothing herein shall preclude the use of any dataindependently acquired by the Contractor without such limitations or prohibit an agreement at no cost tothe Government between the Contractor and the data owner that provides for greater rights to thecontractor.

All contract generated deliverables are Government Property in accordance with DFARS 252.227-7013(FEB 2012).

11.0 HOURS OF OPERATION:

Work shall be performed during the government’s regular business hours, which are Monday throughFriday between the hours of 7:30 AM and 4:00 PM, except federal holidays.   The contractor is notrequired to provide services on federal holidays.  The federal holidays are Columbus Day, Veterans Day,Thanksgiving Day, Christmas Day, New Year’s Day, Martin Luther King, Jr. Day, Presidents’ Day,Memorial Day, Independence Day, and Labor Day.   Contractor personnel are not permitted inGovernment spaces when no government employee is present.

12.0 PLACE/PERIOD OF PERFORMANCE:

Place of Performance.  Except as otherwise noted, work will be performed on-site Commander, Naval AirForce Pacific, Comptroller Department work spaces located in Building 11, Naval Air Station North IslandCA.  Contractor personnel providing services in support of task 4.2 may also be required to work on siteSPAWAR NEDC Point Loma, CA.   Contractor personnel providing services in support of task 4.3historically have worked from corporate office spaces and may also be required to work on site SPAWARNEDC Point Loma, CA.

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 16 of 34

 FINAL 

Page 19: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

SECTION D PACKAGING AND MARKING

Packaging and marking are in accordance with Section D of the SeaPort-e Multiple Award IDIQ Contract.

All Deliverables shall be packaged and marked in accordance with Best Commercial Practice.

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 17 of 34

 FINAL 

Page 20: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance shall be in accordance with Section E of the SeaPort-e Multiple Award IDIQ Contract.

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 18 of 34

 FINAL 

Page 21: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

SECTION F DELIVERABLES OR PERFORMANCE

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

   

7000 12/20/2014 - 12/19/2015

7100 12/20/2015 - 12/19/2016

7200 12/20/2016 - 12/19/2017

7300 12/20/2017 - 12/19/2018

7400 12/20/2018 - 12/19/2019

CLIN - DELIVERIES OR PERFORMANCE

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

   

7000 12/20/2014 - 12/19/2015

7100 12/20/2015 - 12/19/2016

7200 12/20/2016 - 12/19/2017

7300 12/20/2017 - 12/19/2018

7400 12/20/2018 - 12/19/2019

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

   

7001 12/20/2014 - 12/19/2015

7101 12/20/2015 - 12/19/2016

7201 12/20/2016 - 12/19/2017

7301 12/20/2017 - 12/19/2018

7401 12/20/2018 - 12/19/2019

Services to be performed hereunder will be provided at Building 11, Naval Air Station North Island, SanDiego, CA. Contractor personnel providing services in support of task 4.2 may also be required to workon site SPAWAR NEDC Point Loma, CA.

52.245-15 STOP-WORK ORDER (AUG 1989)

52.247-34 FOB DESTINATION (NOV 1991)

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 19 of 34

 FINAL 

Page 22: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

SECTION G CONTRACT ADMINISTRATION DATA

Contracting Officer Representative:

Kazuko Clawson

Commander Naval Air Forces Pacific

Phone:  619-545-5171

[email protected]

Contracting Officer:Daniel R. Mahan3350 Patterson Road, Building 801Port Hueneme, CA 93043Phone: 805/[email protected]

Contract Specialist:Jose Gomez3985 Cummings Road3rd FL BLDG 116, Code 240San Diego, CA 92136Phone 619/[email protected]

Type of Contract

This is a Cost Plus Fixed Fee task order.

FAR 52.232.18 Availability of Funds applies.

N00244G108 CONTRACT ADMINISTRATION APPOINTMENTS AND DUTIES (OCT 1995) (FISC SANDIEGO)

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

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

a. All pre-award information, questions, or data,b. Freedom of Information inquiries,c. Change/question/information regarding the scope, terms or conditions of the basic contract document, and/ord. Arranging the post award conference (see FAR 42.503):

Jose GomezContract SpecialistNAVSUP FLC SAN DIEGO, CODE [email protected]

2. CONTRACT ADMINISTRATION OFFICE (CAO) is responsible for matters specified in FAR 42.302 and

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 20 of 34

 FINAL 

Page 23: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

DFARS 242.302 except in those areas otherwise designated herein. Note: Will be determined at time of award.

3. DEFENSE CONTRACT AUDIT AGENCY (DCAA) is responsible for audit verification/provisional approvalof invoices and final audit of the contract prior to final payment to the contractor. Note: Will be determined attime of award.

4. PAYING OFFICE is responsible for payment of proper invoices after acceptance is documented.  Note: Will bedetermined at time of award.

5. TASK ORDER MANAGER (TOM) is responsible for:a. Liaison with personnel at the Government installation and the contractor personnel on site;b. Issue Technical Direction Letters (TDL) detailing work effort to be executed in accordance with the PWS;c. Technical advice/recommendations/clarification on the statement of work;d. The statement of work for delivery/task orders placed under this contract;e. An independent Government estimate of the effort described in the definitized statement of work;f. Quality assurance of services performed and acceptance of the services or deliverables;g. Government furnished property;h. Security requirements on Government installation;i. Providing the PCO or his designated Ordering Officer with appropriate funds for issuance of the TechnicalDirection Letter (TDL); and/orj. Certification of invoice for payment.

NOTE: When, in the opinion of the Contractor, the TOM requests effort outside the existing scope of the contract(or delivery/task order), the Contractor shall promptly notify the Contracting Officer (or Ordering Officer) inwriting. No action shall be taken by the contractor under such direction until the Contracting Officer has issued amodification to the contract or, in the case of a delivery/task order, until the Ordering Officer has issued amodification of the delivery/task order, or until the issue has otherwise been resolved. THE TOM IS NOT ANADMINISTRATIVE  CONTRACTING OFFICER AND DOES NOT HAVE AUTHORITY TO DIRECT THEACCOMPLISHMENT OF EFFORT WHICH IS BEYOND THE SCOPE OF THE STATEMENT OF WORK INTHE CONTRACT OR DELIVERY/TASK ORDER. In the event that the TOM named above is absent due toleave, illness, or official business, all responsibilities and functions assigned to the TOM will be the responsibilityof the alternate TOM listed below:

Alternate TOM: TBD.

252.232-7006 Wide Area WorkFlow Payment Instructions

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 uniquelyidentifies a unit, activity, or organization.

“Document type” means the type of payment request or receiving report available for creation inWide Area WorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when paymentcertification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendorpayment requests and receiving reports, as authorized by DFARS 252.232-7003, ElectronicSubmission of Payment Requests and Receiving Reports.

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

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 21 of 34

 FINAL 

Page 24: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

(1) Have a designated electronic business point of contact in the System for AwardManagement at https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-stepprocedures for self-registration available at this web site.

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

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

(f) WAWF payment instructions. The Contractor must use the following information whensubmitting payment requests and receiving reports in WAWF for this contract/order:

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

                                    COST

(Contracting Officer: Insert applicable document type(s).

Note: If a “Combo” document type is identified but not supportable by the Contractor’s business systems,an “Invoice” (stand-alone) and “Receiving Report” (stand-alone) document type may be used instead.)

(2) Inspection/acceptance location. The Contractor shall select the followinginspection/acceptance location(s) in WAWF, as specified by the contracting officer.

                                GOVERNMENT, N57025

(Contracting Officer: Insert inspection and acceptance locations or “Not applicable.”)

(3) Document routing. The Contractor shall use the information in the Routing Data Tablebelow only to fill in applicable fields in WAWF when creating payment requests andreceiving reports in the system.

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC   HQ0339

Issue By DoDAAC   N00244

Admin DoDAAC   S0514A

Inspect By DoDAAC   N57025

Service Approver (DoDAAC)   N57025

Service Acceptor (DoDAAC)   N57025

LPO DoDAAC   N57025

DCAA Auditor DoDAAC   HAA05B

(*Contracting Officer: Insert applicable DoDAAC information or “See schedule”

if multiple ship to/acceptance locations apply, or “Not applicable.”)

(4) Payment request and supporting documentation. The Contractor shall ensure a

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 22 of 34

 FINAL 

Page 25: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

payment request includes appropriate contract line item and subline item descriptions of thework performed or supplies delivered, unit price/cost per unit, fee (if applicable), and allrelevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) insupport of each payment request.

(5) WAWF email notifications. The Contractor shall enter the e-mail address identifiedbelow in the “Send Additional Email Notifications” field of WAWF once a document issubmitted in the system.

                            Kazuko Clawson;  Email:  [email protected]  tel:  619-545-5171                    

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the followingcontracting activity’s WAWF point of contact.

                                   See above

(Contracting Officer: Insert applicable information or “Not applicable.”)

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

(End of clause)

 

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------7000 N5702515RC021CG 130000.00  LLA : AA 1751804 70AE 250 57025 H 068688 2D C021CG 570255RGR7QQ    BASE Funding 130000.00 Cumulative Funding 130000.00  MOD 01 Funding 0.00 Cumulative Funding 130000.00  MOD 02  7000 N5702515RC021CG 494102.00  LLA : AA 1751804 70AE 250 57025 H 068688 2D C021CG 570255RGR7QQ    MOD 02 Funding 494102.00 Cumulative Funding 624102.00  MOD 03 Funding 0.00 Cumulative Funding 624102.00  MOD 04  710001 N5702516RC029CG 146370.00  

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 23 of 34

 FINAL 

Page 26: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

LLA : AB 1761804 70AE 251 57025 H 068688 2D C029CG 570256RGR7QQ  Standard Number: N5702516RC029CG   MOD 04 Funding 146370.00 Cumulative Funding 770472.00  MOD 05  710001 N5702516RC029CG 439080.00  LLA : AB 1761804 70AE 251 57025 H 068688 2D C029CG 570256RGR7QQ  Standard Number: N5702516RC029CG   MOD 05 Funding 439080.00 Cumulative Funding 1209552.00  MOD 06 Funding 0.00 Cumulative Funding 1209552.00  MOD 07 Funding 0.00 Cumulative Funding 1209552.00  MOD 08  7200 N5702517RC014CG 550350.00  LLA : AC 1771804 70AE 251 57025 H 068688 2D C014CG 570257RGR7QQ  Standard Number: N5702517RC014CG   MOD 08 Funding 550350.00 Cumulative Funding 1759902.00  MOD 09  7300 N5702518RC013CG 561068.00  LLA : AD 1781804 70AE 251 57025 H 068688 2D C013CG 570258RGR7QQ  Standard Number: N5702518RC013CG   MOD 09 Funding 561068.00 Cumulative Funding 2320970.00  MOD 10 Funding 0.00 Cumulative Funding 2320970.00  MOD 11  7400 N5702519RC011CG 572289.00  LLA : AE 1791804 7A1A 251 F7025 056521 2D C011CG 570259RGR7QQ  Standard Number: N5702519RC011CG   MOD 11 Funding 572289.00 Cumulative Funding 2893259.00 

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 24 of 34

 FINAL 

Page 27: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

SECTION H SPECIAL CONTRACT REQUIREMENTS

NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUS

For the purposes of FAR clauses 52.219-6, Notice of Total Small Business Set-aside, 52.219-3, Notice of TotalHubZone Set-aside, 52.219-18, Notification of Competition Limited to Eligible 8(a) Concerns, and    52.219-2Notice of Total Service-Disabled Veteran-Owned Small Business Set-aside, the determination of whether a smallbusiness concern is independently owned and operated, not dominant in the field of operation in which it isbidding on Government contracts, and qualified as a small business under the size standards in this solicitation,and further, meets the definition of a HUBZone small business concern, a small business concern certified by theSBA for participation in the SBAs 8(a) program, or a service disabled veteran-owned small business concern, asapplicable, shall be based on the status of said concern at the time of award of the SeaPort-E MACs.

ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA)

The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required forperformance of services provided under this contract for Commander Naval Air Pacific via a secure datacollection site. The contractor is required to completely fill in all required data fields using the following webaddress https://doncmra.nmci.navy.mil.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscalyear (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, alldata shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the helpdesk, linked at  https://doncmra.nmci.navy.mil.

INSURANCE - WORK ON A GOVERNMENT INSTALLATION

The following types of insurance are required in accordance with the clause entitled, Insurance - Work On AGovernment Installation (FAR 52.228-5), and shall be maintained in the minimum amounts shown:

(1) Comprehensive General Liability: $200,000 per person and $500,000 per accident for bodily injury.

(2) Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000 peraccident for property damage.

(3) Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritime employment isinvolved, Longshoremen's and Harbor Worker's Compensation Insurance) in the minimum amount of $100,000.

5252.204-9400 Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information,Information Technology (IT) Systems or Protected Health Information (July 2013)Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implementFederal security standards for Federal employees and contractors.   The Deputy Secretary of DefenseDirective-Type Memorandum (DTM) 08-006 – “DOD Implementation of Homeland Security PresidentialDirective – 12 (HSPD-12)” dated November 26, 2008 (or its subsequent DOD instruction) directs implementationof HSPD-12.  This clause is in accordance with HSPD-12 and its implementing directives.APPLICABILITYThis clause applies to contractor employees requiring physical access to any area of a federally controlled base,facility or activity and/or requiring access to a DoN or DOD computer/network/system to perform certainunclassified sensitive duties.   This clause also applies to contractor employees who access Privacy Act andProtected Health Information, provide support associated with fiduciary duties, or perform duties that have beenidentified by DON as National Security Position, as advised by the command security manager. It is the

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 25 of 34

 FINAL 

Page 28: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

responsibility of the responsible security officer of the command/facility where the work is performed to ensurecompliance.    Each contractor employee providing services at a Navy Command under this contract is required to obtain aDepartment of Defense Common Access Card (DOD CAC).   Additionally, depending on the level ofcomputer/network access, the contract employee will require a successful investigation as detailed below.ACCESS TO FEDERAL FACILITIESPer HSPD-12 and implementing guidance, all contractor employees working at a federally controlled base, facilityor activity under this clause will require a DoD CAC.  When access to a base, facility or activity is requiredcontractor employees shall in-process with the Navy Command’s Security Manager upon arrival to the NavyCommand and shall out-process prior to their departure at the completion of the individual’s performance underthe contract.ACCESS TO DOD IT SYSTEMSIn accordance with SECNAV M-5510.30, contractor employees who require access to DoN or DOD networks arecategorized as IT-I, IT-II, or IT-III.  The IT-II level, defined in detail in SECNAV M-5510.30, includes positionswhich require access to information protected under the Privacy Act, to include Protected Health Information(PHI).  All contractor employees under this contract who require access to Privacy Act protected information aretherefore categorized no lower than IT-II.   IT Levels are determined by the requiring activity’s CommandInformation Assurance Manager. Contractor employees requiring privileged or IT-I level access, (when specifiedby the terms of the contract) require a Single Scope Background Investigation (SSBI) which is a higher levelinvestigation than the National Agency Check with Law and Credit (NACLC) described below. Due to theprivileged system access, a SSBI suitable for High Risk public trusts positions is required. Individuals who haveaccess to system control, monitoring, or administration functions (e.g. system administrator, databaseadministrator) require training and certification to Information Assurance Technical Level 1, and must be trainedand certified on the Operating System or Computing Environment they are required to maintain. Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation.  When accessto IT systems is required for performance of the contractor employee’s duties, such employees shall in-processwith the Navy Command’s Security Manager and Information Assurance Manager upon arrival to the Navycommand and shall out-process prior to their departure at the completion of the individual’s performance under thecontract.  Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is requiredfor all individuals accessing Navy Information Technology resources.   The decision to authorize access to agovernment IT system/network is inherently governmental.  The contractor supervisor is not authorized to sign theSAAR-N; therefore, the government employee with knowledge of the system/network access required or the CORshall sign the SAAR-N as the “supervisor”.The SAAR-N shall be forwarded to the Navy Command’s Security Manager at least 30 days prior to theindividual’s start date.   Failure to provide the required documentation at least 30 days prior to the individual’s startdate may result in delaying the individual’s start date.       When required to maintain access to required IT systems or networks, the contractor shall ensure that allemployees requiring access complete annual Information Assurance (IA) training, and maintain a current requisitebackground investigation.  The Contractor’s Security Representative shall contact the Command Security Managerfor guidance when reinvestigations are required. INTERIM ACCESSThe Navy Command's Security Manager may authorize issuance of a DOD CAC and interim access to a DoN orDoD unclassified computer/network upon a favorable review of the investigative questionnaire and advancefavorable fingerprint results.  When the results of the investigation are received and a favorable determination isnot made, the contractor employee working on the contract under interim access will be denied access to thecomputer network and this denial will not relieve the contractor of his/her responsibility to perform.   DENIAL OR TERMINATION OF ACCESSThe potential consequences of any requirement under this clause including denial or termination of physical orsystem access in no way relieves the contractor from the requirement to execute performance under the contractwithin the timeframes specified in the contract.  Contractors shall plan ahead in processing their employees andsubcontractor employees. The contractor shall insert this clause in all subcontracts when the subcontractor is

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 26 of 34

 FINAL 

Page 29: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

permitted to have unclassified access to a federally controlled facility, federally-controlled informationsystem/network and/or to government information, meaning information not authorized for public release.CONTRACTOR’S SECURITY REPRESENTATIVEThe contractor shall designate an employee to serve as the Contractor’s Security Representative.   Within threework days after contract award, the contractor shall provide to the requiring activity’s Security Manager and theContracting Officer, in writing, the name, title, address and phone number for the Contractor’s SecurityRepresentative.  The Contractor’s Security Representative shall be the primary point of contact on any securitymatter.  The Contractor’s Security Representative shall not be replaced or removed without prior notice to theContracting Officer and Command Security Manager.BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FORCONTRACTORS ASSIGNED TO NATIONAL SECURITY POSITIONS OR PERFORMING SENSITIVEDUTIESNavy security policy requires that all positions be given a sensitivity value based on level of risk factors to ensureappropriate protective measures are applied.   Navy recognizes contractor employees under this contract asNon-Critical Sensitive [ADP/IT-II] when the contract scope of work require physical access to a federallycontrolled base, facility or activity and/or requiring access to a DOD computer/network, to perform unclassifiedsensitive duties.  This designation is also applied to contractor employees who access Privacy Act and ProtectedHealth Information (PHI), provide support associated with fiduciary duties, or perform duties that have beenidentified by DON as National Security Positions.  At a minimum, each contractor employee must be a US citizenand have a favorably completed NACLC to obtain a favorable determination for assignment to a non-criticalsensitive or IT-II position.   The NACLC consists of a standard NAC and a FBI fingerprint check plus lawenforcement checks and credit check.  Each contractor employee filling a non-critical sensitive or IT-II position isrequired to complete:

·        SF-86 Questionnaire for National Security Positions (or equivalent OPM investigative product)·        Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission)

·        Original Signed Release Statements

Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result indelaying the individual’s start date.     Background investigations shall be reinitiated as required to ensureinvestigations remain current (not older than 10 years) throughout the contract performance period.   TheContractor’s Security Representative shall contact the Command Security Manager for guidance whenreinvestigations are required.Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the NavyCommand’s Security Manager upon arrival to the Navy command and shall out-process prior to their departure atthe completion of the individual’s performance under the contract.   Employees requiring IT access shall alsocheck-in and check-out with the Navy Command’s Information Assurance Manager.   Completion and approval ofa System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing NavyInformation Technology resources.  The SAAR-N shall be forwarded to the Navy Command’s Security Managerat least 30 days prior to the individual’s start date.   Failure to provide the required documentation at least 30 daysprior to the individual’s start date shall result in delaying the individual’s start date.    The contractor shall ensure that each contract employee requiring access to IT systems or networks completeannual Information Assurance (IA) training, and maintain a current requisite background investigation.  Contractoremployees shall accurately complete the required investigative forms prior to submission to the Navy CommandSecurity Manager.   The Navy Command’s Security Manager will review the submitted documentation forcompleteness prior to submitting it to the Office of Personnel Management (OPM).  Suitability/security issuesidentified by the Navy may render the contractor employee ineligible for the assignment.   An unfavorabledetermination made by the Navy is final (subject to SF-86 appeal procedures) and such a determination does notrelieve the contractor from meeting any contractual obligation under the contract.  The Navy Command’s SecurityManager will forward the required forms to OPM for processing.  Once the investigation is complete, the resultswill be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a determination. If the contractor employee already possesses a current favorably adjudicated investigation, the contractor shallsubmit a Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copy

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 27 of 34

 FINAL 

Page 30: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

VAR directly from the contractor’s Security Representative.   Although the contractor will take JPAS “Owning”role over the contractor employee, the Navy Command will take JPAS "Servicing" role over the contractoremployee during the hiring process and for the duration of assignment under that contract.  The contractor shallinclude the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR.  The VARrequires annual renewal for the duration of the employee’s performance under the contract.BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FORCONTRACTORS ASSIGNED TO OR PERFORMING NON-SENSITIVE DUTIESContractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawnmaintenance, vendor services, etc.) and who require physical access to publicly accessible areas to perform thoseduties shall meet the following minimum requirements:

Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in theUnited States (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DODinstruction) andMust have a favorably completed National Agency Check with Written Inquiries (NACI) including a FBIfingerprint check prior to installation access. 

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

SF-85 Questionnaire for Non-Sensitive PositionsTwo FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission)Original Signed Release Statements

The contractor shall ensure each individual employee has a current favorably completed National Agency Checkwith Written Inquiries (NACI) or ensure successful FBI fingerprint results have been gained and investigation hasbeen processed with OPMFailure to provide the required documentation at least 30 days prior to the individual’s start date may result indelaying the individual’s start date.  * Consult with your Command Security Manager and Information Assurance Manager for local policy when IT-III(non-sensitive) access is required for non-US citizens outside the United States.

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:

Name:  Kazuko ClawsonTelephone: 619-545-5171Email: [email protected]

(b) When, in the opinion of the contractor, a technical direction calls for effort outside the contract statement ofwork, the Contractor shall notify the COR and the Contracting Officer thereof in writing within two (2) workingdays of having received the technical direction in question. The Contractor shall undertake no performance tocomply with the technical direction until the matter has been resolved by the Contracting Officer through formalcontract modification or other appropriate action.

(c) Oral technical directions may be given by the COR only in emergency circumstances, and provided that anyoral technical direction is reduced to writing by the COR within two (2) working days of its issuance.

(d) Amendment to a TDL shall be in writing and shall include the information set forth in paragraph (b) above. ATDL may be amended orally only by the COR in emergencies; oral amendments shall be confirmed in writing   within two (2) working days from the time of the oral communication amending the TDL by a TD modification.

(e) Any effort undertaken by the Contractor pursuant to oral or written technical directions issued other than in

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 28 of 34

 FINAL 

Page 31: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

accordance with the provisions herein shall be at the Contractor’s risk of not recovering related costs incurred andcorresponding proportionate amount of fixed fee, if any.

(f) The COR will act as the Contracting Officer’s representative for technical matters, providing technical directionand discussion as necessary with respect to the specification or statement of work, and monitoring the progressand quality of contractor performance. The COR is not an Administrative Contracting Officer and does not haveauthority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place ofperformance, delivery schedule, or any other terms and conditions of the contract (or delivery/task order), or todirect the accomplishment of effort which goes beyond the scope of the statement of work in the contract (ordelivery/task order).(d) It is emphasized that only a Contracting officer has the authority to modify the terms ofthe contract, therefore, in no event will any understanding, agreement, modification, change order, or other matterdeviating from the terms of the basic contract between the contractor and any other person be effective or bindingon the Government. When/if, in the opinion of the contractor, an effort outside the existing scope f the contract (ordelivery/task order) is requested, the contractor shall promptly notify the PCO in writing. No action shall be takenby the contractor under such direction unless the PCO or ACO has issued a contractual change or otherwiseresolved the issue.

ORGANIZATIONAL CONFLICT OF INTEREST

A.  INTRODUCTION

            In accordance with Federal Acquisition Regulations (FAR Part 9.5), both the contractor and theContracting Officer have an affirmative duty to identify and mitigate actual and potential organizationalconflicts of interest.  The contract requires the Contractor, herein defined, to provide services in supportof Commander Naval Air Force U.S. Pacific Fleet Flying Hour Program and Accounting Office.  Theseservices include administrative and financial support services in connection with Foreign Military Salesand Fleet Readiness Center; database support for the Flying Hour Program, and funds managementservices for Aircraft Operations Maintenance.    The purpose of this “Organizational Conflict of Interest”clause (“OCI Clause” or “clause”) is to ensure that the opinions and recommendations provided in thiscontract are inherently reliable and non-biased; and it will also ensure that information received ordeveloped during performance of this contract will not be improperly exploited to affect competition orreleased in contravention of the Trades Secret Act or the Privacy-Act.     

B.  DEFINITIONS

(1)   "Contractor" means the firm awarded this contract or task order and shall include any affiliate,employee, agent, subcontractor (at any tier), officer, subsidiary or parent contractor. 

(2)  "Offeror" means any firm engaged in, or having a known or prospective interest in, participating asan offeror in response to any solicitation related to or resulting from the procurement.

(3) "Interest" means organizational or financial interest;

(4) "Term of this task order" means the period of performance of any task order issued with thisrestriction, including any extensions thereto; and

(5)  “Contracting Officer” is the warranted Government official signing this contract or task order; he orshe will be identified by name and will be signing the contract or task-order provision incorporating thisOrganizational Conflict of Interest clause. 

C. WARRANTY AGAINST EXISTING CONFLICTS OF INTEREST

By submitting a proposal in response to this contract, the Contractor warrants that neither it, nor itsaffiliates, is an interested offeror in any solicitation requiring it to provide products/services to beevaluated under this contract. 

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 29 of 34

 FINAL 

Page 32: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

By submitting a proposal in response to this contract, the Contractor warrants that neither it, nor itsaffiliates, is an interested offeror in any solicitation where access to listed program business sensitiveinformation, budgetary information, or technical documentation may give it an unfair [e.g. theindependent cost estimate] advantage in developing a competitive proposal for that solicitation , or thecontractor may be unable or potentially unable to render impartial assistance or advice to theGovernment, or the Contractor is otherwise not considered objective or impartial.   [In no event may thecontractor refuse to provide services/support in accordance with contract terms because of a potential oractual organizational conflict of interest that could affect future competitive acquisitions.]

D. PROSPECTIVE RESTRICTIONS ON CONTRACTING

The Contractor, as broadly defined above, agrees that until such time as the current contract iscompleted, plus three years, neither it nor its affiliates shall: a) propose in response to any requirementsarising out of this contract; b) create for themselves an interest in any contract related to or resulting fromthe current support contract; or, c) consult or discuss with any potential offeror any aspects of work underthe contract.The effort to be performed by the Contractor under this contract may create a potentialorganizational conflict of interest on the instant contract or on a future acquisition. In order to avoid thispotential conflict of interest, and at the same time to avoid prejudicing the best interest of theGovernment, the right of the Contractor to participate in future procurement of equipment and/or thefinancial and administrative services that are the subject of any work under this contract shall be limitedas described herein in accordance with the requirements of FAR 9.5.

Accordingly, the Contractor, as broadly defined above, agrees that, during the performance of thiscontract and for a period of three years after completion of performance of this contract, the Contractorshall not furnish to the United States Government, either as a prime contractor or as a subcontractor, oras a consultant to a prime contractor or subcontractor, any system, component or services which is thesubject of the work to be performed under this contract. This exclusion does not apply to anyre-competition for those systems, components, or services furnished pursuant to this contract. 

These restrictions, as others set forth herein, shall survive contract performance and shall be effective forthree (3) years after contract performance, inclusive of options.   As indicated in the definition ofContractors, these terms and conditions shall be binding at all tiers – to include subcontractors, who shallagree in writing to these terms and conditions in their respective subcontracts.

E.  RESTRICTIONS ON DISCLOSURE

                      The Contractor agrees and understands that it may have access to business sensitiveinformation, to include, but not limited to, budget estimates, allocations/appropriations data, project orprogram cost estimates, contract cost estimates.   Contractor and its affiliates shall not, under anycircumstances, disclose or exploit in any way data used or accessed during the course and scope of thiscontract.   Further, Contractor shall abide by the restrictions imposed by the Privacy-Act clause,incorporated herein by reference:  FAR 52.224-1, Privacy Act Notification.  Far 52.224-2, Privacy Act.

            In accordance with FAR 9.505-4, Contractor may access third-party procurement sensitive ortrade-secret information after execution of an agreement with the third-party agreeing to protect theinformation from unauthorized use or disclosure.  Contractor shall immediately notify the ContractingOfficer if it has been tasked to access such data; and, it shall promptly execute an agreement with anythird-party providing that data, prior to reviewing, manipulating or otherwise, accessing such data.  If noagreement is reached (copy to be furnished to the Contracting Officer), the Contractor shall cease anddesist any further actions resulting in accessing third-party trade-secret information and contact theContracting Officer for further guidance.

            In the event it is called into a meeting and/or is tasked to review the data of, and/or monitor theperformance of a third party, Government employee, or military member, it will immediately notify theGovernment and cease and desist such activity as it is contrary to contract terms and conditions and

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 30 of 34

 FINAL 

Page 33: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

may impact contractor’s impartiality and ability to render the services set forth in this contract.

                    If Contractor will access third-party procurement sensitive or trade-secret information, it shallrequire its “affiliates” as defined herein to execute a document defining any financial holdings.  If anaffiliate has in fact a financial conflict of interest (i.e. holds an interest in any such third party and/or acompetitor to that third party), the contractor shall replace that affiliate or employee in accordance withcontract terms and conditions, as set forth herein.  Contractor shall report such action to the ContractingOfficer.

                      Under no circumstances shall any such data be commercially exploited and/or otherwisereleased to any party without the express approval of the Contracting Officer.

F.  GOVERNMENT REMEDY

The Contractor agrees that any breach or violation of the warranties, restrictions, disclosures ornon-disclosures set forth in this conflict of interest clause shall constitute a material and substantialbreach of terms, conditions, and provisions of this task order and that the Government may, in addition toany other remedy available, terminate the contract for default.

Further, the Contractor understands that this clause may serve as support to the contracting officer/officefor finding the contractor ineligible for award.  See FAR Part 9, “Responsibility” determination(s). 

 

 

 

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 31 of 34

 FINAL 

Page 34: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

SECTION I CONTRACT CLAUSES

ALL THE PROVISIONS OF SECTION I CLAUSES IN ACCORDANCE WITH THE BASICSEAPORT-E MAC CONTRACT FOR FIRM-FIXED-PRICE TASK ORDERS APPLY TO THIS TASKORDER PLUS THE FOLLOWING:

52.204-2 SECURITY REQUIREMENTS (AUG 1996)52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS(JUL 2013)52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONSACT (DEC 2010)52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (AUG 2013)52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011)52.223-6 DRUG-FREE WORKPLACE (MAY 2001)52.223-10 WASTE REDUCTION PROGRAM (MAY 2011)52.228-5 INSURANCE -- WORK ON A GOVERNMENT INSTALLATION (JAN 1997)52.228-7 INSURANCE-LIABILITY TO THIRD PERSONS (MAR 1996)52.232-18 AVAILABILITY OF FUNDS (APR 1984)52.232-20 LIMITATION OF COST (APR 1984)52.232-22 LIMITATION OF FUNDS (APRIL 1984)52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS(AUG 2012)52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR1984)52.237-3 CONTINUITY OF SERVICES (JAN 1991)252.204-0001 LINE ITEM SPECIFIC: SINGLE FUNDING (SEP 2009)252.204-7005 ORAL ATTESTATION OF SECURITY RESPONSIBILITY (NOV 2001)252.204-7006 BILLING INSTRUCTIONS (OCT 2005)

252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENTREPORTING (SEP 2015)252.223-7004 DRUG-FREE WORK FORCE (SEP 1988)252.223-7006 PROHIBITION ON STORAGE AND DISPOSAL OF TOXIC AND HAZARDOUSMATERIALS (APR 2012)252.231-7000 SUPPLEMENTAL COST PRINCIPLES (DEC 1991)

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(A) THE GOVERNMENT MAY EXTEND THE TERM OF THIS CONTRACT BY WRITTEN NOTICETO THE CONTRACTOR WITHIN ONE DAY PRIOR TO COMPLETION OF THE BASE PERIOD;PROVIDED THAT THE GOVERNMENT GIVES THE CONTRACTOR A PRELIMINARY WRITTENNOTICE OF ITS INTENT TO EXTEND AT LEAST ONE DAY 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 BECONSIDERED TO INCLUDE THIS OPTION CLAUSE.

(C) THE TOTAL DURATION OF THIS CONTRACT, INCLUDING THE EXERCISE OF ANY OPTIONSUNDER THIS CLAUSE, SHALL NOT EXCEED FIVE YEARS.

5252.232-9400 LIMITATION OF LIABILITY – INCREMENTAL FUNDING (JAN 1992)

THIS CONTRACT IS INCREMENTALLY FUNDED AND THE AMOUNT CURRENTLY AVAILABLEFOR PAYMENT HEREUNDER IS LIMITED TO $130,000.00 INCLUSIVE OF FEE. IT IS ESTIMATEDTHAT THESE FUNDS WILL COVER THE COST OF PERFORMANCE THROUGH 7 MARCH 2015FOR CLIN 7000. SUBJECT TO THE PROVISIONS OF THE CLAUSE ENTITLED “LIMITATION OFFUNDS” FAR 52.232-22 OF THE GENERAL PROVISIONS OF THIS CONTRACT, NO LEGALLIABILITY ON THE PART OF THE GOVERNMENT FOR PAYMENT IN EXCESS OF $130,000.00SHALL ARISE UNLESS ADDITIONAL FUNDS ARE MADE AVAILABLE AND ARE INCORPORATED

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 32 of 34

 FINAL 

Page 35: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

AS A MODIFICATION TO THIS CONTRACT.

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 33 of 34

 FINAL 

Page 36: 6. ISSUED BY CODE N00244 (If other than Item 6) S0514A ...

SECTION J LIST OF ATTACHMENTS

References and Acronyms for PWS

DD1423 Contract Data Requirements List (CDRL) Data Item Number A001

DD254

Table C3.T4 DoD 8570.01M

 CONTRACT NO. N00178-14-D-7721

 DELIVERY ORDER NO. N00178-14-D-7721-NW02

 AMENDMENT/MODIFICATION NO. 11

 PAGE 34 of 34

 FINAL