NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed...

26
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 02 21-Apr-2014 N0007014RCK9201 N/A 6. ISSUED BY CODE N00244 7. ADMINISTERED BY (If other than Item 6) CODE S2404A NAVSUP FLC San Diego, Code 200 3985 Cummings Road San Diego CA 92136-4200 [email protected] 619-556-6834 DCMA Manassas 10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA 20109-2342 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Integrated Systems Analyst dba ISA 2001 North Beauregard Street Alexandria VA 22311-1739 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-05-D-4383-NW01 10B. DATED (SEE ITEM 13) CAGE CODE 5V951 FACILITY CODE 01-May-2012 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) Brian W ODonnell, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Brian W ODonnell 21-Apr-2014 (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 J 1 2

Transcript of NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed...

Page 1: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

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

02 21-Apr-2014 N0007014RCK9201 N/A6.  ISSUED BY CODE N00244 7.  ADMINISTERED BY (If other than Item 6) CODE S2404A

NAVSUP FLC San Diego, Code 200

3985 Cummings Road

San Diego CA 92136-4200

[email protected] 619-556-6834

 

DCMA Manassas

10500 BATTLEVIEW PARKWAY, SUITE 200

MANASSAS VA 20109-2342

 

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

Integrated Systems Analyst dba ISA    2001 North Beauregard Street    Alexandria VA 22311-1739   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-05-D-4383-NW01

    10B.  DATED (SEE ITEM 13)

CAGECODE

5V951 FACILITY CODE   01-May-2012

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 THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.  If by virtue of thisamendment 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 solicitationand 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. 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)

       Brian W ODonnell, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Brian W ODonnell 21-Apr-2014 

(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 J 1 2

Page 2: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

GENERAL INFORMATION

The purpose of this modification is to:

(1) Exercise Option Year 2 CLIN 5102 with full funding - POP 1MAY2014-30APR2015,(2) Assign Ms. Gloria Sembach as Contracting Officer Representative (COR), and(3) Incorporate Wage Determination WD No. 05-2057 (Rev.-14).

Accordingly, said Task Order is modified as follows: Option Year 2 is hereby exercised.  Ms. Gloria Sembach ishereby assigned as this contract's Contracting Officer Representative (COR). WD No. 05-2057 (Rev.-14) isincorporated herein.  All other terms and conditions remain unchanged. A conformed copy of this Task Order isattached to this modification for informational purposes only.

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from by to .

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

5102 O&MN,N

The total value of the order is hereby increased from by to.

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

5102

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 2 of 2 FINAL

 

Page 3: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES  For FFP Items:  Item   PSC  Supplies/Services       Qty  Unit      Unit Price          Total Price                 ------ ---  -----------------       ---- ----      --------------- ----------------                 5000    TECHNICAL SUPPORT                                                              SERVICES FOR                   COMNAVSURFPAC/CON              AVAIRPAC                       FINCANICIAL                    AVAILABILITY                   MAINTENANCE                    BUDGET                         SYSTEMS(FAMBS)     5100   D306  BASE PERIOD LABOR      12.0  MO                                 (O&MN,N)                          5101   D306  OPT YEAR 1 -           12.0  MO                                 Exercised                                     FAR 52.232-18                                 Availability of                               Funds (OM&N)                                  (O&MN,N)                          5102   D306  OPT YEAR 2             12.0  MO                                 Exercised                                     FAR 52.232-18                                 Availability of                               Funds (OM&N)                                  (O&MN,N)                          8000    TRAVEL AND                                                                     MATERIALS WITH                 APPLICABLE BURDEN              EXCLUDING FEE      8100   D306  Travel Costs. All       1.0  LO                                    travel required                               to be in support                              of the PWS and in                             accordancw with                               Joint Travel                                  Regulations.                                  (O&MN,N)                          8101   D306  Travel Costs. All       1.0  LO                                    travel required                               to be in support                              of the PWS and in                             accordancw with                               Joint Travel                                  Regulations.                     

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 1 of 24 FINAL

 

Page 4: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

             (O&MN,N)                                      Option                            8102   D306  Travel Costs. All       1.0  LO                                    travel required                               to be in support                              of the PWS and in                             accordancw with                               Joint Travel                                  Regulations.                                  (O&MN,N)                                      Option                            

COMNAVSURPAC Support Services Proposal Direct Labor Hour:

CLIN 5100 CLIN

5101

CLIN

5102

Seaport-e

Labor Category

     

Systems Engineer (Key Personnel)Program/Contract Manager (KeyPersonnel)Labor Totals

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

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 2 of 24 FINAL

 

Page 5: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

SECTION C DESCRIPTIONS AND SPECIFICATIONS

COMMANDER NAVAL SURFACE FORCES PACIFICFINANCIAL AVAILABILITY MAINTENANCE BUDGET SYSTEM

PERFORMANCE WORK STATEMENT

 

1.0 INTRODUCTION

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

2.0 BACKGROUND

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

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

3.0 SCOPE

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

4.0 REQUIREMENTS

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

4.1 COMNAVSURFPAC SUPPORT RERQUIREMENTS

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 3 of 24 FINAL

 

Page 6: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

4.1.1. On a daily basis assist the Budget Analyst, prepare and disseminate funding authorizationdocuments for all CNO scheduled availabilities, Continuous Maintenance periods, Emergentmaintenance work, Advanced Funding, and Other funding for future maintenance and modernizationevents for CNSP ships.  The extent of this effort covers six Regional Maintenance Centers and morethan 25 maintenance activities worldwide. 

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

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

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

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

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

4.1.7. On a weekly basis, or as needed, demonstrate comprehensive ability to extract and displayfinancial data from FAMBS.  This includes producing query reports, for example a monthly orquarterly report reflecting all Emergent Maintenance expenditures for each Regional MaintenanceCenter.  The query reports must be in a readable format for management review and decision making.

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

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

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

4.1.11. The contractor shall modify the financial database to display specific financial data asdetermined by the Budget Officer and in accordance with the changing requirements of the N43Maintenance Code structure.  The periodicity of these modifications will vary but will most occur ona quarterly basis, depending upon the needs of COMNAVSURPAC and COMNAVAIRPAC.

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

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 4 of 24 FINAL

 

Page 7: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

efficient use.

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

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

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

5.0 SECURITY REQUIREMENTS

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

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

.     DoD 5200.1R Information Security Program

.     DoD 5200.2-R Personnel Security Program

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

.     DD FORM 254 Contract Security Classification Specification

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

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

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

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

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

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 5 of 24 FINAL

 

Page 8: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

e.    Purpose of visit. 

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

An application for a Contractor's access Card (CAC) will be initiated by a DoD employee via theContractor Verification System (CVS) using the submitted VAL.  The CAC will be used to gainphysical access to DoD installations and logical access to DoD resources and sensitiveinformation.  When the CAC is no longer required, the Contractor or Program manager willrecover the CAC from the Contractor employee and return the CAC to the DoD CVS TrustedAgent (TA).

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

6.0 ADDITIONAL REQUIREMETNS

The contractor shall be responsible for safeguarding all government furnished equipment,information, and property provided for contractor use.  At the close of each work period,government facilities, equipment, and materials shall be secured.

7.0 PERFORMANCE LOCATION

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

7.2. Hours of Operation:  The contractor is responsible for conducting business, between the hours of0730-1600 Monday through Friday except Federal holidays or when the government facility isclosed due to local or national emergencies, administrative closings, or similar government directedfacility closings.  For other than firm fixed price contracts, the contractor will not be reimbursedwhen the government facility is closed for the above reasons.  The Contractor must at all timesmaintain adequate workforce for the uninterrupted performance of all tasks defined within this PWSwhen the government facility is not closed for the above reasons.  When hiring personnel, thecontractor shall keep in mind that the stability and continuity of the workforce are essential.

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

8.0 GOVERNMENT FURNISHED PROPERTY (GFP)

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

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

9.0 CONTRACTOR DELIVERABLES

The contractor shall submit the following requirements:

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

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 6 of 24 FINAL

 

Page 9: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

10.0 QUALITY SURVEILLENCE & PERFORMANCE STANDARDS

The government shall evaluate the contractor’s performance under this contract in accordance withthe Quality Assurance Surveillance Plan (QASP).  This plan is primarily focused on what thegovernment must do to ensure that the contractor has performed in accordance with theperformance standards.  It defines how the performance standards will be applied, the frequency ofsurveillance, and the minimum acceptable quality level(s).

11.0 TRAVEL REQUIREMENTS

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

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

12.0 ACRONYMS

ACOR              Alternate Contracting Officer’s Representative

CCE                 Contracting Center of Excellence

CFR                 Code of Federal Regulations

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

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

CONUS           Continental United States (excludes Alaska and Hawaii)

COTR              Contracting Officer’s Technical Representative

COTS               Commercial-Off-the-Shelf

DD250             Department of Defense Form 250 (Receiving Report)

DD254             Department of Defense Contract Security Requirement List

DFARS                        Defense Federal Acquisition Regulation Supplement

DMDC             Defense Manpower Data Center

DOD                Department of Defense

FAMBS            Financial Availability Maintenance Budget System

FAR                 Federal Acquisition Regulation

KO                   Contracting Officer

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 7 of 24 FINAL

 

Page 10: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

OCI                  Organizational Conflict of Interest

OCONUS         Outside Continental United States (includes Alaska and Hawaii)

ODC                Other Direct Costs

PIPO                Phase In/Phase Out

POC                 Point of Contact

PRS                  Performance Requirements Summary

PWS                 Performance Work Statement

QA                   Quality Assurance

QAP                 Quality Assurance Program

QASP               Quality Assurance Surveillance Plan

QC                   Quality Control

QCP                 Quality Control Program

TE                    Technical Exhibit

TOM                Task Order Manager

13.0 APPLICABLE PUBLICATIONS

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

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 8 of 24 FINAL

 

Page 11: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

SECTION D PACKAGING AND MARKING

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

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

All Deliverables shall be IAW Best Commercial Practice.

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 9 of 24 FINAL

 

Page 12: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

SECTION E INSPECTION AND ACCEPTANCE

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

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 10 of 24 FINAL

 

Page 13: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

SECTION F DELIVERABLES OR PERFORMANCE

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

   

5100 5/1/2012 - 4/30/2013

5101 5/1/2013 - 4/30/2014

5102 5/1/2014 - 4/30/2015

8100 5/1/2012 - 4/30/2013

CLIN - DELIVERIES OR PERFORMANCE

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

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

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 11 of 24 FINAL

 

Page 14: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

SECTION G CONTRACT ADMINISTRATION DATA

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

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

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

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

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

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

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

-- Select Combo for Supplies, or Supplies ANDFFP Services.

-- Select Cost Voucher for all Cost TypeContracts.

If none of the above applies, please call1-877-251-9293.

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

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

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

Ship To DoDAAC (for Combo),

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

 N53824 -(Enter DODAAC (plus extension if applicable)

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

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

DCAA Office DODAAC (Usedon Cost Voucher’s only)

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

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 12 of 24 FINAL

 

Page 15: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

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

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

Contract if applicable)

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

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

Name Email Phone Role Gloria Sembach  [email protected]  619-545-2832 Certifier/COR/TOM Patricia Curely [email protected]  619-437-2384 Acceptor                     

 N00244G108     CONTRACT ADMINISTRATION APPOINTMENTS AND DUTIES (OCT 1995) (FISCSAN DIEGO)

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 regarding thefunctions assigned.

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

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

                Mr. James L. Browley, Contracting Officer                NAVSUP FLC San Diego, Code 220                3985 Cummings Road                San Diego, CA  92136-4000                 e-mail:[email protected]                Phone: 619-556-5226   

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

Post award administration will be determined at time of award.

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

                 NOT APPLICABLE AT THIS TIME.

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

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 13 of 24 FINAL

 

Page 16: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

                 TBD

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

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

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

Ms. Gloria SembachSouthwest Regional Maintenance Center3755 Brinser St. Ste. 1San Diego, CA 92136UIC 55236Email: [email protected]: 619-545-2832 - desk (prefered); 619-571-3015 - cell

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

6.  TECHNICAL ASSISTANT, if assigned by the requiring activity, is responsible for providing technicalassistance and support to the COR in contract administration by:  NOT APPLICABLE 

7.  ORDERING OFFICER is responsible for:  NOT APPLICABLE

8.       Contract Negotiator                     Mr. Isabelito M. CabanaNAVSUP FLC San Diego, Code 2203985 Cummings RoadSan Diego, CA  92136-4000 E-mail: [email protected]: 619-556-6834 

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

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

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

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 14 of 24 FINAL

 

Page 17: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

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

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

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

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

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

 

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------5100  LLA : AA 1721804 70BA 257 00070 R 045924 2D CK3104 0007023104KP   8100 N0007012RCK3104  LLA : AA 1721804 70BA 257 00070 R 045924 2D CK3104 0007023104KP    BASE Funding  Cumulative Funding   MOD 01  5101 N0007012RCK2196  LLA : AB 1731804 70BA 257 00070 R 045924 2D CK2196 0007032196KP    MOD 01 Funding  Cumulative Funding   MOD 02  5102 N0007014RCK9201  LLA : AC 1741804 70BA 257 00070 R 045924 2D CK9201 0007049201KP  

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 15 of 24 FINAL

 

Page 18: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

  MOD 02 Funding  Cumulative Funding  

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 16 of 24 FINAL

 

Page 19: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

SECTION H SPECIAL CONTRACT REQUIREMENTS

SECTION H SPECIAL CONTRACT REQUIREMENTS

 CONTRACT ADMINISTATION PLAN

CONTRACT ADMINISTRATION PLAN (CAP)FOR FIXED PRICE CONTRACTS

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

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

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

2.  The Contract Administration Office (CAO) is responsible for matters specified in the FAR 42.302 and DFARS42.302 except those areas otherwise designated as the responsibility of the Contracting Officer's Representative(COR) or someone else herein.  

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

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

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

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

                 b.  Contract Surveillance

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

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 17 of 24 FINAL

 

Page 20: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

were government employees and would constitute transforming the contract into one for personal services.

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

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

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

             c.  Invoice Review and Approval/Inspection and Acceptance

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

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

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

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

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

      e.  Administrative Duties

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

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

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

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

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 18 of 24 FINAL

 

Page 21: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

                         

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

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

     i.  Written Report/Contract Completion Statement. 

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

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

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

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

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

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

Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implementFederal security standards for Federal employees and contractors.  The Deputy Secretary of Defense Directive-TypeMemorandum (DTM) 08-006 – “DoD Implementation of Homeland Security Presidential Directive – 12(HSPD-12)” dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives.  This clause applies to contractoremployees requiring physical access to any area of a federally controlled base, facility or activity and/or requiringaccess to a DoD computer/network, to perform certain unclassified both non-sensitive and sensitive duties.  It is theresponsibility of the command/facility where the work is performed to ensure compliance. 

The requirement to control access to sensitive information applies to all US government IT systems and/or areaswhere unclassified but sensitive information may be discussed, displayed or maintained.  DON policy prescribes thatall unclassified data that has not been approved for public release and is stored on mobile computing devises mustbe treated as sensitive data and encrypted using commercially available encryption technology. Whenever grantedaccess to sensitive information, contractor employees shall follow applicable DoD/DoN instructions, regulations,policies and procedures when reviewing, processing, producing, protecting, destroying and/or storing that

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 19 of 24 FINAL

 

Page 22: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

information.  Operational Security (OPSEC) procedures and practices must be implemented by both the contractorand contract employee to protect the product, information, services, operations and missions related to the contract.The contractor shall designate an employee to serve as the Contractor’s Security Representative.  Within three workdays after contract award, the contractor shall provide to the Navy Command’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. 

 Non-Sensitive Positions

Contractor 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 the US (asrequired by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and

Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a Federal Bureauof Investigation (FBI) fingerprint 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 Positions

Two FD-258 Applicant Fingerprint Cards

Original Signed Release Statements

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

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

Sensitive Positions

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

SF-85P Questionnaire for Public Trust Positions

Two FD-258 Applicant Fingerprint Cards

Original Signed Release Statements

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

IT Systems Access

When access to IT systems is required for performance of the contractor employee’s duties, such employees shall

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 20 of 24 FINAL

 

Page 23: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

in-process with the Navy Command’s Security Manager and Information Assurance Manager upon arrival to theNavy command and shall out-process prior to their departure at the completion of the individual’s performance underthe contract.  Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is requiredfor all individuals accessing Navy Information Technology resources.  The SAAR-N shall be forwarded to the NavyCommand’s Security Manager at least 30 days prior to the individual’s start date.  Failure to provide the requireddocumentation at least 30 days prior to the individual’s start date shall result in delaying the individual’s start date.

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

Security Approval Process

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

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

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

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

ORGANIZATIONAL CONFLICT OF INTEREST

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

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 21 of 24 FINAL

 

Page 24: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

SECTION I CONTRACT CLAUSES

52.216-1     TYPE OF CONTRACT (APR 1984)

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

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

(a) The Government may extend the term of this contract by written notice to the Contractor prior tocontract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent toextend  before the contract expires. The preliminary notice does not commit the Government to an extension.

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

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36months

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

(a) Definition.

"Small business concern," as used in this clause, means a concern, including its affiliates, that is independentlyowned and operated, not dominant in the field of operation in which it is bidding on Government contracts, andqualified as a small business under the size standards in this solicitation.

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

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

(2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and16.505(b)(2)(i)(F).

(c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are notsmall business concerns shall be considered nonresponsive and will be rejected.

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

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

(End of clause)

52.232-18     AVAILABILITY OF FUNDS (APR 1984)

Funds are not presently available for this contract. The Government's obligation under this contract is contingentupon the availability of appropriated funds from which payment for contract purposes can be made. No legal liabilityon the part of the Government for any payment may arise until funds are made available to the Contracting Officer forthis contract and until the Contractor receives notice of such availability, to be confirmed in writing by theContracting Officer.

(End of clause)

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

(a) "Definition.  Contracting officer's representative" means an individual designated in accordance with subsection201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 22 of 24 FINAL

 

Page 25: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

officer to perform specific technical or administrative functions.

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

(End of clause)

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

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

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

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

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

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

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

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

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

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

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

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

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

(End of clause)

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 23 of 24 FINAL

 

Page 26: NAVSUP FLC San Diego, Code 200 DCMA Manassas … · FAMBS is a non-commercial application developed using Team Builder, a Radical Application ... report maintenance, answering emails,

SECTION J LIST OF ATTACHMENTS

ATTACHMENT 1 - DD 254 Contract Security Classification Specification

ATTACHMENT 2 - SUPPLEMENTAL TECHNICAL EVALUATIONS BOARD REPORT (TEBR)

ATTACHMENT 3 - FAMBS TECHNICAL EVALUATION REPORT

ATTACHMENT 4 - Wage Determination

ATTACHMENT 5 - CDRLs

ATTACHMENT 6 - Quality Assurance Surveillance Plan

ATTACHMENT 7 - WD05-2057Rev14

 CONTRACT NO.

 N00178-05-D-4383 DELIVERY ORDER NO.

 NW01 AMENDMENT/MODIFICATION NO.

 02 PAGE

 24 of 24 FINAL