50
1. CONTRACT NO. N00178-04-D-4106 2. DELIVERY ORDER NO. JN01 3. EFFECTIVE DATE 2014 Nov 29 4. PURCH REQUEST NO. N/A 5. PRIORITY Unrated 6. ISSUED BY CODE N62470 7. ADMINISTERED BY CODE N62470 8. DELIVERY FOB NAVFAC ATLANTIC 6506 Hampton Blvd. Norfolk VA 23508-1278 NAVFAC ATLANTIC 6506 Hampton Blvd. Norfolk VA 23508-1278 DEST NATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1S6K2 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X F BUSINESS IS Professional Analysis 3703 Mount Airey Lane Annandale VA 22003 X SMALL 12. DISCOUNT TERMS Net 30 Days WIDE AREA WORK FLOW SMALL DISADVANTAGED WOMEN-OWNED 13. MAIL INVOICES TO THE ADDRESS N BLOCK See Section G 14. SH P TO CODE 15. PAYMENT W LL BE MADE BY CODE N68732 MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. See Section D DFAS Cleveland Anthony J. Celebrezze Federal Building, 1240 East 9th Street Cleveland OH 44199-2055 16. TYPE OF ORDER DELIVERY/ CALL X This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract. PURCHASE Reference your furnish the following on terms specified herein. ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. Professional Analysis Jim Lester President _____________________________________ _____________________________________ ______________________________________________ ____________________________ NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED (YYYYMMDD) If this box is marked, supplier must sign Acceptance and return the following number of copies: 17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE See Schedule 18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY ORDERED/ ACCEPTED * 21. UNIT 22. UNIT PRICE 23. AMOUNT See Schedule *If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle. 24. UNITED STATES OF AMERICA 25. TOTAL 26. DIFFERENCES BY: 11/05/2014 CONTRACTING/ORDERING OFFICER 27a. QUANTITY N COLUMN 20 HAS BEEN INSPECTED RECEIVED ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED: ___ ___________________________________________________ b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE c. DATE d. PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE e. MA L NG ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28. SHIP NO. 29. D.O. VOUCHER NO. 30. INITIALS PARTIAL 32. PAID BY 33. AMOUNT VERIF ED CORRECT FOR f. TELEPHONE g. E-MAIL ADDRESS FINAL 31. PAYMENT 34. CHECK NUMBER 36. I CERT FY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. COMPLETE a. DATE b. SIGNATURE AND TITLE OF CERTIFY NG OFFICER PARTIAL 35. BILL OF LADING NO. FULL 37. RECEIVED AT 38. RECEIVED BY (Print) 39. DATE RECEIVED 40. TOTAL CON-TA NERS 41. S/R ACCOUNT NUMBER 42. S/R VOUCHER NO. DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF 2

DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

1. CONTRACT NO.

N00178-04-D-41062. DELIVERY ORDER NO.

JN013. EFFECTIVE DATE

2014 Nov 294. PURCH REQUEST NO.

N/A5. PRIORITY

Unrated6. ISSUED BY CODEN62470 7. ADMINISTERED BY CODE N62470 8. DELIVERY FOB

NAVFAC ATLANTIC6506 Hampton Blvd.Norfolk VA 23508-1278

NAVFAC ATLANTIC6506 Hampton Blvd.Norfolk VA 23508-1278

  DEST NATION

  OTHER

 (See Schedule if other)

9. CONTRACTOR CODE1S6K2 FACILITY 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X F BUSINESS IS

Professional Analysis3703 Mount Airey LaneAnnandale VA 22003

 X SMALL

12. DISCOUNT TERMS

Net 30 DaysWIDE AREA WORK FLOW

    SMALLDISADVANTAGED

   WOMEN-OWNED

13. MAIL INVOICES TO THE ADDRESS N BLOCK

See Section G14. SH P TO CODE   15. PAYMENT W LL BE MADE BY CODE N68732 MARK ALL

PACKAGES ANDPAPERS WITH

IDENTIFICATIONNUMBERS IN

BLOCKS 1 AND 2.

See Section D DFAS ClevelandAnthony J. Celebrezze Federal Building, 1240 East 9th StreetCleveland OH 44199-2055

16.TYPE

OFORDER

DELIVERY/CALL

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

PURCHASE  Reference your   furnish the following on terms specified herein.

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

 Professional Analysis    Jim Lester President

  

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

(YYYYMMDD)

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

17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE

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

ORDERED/ACCEPTED *

21. UNIT 22. UNIT PRICE 23. AMOUNT

  See Schedule        

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

24. UNITED STATES OF AMERICA 25. TOTAL

26.DIFFERENCES

 

BY:        11/05/2014CONTRACTING/ORDERING OFFICER

 

27a. QUANTITY N COLUMN 20 HAS BEEN

  INSPECTED   RECEIVED  ACCEPTED, AND CONFORMS TOTHE CONTRACT EXCEPT ASNOTED: ___ ___________________________________________________

b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 c. DATE

 d. PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENTREPRESENTATIVE

 

 e. MA L NG ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 28. SHIP NO.

 29. D.O. VOUCHER NO.

 30. INITIALS  

 

 PARTIAL 32. PAID BY

 33. AMOUNT VERIF ED CORRECT FOR

 f. TELEPHONE

 g. E-MAIL ADDRESS

   FINAL

31. PAYMENT 34. CHECK NUMBER

 36. I CERT FY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. 

COMPLETE

a. DATE

 b. SIGNATURE AND TITLE OF CERTIFY NG OFFICER

   PARTIAL 35. BILL OF LADING NO.

 

 FULL

37. RECEIVED AT

 38. RECEIVED BY (Print)

 39. DATE RECEIVED

 40. TOTALCON-TA NERS

 

41. S/R ACCOUNT NUMBER

 42. S/R VOUCHER NO.

 

DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. 

                                                                              

ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF

2

Page 2: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

GENERAL INFORMATION

GENERAL INFORMATION

Award of this task order includes Amendments 0001 through 0005 and accepts your original proposal .  The following elements of Professional Analysis, Inc.'s proposal

submitted in response to Solicitation N00024-14-R-3252 are hereby incorporated into the contract as follows: 1. Attachment 2, Labor Hours and Skill Tables by reference.2. Attachment 7 (Rev.2.), Cost Summary Format Workbook, Tab titled "Prime Cost for Award" byreference.3.  Attachment 14, Indirect Rate Build Up by reference.4. Technical proposal and revised technical proposal are incorporated by reference.

  

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 2 of 2 FINAL

 

Page 3: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

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 R408 BASE YEAR The Contractor isto provide

the program management, engineering,

logistics, requirements analysis,

data management and analysis, and

financial management support for

NAVFAC Headquarters Expeditionary

Program Office (NEPO) in accordance

with the Performance Work Statement

inSection C. Totalestimated hours:

for all labor categories.

(O&MN,N)

1.0 LO

700001 R408 (O&MN,R)

700002 R408 (O&MN,N)

700003 R408 (O&MN,N)

7100 R408 OPTION YEAR ONE The Contractor isto

provide the program management,

engineering, logistics, requirements

analysis, data management and

analysis, and financial management

support for NAVFAC Headquarters

Expeditionary Program Office (NEPO)

in accordance with the Performance

Work Statement inSection C.

Totalestimated hours: for all

labor categories.(O&MN,N)

1.0 LO

Option

7200 R408 OPTION YEAR TWO The Contractor isto

provide the program management,

engineering, logistics, requirements

analysis, data management and

analysis, and financial management

support for NAVFAC Headquarters

Expeditionary Program Office (NEPO)

in accordance with the Performance

Work Statement inSection C.

Totalestimated hours: for all

labor categories.(O&MN,N)

1.0 LO

Option

7300 R408 OPTION YEAR THREE The Contractor isto

provide the program management,

engineering, logistics, requirements

analysis, data management and

analysis, and financial management

1.0 LO

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 1 of 48 FINAL

 

Page 4: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

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

support for NAVFAC Headquarters

Expeditionary Program Office (NEPO)

in accordance with the Performance

Work Statement inSection C.

Totalestimated hours: for all

labor categories.(O&MN,N)

Option

7400 R408 OPTION YEAR FOUR The Contractor isto

provide the program management,

engineering, logistics, requirements

analysis, data management and

analysis, and financial management

support for NAVFAC Headquarters

Expeditionary Program Office (NEPO)

in accordance with the Performance

Work Statement inSection C.

Totalestimated hours: for all

labor categories.(O&MN,N)

1.0 LO

Option

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9000 R408 ODCs/Travel in support of CLIN 7000. (O&MN,N) 1.0 LO

900001 R408 KBS NEPO ODC/Travel (O&MN,N)

9100 R408 OPTION YEAR ONE ODCs/Travel in support of CLIN 7100. (O&MN,N) 1.0 LO

Option

9200 R408 OPTION YEAR TWO ODCs/Travel in support of CLIN 7200. (O&MN,N) 1.0 LO

Option

9300 R408 OPTION YEAR THREE ODCs/Travel in support of CLIN 7300. (O&MN,N) 1.0 LO

Option

9400 R408 OPTION YEAR FOUR ODCs/Travel in support of CLIN 7400. (O&MN,N) 1.0 LO

Option

NOTE A:  Contract Type Summary for Payment Office:

The base period of the task order and Option Periods (if exercised) will be Cost Plus Fixed-Fee.    

NOTE B:  OTHER DIRECT COST

These items are non-fee bearing CLINS and shall be priced as cost only.  Non-fee bearing refers to fee, not allowable indirect costsor burdens.

NOTE C:  NOT SEPARATELY PRICED

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 2 of 48 FINAL

 

Page 5: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

Price of data deliverables is included in the price of Labor CLIN(s).  Offeror shall not set out separate prices for these Line Items. 

NOTE D:  TRAVEL COSTS

The Contractor shall be reimbursed for its reasonable actual travel costs in accordance with FAR 31.205-46. The costs to bereimbursed shall be those costs accepted by the cognizant DCAA.

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 3 of 48 FINAL

 

Page 6: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

SECTION C DESCRIPTIONS AND SPECIFICATIONS

Performance Work Statement (PWS)

NAVFAC Expeditionary Programs Office (NEPO)

04/22/2014

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 4 of 48 FINAL

 

Page 7: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

 

1.0 Introduction................................................................................................................... 5

2.0 Background.................................................................................................................. 5

2.1 NEPO Mission.............................................................................................................. 5

2.2 NEPO Product Group................................................................................................... 6

2.3 Engineering and Technical Analysis............................................................................ 7

2.4 Integrated Logistics Support......................................................................................... 8

2.5 TOA Requirements Analysis and Data Management................................................... 8

2.6 Business and Financial Management.......................................................................... 8

3.0 Scope........................................................................................................................... 9

3.1 Place of Performance................................................................................................... 9

3.2 Work Schedule and Federal Holidays.......................................................................... 9

3.3 Non-Personal Services and Inherently Governmental Functions............................... 10

3.4 Skill Sets Required and Estimated Level of Effort...................................................... 10

4.0 Performance Requirements........................................................................................ 11

4.1 Program Management Support.................................................................................. 11

4.2 Systems Engineering and Technical Support............................................................. 14

4.3 Integrated Logistics Support....................................................................................... 19

4.4 Table of Allowance (TOA) Requirements Analysis and Data Management Support. 22

4.5 Business and Financial Management Support........................................................... 26

4.6 Electrical Engineering Support for the Software Support Activity in Jacksonville, FL. 31

4.7 MRAP Transfer and Enduring Requirement Support................................................. 33

4.8 Transition Plan............................................................................................................ 37

4.9 Periodic Status Meetings and Reporting.................................................................... 39

5.0 Contractor Manpower Reporting................................................................................ 41

6.0 Related Documents.................................................................................................... 41

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 5 of 48 FINAL

 

Page 8: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

7.0 Contractor Travel and Other Direct Costs (ODC)....................................................... 42

7.1 Non-Local Travel........................................................................................................ 42

7.2 Local Travel................................................................................................................ 43

7.3 Travel Requests......................................................................................................... 43

7.4 Travel Reports............................................................................................................ 43

7.5 Other Direct Costs (ODC)........................................................................................... 43

8.0 Security....................................................................................................................... 44

8.1 Defense Information Assurance Certification and Accreditation Process (DIACAP).. 44

8.2 Non-Public Government Data Requirements............................................................. 44

8.3 Safeguards................................................................................................................. 44

8.4 Common Access Card (CAC) Requirements............................................................. 45

8.5 Privacy Breach........................................................................................................... 45

9.0 Government Furnished Property/Equipment/Information (GFP/GFE/GFI)................. 45

9.1 Deliverables................................................................................................................ 45

9.2 Transfer of GFP/GFE................................................................................................. 45

9.3 GFE to be Provided During Transition Period............................................................ 45

9.4 Reporting of GFE........................................................................................................ 46

9.5 Requests for Additional GFP/GFE.............................................................................. 46

9.6 Maintaining GFP/GFE................................................................................................ 46

10.0 Quality Control.......................................................................................................... 46

11.0 Quality Assurance.................................................................................................... 46

11.1 Government’s Rights to Inspection and Surveillance............................................... 46

11.2 Corrective Action Report (CAR)............................................................................... 47

11.3 Critical Performance Elements and Acceptable Quality Levels................................ 47

12.0 Organizational Conflicts of Interest........................................................................... 47  

Performance Work Statement (PWS)

1.0 Introduction

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 6 of 48 FINAL

 

Page 9: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

The NAVFAC Expeditionary Program Office (NEPO) provides the Systems Command(SYSCOM) and Table of Allowance (TOA) management, acquisition and product life cyclesupport per the SECNAVINST 5400.15C. This contract provides the program management,engineering, logistics, requirements analysis, data management and analysis, and financialmanagement support to NEPO.  Program management support consists of making technical andprogrammatic recommendations based on acquisition policies, such as Department of Defense(DoD) 5000 series regulations, and providing administrative, training, and limited informationsystems support. Engineering and logistics support consists of making technical and analyticalrecommendations based on prevailing Navy systems and DoD standards and regulations.Engineering and logistics recommendations will relate to the design, manufacturing,  operation,and maintenance of vessels and expeditionary equipment. The NEPO mission and details of theequipment managed by its constituent offices are described in Section 2.0. Section 4.0 provides adescription of services.  Attachment 1 is the performance requirements summary which describesthe contractor performance standards and contract monitoring methods. Attachment 2 provides atable of labor hours required for the various skill sets and skill levels needed to perform theservices requested.  Attachment 3 is recommended format for the staffing plan as required inSubsection 13.2.2.2.  Attachment 4 is the Past Performance Questionnaire to be provided ifCPARS information is not available on the contractor.

2.0 Background

2.1 NEPO Mission

NEPO provides the SYSCOM and TOA support to Navy Expeditionary Forces perSECNAVINST 5400.15C; supporting the Naval Expeditionary Combat Command (NECC),Naval Beach Groups (NBG) and other Navy expeditionary forces.  NEPO provides TOAmanagement, systems acquisition, equipment life cycle management, and commodities integrationby coordinating services from other Systems Commands and logistics agencies. Accordingly,NEPO provides budget and schedule management in support of SYSCOM and TOA relatedactivities. NEPO’s objective is to meet the Navy Mission Essential Task Lists (NMETS) andRequired Operational Capability and Projected Operational Environment (ROC/POE) relative toExpeditionary systems and materiel; including, civil engineering support equipment, civilengineering end items, logistics-over-the-shore, and tent camp and tools. Additionally, NEPOprovides Expeditionary and facilities information technology systems and Organizational clothingfor Navy Expeditionary Forces.

NEPO is typically a post milestone C (Defense Acquisition Management System) in theacquisition cycle and looks for solutions that are production ready and able to deploy. Inaccordance with DFARS PGI 208.7006 and SECNAVINST 5400.15C, NAVFAC usescoordinated acquisition partners to acquire required equipment and services that fall with theirassigned areas, utilizing inter/intra agency acquisition process. To fulfill its ROC/POErequirements, NEPO seeks to use commercial-off-the shelf (COTS) products or COTS withmilitary modifications; thus, minimizing the cost of developing unique Navy material solutions.NEPO also considers solutions within the Abbreviated Acquisition Programs (AAP) category.The management framework prescribed for AAPs is designed to accommodate relatively small,

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 7 of 48 FINAL

 

Page 10: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

low-risk and low-cost acquisition and modification programs.

2.2 NEPO Product Group

The Product Group (PG) is the NEPO SYSCOM office that provides program management ofexpeditionary equipment and craft per SECNAVINST 5400.15C. The NEPO PG consists of sixprogram areas.

2.2.1 Expeditionary Motor Transport

The Motor Transport Program provides a survivable fire and maneuver capability and the abilityto move materiel and personnel within both benign and hostile environments. The programprovides tactical and commercial systems, trailers and specialized trucks to the warfighter byleveraging other SYSCOM partners. Major programs leveraged from other services include fourACAT I designated programs: HMMWV, MRAP, MTVR and JLTV.  The program is responsiblefor the full system life cycle management of over 7,900 wheeled systems.

2.2.2 Heavy Construction

The Heavy Construction Program consists of a family of systems intended to accomplish largescale horizontal and vertical construction projects to include, but not limited to roads, berms,expeditionary airfields and medical facilities, tent camps, pile driving, heavy lift and weighthandling. Specifically, the assets include: loaders, rollers, scrapers, tractor/crawlers, graders,cranes, dump trucks, concrete pump trucks, asphalt plants, concrete plants, rock crushers, piledrivers, pile extractors, rock drills and forklifts.  These assets also perform mineral operationssuch as rock crushing, excavation, well drilling, and ground water access.

2.2.3 Light Construction

The Light Construction Program provides support to the Expeditionary Navy in the design,engineering, supportability and configuration control of fuel, power and water capabilities. Thespecific areas of specialty include: Water and Fuel Support Products; Power and EnvironmentalSupport Products; Construction and Tool Support Products.  The products are primarily COTStechnologies which have been developed by other DoD services and integrated into workingconfigurations to meet Navy requirements.

2.2.4 Expeditionary Facilities

The Expeditionary Facilities Program provides support to the Expeditionary Navy in the design,engineering, supportability and configuration control of Berthing, Hygiene, Food Services,Command and Control, Administration, maintenance, Warehousing and Health Servicescapabilities. The program products are primarily COTS technologies which have been developedby other DoD services and integrated into working configurations to meet Navy requirements. The program also provides force wide container management strategies and configured containeroversight, development and engineering.

2.2.5 Personal Gear Infantry/Organizational Clothing

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 8 of 48 FINAL

 

Page 11: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

The Personal Gear Infantry/Organizational Clothing (PGI) program provides support to theExpeditionary Navy in the design, engineering, supportability, procurement and configurationcontrol of personal tactical and combat gear and organizational clothing. The PGI programprovides systems engineering support and analysis to ensure that the warfighter is provided withthe proper material solutions to meet ROC/POE requirements. This involves executing the role ofthe end user "advocate in which critical support and liaison functions are provided betweenMarine Corps Systems Command and the type commanders, and also coordinating with othermilitary services.

2.2.6 NEPO Sealift Support Program Office

The Sealift Support Program provides support to the Naval Beach Groups in the design,engineering, supportability and configuration control of systems to support the Joint/Logisticsover the Shore (JLOTS/LOTS) capability, which provides materiel from ship to shore overunimproved shorelines and damaged and/or shallow ports.  The systems supported include theImproved Navy Lighterage System (INLS); Maritime Prepositioning Force-Utility Boats(MPF-UB); Lighter, Amphibious Resupply Craft (LARC-V); and Elevated Causeway-Modular(ELCAS-M), located at both Fleet unit homeports in Little Creek, VA and Coronado, CA; BlountIsland Command, Jacksonville, FL; and aboard deployed naval vessels.

2.3 Engineering and Technical Analysis

NEPO is responsible for implementing a comprehensive engineering and programmatic supporteffort for the systems and equipment in the expeditionary TOAs. Within this framework exists arequirement to assess viable Non Development Initiative (NDI) technologies and performquantitative tradeoff analyses. These activities require a technical knowledge of a range ofexpeditionary equipment and technical knowledge of systems engineering, analytical, and logisticssupport to evaluate candidate technologies and define mission requirements; ability to quantifyresults using applied modeling and simulation. Critical aspects of support include appliedengineering expertise in both product assessment and testing and analysis of program andstrategy risk. Additional effort includes developing, or updating program documentationcoincident with schedules, providing subject matter expertise to Integrated Product Teams (IPT),and coordinating a comprehensive logistics effort to ensure Fleet readiness/sustainment goals aremet.

2.4 Integrated Logistics Support

NEPO is responsible for providing life cycle logistics support for the Expeditionary TOAs. Insupport of sustainment and logistics requirements, NEPO develops provisioning support plansand life cycle estimates for supported equipment.  NEPO focuses on mitigation of obsolescenceimpacts, business case analysis for investment in enhancements, and related issues, such as cost,technical and schedule impacts affecting decisions to extend service life, reduce life cycle costand/or pursue other product solutions. Within this framework are requirements for themanagement, coordination, and conduct of new equipment training development, commercialsupply chain assessments, warranty services, and IPT participation. Increased support for costmanagement, acquisition analysis and documentation, and reporting will be required for all

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 9 of 48 FINAL

 

Page 12: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

programs. Ancillary actions include developing, or updating program documentation coincidentwith schedules, participating in IPTs with subject expertise, and coordinating a comprehensiveeffort to ensure Operational Forces (OPFOR) readiness/sustainment goals are met. Criticallogistics requirements include production and fielding support and maintaining accountability tothe operating forces, tracking requirements inputs, and coordinating actions between the programoffice, resource sponsor and supported Commands.

2.5 TOA Requirements Analysis and Data Management

The TOA Requirements Division develops and modifies TOAs through appropriaterequirements and risk analysis processes, identifying and documenting the materiel solutions tosupport warfighter requirements. The Division continuously assesses the TOAs to traceinvestments to capabilities and to develop courses of actions to achieve the greatest return inreadiness for available resources.  The Division maintains the TOA data set through a series ofcollaborative processes with the Systems Commands, Fleet and Office of the Chief of NavalOperations (OPNAV). The processes relate to all aspects of the line item (lowest level item inthe TOA data set, e.g., a National Stock Number item), assembly (a capability created frommultiple line items), and facility/group (a stand-alone capability created from several assembliesor grouping of like assemblies) management. By applying disciplined requirements/capabilitiesanalysis and ensuring the TOAs are treated as a system of systems, the team ensures the TOAsreflect the systems and materials needed by the warfighter for current and future operations.

2.6 Business and Financial Management

NEPO is responsible for supporting an effective business management strategy that provides theability to develop sound business and investment solutions, as well as to maintain the processmechanics necessary to support efficient financial operations support within the program office.There are specific requirements for general financial management, including business andinvestment analysis supporting Program Objective Memorandum (POM) development,administrative actions necessary to maintain budget controls and track performance, anddevelopment of budget exhibits, and other products of the Planning, Programming and BudgetingExecution System (PPBES). Additionally, NEPO is responsible for supporting the overalleffectiveness of the technical management program by developing and maintaining acorresponding Work Breakdown Structure (WBS) consistent with program objective and ensuring(at a minimum) quarterly review of progress and labor usage. Key facets of managementperformance include developing formal processes for reporting performance, ensuring progress oftask actions, interfacing with customers, and executing in accordance with quality assuranceprovisions.

3.0 Scope

The contractor shall provide program management support, engineering support, integratedlogistics support, requirements analysis and data management support, and financial managementsupport for NEPO as described in this Performance Work Statement (PWS). Program supportconsists of making technical and programmatic recommendations based on industry standards andregulations for marine and expeditionary systems. These recommendations may be in various

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 10 of 48 FINAL

 

Page 13: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

forms, from email communications to written reports. Sources of such standards and regulationsinclude but are not limited to DoD 5000 series documents, P-300 Management of CivilEngineering Support Equipment, commercial boat and service craft design and building practices,as well as operating standards and regulations for boats and service craft. Sources of boat andcraft operating standards include the American Boat and Yacht Council, US Coast Guard, MineralManagement Service, Titles 33 and 46 of the Code of Federal Regulations, American Bureau ofShipping (ABS), American Petroleum Institute, American Society of Mechanical Engineers, andrelated standards and regulations.

In addition to providing program management, systems engineering, and logistics support forNEPO, the contractor shall also provide support to the TOA Requirements and DataManagement team as well as business and financial management support.

The contractor will provide full service within 15 calendar days of this award or earlier ifpossible.

3.1 Place of Performance

Most contractor personnel shall be expected to work from office space provided by thegovernment at NAVFAC Headquarters (BLDG 36) on the Washington Navy Yard, DC duringnormal duty hours. The Washington Navy Yard shall be considered the primary duty station forcontractor employees performing in support of this contract with the following exceptions:  

The Electronic Control System Engineer and Electronic Specialists as required in PWS Subsection4.6 to support the Software Support Activity will be located in Blount Island Command,Jacksonville, FL.

Contractor personnel supporting the MRAP transition effort as required in PWS Subsection 4.7will be located at the contractor’s off site facility within the Washington, DC Metro area.

3.2 Work Schedule and Federal Holidays

Contractor employees will be available for performance Monday thru Friday except Federalholidays or when the Government facility is closed due to local or national emergencies,administrative closings, or similar Government-directed facility closings.  The Contractor must atall times maintain an adequate work force for the uninterrupted performance of all tasks definedwithin this PWS, when the Government facility is not closed for the above reasons.  TheContractor shall keep in mind that the stability and continuity of the work force are essential.  

The following days are government holidays:

New Year's Day

Martin Luther King Jr.'s Day

President's Day

Memorial Day

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 11 of 48 FINAL

 

Page 14: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

Independence Day

Labor Day

Columbus Day

Veteran's Day

Thanksgiving Day

Christmas Day

3.3 Non-Personal Services and Inherently Governmental Functions

3.3.1 Non-Personal Services

The Government will neither supervise contractor employees nor control the method by whichthe contractor performs the required tasks.  Under no circumstances will the Government assigntasks to, or prepare work schedules for, individual contractor employees.  It shall be theresponsibility of the contractor to manage its employees and to guard against any actions that areof the nature of personal services, or give the perception of personal services.  If the contractorfeels that any actions constitute, or are perceived to constitute personal services, it shall be thecontractor's responsibility to notify the Contracting Officer immediately.

3.3.2 Inherently Governmental Functions

These services shall not be used to perform work of an inherently governmental function.Examples of inherently governmental functions can be found in FAR Subpart 7.5.  The contractorshall not perform policy/decision making or management nature.  Decisions relative to programssupported by the contractor shall be the sole responsibility of the Government.  If there is aquestion as to whether a service can be considered an inherently governmental function thecontractor shall request clarification from the Contracting Officer immediately.

3.4 Skill Sets Required and Estimated Level of Effort

To perform the services required on this contract the following skills sets will be required and arefurther amplified in Attachment 2:  senior program manager, program manager, cost analyst,systems engineer, electrical engineer, electronic specialist, logistics manager, database analyst,data analyst, and administration assistant.  Attachment 2 also describes the requiredqualifications for each skill set and table of labor hours required from each skill set to perform theservices required.

4.0 Performance Requirements

These requirements establish a basic and continuous level of services which include programmanagement, analytical assessment, technology insertion, system integration/installation,fabrication/prototyping, testing/certification, studies/analyses, logistics support, training andengineering support, including re-engineering and reverse engineering, for a range of equipmentand technology.  These services support all new and existing platforms, systems, subsystems

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 12 of 48 FINAL

 

Page 15: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

and end items.

4.1 The Contractor shall provide program management support for NEPO.

Performance Standards (STD-Standard; AQL-Acceptable Quality Level)Deliverables  A001 Monthly Status of all Tasks

4.1.1 The Contractor shall support the development of program plans, system acquisitiondocuments, cost estimates, execution documents, capability documents, and policydevelopment for NEPO.

4.1.2 The Contractor shall support life cycle management of expeditionary equipment,buy plans, spend plans, maintenance plans, requirements documents, and communicationplans for NEPO.

4.1.3 The Contractor shall create, maintain, and assess Integrated Master Schedules(IMS) for NEPO Product Groups.

4.1.4 The Contractor shall prepare and participate in briefings in support of BudgetReviews and Program Management Reviews.

4.1.5 The Contractor shall participate in, coordinate, and contribute to Integrated ProductTeam (IPT).

4.1.6 The Contractor shall support evaluation of material capabilities improvements forfielded equipment.

4.1.7 The Contractor shall identify, analyze, assess, and recommend mitigation strategiesfor NEPO Risk Management policy.

4.1.8 The Contractor shall collect, analyze, and report technical data for project tasks.

4.2 The contractor shall provide Systems Engineering and Technical Support to NEPO.

4.2.1 The Contractor shall prepare and review engineering recommendations for new andfielded systems.

4.2.2 The Contractor shall analyze and report Engineering Feasibility Studies and CostEstimates for new equipment.

4.2.3 The Contractor shall analyze and report on operational requirements for newsystems.

4.2.4 The Contractor shall review and provide analysisfor Justification Cost Forms,System Alterations (SYSALTs), Engineering Change Proposals (ECPs), and participate inConfiguration Control Board for new and fielded systems.

4.2.5 The Contractor shall analyze and develop recommendations for maintenance

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 13 of 48 FINAL

 

Page 16: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

documentation and Technical Feedback Reports (TFBR).

4.2.6 The Contractor shall review and analyze adequacy and provide recommendations forreview or change for COSAL Feedback Report Responses, any new design impacts, andform, fit, and function equivalency.

4.2.7 The Contractor shall prepare life cycle cost estimates and return on investment fornew and fielded systems.

4.2.8 The Contractor shall witness and monitor tests for new systems.

4.2.9 The Contractor shall review and provide analysis for contract Drawings, systemspecifications, and requirements traceability matrices for new and fielded programs andsystems.

4.3 The Contractor shall provide Integrated Logistics Support for NEPO.

The Contractor shall provide integrated logistics support (ILS) services to NEPO. The logisticssupport may include, but are not limited to, the following: providing logistics subject matterexpertise and product support recommendations; advising on all acquisition and life-cyclelogistics support of program and/or systems; reviewing logistics deliverables, such asprovisioning data, technical manuals, and maintenance procedures for conformance to policy andprocedures; reviewing Justification Cost Forms (JCF), System Alteration Record (SAR),Integrated logistics Support Certifications (ILS Cert), Engineering Change Proposals (ECPs), andother change documentation; providing expert evaluation of logistic product impacts includingcost estimates, ensuring all ILS products affected by change documentation are updated andproviding logistics product support to the installing activities; assisting with the evaluation oftraining support requirements for new system acquisition; participating as required in LogisticsIntegrated-Product Team (LIPT), ILS Working Group (ILSWG), Manpower, Personnel, andTraining Working Group (MPTWG), Supply Support Working Group (SSWG), Technical DataWorking Group (TDWG), and Physical Configuration Audit (PCA) and other meetings.

4.3.1 The Contractor shall provide Configuration Management support for NEPO.

The requirements for configuration management support may include but are not limited to:establishing and maintaining Configuration Management (CM) oversight for NEPO managedprograms; providing review of CM documents and other program support documentation;providing analysis and support for the planning and execution of maintenance and modernizationefforts; developing reports and analyzing the cost of change proposals; providing overallassistance in support of a variety of CM, acquisition, and life cycle functions; reviewing andevaluating Configuration Data Managers Database-Open Architecture (CDMD-OA) files toensure configuration accuracy.

4.3.2 The Contractor shall provide Supply Support & Provisioning for NEPO.

The requirements for support and provisioning services may include but are not limited to:researching and reviewing Provisioning Technical Documentation (PTD) and evaluating the

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 14 of 48 FINAL

 

Page 17: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

accuracy of data required for provisioning support; researching and evaluating Initial Outfitting(I/O) requirements for new system acquisition; performing research in an assortment of Navysupply programs and databases in support of NEPO and Fleet customers; monitoring FleetConsolidated SEABEE Allowance List (COSAL) Feedback Report (CFBR) responses andreporting on accuracy and responsiveness; and participating  in provisioning conferences.

4.3.3 The Contractor shall provide Planned Maintenance System (PMS) for NEPO.

The Contractor shall provide Planned Maintenance System (PMS) support to NEPO.  Therequirements for Planned Maintenance System (PMS) support may include, but are not limitedto: facilitating and reviewing the development of Maintenance Index Pages (MIP) andMaintenance Requirements Cards (MRC) for NEPO programs; monitoring Fleet TechnicalFeedback Report (TFBR) responses and reporting on accuracy and responsiveness.

4.3.4 The Contractor shall provide Technical Manual Support for NEPO.

The requirements for Technical Manual support may include but are not limited to: reviewingand reporting on the development of draft technical manuals, craft information books, and othertechnical documentation for accuracy and conformance to Navy policy; assisting in thecoordination of various aspects of developing technical manual requirements for NEPO programs;and participating in technical manual In-Process Reviews (IPRs) and validation/verificationactivities.

4.4 The contractor shall provide Table of Allowance (TOA) requirements analysis anddata management.

4.4.1 The Contractor shall provide Table of Allowance (TOA) Requirements Analyst forNEPO.

The TOA division is responsible for managing the development and review of Tables ofAllowance in support of OPNAV approved unit requirements (ROC/POEs) per OPNAVINST4040.39C and NAVFACINST 4423.1J and the integrity of data in the ExpeditionaryManagement Information System (EXMIS) Application and its Oracle IDMS.  

4.4.1.1 The Contractor shall provide, conduct, and review Requirements Analysis forTOA.

 The contract shall review requirement documentation such as ROC/POE, Concept of Operations(CONOPS), and Manpower Analyses.

4.4.1.2 The Contractor shall develop and provide Requirements traceability for TOA.

The contractor shall provide traceability of material solution from requirement documents.

4.4.1.3 The Contractor shall analyze, develop, and perform Ownership Cost Analysis forTOA.

4.4.1.4 The Contractor shall identify, analyze, assess, and recommend mitigation

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 15 of 48 FINAL

 

Page 18: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

strategies for TOA Development.

4.4.2 The Contractor shall conduct Lifecycle Item Management for ExpeditionaryManagement Information System (EXMIS).

The contractor shall work with SYSCOM to maintain NSN level data in EXMIS.

4.4.2.1 The Contractor shall evaluate, conduct, and maintain NSN Dataset Analysis forEXMIS.

4.4.2.2 The Contractor shall maintain TOA Assemblies for EXMIS.

4.4.2.3 The Contractor shall process Changes Notices for NAVSUP WSS.

4.4.2.4 The Contractor shall maintain ACR Process Log for ABFCView.

4.4.2.5 The Contractor shall maintain TOA Files for NAVFAC TRIM.

4.4.2.6 The Contractor shall produce and monitor Weekly Reports and Stock number andassembly changes for EXMIS Control Desk.

4.4.3 The Contractor shall develop, design, and construct Table of Allowance (TOA)Structure for EXMIS.

4.5 The Contractor shall provide Business and Financial Management Support for NEPO.

4.5.1 The Contractor shall provide Budget and Financial Analysis for NEPO.

The requirements for budget and financial management support include: evaluating fundingrequests to determine if requirements are appropriate given funding limitations and fiscalregulations; providing guidance and recommendations to PMs and senior management concerningreallocation and prioritization of efforts; providing interpretation to PM staff regarding budgetarypolicy and practices mandated by the Assistant Secretary of the Navy (Financial Managementand Comptroller, ASN (FM&C); monitor and comment on legal and regulatory controls overapproved NAVFAC budget allocations; providing advice to PMs on a wide variety of effectiveand efficient methods for the acquisition and use of funds to support the organizations programsand activities; reviewing funding requests that may be urgent or associated with highly visiblespecial interest equipment procurements for Overseas Contingency Operations (OCO);coordinating and liaise with external points of contact within procurement partners to obtainexecution information and obligating documents; inputting funding documents into the StandardAccounting and Reporting System (STARS), Facilities Information System (FIS) and any otherFinancial System which NAVFAC may implement; monitoring, analyzing and reporting oncommitments and obligations data from STARS and FIS on a weekly basis.  The contractor shallassess risk associated with financial performance, resolving obligation issues with NAVFACheadquarters FM.

4.5.1.1 The Contractor shall provide guidance and recommendations for funding

4.5.1.2 The Contractor shall monitor and comment on budgetary controls for approved

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 16 of 48 FINAL

 

Page 19: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

NAVFAC budget allocations.

4.5.1.3 The Contractor shall create, input, and maintain funding documents to enableexecution and obligation of funds.

4.5.1.4 The Contractor shall monitor, analyze, and report on financial commitments andobligations.

4.5.2 The Contractor shall provide Database Analysis for NEPO.

The contractor shall support the NEPO Business and Financial management branch with complexdatabase analysis and report development for NEPOs business system, ExpeditionaryManagement Information System (EXMIS).  The general requirements for financial managementsupport include, but are not limited to: providing analysis of complex data and databaserelationships based on analysis make recommendations or brief discovered relationships in thedata, developing and running queries from the "back end of the system on an as needed basis,writing new procedures to the MAXIMO platform for access from the "front end for the endusers, and guiding the end users with types of data and reports that can be garnered from thesystem to aid in the performance of the financial managers and program managers .

4.5.2.1 The Contractor shall provide complex database analysis and reports for NEPObusiness systems and processes.

4.5.2.2 The Contractor shall develop and run queries for NEPO business system, EXMIS,which is on the MAXIMO Platform.

4.5.2.3 The Contractor shall create and implement procedures for NEPO's businesssystem, EXMIS, which is on the MAXIMO platform.

The contractor shall create and implement procedures on the "back end" of MAXIMO forimplementation and use by EXMIS end users.

4.5.3 The Contractor shall provide administrative assistance for NEPO.

Administrative assistance duties include: input and support in Defense Travel System (DTS) asthe non-duty entry agent, scheduling conference rooms, managing incoming and outgoingcorrespondence, minor property management, liaison support with CIO for IT issues withinNEPO, assisting NEPO employees with parking passes and , replenishment of printer and copiersupplies from NAVFAC supply rooms, ordering supplies, and retrieving classified documentsfrom the NAVFAC SIPR and management of the NEPO Safe. A secret security clearance isrequired.

4.6 The contractor shall provide electrical engineering support for the Software SupportActivity in Jacksonville, FL.

The contractor shall provide engineering expertise to NEPO Sealift Support, Software SupportActivity (SSA), Jacksonville, Florida.  The support expertise shall be performed on the electricaland electronic systems installed, operated and maintained on lighterage worldwide.  The

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 17 of 48 FINAL

 

Page 20: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

responsibility and management for those systems falls under the cognizance of the NEPO SealiftSupport SSA. The lighterage includes the Improved Navy Lighterage System (INLS),Containerized Crew Shelter (CCS), Maritime Pre-Positioned Force (MPF) Utility Boat (UB),Lighter, Amphibious Resupply, Cargo, 5 ton (LARCV) and Landing Craft Mechanized 8(LCM-8).  Travel is required to support a variety of field activities and exercises both in CONUSand OCONUS to support the Jacksonville NEPO Sealift Support SSA office in assisting endusers and contractors with sealift systems in operation, during testing, and/or layup conditions.The work requires the ability to tour industrial areas and Naval vessels prior to, during and aftermaintenance cycle; includes climbing ladders, entering confined spaces, bending, stooping,stretching to facilitate inspection and examination, and may be subjected to high levels of noise,heat, and cold or exposed to conditions experienced by vessels at sea. Contractor personnel mustbe able to travel within and outside CONUS with little or no advance notice.  Such travel may usemultiple modes of commercial transportation (air, rail, bus etc.) as well as government-operatedand/or chartered carriers and riding Navy or commercially operated ships at sea.

Work is performed in a variety of areas; i.e., office, maintenance facilities, supply warehouse,shipyard, ship, craft and outside equipment storage yards.  Some tasks, such as onboardinspections, are performed aboard ship on the high seas or craft while underway.  Risks are notperceived to be prevalent, but common sense safety precautions must be practiced.  Contractorpersonnel may be required to move between deployed ships during adverse weather conditionson unfamiliar small craft.

4.6.1 The Contractor shall create and review drawings, test procedures, technicalmanuals, Engineering Change Proposals (ECPs), and alterations.

4.6.2 The Contractor shall oversee testing and limited technical inspections for SSA.

4.6.3 The Contractor shall review and modify contract drawings and alteration packagesfor SSA.

4.6.4 The Contractor shall provide programming and commissioning of Command andControl system components including: Human Machine Interface (HMI), ProgrammableLogic Control, Motion Control, Communication and Networking, Propulsion Control,and Relay Ladder Logic systems for NEPO Sealift support equipment at local, shipboard,and field activities.

4.6.5 The Contractor shall conduct ship/craft inspection to ensure accuracy of proposedalteration and maintenance documentation.

4.7 The contractor shall support the RESET and Configuration projects for the Navy’sMRAP Transfer and Enduring Requirement.

The contractor will be responsible for tracking, monitoring, recording, reviewing and providingrecommendations for MRAP configuration changes, engineering change proposals, and updatingprogram files and records. The contractor will also monitor and track MRAP redeployment andRESET requirements. The contractor will coordinate with NEXWC for all MRAP CM,

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 18 of 48 FINAL

 

Page 21: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

redeployment and RESET requirements.

4.7.1 The Contractor shall provide configuration management support for Navy MRAPFoV variants

Contractor personnel will be off-site at the contractor's facility located within the WashingtonD.C. Metro area and have direct access to PMO configuration databases, engineers andconfiguration managers. The Navy CM will provide and coordinate all applicable configurationdata to incorporate into standard Navy systems.  Specifically, the Navy CM will coordinatebetween Marine Corps and Army PMO and NEXWC to establish baseline entries and fields forall Navy MRAP FoV in the Navy’s Configuration Data Management Database OpenArchitecture (CDMD-OA), and provide NEXWC with validated data for updating CDMD-OA. The Navy CM will maintain schedules of all Engineering Change Proposals (ECPs) (fielded andpending) and completion data for each Navy MRAP variant. The contractor will coordinatedirectly with NEXWC for all configuration matters.

4.7.1.1 The Contractor shall develop, maintain, and distribute ConfigurationManagement metrics.

4.7.1.2 The Contractor shall assist and support MRAP configuration briefings and

4.7.1.3 The Contractor shall generate weekly configuration status report for all NavyMRAP Platforms to Navy stakeholders.

4.7.1.4 The Contractor shall prepare required documentation for Navy MRAPConfiguration Change Process.

4.7.2 The Contractor shall provide Redeployment and Reset monitoring support andcoordination for Navy MRAP.

Contractor personnel will be off-site at the contractor's facility located within the WashingtonD.C, Metro area and have direct access to both Army and Marine Corps information databases.The Navy Redeployment / RESET Coordinator will work collaboratively with NSWC, NECC,NEPO, NEXWC, Marine Corps and Army PMO to coordinate redeployment/reset schedules,ensure compliance to the established schedules, and maintain visibility on the performance tothese schedules of the redeployed/reset of Navy MRAP from OCONUS, or Home StationTraining (HST) sites, to CONUS Reset depots, and then to long term storage areas or HST sites. The Redeployment / Reset Coordinator will maintain schedules of surface and air shipments ofall Navy vehicles within a tracking database during their transit from any of these locations anddisseminate that information to all concerned parties.

4.7.2.1 The Contractor shall ensure compliance to Redeployment/RESET schedules.

4.7.2.2 The Contractor shall maintain schedules of planned Navy RESET inductions,actual inductions, and completions.

4.7.2.3 The Contractor shall develop, maintain, and distribute schedules of surface and

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 19 of 48 FINAL

 

Page 22: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

air shipments of MRAP vehicles and associated property.

4.7.2.4 The Contractor shall generate required reports and metrics.

4.7.2.5 The Contractor shall support the Navy Redeployment/RESET Working Group(WG) and dissemination of information to all stakeholders.

4.8 The Contractor shall provide a support Transition Plan.

The Government estimates a phase-in transition period of approximately 15 days.  Duringphase-in, the new contractor shall ensure all personnel, parts, equipment, subcontractor(s) andother efforts necessary, are on-site at the Washington Navy Yard and commuting area, and theSoftware Support Authority Jacksonville, FL.  The contractor shall be available to assume all theresponsibilities to perform the requirements of this PWS at conclusion of the phase-in period.

Significant issues may require additional progress reports, briefings and meetings to ensure fulloperational capability by the end of the phase-in period on an as needed basis; however, thisshould be specific to resolving the identified issue or problem.

During this period the successor contractor will be allowed full access to all required facilities. Successor contractor personnel will be permitted access to observe all operations and thecontractor shall allow full and complete observation to the extent that it does not impede on theproprietary processes and does not interfere with the continued operation and production effortsof the current contract personnel. 

4.8.1 The Contractor shall deliver phase-in plan for transition.

The contractor will provide a comprehensive and detailed transition phase-in plan, including amilestone chart, that adequately addresses the following to ensure full operational capability bythe end of the phase-in period: obtaining, recruiting and training a workforce, obtaining requiredprofessional verifications and qualifications as outlined in the PWS, obtaining securityrequirements and badging for personnel, acquiring certification/access and completing training forobtaining NMCI account(s) computer network access, the contractor's process of conducting ajoint inventory with the current contractor smoothly transferring, and accounting for,

4.8.2 The Contractor shall cooperate and coordinate transition of services to a new serviceprovider upon notification of change in service provider after the conclusion of thiscontract period of performance.

Upon notification of transition of services to a new service provider, the contractor shallcooperate and develop a plan in coordination with the new service providers plan, to provide fullsupport for a smooth transition of the phase-out period.  The contractor is fully responsible forthe continued operation of all areas of effort covered by this contract during the phase out period,unless released by the Contracting Officer for such purposes of an incremental transition, thecontractor shall provide sufficient experienced personnel during the phase-out period to ensurethat the services called for by this contract are maintained at the required level of proficiency. During this period the successor contractor will be allowed full access to all required facilities.

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 20 of 48 FINAL

 

Page 23: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

 Successor contractor personnel will be permitted access to observe all operations and thecontractor shall allow full and complete observation to the extent that it does not impede on theproprietary processes and does not interfere with the continued operation and production effortsof the current contract personnel.

4.9 The Contractor shall provide Periodic Status Meetings and Reporting.

The contractor shall support periodic meetings and conferences convened at the direction of theContracting Officer (KO), COR or Product Group Director.  The contractor shall report, inwriting, to the government the status of all tasks at least once a month.

 4.9.1 The Contractor shall deliver monthly status report for all services performed onthis contract.

The monthly status report shall include all deliverables provided by contractor personnel, currentand completed tasks.  The contractor shall provide all the information required for a monthlystatus report as specified in DI-MGMT-80227.  The report shall identify the labor hours byskill-set that was required to provide each deliverable and service.  The report shall be deliveredin format compatible with Microsoft products.

Deliverables  

A001 Monthly Status of all Tasks

Identifier Name Description

A001 Monthly Status of all Tasks As specified in DI-MGMT-80227, compatible withMicrosoft Office products,Electronic and Hard Copy

Within 5 days of the end ofeach month, beginning no lessthan 15 calendar days after theaward of contract

A002 Control Desk Critical Item Brief forTOA Director

MS Excel with summaries inMS Excel pivot and MS PowerPoint

 

Weekly

A003 OPN Status of Funds Report MS Excel 2010, Electronic

Weekly

A004 Weekly Financial Reports MS Excel 2010, Electronic

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 21 of 48 FINAL

 

Page 24: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

A005 Contractor Transition Phase-In Plan MS PowerPoint 2010,Electronic and Hard Copy

3 business days after contractaward

A006 Travel Reports 5 business days after employeereturns from travel

A007 Quality Control Plan MS Word 2010

30 calendar days from theaward of contract

A008 Resource Allocation Plans  

A009 BFM Monthly Status Report Will include program plans,system acquisition documents,and execution documents

Monthly

A010 Funding Documents Funding documents include allforms associated with sendingfunds out such as MIPRs,2276, etc.

A011 Database analysis reports  

A012 Monthly EXMIS Report Monthly report on status ofEXMIS assembly numberassignments in MS Excel withexecutive summary

Monthly

 5.0 Contractor Manpower Reporting

The contractor shall report ALL contractor labor hours (including subcontractor labor hours)required for performance of services provided under this contract for NEPO via a secure datacollection site. The contractor is required to completely fill in all required data fields using thefollowing web address: http://www.ecmra.mil/.  Reporting inputs will be for the labor executedduring the period of performance during each Government fiscal year (FY), which runs October 1through September 30. While inputs may be reported any time during the FY, all data shall bereported no later than October 31 of each calendar year, beginning with 2014. Contractors maydirect questions to the help desk at help desk at: http://www.ecmra.mil

6.0 Related Documents  

Document Web link

DoDI 8500.2, Information Assurance (IA)Implementation

http://www.dtic.mil/whs/directives/

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 22 of 48 FINAL

 

Page 25: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

DoDI  8510.01, DoD InformationAssurance Certification and AccreditationProcess (DIACAP),

http://www.dtic.mil/whs/directives

DoD 5000.01 https://acc.dau.mil

DoD 5000.02 https://acc.dau.mil

P-300 Management of CESE https://nll2.ahf.nmci.navy.mil

P-480 EEMM https://nll2.ahf.nmci.navy.mil

SECNAVINST 5000.2 https://acc.dau.mil

SECNAVINST 5400.15C https://acc.dau.mil

OPNAVINST 4040.39C http://doni.daps.dla.mil

NAVFACINST4423.1J https://nll2.ahf.nmci.navy.mil

NAVSEA Technical Specification9090-700D, Ship Configuration andLogistics Support Information System(SCLSIS)

http://www.navsea.navy.mil/

NAVSEA Tech Spec 9090-310 (Series),Ship Alteration Accomplishment byAlteration Installation Teams

http://www.navsea.navy.mil

OPNAVINST 4790 Series (3M, 4790/CK,2 Kilos, etc.)

http://doni.daps.dla.mil

OPNAVINST 4720.2 (Series), FleetModernization Program (FMP) Policy

http://doni.daps.dla.mil

SL720-AA-MAN-010, FleetModernization Program (FMP)Management and Operations Manual –Revision 2

http://www.everyspec.com

SL105-AA-PRO-030, Integrated LogisticsOverhaul Policy and Procedures Manual

http://www.navsea.navy.mil

ANSI/EIA-649, National ConsensusStandard for Configuration Management

http://www.everyspec.com

MIL-HDBK-61A(SE), Military HandbookConfiguration Management Guidance

http://www.everyspec.com

GEIA-HB-649 Implementation Guide forConfiguration Management

http://www.everyspec.com

ANSI/GEIA GEIA-859-2004 DataManagement

http://www.everyspec.com

ANSI/GEIA EIA-836-2002 ConfigurationManagement - Data Exchange &Interoperability

https://acc.dau.mil

NAVSEAINST 9083.001 (series)Commercial Off The Shelf (COTS) Policy

http://www.navsea.navy.mil

DI-MGMT-80227 http://www.everyspec.com

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 23 of 48 FINAL

 

Page 26: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

 7.0 Contractor Travel and Other Direct Costs (ODC)

7.1 Non-Local Travel

Contractor travel is anticipated in support of this contract.  Contractor costs for Governmentauthorized travel are included in this contract.  Travel and ODC shall be billed to a singleContract Line Item (CLIN) with a Not-to-Exceed (NTE) amount of $70,000 per year.  All travelshall be in accordance with FAR 31.205-46 and applicable travel regulations (Joint, Federal orStandardized).  Contractor payment claims shall include applicable documentation to supportactual costs incurred (e.g. airfare and hotel/lodging receipts) as well as any receipts valued at orabove $75.00.  Failure to provide appropriate documentation may result in loss of reimbursementof travel expenses.

7.2 Local Travel

The contractor may be required to attend meetings within the local city or base of assignmentcommuting vicinity.  Local travel, such as this shall be considered a cost of doing business andshall not be separately reimbursed.  Local travel is considered within the commuting area from theprimary performance location.

7.3 Travel Requests

Required of any contractor employee(s) who will complete official travel for the Governmentbeyond the local commuting area from their primary duty site.  Travel Requests at a minimumshall include the name of the contractor personnel traveling, destination of travel, dates of travel,purpose of the travel, planned agenda and/or meetings for the trip, destination per diem rate asdetermined by the U.S. General Services Administration (http://www.gsa.gov), a breakout ofestimated costs to include air travel, POV mileage costs, rental car costs, fuel costs, lodging, mealsand incidental expenses (M&IE), and an approver/signature block for ContractingOfficer/Contracting Officers Representative (COR) and Contracting Officers Representative(COR) Supervisor.  The COR shall approve all travel requests.  In the event, that the CORcannot be reached, the Contracting Officer and COR Supervisor may approve the travel.  Nocontractor shall travel without a travel request approved by either the COR or ContractingOfficer.   The contractor shall only invoice for allowable costs incurred during the official traveland shall provide receipts for costs to support invoicing.  The rules for what is consideredallowable costs are stated in FAR Section 31.205-46.

7.4 Travel Reports

A Travel Report is required of any contractor employee(s) who complete official travel for theGovernment beyond the local commuting area from their primary duty site.  If multiplecontractor employees travel on the same trip, one consolidated trip report will satisfy thedeliverable requirement. If travel in conjunction with Team/Government Lead; inputs toGovernment lead should be provided within same timeframe.  Travel Reports shall include at aminimum, dates and locations of travel, names of contractor and government personnel whoattended the event, names and titles of personnel met with during the event, purpose of the trip,

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 24 of 48 FINAL

 

Page 27: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

a brief summary of key discussion points or events witnessed during the event, and list of actionitems resulting from the trip and/or recommendations to the government.  The trip report shall beprovided electronically as a MS Word file.  The contractor shall determine the format of thetravel report so long it is standardized for all contractor travel and meets the requirements statedin this PWS, Section 7.4.  Trip reports will be provided within five workdays after completion oftravel.

7.5 Other Direct Costs (ODC)

Prior to purchase, a written request for ODCs required in performance of this contract shall besubmitted to the Contracting Officer Representative (COR) for validation.  The written requestfor ODCs shall include, as a minimum: Name of item, part numbers, make/model, and quantityrequired.  The request shall also include three estimates from publicly available pricelists andshall be compliant with all contract terms and conditions, as well as other regulatoryrequirements. Upon validation, the COR will forward the ODC request for Contracting Officer(KO) approval.  Upon KO approval, the vendor shall purchase the requested items within a 7day timeframe, and it shall not exceed the amount authorized by the KO.  The vendor shallsubmit requests for reimbursements through the Wide Area Workflow (WAWF) and attachsupporting documentation to each request within a timely manner.

8.0 Security

Security National Agency Check with Local Agency Check and Credit Check (NACLC). AnSF-86 NACLC (or equivalent) is required for a SECRET security clearance.

8.1 Defense Information Assurance Certification and Accreditation Process (DIACAP)

The contractor shall perform offsite work with Personally Identifiable Information (PII) only onsystems that meet Department of Defense Information Assurance Certification and AccreditationProcess (DIACAP) requirements and will be updated on an on-going basis to continue to meetDIACAP requirements.  Systems must have and maintain an Authority to Operate (ATO) or ifacceptable to the government, an Interim Authority to Operate (IATO). Contractor systems andinformation networks that receive, transmit, store, or process nonpublic government data must beaccredited according to DoD I 8510.01 DoD Information Assurance Certification andAccreditation Process (DIACAP) and comply with annual Federal Information SecurityManagement Act (FISMA) security control testing.  All systems subject to DIACAP mustpresent evidence of Certification and Accreditation (C&A) testing in the form SystemIdentification Profile (SIP), DIACAP Implementation Plan (DIP), DIACAP Scorecard and Planof Action and Milestones (POA&M).  Evidence of FISMA compliance must be presented in theform of a POA&M.  The Contractor will be responsible for the cost of IA C&A and FISMAtesting required for any Contractor owned and operated network, facility and/or applicationprocessing DoD information.

8.2 Non-Public Government Data Requirements

Contractor and all Contractor personnel with access to or responsibility for nonpublic

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 25 of 48 FINAL

 

Page 28: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

Government data under this contract shall comply with DoD Directive 8500.1 InformationAssurance (IA), DoD Instruction 8500.2 Information Assurance (IA) Implementation, DoDDirective 5400.11 DoD Privacy Program, DoD 6025.18-R DoD Health Information PrivacyRegulation, DoD 5200.2-R Personnel Security Program, and Homeland Security PresidentialDirective (HSPD) 12.

8.3 Safeguards

Contractor shall establish appropriate administrative, technical, and physical safeguards toprotect any and all nonpublic Government data to ensure the confidentiality, integrity, andavailability of government data. Contractor employees must sign a Non-Disclosure Agreement(NDA).

8.4 Common Access Card (CAC) Requirements

Contractor personnel with access to or responsibility for nonpublic Government data under thiscontract must comply with HSPD-12. Contractor personnel must obtain/maintain a favorableadjudicated personnel security investigation, NACLC with secret eligibility.   The contractoremployees must be citizens of the United States.  

During the term of the contract, the Contractor Manager and Contractors are responsible tonotify the Government of any changes to their employees status to include, but not limited to,termination, convictions/arrests, adverse actions taken on the job for any reason or any otherdocumented misbehavior that may affect, or have the potential to affect their security standing interms of access to federal facilities or IT systems.

If at any time, any Contractor person requiring a CAC is unable to obtain/maintain a favorablyadjudicated NACLC with secret eligibility, the Contractor shall immediately notify thegovernment agency and remove such person from work under this contract.

8.5 Privacy Breach

The Contractor shall report immediately any privacy breach to the Privacy  Officer and securitymanager and  to the COR.  

9.0 Government Furnished Property/Equipment/Information (GFP/GFE/GFI)

9.1 Deliverables

All deliverables shall continue or transfer into ownership by the government at the acceptancepoint.  All materials loaned to the contractor for use in research shall be treated as FOUOmaterial IAW DoD Regulation 5400.7-R and 5200.1-R. Documents developed for the governmentin support of this contract are not to be considered proprietary data and their use shall be at thesole discretion of the Government.

9.2 Transfer of GFP/GFE

The new contractor shall fully coordinate with the incumbent contractor and the Government to

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 26 of 48 FINAL

 

Page 29: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

conduct and complete accountability of all Government Furnished Property/Equipment, theresults of which shall be provided to the Government. For those contractors working in aGovernment facility, the Government will furnish or make available an adequate number ofworking space, office furniture, office equipment, general office supplies, and network access.

9.3 GFE to be Provided During Transition Period

The contractor shall be provided 2 NMCI computers as GFE for the two employees working inthe local Washington, DC area supporting MRAP Transition.  Employees working in governmentspaces will be provided NMCI ready workstations.

9.4 Reporting of GFE

The contractor shall maintain a list of all GFP/GFE to include but not limited to, the descriptionof the GFP/GFE, serial numbers, physical location of each GFP/GFE item, and name ofcontractor employee charged with care of the GFP/GFE.  This list shall be included in theMonthly Status Report (A001).

9.5 Requests for Additional GFP/GFE

All requests for additional GFP/GFE shall be directed to the contracting officer (KO).  AdditionalGFP/GFE shall be provided to the contractor upon approval by the KO.  All additionalGFP/GFE shall be documented on the contractors GFP/GFE list once the request is approved. Upon completion of the period of performance, or upon the government’s request, thecontractor shall return all GFP/GFE to the government in the condition that it was received.

9.6 Maintaining GFP/GFE

All GFP/GFE shall be properly maintained and secured when in the contractor’s possession.

10.0 Quality Control

The contractor shall implement and maintain a Quality Control Plan (QCP) to ensure workperformed conforms to the scope of work and meets the requirements under this PWS.  The QCPshall, at a minimum provide a method for performing inspections; identifying, correcting andpreventing problems/defective service; addressing customer complaints, and improving thequality of services over the life of the contract.  

11.0 Quality Assurance

11.1 Government’s Rights to Inspection and Surveillance

The Government reserves the right to perform inspections and surveillance to evaluate theContractors compliance to the contract terms and performance of the requirements in the PWS.The Government will make every effort to ensure that the surveillance methods described beloware conducted in an objective, fair, and consistent manner.

11.1.1 Periodic Surveillance

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 27 of 48 FINAL

 

Page 30: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

This action occurs when the COR or other Government official observes a deficiency. Examplesinclude evidence from accidents, incidents, or delays. Regardless of where in the line-of-duty theCOR observes contractual procedures not being followed, he/she has an obligation to documentand report the deficiency to the Contracting Officer.

11.1.2 Customer Complaint

This action is instituted when the COR receives a complaint from a stakeholder regardingcontractor service.  The COR will obtain the complaint in writing and then conduct aninvestigation to determine its validity. If the complaint is deemed valid, the COR willimmediately notify the contracting Officer for action. The COR will notify both the ContractManager and the complainant of the Governments response to their complaint.

11.2 Corrective Action Report (CAR)

In the event of unsatisfactory contractor performance, the COR or KO will issue a CAR that willexplain the circumstances and findings concerning the incomplete or unsatisfactory service. Thecontractor shall acknowledge receipt of the CAR and respond in writing as to how he/she shallcorrect the unacceptable performance and avoid a recurrence.  The Government will review thecontractor's corrective action response to determine acceptability and will use any completedCAR as part of an overall evaluation of Contractor performance when determining present orfuture contractual actions.

11.3 Critical Performance Elements and Acceptable Quality Levels

The Performance Review Summary in Attachment 1 of this PWS identifies Critical PerformanceElements, the standards by which they will be measured, and the acceptable quality levels foreach element.

12.0 Organizational Conflicts of Interest

The Contractor acknowledges that it is familiar with FAR Subpart 9.5, Organizational andConsultant Conflicts of Interest, and agrees to avoid, neutralize or mitigate such conflicts ofinterest in accordance with the principles set forth in the FAR.  If the performance requires theContractor (to include subcontractors) to supply technical support related to systems or projectswith which the Contractor is already directly concerned, either by prime or subcontract, theContractor shall  immediately inform the Contracting Officer.  The PWS may be withdrawn if aconflict is found.  The Contractor shall not undertake performance of any PWS requirementswhich requires it to supply technical support regarding such systems until the notice is given,and written consent to proceed is issued by the Contracting Officer.

 

 

 

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 28 of 48 FINAL

 

Page 31: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

SECTION D PACKAGING AND MARKING

Any deliverable/report required under this contract shall be delivered in accordance with standard commercialpractices and shall be marked with the Contract Number.  Deliverables, reports and manuals may also be requestedto be submitted electronically.  All Deliverables shall be packaged and marked in accordance with Best CommercialPractice. 

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 29 of 48 FINAL

 

Page 32: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

SECTION E INSPECTION AND ACCEPTANCE

Section E – Inspection and Acceptance

CLAUSES INCORPORATED BY REFERENCE

52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 200152.246-5 Inspection Of Services Cost-Reimbursement APR 1984

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 30 of 48 FINAL

 

Page 33: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

SECTION F DELIVERABLES OR PERFORMANCE

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

   

7000 11/29/2014 - 11/28/2015

9000 11/29/2014 - 11/28/2015

F.1.  DELIVERIES OR PERFORMANCE

The periods of performance for the following items are from date of Task Order Award through 12 months thereafter,estimated at:

CLIN 7000 - Through 28 NOV 2015CLIN 9000 - Through 28 NOV 2015

The period of performance for the following option items are from date of opton exercise thorugh 12 monthsthereafter, estimated at:

Option One:

CLIN 7100 - Through 28 NOV 2016CLIN 9100 - Through 28 NOV 2016

The period of performance for the following option items are from date of opton exercise thorugh 12 monthsthereafter, estimated at:

Option Two:

CLIN 7200 - Through 28 NOV 2017CLIN 9200 - Through 28 NOV 2017

Option Three:

CLIN 7300 - Through 28 NOV 2018CLIN 9300 - Through 28 NOV 2018Option Four:

CLIN 7400 - Through 28 NOV 2019CLIN 9400 - Through 28 NOV 2019

F.2.  Services to be performed will be provided as follows:

Most Contractor personnel shall be expected to work from office space provided by the Government at NAVFACHeadquarters (Building 36) on the Washington Navy Yard, DC during normal duty hours.

The Electronic Control System Engineer and Electronic Specialists as required in PWS Subscetion 4.6 to supportthe Software Support Activity will be located in Blount Island Command, Jacksonville, FL.

Contractor personnel supporting the MRAP transition effort as required in PWS Subsection 4.7 will be located atthe Contractor's off-site facility within the Washington, DC Metro area.

 

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 31 of 48 FINAL

 

Page 34: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

SECTION G CONTRACT ADMINISTRATION DATA

G.1.  The Contractor must be registered with the System For Award Management (SAM) inorder to be eligible for awrd.  The Contractor must maintain registration throughout the period ofperformance.  PAYMENT will not be made to the Contractor if the Contractor's registrationlapses.

G.2.  CONTRACT ADMINISTRATION

Notwithstanding the Contractor's responsibility for total management during the performance ofthe contract, the administration of the contract will require maximum coordination betweenNAVFAC Atlantic and the Contractor. The following individuals will be NAVFAC points ofcontact during the performance of the contract. CONTRACT ADMINISTRATIONAPPOINTMENTS AND DUTIES - CONTACTS WILL BE PROVIDED AFTER AWARD.

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

1. PROCURING CONTRACTING OFFICER (PCO) is responsible for:a. All pre-award information, questions, or data;b. Freedom of Information inquiries;c. Change/question/information regarding the scope, terms or conditions of the basic contractdocument; and/ord. Arranging the post award conference (See FAR 42.503).

Name:  Address:

Phone:

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

Name:  .

3.  CONTRACTING OFFICER

All contract administration will be effected by the Contracting Officer, address as shown on theface page of the contract. Communications pertaining to contract administration matters will beaddressed to the Contracting Officer. No changes in or deviation from the scope of work shall beeffected without a Supplemental Agreement executed by the Contracting Officer authorizing such

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 32 of 48 FINAL

 

Page 35: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

changes.

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

Name:              Defense Finance & Accounting ServiceAddress:          PO Box 998022                        Cleveland OH 44199

5.  CONTRACTING OFFICER'S REPRESENTATIVE (COR) 

 is designated by the Contracting Officer to monitor all technical aspects andassist in administering the contract. The types of actions within the purview of the COR’sauthority are to assure that the Contractor performs the technical requirements of the contract; toperform or cause to be performed inspections necessary in connection with performance of thecontract; to maintain both written and oral communications with the Contractor concerning theaspects of the contract within his/her purview; to issue written interpretations of technicalrequirements of Government specifications; to monitor the Contractor's performance under thecontract and notify the Contractor and Contracting Officer of any deficiencies observed; and tocoordinate Government-Furnished Property or Data availability and provide for site entry ofContractor personnel if required. A letter of designation will be issued to the COR with a copysupplied to the Contractor, stating the responsibilities and limitations of the COR. This letterwill clarify to all parties to the contract the responsibilities of the COR.  At no time may thescope of work, price, delivery dates, or othermutually agreed upon terms or provisions of the contract be changed without being executed inwriting by the Contracting Officer authorizing such changes.

6,  The Government reserves the right to unilaterally change the points of contract at anytime.

G.3.  NFAS Clause 5252.201-9300 Contracting Officer Authority, (June 1994)

In no event shall any understanding or agreement between the Contractor and any Governmentemployee other than the Contracting Officer on any contract, modification, change order, letter orverbal direction to the Contractor be effective or binding upon the Government.  All such actionsmust be formalized by a proper contractual document executed by an appointed ContractingOfficer.  The Contractor is hereby put on notice that in the event a Government employee otherthan the Contracting Officer directs a change in the work to be performed or increases the scopeof the work to be performed, it is the Contractor's responsibility to make inquiry of theContracting Officer before making the deviation.  Payments will not be made without beingauthorized by an appointed Contracting Officer with the legal authority to bind theGovernment.  

(End of clause)

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 33 of 48 FINAL

 

Page 36: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

G.4. DFAR Clause 252.232-7003 Electronic Submission of Payment Requests and ReceivingReports (JUN 2012)

(a)  Definitions.  As used in this clause—

(1)  “Contract financing payment” and “invoice payment” have the meanings given in section32.001 of the Federal Acquisition Regulation.

(2)  “Electronic form” means any automated system that transmits information electronicallyfrom the initiating system to all affected systems.  Facsimile, e-mail, and scanned documents arenot acceptable electronic forms for submission of payment requests.  However, scanneddocuments are acceptable when they are part of a submission of a payment request made usingWide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.

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

(4)  “Receiving report” means the data required by the clause at 252.246-7000, MaterialInspection and Receiving Report.

(b)  Except as provided in paragraph (c) of this clause, the Contractor shall submit paymentrequests and receiving reports using WAWF, in one of the following electronic formats thatWAWF accepts:  Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Webinput.  Information regarding WAWF is available on the Internet at https://wawf.eb.mil/ .

(c)  The Contractor may submit a payment request and receiving report using other than WAWFonly when—

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

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

(3)  DoD makes payment for rendered health care services using the TRICARE Encounter DataSystem (TEDS) as the electronic format; or

(4)  When the Governmentwide commercial purchase card is used as the method of payment,only submission of the receiving report in electronic form is required.

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

(e)  In addition to the requirements of this clause, the Contractor shall meet the requirements of

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 34 of 48 FINAL

 

Page 37: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

the appropriate payment clauses in this contract when submitting payment requests.

(End of clause)

 G.5.  252.232-7006  Wide Area WorkFlow Payment Instructions (MAY 2013)

(a)  Definitions.  As used in this clause—

“Department of Defense Activity Address Code (DoDAAC)” is a six position code thatuniquely identifies 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 whenpayment certification 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—

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

(2)  Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step proceduresfor 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).

              NAVCON 

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

              N00025

(3)  Document routing.  The Contractor shall use the information in the Routing Data Table

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 35 of 48 FINAL

 

Page 38: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

below only to fill in applicable fields in WAWF when creating payment requests and receivingreports in the system.

 

                                                                                 Routing Data Table*

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC  N68732

Issue By DoDAAC  N62470

Admin DoDAAC  N62470

Inspect By DoDAAC  N00025

Ship To Code  Not Applicable

Ship From Code  Not Applicable

Mark For Code  Not Applicable

Service Approver (DoDAAC)  Not Applicable

Service Acceptor (DoDAAC)  Not Applicable

Accept at Other DoDAAC  Not Applicable

LPO DoDAAC  N62470

DCAA Auditor DoDAAC  To Be Determined at Contract Award

Other DoDAAC(s)  

Accept By         N62470

(4)  Payment request and supporting documentation.  The Contractor shall ensure a paymentrequest includes appropriate contract line item and subline item descriptions of the workperformed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevantback-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of eachpayment request.

(5)  WAWF email notifications.  The Contractor shall enter the e-mail address identified below inthe “Send Additional Email Notifications” field of WAWF once a document is submitted in thesystem.

                     Not Applicable     

(g)  WAWF point of contact.

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

 The NAVFAC WAWF point of contact for this order is and she can be reached at or by telephone at .             

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

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 36 of 48 FINAL

 

Page 39: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

Note:  In accordance with FAR 52.216-8, Fixed Fee, the Contractor is reminded that supportingdocumentation for each invoice must specifically identify the the Fee being invoiced.

G.6. INVOICING PROCEDURES FOR UNCOMPENSATED OVERTIME

 (a) The contractor hereby warrants that billing under this contract shall be based upon theirDefense Contract Audit Agency (DCAA) approved procedures for uncompensated overtime andthat it will achieve any reductions of the 40 hour work week salary rate for exempt personnel asincluded in its proposal. Reconciliation to the expanded average work week (and reduced averagehourly rate) shall be accomplished annually. The contractor further agrees to insert in anysubcontract or consultant agreement hereunder, provisions which shall conform substantially tothe language of this clause.

(b) The contractor and subcontractor(s) shall provide and maintain a cost accounting systemacceptable to the DCAA, which records all hours worked (in excess of 40 hours per week) for alltypes of contracts and for all customers consistent with approved Cost Accounting Standards. Inaddition, all hours shall be burdened and shall be in the base for allocation of overhead and generaladministrative expenses.

(c) Within 45 days after completion of each annual period of performance, the contractor shallsubmit reports showing the aggregate percentage reduction in billing rates due to the expandedwork week for the performance period. In the event that such actual reduction is less than thereduction proposed, the cost attributable to that difference will be disallowed by the contractingofficer.  

(d) The contractor hereby agrees to provide the following breakdown with invoices:

A list of all individuals direct-charged, with each individual’s name, contract (or subcontractor)labor category, Government labor category, current and cumulative labor hours by individual, aswell as the number of regular hours (based on a 40 hour work week) and the number of hoursworked in excess of 40 hours per week.

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------700001  LLA : 

 Standard Number:   700002  LLA : 

 Standard Number:   700003  LLA : 

 Standard Number:   900001  

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 37 of 48 FINAL

 

Page 40: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

LLA :   

Standard Number:    BASE Funding  Cumulative Funding  

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 38 of 48 FINAL

 

Page 41: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

SECTION H SPECIAL CONTRACT REQUIREMENTS

H.1.  TYPE OF CONTRACT

This task order is a Cost-Plus-Fixed-Fee (CPFF) type.  

H.2.  FEDERAL HOLIDAYS

For information purposes, the following days are observed as Federal holidays (also availablehttp://www.opm.gov/FEDHOL/index.asp):

New Year's DayMartin Luther King, Jr. BirthdayPresident's DayMemorial DayIndependence DayLabor DayColumbus DayVeteran's DayThanksgiving DayChristmas DayInauguration Day (when applicable)

The Government shall be available during normal working hours Monday through Friday, excludingholidays. When necessary, the Contractor shall interact with the Government during normal workinghours. The Contractor shall comply with the aforementioned Government holidays and any otherday designated by Federal Statute, Executive Order, or Presidential proclamation, therefore, theGovernment offices are closed and work shall not be required of the Contactor on the day(s) theseholidays are observed.

H.3.  ORGANIZATIONAL CONFLICT OF INTEREST

(a) The Contractor warrants that, to the best of the Contractor's knowledge and belief, there are norelevant facts or circumstances which could give rise to an organizational conflict of interest, asdefined in FAR Subpart 9.5, or that the Contractor has disclosed all such relevant information.

(b) The Contractor agrees that if an actual or potential organizational conflict of interest isdiscovered after award, the Contractor will make a full disclosure in writing to the ContractingOfficer. This disclosure shall include a description of actions, which the Contractor has taken orproposes to take, after consultation with the Contracting Officer, to avoid, mitigate, or neutralize theactual or potential conflict.

(c) Remedies - The Contracting Officer may terminate the contract for convenience, in whole or inpart, if it deems such termination necessary to avoid an organizational conflict of interest. If theContractor was aware of a potential organizational conflict of interest prior to award or discoveredan actual or potential conflict after award and did not disclose or misrepresented relevantinformation to the Contracting Officer, the Government may terminate the contract for default,pursue debarment the Contractor, or pursue such other remedies as may be permitted by law or thecontract.

(d) The Contractor further agrees to insert provisions, which shall conform substantially to thelanguage of this clause, including this paragraph (d), in any subcontract or consultant agreementhereunder.

H.4.  COMPLIANCE WITH LAWS

The Contractor shall comply with all applicable laws, rules and regulations having the force of law

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 39 of 48 FINAL

 

Page 42: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

which deal with or relate to performance hereunder or the employment by the Contractor of theemployees necessary for such performance. The Contractor shall procure such permits, licenses, andother required authorizations from the United States and from state and local authorities, as may benecessary in connection with beginning or carrying on to completion of the contract work, and shallat all times comply with all United States, State and Local Laws in any way affecting the contractwork.

H.5.  SUPERVISION OF CONTRACTOR'S EMPLOYEES

(a) Personnel assigned to render services under this contract shall at all times be employees of theContractor or its subcontractor(s) and under the direction and control of the Contractor.Notwithstanding any other provisions of this contract, the Contractor shall at all times be responsiblefor the supervision of its employees in the performance of the services required hereunder.

(b) Contractor personnel shall not at any time during the contract period be employees of the U.S.Government.

H.6.  ACCESS TO GOVERNMENT FACILITIES

(a) Contractor personnel shall comply with all current badging and security procedures required to gain accesss toany govenrment site. The contractor shall ensure that contractor personnel employed or any government site becomefamiliar with and obey activity regulations. Contractor personnel shall not enter restricted areas unless required to doso and until cleared for such entry.

(b) All contractor equipment shall be conspicuosly marked for identification. The contractor shall strictly adhere toFederal Occupational Safety and Health Agency (OSHA) Regulations, Environmental Protection Agency (EPA)Regulations, and all applicable state and local requirements.

H.7.  CONFIDENTIAL DISCLOSURE

The Contractor will be required to have each personnel member complete a confidential disclosurestatement to protect the personal privacy of individuals from unreasonable violation andinformation disclosure. The contractual disclosure statement will permit contract personnel accessto personal data; thus, contract employees are required to maintain the confidentiality ofNAVFAC NEPO documents.

H.8.  IT SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGYRESOURCES

(a) This clause is applicable to all or any part of the contract that includes informationtechnology resources or services in which the Contractor must have physical or electronic access toNAVFAC’s sensitive information contained in unclassified systems that directly support the mission ofthe Agency. This includes information technology, hardware, software, and the management,operation, maintenance, programming, and system administration of computer systems, networks,and telecommunications systems.

(b) Within 30 days of contract award, the Contractor shall certify in writing to the Contracting Officer that itsemployees, in performance of the contract, have completed:

1) NAVFAC/DoD IT Security User Awareness Training and

2) Annual IT Security training in NAVFAC/DoD IT Security policies, procedures, computer ethics,and best practices (when available).

The contractor may use web-based training as available from NAVFAC to meet these requirements.For contracts extending beyond one year, the Contractor shall certify in writing to the Contracting Officer withinthe first 30 days of each contract or option year subsequent to the award year that its employees, inperformance of the contract, have completed annual IT Security User Awareness training in

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 40 of 48 FINAL

 

Page 43: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

accordance with NAVFAC/DoD requirements.

2) All Contractor employees are expected to comply with NAVFAC/DoD’s IT Security policies.

3) The Contractor shall incorporate the substance of this clause in all subcontracts that meet theconditions in paragraph (a) of this clause.

H.9.  NOTICE TO THE GOVERNMENT OF DELAYS

In the event the Contractor encounters difficulty in meeting performance requirements, or when itanticipates difficulty in complying with the contract delivery schedule or date, or whenever theContractor has knowledge that any actual or potential situation is delaying or threatens to delay thetimely performance of this contract, the Contractor shall immediately notify the Contracting Officerand the COR, in writing, giving pertinent details, provided, however, that this data shall beinformational only in character and that this provision shall not be construed as a waiver by theGovernment of any delivery schedule or date or of any rights or remedies provided by law or underthis contract.

H.10. Professional Labor Rates

The labor categories in Attachment 2 and labor rates (bid rates) identified in Attachments 7(rev.1)identified in Tabs "Prime Cost for Award" and "SUB Cost for Award" will become a part of thecontract.

The bid rates, including any adjustments for uncompensated overtime proposed and submittedwith the RFP shall be utilized for negotiating any modifications.  No additional escalation will beapplied to the labor rates on Attachment 10 when option periods are exercised, as escalation hasalready been factored into the option year rates.

H.11. Indirect Ceiling Rates

All ceiling provisions will apply to the prime contractor as well as each cost reimbursablesubcontractor. The ceiling indirect rates for the base and option years submitted with theproposal in Attachments 14 and 15 will become a part of the contract. Should actual indirectrates experienced during performance of the contract be lower than those shown inAttachments 14 and 15, actual rates will be charged/invoiced in lieu of the maximum rates.

If during the course of this contract, there is a statutory change in the indirect cost elements, i.e.,FICA, FUTA, SUTA, etc., the ceiling established herein will be adjusted accordingly. Additionally, should there be a substantial increase in health insurance expenses not caused by achange in the basic coverage; the Contractor may request that the established ceiling be modifiedto accommodate the increase.  This shall apply to both prime contractor and first-tier costreimbursable subcontractors.  Final decision on whether or not to change the established ceiling inthis case shall remain with the Contracting Officer.

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 41 of 48 FINAL

 

Page 44: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

SECTION I CONTRACT CLAUSES

CLAUSES INCORPORATED BY REFERENCE

FAR CLAUSE  52.219-14, LIMITATIONS ON SUBCONTRACTING (NOV 2011)FAR CLAUSE 52.215-21--REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATAOTHER THAN CERTIFIED COST OR PRICING DATA--MODIFICATIONS (OCT 2010)

CLAUSES INCORPORATED BY FULL TEXT

FAR CLAUSE 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 within 30 days priorto completion of the base period; provided that the Government gives the Contractor a preliminary written notice ofits intent to extend at least 30 days before the contract expires. The preliminary notice does not commit theGovernment 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 fiveyears.

FAR Clause 52.217-8 -- Option to Extend Services (Nov 1999)

The Government may require continued performance of any services within the limits and at the rates specified in thecontract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretaryof Labor. The option provision may be exercised more than once, but the total extension of performance hereundershall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractorwithin 30 days.  

                                                                                  (End of Clause)

FAR Clause 52.216-7 -- Allowable Cost and Payment (Jun 2013)

(a) Invoicing.

(1) The Government will make payments to the Contractor when requested as work progresses, but (exceptfor small business concerns) not more often than once every 2 weeks, in amounts determined to be allowableby the Contracting Officer in accordance with Federal Acquisition Regulation (FAR) Subpart 31.2 in effect onthe date of this contract and the terms of this contract. The Contractor may submit to an authorizedrepresentative of the Contracting Officer, in such form and reasonable detail as the representative may require,an invoice or voucher supported by a statement of the claimed allowable cost for performing this contract.

(2) Contract financing payments are not subject to the interest penalty provisions of the Prompt PaymentAct. Interim payments made prior to the final payment under the contract are contract financing payments,except interim payments if this contract contains Alternate I to the clause at 52.232-25.

(3) The designated payment office will make interim payments for contract financing on the 30th day after thedesignated billing office receives a proper payment request. In the event that the Government requires anaudit or other review of a specific payment request to ensure compliance with the terms and conditions of thecontract, the designated payment office is not compelled to make payment by the specified due date.

(b) Reimbursing costs.

(1) For the purpose of reimbursing allowable costs (except as provided in subparagraph (b)(2) of this clause,with respect to pension, deferred profit sharing, and employee stock ownership plan contributions), the term

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 42 of 48 FINAL

 

Page 45: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

“costs” includes only --

(i) Those recorded costs that, at the time of the request for reimbursement, the Contractor has paid bycash, check, or other form of actual payment for items or services purchased directly for the contract;

(ii) When the Contractor is not delinquent in paying costs of contract performance in the ordinarycourse of business, costs incurred, but not necessarily paid, for --

(A) Supplies and services purchased directly for the contract and associated financingpayments to subcontractors, provided payments determined due will be made—

(1) In accordance with the terms and conditions of a subcontract or invoice; and

(2) Ordinarily within 30 days of the submission of the Contractor’s payment requestto the Government;

(B) Materials issued from the Contractor’s inventory and placed in the production process foruse on the contract;

(C) Direct labor;

(D) Direct travel;

(E) Other direct in-house costs; and

(F) Properly allocable and allowable indirect costs, as shown in the records maintained by theContractor for purposes of obtaining reimbursement under Government contracts; and

(iii) The amount of financing payments that have been paid by cash, check or other form of paymentto subcontractors.

(2) Accrued costs of Contractor contributions under employee pension plans shall be excluded until actuallypaid unless—

(i) The Contractor’s practice is to make contributions to the retirement fund quarterly or morefrequently; and

(ii) The contribution does not remain unpaid 30 days after the end of the applicable quarter or shorterpayment period (any contribution remaining unpaid shall be excluded from the Contractor’s indirectcosts for payment purposes).

(3) Notwithstanding the audit and adjustment of invoices or vouchers under paragraph (g) of this clause,allowable indirect costs under this contract shall be obtained by applying indirect cost rates established inaccordance with paragraph (d) of this clause.

(4) Any statements in specifications or other documents incorporated in this contract by reference designatingperformance of services or furnishing of materials at the Contractor’s expense or at no cost to the Governmentshall be disregarded for purposes of cost-reimbursement under this clause.

(c) Small business concerns. A small business concern may receive more frequent payments than every 2 weeks

(d) Final indirect cost rates.

(1) Final annual indirect cost rates and the appropriate bases shall be established in accordance with Subpart42.7 of the Federal Acquisition Regulation (FAR) in effect for the period covered by the indirect cost rateproposal.

(2)

(i) The Contractor shall submit an adequate final indirect cost rate proposal to the Contracting Officer(or cognizant Federal agency official) and auditor within the 6-month period following the expiration

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 43 of 48 FINAL

 

Page 46: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

of each of its fiscal years. Reasonable extensions, for exceptional circumstances only, may berequested in writing by the Contractor and granted in writing by the Contracting Officer. TheContractor shall support its proposal with adequate supporting data.

(ii) The proposed rates shall be based on the Contractor’s actual cost experience for that period. Theappropriate Government representative and the Contractor shall establish the final indirect cost ratesas promptly as practical after receipt of the Contractor’s proposal.

(iii) An adequate indirect cost rate proposal shall include the following data unless otherwise specifiedby the cognizant Federal agency official:

(A) Summary of all claimed indirect expense rates, including pool, base, and calculatedindirect rate.

(B) General and Administrative expenses (final indirect cost pool). Schedule of claimedexpenses by element of cost as indentified in accounting records (Chart of Accounts).

(C) Overhead expenses (final indirect cost pool). Schedule of claimed expenses by element ofcost as identified in accounting records (Chart of Accounts) for each final indirect cost pool.

(D) Occupancy expenses (intermediate indirect cost pool). Schedule of claimed expenses byelement of cost as identified in accounting records (Chart of Accounts) and expensereallocation to final indirect cost pools.

(E) Claimed allocation bases, by element of cost, used to distribute indirect costs.

(F) Facilities capital cost of money factors computation.

(G) Reconciliation of books of account (i.e., General Ledger) and claimed direct costs bymajor cost element.

(H) Schedule of direct costs by contract and subcontract and indirect expense applied atclaimed rates, as well as a subsidiary schedule of Government participation percentages ineach of the allocation base amounts.

(I) Schedule of cumulative direct and indirect costs claimed and billed by contract andsubcontract.

(J) Subcontract information. Listing of subcontracts awarded to companies for which thecontractor is the prime or upper-tier contractor (include prime and subcontract numbers;subcontract value and award type; amount claimed during the fiscal year; and thesubcontractor name, address, and point of contract information).

(K) Summary of each time-and-materials and labor-hour contract information, including laborcategories, labor rates, hours, and amounts; direct materials; other direct costs; and, indirectexpense applied at claimed rates.

(L) Reconciliation of total payroll per IRS form 941 to total labor costs distribution.

(M) Listing of decisions/agreements/approvals and description of accounting/organizationalchanges.

(N) Certificate of final indirect costs (see 52.242-4, Certification of Final Indirect Costs).

(O) Contract closing information for contracts physically completed in this fiscal year (includecontract number, period of performance, contract ceiling amounts, contract fee computations,level of effort, and indicate if the contract is ready to close).

(iv) The following supplemental information is not required to determine if a proposal is adequate,but may be required during the audit process:

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 44 of 48 FINAL

 

Page 47: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

(A) Comparative analysis of indirect expense pools detailed by account to prior fiscal year andbudgetary data.

(B) General organizational information and limitation on allowability of compensation forcertain contractor personnel. See 31.205-6(p). Additional salary reference information isavailable at http://www.whitehouse.gov/omb/procurement index exec comp/ .

(C) Identification of prime contracts under which the contractor performs as a subcontractor.

(D) Description of accounting system (excludes contractors required to submit a CASDisclosure Statement or contractors where the description of the accounting system has notchanged from the previous year’s submission).

(E) Procedures for identifying and excluding unallowable costs from the costs claimed andbilled (excludes contractors where the procedures have not changes from the previous year’ssubmission).

(F) Certified financial statements and other financial data (e.g., trial balance, compilation,review, etc).

(G) Management letter from outside CPAs concerning any internal control weaknesses.

(H) Actions that have been and/or will be implemented to correct the weaknesses described inthe management letter from subparagraph (G) of this section.

(I) List of all internal audit reports issued since the last disclosure of internal audit reports tothe Government.

(J) Annual internal audit plan of scheduled audits to be performed in the fiscal year when thefinal indirect cost rate submission is made.

(K) Federal and State income tax returns.

(L) Securities and Exchange Commission 10-K annual report.

(M) Minutes from board of directors meetings.

(N) Listing of delay claims and termination claims submitted which contain costs relating tothe subject fiscal year.

(O) Contract briefings, which generally include a synopsis of all pertinent contract provisions,such as: Contract type, contract amount, product or service(s) to be provided, contractperformance period, rate ceilings, advance approval requirements, pre-contract costallowability limitations, and billing limitations.

(v) The Contractor shall update the billings on all contracts to reflect the final settled rates and updatethe schedule of cumulative direct and indirect costs claimed and billed, as required in paragraph (d)(2)(iii)(I) of this sections, within 60 days after settlement of final indirect cost rates.

(3) The Contractor and the appropriate Government representative shall execute a written understandingsetting forth the final indirect cost rates. The understanding shall specify

(i) the agreed-upon final annual indirect cost rates,

(ii) the bases to which the rates apply,

(iii) the periods for which the rates apply,

(iv) any specific indirect cost items treated as direct costs in the settlement, and

(v) the affected contract and/or subcontract, identifying any with advance agreements or special terms

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 45 of 48 FINAL

 

Page 48: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

and the applicable rates.

The understanding shall not change any monetary ceiling, contract obligation, or specific costallowance or disallowance provided for in this contract. The understanding is incorporated into thiscontract upon execution.

(4) Failure by the parties to agree on a final annual indirect cost rate shall be a dispute within the meaning ofthe Disputes clause.

(5) Within 120 days (or longer period if approved in writing by the Contracting Officer) after settlement ofthe final annual indirect cost rates for all years of a physically complete contract, Contractor shall submit acompletion invoice or voucher to reflect the settled amounts and rates. The completion invoice or vouchershall include settled subcontract amounts and rates. The prime contractor is responsible for settlingsubcontractor amounts and rates included in the completion invoice or voucher and providing status ofsubcontractor audits to the contracting officer upon request.

(6)

(i) If the Contractor fails to submit a completion invoice or voucher within the time specified inparagraph (d)(5) of this clause, the Contracting Officer may--

(A) Determine the amounts due to the Contractor under the contract; and

(B) Record this determination in a unilateral modification to the contract.

(ii) This determination constitutes the final decision of the Contracting Officer in accordance with theDisputes clause.

(e) Billing rates. Until final annual indirect cost rates are established for any period, the Government shall reimbursethe Contractor at billing rates established by the Contracting Officer or by an authorized representative (the cognizantauditor), subject to adjustment when the final rates are established. These billing rates --

(1) Shall be the anticipated final rates; and

(2) May be prospectively or retroactively revised by mutual agreement, at either party’s request, to preventsubstantial overpayment or underpayment.

(f) Quick-closeout procedures. Quick-closeout procedures are applicable when the conditions in FAR 42.708(a) aresatisfied.

(g) Audit. At any time or times before final payment, the Contracting Officer may have the Contractor’s invoices orvouchers and statements of cost audited. Any payment may be --

(1) Reduced by amounts found by the Contracting Officer not to constitute allowable costs; or

(2) Adjusted for prior overpayments or underpayments.

(h) Final payment.

(1) Upon approval of a completion invoice or voucher submitted by the Contractor in accordance withparagraph (d)(5) of this clause, and upon the Contractor’s compliance with all terms of this contract, theGovernment shall promptly pay any balance of allowable costs and that part of the fee (if any) not previouslypaid.

(2) The Contractor shall pay to the Government any refunds, rebates, credits, or other amounts (includinginterest, if any) accruing to or received by the Contractor or any assignee under this contract, to the extentthat those amounts are properly allocable to costs for which the Contractor has been reimbursed by theGovernment. Reasonable expenses incurred by the Contractor for securing refunds, rebates, credits, or otheramounts shall be allowable costs if approved by the Contracting Officer. Before final payment under thiscontract, the Contractor and each assignee whose assignment is in effect at the time of final payment shallexecute and deliver --

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 46 of 48 FINAL

 

Page 49: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

(i) An assignment to the Government, in form and substance satisfactory to the Contracting Officer, ofrefunds, rebates, credits, or other amounts (including interest, if any) properly allocable to costs forwhich the Contractor has been reimbursed by the Government under this contract; and

(ii) A release discharging the Government, its officers, agents, and employees from all liabilities,obligations, and claims arising out of or under this contract, except --

(A) Specified claims stated in exact amounts, or in estimated amounts when the exactamounts are not known;

(B) Claims (including reasonable incidental expenses) based upon liabilities of the Contractorto third parties arising out of the performance of this contract; provided, that the claims are notknown to the Contractor on the date of the execution of the release, and that the Contractorgives notice of the claims in writing to the Contracting Officer within 6 years following therelease date or notice of final payment date, whichever is earlier; and

(C) Claims for reimbursement of costs, including reasonable incidental expenses, incurred bythe Contractor under the patent clauses of this contract, excluding, however, any expensesarising from the Contractor’s indemnification of the Government against patent liability.

(End of Clause)

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 47 of 48 FINAL

 

Page 50: DD FORM 1155, DEC 2001 - pai-inc.com · PR NTED NAME AND TITLE OF AUTHORIZED GOVERNMENT ... DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL)

SECTION J LIST OF ATTACHMENTS

DD254_NEPO

Attachment 1 - Performance_Requirements_Summary

Attachment  2 - Labor Hours and Skill Table Revision1

Attachment 12 - Employee Contractor Non-Disclosure Agreement

WD 05-2103 (Rev.-14)

 CONTRACT NO.

 N00178-04-D-4106 DELIVERY ORDER NO.

 JN01 PAGE

 48 of 48 FINAL