39
1. CONTRACT NO. N00178-12-D-6996 2. DELIVERY ORDER NO. N0018917F3028 3. EFFECTIVE DATE 2017 Aug 28 4. PURCH REQUEST NO. N46579178RC001RT 5. PRIORITY Unrated 6. ISSUED BY CODE N00189 7. ADMINISTERED BY CODE S0513A 8. DELIVERY FOB NAVSUP FLC Norfolk, Code 200 1968 Gilbert Street Ste 600 Norfolk VA 23511-3392 Sherell Brown/OPNAV N00189 757-443-1706 DCMA SANTA ANA 34 CIVIC CENTER PLAZA, ROOM 5001 SANTA ANA CA 92701-4056 SCD: C DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 5Z6V9 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS Pacific Rim Defense LLC 98-1256 Kaahumanu Street Pearl City HI 96782 X SMALL 12. DISCOUNT TERMS Net 30 Days WIDE AREA WORK FLOW SMALL DISADVANTAGED WOMEN-OWNED 13. MAIL INVOICES TO THE ADDRESS IN BLOCK See Section G 14. SHIP TO CODE 15. PAYMENT WILL BE MADE BY CODE HQ0339 MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. See Section D DFAS Columbus Center, West Entitlement P.O. Box 182381 Columbus OH 43218-2381 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. Pacific Rim Defense LLC Don Midgett Vice 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 $2,313,488.00 26. DIFFERENCES BY: /s/Dannetta N Townsend 08/28/2017 CONTRACTING/ORDERING OFFICER 27a. QUANTITY IN COLUMN 20 HAS BEEN INSPECTED RECEIVED ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED: ___ ___________________________________________________ b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE c. DATE d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28. SHIP NO. 29. D.O. VOUCHER NO. 30. INITIALS PARTIAL 32. PAID BY 33. AMOUNT VERIFIED CORRECT FOR f. TELEPHONE g. E-MAIL ADDRESS FINAL 31. PAYMENT 34. CHECK NUMBER 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. COMPLETE a. DATE b. SIGNATURE AND TITLE OF CERTIFYING OFFICER PARTIAL 35. BILL OF LADING NO. FULL 37. RECEIVED AT 38. RECEIVED BY (Print) 39. DATE RECEIVED 40. TOTAL CON-TAINERS 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 8-28-2017

ORDER FOR SUPPLIES OR SERVICES (FINAL) · 2018-03-24 · DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS ... power generation, ... (CASREP), Maintenance Figure of

  • Upload
    vandang

  • View
    213

  • Download
    0

Embed Size (px)

Citation preview

1. CONTRACT NO.

N00178-12-D-69962. DELIVERY ORDER NO.

N0018917F30283. EFFECTIVE DATE

2017 Aug 284. PURCH REQUEST NO.

N46579178RC001RT5. PRIORITY

Unrated6. ISSUED BY CODEN00189 7. ADMINISTERED BY CODE S0513A 8. DELIVERY FOB

NAVSUP FLC Norfolk, Code 2001968 Gilbert Street Ste 600Norfolk VA 23511-3392Sherell Brown/OPNAV N00189757-443-1706

DCMA SANTA ANA34 CIVIC CENTER PLAZA, ROOM 5001SANTA ANA CA 92701-4056

SCD: C   DESTINATION

  OTHER

 (See Schedule if other)

9. CONTRACTOR CODE5Z6V9 FACILITY 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X IF BUSINESS IS

Pacific Rim Defense LLC98-1256 Kaahumanu StreetPearl City HI 96782

 X SMALL

12. DISCOUNT TERMS

Net 30 DaysWIDE AREA WORK FLOW

   SMALLDISADVANTAGED

   WOMEN-OWNED

13. MAIL INVOICES TO THE ADDRESS IN BLOCK

See Section G14. SHIP TO CODE   15. PAYMENT WILL BE MADE BY CODE HQ0339 MARK ALL

PACKAGES ANDPAPERS WITH

IDENTIFICATIONNUMBERS IN

BLOCKS 1 AND 2.

See Section D DFAS Columbus Center, West EntitlementP.O. Box 182381Columbus OH 43218-2381

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.

 Pacific Rim Defense LLC    Don Midgett Vice 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 $2,313,488.0026.DIFFERENCES

 

BY: /s/Dannetta N Townsend        08/28/2017CONTRACTING/ORDERING OFFICER

 

27a. QUANTITY IN COLUMN 20 HAS BEEN

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

b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 c. DATE

 d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENTREPRESENTATIVE

 

 e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 28. SHIP NO.

 29. D.O. VOUCHER NO.

 30. INITIALS  

 

 PARTIAL 32. PAID BY

 33. AMOUNT VERIFIED CORRECTFOR

 f. TELEPHONE

 g. E-MAIL ADDRESS

   FINAL

31. PAYMENT 34. CHECK NUMBER

 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. 

COMPLETE

a. DATE

 b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

   PARTIAL 35. BILL OF LADING NO.

 

 FULL

37. RECEIVED AT

 38. RECEIVED BY (Print)

 39. DATE RECEIVED

 40. TOTALCON-TAINERS

 

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

8-28-2017

GENERAL INFORMATION

The Fleet Energy Support services are currently provided under contract W15QKN-14-9-0001 with FrontierTechnology, Inc.

The Zone of Performance for this solicitation will be the Mid Atlantic Zone (3). 

 

Pursuant to FAR 52.232-18, funds are not presently available for this contract. The Government'sobligation under this contract is contingent upon the availability of appropriated funds from whichpayment for contract purposes can be made. No legal liability on the part of the Government for anypayment may arise until funds are made available to the Contracting Officer for this contract.  The noticeof availability of funds issued pursuant to this clause will be posted to the NAVSUP FLC Norfolk web pageat https://www.navsup.navy.mil/navsup/ourteam/navsupgls/prod_serv/contracting/con_navsupflcn

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 2 of 2 FINAL

 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

 Fleet Operational Energy Initiatives Support

1.0  INTRODUCTION 

U.S. Fleet Forces Command (USFF) is tasked by Chief of Naval Operations (CNO) to train, certify, and providecombat-ready Navy forces to Combatant Commanders (CCDRs) that are capable of conducting prompt, sustainednaval, joint, and combined operations in support of U.S. national interests.  Fleet Installations and EnvironmentalReadiness Division (N46) implements, manages, and oversees programs required to deliver ready platforms andsystems to the CCDRs by leading efforts to integrate infrastructure planning, infrastructure risk management, andinfractructure readiness across Type Commands and to provide synchronization between them.  N46 alsoimplements guidance, direction, and statutes pertaining to environmental policies, requirements, and programs,ensuring alignment in support of current and future Fleet readiness. The required service is provided via the Fleet Installations and Environmental Readiness Division which iscomprised of USFF N46 staff and contractor personnel, located in Norfolk VA.  USFF is tasked by the CNO todevelop and execute energy, installations, and environmental programs to support Fleet warfighting, basing, andtraining in support of operational readiness.  There is no other Navy service element that is tasked to lead FleetInstallation and Environmental Readiness.  The contractor provides support to USFF and Pacific Fleet (PACFLT)headquarters staff, Type Commands (TYCOMs) and Numbered Fleets through the use of conferences and meetingsvia Teleconferences (TELECONs) or Video Teleconferences (VTCs), documents and reports. 2.0  OBJECTIVE

 The objective of the Performance Work Statement (PWS) is to acquire technical support to assist USFF andPACFLT Headquarters staff, TYCOMs, System Commands (SYSCOMs), and Numbered Fleets in the developmentand implementation of the Fleet Operational Energy Program within the framework of the CNO Task Force Energycharter, Navy Energy Vision, N4655 Fleet Energy Business Plan, Optimized Fleet Response Plan, OPNAVINST3000.15, and Navy Energy Usage Reporting System (NEURS).  This ensures Fleet leadership receives timely,accurate, and comprehensive analytical and assessment support to meet the needs of Fleet operating forces, whichenhances USFF/PACFLT’s ability to integrate and articulate Fleet warfighting and readiness to CNO.   3.0  SCOPE OF WORK Work under this order will consist of the effort required to support the Fleets’ Energy Program.  Contractorpersonnel shall have the knowledge and experience in all aspects of the mission associated with a given area ofexpertise.  The offeror must provide documentation in the form of personnel qualifications that includes experience ineach of the personnel requirements areas listed below. 

 The contractor shall provide essential support to educate and train the Fleet on conservation initiatives, equipment,procedures, and methods that will aid in at-sea and shore-side energy saving efforts.  The contractor shall providesubject matter expertise in the following knowledge areas:  basic to advanced level energy training with focus on:Heating, Ventilation, and Air Conditioning Systems (HVAC), chill water distribution, refrigeration, fire pump,propulsion, power generation, and other systems; identification and evaluation metrics/assessment of trainingprogram; provide technical and logistics support to Fleet energy programs; integrate USFF/PACFLT lessonslearned/best practices; implement shipboard training programs; monitoring and reporting shipboard energyconservation performance;  provide feedback to supported commands; and achieve Navy and Fleet goals regardingenergy conservation and alternate energy use. 4.0 TASKS/REQUIREMENTS 4.1.1 Routine Duty Contractor personnel shall assist USFF/PACFLT Fleet Operational Energy Program Manager.  In the absence of theincumbent, contractor must assist with performance of duties of the USFF Staff Fleet Energy Program Manager IAWUSFF Operational Energy Program Strategic Playbook and report to USFF N46.

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 3 of 39 FINAL

 

 Deliverables:  Monthly technical reports; Bi-weekly updates to USFF N46 and USFF chain of command

4.1.2 Fleet Operational Energy Program Policy and Governance

Contractor personnel shall assist in the overall Fleet Operational Energy program policy as follows:

Assist in development, implementation, and maintenance of USFF/PACFLT Operational Energy Instruction.

The Operational Energy Instruction will effectively bridge the gap between energy conservation theories and

actual practices utilized across the Atlantic and Pacific Fleets and will set requirements for implementation of

higher level guidance, once finalized.Instruction development, implementation, and maintenance will require:leading a team of technical and senior engineers, TYCOM Energy Officers, and coordinating cross-directorate stakeholderscompleting analysis of current doctrine, organization, training, leadership, and personnel to ensureappropriate direction is provided to support policy development, training and support for thedeployed warfightercoordination with USFF, PACFLT, Naval Sea Systems Command (NAVSEA), and Office of theChief of Naval Operations (OPNAV) N45.

4.1.2.1 Assist in creating USFF/PACFLT Operational Energy Program Strategic Plan which will:

Communicate the Operational Energy vision, mission, goals, and objectivesDetail the actions needed to support its implementationSet priorities, focus energy and resources, strengthen operations, ensure employees and other keystakeholders are working toward common goalsEstablish agreement regarding intended outcome and resultsAssess and adjust the organization’s direction in response to an ever changing environmentIn support of plan development, the contractor shall utilize as its foundational documents:

CNO Task Force Energy charterOPNAV Operational Energy Instruction (once finalized)USFF/PACFLT Operational Energy InstructionUSFF Fragmentary Order #1 dtd 11 Jun 2011USFF Fragmentary Order #2 dtd 20 December 2011USFF N4655 Fleet Energy Business Plan

4.1.2.2 Develop a USFF/PACFLT Operational Energy Communications Plan to complement the USFF/PACFLTOperational Energy Program Strategic Plan.  The Communications Plan shall be incorporated into the USFFEnvironmental Outreach Strategy Engagement and Assessment Plan. The plan facilitates communication of accurateinformation to intended individuals at the right time. The purpose of such a plan is to determine what actions mustbe taken and when to properly and most effectively conduct communications and outreach.  The contractor shallwork closely with the N465 Environmental Resources and Planning Section to develop the plan. The plan shouldinclude, but is not limited to:

Personnel roles and responsibilitiesList of internal and external stakeholdersApproval and dissemination of information processesIdentification of communication needsOutreach event calendarLeadership engagement opportunitiesOutreach methods (e.g. fact sheets, media releases, ads, etc.)Recommendations on the following:

How to incorporate operational energy considerations into war games and training exerciseHow to incorporate operational energy considerations into platform and weapons systemsrequirements and assessmentsHow to incorporate operational energy into all phases of the Planning, Programming, Budget, andExecution Process

4.1.3 Operational Energy Metrics

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 4 of 39 FINAL

 

Contractor personnel shall support the implementation of Operational Energy Metrics by:

Coordinating with Surface Forces Pacific (SURFPAC), Surface Forces Atlantic (SURFLANT), MilitarySealift Command (MSC), and NAVSEA to ensure energy consumption usage data for all ships, aircraft, andexpeditionary Table of Authorities are being accurately entered into NEURS on a monthly basisProviding methodologies and guidelines to monitor ship specific energy use data, lessons learned and bestpractices that can be employed into daily routine, in port and underwayProviding policies and methods to deliver to ships and shore facilities a consistent uniform message toaddress energy conservation to the Fleet and shore side activities for digital image display in the shipboardenergy dashboard.Metrics may also be displayed in the Fleet Energy Dashboard. Metrics may includeOperational Availability (AO), Casualty Reports (CASREP), Maintenance Figure of Merit (MFOM), orother assessment resultsCoordinating and recommending to Fleet Maintenance the development and incorporation of technologieswhich support the tracking of energy consumption data as directed by the NEURS instructionDeveloping briefing materials in support of operational energy metrics, consumption, and usage dataDeveloping quarterly Energy Metrics Summary Report, which will include, but is not limited to, the

following:Summary of individual ship energy metrics including fuel consumption quantity and rateAnalysis of results and identification of trendsRecommendations of actions to resolve identified issues

Coordinating with other TYCOMs including Air Force Pacific Fleet (AIRPAC), Air Force Atlantic Fleet(AIRLANT), and Navy Expeditionary Combat Command (NECC) for developing consistent metrics andmethodologies for measuring energy usage and efficienciesCoordinating with Commander, Navy installations Command (CNIC) and Naval Facilities EngineeringCommand (NAVFAC) to compile shore energy consumption usage data for Fleet units on a quarterly basis

4.1.4 Fleet Ship Energy Audits

The contractor shall conduct energy audits on each Fleet ship at least once per Fleet Response Plan (FRP) cycleprior to deployment while they are in port which equates to approximately one third of the total ships in eachhomeport location per year (86 ships total: Hawaii – 10 ships, San Diego – 30 ships, Everett/Bremerton – 4,Norfolk/Little Creek – 30, Mayport - 10 ships, and up to 2 overseas locations including Sasebo/Yokosuka, Bahrain,Rota, Italy) and submit audit results via individual ship reports.  Before the audits are completed, an overarchingaudit work plan will be provided by the Government to ensure consistency and continuity across each ship audit. The individual ship audit reports will include but are not limited to:

Conduct energy performance assessments (audits) and evaluations of propulsion and electrical plant systems.

Analyze data gathered from ship/shore audits of ship electrical systems and Planned/Preventative

Maintenance System (PMS) records in order to recommend maintenance actions that can:reduce energy/utility consumptionfocus Command attention to potential operational changes that could save energy consumption andincrease operational capabilityovalidate maintenance periodicity and effectivenessreduce life-cycle costsidentify new focus areas based on trend analysis

Audits require investigation of the following systems:A/C plants, A/C boundary enforcement and monitoringrefrigeration plantsoventilation system configuration and usage within and outside of engineering spacesand compartments throughout the shipair compressors and distribution systemsseawater, fire, and flushing systemsmain propulsion engines; ships service generator prime movers; primary heaters for fuel and lube oilsystems, to include: quick warm up equipment; main condensers; coolers; strainers; climate controlsystems; hotel services for laundry, food preparation, galley, messing, and scullery spaces andassociated equipmentevaluation of ships’ PMS compliance, Maintenance Index Page System (MIPS), and Maintenance

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 5 of 39 FINAL

 

Requirement Card (MRC) compliance (At no time shall permanent, semi-permanent, or temporarymonitoring equipment be installed by the contractor.)

Analyze trends and incorporate deck plate inputs to identify and convey best practicesProvide best practice recommendations for TYCOM distribution to the FleetsReport findings to TYCOM and ship’s Port Engineers to assist in determining class maintenanceissues

Additionally, the contractor shall review and analyze (and submit via a report) each ship’s most recent energy auditfindings to:

Determine the root causes of these findings (e.g. manpower deficiencies, funding deficiencies, maintenancedeficiencies, training deficiencies, etc.)Identify which findings and root causes are the most commonProvide detailed recommendations on how to address and resolve these findings and root causes at eachechelon level (e.g. which organization would have to implement, cost to implement, process forimplementation, etc.)

Additionally, the report should:

Recommend operational energy management Tactics, Techniques, and Procedures (TTPs), and proposedmethod of implementation, that promote energy efficiency and reduce consumption during operationsRecommend methods of incorporating energy management into theater campaign plans, security cooperationinitiatives, joint and combined exercise, and other activities related to country and theater objectivesRecommend methods for incorporation of best maintenance practices into Fleet Maintenance which supportoperational energy goals and objectivesRecommend how to improve operational energy performance and posture while maximizing efficiencies;maximizing the use of existing successful programs, policies, and procedures; and utilizing existingstructures as much as possible

4.1.5 Fleet Operational Energy Training Development and Support

The contractor shall act as the Subject Matter Expert (SME) to review, update, and support continued developmentof current Operational Energy training in close coordination with the Navy Education and Training Command(NETC) and in accordance with the Energy Navy Training System Plan (NTSP) and the Energy Training Plandated July 2015.  Training shall be performance driven, realistic problem-based learning with assessments that stresscritical thinking, decision-making, and problem solving. Use of old, less effective instructional models that onlyassess content at recall/comprehend levels should be avoided.  This training will support development andintegration of energy management education into all levels of civilian and military personnel including:

Basic specialized training (O1-O3, E1-E3)Mid-level training (Department Head, E4-E6)Advanced leadership training (Flag Officer, CO/XO, E7-E9)

In order to complete this task, the contractor will coordinate with:

OPNAVType Commanders (SURFOR, AIRFOR, SUBFOR, NECC, MSC)System Commanders (NAVSEA, Naval Air Systems Command (NAVAIR))Navy Education and Training Command (NETC)

The training development will incorporate the latest TTPs, metrics, awards, and self-audit Shipboard EnergySurvey Checklist found within Appendix A of the Shipboard Energy Conservation Guide.

4.1.6 Fleet Operational Energy Training Execution

The contractor shall support and, when directed, conduct currently approved and in-place Operational Energytraining, the materials of which will be provided by the Government.  The training shall be conducted on each Fleetship at least once per Fleet Response Plan cycle prior to deployment while they are in port which equates toapproximately one third of the total ships in each homeport location per year (86 ships total: Hawaii – 10 ships, SanDiego – 30 ships, Everett/Bremerton – 4, Norfolk/Little Creek – 30, Mayport - 10 ships and up to 2 overseas

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 6 of 39 FINAL

 

locations including Sasebo/Yokosuka, Bahrain, Rota, Italy).  Training may take place in combination with shipaudit visits (see Task 4.1.4).  The contractor shall submit a training event summary report for each training eventconducted. Each report will include, but is not limited to:

Ship nameDate of trainingTotal personnel in attendance and specifically denoting if the Commanding Officer, Executive Officer,Command Master Chief, and Chief Engineer participatedSpecific training material/courses receivedUnit lessons learned and any best practices identified

4.1.7 Operational Energy Usage Analysis

Contractor personnel shall:

Perform a diagnostic review of raw data and shipboard practices to identify new or neglected maintenancepractices that affect energy conservation.The Joint Fleet Maintenance Manual (JFMM) prescribesmethodology, roles and responsibilities pertaining to maintenance actions.Provide feedback to reporting activities identified within JFMM on effectiveness of identified maintenancepractices in which the type of maintenance, periodicity, or failure mode does not address energy consumptionor impacts equipment energy performance due to material condition.Provide written feedback to Independent Service Engineering Agent (ISEA)/NAVSEA offices havingownership of the estimated construction cost Estimated Construction Cost (ECC) on performance of thetechnology. Upon written request by USFF; conduct energy surveys based on specific tasking to assessenergy conservation measure (ECM) performance and report results to tasking authority.

4.1.8 SECNAV Energy Awards

Utilizing the data and analysis contained in other sections of this PWS, the contractor personnel shall support theGovernment in determining the objective criteria for the annual SECNAV Energy and Water Management awards. The contractor personnel shall prepare appropriate ranking tables for each unit category and assist in providingsubjective recommendations as they relate to the tasks specified within this PWS.  Final determination of SECNAVEnergy Award rankings and recommendations shall be at the Government’s discretion.

5.0 PERSONNEL REQUIREMENTS

5.1       Fleet Operational Energy Team Lead 

5.1.1    Location/Manning Requirements:

Norfolk, VA Historical Level of Effort - one (1) Full Time Employee (FTE)

5.1.2    Position Requirements: 

Provide overarching management and coordination of the Operational Energy support teamProvide technical and logistics support to Fleet energy program policy and governance activitiesInterface with Fleet operational commands, TYCOMs, and SYSCOM staffParticipate in oversight, review, and reporting of Fleet operational energy projectsPrepare correspondence, briefings, fact sheets, white papers, etc. in response to congressional inquiries,taskers, Freedom of Information Act (FOIA) requests for higher level leadership review and approvalArrange and facilitate conferences/meetings/conference calls to include, but not limited to: coordination withGovernment personnel, delivery of briefings and demonstrations, development of agendas, provide call-innumbers, preparation of information sheets/briefings for distribution at meetings and conference calls, andpreparation of summary reportsProvide subject matter expertise in Naval Education and Training Command’s development of Navy EnergyNTSPOther duties as designated in support of operational energy effortsSecurity clearance required: Secret

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 7 of 39 FINAL

 

5.1.3    Education/Qualifications

Bachelor of Arts or Bachelor of Science degree

5.1.4    Experience Requirements:

Minimum of ten (10) years relevant experience in military operationsMinimum two (2) years relevant experience working policy and governance programs at a militaryheadquarters staffUSN Aviation or Surface Warfare Officer with department head and major (3 or 4-star) staff experienceExperience coordinating with other USN commands and servicesExperience working in a multi-disciplinary team environment with a completed end productExperience in researching, preparing, and conducting technical lectures, briefs, and presentationsExperience in educating and training the Fleet on conservation initiatives, equipment, procedures, andmethods that will aid in at-sea and shore-side energy saving effortsExperience with statistics, linear regression, and data analysis

5.2       Fleet Operational Energy Assistant Team Leads

5.2.1    Location/Manning Requirements:

Norfolk, VA Historical Level of Effort - one (1) FTEPearl Harbor, Hawaii Historical Level of Effort - one (1) FTE

5.2.2    Position Requirements:

Assist the Team Leader with the management and overall coordination of the Operational Energy supportstaffProvide technical and logistics support to Fleet energy program policy and governance activitiesInterface with Fleet operational commands, TYCOMS, and SYSCOM staffParticipate in oversight, review, and reporting of Fleet operational energy projectsPrepare correspondence, briefings, fact sheets, white papers, etc. in response to congressional inquiries,taskers, FOIA requests for higher level leadership review and approvalArrange and facilitate conferences/meetings/conference calls to include, but not limited to: coordination withGovernment personnel, delivery of briefings and demonstrations, development of agendas, provide call-innumbers, preparation of information sheets/briefings for distribution at meetings and conference calls, andpreparation of summary reportsProvide subject matter expertise in Naval Education and Training Command’s development of Navy EnergyNTSPOther duties as designated in support of operational energy effortsSecurity clearance required: Secret

5.2.3    Education/Qualifications

Bachelor of Arts or Bachelor of Science; engineering, science, technology, or equivalent field

5.2.4    Experience Requirements:

Minimum of four (4) years relevant military operational experience in: USN, USCG, USMC, or equivalentFormer U.S. Navy chief petty officer (E7-E9), warrant officer, line officer, or equivalentExperience with Fleet energy programs at the operational, staff headquarters, or equivalent level

5.3       Fleet Energy Manager Support (FEMS)

5.3.1    Location/Manning Requirements:

Norfolk, VA Historical Level of Effort - three (3) FTESan Diego, CA Historical Level of Effort - three (3) FT

5.3.2    Position Requirements:

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 8 of 39 FINAL

 

Provide technical and logistics support to Fleet energy program policy and governance activitiesConduct and report on shipboard energy trainingConduct and report on shipboard energy auditsInterface with Fleet operational commands, TYCOMS, and SYSCOM staffParticipate in review and reporting of Fleet operational energy projectsSupport the preparation of correspondence, briefings, fact sheets, white papers, etc. in response tocongressional inquiries, taskers, FOIA requests for higher level leadership review and approvalProvide subject matter expertise in Naval Education and Training Command’s development of Navy EnergyNTSPOther duties as designated in support of operational energy effortsSecurity clearance required: Secret

5.3.3    Education/Qualifications

Bachelor of Science in engineering, science, technology, or equivalent field

5.3.4    Experience Requirements:

Minimum of four (4) years relevant experience with maintenance and operation of shipboard propulsion andelectrical systemsFormer U.S. Navy chief petty officer (E7-E9), warrant officer, line officer, or equivalentExperience educating and training the Fleet on conservation initiatives, equipment, procedures, and methodsthat will aid in at-sea and shore-side energy saving effortsExperience with Fleet energy programs at the operational, staff headquarters, or equivalent level

5.4       Fleet Operational Energy Data Analysts

5.4.1    Location/Manning Requirements:

East Coast of U.S. in close proximity to NAVSEA or USFF Command – Historical Level of Effort - three(3) FTE

5.4.2    Position Requirements:

Provide technical and logistics support to Fleet energy program policy and governance activitiesProvide analytical support in the implementation of operational energy metrics and ship energy auditsParticipate in review and reporting of Fleet operational energy projectsSupport the preparation of correspondence, briefings, fact sheets, white papers, etc. in response tocongressional inquiries, taskers, FOIA requests for higher level leadership review and approvalProvide subject matter expertise in Naval Education and Training Command’s development of Navy EnergyNTSPOther duties as designated in support of operational energy effortsSecurity clearance required: Secret

5.4.3 Education/Qualifications

Bachelor of Arts or Bachelor of Science degree in Statistics or related field

5.4.4 Experience Requirements:

Experience with relevant linear regression analysesExperience working relevant energy program policy and governance for military, government, or corporateentity

6.0 TRANSITION OUT PHASE: Should the contractor not be selected as the future follow-on contractor, thecontractor shall participate in a transition phase to orderly and efficiently transition to a successor.  The transitionphase shall be considered the last 30 days prior to the end of the contract period of performance.  The transitionphase shall consist of phase-in training for the successor.

7.0 PLACE OF PERFORMANCE: Norfolk, VA, Mayport, FL, Washington, DC, San Diego, CA, and Hawaii. 

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 9 of 39 FINAL

 

The work described above shall be performed at Government facilities in and the contractor’s site

8.0 PERIOD OF PERFORMANCE: Period of performance is base period of 12 months with provisions for four(4), 12 month options.

8.1 Recognized Federal Holidays

Below are the traditional Federal holidays in which Government facilities will be closed.  With the exception ofresponsibilities, such as 24-hour operations to support training events/exercises and real world events, where priorapproval has been granted by the COR to perform on-site at the Government installation, Contractor shall followtheir corporate policy for work on recognized Federal holidays where on-site performance cannot be conducted:

            

New Year’s Day Labor Day

Martin Luther King Jr.’s Birthday Columbus Day

President’s Day Veteran’s Day

Memorial Day Thanksgiving Day

Independence Day Christmas Day

9.0 OTHER PERFORMANCE REQUIREMENTS

9.1 Contractor Personnel

9.1.1    Prior to commencement of work on this contract, all contractor personnel (including administrative andsubcontractor personnel) shall have, at a minimum, a favorable Trustworthiness Determination, which is determined

by a National Agency Check with Local Agency Check and Credit Check (NACLC) and favorable FBI fingerprintchecks. All personnel shall possess a SECRET clearance with Single Scope Background Investigation (SSBI) priorto working on the contract. The contractor must perform all duties in a professional manner.  The contractor is

responsible for establishing and maintaining a favorable relationship with end users and other customer team

members to enhance the customer service reputation and quality within USFF.

9.2 Security Requirements

9.2.1    All contractor personnel must be eligible for a Secret security clearance for NIPRNET and/or SIPRNETinformation access to perform management of USFF N46 and PACFLT tasks.  Any contractor personnel proposed towork on this effort shall be eligible to immediately begin performance at the time of contract award. 

9.2.2    The contractor shall comply with applicable security classification guidance contained in the NationalIndustrial Security Program Operating Manual (DOD 5220.22-M), DOD Information Security Program: Protectionof classified information (DODM 5200.01 V1-V4), DoN Information Security Program (SECNAV M-5510.36),COMUSFLTFORCOMSTAFFINST 5531.1A and local USFF security policies.  The contractor shall not releaseany Government information e.g. classified, controlled unclassified/For Official Use Only (FOUO) informationwithout the express permission of the Government representative or Contracting Officer Representative (COR). 

9.2.3    IAW DODM 5205.02M, contractor shall protect information listed in the Critical Information List (CIL)

and any other sensitive, but unclassified information that may be useful to our adversaries.  Contractor shall abide byOperations Security (OPSEC) policies and procedures, as detailed in DODM 5205.02M,COMUSFLTFORCOMINST 3432.1A, and/or as directed by the OPSEC Manager/Officer or an OPSEC

Coordinator.  Contractor shall accomplish USFF initial OPSEC training within 90 days of in-processing and

complete refresher OPSEC training annually. Contractor shall notify their OPSEC Coordinator or the OPSEC

Manager/Officer of recommendations for the OPSEC program or potential OPSEC concerns. POC: USFF OPSECProgram Manager, phone 757-836-4462.

9.3 Substitution

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 10 of 39 FINAL

 

The contractor must promptly notify the COR and contracting officer immediately when substitution of personnel is

anticipated.  The contractor must follow up the notification, in writing, to the COR and Contracting Officerproviding the reasons for the substitution and proposed qualified replacement.  The Government shall notify thecontractor within ten (10) days of receipt of the request for substitution if such substitution is acceptable.

9.4 ADP Environment

9.4.1    All reports, technical documentation, developed training courses, training plans, etc. must comply withstandard Navy Marine Corps Intranet (NMCI) desktop, portable Microsoft windows operating based systems, dataand quality control standards unless otherwise specified.

9.5 Contractor Identification

9.5.1    Personnel shall clearly identify themselves as contractor personnel as follows:

Meetings: Contractor personnel shall identify themselves as and/or be introduced as “contractor personnel”and display distinguishing badges or other visible identification for meetings with government personnel.Written Correspondence: Contractor personnel shall identify themselves as contractor personnel in all formaland informal written correspondence with government personnel.Telephone Correspondence:  Contractor personnel shall identify themselves as contractors during the initialgreeting when participating (initiating or receiving) in telephone conversations with government personnel.

9.6 Mandatory Contractor Training

The Contractor is responsible for its employees (and subcontractors) supporting this contract completing and staying

up to date on all training required by USFF and supported activities for individuals working on Governmentinstallations.  Some examples of required training and their requisite course numbers/references are listed below. The required training is subject to change throughout the life of this contract; however, the Contractor shouldassume at least a total of eight (8) hours for all required training courses annually per Contractor/Subcontractemployee. The Contractor shall provide documentation (copies of training certificates) to the COR confirming that

Contractor employees have completed the required training within five (5) days of the specific training due date.

Program Course Reference

Cyber AwarenessDOD-IAA-V12.0 or DOC-IC-IAA-V12.0

SECNAVINST 5239.3B, para. 7(a)(4)

Privacy Act & PII DOD-PII-V2.0 SECNAVINST 5211.5E, para. 18(d)(2)

Antiterrorism Awareness Level I CENSECFOR-AT-010.1.0DoDI 2000.16, para. E3.25.1.5 supported byE2.11; E3.18.6

OPSEC NIOC-USOPSEC-2.0OPNAVINST 3432.1A, para. 3 & para. 4c(3)and COMUSFLTFORCOMINST 3432.1, para.8a(7)

Suicide Prevention CPPD-GMT-SAP-1.0 OPNAVINST 1720.4A, para. 5a(1)

Records Management DOR-RM-010 OPNAVINST 5210.20, para. 25c

Counterintelligence Awareness NCIS Face-to-FaceSECNAVINST M-5510.30, chapter 4; employee(to include contractor) is defined in Appendix A

Security Awareness Local Brief/SeminarSECNAVINST M-5510.30, chapter 4 & para.102; employee (to include contractor) is definedin Appendix A

Active Shooter CNIC-TRTAS-1.1 USFF Commander directed.

 

10.0 GOVERNMENT FURNISHED MATERIAL/PROPERTY (GFM/GFP)

10.1 Government Furnished Software

The Government will furnish the contractor with necessary software, including public key infrastructure certificates,common access cards to enable designated contractors access to applications and information systems on NMCI

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 11 of 39 FINAL

 

NIPRNET and/or SIPRNET as applicable.  The contractor shall comply with applicable security classificationguidance contained in the National Industrial Security Program Operating Manual (DOD 5220.22-M), DODInformation Security Program: Protection of classified information (DODM 5200.01 V1-V4), DoN InformationSecurity Program (SECNAV M-5510.36), and local USFF/PACFLT security policies.

10.2 Government Furnished Equipment (GFE) and Government Furnished Facilities

The Government will furnish equipment or facilities, needed by contractor personnel, to accomplish objectives andtasks identified in this PWS.  Equipment: Office cubicle with storage space, desktop computer, printer, facsimilemachine, copy machine, telephone, and office supplies, etc. on a temporary and not-to-interfere basis with existingservices.  All provided databases will remain property of the U.S. Navy.  The contractor shall not retain anygovernment furnished equipment or materials.

11.0 TRAVEL

11.1 The contractor shall be required to take part in meeting and visits in the performance of the various tasksassigned under this contract.  Visits will be to Navy activities and ships associated with each particular task.  Shipvisits may require isolated underway periods.  All travel requests shall be submitted to the COR per USFF travel

processes and procedures utilizing a travel authorization request form.  All travel must be approved in advance by

the COR.  When required, contractor personnel may be expected to travel on short notice to designated locations.

 The contractors must make their own travel arrangements and process their own clearance data/messages required for

access to appropriate facilities.  Advance booking and/or discount rates shall be utilized, whenever possible.  Travel

expenses shall be reimbursed on the basis of actual costs in accordance with the Joint Travel Regulations (JTR).

12.0 DELIVERABLES

12.1 Deliverable requirements are summarized below.  Copies of all deliverables, both formal and informal, shall be

provided to the following distribution:  Project/Work Area Point-of-Contact.  Other distribution may be mutually

agreed.  Deliverables are subject to review and, if warranted, may be returned to the contractor for revision due to

content inaccuracies and/or errors.    

All documentation will provide traceability to enable Government review and verification.  At specific milestones,the contractor will provide interim reviews of the work accomplished to permit determination of the quality of theeffort or receive government guidance.  If deficiencies are found, the contractor shall provide for timely correctiveaction. 

The contractor shall comply with applicable security classification guidance contained in the National IndustrialSecurity Program Operating Manual (DOD 5220.22-M), DOD Information Security Program: Protection of classifiedinformation (DODM 5200.01 V1-V4), DoN Information Security Program (SECNAV M-5510.36), and local USFFsecurity policies for applicable documents.

Following is a summary listing of deliverables required under this Contract.  Information on this list has the sameforce and effect as if it were provided on a formal Contract Data Requirements List (CDRL), DD Form 1423.  It isanticipated that delivery of unclassified deliverables will be accomplished electronically.  The contractor shallprovide deliverables at the level of classification as directed by the USFF N46 leadership when requested.  Anunclassified version will be provided, as directed by the Government.

CDRL No:  A001Title:           USFF/PACFLT Operational Energy InstructionSubtitle:      Operational Energy Instruction Frequency:  Within 90 days of awardRemarks:     Ref. Statement of Work (SOW) 4.1.1, 4.1.2, 4.1.3, 4.1.4, 4.1.5, 4.1.6, 4.1.7, and 4.1.8 above

CDRL No:   A002Title:            Progress ReportsSubtitle:       Progress Reports 

Frequency:   5th of each month

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 12 of 39 FINAL

 

Remarks:     Ref. SOW 4.1.1, 4.1.2, 4.1.3, 4.1.4, 4.1.5, 4.1.6, 4.1.7, and 4.1.8 above

CDRL No:   A003Title:            USFF Operational Energy Office Communications PlanSubtitle:       Operational Energy Office Communications Plan Frequency:  Within 90 days of awardRemarks:     Ref. SOW 4.1.1, 4.1.2, 4.1.3, 4.1.4, 4.1.5, 4.1.6, 4.1.7, and 4.1.8 above

CDRL No:   A004Title:            Energy Metrics Summary ReportsSubtitle:       Fleet Ship Energy Audits Draft Report Frequency:   Once every four (4) months; submitted electronicallyRemarks:     Ref. SOW 4.1.1, 4.1.2, 4.1.3, 4.1.4, 4.1.5, 4.1.6, 4.1.7, and 4.1.8 above

CDRL No:   A005Title:            Energy Metrics Project BriefingsSubtitle:       Fleet Ship Energy Audit Individual Ship Report Frequency:   Within ten (10) days of each ship visit; submitted electronicallyRemarks:     Ref. SOW 4.1.1, 4.1.2, 4.1.3, 4.1.4, 4.1.5, 4.1.6, 4.1.7, and 4.1.8 above

CDRL No:   A006Title:            Fleet Ship Energy Audit Report Subtitle:       Fleet Ship Energy Audits Draft Report Frequency:   Within 180 days of award; submitted electronicallyRemarks:     Ref. SOW 4.1.1, 4.1.2, 4.1.3, 4.1.4, 4.1.5, 4.1.6, 4.1.7, and 4.1.8 above

CDRL No:   A007Title:            Fleet Ship Energy Audit Report Subtitle:       Fleet Ship Energy Audits Draft Report Frequency:  Two (2) each one within 180 days of award; submitted electronicallyRemarks:     Ref. SOW 4.1.1, 4.1.2, 4.1.3, 4.1.4, 4.1.5, 4.1.6, 4.1.7, and 4.1.8 above

CDRL No:   A008Title:            Training Execution Summaries Subtitle:       Draft SummaryFrequency:  Within 10 days after each training event; submitted electronicallyRemarks:     Ref. SOW 4.1.1, 4.1.2, 4.1.3, 4.1.4, 4.1.5, 4.1.6, 4.1.7, and 4.1.8 above

13.0 QUALITY CONTROL:  The contractor will be responsible for quality control while performing under thiscontract and will ensure that the requirements of the contract are adhered to as specified in the Quality AssuranceSurveillance Plan.

14.0 ENTERPRISE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA): 

The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance ofservices provided under this contract for U.S. Fleet Forces Command via a secure data collection site.  Contractedservices excluded from reporting are based on Product Service Codes (PSCs).  The excluded PSCs are:

(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facilities;

(3) Y, Construction of Structures and Facilities;

(4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission(D304) and Internet (D322) ONLY;

(5) S, Utilities ONLY;

(6) V, Freight and Shipping ONLY. 

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 13 of 39 FINAL

 

The contractor is required to completely fill in all required data fields using the following web addresshttps://doncmra.nmci.navy.mil.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year

(FY), which runs October 1 through September 30.  While inputs may be reported any time during the FY, all data

shall be reported no later than October 31 of each calendar year.  Contractors may direct questions to the help desk,

linked at https://doncmra.nmci.navy.mil.

15.0  ACRONYM LIST 

A/C                  Air Conditioning

ADP                 Automated Data Processing

AIRFOR          Naval Air Forces

AIRLANT       Naval Air Force, Atlantic

AIRPAC          Naval Air Force, Pacific

CAF                 Central Adjudication Facility

CASREP         Casualty Reports

CCDRs            Combatant Commanders

CDRL              Contract Data Requirements List (CDRL)

CNIC               Commander, Navy Installations Command

CNO                Chief of Naval Operations

CO                   Commanding Officer

COM                Commander

CONUS           Continental United States

COR                 Contracting Officer’s Representative

DCOM             Deputy Commander

DoD                 Department of Defense

DoD CAC        Department of Defense Common Access Card

DoDM              DoD Manual

DoN                 Department of the Navy

DTM                Deputy Secretary of Defense Directive-Type memorandum

ECC                 Estimated Construction Cost

ECM                Energy Conservation Measure

FBI                  Federal Bureau of Investigation

FEM                Fleet Energy Manager

FOIA               Freedom of Information Act

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 14 of 39 FINAL

 

FOUO             For Official Use Only

FRP                 Fleet Response Plan

FRTP               Fleet Readiness Training Plan

FTE                 Full Time Employee

GFM               Government Furnished Material

GFP                Government Furnished Property

HSPD             Homeland Security Presidential Directive

HVAC            Heating, Ventilation, & Air Conditioning System

IA                   Information Assurance

IAW               In accordance with

ISEA              Independent Service Engineering Agent

IT                   Information Technology

JFMM            Joint Fleet Maintenance Manual

JPAS              Joint Personnel Adjudication System

JTR                Joint Travel Regulation

MFOM          Maintenance Figure of Merit

MIPS             Maintenance Index Page System

MRC             Maintenance Requirement Card

MSC              Military Sealift Command

NACI             National Agency Check with Written Inquiries

NACLC         National Agency Check with Law and Credit

NAVAIR       Naval Air Systems Command

NAVFAC      Naval Facilities Engineering Command

NAVSEA      Naval Sea Systems Command

NECC            Navy Expeditionary Combat Command

NETC            Navy Education and Training Command

NEURS         Navy Energy Usage Reporting System

NIPRNET     Non-secure Classified Internet Protocol Routing Network

NMCI            Navy Marine Corps Intranet

NTSP             Navy Training System Plan

OA                 Operational Availability

OPM              Office of Personnel Management

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 15 of 39 FINAL

 

OPNAV         Office of the Chief of Naval Operations

OPSEC          Operations Security

PACFLT        Pacific Fleet

PHI                Protected Health Information

PMS               Preventative Maintenance System

POA&M        Plan of Action and Milestones

PWS              Performance Work Statement

SAAR-N       System Authorization Access Request Navy

SECNAV      Secretary of the Navy

SECNAV M SECNAV Manual

SIPRNET     Secure Internet Protocol Routing Network

SME             Subject Matter Expert

SUBFOR      Naval Submarine Forces

SURFLANT Naval Surface Force, Atlantic

SURFOR      Naval Surface Forces

SURFPAC    Naval Surface Force, Pacific

SOW             Statement of Work

SSBI              Single Scope Background Investigation

SYSCOM      Systems Command

TELECONs   Telephone Conferences

TTPs              Tactics, Techniques, and Procedures

TYCOM        Type Command

USFF             U.S. Fleet Forces Command

USN               United States Navy

VAR              Visit Authorization Request

VTCs             Video Telephone Conferences

XO                  Executive Officer

SUPTXT204-9400(1-17) Contractor Unclassified Access to Federally Controlled Facilities, SensitiveInformation, Information Technology (IT) Systems or Protected Health Information

The following shall be inserted in full text in all solicitations and contracts (including commercial acquisitions) whichrequire contractor unclassified access to federally controlled facilities, sensitive information, IT systems or protected healthinformation. For commercial acquisitions, this text shall be incorporated into either the Statement of Work or PerformanceWork Statement.

Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 16 of 39 FINAL

 

Technology (IT) Systems or Protected Health Information

Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federalsecurity standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum(DTM) 08-006 DoD Implementation of Homeland Security Presidential Directive 12 (HSPD-12) dated November 26, 2008(or its subsequent DoD instruction) directs implementation of HSPD-12.  This clause is in accordance with HSPD-12 andits implementing directives.

Applicability

This text applies to contractor employees requiring physical access to any area of a federally controlled base, facility oractivity and/or requiring access to a DoN or DoD computer/network/system to perform certain unclassified sensitiveduties. This clause also applies to contractor employees who access Privacy Act and Protected Health Information, providesupport associated with fiduciary duties, or perform duties that have been identified as National Security Position, asadvised by the command security manager. It is the responsibility of the responsible security officer of the command/facilitywhere the work is performed to ensure compliance.

Each contractor employee providing services at a Navy Command under this contract is required to obtain a Department ofDefense Common Access Card (DoD CAC). Additionally, depending on the level of computer/network access, the contractemployee will require a successful investigation as detailed below.

Access to Federal Facilities

Per HSPD-12 and implementing guidance, all contractor employees working at a federally controlled base, facility oractivity under this clause will require a DoD CAC. When access to a base, facility or activity is required contractoremployees shall in-process with the Command's Security Manager upon arrival to the Command and shall out-process priorto their departure at the completion of the individual's performance under the contract.

Access to DOD IT System

In accordance with SECNAV M-5510.30, contractor employees who require access to DoN or DoD networks arecategorized as IT-I, IT-II, or IT-III. The IT-II level, defined in detail in SECNAV M-5510.30, includes positions whichrequire access to information protected under the Privacy Act, to include Protected Health Information (PHI). Allcontractor employees under this contract who require access to Privacy Act protected information are therefore categorizedno lower than IT-II.  IT Levels are determined by the requiring activity's Command Information Assurance Manager.

Contractor employees requiring privileged or IT-I level access, (when specified by the terms of the contract) require aSingle Scope Background Investigation (SSBI) or T5 or T5R equivalent investigation , which is a higher levelinvestigation than the National Agency Check with Law and Credit (NACLC)/T3/T3R described below. Due to theprivileged system access, an investigation suitable for High Risk national security positions is required. Individuals whohave access to system control, monitoring, or administration functions (e.g. system administrator, database administrator)require training and certification to Information Assurance Technical Level 1, and must be trained and certified on theOperating System or Computing Environment they are required to maintain.

Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation. When access to ITsystems is required for performance of the contractor employee's duties, such employees shall in-process with the NavyCommand's Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-processprior to their departure at the completion of the individual's performance under the contract.  Completion and approval of aSystem Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy InformationTechnology resources. The decision to authorize access to a government IT system/network is inherently governmental.The contractor supervisor is not authorized to sign the SAAR-N; therefore, the government employee with knowledge ofthe system/network access required or the COR shall sign the SAAR-N as the supervisor.

The SAAR-N shall be forwarded to the Command's Security Manager at least 30 days prior to the individual's start date.Failure to provide the required documentation at least 30 days prior to the individual's start date may result in delayingthe individual's start date.

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

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 17 of 39 FINAL

 

reinvestigations are required.

Interim Access

The Command's Security Manager may authorize issuance of a DoD CAC and interim access to a DoN or DoD unclassifiedcomputer/network upon a favorable review of the investigative questionnaire and advance favorable fingerprint results.When the results of the investigation are received and a favorable determination is not made, the contractor employeeworking on the contract under interim access will be denied access to the computer network and this denial will notrelieve the contractor of his/her responsibility to perform.

Denial or Termination of Access

The potential consequences of any requirement under this clause including denial or termination of physical or systemaccess in no way relieves the contractor from the requirement to execute performance under the contract within thetimeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractoremployees. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to haveunclassified access to a federally controlled facility, federally-controlled information system/network and/or to governmentinformation, meaning information not authorized for public release.

Contractor's Security Representative

The contractor shall designate an employee to serve as the Contractor's Security Representative. Within three work daysafter contract award, the contractor shall provide to the requiring activity's Security Manager and the Contracting Officer,in writing, the name, title, address and phone number for the Contractor's Security Representative. The Contractor'sSecurity Representative shall be the primary point of contact on any security matter. The Contractor's SecurityRepresentative shall not be replaced or removed without prior notice to the Contracting Officer and Command SecurityManager.

Background Investigation Requirements and Security Approval Process for Contractors Assigned toNational Security Positions or Performing Sensitive Duties

Navy security policy requires that all positions be given a sensitivity value based on level of risk factors to ensureappropriate protective measures are applied. Contractor employees under this contract are recognized as Non-CriticalSensitive [ADP/IT-II] positions when the contract scope of work require physical access to a federally controlled base,facility or activity and/or requiring access to a DoD computer/network, to perform unclassified sensitive duties. Thisdesignation is also applied to contractor employees who access Privacy Act and Protected Health Information (PHI),provide support associated with fiduciary duties, or perform duties that have been identified as National SecurityPositions. At a minimum, each contractor employee must be a US citizen and have a favorably completed NACLC or T3 orT3R equivalent investigation to obtain a favorable determination for assignment to a non-critical sensitive or IT-IIposition. The investigation consists of a standard NAC and a FBI fingerprint check plus law enforcement checks and creditcheck. Each contractor employee filling a non-critical sensitive or IT-II position is required to complete:

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

Failure to provide the required documentation at least 30 days prior to the individual's start date shall result in delayingthe individual's start date.  Background investigations shall be reinitiated as required to ensure investigations remaincurrent (not older than 10 years) throughout the contract performance period. The Contractor's Security Representativeshall contact the Command Security Manager for guidance when reinvestigations are required.

Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the Command'sSecurity Manager upon arrival to the command and shall out-process prior to their departure at the completion of theindividual's performance under the contract. Employees requiring IT access shall also check-in and check-out with theNavy Command's Information Assurance Manager. Completion and approval of a System Authorization Access RequestNavy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shallbe forwarded to the Navy Command's Security Manager at least 30 days prior to the individual's start date. Failure toprovide the required documentation at least 30 days prior to the individual's start date shall result in delaying theindividual's start date.

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 18 of 39 FINAL

 

The contractor shall ensure that each contract employee requiring access to IT systems or networks complete annualInformation Assurance (IA) training, and maintain a current requisite background investigation. Contractor employeesshall accurately complete the required investigative forms prior to submission to the Command Security Manager. TheCommand's Security Manager will review the submitted documentation for completeness prior to submitting it to the Officeof Personnel Management (OPM); Potential suitability or security issues identified may render the contractor employeeineligible for the assignment. An unfavorable determination is final (subject to SF-86 appeal procedures) and such adetermination does not relieve the contractor from meeting any contractual obligation under the contract. The Command'sSecurity Manager will forward the required forms to OPM for processing. Once the investigation is complete, the resultswill be forwarded by OPM to the DoD Central Adjudication Facility (CAF) for a determination.

If the contractor employee already possesses a current favorably adjudicated investigation, the contractor shall submit aVisit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copy VAR directly fromthe contractor's Security Representative. Although the contractor will take JPAS Owning role over the contractoremployee, the Command will take JPAS "Servicing" role over the contractor employee during the hiring process and for theduration of assignment under that contract. The contractor shall include the IT Position Category per SECNAV M-5510.30for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee's performanceunder the contract.

Background Investigation Requirements and Security Approval Process for Contractors Assigned to orPerforming Non-Sensitive Duties

Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawnmaintenance, vendor services, etc. ...) and who require physical access to publicly accessible areas to perform those dutiesshall meet the following minimum requirements:

    Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the UnitedStates (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and    Must have a favorably completed National Agency Check with Written Inquiries (NACI) or T1 investigationequivalent including a FBI fingerprint check prior to installation access.

To be considered for a favorable trustworthiness determination, the Contractor's Security Representative must submit for allemployees each of the following:

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

The contractor shall ensure each individual employee has a current favorably completed National Agency Check withWritten Inquiries (NACI) or T1 equivalent investigation, or ensure successful FBI fingerprint results have been gained andinvestigation has been processed with OPM.

Failure to provide the required documentation at least 30 days prior to the individual's start date may result in delayingthe individual's start date.

* Consult with your Command Security Manager and Information Assurance Manager for local policy when IT-III(non-sensitive) access is required for non-US citizens outside the United States.*

 

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 19 of 39 FINAL

 

SECTION D PACKAGING AND MARKING

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

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 20 of 39 FINAL

 

SECTION E INSPECTION AND ACCEPTANCE

QUALITY ASSURANCE SURVEILLANCE PLAN

1.  Vision

This QASP is designed to motivate the service provider (SP) to strive for excellent performance in all areas of thePerformance Work Statement (PWS).

2.  Mission

U. S. Fleet Forces Command (USFF) is tasked by Chief Naval Operations (CNO) to train, certify, and providecombat-ready Navy forces to combatant commanders (CCDRs) that are capable of conducting prompt, sustainednaval, joint, and combined operations in support of U.S. national interests.

Fleet Installations and Environmental Readiness Division (N46) implements, manages, and oversees programsrequired to deliver ready platforms and systems to the CCDRs by leading efforts to integrate infrastructure planning,infrastructure risk management, and infractructure readiness across Type Commands and to provide synchronizationbetween them.  N46 also implements guidance, direction, and statutes pertaining to environmental policies,requirements, and programs, ensuring alignment in support of current and future Fleet readiness.

3.  Purpose 

This Quality Assurance Surveillance Plan is a government-developed document used to determine if the contractor’sperformance meets the performance standards contained in the contract.  The QASP establishes procedures on howthis assessment/inspection process will be conducted.  It provides the detailed process for a continuous oversightprocess:

What will be monitoredHow monitoring will take placeWho will conduct the monitoringHow monitoring efforts and results will be documented

The contractor is responsible for implementing and delivering performance that meets contract standards using itsQuality Control Plan.  The QASP provides the structure for the government’s surveillance of the contractor’sperformance to assure that it meets contract standards.  It is the government’s responsibility to be objective, fair andconsistent in evaluating contractor performance.

The QASP is not part of the contract nor is it intended to duplicate the contractor’s quality control plan.  ThisQASP is a living document.  Flexibility in the QASP is required to allow for an increase or decrease in the level ofsurveillance necessary based on contractor performance.

The government may provide a copy of the QASP to the contractor to facilitate open communication.  In addition,the QASP should recognize that unforeseen or uncontrollable circumstances might occur that are outside the controlof the contractor.

Bottom line, the QASP should ensure early identification and resolution of performance issues to minimize impacton mission performance.

4.  Authority

Authority for issuance of this QASP is provided under Part 46 of the Federal Acquisition Regulation, Inspection ofServices clauses, which provide for inspection, acceptance and documentation of the service called for in the contractor order.  This acceptance is to be executed by the contracting officer or a duly authorized representative.

5. Roles and Responsibilities

The following personnel shall oversee and coordinate surveillance activities.

Program/Project Manager (PM) - The PM provides primary program oversight, nominates the COR, ensures the

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 21 of 39 FINAL

 

COR is trained before performing any COR duties and supports the COR’s performance assessment activities. While the PM may serve as a direct conduit to provide Government guidance and feedback to the Contractor ontechnical matters, they are not empowered to make any contractual commitments or any contract changes on thegovernment’s behalf.

Assigned PM: Mr. Gary EdwardsOrganization or Agency:  U S Fleet Forces Command, Director, Environmental Readiness BranchTelephone: (757) 836-5120Email:  [email protected]

Contracting Officer (KO) - The KO shall ensure performance of all necessary actions for effective contracting,ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractualrelationship.  The KO shall also ensure that the contractor receives impartial, fair, and equitable treatment under thiscontract.  Determine the final assessment of the contractor’s performance.

Assigned KO:  Dannetta TownsendOrganization or Agency:  NAVSUP Fleet Logistics Center NorfolkTelephone:  757-443-1417Email:  [email protected]

Contracting Officer’s Representative (COR) - The COR is responsible for providing continuous technicaloversight of the contractor’s performance.  The COR use the QASP to conduct the oversight and/or surveillanceprocess.  The COR shall keep a Quality Assurance file that accurately documents the contractor’s actualperformance.  The purpose is to ensure that the contractor meets the performance standards contained in the contract. The COR is responsible for reporting early identification of performance problems to the KO.  The COR is required

to provide an annual performance assessment to the KO which will be used in documenting past performance.  TheQASP is the primary tool for documenting contractor performance.  The COR is not empowered to make anycontractual commitments or to authorize any contractual change on the Government’s behalf.

Other Key Government Personnel - This may include performance monitors, inspectors, technical experts, orothers who provide information that helps the COR monitor contractor performance.

Alternate Contracting Officer’s Representative (ACOR) - An individual designated in writing by the PCO to actas their authorized representative to assist in administering the contract.  The ACOR will be designated in theresulting contract.  The limitations of authority are contained in a written letter of designation.

Technical Assistant (TA) – An individual designated in writing by the commanding officer or his designee of therequiring activity to assist the COR in executing routine administration and monitoring duties.  The limitations ofauthority are contained in a written letter of designation.

Contractor Representatives

The following employees of the contractor serve as the contractor’s Program Manager and Task Manager for thiscontract.

Program Manager -Telephone: Email: Task Manager –Telephone: Email: 6.  Performance Requirements and Method of Surveillance 6.1 Contract Surveillance The goal of the QASP is to ensure that contractor performance is effectively monitored and documented.  The

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 22 of 39 FINAL

 

COR’s contribution is their professional, non-adversarial relationships with the KO, PM and the contractor, whichenables positive, open and timely communications.  The foundation of this relationship is built upon objective, fair,and consistent COR evaluations of contractor performance against contract requirements.  The COR uses themethods contained in this QASP to ensure the contractor is in compliance with contract requirements.  The CORfunction is responsible for a wide range of surveillance requirements that effectively measure and evaluate thecontractor’s performance.  Additionally, this QASP is based on the premise that the contractor, not the Government,is responsible for management and QC/QA actions to successfully meet the terms of the contract. 6.2 Performance Standards Surveillance Matrix The Performance Standards Surveillance Matrix (Appendix 1) is the list of performance objectives and standards thatmust be performed by the contractor.  This matrix details the method of surveillance the COR will use to validateand inspect these performance elements.  Inspection of each element will be documented in the COR file. Performance objectives define the desired outcomes.  Performance Standards define the level of service required underthe contract to successfully meet the performance objective. The inspection methodology defines how, when, andwhat will be assessed in measuring performance. The Government performs surveillance, using this QASP, todetermine the quality of the contractor’s performance as it relates to the performance element standards. ThePerformance Requirement Summary (PRS) should be used to form the foundation of the COR’s inspectionchecklist. 6.3 Performance Rating Definitions In evaluating the quality of contractor’s performance, the following performance ratings may be used.   

PerformanceRating

Criteria

Excellent/Outstanding

Performance meets contractual requirements and exceeds many to the government’sbenefits. The contractual performance of the element or sub-element being assessed wasaccomplished with no problems and contractor actions were highly effective.

Very GoodPerformance meets contractual requirements and exceeds some to the governmentbenefits. The contractual performance was accomplished with few minor problems forwhich corrective actions taken by the contractor were effective.

Good Performance meets contractual requirements. The contractual performance contains someminor problems for which corrective actions taken by the contractor were satisfactory.

MarginalPerformance does not meet some contractual requirements. The contractual performancereflects a serious problem for which the contractor has not yet identified correctiveactions. The contractor’s proposed actions appear marginally effective or were not fullyimplemented.

UnsatisfactoryPerformance does not meet most contractual requirements and recovery is not likely in atimely manner. The contractual performance contains serious problem(s) for which thecontractor’s corrective actions appear or were ineffective.

 7.  Performance Reporting

Continuous excellent performance, by the SP, will allow the KO to consider reducing the level of surveillance.  Ademonstration of excellent performance at each stage of reduced surveillance will allow the KO to approve acontinued reduction to the lower surveillance levels.

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 23 of 39 FINAL

 

Concerned performance, by the SP requires the KO to increase the level of surveillance.  The actual levels would bebased upon the experience of the KO.  The increase should be implemented immediately upon determination ofconcern.

Normal surveillance levels should be resumed whenever performance improves to the point acceptable to the KO.  A

staged return to normal surveillance levels must allow the KO to verify that the improvement of the SP must

continue even though surveillance levels are being reduced.

7.1 Customer Complaint Form (CCF)

Customer service feedback relies on information received from those customers receiving services from the

contractor.  Customer feedback, verbal and written as well as application of the performance standards surveillance

matrix (Appendix 1) is used as a basis for determining performance.  The COR (USFF team lead or manager) mustreceive and/or approve work performed by the contractor.  The TA must represent the customer with submittingcustomer complaints to the COR.  The COR investigates each customer complaint and validates the accuracy before

taking any action.  A copy of a CCF is provided as Enclosure 1.

7.2 Performance Assessment Report (PAR)

The COR must notify the contractor when performance is deficient as a result of  observation (s) of activities or

customer service feedback that the contractor has not performed work as required by the PWS or that work has notmet the set performance standards and requires correction by the contractor.  The deficiency notification must beprovided and validated in the Performance Assessment Report form, provided as Enclosure 2.

7.3 Corrective Action Report (CAR)

Describes how discrepancies are reported, resolved…

The COR must prepare a CAR form for each observation not meeting the performance standards of the PWS. Multiple observations may be recorded on the same form when the nature of the observations allows forconsolidation.  The contractor must be instructed to return the form after completing corrective actions.  A copy ofthe CAR is provided as Enclosure 3.  The COR must maintain a log of CAR including the control number, date ofobservation, task observed, nature of action, suspense date, and disposition date as provided in Enclosure 4.

Appendix 1 – Performance Standards Surveillance Matrix

PerformanceObjective

Performance Standard Frequency Acceptable QualityLevels

Methods OfSurveillance

ContractDeliverables

 

Contract deliverablesfurnished as prescribed in thePWS, attachments, CDRLs,Task Orders, etc., asapplicable.

100%inspection ofall contractdeliverables.

>95% deliverablessubmitted timely andwithout reworkrequired.

Inspection by theCOR/Customerfeedback

Overallcontractorperformance

Overall contractorperformance quality to earn asatisfactory (or higher) ratingin the annual CPAR.

Annual All performanceelements rated

Assessment by theCOR/Customerfeedback       

Invoicing Monthly invoices percontract procedures aretimely and accurate.

Monthly100% accuracy

COR review andacceptance of theinvoice

Inspection Methodologies:

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 24 of 39 FINAL

 

Inspection of Reports.  All reports shall be reviewed upon receipt.  The reviewer will report any flaws in thedocument and categorize the flaws (Editorial, Format, and/or Substance).

 

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 25 of 39 FINAL

 

SECTION F DELIVERABLES OR PERFORMANCE

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

   

8000 10/1/2017 - 9/30/2018

9000 10/1/2017 - 9/30/2018

CLIN - DELIVERIES OR PERFORMANCE

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

   

8000 10/1/2017 - 9/30/2018

9000 10/1/2017 - 9/30/2018

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

   

8001 10/1/2018 - 9/30/2019

8002 10/1/2019 - 9/30/2020

8003 10/1/2020 - 9/30/2021

8004 10/1/2021 - 9/30/2022

8005 10/1/2022 - 3/31/2023

9001 10/1/2018 - 9/30/2019

9002 10/1/2019 - 9/30/2020

9003 10/1/2020 - 9/30/2021

9004 10/1/2021 - 9/30/2022

9005 10/1/2022 - 3/31/2023

Services to be performed hereunder will be provided at one of the locations below, depending on the position (pleaserefer to Solicitation Section C "Descriptions and Specifications", paragraph 5 "Personnel Requirements"):

Norfolk, VAPearl Harbor, HISan Diego, CA

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 26 of 39 FINAL

 

SECTION G CONTRACT ADMINISTRATION DATA

CONTRACT ADMINISTRATION APPOINTMENTS AND DUTIES

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

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

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

Name: Dannetta Townsend    Address: NAVSUP Fleet Logistics Center (FLC) Norfolk              1968 Gilbert St, Suite 600, Norfolk, VA 23511-3392  Phone: 757-443-1417 Email: [email protected]    

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

Name: Jill Joseclyn        Address: NAVSUP Fleet Logistics Center (FLC) Norfolk              1968 Gilbert St, Suite 600, Norfolk, VA 23511-3392Phone: 757-443-1219Email: [email protected]      

3. DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA) is responsible for contract administrationfunctions delegated by the PCO.

Not Applicable

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

Name: DFAS Cleveland (N68732)Address:Phone:

5. CONTRACTING OFFICERS REPRESENTATIVE/TASK ORDER MANAGER (COR/TOM) is responsiblefor:

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

NOTE: When, in the opinion of the Contractor, the COR/TOM requests effort outside the existing scope of thecontract (or delivery/task order), the Contractor shall promptly notify the Contracting Officer (or Ordering Officer) inwriting. No action shall be taken by the contractor under such direction until the Contracting Officer has issued a

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 27 of 39 FINAL

 

modification to the contract or, in the case of a delivery/task order, until the Ordering Officer has issued amodification of the delivery/task order; or until the issue has otherwise been resolved. THE COR/TOM IS NOTAN ADMINISTRATIVE CONTRACTING OFFICER AND DOES NOT HAVE THE AUTHORITY TODIRECT THE ACCOMPLISHMENT OF EFFORT WHICH IS BEYOND THE SCOPE OF THE STATEMENTOF WORK IN THE CONTRACT OR DELIVERY/TASK ORDER.

Name: Barry McLendon                 Phone: 757-836-2202Email: [email protected]                

In the event that the COR/TOM named above is absent due to leave, illness, or official business, all responsibilitiesand functions assigned to the COR/TOM will be the responsibility of the alternate COR/TOM listed below:ACOR/ATOM Name: ----------N/A--------------------------------- 6. TECHNICAL ASSISTANT, if assigned by the requiring activity, is responsible for providing technicalassistance and support to the COR in contract administration by: a. Identifying contractor deficiencies to the COR;b. Reviewing contract/delivery/task order deliverables and recommending acceptance/rejection of deliverables;c. Identifying contractor noncompliance of reporting requirements;d. Evaluating contractor proposals for specific contracts/orders and identifying areas of concern affecting negotiations;e. Reviewing contractor reports providing recommendations for acceptance/rejection;f. Reviewing invoices for appropriateness of costs and providing recommendations to facilitate certification of theinvoice;g. Providing COR with timely input regarding the SOW, technical direction to the contractor and recommendingcorrective actions; andh. Providing written reports to the COR as required concerning trips, meetings or conversations with the contractor.Name: -------N/A----------------------------------------Address: ------------------------------------------------Phone: ------------------------------------------------(End of text) 

CONTRACT ADMINISTRATION PLAN (CAP)FOR FIXED PRICE CONTRACTS

 In order to expedite the administration of this contract, the following delineation of duties is provided.  The names,addresses and phone numbers for these offices or individuals are included elsewhere in the contract award document. The office or individual designated as having responsibility should be contacted for any questions, clarifications, orinformation regarding the administration function assigned. 1.  The Procuring Contract Office (PCO) is responsible for: 

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

 2.  The Contract Administration Office (CAO) is responsible for matters specified in the FAR 42.302 and DFARS42.302 except those areas otherwise designated as the responsibility of the Contracting Officer's Representative(COR) or someone else herein. 3.  The paying office is responsible for making payment of proper invoices after acceptance is documented. 4.  The Contracting Officer's Representative (COR) is responsible for interface with the contractor and performance ofduties such as those set forth below.  It is emphasized that only the PCO/CAO has the authority to modify theterms of the contract.  In no event will any understanding, agreement, modification, change order, or other matterdeviating from the terms of the basic contract between the contractor and any other person be effective or binding on

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 28 of 39 FINAL

 

the Government.  If in the opinion of the contractor an effort outside the scope of the contract is requested, thecontractor shall promptly notify the PCO in writing.  No action may be taken by the contractor unless the PCO orCAO has issued a contractual change.  The COR duties are as follows:               

a.      Technical Interface                                  (1) The COR is responsible for all Government technical interface concerning the contractor andfurnishing technical instructions to the contractor.  These instructions may include:  technicaladvice/recommendations/clarifications of specific details relating to technical aspects of contract requirements;milestones to be met within the general terms of the contract or specific subtasks of the contract; or, any otherinterface of a technical nature necessary for the contractor to perform the work specified in the contract.   The COR isthe point of contact through whom the contractor can relay questions and problems of a technical nature to the PCO.                         (2) The COR is prohibited from issuing any instruction which would constitute a contractualchange.  The COR shall not instruct the contractor how to perform. If there is any doubt whether technicalinstructions contemplated fall within the scope of work, contact the PCO for guidance before transmitting theinstructions to the contractor. 

b.      Contract Surveillance                         (1) The COR shall monitor the contractor's performance and progress under the contract.  Inperforming contract surveillance duties, the COR should exercise extreme care to ensure that he/she does not crossthe line of personal services.  The COR must be able to distinguish between surveillance (which is proper andnecessary) and supervision (which is not permitted).  Surveillance becomes supervision when you go beyondenforcing the terms of the contract.  If the contractor is directed to perform the contract services in a specific manner,the line is being crossed.  In such a situation, the COR's actions would be equivalent to using the contractor'spersonnel as if they were government employees and would constitute transforming the contract into one for personalservices.                         (2) The COR shall monitor contractor performance to see that inefficient or wasteful methods arenot being used.  If such practices are observed, the COR is responsible for taking reasonable and timely action toalert the contractor and the PCO to the situation.                         (3) The COR will take timely action to alert the PCO to any potential performance problems.  Ifperformance schedule slippage is detected, the COR should determine the factors causing the delay and report themto the PCO, along with the contractor's proposed actions to eliminate or overcome these factors and recover theslippage.  Once a recovery plan has been put in place, the COR is responsible for monitoring the recovery andkeeping the PCO advised of progress.                         (4) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to thecontract you are responsible for completing a Contractor Performance Assessment Report (CPAR) in the CPARSAutomated Information System (AIS).  The initial CPAR, under an eligible contract, must reflect evaluation of atleast 180 days of contractor performance.  The completed CPAR, including contractor comments if any, (NOTE:contractors are allowed 30 days to input their comments) should be available in the CPARS AIS for reviewingofficial (PCO) review no later than 270 days after start of contract performance.  Subsequent CPARs covering anycontract option periods should be ready at 1-year intervals thereafter. 

c.        Invoice Review and Approval/Inspection and Acceptance                         (1) The COR is responsible for quality assurance of services performed and acceptance of theservices or deliverables.  The COR shall expeditiously review copies of the contractor's invoices or vouchers,certificate of performance and all other supporting documentation to determine the reasonableness of the billing.  Inmaking this determination, the COR must take into consideration all documentary information available and anyinformation developed from personal observations.                         (2) The COR must indicate either complete or partial concurrence with the contractor'sinvoice/voucher by executing the applicable certificate of performance furnished by the contractor.  The COR must becognizant of the invoicing procedures and prompt payment due dates detailed elsewhere in the contract.

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 29 of 39 FINAL

 

                         (3) The COR will provide the PCO and the CAO with copies of acceptance documents such asCertificates of Performance.                         (4) The COR shall work with the Contractor to obtain and execute a final invoice no more than 60days after completion of contract performance.  The COR shall ensure that the invoice is clearly marked as a “FinalInvoice.” 

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

 e.        Administrative Duties

                         (1) The COR shall take appropriate action on technical correspondence pertaining to the contractand for maintaining files on each contract.  This includes all modifications, government cost estimates, contractorinvoices/vouchers, certificates of performance, DD 250 forms and contractor's status reports.                         (2) The COR shall maintain files on all correspondence relating to contractor performance, whethersatisfactory or unsatisfactory, and on trip reports for all government personnel visiting the contractor's place ofbusiness for the purpose of discussing the contract.                         (3) The COR must take prompt action to provide the PCO with any contractor or technical coderequest for change, deviation or waiver, along with any supporting analysis or other required documentation. 

f.       Government Furnished Property.  When government property is to be furnished to the contractor, the COR will takethe necessary steps to insure that it is furnished in a timely fashion and in proper condition for use. The COR willmaintain adequate records to ensure that property furnished is returned and/or that material has been consumed in theperformance of work.

                                                                                                                                                                               

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

h.      Standards of Conduct.  The COR is responsible for reading and complying with all applicable agency standards ofconduct and conflict of interest instructions.

 i.        Written Report/Contract Completion Statement.  

                         (1) The COR is responsible for timely preparation and submission to the PCO, of a written,annual evaluation of the contractors performance.  The report shall be submitted within 30 days prior to the exerciseof any contract option and 60 days after contract completion.  The report shall include a written statement thatservices were received in accordance with the Contract terms and that the contract is now available for close-out. The report shall also include a statement as to the use made of any deliverables furnished by the contractor.                         (2) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to thecontract you are responsible for completing a final Contractor Performance Assessment Report (CPAR) in theCPARS with 30 days of contract completion.                         (3) The COR is responsible for providing necessary assistance to the Contracting Officer inperforming Contract Close-out in accordance with FAR 4.804, Closeout of Contract Files. 5.  The Technical Assistant (TA), if appointed, is responsible for providing routine administration and monitoringassistance to the COR.  The TA does not have the authority to provide any technical direction or clarification to thecontract.  Duties that may be performed by the TA are as follows: 

a.     Identify contractor deficiencies to the COR.  

b.     Review contract deliverables, recommend acceptance/rejection, and provide the COR with documentation to support

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 30 of 39 FINAL

 

the recommendation.  

c.      Assist in preparing the final report on contractor performance for the applicable contract in accordance with the formatand procedures prescribed by the COR.

 d.      Identify contract noncompliance with reporting requirements to the COR.

 e.      Review contractor status and progress reports, identify deficiencies to the COR, and provide the COR with

recommendations regarding acceptance, rejection, and/or Government technical clarification requests. 

f.      Review invoices and provide the COR with recommendations to facilitate COR certification of the invoice. g.      Provide the COR with timely input regarding technical clarifications for the statement of work, possible technical

direction to provide the contractor, and recommend corrective actions. 

h.      Provide detailed written reports of any trip, meeting, or conversation to the COR subsequent to any interfacebetween the TA and contractor.

  252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (1) Document type. The Contractor shall use the following document type(s). 2-IN-1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) inWAWF, as specified by the contracting officer. GOVERNMENT (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill inapplicable fields in WAWF when creating payment requests and receiving reports in the system.              Routing Data Table* 

Pay Official DoDAAC N68732Issue By DoDAAC N00189Admin DoDAAC N00189Inspect By DoDAAC Not applicableShip To Code Not applicableShip From Code Not applicableMark For Code Not applicableService Approver (DoDAAC) N00060Service Acceptor (DoDAAC) N00060Accept at Other DoDAAC Not applicableLPO DoDAAC N00060DCAA Auditor DoDAAC Not applicableOther DoDAAC(s) Not applicable

                 (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includesappropriate contract line item and subline item descriptions of the work performed or supplies delivered, unitprice/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F,(e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the “SendAdditional Email Notifications” field of WAWF once a document is submitted in the system. [email protected]@navy.mil

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 31 of 39 FINAL

 

 (g) WAWF point of contacts. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’sWAWF point of contacts. Not applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.(End of clause)

 

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------800001 N4657918RC001RT 2198000.00  LLA : AA 1781804 60CA 254 00060 W 068732 2D C001RT  COST CODE: 46579800O7HQ: $2,198,000.00  800002 65488.00  LLA : AB 1781804 60CA 254 00060 W 068732 2D C001RT  COST CODE 465798002GQQ: $65,488  9000 N4657918RC001RT 50000.00  LLA : AB 1781804 60CA 254 00060 W 068732 2D C001RT  COST CODE: 465798002GQQ   BASE Funding 2313488.00 Cumulative Funding 2313488.00 

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 32 of 39 FINAL

 

SECTION H SPECIAL CONTRACT REQUIREMENTS

NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUS

For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE,52.219-3,NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18, NOTIFICATION OF COMPETITIONLIMITED TO ELIGIBLE 8(A) CONCERNS, and 52.219-27 NOTICE OF TOTAL SERVICE-DISABLEDVETERAN-OWNED SMALL BUSINESS SETASIDE, the determination of whether a small business concern isindependently owned and operated, not dominant in the field of operation in which it is bidding on Governmentcontracts, and qualified as a small business under the size standards in this solicitation, and further, meets thedefinition of a HUBZone small business concern, a small business concern certified by the SBA for participation inthe SBAs 8(a) program, or a Service Disabled Veteran Owned small business concern, as applicable, shall be basedon the status of said concern at the time of award of the SeaPort-e MACs and as further determined in accordancewith Special Contract Requirement H-19.

REIMBURSEMENT OF TRAVEL COST (SEP 2015)

(a)  Travel(1)  Area of Travel.  Performance under this contract may require travel by contractor personnel.  If travel, domestic or

overseas, is required, the contractor is responsible for making all needed arrangements for his personnel.  Thisincludes but is not limited to the following:

                                 Medical Examinations                                Immunization                                Passports, visas, etc.                                Security Clearances All contractor personnel required to perform work on any U.S. Navy vessel will have to obtain boardingauthorization from the Commanding Officer of the vessel prior to boarding. 

(2)  Travel Policy.  The Government will reimburse the contractor for allowable travel costs incurred by the contractor inperformance of the contract and determined to be in accordance with FAR subpart 31.2, subject to the followingprovisions:

 Travel required for tasks assigned under this contract shall be governed in accordance with rules set forth fortemporary duty travel in FAR 31.205-46. 

(3)  Travel.  Travel, subsistence, and associated labor charges for travel time are authorized, whenever a task assignmentrequires work to be accomplished at a temporary alternate worksite.

 Travel performed for personal convenience and daily travel to and from work at contractor’s facility will not bereimbursed. 

(4)  Per Diem.  Per diem for travel on work assigned under this contract will be reimbursed to employees consistent withcompany policy, but not to exceed the amount authorized in the Department of Defense Joint Travel Regulations.

 (5)  Shipboard Stays.  Whenever work assignments require temporary duty aboard a Government ship, the contractor

will be reimbursed at the per diem rates identified in paragraphs C8101.2C or C81181.3B(6) of the DOD JointTravel Regulations, Volume 2.

 (6)  Air/Rail Travel.  In rendering the services, the contractor shall be reimbursed for the actual costs of transportation

incurred by its personnel not to exceed the cost of tourist class rail, or plane fare, to the extent that suchtransportation is necessary for the performance of the services hereunder and is authorized by the Ordering Officer. Such authorization by the Ordering Officer shall be indicated in the order or in some other suitable written form.

 NOTE:  To the maximum extent practicable without the impairment of the effectiveness of the mission,transportation shall be tourist class.  In the event that only first class travel is available, it will be allowed, providedjustification therefore is fully documented and warranted. 

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 33 of 39 FINAL

 

(7)  Private Automobile.  The use of privately owned conveyance within the continental United States by the travelerwill be reimbursed to the contractor at the mileage rate allowed by Joint Travel Regulations.  Authorization for theuse of privately owned conveyance shall be indicated on the order.  Distances traveled between points shall beshown in standard highway mileage guides.  Any deviations from distance shown in such standard mileage guidesshall be explained by the traveler on his expense sheet.

  (8)  Car Rental.  The contractor shall be entitled to reimbursement for car rental, exclusive of mileage charges, as

authorized by each order, when the services are required to be performed outside the normal commuting distancefrom the contractor’s facilities.   Car rental for TDY teams will be limited to a rate of one car for every four (4)persons on TDY at one site.

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 34 of 39 FINAL

 

SECTION I CONTRACT CLAUSES

IN ADDITION TO THE TERMS AND CONDITIONS CONTAINED WITHIN THE SEAPORT-EMULTIPLE AWARD CONTRACTS (MACs), THE FOLLOWING CLAUSES ARE INCORPORATED BYREFERENCE:

          52.203-19 Prohibition on Requiring Certain Internal Confidentiality

Agreeements or StatementsJAN 2017

52.204-18 Commercial and Government Entity Code Maintenance JUL 201652.222-40 Notification of Employee Rights Under the National Labor

Relations ActDEC 2010

52.222-55 Minimum Wages Under Executive Order 13658 DEC 201552.222-57 Representation Regarding Compliance With Labor Laws

(Executive Order 13673)DEC 2016

52.222-59 Compliance with Labor Laws (Executive Order 13673) DEC 201652.222-60 Paycheck Transparency (Executive Order 13673) OCT 201652.222-6252.232.40

Paid Sick Leave Under Executive Order 13706Providing Accelerated Payments to Small BusinessSubcontractors

JAN 2017DEC 2013

52.233-3 Protest After Award AUG 199652.237-2 Protection Of Government Buildings, Equipment, And

VegetationAPR 1984

252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic orHazardous Materials

SEP 2014

IN ADDITION TO THE TERMS AND CONDITIONS CONTAINED WITHIN THE SEAPORT-E MAC,THE FOLLOWING CLAUSES ARE INCORPORATED BY FULL TEXT:

52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) (a) Definitions. As used in this clause--   Covered contractor information system means an information system that is owned or operated by a contractor thatprocesses, stores, or transmits Federal contract information.   Federal contract information means information, not intended for public release, that is provided by or generated forthe Government under a contract to develop or deliver a product or service to the Government, but not includinginformation provided by the Government to the public (such as on public Web sites) or simple transactionalinformation, such as necessary to process payments.   Information means any communication or representation of knowledge such as facts, data, or opinions, in anymedium or form, including textual, numerical, graphic, cartographic, narrative, or audiovisual (Committee onNational Security Systems Instruction (CNSSI) 4009).   Information system means a discrete set of information resources organized for the collection, processing,maintenance, use, sharing, dissemination, or disposition of information (44 U.S.C. 3502).   Safeguarding means measures or controls that are prescribed to protect information systems.   (b) Safeguarding requirements and procedures. (1) The Contractor shall apply the following basic safeguarding requirements and procedures to protect coveredcontractor information systems. Requirements and procedures for basic safeguarding of covered contractor informationsystems shall include, at a minimum, the following security controls:   (i) Limit information system access to authorized users, processes acting on behalf of authorized users, or devices(including other information systems).

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 35 of 39 FINAL

 

(ii) Limit information system access to the types of transactions and functions that authorized users are permitted toexecute.(iii) Verify and control/limit connections to and use of external information systems.(iv) Control information posted or processed on publicly accessible information systems.(v) Identify information system users, processes acting on behalf of users, or devices.(vi) Authenticate (or verify) the identities of those users, processes, or devices, as a prerequisite to allowing access toorganizational information systems.(vii) Sanitize or destroy information system media containing Federal Contract Information before disposal or releasefor reuse.(viii) Limit physical access to organizational information systems, equipment, and the respective operatingenvironments to authorized individuals.(ix) Escort visitors and monitor visitor activity; maintain audit logs of physical access; and control and managephysical access devices.(x) Monitor, control, and protect organizational communications (i.e., information transmitted or received byorganizational information systems) at the external boundaries and key internal boundaries of the informationsystems.(xi) Implement subnetworks for publicly accessible system components that are physically or logically separatedfrom internal networks.(xii) Identify, report, and correct information and information system flaws in a timely manner.(xiii) Provide protection from malicious code at appropriate locations within organizational information systems.(xiv) Update malicious code protection mechanisms when newreleases are available.(xv) Perform periodic scans of the information system and real-time scans of files from external sources as files aredownloaded, opened, or executed.   (2) Other requirements. This clause does not relieve the Contractor of any other specific safeguarding requirementsspecified by Federal agencies and departments relating to covered contractor information systems generally or otherFederal safeguarding requirements for controlled unclassified information (CUI) as established by Executive Order13556.   (c) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (c), insubcontracts under this contract (including subcontracts for the acquisition of commercial items, other thancommercially available off-the-shelf items), in which the subcontractor may have Federal contract informationresiding in or transiting through its information system.                                                               (End of 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 theSecretary of Labor.  The option provision may be exercised more than once, but the total extension of performancehereunder shall not exceed 6 months.  The Contracting Officer may exercise the option by written notice to theContractor within 1 day. (End of 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 1 day providedthat the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days beforethe contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66months. 

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 36 of 39 FINAL

 

(End of clause) 52.222-42      STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract andstates the wages and fringe benefits payable to each if they were employed by the contracting agency subject to theprovisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY:  IT IS NOT A WAGE DETERMINATIONEmployee Class   Monetary Wage-Fringe Benefits 

USFF Energy Team Lead (Norfolk)

 

 

Energy Team Lead

 

 

GS14

 

 

USFF Energy Assistant Team Lead (Norfolk)

 

 

Assistant Energy Team Lead

 

 

GS13

 

 

Fleet Energy Manager Support (Norfolk)

 

 

Fleet Energy Manager Support

 

 

GS13

 

 

Fleet Energy Manager Suport (Norfolk)

 

 

Fleet Energy Manager Support

 

 

GS12

 

 

Fleet Energy Analyst (off-site)

 

 

Fleet Energy Analyst

 

 

GS13

 

 

Fleet Energy Analyst (off-site)

 

 

Fleet Energy Analyst

 

 

GS12

 

 

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 37 of 39 FINAL

 

Fleet Energy Analyst (off-site)

 

 

Fleet Energy Analyst

 

 

GS11

 

 

PACFLT Energy Assistant Team Lead (Hawaii)

 

 

Assistant Energy Team Lead

 

 

GS14

 

 

Fleet Energy Manager Support (San Diego)

 

 

Fleet Energy Manager Support

 

 

GS13

 

 

Fleet Energy Manager Suport (Norfolk)

 

 

Fleet Energy Manager Support

 

 

GS12

 

 

(End of clause) 

52.232-18     AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingentupon the availability of appropriated funds from which payment for contract purposes can be made. No legal liabilityon the part of the Government for any payment may arise until funds are made available to the Contracting Officer forthis contract and until the Contractor receives notice of such availability, to be confirmed in writing by theContracting Officer. (End of clause) 

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 38 of 39 FINAL

 

SECTION J LIST OF ATTACHMENTS

QASP_Enclosures

FINAL_DD254

FINAL_DD254_CONTINUATION PAGE

Wage_Determination2015_4341

Wage_Determination_2015_5635

Wage_Determination2015_5689

 CONTRACT NO.

 N00178-12-D-6996 DELIVERY ORDER NO.

 N0018917F3028 PAGE

 39 of 39 FINAL