Upload
dangxuyen
View
221
Download
2
Embed Size (px)
Citation preview
1. CONTRACT NO.
N65236-13-D-48912. DELIVERY ORDER NO.
00013. EFFECTIVE DATE
2013 Jul 114. PURCH REQUEST NO.
N65236-13-NR-550415. PRIORITY
DO-A76. ISSUED BY CODEN65236 7. ADMINISTERED BY CODE S0302A 8. DELIVERY FOB
SPAWAR-Systems Center Lant (CHRL)P.O. BOX 190022North Charleston SC 29419-9022
DCMA PhoenixTWO RENAISSANCE SQUARE, 40 NORTH CENTRAL AVE.,SUITE 400PHOENIX AZ 85004-4424
DESTINATION
OTHER
(See Schedule if other)
9. CONTRACTOR CODE06NT5 FACILITY 10. DELIVER TO FOB POINT BY (Date)
See Schedule11. X IF BUSINESS IS
KINETX2050 EAST ASU CIRCLE, STE 107TEMPE AZ 85284
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.
KINETX Dave Mora Contracts Manager
_____________________________________ _____________________________________ ______________________________________________ ____________________________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 $1,281,708.8926.DIFFERENCES
BY: /s/Jacqueline M Luna 07/11/2013CONTRACTING/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 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. 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
1
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item PSC Code Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ -------- ----------------- ---- ---- --------------- --------------- -------------- 0001 R425 Decision 1.0 EA $1,200,710.30 $80,998.59 $1,281,708.89 Superiority Support Services Electronics and communications services and solutions in support of mission capabilities within Decision Superiority (DS) Portfolio mission areas in accordance with the Contract PWS. (TBD) 000101 R425 ACRN: AA PR: 1300342516-0001 DOC: M9545013RC24F36 COST CODE: 3RC24F36124F NWA: 100000805241-CMIT (TBD) 000102 R425 ACRN: AB PR: 1300342516-0001 DOC: M9545013RC34516 COST CODE: 3RC34516111O NWA: 100000834977-3CTR (TBD) For FFP Items: Item PSC Code Supplies/Services Qty Unit Unit Price Total Price ------ -------- ----------------- ---- ---- --------------- ---------------- 0004 R425 Contract Data 0.0 EA $0.00 $0.00 Requirements List (CDRL) in accordance with DD Form 1423, see Exhibit A (TBD)
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
1 of 20 FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
PERFORMANCE WORK STATEMENT
SHORT TITLE: AN/MRC-142 (AN/MRC-142) Support
1. PLACE(S) OF PERFORMANCE
a. SSC-LANT, Charleston, SC
b. 29 Palms, CA
c. Camp Pendleton, CA
d. Camp Lejeune, NC
e. Albany, GA
f. Contractor Facility
2. REFERENCES
a. Contract N65236-XXXX, lest only the references that are not listed in the main contract.
b. Military Standards and Specifications - Mandatory Compliance.
A separate waiver request must be prepared for each Military Specification or Standard listed in this section, whichdoes not have a Department wide waiver in effect.
The listed standards are invoked in this PWS, and have DON waivers or have been identified as a standardpractice/interface standard/performance specification.
MIL-STD-129P(4) 19-Sep-07 Military Marking for Shipment and Storage
MIL-STD-130N 15-Jun-07 Identification Marking of US Military Property
MIL-STD-2073-1D 10-May-02 DoD Standard Practice for Military Packaging
MIL-STD-6017A 2-Nov-06 Variable Message Format (VMF)
MIL-STD-6040A 30-Apr-09 United States Message Text Format Description
c. Other Government Documents. Unless otherwise stated, the following documents may be obtained from theDocument Automation and Production Service, Building 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094or visit http://dodssp.daps.mil.
CJCS1 6510.01E 15-Aug-07Defense-in-Depth Information Assurance (IA) and ComputerNetwork Defense (CND)
DI-IPSC-81431A 10-Jan-00 System/Subsystem Specification (SSS)
DoDI 8510.01 28-Nov-07Department of Defense Information Assurance Certification andAccreditation Process (DIACAP)
DoDI 8500.2 6-Feb-03 Information Assurance (IA) Implementation
EKMS-1 5-Oct-04CMS Policy and Procedures for Navy Electronic KeyManagement System
NAVSEAINST 9310.1B 13-Jun-91 Naval Lithium Battery Safety Project
S9310-AQ-SAF-010 20-May-03Technical Manual for Batteries, Navy Lithium Safety ProjectResponsibilities and Procedures
TM 4750-15/1 1-Oct-86Painting and Registration Marking for Marine Corps Combatand Tactical Equipment
(Application for copies of TM S9310-AQ-SAF-010 should be addressed to the Naval Weapons Support Center,Code 3057, Building 36, Crane, IN 47522-5060)
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
2 of 20 FINAL
d. Industry Standards.
ASTM D3951-98 10-Nov-98 Standard Practice for Commercial Packaging
ANSI/ITAA EIA-649 1-Apr-04 National Consensus Standard for Configuration Management
ASME Y14.34M 1-Jan-96 Associated Lists
ASME Y14.35M 8-Dec-97 Revision Engineering Drawings & Associated List
e. Forms.
Free Form MS Excel Current Monthly Funds Status Report
Free Form MS Project Current Weekly Schedule Status Report
Free Form MS Excel Current Contractor Status and Man Hour Expenditure Report Template
3. SPECIFICATIONS (Guidance only)
N/A.
4. SECURITY REQUIREMENTS
All Contractor personnel, excluding administrative and financial, involved in the performance of the TaskOrder must be eligible to obtain a minimum clearance level of SECRET. Contractor’s request for visit authorizationshall be submitted in accordance with DoD 5220.22M (Industrial Security Manual for Safeguarding ClassifiedInformation) not later than one (1) week prior to visit. Request shall be forwarded via SPAWARSYSCEN P.O. BOX190022, North Charleston, SC 29419, Attn: Security Office, for certification of need to know by the specified COR. Overall, the DD-254 of the basic contract applies.
5. COR DESIGNATION
The Technical COR for this task order is Taylor Lethco who can be reached at (843) 218-2615; e-mail:
6. DESCRIPTION OF WORK
The Performance Work Structure (PWS) identifies the work break down structure and tasks that are required toprovide support to the AN/MRC-142 Tactical Communications Networks Program and Management contract. Thesupport is identified clearly in the scope and associated tasks of the work which includes Program Management(PM), Data and Asset Management (DM/AM), Material Procurement (MP), Material Fabrication (MF), MaterialIntegration (MI), Testing and Evaluation (T&E), and Logistics and Support (L&S) to MARCORSYSCOM(MCSC). The subsets of these tasks provides systems engineering support for the AN/MRC-142 to includerequirements engineering and management, technical documentation generation to include Test Plans, Test Reports,System Specification documents or other technical documentation to name a few as directed by the Project Engineer(PE). The tasks will provide the AN/MRC-142 Project Engineer (PE) with a process development, management,oversight, and team guidance, and improvement support for AN/MRC-142 as it applies to USMC TCS programsthat are supported by MARCORSYSCOM and SSC-LANT.
Work under this order will consist of that effort required to:
Sub-Task 1. Perform Technical Project and Data Management as listed below IAW task J: ProgramManagement Support of the contract.
1.A. Scope.
The Contractors Program Manager shall be responsible for ensuring that all contract deliverables are tracked andsubmitted on time. Documentation shall be readily available to the Government point of contact. Project Managementefforts include engineering reviews, In Progress Reviews (IPRs), weekly AN/MRC-142 team meetings, AnnualTactical Data Radios Users Conference, Annual Fielding Supportability Conference, and other meetings deemednecessary by the SSC-LANT Project Manager. The contractor shall provide task management in allocating resourcesto meet the Government tasking within schedule and funding constraints allocated to this task. Monthly Progress
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
3 of 20 FINAL
Reports shall be provided addressing monthly activities and financial status.
a. Define requirements and plans for project lifecycle and deployment schedules.
b. Provide and maintain master plan, project deliverables, milestones and management / requirements in accordanceto the contract CDRL's.
c. Provide job task analysis and supporting documentation.
d. Create and maintain technical and project related documentation.
e. Provide technical and publication documentation / instructions with validation and verification (V&V)support as required.
f. Prepare presentations and related documentation as required.
g. Plan, coordinate, support, and conduct meetings and formal reviews.
1.B. Project Status and Financial Management
a. Progress Reports. A progress report shall be submitted on a monthly basis and delivered to SPAWARSystems Center Charleston no later than the 15th of the following month. This report shall document all workactivity performed, project status and any issues associated with AN/MRC-142.
b . Financial Reports. The contractor shall provide detailed Contractor Status and Man-hour Expenditure
Reports broken out by the sub-tasks identified in this PWS by the 15th of the following months in accordance with theControl Account Plan (CAP). The reports will be transmitted every month electronically to the PM with currentcontract financial status. This report shall include all expenditures for the entirety of the reporting month. This reportshall include sub contractor expenditures reported in the following categories: Labor, Travel, Materials. Upon approval,accruals can be used until official sub contractor data is available. This report shall be consistent with the IMS andWBS. Additional labor information, such as functional area, work product, will be provided upon request.
The contractor shall develop the following documents, as defined by, but are not limited to the CDRL Items asindicated:
CDRL Description
A003 Conference, Meeting Minutes & Presentation Reports
A015 Technical Report, Contractor Status and Man-hour Expenditure
A017 Technical Report, Contractors Program Status Report
1.C. Meeting, Formal Reviews, Conferences, and Audits.
The contractor may plan, host, attend, coordinate, support, and conduct the meetings, formal reviews, conferences, andaudits (hereinafter called "reviews"). The reviews shall be conducted at Government and contractor facilities. Thecontractor personnel, when requested, shall prepare agendas and conference presentation materials, and provide minutesand reports following each review. A summary of all action items, responsible parties, and estimated completion datesshall be included with the minutes. The contractor shall develop, update, and maintain project status briefs,milestone charts, and presentation material, including view graph and hard copy.
a. In Progress Reviews (IPR). In Process Reviews will be held on a quarterly basis or as needed basis, at a date andlocation mutually agreed upon.
b. Test Readiness Review (TRR). SPAWAR shall conduct a TRR approximately 30 calendar days prior totesting. The purpose of the TRR is for the SPAWAR Engineering Staff to conduct a formal review of contractor’sreadiness for testing. Emphasis shall be placed on system requirements using test results and their analysis. Remaining "problem areas" and their projected “get-well” dates shall be addressed.
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
4 of 20 FINAL
The Contractor shall develop the following documents, as defined by, but are not limited to the CDRL Items asindicated:
CDRL Description
A003 Conference, Meeting Minutes & Presentation Reports
1.D. Documentation Support
The contractor may provide documentation support to include writing and formatting of all project-related documents.The contractor shall prepare meeting minutes for project meetings (usually 1-2 meetings per week).
The contractor shall develop the following documents, as defined by, but are not limited to the CDRL Items asindicated:
CDRL Description
A003 Conference, Meeting Minutes & Presentation Reports
1.E. Data Management.
The contractor shall utilize and maintain a single, centralized system for management of all data required under thisPWS. Specific data management functions shall include maintenance of deliverables, approval of deliverable format,distribution and delivery of data products. The system shall include facilities for storage of all data developed orutilized for this PWS, and shall provide equal access to data by the Government. The contractor shall ensure alldata is centrally available for Government review. SSC-LANT reserves the right to review all data associated withand developed for the AN/MRC-142 project.
a. Establish reporting system for management of all program data.
b. Provide Configuration Management (CM) support for all managed items.
c. Maintain schedules and perform all publishing activities required per SOW.
d. Support and document fielding issues and resolutions.
e. Develop and manage online training support systems as required.
Data Repository address:
1.F. Schedule Planning and Management.
The contractor shall provide input to the integrated master schedule (IMS) to maintain an accurate schedule of programevents, which provide for the earliest delivery schedule while at the same time satisfying all requirements in a costeffective manner. The project schedule shall include all significant events and shall depict major tasks and events fromstart to completion of the PWS. This input shall be consistent with the AN/MRC-142 WBS format. This scheduleshall be maintained in Microsoft Project software.
1.G. Risk Management
The contractor shall provide input to the Risk Management Plan and Analysis to support the overall projectmanagement effort.
a. Create risk mitigation and contingency plans.
Sub-Task 2. Prepare and provide Systems Engineering Support as listed below IAW task A: SystemsEngineering Support of the contract.
2.A. Scope:
The contractor shall provide systems engineering requirements analysis and design to support integration of newcommand and control (C2) applications into the AN/MRC-142 system architecture. The contractor shall perform the
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
5 of 20 FINAL
technical, and engineering functions necessary to transfer a system need into a system enhancement through designmodification or new design of the systems hardware.
CDRL Description
A025 System/Subsystem Specification (SSS)
a. Material Fabrication (MF)
i . The contractor shall fabricate AN/MRC-142C components as required.
ii. The contractor shall fabricate AN/MRC-142C cables are required.
iii. The contractor shall fabricate AN/MRC-142C mounting kits as required.
b. Material Integration (MI)
i . The contractor shall integrate AN/MRC-142C systems in accordance withguidance provided.
ii. The contractor shall integrate AN/MRC-142C systems into currently undefined vehicles.
CDRL Description
A004 Technical Reports
2.B. Quality Assurance/Management
The contractor shall provide quality assurance support to the Project Engineer in accordance with contractor bestpractice and shall provide quality assurance monitoring, testing, review, and documentation. The contractor shallcritically review all design documentation and products based on the following criteria:
a. Contractual Requirements
b. Interface Requirements
c. Overall System Operational Effectiveness, and/or
d. Applicable Specifications and Standards.
The contractor shall implement, document, and demonstrate the ability to maintain a quality management programto be used in the performance of this PWS. The contractor shall make available all documentation to the ProjectEngineer to review upon request. The contractor shall ensure quality throughout all areas to include design,development, inspection, integration, test, validation, and verification. These QA/QM procedures are updatedaccording to improvement information derived during planning and performance of the contractor tasking.
a. Provide Quality Assurance Plan (QAP).
The contractor shall develop the following documents, as defined by, but are not limited to the CDRL Items asindicated:
CDRL Description
A041 Quality Program Plan
2.C. Technical Publications and Engineering Drawings
The contractor shall maintain the SSC-LANT approved AN/MRC-142 drawing package and technical publications. The contractor shall coordinate with LOGCOM in support of Physical Configuration Audit (PCA). Once approved,the drawing package and tech manual will be entered and archived in the CM database by the contractor. TheUSMC provided engineering drawing package representing the AN/MRC-142 will be maintained and no changes
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
6 of 20 FINAL
made to the documents without going through the formal Engineering Change Proposal process.
a. Product Drawings. The contractor shall develop a complete product drawing package and associatedlists. Revised and newly created drawings shall be developed to document any design change and shall reflect allchanges resulting from AN/MRC-142 Project Manager approved ECP(s). The drawings shall be used for themanufacture, assembly, provisioning, inspection, testing, and configuration management of the materials, parts,modules, subassemblies, and assemblies of the equipment covered under this contract. The drawings and associatedlists shall not carry any proprietary markings and provide the necessary design, engineering, manufacturing, andquality assurance requirements information necessary to enable the procurement or manufacture of an interchangeableitem duplicating the physical and performance characteristics of the original product, without additional designengineering effort or recourse to the original design activity.
b. Vendor Item Control Drawing. The contractor shall prepare a vendor item control drawing forcommercial item(s) approved for use in the design and not covered by Government or nationally recognized industryassociation specifications and standards. The contractor shall provide evidence that the part complies with therequirements of the applicable part documentation. Existing test data (such as supplier originated objective evidenceof compliance or Government/Industry Data Exchange Project (GIDEP) reports) shall be used to the maximumextent possible.
c. Technical Manual. The contractor shall develop a AN/MRC-142 TM in accordance with technicalmanual contract requirements (TMCR) CINS-FY-07-004 as required.
The contractor shall develop the following documents, as defined by, but are not limited to the CDRL Items asindicated:
CDRL Description
A044 Technical Manual Contract Requirement –Technical Manual (TM)
2.D. Test and Evaluation
The contractor shall provide the necessary engineering and technical expertise to conduct a thorough test andevaluation of all operational, logistical and functional aspects of newly designed or modified systems, equipment orcomputer software. The contractor shall participate in test and evaluation by preparing or reviewing test andevaluation plans and procedures or both. The contractor shall conduct laboratory and field tests at SPAWARSystems Center, LANT and at other designated government facilities as required.
The contractor may support the SSC-LANT and Marine Corps Systems Command test events by providing one ora combination of on-site maintenance, training, logistics, and technical support for the period of the test.
a . Test Plans/Procedures. The contractor shall prepare in accordance with CDRL Item A007 the testplans/procedures for testing and evaluating the AN/MRC-142 system, subsystem, equipment, and software. Thetest procedures shall clearly define the objectives of the test, the procedures that must be carried out by the test teamto meet these objectives, and the pass/fail criteria for the test. Test procedures documentation shall be according tothe main contract.
b. Interoperability Testing. The contractor may support Command and Control (C2) Interoperability TestingInitiatives to satisfy AN/MRC-142 requirements as required. One of the new initiatives is for the AN/MRC-142suite to be able to receive, process, and transmit or forward IPv6 packets and should interoperate with other systemsand protocols in both IPv4 and IPv6 modes of operation. These efforts may take place in Camp Pendleton, CA.Additionally the contractor is to provide on-site SME support for the following tests and exercises: Mojave Viper,Rolling Thunder, and other test events as required. This is not an all-encompassing list, the contractor will readilysupport any other locations designated by the Project Offices.
c. System Integration/Qualification Test
The contractor may develop and implement System Integration/Qualification Test (SIT) procedures to demonstratethe adequacy and suitability of the contractor’s integration processes and procedures for achieving the performanceinherent in the design. The results of the test shall demonstrate the techniques and processes employed do notdegrade the design and meet all requirements in the Performance Specification. Contractors will be required to
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
7 of 20 FINAL
support AN/MRC-142 testing to include, but not limited to, USMC platforms such as AAV, LAV, MRAP, BFSA,and Platform Integration.
d. Product Acceptance Test.
The contractor may develop and implement Production Acceptance Test (PAT) procedures to demonstrate theadequacy and suitability of the contractor’s production processes and procedures for achieving the performanceinherent in the design. The results of the test shall demonstrate the system meets all requirements identified in thePerformance Specification. The contractor may conduct testing, which will ensure that the manufacturing processes,equipment, and procedures are effective. These tests may be conducted on a number of samples taken at randomfrom the first production lot, and will be repeated if the manufacturing process or design change significantly, orwhen a second source is brought on line.
e. Test Reporting. The contractor may prepare detailed test reports, documenting the test and evaluation activitiesconducted to verify the military utility, safety, effectiveness, and suitability (including compatibility,interoperability, reliability, maintainability, and ILS requirements) for specified systems, equipment, and/orsoftware. These reports shall include all data collected during the performance of T&E efforts relative to themeasurement and analysis of system and/or equipment design compliance with government specification fortechnical and operational performance. Test reports shall be prepared in sufficient depth to permit technical riskassessment, determination of program progress, early identification of technological and engineering deficiencies, and(where applicable) to support the certification of system/equipment readiness for operation evaluation or direct fleetintroduction.
a. The contractor shall perform T&E on AN/MRC-142C systems according to QAP.
b. Perform condition assessments of equipment.
c. Develop pre and post-integration testing procedures and reports.
d. Perform evaluation and validation and verification activities to promote plan confidence per the contractsspecifications.
The contractor shall develop the following documents, as defined by, but are not limited to the CDRL Items asindicated:
CDRL Description
A007 Test Plan – Formal Testing and Verification (FT&V) Plan and Procedures
A009 Test Plan – Formal Testing and Verification (FT&V) Report
A007 Test Procedure – System Integration Test (SIT) Procedures
A009 Test/Inspection Report – System Integration Test (SIT) Report
A007 Test Procedure – Product Acceptance Test (PAT) Procedures
A009 Test/Inspection Report – Product Acceptance Test (PAT) Report
A007 Test and Evaluation Master Plan (TEMP)
Sub-Task 3. Prepare and provide Integrated Logistics Support as listed below IAW task G: Logistics Support of thecontract.
3.A. Scope.
The contractor shall provide engineering, technical, and analytical support to the AN/MRC-142 program logisticsupport efforts. This support shall include the analysis, development, review, maintenance, and tracking of systemand equipment logistics support.
3.B. Logistics Planning Support.
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
8 of 20 FINAL
The contractor shall provide engineering, technical, and analytical support for all Integrated Logistic Support (ILS)elements and disciplines.
The contractor shall develop the following documents, as defined by, but are not limited to the CDRL Items asindicated:
CDRL Description
A052 Validation Completion Report
A049 Integrated Logistic Support Plan
A053 Supportability Assessment Plan
3.C. Fielding Support.
The contractor shall provide AN/MRC-142 fielding support as required to the USMC as their tactical distributionnetwork at I, II, III MEF, MARCENT, and MARFORRES. The contractor shall provide fielding support functionsto include installation of the AN/MRC-142 system in coordination with each MEF/unit to ship, receive, and storeequipment for gaining commands. The contractor shall provide a Master Site Inventory (MSI) to each unit gainingAN/MRC-142 updated systems, MARCORLOGCOM and to the MCSC AN/MRC-142 Project Office. The MSIshall contain the NSN, and serialized inventory, System ID, and TAMCN of the AN/MRC-142. The contractorshall coordinate a turnover schedule with gaining commands and perform a serialized “item by item” inventory withthe supply officer, or his representative, and obtain a signature for the acceptance of the AN/MRC-142 system. Thecontractor shall provide as part of the turnover package, the MSI, SL-3, Fielding Plan (formerly called ULSS),technical manuals, warranty matrix (A049) and any other logistics documentation required.
a. Support and provide feedback to current and future Fielding Plans (FP).
b. Provide on-site field support as required.
The contractor shall develop the following documents, as defined by, but are not limited to the CDRL Items asindicated:
CDRL Description
A004 Technical Report – Study/Services
A012 Trip Report
A049 Integrated Logistics Support Plan- Warranty Matrix
3.D. Configuration Management
a. Scope. The Contractor shall provide SME support implementation of Configuration Management (CM)processes for the control of all configuration items AN/MRC-142 and various platform configurations to ensure eachitem delivered conforms to the approved CM Product Baseline. The principles contained in EIA-649 andMIL-HDBK-61A may be used for guidance. The Contractor’s CM program shall consist of configurationidentification, configuration control, configuration status accounting, and configuration audits. The Contractor’sCM principles shall not conflict with the overarching TCS CM Plan. The contractor shall use SPAWAR SystemsCenter approved software to maintain CM. In addition, the contractor shall be familiar with automated CM tools,such as CMPRO, and SABER.
i . Provide Configuration Management Plan (CMP).
b . Configuration Identification. The contractor shall participate in a joint Government/contractorintegrated team to designate Configuration Items (CIs) to be managed by the contractor on behalf of the ProjectEngineer. The contractor shall develop, review, update, and maintain configuration identification records forAN/MRC-142 in a database to be identified by the Government.
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
9 of 20 FINAL
c . Engineering Changes. The contractor shall evaluate all Engineering Change Proposals (ECPs) forpotential system and/or equipment CM impact. Upon approval of an ECP, the contractor shall incorporateengineering change data into the system configuration management data records.
The contractor shall assist the Project Engineer in the development of ECPs when changes are required to correctdefects, add or modify interface or interoperability requirements, make a significant and measurable effectivenesschange in the operational capabilities or logistics supportability of the system.
The contractor shall develop the following documents, as defined by, but are not limited to the CDRL Items asindicated:
CDRL Description
A006 Engineering Change Proposal (ECP)
d. Configuration Management Records and Reports. The contractor shall establish, update, maintain, andreview CM records and generate the required CM reports (CDRL A028).
e . Master Site Inventory (MSI). The contractor shall develop, update, and maintain siteinventory listing and shortage items lists for each site. The master site inventory listings be provided and reflect anaccurate indication of all items actually received by the site. The contractor shall maintain the MSI viaWEB/SIPRNET or other means as identified by SPAWAR.
f . Material Tracking Database. The contractor will also maintain hardware ConfigurationManagement (CM) and database tracking of the fielded AN/MRC-142 assets. The MSI will be generated from thedatabase and upon return of fielding evolutions will be updated with corrections made on site. Reports on fieldedhardware “as delivered” or “as fielded” to the gaining unit will be available to the as requested.
The contractor shall develop the following documents, as defined by, but are not limited to the CDRL Items asindicated:
CDRL Description
A038 Configuration Status Records/Reports
A002 Technical Report, Audit
A037 Configuration Management Plan (CMP)
A039 Master Site Inventory List
A032 Site Shortage Item Report
A038 Technical Report, Logistics System Support/Configuration Status Records
A028 Technical Reports, General- Configuration Management Records, and Reports
3.E. Packaging, Handling, Storage and Transportation.
The contractor shall be responsible for the preservation and packaging of all items to be delivered to the fleet.Packaging data shall be subject to Government approval prior to parts being shipped. The contractor’s logisticspersonnel will assist in the coordination of the transportation of all currently fielded AN/MRC-142 systems and itsassociated equipment to be shipped from the fielded unit to SPAWAR for retrofit of technology insertion.
3.F. Services and Material Procurements.
In order to perform the activities specified in this task order, the contractor may be required to purchase material forthe Government. The contractor will provide incidental materials (e.g., batteries, cables, shipping, etc). Priorapproval by email from the COR is required for all purchases. The contractor shall execute procurement activities inaccordance with all applicable federal procurement laws and regulations. Procure, track and report status of requiredmaterial items
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
10 of 20 FINAL
3.G Asset Management (AM).
Devise goals and policies reflecting Project Engineer’s (PE) guidance. Maintain asset inventory records according toCMP. Provide oversight to all CM activities during upgrades and engineering changes.
7. GOVERNMENT FURNISHED INFORMATION (GFI)
The government shall provide all commercial off the shelf / government off the shelf (COTS & GOTS) or associatedindustry and government publications, with any associated licenses required by the government, per the contractsspecification and deliverable requirements. These items will remain the property of the government and uponcompletion of contract work, all of the materials and assets will be returned to the government or destroyed asdirected by the COR.
8. GOVERNMENT FURNISHED PROPERTY
8.1 GOVERNMENT FURNISHED EQUIPMENT (GFE)
The government shall provide access to the government owned data bases, equipment, and test bed facilities. Officespace will be provided for contractor personnel on an as-available basis. The government will provide governmentcomputers and software support to work in secured and unsecured facilities where applicable to support the contractrequirements data listings as directed by the COR. The items located in SABER inventoried AN/MRC-142 systemequipment that may be issued to the contractor to accomplish the efforts associated with the engineering, logistics,testing and fielding tasks set forth in this PWS. The contractor will only receive and be held responsible for theequipment on the date that a properly executed NERP DD 1149 is issued. Upon completion of the task, theequipment will be returned to the Government with a DD 1149 being properly documented.
This equipment will need to be transferred from the previous contract to the new contract.
See listing in SABER for complete list.
8.2 GOVERNMENT FURNISHED MATERIAL
The government shall provide government publications and associated materials where applicable to support thecontract requirements and deliverables. The government shall also provide any raw materials required in thefabrication of new systems components not already provided by furnished equipment and that require engineeringchanges as directed by the COR.
9. CONTRACTOR ACQUIRED PROPERTY (CAP)
9.1 CONTRACTOR ACQUIRED EQUIPMENT (CAE)
The contractor will provide incidental materials (e.g., batteries, cables, shipping, etc).
9.2 CONTRACTOR ACQUIRED MATERIAL (CAM)
N/A
10. TRAVEL REQUIREMENTS
For estimating purposes only, it is anticipated that the following travel requirements may be necessary:
From To # Trips # People # DaysCharleston, SC Camp Pendleton, CA 01 02 07Charleston, SC Camp Lejeune, NC 01 02 07Charleston, SC Albany, GA 01 02 07Charleston, SC 29 Palms, CA 02 03 21
*For estimation purposes only. The sponsor has not identified these specific locations yet.
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
11 of 20 FINAL
Overtime is not anticipated, but is authorized if required.
11. TRANSPORTATION OF EQUIPMENT/MATERIAL
For estimating purposes, it is anticipated that the following transportation requirements may be necessary:
Materiel will be delivered in-place for Government Acceptance Quality Assurance (QA) inspection. Most materielwill be transferred to the SSC-LANT representatives for subsequent shipping to the applicable destination. TheContractor will be able to ship materiel, especially small packages, support emergent quick-response requirementsfor shipping, and maintain tracking of all shipments from point of origin to destination. The Contractor will utilizethe existing shipment tracking log to incorporate tracking the shipping information for this task order. The log mustlist the intended recipient's company/organization with Point of Contact, the cost of the shipment, and informationto relate each shipment to the ship/site and event the shipment supports. The log will also track the materialrequired but not available at the time of the shipments (ship-short items).
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
12 of 20 FINAL
12. DATA DELIVERABLES
The contractor shall deliver work products as directed by SSC-LANT that are in keeping with the project schedule.All items developed, engineered, and integrated in support of the PWS are Government Property unless otherwisestipulated by intellectual property rights of a contractor and clearly identified to the Project Engineer. Alldeliverables shall be provided in electronic format and, when requested, in hard copy format.
Deliverables must incorporate SSC-LANT review comments for acceptance. SSC-LANT shall have at least fiveworking days to review deliverables and provide comments. For the deliverable to be accepted, it must have beenformally checked for quality. Deliverables found “unacceptable” shall be corrected and resubmitted within 10workdays of initial rejection.
Data Item Description CDRL TitleN/A A001 Hardware Requirements Specification (HRS),
Functional Requirements, Technical Specifications
DI-MISC-80508A A002 Technical Reports, Documentation Review, Audit
DI-ADMN-81250A A003 Conference, Meeting Minutes & PresentationReports
DI-MISC-80508A A004 Technical Report, Study/ServicesIEEE/EIA-12207 A006 Engineering Change Proposal (ECP)DI-QCIC-80553 or DI-NDTI-80566and DI-NDTI-81284
A007 Test Plans, Test and Evaluation Master Plan(TEMP), Test Procedure - System Integration Test(SIT) Procedures, Product Acceptance Test (PAT)Procedures, Test Plan - Formal Testing andVerification (FT&V) Plan
DI-NDTI-80809B A009 Test Reports, Test/Inspection Report - SystemIntegration Test (SIT) Report, Product AcceptanceTest (PAT) Report
DI-MGMT-80004 A010 Plans, Management/Performance/Performance/Development - Program Master Plan, Requirements Management Plan, RequirementsTraceability Matrix
DI-MISC-80652 A011 Informal Technical InformationDI-MISC-80508A A012 Trip/Technical ReportDI-DRPR-80651 A014 Engineering Drawings - Product Drawings/Models
and Associated ListsDI-MGMT-80227/DI-FNCL-81537 A015 Contractor Status and Man-hour ExpenditureDI-MGMT-80227/DI-FNCL-81537 A017 Contractors Program and Status ReportDI-IPSC-81431A/ DI-IPSC-81431A
A025 System/Subsystem Specification (SSS)
DI-MISC-80508A
A028 Technical Reports, General - ConfigurationManagement Records and Reports
N/A A032 Site Shortage Item ReportDI-MISC-80508A A033 Installation/delivery/Design Engineering Plans
DI-IPSC-81434A A035 Interface Requirements Specification (IRS)DI-CMAN-80805B A037 Configuration Management Plan (CMP)
DI-MISC-80508A A038 Technical Report, Logistics System Support/Configuration Status Records
DI-MISC-80508A A039 Master Site InventoryN/A A041 Quality Program Plan
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
13 of 20 FINAL
TMCR CINS-FY07-004 A044 Technical Manual Contract Requirement-Technical Manual
DI-ILSS-80095/ DI-ILSS-80531/DI-ILSS-80391
A049 Integrated Logistic Support Plan, LogisticsSupport Analysis Plan, User's Logistics SupportSummary
DI-MISC-80711A A052 Validation Completion ReportDI-MISC-80508A or ContractFormat
A053 Supportability Assessment Plan
13. SUBCONTRACTING REQUIREMENTS
As required.
14. INSPECTION/ACCEPTANCE PLAN
Inspection and acceptance will be performed by the COR, AN/MRC-142 Government Leads and GovernmentQuality Assurance and Test & Evaluation Leads in conjunction with separately contracted teams.
15. OTHER CONDITIONS/REQUIREMENTS
An extended workweek may be required and will require prior approval by the COR via email .
16. LIST OF ATTACHMENTS
QASP
IGE
Proposed Subcontractor Checklist
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
14 of 20 FINAL
SECTION E INSPECTION AND ACCEPTANCE
INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY0001 Destination Government Destination Government000101 Destination Government Destination Government000102 Destination Government Destination Government
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
15 of 20 FINAL
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
0001 7/11/2013 - 7/10/2014
0004 7/11/2013 - 7/10/2014
CLIN - DELIVERIES OR PERFORMANCE
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
16 of 20 FINAL
SECTION G CONTRACT ADMINISTRATION DATA
REFERENCE: Payment instructions: PGI 204.7108 (d)(2) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012)The contractor shall cite on each invoice/voucher, in addition to all other requirements of this contract/order, thecontract line item number (CLIN); the contract subline item number (SLIN) and accounting classification referencenumber (ACRN) for the portion, or portions of work being billed as specified in the contract or delivery order. Foreach ACRN on the invoice/voucher, the contractor shall identify the amount being billed against that ACRN. Invoices shall be submitted in accordance with Wide Area Work Flow as annotated by the basic contract. The contractor will electronically submit his invoices using the Wide Area Workflow (WAWF) web site located athttps://wawf.eb.mil. The telephone number for assistance pertaining to Wide Area Work Flow is 800-559-9293.
Cost Contracts Supply/Service WAWF Table
Invoice Type Cost Vouchers
Issued by N65236
Admin by DCMA ( S0302A )
DCAA Auditor DCAA ( HAA030 )
Service Approver DCMA ( S0302A )
Pay by DFAS Columbus ( HQ0339 )
5252.232-9210 LIMITATION OF LIABILITY--INCREMENTAL FUNDING (JAN 1992)
This task/delivery order is incrementally funded and the amount currently available for payment hereunder is limitedto $445,828.19 inclusive of fee. It is estimated that these funds will cover the cost of performance through 30September 2013 . Subject to the provisions of the FAR 52.232-22 "Limitation of Funds" clause of this contract, nolegal liability on the part of the Government for payment in excess of $445,828.19 shall arise unless additional fundsare made available and are incorporated as modifications to this contract.
Total Award Amount Total Funds Available Unfunded Amount $1,281,708.89 $445,828.19 $835,880.70
Accounting Data
SLINID PR Number Amount -------- ---------------------- ---------------------000101 1300342516-0001 380562.19 LLA : AA 1721109 4633 252 67854 067443 2D 4633B1 3RC24F36124F Standard Number: M9545013RC24F36 ACRN: AA PR: 1300342516-0001 DOC: M9545013RC24F36 COST CODE: 3RC24F36124F NWA: 100000805241-CMIT
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
17 of 20 FINAL
000102 1300342516-0001 65266.00 LLA : AB 1731109 4633 252 67854 067443 2D 463300 3RC34516111O Standard Number: M9545013RC34516 ACRN: AB PR: 1300342516-0001 DOC: M9545013RC34516 COST CODE: 3RC34516111O NWA: 100000834977-3CTR BASE Funding 445828.19 Cumulative Funding 445828.19
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
18 of 20 FINAL
SECTION H SPECIAL CONTRACT REQUIREMENTS
DISTRIBUTION:
Contractor:KinetX2050 East ASU Circle, Suite 107Tempe, AZ 85284
POC: Tony Yarkosky/602-690-4945/[email protected]
DCAA – HAA030 Arizona Branch Office
DFAS – HQ0339 Columbus Center
DCMA – S0302A Phoenix
All electronically distributed.
Contractor Local Address:
Name/Address of company
POC: Name/phone number/e-mail
SPAWARSYSCEN CODES:
CRM: Liz Dawsey; [email protected]
Contract Administrator: Jillian Woppert;[email protected]
Ordering Officer: Bridgette Clayton; [email protected]
COR: Taylor Lethco, [email protected] Sponsor: Name/Activity/e-mail
SBA (If required): address, POC name/e-mail)
CONTRACT NO.
N65236-13-D-4891 DELIVERY ORDER NO.
0001 PAGE
19 of 20 FINAL