n00178-15-d-8396 2016 may 16 n7027216rcdj500 … d399 travel, material, and shipping odcs for clin...

33
1. CONTRACT NO. N00178-15-D-8396 2. DELIVERY ORDER NO. FK01 3. EFFECTIVE DATE 2016 May 16 4. PURCH REQUEST NO. N7027216RCDJ500 5. PRIORITY Unrated 6. ISSUED BY CODE N00189 7. ADMINISTERED BY CODE S3306A 8. DELIVERY FOB NAVSUP FLC Norfolk, Code 200 1968 Gilbert Street Ste 600 Norfolk VA 23511-3392 Edward V Stolle/245C 757-443-1354 DCMA SYRACUSE 615 ERIE BLVD., WEST, SUITE 300 SYRACUSE NY 13204-2408 SCD: C DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 7L329 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS Rome Research Corporation dba RRC 421 Ridge St Rome NY 13440-5630 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 HQ0337 MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. See Section D DFAS Columbus Center, North Entitlement Operations P.O. Box 182266 Columbus OH 43218-2266 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. Rome Research Corporation dba RRC LaurenOMara Proposal 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 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 $229,952.31 26. DIFFERENCES BY: /s/Edward V Stolle 05/16/2016 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

Upload: duongthuan

Post on 08-Jul-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

1. CONTRACT NO.

N00178-15-D-83962. DELIVERY ORDER NO.

FK013. EFFECTIVE DATE

2016 May 164. PURCH REQUEST NO.

N7027216RCDJ5005. PRIORITY

Unrated6. ISSUED BY CODEN00189 7. ADMINISTERED BY CODE S3306A 8. DELIVERY FOB

NAVSUP FLC Norfolk, Code 2001968 Gilbert Street Ste 600Norfolk VA 23511-3392Edward V Stolle/245C757-443-1354

DCMA SYRACUSE615 ERIE BLVD., WEST, SUITE 300SYRACUSE NY 13204-2408

SCD: C   DESTINATION

  OTHER

 (See Schedule if other)

9. CONTRACTOR CODE7L329 FACILITY 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X IF BUSINESS IS

Rome Research Corporation dba RRC421 Ridge StRome NY 13440-5630

   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 HQ0337 MARK ALL

PACKAGES ANDPAPERS WITH

IDENTIFICATIONNUMBERS IN

BLOCKS 1 AND 2.

See Section D DFAS Columbus Center, North Entitlement OperationsP.O. Box 182266Columbus OH 43218-2266

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.

 Rome Research Corporation dba RRC    LaurenOMara Proposal 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 $229,952.3126.DIFFERENCES

 

BY: /s/Edward V Stolle        05/16/2016CONTRACTING/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

GENERAL INFORMATION

 

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 2 of 2 FINAL

 

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For FFP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8100 D399 On-site two (2) week transition period in accordance

with the enclosed Performance Work Statement. (O&MN,N)

1.0 EA $28,370.41 $28,370.41

8101 D399 Base Period. Outside Plant (OSP) and Inside Plant (ISP)

cable engineering and installation support services for

NCTAMS LANT Djibouti at Camp Lemonnier, Djibouti, Africa

in accordance with the enclosed Performance Work

Statement. (O&MN,N)

3.0 MO $54,187.30 $162,561.90

8200 D399 Option Period 1. Outside Plant (OSP) and Inside Plant

(ISP) cable engineering and installation support

services for NCTAMS LANT Djibouti at Camp Lemonnier,

Djibouti, Africa in accordance with the enclosed

Performance Work Statement. (O&MN,N)

12.0 MO $56,317.30 $675,807.60

Option

8300 D399 Option Period 2. Outside Plant (OSP) and Inside Plant

(ISP) cable engineering and installation support

services for NCTAMS LANT Djibouti at Camp Lemonnier,

Djibouti, Africa in accordance with the enclosed

Performance Work Statement. (O&MN,N)

12.0 MO $57,000.68 $684,008.16

Option

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9101 D399 Travel, material, and Shipping ODCs for CLIN 8101 (Base Period) in

accordance with the enclosed Performance Work Statement and the

Joint Travel Regulations (JTR). (O&MN,N)

1.0 LO $39,020.00

9200 D399 Travel, material, and Shipping ODCs for CLIN 8200 (Option Period 1)

in accordance with the enclosed Performance Work Statement and the

Joint Travel Regulations (JTR). (O&MN,N)

1.0 LO $145,498.00

Option

9300 D399 Travel, material, and Shipping ODCs for CLIN 8300 (Option Period 2)

in accordance with the enclosed Performance Work Statement and the

Joint Travel Regulations (JTR). (O&MN,N)

1.0 LO $145,498.00

Option

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 1 of 31 FINAL

 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT (PWS) 

ENGINEERING AND INSTALLATION SUPPORT SERVICESFOR STRATEGIC SHORE BASED CABLE PLANT COMMUNICATION FACILITIES AND

EQUIPMENT 1.0 GENERAL 1.1          IntroductionThe Navy Computer and Telecommunications Area Master Station, Atlantic (NCTAMS LANT) provides classifiedand unclassified voice, messaging, data, and video to ships, submarines, aircraft, and ground forces operatingworldwide in support of Naval and joint missions. Included within assignments, NCTAMS LANT has Engineeringand Installation (E&I) responsibility for providing communications services (voice, outside cable plant [OSP],analog inside cable plant [ISP], and transport connectivity to the Global Information Grid [GIG]) at CampLemonnier, Djibouti (CLDJ) Africa for NCTAMS LANT Detachment Djibouti (referred to hereafter as NCTL-DJ)mission requirements in support of the Combined Joint Task Force-Horn of Africa (CJTF-HOA) and other tenants atCLDJ. 1.2          ScopeThe contractor shall provide on-site communications OSP/ISP E&I, communications manhole infrastructuredrawings and butterfly updates/revisions, Subject Matter Expert (SME) review of CLDJ Excavation Permits, as wellas, related excavation documentation, and communications SME for OSP/ISP Project Management (PM) oversightsupport for NCTL-DJ at CLDJ. Scope includes, but not limited to, providing E&I services/support to meetcommunications OSP requirements and updating OSP drawings/butterfly diagrams at CLDJ; ISP/OSP cabling(fiber/copper) installation in compliance with DoD protective distribution system (PDS) policies where applicable;conduit installation, ISP/OSP cabling termination; cable splicing; labeling; testing; cutover; incorporation intoas-built documentation; and installation of network active/passive devices such as patch panels, media converters,switches related to analog or the Defense Information Systems Network (DISN) transport installations. Thecontractor shall furnish all personnel, labor, and transportation as required to provide on-site support 10 hours perday, 6 days per week, Monday through Saturday with occasional after-hour and/or Sunday support due tounexpected emergent requirements or to support cutover efforts to minimize scheduled outages. Workspace facilitiesand furnishings will be available for use by the contractor. The contractor shall provide personnel with the requisiteknowledge and technical expertise to perform the tasks. 2.0          REQUIREMENTSThis contract provides on-site communications OSP/ISP engineering and installation support to include the relatedservices:

·         Communications manhole system infrastructure drawings and butterfly updates/revisions;·         SME review of CLDJ Excavation Permits routed to NCTL-DJ for comment;·         SME for OSP/ISP communications PM support for NCTL-DJ mission requirements at CLDJ.·         Reference to NCTL-DJ Technical Representative implies NCTAMS LANT Civilian Personnel (CIVPERS)

assigned to NCTL-DJ mission.2.1          Engineering Support:The contractor shall be responsible for engineering services to meet NCTL-DJ communication’s mission relatedOSP/ISP requirements at CLDJ. 2.1.1       The contractor shall provide engineering support for design, upgrade, expansion, conversion, andassessment of cable plant and distribution requirements for new and existing infrastructure. 2.1.2  The contractor shall provide off-site drafting services as required to develop Installation Design Plans (IDP) aswell as update drawings. 2.1.3  The contractor shall develop, perform, and in some cases assist/witness System Operational Verification tests(SOVTs) to measure effectiveness of new infrastructure and document baseline. 

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 2 of 31 FINAL

 

2.1.4  The contractor shall ensure that there are no scheduled interruptions of service without prior authorizationfrom the NCTL-DJ Technical Representative. All OSP/ISP work shall be scheduled to avoid interference withconstruction projects or the mission. 2.1.5  The contractor shall maintain an inventory of spare parts and materials in accordance with Paragraph 5.0 ofthis PWS. 2.1.6  The contractor shall provide and maintain all on-site tools of the trade and test equipment required to executethis contract successfully. 2.2          Installation Support:The contractor shall be responsible for communications OSP/ISP cable installation required to meet NCTL-DJmission requirements. Duties shall include, but are not limited to: 2.2.1  The contractor shall provide labor to install new communications OSP/ISP fiber and copper cabling,active/passive devices as required including, but not limited to Wall Interconnect Center (WIC), cabinets/racks,patch panels, and termination block installations. At a minimum, this shall include support for inside/outside plantcabling requirements in support of providing communications to new and existing camp infrastructure; OSPfiber/copper cabling installation compliant with Navy shore guidance as well as DoD Protected Distribution System(PDS) policies, where applicable. 2.2.2  The contractor shall ensure that all OSP/ISP fiber/copper cabling installations are properly terminated andlabeled. 2.2.3  The contractor shall ensure that each end of any ducts or conduit are properly sealed per references 10.14 and10.18 when new cables are installed. 2.2.4  The contractor shall perform all end-to-end testing and verification, and provide cabling documentation aswell as incorporating as-built revisions into existing site OSP drawings/butterfly documentation as noted in PWSParagraph 2.3. 2.2.5  The contractor shall provide as-built drawings in a format compatible with current NCTL-DJ OSP/ISPComputer-aided design (CAD) drawings. 2.3          Communications Manhole System As-Built Drawing Support:The contractor shall be responsible for updating, revising, maintaining the NCTL-DJ baseline OSP communicationsmanhole system documentation and provide as-built ISP infrastructure documentation IAW NCTL-DJ requirementsat CLDJ. Tasks include, but are not specifically limited to: 2.3.1  The contractor shall update/maintain the NCTL-DJ baseline manhole system topology map and OSPbutterfly documentation to reflect new communication manholes/conduits either installed by the contractor or asadvised of installation by other organizations, e.g.; capturing/incorporating NAVFAC/PW/SPAWAR providedproject/MILCON cable routes and/or as-built drawings. 2.3.2  The contractor shall advise the NCTL-DJ Contracting Officer Representative (COR)/ TechnicalRepresentative and work directly with the performing activity (NAVFAC/PW/SPAWAR) to resolve questionsconcerning the documentation provided. 2.3.3  The contractor shall provide updates once each month or as per guidance by NCTL-DJ TechnicalRepresentative. This task is similar and in conjunction with efforts noted in PWS Paragraph 2.4. 2.3.4  The contractor shall provide the CLDJ Public Works (PW)/NAVFAC Utility Technical Library office with allapplicable drawings for PW to update the CLDJ master utility topology diagram maintained by CLDJ PW for anymanhole and/or conduit project installation for which the contractor is directly involved. 2.3.5  The contractor shall provide ISP (fiber/copper) as-built drawings and the related documentation for projectsinstalled by the contractor; documentation shall reflect all information required for operations & maintenance (O&M)contractor(s) to make cross connections at the demark points.

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 3 of 31 FINAL

 

 2.3.6 The contractor shall provide labor to physically label new manholes/hand holes utilizing the current approvedlabeling schema provided by the COR. Labels must be resistant to deterioration in harsh environmental conditionsof CLDJ and match existing labels. The contractor shall procure labels using the Other Direct Costs (ODC)/MaterialCLIN. 2.3.7  The contractor shall provide drawings in a format compatible with current NCTAMS LANT ISP/OSP CADdrawings, EXCEL, or other format approved by NCTL-DJ Technical Representative. 2.4          CLDJ Excavation Permit Review Support:Excavation Permits are administered by CLDJ N4 PW and/or NAVFAC; however, NCTL-DJ Officer-in-Charge(OIC) reviews, provides comments if needed, and signs as O&M OSP communications system Governmentrequirement holder. NCTL-DJ is not responsible to approve/disapprove Permits, mark the ground, or certify thePermit in any fashion. On behalf of NCTL-DJ: 2.4.1  The contractor shall be responsible to conduct SME review of CLDJ Excavation Permits. 2.4.2  The contractor shall incorporate related as-built documentation resulting from the excavation into NCTL-DJbaseline communications manhole infrastructure documentation as required. Contractor duties regarding CLDJExcavation Permits include, but are not limited to:

A.  SME review of the Permit based on the NCTL-DJ baseline documentation and any other corporate knowledge ofthe area.B.  Comments/concerns in writing/email, as applicable, to include recommendations. Appropriate comments shouldaddress, but are not limited to:

i.  Information that may not appear on utility drawings, e.g., hand digging or spotter requirements and/or cable &conduit depth should be specified when digging near cables carrying mission essential services, direct buried cable,and cables encased in concrete.ii.  Vague and/or general in nature scope.iii.  Timeline of Permit.iv.  Additional info required, e.g., sketches illustrating scope of work.v.  Separate Permits submitted for each excavation, even if it is in the same area that was previously excavated.vi. Recommendations.

 2.4.3  As advised by NCTL-DJ COR/ Technical Representative, contractor shall have SME on-site whenexcavation is in close proximity of critical mission essential cables. 2.4.4  In accordance with PWS paragraph 2.3, the contractor shall incorporate as-built documentation provided bythe performing activity into the site OSP baseline manhole infrastructure drawings/butterfly documentation. 2.4.5  The contractor shall work directly with the excavation performing activity to resolve questions concerning thedocumentation provided by the excavation performing activity. 2.4.6  The contractor shall keep hard/soft copy and record log files of all CLDJ Excavation Permits reviewed,comments provided, and actions taken for each Permit; log and files shall be made available for NCTL-DJ TechnicalRepresentative review, as required. 2.5          OSP/ISP Communications Project Management Support:The contractor shall provide SME support for NCTL-DJ planning, coordination and execution of OSP/ISPcommunications install projects/requirements (e.g., facility projects, MILCONs, PW self-help projects) at varyinglevels depending on performing activity. SME support can be provided both on and off-site as long as the supportcan effectively be supported from off-site. Tasks shall include, but are not limited to: 2.5.1  Contractor shall supervise OSP/ISP communications projects performed by contractor. 2.5.2  Contractor shall attend meetings, participate in conference calls, gather data to understand projectrequirements review and/or propose technical solutions, and assist with coordination efforts between multipleorganizations.

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 4 of 31 FINAL

 

 2.5.3  Contractor shall evaluate and/or provide cost estimates for materials and track project action items. 2.5.4  Contractor shall generate and/or review (dependent on performing activity) and provide SME comment forPOA&Ms, Basic Electronic System Engineering Plans (BESEP), Fleet Readiness Control Board (FRCB) packages,Installation Design Plans (IDP), and other related OSP/ISP communications related documentation on an as neededbasis. 2.5.5  At the conclusion of projects, the contractor shall participate and/or observe (dependent on performingactivity) in the System Operational Verification Test (SOVT) acceptance, as required by Government representative. 2.5.6  Contractor shall provide a written weekly status brief of all completed OSP/ISP E&I related workrequests/projects/surveys/etc to the NCTL-DJ Technical Representative(s) to include status updates for on-goingfacility, MILCONs, and PW self-help projects that require communications, but are performed by other activities.The contractor shall develop their own format for this report.  The report shall otherwise conform with otherdeliverable criteria. 3.0          GOVERNMENT RESOURCES 3.1          Facilities and Supplies:The Government will provide workspace, official business telephone services, document reproduction capability, andall computer resources including access to workstations, printers, software, data, communication networks, andreference material necessary to perform scope identified in this contract. NCTAMS LANT and NCTL-DJ will alsomake available relevant standards, functional statements, technical manuals and documentation, computer systemsguides, regulations, instructions, and operational procedures. 3.2          Base Privileges and Contractor Licensing IAW Djibouti Law:Contractor personnel will have base privileges for the Navy Exchange, laundry, gym, barbershop, dining facility,movie theater, recreation center, and emergency access (resuscitation) only to medical/dental clinics. There arecurrently no contractor licensing requirements for doing business on CLDJ. The contractor shall comply with anyfuture law/policy changes at no additional cost to the Government. The Government will not be responsible foractivities of the contractor or contractor’s employees outside the scope of this contract.               

                3.3          Housing:  Contractor personnel will reside off Camp. Living Quarter Allowance (LQA) will not bespecifically reimbursed; i.e. costs are to be included in the Contractor’s Firm Fixed Price monthly services quote.Information on housing in Djibouti may be found by contacting the Embassy of the Republic of Djibouti, 1156 15thStreet, NW, Washington, DC 20005, telephone (202) 331-0270, or at the Djibouti Mission to the United Nations,866 United Nations Plaza, Suite 4011, New York, NY 10017, telephone (212) 753-3163.  

3.4       Cost of Living Allowance (COLA): COLA is not authorized for work under this PWS.

3.5       Meals: Contractor will have access to the CLDJ operated dining facilities; however, Government providedmeals are not authorized under this PWS, to include no reimbursement CLIN by the Government. Contractorschoosing to use the dining facility will be charged the standard meal rate. 

4.0          CONTRACTOR FURNISHED ITEMS AND SERVICES

 4.1          Contractor Furnished Equipment:The Contractor shall be prepared with, maintain, and provide on-site at contract start date all requisite tools of thetrade, cable handling equipment, and test equipment required to execute this contract successfully. 4.2          Transportation:  Contractor shall be responsible for arranging for the purchase or lease of a sufficientquantity of vehicles as may be required for transportation of its employees to and from the Camp as well asperforming all requisite duties while at work. Vehicle associated costs shall not be specifically reimbursed; i.e. fueland maintenance. Personal vehicles are not permitted on camp.

4.3       Personnel Qualifications: The Contractor is responsible for providing personnel with expertise in the areas

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 5 of 31 FINAL

 

as described in Paragraph 7 and Enclosure I – Personnel Qualification. Candidates are expected to be high-levelself-starters with demonstrated technical experience in the appropriate functions. It is expected that much of the workwill require independent performance. Personnel assigned to this PWS must maintain their levels of expertise in therespective technologies associated with this PWS. In addition, good communications skills, in English, both oraland written, are necessary, since there will be considerable interface with NCTAMS LANT personnel and customersat CLDJ.

4.4          Personnel Training: The Contractor shall provide all training to ensure Contractor personnel maintaintechnical proficiency for scope of contract requirements, The Government will not provide or fund training to obtaincertification for Contractor employees. 

5.0          MATERIALS PROCUREMENT (INVENTORY)

In support of this effort, the contractor shall maintain a list of parts and materials, excluding switches and otheractive devices, required to support emergent OSP/ISP requirements at CLDJ. The contractor shall maintain aninventory of spare parts and materials and notify NCTL-DJ COR/Technical Representative when additional partsand materials are required. After NCTL-DJ COR/ Technical Representative approves/validates the procurementrequirement, the contractor shall procure material and arrange for shipping directly to Djibouti and/or to NCTAMSLANT, Norfolk. All equipment required shall be addressed as "Other Direct Costs" (ODC) and treated as a costreimbursement with a "Not To Exceed" (NTE) amount. Contractor shall promptly notify the NCTL-DJCOR/Technical Representative via e-mail when 50% of the funds have been expended. The NCTL-DJCOR/Technical Representative must approve all procurements prior to purchase. The Government will notreimburse contractor for purchases not approved in writing by the NCTL-DJ COR/Technical Representative. Additionally, incidental materials (e.g., office supplies, replacement hardware, cable ties, welding cloth, rags, andpackaging) shall be obtained through the equipment procurement process and inventoried as detailed above. 6.0          Phase-In/Phase-Out and Manning Provisions.               6.1          Phase-In: The Contractor shall conduct a two (2) week on-site transition prior to the contract start date.During the Phase-in period, the incumbent Contractor shall retain all OSP planning, design, install, as-built, andother related responsibilities. All orientation/phase-in/turnover period activity shall be conducted in such a manneras to not interfere with, disrupt, or hinder the incumbent personnel in the performance of their assigned functions. The transition period shall include, but not be limited to the following:  6.1.1  The contractor shall perform a joint inventory of materials procured through the Materials/ODC CLIN withthe incumbent Contractor and the designated COR. All discrepancies and problems shall be noted and submitted tothe Government COR for resolution. In no instance will the incoming Contractor be held liable for any discrepancyand problem noted. It is the sole responsibility of the outgoing Contractor to rectify the noted discrepancies orproblems to the satisfaction of the COR. All discrepancies shall be noted and submitted to the COR for resolution. 6.1.2  The contractor shall shadow, observe, and assist the O&M activities of the incumbent Contractor to gainexperience and familiarization with tasks to be performed to discharge their assigned responsibilities.  6.1.3  The contractor shall establish a management climate by formulating and implementing appropriate internalpolicies or procedures designed to assign schedules and tasks appropriate to the designated positions; determinelogistics procedures and emergency conditions; establish records; integrate personnel; familiarize with operating andreporting procedures. 6.1.4  The contractor shall establish company operations and interaction/communication with Governmentpersonnel, familiarize with maintenance manuals, reports, maintenance histories, logs, multiplex and relatedOSP/Telephone switch ancillary equipment, circuitry, cable records and maintenance procedures. All pertinent logsand records will be turned over to the incoming Contractor during the phase-in process, 6.1.5  Prior to the phase-in period, the incoming Contractor is responsible for making all necessary security/medicalpreparations for full performance in accordance with the Foreign Clearance Guide (FCG) posted on the Pentagonwebsite (https://www.fcg.pentagon.mil/fcg.cfm). The contractor is responsible to ensure all medical, training,country clearances, Synchronized Pre-deployment and Operational Tracker (SPOT) registration and approvals, etc.

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 6 of 31 FINAL

 

are completed prior to travel to Djibouti. All necessary credentials for employees to enter the facilities will becoordinated with the COR and other offices as identified in the DD-254 for the issuance of Official identificationcards. Personal ID’s including valid passports will be maintained at the responsibility of the incoming Contractor. 6.1.6       Contractor Employees Report: The Contractor shall provide the Government a written report, at the endof the orientation period, and upon the occasion of a vacancy filling, with the names of all on-site Contractoremployees, their position and job assignment. 6.1.7       Contractor Employees Report Updates: The Contractor shall submit report updates within five workingdays, when substitutions are made, and when employees are terminated, furloughed, suspended or on extended leaveof absence (for reason of illness, death, military reserve or national guard activation or any other cause). 6.2          Contractor Personnel Exempted From Phase-in.  Personnel who are currently employed by theGovernment or its Contractor work force and already working at the facility, but have been hired by the newContractor, may be exempted from participating in the orientation/phase-in period upon written request and approvalfrom the Contracting Officer.  All requests for exemption shall be submitted by the Contractor to the ContractingOfficer's Representative (COR), who shall review the list and forward it to the Contracting Officer for adetermination.  The Contracting Officer, or delegated representative, will make the final determination and issueapproval or disapproval thereof.  The Contractor’s request shall include, but not be limited to, a list of nominees forexemption, their titles, current positions with the U.S. Government or its Contractor work force, and reason forrequested exemption.  Requests for exemption shall be submitted in sufficient time for the request to be denied orgranted prior to the date required to report on site. 6.3          Incoming Contractor Personnel: The phase-in period allows Contractor personnel to familiarizethemselves with site equipment configuration, receive on-the-job familiarization training in standard procedures forperforming tasks described in the PWS. At the end of the phase-in period, the functions identified in the PWS willbe turned over to the Contractor to provide a work force that is fully qualified and capable of performing all workrequired under this contract. 6.4          Phase-Out:    The Contractor shall provide phase-out coordination and familiarization for a newContractor, or Government employees, for a period of fourteen (14) days prior to the conclusion of this Contract,regardless of reason for end of contract.  The phase-out/turnover period shall include, but not be limited to thefollowing:  6.4.1  The contractor shall perform a joint inventory of equipment assets and determine condition of equipment withthe Government and the incoming Contractor.  The outgoing Contractor shall prepare an inventory report, in aformat agreed to by the Government.  The Government may conduct an independent evaluation to determine theworking condition of all equipment.  Items of equipment not in working order and any discrepancies found beyondnormal wear and tear that are deemed to be a result of negligence shall be corrected by the Contractor at noadditional cost to the Government.6.4.2  The contractor shall provide site orientation to include maintenance history reviews, Navy job related processorientation and other related documentation, and job site familiarization and documentation. 6.4.3  Outgoing Contractor personnel shall allow the Incoming Contractor to shadow, observe, and assist with theOSP project planning, design,install, and related activities of the incumbent Contractor to gain experience andfamiliarization with tasks to be performed to discharge their assigned responsibilities. Proper checkout and clearingof any account obligations shall be performed prior to the Outgoing Contractor personnel departing the Camp.  Ifapplicable, Camp Lemonnier ID cards, and/or facility security badges, and facility keys and locks will be turned overto the COR prior to personnel departure. 6.5          Removal of Contractor Property: The Contractor shall remove all items from Government furnishedspaces and property not later than midnight on the last day of the contract.  The Contractor shall leave all areas in aneat and clean manner.  The Government reserves the right to make a cost reduction, on any remaining invoices duethe Contractor, for any costs incurred by the Government to remove or clean up any Contractor items not properlyremoved in accordance with this section.  These terms apply to any costs associated with removal of theContractor’s company property, as well as property belonging to Contractor employees and subcontractors. 7.0          CONTRACTOR PERSONNEL REQUIREMENTS

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 7 of 31 FINAL

 

 7.1          Required Baseline Staffing:The contractor shall provide sufficient personnel with qualifications and skills to manage, maintain engineering andinstallation labor of the inside/outside plant at Camp Lemonnier in accordance with this PWS. The contractor shallidentify a Site Lead and Deputy Site Lead who will serve as the primary POCs for NCTL-DJ TechnicalRepresentative. The Site Lead and Deputy Site Lead do not have to be separate management positions. Thepositions may be “dual hat” positions; however, the Site Lead and Deputy Site Lead cannot be the same person.  One Lead position should be on-site as well as two additional cable installers/technicians during core hours. Staffingshall not drop below three cable installers/technicians (one as Lead) during performance without concurrence fromCOR. 7.2          Surge Support:During performance there will be instances where the Government will require additional contractor resources inorder to successfully accomplish the requirements of the PWS. Therefore, the contractor shall provide surge supportwhen determined to be necessary by the Government. When required, the contractor shall provide one (1) additionalone-site cable installer and additional support from the OSP/ISP Cable Engineer (off-site) for a period of two weeksper surge. The Government anticipates no more than one (1) surge during the base period and no more than two (2)surges for each of the option periods. The additional one-site cable installer shall perform in accordance with Section12.1 – Hours of Operation contained within this PWS.     7.3          Key Personnel:During the first ninety days of performance, the Contractor shall make no substitutions of key personnel unless thesubstitution is necessitated by illness, death, or termination of employment.  The Contractor shall notify theContracting Officer within 15 calendar days after the occurrence of any of these events and provide any necessaryinformation.  After the initial 90-day period, the Contractor shall submit the information to the Contracting Officer atleast 15 days prior to making any permanent substitutions for any contractor personnel.  No personnel substitutionswill be executed without Government approval by the COR. The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions,complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. All proposed substitutes must have qualifications that are equal to or higher than the qualifications required of theperson to be replaced. 7.4          Contractor Personnel Security Clearance Requirements:  U.S. citizenship is required of all Contractorpersonnel.  A SECRET security clearance is required for Contractor personnel supporting NCTL DET DJ at CampLemonnier and is identified in the DD Form 254. Foreign Nationals shall not be permitted on the contract. TheContractor shall be required to wear a Contractor identification badge and a Common Access Card (CAC) at alltimes while on Government property. The Contractor shall take appropriate precautions to prevent securityviolations, ensure possible compromises are reported in a timely manner, and promote a high level of securityawareness among personnel assigned to this PWS. Contractor shall send and ensure proper clearance is reflected inthe Joint Personnel Adjudication System (JPAS) prior to the Contractor personnel requesting access torestricted/classified spaces and SIPRNET accounts. 7.5          Cooperation with Other Contractors: Contractor shall cooperate and coordinate with the Government orother Contractors when requested to the maximum extent practicable. 8.0          TRAVELThe contractor shall be required to travel in performance of this contract. The numbers of trips and types of personneltraveling shall be limited to the minimum required to accomplish work requirements and shall be coordinated withthe NCTL-DJ COR/Technical Representative. Contractor must comply with all travel requirements for DjiboutiIAW the Foreign Clearance Guide (FCG) posted on the Pentagon website https://www.fcg.pentagon.mil/fcg.cfm.Contractor is responsible to ensure all medical, training, country clearances, Synchronized Pre-deployment andOperational Tracker (SPOT) registration and approvals, etc. are completed prior to travel to Djibouti.

8.1          Additional travel of short duration may be required under this PWS for such things as conferences,working groups, and/or training. For all trips, the point of departure will be the primary assigned work site unlessotherwise directed by the COR or ACOR. Travel expenses will be cost reimbursable under the Not to Exceed(NTE) Travel CLIN. Contractor shall promptly notify the COR/ACOR via E-mail when 80% of these funds have

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 8 of 31 FINAL

 

been expended. All travel must be approved by the COR/ACOR in writing three weeks in advance, when possible,via memorandum or E-mail. The request shall contain, at a minimum:

(1) Name(s) of individual(s) traveling

(2) Date, time, and place of proposed travel

(3) Purpose of travel

(4) A breakdown of estimated travel and per-diem charges

The costs for travel, subsistence, and lodging shall be reimbursed to the Contractor only to the extent as defined inthis paragraph. The costs for travel, subsistence, and lodging shall be reimbursed to the Contractor in accordancewith the Federal Travel Regulations (FTR). All travel costs related to deployment, repatriation, localtransportation/commute, and vacation/leave to include replacement personnel shall be included in the contractorsfixed cost bid and shall not be reimbursable under the travel CLIN. 8.2          Trip Reports: The Contractor shall provide a trip report for all trips taken at Government expense.  Thetrip report is due to the COR/ACOR three working days after return.  At a minimum, the trip report shall list thereason for the trip (TDY, Training, Travel, Conference, etc.), time period, synopsis of events, outcome, and benefitto the Government. Contractor format is acceptable. 9.0          ADMINISTRATIVE REQUIREMENTS 9.1          General:The contractor shall be responsible for its own administrative requirements such as correspondence, typing, andphotocopying. The contractor shall be responsible for all damages caused by the intentional or negligent activity ofits employees. 9.2 Synchronized Pre-deployment and Operational Tracker (SPOT) System:SPOT has been designated as the Joint Enterprise contractor management and accountability system to provide acentral source of contingency contractor information. Contractor shall maintain by name accountability within SPOTof all contract personnel assigned to this contract. The Government will use SPOT for oversight and potentialsource of contractor Letter of Authorization (LOA) for each contractor personnel traveling to Djibouti. Information onregistration and use of SPOT may be found at [email protected]. 9.4 Safety:The contractor shall comply with all Federal Occupational Safety and Health Administration (OSHA),Environmental Safety and Health Manual, local and base safety requirements, whichever are the most stringent. Thecontractor shall also comply with all local and base regulations pertaining to the environment, including but notlimited to, confinement space, water, air, solid waste, and noise pollution. Concerning confinement space (CS)requirements, contractor shall comply with CLDJ CS entry permit polices, and IAW OPNAVINST 5100.23G,contractor shall have a CS program/plan per EM-385 safety/health training and CS entry OSHA 29CFR1910.146;also, contractor shall have CS permit or non-permit CS (NPRCS) certificate to access manholes. 9.5 Medical/Dental:Medical and dental services on Camp Lemonnier available to the contractor employees are very limited. The campclinic will provide emergency resuscitation services as required on a reimbursable cost provided by the contractor.Routine medical care is available at the French hospital in Djibouti City at expense of the contractor. The contractorshall screen prospective employees with the objective to exclude those with admitted chronic disorders fromtraveling to Djibouti. The contractor should advise prospective employees of the limited medical and dental servicesavailable at Camp Lemonnier, and explain the contractor's policy concerning the extent of liability and coverage forrequired treatment. Every reasonable attempt shall be made to prevent personnel with chronic disorders, which mayrequire treatment, such as cardiovascular problems, diabetes, tuberculosis, and other medical disorders that wouldprevent the individual working effectively in the environment at Camp Lemonnier. At the discretion of the CampLemonnier Commanding Officer or Camp Lemonnier Medical Officer, contractors with prolonged or chronicillnesses could be directed to return to CONUS at contractor’s expense. Medications: Per current CLDJ Policy as well as FCG requirements for travel to Djibouti, Anti-Malaria medicationis mandatory for all personnel working on CLDJ. Neither anti-Malaria medication nor routine medications will be

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 9 of 31 FINAL

 

provided by the CLDJ clinic. Contractors should ensure they arrive with an initial ninety (90) day supply of anyrequired routine medications and coordinate a continuing resupply. Government is not responsible for any routinemedication 9.6          Force Protection under Non-Wartime/Non-hostile Conditions:By law and current DoD policy, Force Protection (FP) responsibility for DoD contractors to include employees andfamily members rests with the contractor. DoD has no legal obligation for Anti-Terrorism (AT) protection of DoDcontractors or contractor employees. Contractor employees who live or work on U.S.-controlled sites or facilitiesbenefit from many of the same security measures provided to military service members and DoD employees byvirtue of their location; however, contractor employees who work off-site or who reside on the local economy do notreceive these indirect benefits and thus must provide for their own security. 9.7          Badges/Common Access Card (CAC):Contractor shall ensure that every employee applies for and receives a CAC prior to the start of full contractperformance. The NCTL-DJ Technical Representative will help facilitate this if required. The contractor shall alsoensure that all passes/CACs are returned to the NCTL-DJ Security Representative as employees are dismissed orterminated, and when the contract expires. The contractor shall ensure that all employees display their passes/CACabove the waist and that they are visible at all times while on CLDJ. 9.8          Government Inspections and Technical Evaluations 9.8.1       NCTAMS LANT Command Inspection:  NCTAMS LANT Command Inspections are conductedperiodically (approximately every three years) to evaluate the operational readiness of individual stations,detachments or sites.  Command Inspection teams are comprised of personnel from NCTAMS LANT InspectorGeneral (IG) Staff and NCTAMS LANT Departments or Field Activities.  Notification of inspection visits isnormally provided 30 days in advance.  The Government will notify the Contractor of all scheduled andunscheduled inspections.  The objectives of the inspection are to: 

A.                  Evaluate facilities and equipment to identify significant deficiencies and problem areas that affect theoperational capability of the station, service to the users, or system quality and reliability. B.                  Present significant problems to the appropriate levels of the command to allow implementation oftimely corrective actions. C.                  Provide technical assistance as required. D.                  Ensure that deficiencies and problem areas have been properly resolved 

9.8.2       Zone Inspections: The Government will perform a minimum of two (2) Zone Inspections (ZI) per year, aswell as unannounced inspections for cleanliness, safety, security, and environmental conformance. All discrepanciesshall be routinely reported to COR for tracking. Discrepancies shall be corrected by the Contractor prior to the nextscheduled Zone Inspection. 9.8.3       Additional Performance Review/Inspections:  Below is a list of Contractor performance areas that aresubject to review by the controlling authority.  This list is subject to change and may not be all inclusive.

·         Physical Security and Loss Prevention Program·         Antiterrorism Program·         Information Systems Security Program·         Navy Warfare Publications (NWP)·         Safety/Environmental Program·         Information and Personnel Security·         Industrial Security Program·         Telephony records and documents

 9.8.4       Contractor's Responsibility:  The Contractor shall provide access to spaces, records and equipment insupport of inspection teams.  NCTL DET DJ will respond to inspection team findings and provide technicaldirection for correction of deficiencies.  The Contractor shall be responsible for correcting deficiencies that are withinthe scope of this PWS within the time limits described in preceding sections.

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 10 of 31 FINAL

 

 9.9          Security Programs: 9.9.1  All Contractor personnel assigned to work at CLDJ, Djibouti, Africa shall comply with the security guidanceof the DD Form 254 in this contract.  Proof of security clearance shall be provided to the Government prior to theGovernment granting unescorted access to CLDJ, Djibouti spaces and the start of the contract phase-in period.  9.9.2 Host Command Security Regulations:The contractor shall comply with host command regulations while on the premises and for obtaining personnelidentification. Certifications of the need for access to the camp may be coordinated with the NCTL-DJ TechnicalRepresentative. The COR and/or NCTL-DJ Technical Representative will coordinate with Camp Lemonnier on thecontractors’ behalf. Government CAC badges are required for access to Camp Lemonnier. 9.9.3       Information and Personnel Security:   Contractor shall ensure that no individual will have access toclassified and/or sensitive information, or be assigned to sensitive duties unless a favorable personnel securitydetermination has been made and adjudicated by the Department of Defense Consolidated Adjudication Facility(DoD CAF), Navy Division and recorded within the Joint Personnel Adjudication System/Joint Clearance andAccess Verification System.  Contractor will ensure that all Periodic Reinvestigations for Personnel SecurityClearance Renewals, as required per policy, are conducted within the required scope.9.9.4       Briefings:  The Contractor shall ensure all new employees are provided a reporting brief covering securityindoctrination for access to classified and/or sensitive information, building/detachment access control procedures,key control, government property control, and the introduction of prohibited items in restricted spaces, action to betaken in the event of emergency situations (bomb threat, fire), Anti-Terrorism/Force Protection, and informationsystems security awareness.  Contractor shall further ensure annual security training is provided and includes but isnot limited to; counterintelligence briefing, NATO SECRET re-briefs, Information Security, Information Assurance,and antiterrorism awareness training is provided all employees.  This may be conducted on-line through computerbased training or through All Hands podium sessions.  Records of training shall be maintained for duration of thecontract. Records shall contain employee name, type, and date of training. Contractor format is acceptable. 9.9.5        Continuous Evaluation Program:  Contractor shall ensure an active continuous evaluation program forthe continuous evaluation of personnel eligibility for access to classified information or assignment to sensitiveduties is conducted.  Contractor shall report to the Command Security Manager and COR/ACOR, all questionableor unfavorable information that becomes available concerning individual(s) who have been granted access toclassified information or assigned to sensitive duties.   The Contractor will coordinate and assist the CommandSecurity Manager with obtaining any and all documentation necessary for submission of required Incident Reports toDoD Central Adjudication Facility (CAF). 9.9.6       Visitor Control:  The Contractor shall submit a visit request to the COR, who will review and providewritten approval to the Contractor on visit requests, written or verbal, prior to access to the facility.  The Contractorshall ensure all visitors comply with regulations related to introduction or removal of classified material andunclassified property and information.  The visitor shall be escorted by an appropriately cleared Contractoremployee. Visitors not holding a minimum of SECRET security clearance shall be escorted by an appropriatelycleared Contractor employee who will ensure sanitation of space(s) has occurred prior to entry to any restrictedand/or classified space. Firefighting, law enforcement, or other personnel responding to an emergency shall begranted immediate access.  In case of fire or other catastrophic events the Contractor shall notify, as soon as possible,the COR and others as instructed by pertinent instructions.                                               9.9.7       Information Security: Contractor shall establish administrative procedures for the proper handling andcontrol of classified material, as required.  If required, Contractor shall maintain an inventory of all classified materialin their custody to include publications, electronic removable media. 9.9.8       Trusted Agent Sponsorship System (TASS) (formerly CVS) Trusted Agent (TA): Contractor shallcoordinate Common Access Card (CAC) applications as needed with the NCTAMS LANT TASS TA. 9.9.9       Emission (TEMPEST) Security:  Contractor employees shall not operate the following personalequipment within the Tech Control Facilities or any other classified space; radios (portable or otherwise), taperecorders, television sets, transmitting equipment, cameras, cellular phones, laptop computers, automated hand-heldoffice assistants (Palm Pilots) and equipment containing electronic oscillators.

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 11 of 31 FINAL

 

                 9.9.10                     Key and Lock Control: Contractor shall comply with NCTAMS LANT Det Djibouti key

control program for ensuring that all keys and locks issued to the Contractor by the Government or Governmentrepresentative are controlled and accounted for. Items discovered lost or unaccounted for shall be reported to theCOR/ACOR and Command Security Manager within 12 hours or the next scheduled workday, whichever occursfirst.  All locks for lost keys will be replaced or rekeyed immediately at Contractor’s expense. No keys issued by thegovernment will be duplicated without approval of the COR/ACOR and Command Security Manager.  Checkoutprocedures shall be employed to the maximum extent in lieu of permanent issuance of keys to personnel.  Ifapplicable for Contractor working space(s),  Contractor shall operate and maintain the existing cipher lock system. Combinations to any cipher locks in use shall be changed immediately upon departure of any person havingknowledge of the combination or, at minimum, semi-annually.  Procedures for key and cipher lock control shall beprovided by the Government or Government representative.  Quarterly key inventories will be conducted withwritten report of program compliance provided to the COR and Command Security Manager by end of each quarter.  

                9.9.11                     Facilities Security Inspections: Contractor shall make, at a minimum, weekly inspection offacilities they occupy to ensure proper operation of Electronic Security System (ESS) devices, locking devices andcritical assets located in Contractor spaces.  The Contractor shall take immediate action to report to an appropriateGovernment person any deficiencies within the scope of responsibility and report those not within scope ofresponsibility to the COR. 10.0        APPLICABLE DOCUMENTS/REFERENCESAll work to be performed in conjunction with this contract shall be in accordance with the appropriate applicabledocuments. The work shall also comply with all Federal and U.S. Navy policies and regulations applying totelecommunication and electrical installations including the National Electric Code. The following is a partial list ofdocuments which are applicable to this Performance Work Statement; however it may not be inclusive of all DODor Industrial directives which may be applicable to some specific tasks. In that case, the latest and highest authoritylevel documentation will take precedence. 10.1 MIL-STD-188-154A, Subsystem, Equipment, and Interface Standards for Common Long Haul and TacticalTelecommunications Control Facilities 10.2 COMSPAWAR M-4720.1, Shore Installation Process Handbook (V4.0), 12 November 2014 10.3 MIL-STD-188-124B N3, Grounding, Bonding, and Shielding for Electronic Common Long Haul/TacticalCommunications Systems including Ground based Communications - Electronics Facilities and Equipments 10.4 MIL-STD-188-124B N3, Grounding, Bonding, and Shielding for Electronic Common Long Haul/TacticalCommunications Systems including Ground based Communications - Electronics Facilities and Equipments 10.5 NFPA 70, National Electrical Code; current addition MIL-HDBK-419A, Vol. 2, Grounding, Bonding, andShielding for Electronic Equipment and Facilities 10.6 ANSI/TIA/EIA-568B; Commercial Building Telecommunications Cabling Standard 10.7 ANSI/TIA/EIA-569A, Commercial Building Standard for Telecommunications Pathways and Spaces 10.8 ANSI/TIA/EIA-606, Administrative Standard for the Telecommunications Infrastructure of CommercialBuildings 10.9 NSTISSAM TEMPEST/2-95, 12 December 1995 with Amendment NSTISSAM 10.10 TEMPEST/2-95A of February 2000 Incorporated, Red/Black Installation Guidance 10.11 USN/USMC IA PUB 5239-22, OCTOBER 2003, Protected Distribution Systems (PDS) 10.12 TIA/EIA 607, Grounding and Bonding Requirements for Telecommunications in Commercial Buildings 10.13 TIA/EIA 568-B.1, Commercial Building Telecommunications Wiring Standard

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 12 of 31 FINAL

 

 10.14 Unified Facilities Criteria (UFC)-3-580-01, Telecommunications Building Cabling System Planning andDesign 10.15 Camp Lemonnier ISP/OSP Installation Design Drawings 10.16 NCTAMS LANT and DET Djibouti Instructions/Policies and Standard Operating Procedures (SOPs) relatedto OSP/ISP, e.g., manhole access policy, cable labeling schema, etc. 10.17 OPNAVINST 5100.23G, CH-1, Navy Safety and Occupational Health Program 10.18 Department of the Army, Technical Criteria for the Installation Information Infrastructure Architecture,February 2010 10.19      US AFRICOM Technical Design Guidance, Version: 1.1 25 March 2011 10.20      DOA  Technical  Criteria for the Installation of Information Infrastructure Architecture (I3A) 11.0        Contract Data Line Items (CDRLs): The Contractor shall provide reports and records as required todocument all contract support activities. Specifically, the Contractor shall provide reports and records as follows:

11.1        Contract Data Requirements List (CDRL) Deliverables:

 A.      Contractor shall provide a daily status report of all OSP/ISP installation efforts and issues to the COR daily. This

report is to identify summary of completed work efforts, new information concerning status of projects, dependenciesand/or issue of current project(s) being worked. Contractor shall also report any Facility related problems, IAWPWS paragraph 9.9.11, in the daily report Contractor format to be approved by the COR. (CDRL A001)

 Contractor shall provide a Weekly Progress Report encompassing work performed, projects inprogress and completed projects, status of staffing, project dependencies and/or any issues ofconcern. The report is due to the COR every Monday for the previous week’s work. Contractorformat to be approved by the COR. (CDRL A002)

B.

D.      Contractor shall provide monthly updates to OSP manhole infrastructure drawings/map as well as as-builtbutterfly documentation, and other as-built documentation related to OSP/ISP E&I efforts. Contractor shall post ona Web Portal to be identified by the Government as well as email (dependent on size) to COR, CLDJ Public

Works, and CLDJ Naval Facilities Command by the 15th of the month following the month of as-built changes.(CDRL A003)

 E.       Contractor shall inventory 10% of material in storage and key inventory each month and perform full inventory

semi-annually. Resolve discrepancies and report results to COR within 96 hours via E-mail. COR shall be notifiedwithin 48 hours of any inventory discrepancies. (CDRL A004)  

F.       Contractor shall submit a daily muster report IAW Camp Lemonnier policy and Force Protection Reportingrequirements. The muster is based on administrative status, i.e. location of personnel (on or off camp). This reportshall be sent to the NCTL-DJ Technical Representative(s) by 0800. Report contents shall account for all personnelin their respective locations, identify personnel present for duty, personnel on TDY status and the location of theTDY, and personnel on leave and expected return to CLDJ, if applicable. Format shall be approved by theGovernment. (CDRL A005)

 11.2        Distribution of Technical Data:All data deliverables shall prominently show the following statement:DISTRIBUTION STATEMENT: Distribution authorized to DoD components only. Contractor PerformanceEvaluation and other requests shall be referred to the COR. 11.3        Unauthorized Distribution of Contract Data:Contractor shall not distribute technical data to any DoD agency or activity or commercial entity other than those

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 13 of 31 FINAL

 

set forth in this contract as directed by NCTL-DJ Technical Representative. 11.4        Disclaimer Statement:All reports resulting from this contract shall contain the following disclaimer statement on the cover of such reports:"The views, opinions and findings, contained in this report are those of the author(s) and should not be construed asan official Department of Defense (DoD) position, policy, or decision, unless so designated by other officialdocumentation." 12.0 OTHER INFORMATION 12.1        Hours of Operation: Contractor personnel working on-site at CLDJ shall provide support during the corebusiness hours which are Monday through Saturday 0700-1730 (includes 30-minutes for lunch), excluding federalholidays. The work week at CLDJ is 60 hours. 12.2        Place of Performance: On-site work shall be performed at the Camp Lemonnier, Djibouti Africa. Draftsmanand other technical/logistic reach back support and project management support may be performed CONUS (e.g.,off-site) as required. 13.0        ENTERPRISE – WIDE 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 the [NAMED COMPONENT] via a secure data collec on site. Contractedservices excluded from repor ng are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facili es; (3) Y, Construc on of Structures and Facili es; (4) D, Automa c Data Processing and Telecommunica ons, IT and Telecom- Telecommunica ons Transmission (D304)and Internet (D322) ONLY; (5) S, U li es ONLY; (6) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web addressh ps://doncmra.nmci.navy.mil. Repor ng 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 me during the FY, all data shallbe reported no later than October 31 of each calendar year. Contractors may direct ques ons to the help desk, linked ath ps://doncmra.nmci.navy.mil. 14.0        Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information orUnclassified IT Systems Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implementFederal security standards for Federal employees and contractors.  The Deputy Secretary of Defense Directive-TypeMemorandum (DTM) 08-006 – “DoD Implementation of Homeland Security Presidential Directive – 12(HSPD-12)” dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12.  This clause is in accordance with HSPD-12 and its implementing directives.  This clause applies to contractoremployees requiring physical access to any area of a federally controlled base, facility or activity and/or requiringaccess to a DoD computer/network, to perform certain unclassified both non-sensitive and sensitive duties.  It is theresponsibility of the command/facility where the work is performed to ensure compliance. 

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 14 of 31 FINAL

 

 The requirement to control access to sensitive information applies to all US government IT systems and/or areaswhere unclassified but sensitive information may be discussed, displayed or maintained.  DON policy prescribes thatall unclassified data that has not been approved for public release and is stored on mobile computing devises mustbe treated as sensitive data and encrypted using commercially available encryption technology. Whenever grantedaccess to sensitive information, contractor employees shall follow applicable DoD/DoN instructions, regulations,policies and procedures when reviewing, processing, producing, protecting, destroying and/or storing thatinformation.  Operational Security (OPSEC) procedures and practices must be implemented by both the contractorand contract employee to protect the product, information, services, operations and missions related to the contract.The contractor shall designate an employee to serve as the Contractor’s Security Representative.   Within three workdays after contract award, the contractor shall provide to the Navy Command’s Security Manager and theContracting Officer, in writing, the name, title, address and phone number for the Contractor’s SecurityRepresentative.  The Contractor’s Security Representative shall be the primary point of contact on any securitymatter.  The Contractor’s Security Representative shall not be replaced or removed without prior notice to theContracting Officer.  Non-Sensitive PositionsContractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawnmaintenance, vendor services, etc ...) and who require physical access to publicly accessible areas to perform thoseduties shall meet the following minimum requirements: Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the US (asrequired by DoD Instruction 5200.46  (09-Sep-2014), "DoD Investigative and Adjudicative Guidance for Issuing theCommon Access Card (CAC)" , "DoD Instruction 1000.13 (23-Jan- 2014), Identification (ID) Cards for Members ofthe Uniformed Services, Their Dependents, and Other Eligible Individuals", or subsequent DoD instructions) andmust have a favorably completed National Agency Check with Written Inquiries (NACI) including a Federal Bureauof Investigation (FBI) fingerprint check prior to installation access. To be considered for a favorable trustworthiness determination, the Contractor’s Security Representative mustsubmit for all employees each of the following: * SF-85 Questionnaire for Non-Sensitive Positions* Two FD-258 Applicant Fingerprint Cards* Original Signed Release Statements The contractor shall ensure each individual employee has a current favorably completed NACI.  The Contractor’s Security Representative shall be responsible for initiating reinvestigations as required.   Failure toprovide the required documentation at least 30 days prior to the individual’s start date shall result in delaying theindividual’s start date.   Sensitive PositionsContractor employee whose duties require accessing a DoD unclassified computer/network, working with sensitiveunclassified information (either at a Government or contractor facility), or physical access to a DoD facility must be aUS citizen and possess a favorable trustworthiness determination prior to installation access.  To obtain a favorabletrustworthiness determination, each contractor employee must have a favorably completed National Agency Checkwith Local Credit Checks (NACLC) which consists of a NACI including a FBI fingerprint check plus credit and lawenforcement checks. Each contractor employee applying for a trustworthiness determination is required to complete: * SF-85P Questionnaire for Public Trust Positions* Two FD-258 Applicant Fingerprint Cards* Original Signed Release Statements Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result indelaying the individual’s start date.   To maintain continuing authorization for an employee to access a DoDunclassified computer/network, and/or have access to sensitive unclassified information, the contractor shall ensurethat the individual employee has a current requisite background investigation.  The Contractor’s SecurityRepresentative shall be responsible for initiating reinvestigations as required and ensuring that backgroundinvestigations remain current (not older than 10 years) throughout the contract performance period.

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 15 of 31 FINAL

 

 IT Systems AccessWhen access to IT systems is required for performance of the contractor employee’s duties, such employees shallin-process with the Navy Command’s Security Manager and Information Assurance Manager upon arrival to theNavy command and shall out-process prior to their departure at the completion of the individual’s performance underthe contract.  Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is requiredfor all individuals accessing Navy Information Technology resources.  The SAAR-N shall be forwarded to the NavyCommand’s Security Manager at least 30 days prior to the individual’s start date.   Failure to provide the requireddocumentation at least 30 days prior to the individual’s start date shall result in delaying the individual’s start date.    When required to maintain access to required IT systems or networks, the contractor shall ensure that all employeesrequiring access complete annual Information Assurance (IA) training, and maintain a current requisite backgroundinvestigation.  The Contractor’s Security Representative shall contact the Command Security Manager for guidancewhen reinvestigations are required.  Security Approval ProcessThe Contractor’s Security Representative shall ensure that each individual employee pending assignment shallaccurately complete the required forms for submission to the Navy Command’s Security Manager.   The Contractor’sSecurity Representative shall screen the investigative questionnaires for completeness and accuracy and for potentialsuitability/security issues prior to submitting the request to the Navy Command’s Security Manager.   Forms andfingerprint cards may be obtained from the Navy Command’s Security Manager.   These required items, shall beforwarded to the Navy Command's Security Manager for processing at least 30 days prior to the individualemployee’s anticipated date for reporting for duty.   The Navy Command’s Security Manager will review thesubmitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy Command’s Security Manager may render the contract employeeineligible for the assignment.  A favorable review of the questionnaire and advance fingerprint results are required asan interim measure prior to the contract employee start date.  An unfavorable determination made by the NavyCommand’s Security Manager is final and such a determination does not relieve the contractor from meeting anycontractual obligation under the contract. If contractor employees already possess a current favorably adjudicated investigation, the Navy Command’s SecurityManager will use the Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS).  Thecontractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on aVAR.  The VAR requires annual renewal for the duration of the employee’s performance under the contract. The Navy Command’s Security Manager will forward the required forms to OPM for processing.   Once theinvestigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF)for a position of trust determination.  When a favorable determination is not made, contractor employees shall not bepermitted to work on this contract effort and if already working on the contract shall be removed immediately.  The potential consequences of any requirements under this clause including denial of access for a proposed contractoremployee who fails to obtain a favorable trustworthiness determination in no way relieves the contractor from therequirement to execute performance under the contract within the timeframes specified in the contract.  Contractorsshall plan ahead in processing their employees and subcontractor employees for working in non-sensitive positions,with sensitive information, and/or on Government IT systems.  The contractor shall insert this clause in allsubcontracts when the subcontractor is permitted to have physical access to a federally controlled facility and/oraccess to a federally-controlled information system/network and/or access to government information. Enclosure 1: Personnel Qualifications  The following job qualifications are considered the minimum acceptable. All contract personnel are expected toadapt and embrace additional requirements and functions in support of the dynamic environment that they support.OSP/ISP Senior Cable Design Engineer (KEY PERSONNEL) A. Qualifications.  Individual shall possess:

(1)     Minimum 5 – 7 years’ experience in the management and installation of OSP/ISP within the DoD communityand Naval Shore installation practices.

(2)     Must be able to utilize a wide variety of software programs including computer aided design (e.g. AutoCAD

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 16 of 31 FINAL

 

software), timekeeping, document and records management, as well as possible DoD specific Government OwnedTechnology Software (GOTS) programs.

(3)      Must demonstrate strong project management and interpersonal skills.(4)     Must demonstrate a working knowledge of DoD, Navy, and OSHA directives applicable to OSP/ISP E&I. (5)     Must demonstrate ability to successfully perform planning, scheduling, and supervision of day-to-day activities of

employees such as contract compliance, facility security, contingency/emergency planning within scope of PWS(e.g. natural disasters, civil disturbances, power outages, and bomb threats), and administrative/oversight of QualityControl.

 A.      Other Qualifications:-          Registered Communications Distribution Designer (RCDD) certification

Cable Technician/Installer (Site Lead and Alternative Site Lead shall be considered KEY PERSONNEL) A.      Qualifications. Individual shall possess:

(1)      Minimum 1-2 years’ experience in installation of OSP/ISP within the DoD and Naval shore installationpractices.

(2)      1-2 years’ experience with AutoCAD software.(3) Current Certified Fiber Optic Specialist (CFOS), Certified Fiber Optics Installer (CFOI), or Fiber Optics Technician

(FOT) Certification from the Fiber optic Association (FOA) or the Electronics Technician Association International(ETA-I), or an equivalent diploma/training document from an accredited technical/trade/service school certifyingFiber Optic training and qualifications in accordance with NECA 301-2004 Installation and Testing of Fiber Opticcable standards.

(4) Five years of substantiated on the job experience maintaining fiber optic cable systems may be accepted in lieu ofa diploma or professional certification.(5) Working knowledge of OSHA and EPA directives applicable to outside communications cable plant work andwork in confined spaces is essential.(6) Work experience that demonstrates duties are performed on outside cable plant in “permit-required” confinedspaces such as manholes, and aerial structures. Documented work experience that includes lifting heavy objects of 50pounds or more, and ability to operate hoists, cable trailers, trucks, winches and other bulk cable handlingequipment is essential.(7) Minimum of three (3) years of recent experience in the installation, testing, troubleshooting, and repair oftelecommunication outside plant infrastructure cabling. Experience shall encompass the use of both copper and fiberoptic cable for aerial, underground and buried applications. Experience with outside plant, plastic sheathed, coppertelephone cable ranging from 25 to 2,400 pairs and outside plant, multi/single mode, fiber optic cable ranging from12 to 288 strands is essential. The individual must have color vision to read color-codes and be able to tracecolor-coded pairs/strands. Recent experience is defined that the individual is currently, within the past year,performing outside plant cable technician/installation duties.(8) Experience that demonstrates proficiency in splicing outside plant, plastic sheathed, copper telephone cable using710, MS2, AMP and scotch lock splicing techniques. Individual’s experience must demonstrate the use of differenttypes of splice closures to seal spliced copper cable. Individual’s experience must demonstrate capability toterminate copper cable using terminal types to include 110, 66M and Central Office distribution frame. Copper cableexperience shall demonstrate that the individual has worked with outside plant cables having pair counts rangingfrom 25 to 2,400 pairs.(9) Experience that demonstrates proficiency with single mode and multi-mode fiber optic cable. Experienced in thetermination of fiber optic cable using termination methods such as 3M Hot Melt is required. Experience with fiberoptic cable fusion-splicing techniques is essential. Experience testing fiber optic cable to include the use of powermeters and time domain reflectometers is imperative.(10) Work experience shall substantiate use of test equipment such as oscilloscopes, digital multimeters, gas meters,tone generators, optical power meters and optical time domain reflectometers (OTDR) in the process of resolvingcable problems.

 Draftsman

A.      Qualifications. Individual shall possess:(1)     Two (2) years drafting facility and telecommunication drawings.(2)     Two (2) years creating and modifying complex drawings with AutoDesk/AutoCAD software as well as skilled in

editing all layers of AutoCAD.

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 17 of 31 FINAL

 

SECTION D PACKAGING AND MARKING

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

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 18 of 31 FINAL

 

SECTION E INSPECTION AND ACCEPTANCE

QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)FOR

ENGINEERING AND INSTALLATION SUPPORT SERVICESDJIBOUTI, AFRICA

  

1.      PURPOSE This Quality Assurance Surveillance Plan (QASP) is a Government developed and applied document used to makesure that systematic quality assurance methods are used in the administration of the Performance Based ServiceContract (PBSC) standards included in this task order.  The intent is to ensure that the Contractor performs inaccordance with performance metrics set forth in the task order documents, that the Government receives the qualityof services called for in the task order, and that the Government only pays for the acceptable level of servicesreceived. The QASP ensures that the Government has an effective and systematic method of surveillance for theservices in the Performance Work Statement (PWS).  The QASP will be used primarily as a tool to verify that thecontractor is performing all services required by the PWS in a timely, accurate, and complete fashion. 

2.      AUTHORITY Authority for issuance of this QASP is provided under the Federal Acquisition Regulation (FAR) 52.212-4“CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS (OCT 2003), paragraph (a), whichprovides for inspections and acceptance of the articles, services, and documentation called for in task orders to beaccomplished by the Contracting Officer or his duly authorized representative. 

3.      SCOPE The Contractor, and not the Government, is responsible for management and quality control actionsnecessary to meet the quality standards set forth by the task order.  The Quality AssuranceSurveillance Plan (QASP) is put in place to provide Government surveillance oversight of theContractor’s quality control efforts to assure that they are timely, effective and are delivering theresults specified in the task order.  The QASP is not a part of the task order nor is it intended toduplicate the Contractor’s Management Plan.   The Government may provide the Contractor aninformation copy of the QASP as an attachment to the solicitation to support the Contractor’sefforts in developing its plan for maintaining the levels of quality anticipated to be delivered underthe terms of the task order. 

4.      GOVERNMENT RESOURCES The following definitions for Government resources are applicable to this plan: Contracting Officer - A person duly appointed with the authority to enter into, administer, orterminate task orders and make related determinations and findings on behalf of the Government. Task Order Manager (TOM) - An individual designated in writing by the Contracting Officer to actas his authorized representative to assist in administering a task order.  The source and authority fora TOM is the Contracting Officer.  TOM limitations are contained in the written letter ofappointment. 

5.      RESPONSIBILITIES  The Government resources shall have responsibilities for the implementation of this QASP as follows:

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 19 of 31 FINAL

 

 Contracting Officer – The Contracting Officer ensures performance of all necessary actions foreffective contracting, ensures compliance with the terms of the task order and safeguards theinterests of the United States in the contractual relationship.  It is the Contracting Officer thatassures the Contractor receives impartial, fair, and equitable treatment under the task order.  TheContracting Officer is ultimately responsible for the final determination of the adequacy of theContractor’s performance. Task Order Manager (TOM) - The TOM is responsible for technical administration of the projectand assures proper Government surveillance of the Contractor’s performance.   The TOM is notempowered to make any contractual commitments or to authorize any contractual changes on theGovernment’s behalf.   Any changes that the Contractor deems may affect task order price, terms, orconditions shall be referred to the Contracting Officer for action. 

6.      METHODS OF QA SURVEILLANCE  The below listed methods of surveillance shall be used in the administration of this QASP.  ThePerformance-Based Matrix describes the methods of surveillance that may be used to monitor theservices to be provided under the task order. Periodic Inspection – The TOM will inspect services for quality, accuracy, and conformance withtask order requirements. 

7.      IDENTIFIED QA SURVEILLANCE ITEMS The PBSC items that have been identified for surveillance are identified in the Performance-Based Matrix. 

8.      DOCUMENTATION The TOM will maintain a complete Quality Assurance file.  The file will contain copies of allreports, evaluations, recommendations, and any actions related to the Government’s performance ofthe quality assurance function.  All such records will be retained for the life of this task order.  TheTOM shall forward these records to the Contracting Officer at termination or completion of the taskorder.

9.      INCENTIVES/DISINCENTIVES The TOM makes an annual report on Contractor Performance (CPARS or other annual report).  The contractor’sfailure to achieve satisfactory performance under the task order, reflected in the TOM’s annual report, may result intermination of the task order and may also result in the loss of future Government contracts/task orders.  Thecontractor’s failure to achieve satisfactory performance under the task order may result in the non-exercise of availableoptions. For each item that does not meet acceptable levels, the Government may issue a Contract Discrepancy Report(CDR).  CDRs will be forwarded to the Contracting Officer with a copy sent to the contractor.  The contractor mustreply in writing within 5 days of receipt identifying how future occurrences of the problem will be prevented.  Basedupon the contractor’s past performance and plan to solve the problem, the Contracting Officer will determine if anyfurther action will be taken.   In accordance with inspection of services provisions of the task order, the contractor will be incentivized to providequality services in a timely manner since the Government can require the Contractor, at no additional fee, to replaceor correct work that fails to meet requirements.  To maximize the profit earned on costs incurred, the contractor isincentivized to ensure that quality services are provided in a timely manner. 

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 20 of 31 FINAL

 

10.  ANALYSIS OF CONTRACTOR PERFORMANCE The analysis of contractor performance shall be conducted at the end of each month and serves to provide a summaryof the Contractor’s performance to the Contracting Officer and the Contractor.   Overall performance is important indetermining whether to increase, decrease or maintain the current level of surveillance and/or whether to initiatecorrective action to bring the Contractor’s work up to the standards of the specification.  

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 21 of 31 FINAL

 

SECTION F DELIVERABLES OR PERFORMANCE

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

   

8100 6/21/2016 - 7/5/2016

8101 7/6/2016 - 9/27/2016

9101 7/6/2016 - 9/27/2016

Period Dates

On-Site Transition 21 June 2016 – 05 July 2016

Base Period 06 July 2016 – 27 September 2016

Option 1 28 September 2016 – 27 September 2017

Option 2 28 September 2017 – 27 September 2018

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 22 of 31 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/or    d.  Arranging the post award conference (See FAR 42.503).         Name:      Ed Stolle                        [email protected]        Phone:     757-443-1354 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:      Ed Stolle                        [email protected]        Phone:     757-443-1354 3.  PAYING OFFICE is responsible for payment of proper invoices after acceptance is documented.

UIC: HQ0337

Name: DFAS Columbus Center, North Entitlement Operations

Address: P.O. Box 182266

City: Columbus

State: OH

ZIP: 43218-2266 4.  CONTRACTING OFFICERS REPRESENTATIVE (COR) is responsible for:    a.  Liaison with personnel at the Government installation and the contractor personnel on site;    b.  Technical advice/recommendations/clarification on the statement of work;    c.  The statement of work for delivery/task orders placed under this contract.    d.  An independent government estimate of the effort described in the definitized statement of work;    e.  Quality assurance of services performed and acceptance of the services or deliverables;    f.  Government furnished property;    g.  Security requirements on Government installation;    h.  Providing the PCO or his designated Ordering Officer with appropriate funds for issuance of the Delivery/Taskorder; and/or    i.  Certification of invoice for payment. NOTE: When, in the opinion of the Contractor, the COR requests effort outside the existing scope of the contract(or delivery/task order), the Contractor shall promptly notify the Contracting Officer (or Ordering Officer) in writing. No action shall be taken by the contractor under such direction until the Contracting Officer has issued amodification to the contract or, in the case of a delivery/task order, until the Ordering Officer has issued amodification of the delivery/task order; or until the issue has otherwise been resolved.  THE COR IS NOT ANADMINISTRATIVE CONTRACTING OFFICER AND DOES NOT HAVE THE AUTHORITY TO DIRECTTHE ACCOMPLISHMENT OF EFFORT WHICH IS BEYOND THE SCOPE OF THE STATEMENT OFWORK IN THE CONTRACT OR DELIVERY/TASK ORDER.

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 23 of 31 FINAL

 

         COR Name:   Mr. Valentin Pulido, NCTAMS LANT        Address:         9625 Moffett Ave                               Norfolk, VA 23511                               [email protected]        Phone:            312-824-4813  In the event that the COR named above is absent due to leave, illness, or official business, all responsibilities andfunctions assigned to the COR will be the responsibility of the alternate COR listed below:         ACOR Name:  TBD        Address:          -------------------------------------------                                -------------------------------------------                                -------------------------------------------        Phone:             ------------------------------------------- 5.  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 affectingnegotiations;    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 andrecommending corrective actions; and    h.  Providing written reports to the COR as required concerning trips, meetings or conversations with thecontractor.         Name:      TBD        Address:  ------------------------------------------------                        ------------------------------------------------                        ------------------------------------------------        Phone:     ------------------------------------------------ (End of Text) 

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------8100 N7027216RCDJ500 28370.41  LLA : AA 1761804 60TP 252 70272 068892 2D CDJ500 702726DJTECQ   8101 N7027216RCDJ500 162561.90  LLA : AA 1761804 60TP 252 70272 068892 2D CDJ500 702726DJTECQ   9101 N7027216RCDJ500 39020.00  LLA : AA 1761804 60TP 252 70272 068892 2D CDJ500 702726DJTECQ    BASE Funding 229952.31 Cumulative Funding 229952.31 

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 24 of 31 FINAL

 

SECTION H SPECIAL CONTRACT REQUIREMENTS

5252.237-9401 PERSONNEL QUALIFICATIONS (MINIMUM) (Jan 1992)

(a) Personnel assigned to or utilized by the Contractor in the performance of this contract shall, as a minimum, meetthe experience, educational, or other background requirements set forth below and shall be fully capable ofperforming in an efficient, reliable, and professional manner.

(b) If the COR or Contracting Officer questions the qualifications or competence of any person performing under thecontract, the burden of proof to sustain that the person is qualified as prescribed herein shall be upon the Contractor.

(c) The Contractor must have the personnel, organization, and administrative control necessary to ensure that theservices performed meet all requirements specified in delivery orders. The work history of each Contractor employeeshall contain experience directly related to the tasks and functions to be assigned. The Ordering Officer reserves theright to determine if a given work history contains necessary and sufficiently detailed, related experience toreasonably ensure the ability for effective and efficient performance. Personnel Qualifications can be found in thePerformance Work Statement.

(End of Clause)

 

52.228-3 – Workers’ Compensation Insurance (Defense Base Act) (Jul 2014)

(a) The Contractor shall--

(1) Before commencing performance under this contract, establish provisions to provide for the payment of disabilitycompensation and medical benefits to covered employees and death benefits to their eligible survivors, bypurchasing workers’ compensation insurance or qualifying as a self-insurer under the Longshore and HarborWorkers’ Compensation Act (33 U.S.C. 932) as extended by the Defense Base Act (42 U.S.C. 1651, et seq.), andcontinue to maintain provisions to provide such Defense Base Act benefits until contract performance is completed;

(2) Within ten days of an employee’s injury or death or from the date the Contractor has knowledge of the injury ordeath, submit Form LS-202 (Employee’s First Report of Injury or Occupational Illness) to the Department of Laborin accordance with the Longshore and Harbor Workers’ Compensation Act (33 U.S.C. 930(a), 20 CFR 702.201 to702.203);

(3) Pay all compensation due for disability or death within the time frames required by the Longshore and HarborWorkers’ Compensation Act (33 U.S.C. 914, 20 CFR 702.231 and 703.232);

(4) Provide for medical care as required by the Longshore and Harbor Workers’ Compensation Act (33 U.S.C. 907,20 CFR 702.402 and 702.419);

(5) If controverting the right to compensation, submit Form LS-207 (Notice of Controversion of Right toCompensation) to the Department of Labor in accordance with the Longshore and Harbor Workers’ CompensationAct (33 U.S.C. 914(d), 20 CFR 702.251);

(6) Immediately upon making the first payment of compensation in any case, submit Form LS-206 (Payment ofCompensation Without Award) to the Department of Labor in accordance with the Longshore and Harbor Workers’Compensation Act (33 U.S.C. 914(c), 20 CFR 702.234);

(7) When payments are suspended or when making the final payment, submit Form LS-208 (Notice of FinalPayment or Suspension of Compensation Payments) to the Department of Labor in accordance with the Longshoreand Harbor Workers’ Compensation Act (33 U.S.C. 914 (c) and (g), 20 CFR 702.234 and 702.235); and

(8) Adhere to all other provisions of the Longshore and Harbor Workers’ Compensation Act as extended by theDefense Base Act, and Department of Labor regulations at 20 CFR Parts 701 to 704.

(b) For additional information on the Longshore and Harbor Workers’ Compensation Act requirements see.http://www.dol.gov/owcp/dlhwc/lsdba.htm

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 25 of 31 FINAL

 

(c) The Contractor shall insert the substance of this clause including this paragraph (c),in all subcontracts to whichthe Defense Base Act applies.

(End of Clause)

52.228-4 - Workers’ Compensation and War-Hazard Insurance Overseas (Apr 1984)

(a) This paragraph applies if the Contractor employs any person who, but for a waiver granted by the Secretary ofLabor, would be subject to workers’ compensation insurance under the Defense Base Act (42 U.S.C. 1651, et seq.).On behalf of employees for whom the applicability of the Defense Base Act has been waived, the Contractor shall

(1) provide, before commencing performance under this contract, at least that workers’ compensation insurance or theequivalent as the laws of the country of which these employees are nationals may require, and

(2) continue to maintain it until performance is completed. The Contractor shall insert, in all subcontracts under thiscontract to which the Defense Base Act would apply but for the waiver, a clause similar to this paragraph (a)(including this sentence) imposing upon those subcontractors this requirement to provide such workers’compensation insurance coverage.

(b) This paragraph applies if the Contractor or any subcontractor under this contract employs any person who, butfor a waiver granted by the Secretary of Labor, would be subject to the War Hazards Compensation Act (42 U.S.C.1701, et seq.). On behalf of employees for whom the applicability of the Defense Base Act (and hence that of the WarHazards Compensation Act) has been waived, the Contractor shall, subject to reimbursement as provided elsewherein this contract, afford the same protection as that provided in the War Hazards Compensation Act, except that thelevel of benefits shall conform to any law or international agreement controlling the benefits to which the employeesmay be entitled. In all other respects, the standards of the War Hazards Compensation Act shall apply; e.g., thedefinition of war-hazard risks (injury, death, capture, or detention as the result of a war hazard as defined in the Act),proof of loss, and exclusion of benefits otherwise covered by workers’ compensation insurance or the equivalent.Unless the Contractor elects to assume directly the liability to subcontractor employees created by this clause, theContractor shall insert, in all subcontracts under this contract to which the War Hazards Compensation Act wouldapply but for the waiver, a clause similar to this paragraph (b) (including this sentence) imposing upon thosesubcontractors this requirement to provide war-hazard benefits.

(End of Clause)

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 26 of 31 FINAL

 

SECTION I CONTRACT CLAUSES

IN ADDITION TO THE TERMS AND CONDITIONS CONTAINED WITHIN THE SEAPORT-EMULTIPLE AWARD CONTRACTS (MACs), THE FOLLOWING CLAUSES/PROVISIONS AREINCORPORATED BY REFERENCE:

52.245-1 Government Property (April 2012) - Clause

252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements(Dev 2016-O0003) Oct 2015

252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) - Clause

252.211-7007 Reporting Government-Furnished Property (Aug 2012) - Clause

252.222-7002 Compliance With Local Labor Laws (Overseas) (Jun 1997) - Clause

252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014) -Clause

252.225-7041 Correspondence in English (Jun 1997) - Clause

252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States (Jun 2015) -Clause

252.225-7993 Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016) - Clause

252.239-7018 Supply Chain Risk (Nov 2013) - Clause

252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property (April 2012) - Clause

252.245-7002 Reporting Loss of Government Property (April 2012) - Clause

252.245-7003 Contractor Property Management System Administration (April 2012) - Clause

252.245-7004 Reporting, Reutilization, and Disposal (March 2015) - Clause

252.225-7980 Contractor Personnel Performing in the United States Africa Command Area of Responsibility

252.225-7989 Requirements for Contractor Personnel Performing in Djibouti (Dev 2014-O0005) (Jan 2014)

IN ADDITION TO THE TERMS AND CONDITIONS CONTAINED WITHIN THE SEAPORT-EMULTIPLE AWARD CONTRACTS (MACs), THE FOLLOWING CLAUSES/PROVISIONS AREINCORPORATED BY FULL TEXT:

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in thecontract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretaryof Labor. The option provision may be exercised more than once, but the total extension of performance hereundershall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractorwithin ten (10) days of task order expiration.

(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 10 (ten) days;provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least ten(10) days before the contract expires. The preliminary notice does not commit the Government to an extension.

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 27 of 31 FINAL

 

(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 60months.

(End of clause)

5252.243-9400 Authorized Changes Only By The Contracting Officer (Jan 1992)

(a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visitthe Contractor's facilities or in any other manner communicate with Contractor personnel during the performance ofthis contract shall constitute a change under the "Changes" clause of this contract.

(b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issuedin writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part ofthis contract.

(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of thiscontract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely withthe Contracting Officer. In the event the Contractor effects any change at the direction of any person other than theContracting Officer, the change will be considered to have been made without authority and no adjustment will bemade in the contract price to cover any increase in charges incurred as a result thereof. The address and telephonenumber of the Contracting Officer is:

NAME: Ed Stolle

ADDRESS: NAVSUP Fleet Logistics Center (FLC) Norfolk

1968 Gilbert Street, Suite 600

Norfolk, VA 23511-3392

TELEPHONE: 757-443-1354

EMAIL: [email protected]

(End of Clause)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause— Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit,activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow(WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is doneexternal to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests andreceiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests andReceiving Reports. (c) WAWF access. To access WAWF, the Contractor shall— (1) Have a designated electronic business point of contact in the System for Award Management athttps://www.acquisition.gov; and 

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 28 of 31 FINAL

 

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registrationavailable at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based TrainingCourse and use the Practice Training Site before submitting payment requests through WAWF. Both can beaccessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic DataInterchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting paymentrequests and receiving reports in WAWF for this contract/order: (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. NOT APPLICABLE (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* 

Field Name in WAWF Data to be entered in WAWFPay Official DoDAACIssue By DoDAAC N00189Admin DoDAAC N00189Inspect By DoDAAC  Ship To Code N70272Ship From Code  Mark For Code  Service Approver (DoDAAC) N70272Service Acceptor (DoDAAC) N70272Accept at Other DoDAAC  LPO DoDAAC N70272DCAA Auditor DoDAAC  Other DoDAAC(s)  

 (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. Valentine Pulido, [email protected] Mahoney, [email protected]  (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’sWAWF point of contact.

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 29 of 31 FINAL

 

               NOT APPLICABLE (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. 

(End of clause)

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 30 of 31 FINAL

 

SECTION J LIST OF ATTACHMENTS

Attachment 1 - DD254

Attachment 1 - DD254

Attachment 2 - SOFA

Attachment 3 - CDRL A001

Attachment 4 - CDRL A002

Attachment 5 - CDRL A003

Attachment 6 - CDRL A004

Attachment 7 - CDRL A005

Attachment 8 - Manhole Access Requirements

Attachment 9 - CDR

Attachment 10 - CAP

Attachment 11 - QASP

 CONTRACT NO.

 N00178-15-D-8396 DELIVERY ORDER NO.

 FK01 PAGE

 31 of 31 FINAL