spawar-systems center lant (chrl) dcma … ohd - p2mc bpmm cost code: a10002235172 nwa:...

56
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 35 01-Oct-2014 1300445091 N/A 6. ISSUED BY CODE N65236 7. ADMINISTERED BY (If other than Item 6) CODE S1103A SPAWAR-Systems Center Lant (CHRL) P.O. BOX 190022 North Charleston SC 29419-9022 [email protected] 843-218-2342 DCMA ATLANTA 2300 LAKE PARK DRIVE, SUITE 300 SMYRNA GA 30080 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. PRODUCT DATA INTEGRATION TECHNOLOGIES INC 4500 Goer Drive, Suite 100 Charleston SC 29406-6555 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-05-D-4507-GZ01 10B. DATED (SEE ITEM 13) CAGE CODE 1WAW1 FACILITY CODE 18-Apr-2012 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [X] FAR 52.232-22 Limitation of Funds [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Vandy P Inman, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Vandy P Inman 30-Sep-2014 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Upload: trandung

Post on 03-Jul-2018

219 views

Category:

Documents


0 download

TRANSCRIPT

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

35 01-Oct-2014 1300445091 N/A6.  ISSUED BY CODE N65236 7.  ADMINISTERED BY (If other than Item 6) CODE S1103A

SPAWAR-Systems Center Lant (CHRL)

P.O. BOX 190022

North Charleston SC 29419-9022

[email protected] 843-218-2342

 

DCMA ATLANTA

2300 LAKE PARK DRIVE, SUITE 300

SMYRNA GA 30080

 

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

PRODUCT DATA INTEGRATION TECHNOLOGIES INC    4500 Goer Drive, Suite 100    Charleston SC 29406-6555   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-05-D-4507-GZ01

    10B.  DATED (SEE ITEM 13)

CAGECODE

1WAW1 FACILITY CODE   18-Apr-2012

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[   ]The above numbered solicitation is amended as set forth in Item 14.  The hour and date specified for receipt of Offers  [   ]   is extended, [   ]  is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers.  FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.  If by virtue of thisamendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitationand this amendment, and is received prior to the opening hour and date specified.12.  ACCOUNTING AND APPROPRIATION DATA (If required)

SEE SECTION G 

13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

(*) A.  THIS CHANGE ORDER IS ISSUED PURSUANT TO:  (Specify authority)  THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. INITEM 10A.

[X] FAR 52.232-22 Limitation of Funds[  ] B.  THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation

date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).    

[  ] C.  THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:  

[  ] D.  OTHER (Specify type of modification and authority)  

E.  IMPORTANT:  Contractor [ X ] is not, [   ] is required to sign this document and return       copies to the issuing office.14.  DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

SEE PAGE 2 

15A.  NAME AND TITLE OF SIGNER (Type or print) 16A.  NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

       Vandy P Inman, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Vandy P Inman 30-Sep-2014 

(Signature of person authorized to sign)   (Signature of Contracting Officer)  NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243

 

 

                  1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

GENERAL INFORMATION

The purpose of this modification is to add incremental funds. Accordingly, said Task Order is modified as follows:A conformed copy of this Task Order is attached to this modification for informational purposes only.

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from $8,208,195.23 by$2,199,887.14 to $10,408,082.37.

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

700114Fund Type -OTHER

0.00 199,066.65 199,066.65

700115Fund Type -OTHER

0.00 654,812.32 654,812.32

700116Fund Type -OTHER

0.00 71,544.74 71,544.74

700117Fund Type -OTHER

0.00 214,542.36 214,542.36

700118Fund Type -OTHER

0.00 53,495.58 53,495.58

700119Fund Type -OTHER

0.00 53,495.58 53,495.58

700120Fund Type -OTHER

0.00 379,651.28 379,651.28

700121Fund Type -OTHER

0.00 88,469.40 88,469.40

700122Fund Type -OTHER

0.00 73,519.53 73,519.53

700123Fund Type -OTHER

0.00 411,289.70 411,289.70

The total value of the order is hereby increased from $10,888,564.85 by $0.00 to$10,888,564.85.

The Period of Performance of the following line items is hereby changed as follows:

CLIN/SLIN From To

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 2 of 2 FINAL

 

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

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

4001 R425 Labor in Support of 8.0 Corporate

Support Services,Base Year (Fund Type

- OTHER)

1.0 LO $2,811,082.45 $210,831.18 $3,021,913.63

400101 R425 ACRN AA: LABOR INSUPPORT OF PWS 8.11

PR: 1300260793 (Fund Type - OTHER)

400102 R425 ACRN AB: LABOR INSUPPORT OF PWS 8.10

PR: 1300260805 (Fund Type - OTHER)

400103 R425 ACRN AC: LABOR INSUPPORT OF PWS 8.8

PR: 1300260805 (Fund Type - OTHER)

400104 R425 ACRN AD: LABOR INSUPPORT OF PWS 8.9

PR:1300260805(Fund Type - OTHER)

400105 R425 ACRN AE: LABOR INSUPPORT OF PWS 8.3

PR: 1300258633 (Fund Type - OTHER)

400106 R425 ACRN AF: LABOR INSUPPORT OF PWS 8.3

PR: 1300257804 (Fund Type - OTHER)

400107 R425 ACRN AG: LABOR INSUPPORT OF PWS 8.3

PR: 1300257804 (Fund Type - OTHER)

400108 R425 ACRN AH: LABOR INSUPPORT OF PWS PR:

1300268453 (Fund Type - OTHER)

400109 R425 ACRN AJ: LABOR INSUPPORT OF PWS 8.5

P2MC PR: 1300271068 (Fund Type -

OTHER)

400110 R425 ACRN AK: LABOR INSUPPORT OF PWS 8.6

PR: 1300295600 (Fund Type - OTHER)

400111 R425 ACRN AL: LABOR INSUPPORT OF PWS 8.11

PR: 1300295600 (Fund Type - OTHER)

400112 R425 ACRN AM: LABOR INSUPPORT OF PWS 8.9

PR: 1300294334 (Fund Type - OTHER)

400113 R425 ACRN AN: LABOR INSUPPORT OF PWS 8.10

PR:1300294334 (Fund Type - OTHER)

400114 R425 ACRN AP: LABOR INSUPPORT OF PWS 8.1

PR: 1300294334 (Fund Type - OTHER)

400115 R425 ACRN AQ: LABOR INSUPPORT OF PWS 8.2

PR: 1300302322 (Fund Type - OTHER)

400116 R425 ACRN AR: LABOR INSUPPORT OF PWS 8.11

PR: 1300305685 (Fund Type - OTHER)

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 1 of 54 FINAL

 

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

400117 R425 ACRN AS: LABOR INSUPPORT OF PWS PR:

1300308350 (Fund Type - OTHER)

400118 R425 ACRN AT: LABOR INSUPPORT OF PWS PR:

1300313691 (Fund Type - OTHER)

400119 R425 ACRN AU: LABOR INSUPPORT OF PWS PR:

1300317898 (Fund Type - OTHER)

400120 R425 ACRN Av: LABOR INSUPPORT OF PWS 8.5

PR: 1300319942 (Fund Type - OTHER)

400121 R425 ACRN: AW LABOR INSUPPORT OF PWS 8.11

PR: 1300334169 (Fund Type - OTHER)

4101 R425 Labor in Support of 8.0 Corporate

Support Services,First Option

Year(Fund Type - OTHER)

1.0 LO $3,459,854.86 $254,194.31 $3,714,049.17

410101 R425 LABOR IN SUPPORT OF PWS 8.3 NERP

OPERATIONS PR 1300341925 (Fund Type -

OTHER)

410102 R425 LABOR IN SUPPORT OF PWS 8.11 NAVY ERP

SUPPORT PR 1300341925 (Fund Type -

OTHER)

410103 R425 LABOR IN SUPPORT OF PWS 8.2 HQ

CNEMAINTENANCE PR 1300341974 (Fund

Type - OTHER)

410104 R425 LABOR IN SUPPORT OF PWS 8.7 PROJECT

MANAGEMENT - PROJECT CONTROL SUPPORT

PR 1300341974 (Fund Type - OTHER)

410105 R425 LABOR IN SUPPORT OF PWS 8.5 PROJECT

PORTFOLIOMONITORING & CONTROL

(P2MC)PR 1300343547 (Fund Type -

OTHER)

410106 R425 LABOR IN SUPPORT OF PWS 8.10 HELP

DESK SUPPORT PR 1300344133 (Fund Type

- OTHER)

410107 R425 LABOR IN SUPPORT OF PWS 8.9 SERVICE

CENTER SUPPORT EMS PR 1300344133

(Fund Type - OTHER)

410108 R425 LABOR IN SUPPORT OF 8.8

TRI-ANNUALREVIEW SYSTEM SUPPORT PR

1300344133 (Fund Type - OTHER)

410109 R425 LABOR IN SUPPORT OF 8.10 SERVICE

CENTER SUPPORT, PWS 8.10 (Fund Type -

OTHER)

410110 R425 SVC-LIPTM00386-CnEFFP LABOR IN

SUPPORT OF SERVICE CENTERSUPPORT, PWS

(Fund Type - OTHER)

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 2 of 54 FINAL

 

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

410111 R425 SVC-LI PTM00386-P2MCFFP LABOR IN

SUPPORT OF SERVICE CENTERSUPPORT, PWS

(Fund Type - OTHER)

410112 R425 LABOR IN SUPPORT OF SERVICE

CENTERSUPPORT, PWS (Fund Type -

OTHER)

410113 R425 SVC-LIPTM00386-DEVFFP LABOR IN

SUPPORT OF SERVICE CENTERSUPPORT, PWS

(Fund Type - OTHER)

410114 R425 ACRN BL: LABOR FOR PWS (LDS) - IN

SUPPORT OF 8.11 NAVY ERP SUPPORT

(80E00 LDS SUPPORT) PR #: 1300379711

NWA: 300000075061 0010(Fund Type -

OTHER)

410115 R425 ACRN BM: LABOR FOR PWS (OPS) - IN

SUPPORT OF 8.11 NAVY ERP SUPPORT

(80E00 OPS SUPPORT) PR #: 1300379711

NWA: 300000075062 0010(Fund Type -

OTHER)

410116 R425 ACRN: BN PR: 1300375363 COST CODE:

A00001882881 NWA/JON:

300000029414-0020(Fund Type - OTHER)

410117 R425 ACRN BP: LABOR FOR PWS (P2MC) PR:

1300382108 NWA:

300000075801-0040(Fund Type - OTHER)

410118 R425 ACRN BQ: LABOR FOR PWS (P2MC SP MIG)

PR: 1300382108 NWA:

300000075802-0010(Fund Type - OTHER)

410119 R425 ACRN BR: LABOR FOR PWS (P2MC) PR:

1300382108 NWA:

300000075801-0020(Fund Type - OTHER)

410120 R425 ACRN BS: LABOR FOR PWS (HQ CNE MAINT)

PR 1300375483 NWA 300000074753-0070

(Fund Type - OTHER)

410121 R425 ACRN BT: LABOR FOR PWS (PM- PROJECT

CONTROL SUPPORT) PR 1300375483 NWA

300000074753-0070(Fund Type - OTHER)

410122 R425 ACRN BU: LABOR FOR PWS (TART) PR

1300375483 NWA:

300000074754-0010(Fund Type - OTHER)

410123 R425 ACRN BV: LABOR FOR PWS (EMS) PR

1300375483 NWA: 400000000002-

NMOD(Fund Type - OTHER)

410124 R425 ACRN BW: LABOR FOR PWS (HD) PR

1300375483 NWA:

300000076026-0010(Fund Type - OTHER)

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 3 of 54 FINAL

 

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

410125 R425 ACRN: BX LABOR FOR PWS (P2MC) PR:

1300398584 DOC: OHD-P2MC SP MIG COST

CODE: A00002085153 NWA / JON:

300000075802-0010(Fund Type - OTHER)

410128 R425 ACRN CA: Labor for PWS PR:

1300396144-0001 DOC: OHD-CnE COST

CODE: A00002067607 NWA:

300000074753-0070(Fund Type - OTHER)

410129 R425 ACRN CB: Labor for PWS PR:

1300396144-0001 DOC: OHD-PM COST

CODE: A00002067607 NWA:

300000074753-0070(Fund Type - OTHER)

410130 R425 ACRN CC: Labor for PWS PR:

1300402669-0001 DOC: OHD - LDS COST

CODE: A20002120665 NWA:

300000075061-0010(Fund Type - OTHER)

410131 R425 ACRN CD: Labor for PWS PR:

1300402669-0001 DOC: OHD - OPS COST

CODE: A30002120665 NWA:

300000075062-0010(Fund Type - OTHER)

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

6001 R425 ODC in Support of8.0 Corporate Support Services,Base Year (Fund Type

- OTHER)

1.0 LO $0.00

6101 R425 ODC in Support of8.0 Corporate Support Services,First Option

Year(Fund Type - OTHER)

1.0 LO $35,000.00

Option

For Cost Type Items:

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

7001 R425 Labor in Support of 8.0 Corporate

Support Services,Second Option Year

(Fund Type -OTHER)

1.0 LO $3,846,607.85 $288,494.20 $4,135,102.05

700101 R425 ACRN CE: Labor for PWS PR: 1300417657

DOC: Ohd - P2MC Integration COST

CODE: A00002235172 NWA:

3000000758010040 (Fund Type -OTHER)

700102 R425 ACRN CF: Labor for PWS PR: 1300417657

DOC: Ohd - P2MC BPMM COST CODE:

A10002235172 NWA: 3000000758010020

(Fund Type -OTHER)

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 4 of 54 FINAL

 

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

700103 R425 ACRN CG: Labor for PWS PR: 1300417657

DOC: Ohd - SharePoint Mig. COST CODE:

A20002235172 NWA: 3000000758020010

(Fund Type -OTHER)

700104 R425 ACRN CH: Labor for PWS PR: 1300416677

DOC: NWCF OH-CnE COST CODE:

A00002227883 NWA:

300000074753-0070(Fund Type - OTHER)

700105 R425 ACRN CJ: Labor for PWS PR: 1300416677

DOC: NWCF-OH-PM COST CODE:

A00002227883 NWA:

300000074753-0070(Fund Type - OTHER)

700106 R425 ACRN CK: Labor for PWS PR: 1300416677

DOC: NWCF-OH-EMS COST CODE:

A20002227883 NWA: 400000000002-

NMOD(Fund Type - OTHER)

700107 R425 ACRN CL: Labor for PWS PR: 1300416677

DOC: NWCF-OH-TART COST CODE:

A20002227883 NWA:

300000074754-0010(Fund Type - OTHER)

700108 R425 ACRN CM: Labor for PWS PR: 1300416677

DOC: NWCF-OH-HD COST CODE:

A20002227883 NWA:

300000076026-0010(Fund Type - OTHER)

700109 R425 ACRN CN: Labor for PWS PR: 1300416679

DOC: NWCF - LDS-Overhead COST CODE:

A00002227985 NWA:

300000075061-0010(Fund Type - OTHER)

700110 R425 ACRN CP: Labor for PWS PR: 1300416679

DOC: NWCF - ERP OPS-Overhead COST

CODE: A10002227985 NWA:

300000075062-0010(Fund Type - OTHER)

700111 R425 ACRN CQ: Labor for PWS PR: 1300424907

DOC: Ohd - SharePoint Mig. COST CODE:

A00002292708 NWA: 3000000758020010

(Fund Type -OTHER)

700112 R425 ACRN CR: Labor for PWS PR: 1300429793

DOC: NWCF - LDS COST CODE:

A00002321496 NWA:

300000075061-0010(Fund Type - OTHER)

700113 R425 ACRN CS: Labor for PWS PR: 1300429793

DOC: NWCF - ERP OPS COST CODE:

A10002321496 NWA:

300000075062-0010(Fund Type - OTHER)

700114 R425 ACRN CT: Labor for PWS PR: 1300445091

DOC: Ohd - EMS Support COST CODE:

A00002427634 NWA: 400000000002-

NMOD(Fund Type - OTHER)

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 5 of 54 FINAL

 

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

700115 R425 ACRN CU: Labor for PWS PR: 1300445091

DOC: Ohd - CnE Maint Spt COST CODE:

A10002427634 NWA:

300000084106-0020(Fund Type - OTHER)

700116 R425 ACRN CV: Labor for PWS PR: 1300445091

DOC: Ohd - PM Support COST CODE:

A10002427634 NWA:

300000084106-0020(Fund Type - OTHER)

700117 R425 ACRN CW: Labor for PWS PR: 1300445091

DOC: Ohd - NERP OPS COST CODE:

A20002427634 NWA:

300000075062-0010(Fund Type - OTHER)

700118 R425 ACRN CX: Labor for PWS PR: 1300445091

DOC: Ohd - P2MC-BPMM COST CODE:

A30002427634 NWA:

300000084422-0020(Fund Type - OTHER)

700119 R425 ACRN CY: Labor for PWS PR: 1300445091

DOC: Ohd - P2MC Integration COST

CODE: A40002427634 NWA:

300000084421-0020(Fund Type - OTHER)

700120 R425 ACRN CZ: Labor for PWS PR: 1300445091

DOC: Ohd - P2MC SharePoint COST CODE:

A50002427634 NWA:

300000084426-0020(Fund Type - OTHER)

700121 R425 ACRN DA: Labor for PWS PR: 1300445091

DOC: Ohd - Tri-Annual COST CODE:

A60002427634 NWA:

300000084505-0010(Fund Type - OTHER)

700122 R425 ACRN DB: Labor for PWS PR: 1300445091

DOC: Ohd - Help Desk COST CODE:

A70002427634 NWA:

300000076026-0010(Fund Type - OTHER)

700123 R425 ACRN DC: Labor for PWS PR: 1300445091

DOC: Ohd - LDS Support COST CODE:

A80002427634 NWA:

300000084506-0010(Fund Type - OTHER)

7101 R425 Labor in Support of 8.0 Corporate

Support Services,Third Option

Year(Fund Type - OTHER)

1.0 LO $3,241,024.29 $243,076.82 $3,484,101.11

Option

7201 R425 Labor in Support of 8.0 Corporate

Support Services,Fourth Option Year

(Fund Type -OTHER)

1.0 LO $3,343,425.69 $250,756.92 $3,594,182.61

Option

For ODC Items:

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 6 of 54 FINAL

 

Item PSC Supplies/Services Qty Unit Est. Cost

9001 R425 ODC in Support of8.0 Corporate Support Services,Second Option Year

(Fund Type -OTHER)

1.0 LO $17,500.00

9101 R425 ODC in Support of8.0 Corporate Support Services,Third Option

Year(Fund Type - OTHER)

1.0 LO $17,500.00

Option

9201 R425 ODC in Support of8.0 Corporate Support Services,Fourth Option Year

(Fund Type -OTHER)

1.0 LO $17,500.00

Option

5252.216-9204 LEVEL OF EFFORT--FEE ADJUSTMENT FORMULA (MAR 1994)

(a) Subject to the provisions of the “Limitation of Cost” or “Limitation of Funds” clause (whichever is applicable to thiscontract), it is hereby understood and agreed that the fixed fee is based upon the Contractor providing the following number ofstaff-hours of direct labor, hereinafter referred to as X, at the estimated cost and during the term of this contract specified elsewhereherein:

Base Period                 46,742Option 1                      46,753Option 2                      46,863Option 3                      46,880Option 4                      46,880

The Contractor agrees to provide the total level of effort specified above in performance of work described in Sections “B” and “C”of this contract.

(b) Of the total staff-hours of direct labor set forth above, it is estimated that NO staff-hours are competitive time (uncompensatedovertime). Competitive time (uncompensated overtime) is defined as hours provided by personnel in excess of 40 hours per weekwithout additional compensation for such excess work. All other effort is defined as compensated effort. If no amount is indicatedin the first sentence of this paragraph, competitive time (uncompensated overtime) effort performed by the contractor shall not becounted in fulfillment of the level of effort obligations under this contract.

(c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performed in directsupport of this contract and shall not include time and effort expended on such things as local travel from an employee’s residenceto their usual work location, uncompensated effort while on travel status, truncated lunch periods, or other time and effort whichdoes not have a specific and direct contribution to the tasks described in Section B.

(d) It is understood and agreed that various conditions may exist prior to or upon expiration of the term of the contract, with regardto the expenditure of labor staff-hours and/or costs thereunder which may require adjustment to the aggregate fixed fee. Thefollowing actions shall be dictated by the existence of said conditions:

(1) If the Contractor has provided not more than 105% of X or not less than 95% of X, within the estimated cost, and at the termof the contract, then the fee shall remain as set forth in Section B.

(2) If the Contractor has provided X-staff-hours, within the term, and has not exceeded the estimated cost then the ContractingOfficer may require the Contractor to continue performance until the expiration of the term, or until the expenditure of the estimatedcost of the contract except that, in the case of any items or tasks funded with O&MN funds, performance shall not extend beyond30 September. In no event shall the Contractor be required to provide more than 105% of X within the term and estimated cost ofthis contract. The fee shall remain as set forth in Section B.

(3) If the Contractor expends the estimated cost of the contract, during the term of the contract and has provided less than X staff-hours, the Government may require the Contractor to continue performance, by providing cost growth funding, without adjustingthe fixed fee, until such time as the Contractor has provided X staff-hours.

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 7 of 54 FINAL

 

(4) If the Contracting Officer does not elect to exercise the Government’s rights as set forth in paragraph (d)(2) and (d)(3) above,and the Contractor has not expended more than 95% of X staff-hours, the fixed fee shall be equitably adjusted downward to reflectthe diminution of work. The total fee due the contractor shall be adjusted so as to be in direct proportion to the number of directhours utilized in the same ration of fee to the estimated total hours then set forth in the contract.

(5) Nothing herein contained shall, in any way, abrogate the Contractor’s responsibilities, and/or the Government’s rights withinthe terms of the contract provision entitled “Limitation of Cost” or “Limitation of Funds” as they shall apply throughout the termof the contract, based upon the total amount of funding allotted to the contract during its specified term.

(e) Within 45 days after completion of the work under each separately identified period of performance hereunder, the Contractorshall submit the following information in writing to the Contracting Officer with copies to the cognizant Contract AdministrationOffice and DCAA office to which vouchers are submitted:

(1) The total number of staff-hours of direct labor expended during the applicable period.

(2) A breakdown of this total showing the number of staff-hours expended in each direct labor classification and associated directand indirect costs.

(3) A breakdown of other costs incurred.

(4) The Contractor’s estimate of the total allowable cost incurred under the contract for the period.

In the case of a cost under-run, the Contractor shall submit the following information in addition to that required above:

(5) The amount by which the estimated cost of this contract may be reduced to recover excess funds and the total amount ofstaff-hours not expended, if any.

(6) A calculation of the appropriate fee reduction in accordance with this clause.

All submissions required by this paragraph shall separately identify subcontractor information, if any.

B-2 FEE DETERMINATION AND PAYMENT (LEVEL OF EFFORT)

(a) Total Estimated Hours.

The total number of hours of direct labor (including overtime and subcontract hours), but excluding holiday, sickleave, vacation and other excused absence hours) estimated to be expended under this task order is 46,742.The 46,742 direct labor hours include 0 uncompensated overtime labor hours.

(b) Computation of Fee.

The fee per direct labor hour is computed by dividing the fixed fee amount shown in Section B by the number ofestimated hours.

(c) Modifications.

If the contracting officer determines, for any reason, to adjust the task order amount or the estimated total hoursset forth above, such adjustments shall be made by task order modification. Any additional hours will be feebearing, and the additional negotiated fee will be divided by the additional estimated hours to determine a new fee(applicable to the additional hours only). If the fee for these additional hours is different from that of the originalestimated hours, these hours shall be kept separate from the original estimated total hours.

The estimated cost of the task order may be increased by written modification, if required, due to cost overruns.This increase in cost is not fee bearing and no additional hours will be added.

THE FEE WITHHOLDING REQUIREMENT FOR FAR CLAUSE 52.216-8 IS HEREBY WAIVED

(d) Payment of Fee.

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 8 of 54 FINAL

 

The Government shall pay fixed fee to the contractor on each direct labor hour performed by the contractor orsubcontractor, at the rate negotiated per labor hour invoiced by the contractor subject to the contract’s “FixedFee” clause, provided that the total of all such payments shall not exceed eighty-five percent (85%) of the fixedfee specified under the task order. Any balance of fixed fee shall be paid to the contractor, or any overpaymentof fixed fee shall be repaid by the contractor, at the time of final payment.

Nothing herein shall be construed to alter or waive any of the rights or obligations of either party pursuant to theFAR 52.232-20 “Limitation of Cost” or FAR 52.232-22 “Limitation of Funds” clauses, either of which isincorporated herein by reference.

NOTE: The fee shall be paid to the prime contractor at the per hour rate specified in this paragraph regardless ofwhether the contractor or subcontractor is performing the work.

LIMITATION OF LIABILITY – INCREMENTAL FUNDING -  BASE YEAR     This delivery order is incrementally funded and the amount currently available for payment hereunder is limited to$2,988,744.30.   Subject to the provisions of the clause entitled "Limitation of Funds" (APR 94) (FAR 52.232-22) of the generalprovisions of this contract, no legal liability on the part of the Government for payment in excess of $3,021,913.63 shall ariseunless additional funds are made available and are incorporated as a modification to the delivery order. 

CLIN TOTAL CPFF FUNDS THIS ACTION TOTAL FUNDED TOTAL UNFUNDED

4001 $3,021,913.63 $(33,169.33) $2,988,744.30 $33,169.33

6001 $     30,000.00 $                  - $                  - $30,000.00

TOTAL $3,051,913.63 $(33,169.33) $2,988,744.30 $63,169.33  LIMITATION OF LIABILITY – INCREMENTAL FUNDING - OPTION YEAR ONE This delivery order is incrementally funded and the amount currently available for payment hereunder is limited to$3,749,049.17.  Subject to the provisions of the clause entitled "Limitation of Funds" (APR 94) (FAR 52.232-22) of the generalprovisions of this contract, no legal liability on the part of the Government for payment in excess of $3,749,049.17 shall ariseunless additional funds are made available and are incorporated as a modification to the delivery order. 

CLIN TOTAL CPFF FUNDS THIS ACTION TOTAL FUNDED TOTAL UNFUNDED

4101 $3,714,049.17 $                 - $3,400,937.86 $313,111.31

6101 $     35,000.00 $                - $     35,000.00 $             -

TOTAL $3,749,049.17 $                - $3,435,937.86 $313,111.31

 

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 9 of 54 FINAL

 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PWS – SSC LANT Software Services Support 

1.0   INTRODUCTION 

IT Services Supporting DoD, DoN, and Information Technology (IT) systems development andImplementation for the SPAWARSYSCOM claimancy and its field activities including SPAWARHeadquarters,  SSC Atlantic and SSC Pacific. Requirements include all facets of support to 8.0Corporate Operations for the execution and implementation of the Federal Government, the Department of Defense and SPAWARSYSCOM initiatives.

2.0   BACKGROUND

Code 8.0 is responsible for supplying SPAWARSYSCOM with an infrastructure of Collaborativearchitectures to provide Business solutions including: legacy financial systems, recordsmanagement system, telecom systems, human resource management systems, security systems,facility systems, warehouse systems, corporate information systems, and video systems. Thesesystems require support of thousands of system users at multiple sites for entry authenticationand approval/acceptance routing of data and for extraction and reporting of data to authorizedexternal systems and sources.

3.0   SCOPE

The objective of the contractor services required to support 8.0 customer processes and systemsis to incorporate emerging Department of Defense (DoD) and Department of Navy (DoN)information technology, to design, develop, engineer, and maintain systems that will improvecustomer organizational efficiency. Government personnel resources resident atSPAWARSYSCOM are not sufficient to meet DoN, DoD, and/or other Federal requirements.Therefore accomplishing all tasks associated with current, prospective, and mandatedassignments requires the use of supplemental high end technical support. This tasking will be toprovide senior business planning and strategic support in the area of Corporate Strategic Planningand Execution support.

Specific 8.0 support areas include: Administrative Services, Applications IntegrationManagement, Corporate Strategy Planning and Execution, Information Assurance, InformationResource Management, Information Technology (IT) Operations, Knowledge Management(KM), Navy Enterprise & Resource Planning (N-ERP), and Navy Marine Corps Internet(NMCI).   This tasking also includes: new standards engineering, prototype installation,application development, data interoperability, system design, system management andmaintenance; data collection, analysis, and other management and implementation efforts insupport of data translation, data mediation, and data mapping.  

Support is also needed for strategic environmental scan updates by tapping into external sourcesand translating information into actionable insights and recommendations targeted for SSCAtlantic technical areas of interest as well as support for strategic assessments includingdevelopment of a model for scenario based planning which can be used to facilitate quarterlyplanning sessions with the SSC Atlantic Board of Directors (BOD) r egarding issues of strategicinterests. These efforts include the analysis, planning, design, enhancement, COTS product researchdevelopment test and evaluation, systems engineering, and implementation of systems, subsystemsand other critical items to support Government requirements. Additional effort will be required tosupport formulation of new strategies by identifying and validating strategic objectives anddeveloping techniques for ensuring they are actionably linked to portfolio managers demand signals.The contractor personnel will work in conjunction with the SSC Atlantic Business PortfolioManagers, their deputies, Corporate Strategy Competency team, and the Strategic Analysis andDecision Support (SAnDS) team.

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 10 of 54 FINAL

 

IA:  Contractor personnel supporting this contract who are performing IA functions that aredesignated as IA Workforce positions IAW DoD 8570.01-M shall be trained and certified inaccordance with DFARS Clause 252.239/7001 Information Assurance Contractor Training andCertification. The contractor shall follow SECNAVINST 5239.3A of 20 Dec 2004 & DoD 8500.2of 6 Feb 2003 when performing IA tasks orders.

4.0   PLACES OF PERFORMANCE

a.   Contractor Facility 

b.   Charleston, SC 

5.0   APPLICABLE DIRECTIVES / REFERENCES

N/A

6.0   SECURITY

Contractor’s request for visit authorization shall be submitted in accordance with DOD 5220.22M(Industrial Security Manual for Safeguarding classified Information) not later than one week prior tovisit.  Request shall be forwarded via Space and Naval Warfare Systems Center (PO Box 190022,North Charleston, SC 29419-9022) Attn: Security Office, for certification of need to know by thespecified COR/Task Order Manager (TOM).  All personnel performing classified tasks under thisproject shall be cleared to a minimum of SECRET.

7.0   COR DESIGNATION/TASK ORDER MANAGER

The COR for this order is Mr. Marshall Brewton, (843)-218-2807, E-mail:[email protected].

8.0 PERFORMANCE REQUIREMENTS

8.1   Collaboration and Execution (CnE) Support 

The CnE environment requires that the existing infrastructure be upgraded and fine tuned to increaseperformance of Portal pages and Web applications and increase functionality to the SSC Atlanticuser community. Additional disk arrays will have to be mirrored and routinely backed up to ensuresystem integrity and disaster recovery. The contractor shall re-engineer and maintain software,applications, and tools of the CnE environment and for Knowledge Management Systems andassociated systems as required to comply with DoD, DoN, and SPAWARSYSCOM initiatives.Software Engineering will be required to provide modification of interfaces to legacy data sources notbeing subsumed by Navy ERP. Portal Engineering will be required to provide the user communitywith appropriate functionality to assist them in self service discovery of the Collaboration Suite andexecution of web services. The contractor shall perform configuration and/or re-engineering ofapplications software for different operating systems, computer languages required to support KMand CnE. The contractor shall draft, develop, and maintain documentation of data entry and displayscreen operations for CnE and KM Systems and Corporate Business Warehouse (CBW) systems.The contractor shall assist the government in reviewing and updating documentation on the securitystructures and processes for KM Systems and CBW systems. The contractor shall perform researchand analysis of existing legacy CBW systems and make recommendations for systems re-engineeringoutside of Navy ERP. The contractor shall perform re-engineering of interfaces for CnE and KMSand CBW systems. The contractor shall perform database migration and performance tuning ofdatabases in support of CnE and KM and CBW systems. The contractor shall performre-engineering of web services and discovery/configuration support for Oracle UDDI directories. 

The contractor shall assist the user community with creation of portal pages, taxonomies, attributes,

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 11 of 54 FINAL

 

meta-data tags, workflows, KM strategies and guidelines for managing project data for SSC Atlantic,utilization of collaboration tools, integration of new processes, tools and eBusiness philosophieswithin the existing SPAWAR Business IT environment, coordination requirements with otherSPAWAR intranet sites, SPAWAR web sites, the SPAWAR Business IT public internet site, otherDOD/Navy portal owners and Defense Knowledge Online (DKO). KM support shall also includeanalyzing the existing Team SPAWAR KM environment and recommend appropriate changes andprovide oversight of  implementation of policies/structures that support 1) improvement ofperformance, productivity and effectiveness of the organization, 2) enables achievement of itsbusiness objectives through eBusiness techniques across the DoD/DON/SPAWAR enterprise, and 3)promulgates Team SPAWAR’s mission to deliver FORCEnet: invent, acquire, develop, deliver andsupport integrated and interoperable C4ISR and business IT capabilities in the interest of nationaldefense. 

Remedy ticket processing and Oracle database and application tier upgrades are required to beperformed to keep the CnE infrastructure in compliance with all INFOSEC requirements. Thecontractor shall provide services such as analysis, installation, database development, programming,portal development, test and evaluation, on-call support, configuration, quality assurance anddocumentation preparation will have to be performed. The contractor shall perform on-call databasesupport for all Oracle databases in support of CnE and KM systems and CBW Systems. Thecontractor shall per form database tuning and operating system upgrades. The contractor shallprovide Windows Server Operating System Administration and Information Assurance Compliance.The contractor shall provide Tier 2 CnE Customer Support and utilize the SSC Atlantic CommandRemedy system for logging and processing of tickets. The contractor shall conduct research andanalysis to prepar e program management documents pertaining to CnE and KM Systems and CBWsystems, such as long range plans, program and project management plans, program and projectre-engineering plans, risk management plans, and project transition plans. 

The contractor shall provide migration support for any migration effort of CnE to the NavyEnterprise Portal. The contractor shall update the source code and object code on the productionUNIX, Linux, Microsoft or network systems, provide status and completion notifications to thegovernment via e-mail and Remedy Help Desk Tracking software, as well as documentation updatesprovided to the government in MS-Word format via Content Services.

8.2 HQ  CnE Maintenance 

The contractor shall provide CnE system support to SPAWAR Headquarters and SSC PAC. Thecontractor shall re-engineer and maintain software, applications, and tools of the CnE environmentand for KM Systems and associated systems as required to comply with DoD, DoN, andSPAWARSYSCOM initiatives. Software Engineering will be required to provide modification ofinterfaces to legacy data sources not being subsumed by Navy ERP. Portal Engineering will berequired to provide the user community with appropriate functionality to assist them in self servicediscovery of the Collaboration Suite and execution of web services.  The contractor shall performconfiguration and/or re-engineering of applications software for different operating systems,computer languages required to support KM and CnE. The contractor shall draft, develop, andmaintain documentation of data entry and display screen operations for CnE and KM Systems andCBW systems. The contractor shall assist the government in reviewing and updating documentationon the security structures and processes for KM Systems and CBW systems. The contractor shallperform research and analysis of existing legacy CBW systems and make recommendations forsystems re-engineering outside of Navy ERP. The contractor shall perform re-engineering ofinterfaces for CnE and KM Systems and CBW systems. The contractor shall perform databasemigration and performance tuning of databases in support of CnE and KM Systems and CBMsystems. The contractor shall per form re-engineering of web services and discover y/configurationsupport for Oracle UDDI directories. 

The contractor shall assist the user community with creation of portal pages, taxonomies, attributes,meta-data tags, workflows, KM strategies and guidelines for managing project data for SSC Atlantic,utilization of collaboration tools, integration of new processes, tools and eBusiness philosophieswithin the existing SPAWAR Business IT environment, coordination requirements with other

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 12 of 54 FINAL

 

SPAWAR intranet sites, SPAWAR web sites, the SPAWAR Business IT public internet site, otherDOD/Navy portal owners and Defense Knowledge Online (DKO). KM support shall also includeanalyzing the existing Team SPAWAR KM environment and recommend appropriate changes andprovide oversight to implementation of policies/structures that support 1) improvement ofperformance, productivity and effectiveness of the organization, 2) enables achievement of itsbusiness objectives through eBusiness techniques across the DoD/DON/SPAWAR enterprise, and 3)promulgates Team SPAWAR’s mission to deliver FORCEnet: invent, acquire, develop, deliver andsupport integrated and interoperable C4ISR and business IT capabilities in the interest of nationaldefense. 

Remedy ticket processing and Oracle database and application tier upgrades are required to beperformed to keep the CnE infrastructure in compliance with all INFOSEC requirements. Thecontractor shall provide services such as analysis, installation, database development, programming,portal development, test and evaluation, on-call support, configuration, quality assurance anddocumentation preparation will have to be performed. The contractor shall attend ConfigurationControl Board meetings regarding CnE maintenance. The contractor shall perform on-call databasesupport for all Oracle databases in support of CnE and KM Systems and CBW Systems. Thecontractor shall perform database tuning and operating system upgrades. The contractor shall conductresearch and analysis to prepare program management documents pertaining to CnE and KMS andCorporate Business Warehouse systems, such as long range plans, program and project managementplans, program and project re-engineering plans, risk management plans, and project transition plans.The contractor shall update the source code and object code on the production UNIX, Linux,Microsoft or network systems, provide status and completion notifications provided to thegovernment via e-mail and Remedy Help Desk Tracking software, as well as documentation updatesprovided to the government in MS-Word format via Content Services.

8.3 Corporate Infrastructure Network/Hardware Engineering, Configuration, Installation,Maintenance and Customer Support 

The contractor shall investigate customer feedback or change requests related to the Corporate Infrastructure supporting the Corporate IT Systems environment. The contractor shall processcustomer requests and provide resolution communication via Remedy and/or Notifications. Thecontractor shall investigate and assess existing and new technologies, which have the potential toimprove customer capabilities in the areas of processes, applications, and systems engineering forCode 8.0 Corporate IT Systems and associated systems. The contractor shall provide training in theuse of new and re-engineered Code 8.0 Corporate IT Systems and associated systems. User trainingshall be provided prior to system installation and turnover at SSC Atlantic. These tasks requirepreparation of training materials, training documentation, training management services, classroomtraining or individual training. The contractor shall research and provide analysis for upgrading thecurrent Code 8.0 Corporate IT Systems environmental operating systems to current supportedversions of these products as well as maintenance support of the NMCI B3 COI. The contractorshall also provide Quality Assurance testing and Performance testing of the Code 8.0 Corporate ITSystems and associated systems on the Solaris and Windows platform. The contractor shall providethe government with the results of analysis, recommendations and potential plans forimplementation of technology within applications for Code 8.0 Corporate IT Systems andassociated systems via Content Services. The contractor shall engineer and maintain the CorporateInfrastructure for Code 8.0 Corporate IT Systems and associated systems including network andhardware infrastructures as required to comply with DoD, DoN, and SPAWARSYSCOM initiatives.The contractor shall configure, develop, modify, or redesign the infrastructure necessar y toaccommodate Code 8.0 Corporate IT Systems and associated systems in support of variousoperating systems, computer languages, or for the employment of advanced computationaltechniques. The contractor shall provide inventory management and database entry for equipment asdirected relative to the scope of systems covered for this work. 

The contractor shall attend technical conferences as directed by the government for technical refreshof the infrastructure for Code 8.0 Corporate IT Systems. The contractor shall provideSolaris/UNIX, Linux, Microsoft system administration, data backup and restoration systemsupport, storage disk array support, Hardware support, and Oracle database support as part of a

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 13 of 54 FINAL

 

rotation team. The contractor shall investigate and assess existing, new and emerging technologieswhich have the potential to improve server capabilities in the areas of applications, communications,data processing, data storage and retrieval, data backup and restore and server storage and networkarchitectures as r equested by sponsor. The contractor shall support on-call rotation with subjectmatter expert group. When on call, contractor must be on site in response to a service outage within 2hours of initial outage notification. The contractor shall support NMCI migration. The contractorshall provide to the government detail design diagrams as directed via Content Services.  Thecontractor shall provide installation and configuration support for Commercial-off-the-shelf (COTS)software in support of Code 8.0 Corporate IT Systems and associated systems as required tocomply with DoD, DoN, or SPAWARSYSCOM initiatives. 

The contractor shall install and configure COTS software for various operating systems and backupsystems. The contractor shall provide Information Technology Management Systems LAN/WANcomputer system/software/peripheral installations and upgrades, maintenance, technicaltroubleshooting, analysis, web page re-engineering, logistics, configuration management support toSPAWARSYSCEN Corporate IT Systems. The contractor shall provide Coporate SolutionEnvironment support including server hardware, network operating system, Legato NetworkSoftware, StorageTek Tape libr ary, NetApp Storage Appliances, and provide system data backupand disaster recovery, electronic notifications, system, network analysis and interfaces with DNS,Kerberos, and LDAP relative to Business Systems. The contractor shall manage equipment so thatequipment stays within normal operating tolerances. Contractor shall manage servers andapplications that provide cell/paging/email notifications in the event of system or service outages. Thecontractor shall manage and maintain Network Attached Storage (NAS) equipment to ensure highavailability and the replication of data to other geographically dispersed NASs. The contractor shallmaintain a high level of security of all operating systems, developed applications and software. Thecontractor will install and track DoD mandated IAVA security alerts and patches on equipment asdirected relative to the scope of systems covered for this work. The Contractor shall also applypatches and determine the cause and effect of security policy or permission changes. The contr actorshall prepare network/system diagrams denoting infrastructure configuration, port settings and arraystorage. The contractor shall update the installation and configuration documentation appropriatelyand provide updates to the government in MS-Word format via Content Services.

The contractor shall ensure that no FAM disapproved applications are integrated, installed oroperational on Navy networks. The contractor shall ensure that all databases that use databasemanagement systems (DBMS) designed, implemented, and/or hosted on servers and/or mainframessupporting Navy applications and systems be registered in DADMS and are FAM approved. Allintegrated, installed, or operational applications hosted on Navy networks must also be registered inDADMS and approved by the FAM.  No operational systems or applications will be integrated,installed, or operational on the RDT&E network.  

8.4 Knowledge Management Support (KM)  

The contractor shall provide Knowledge Management support in the areas of Project Control, Portalre-engineering, Taxonomy re-engineering, Information and Data sharing strategies and plans, WebPage re-engineering, Records management design, Training development and Computer BasedTraining re-engineering and support, and End User experience acceptance testing and validation.  Thecontractor shall re-engineer and maintain software, applications, and tools of the collaborationenvironment and associated systems as required to comply with DoD, DoN, or SPAWARSYSCOMinitiatives. 

The contractor shall assist the user community with the creation of portal pages; taxonomies;attributes; meta-data tags; workflows; blogs; KM strategies and guidelines for managing project datafor SSC Atlantic, SSC-PAC and Headquarters; utilization of collaboration tools; and integration ofnew processes, tools and eBusiness philosophies within the existing SPAWAR Business ITenvironment.

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 14 of 54 FINAL

 

The contractor shall support creation of taxonomies, attributes, meta-data tags, workflows, andcoordination requirements with other SPAWAR intranet sites, SPAWAR web sites, the SPAWARBusiness IT public internet site, and other DOD/Navy portal environments.  The contractor shallanalyze the existing Team SPAWAR Knowledge Management environment, recommend appropriatechanges, and provide oversight to implementation of policies/structures that: 1) supportimprovement of performance, productivity and effectiveness of the organization, 2) enableachievement of its business objectives through eBusiness techniques across the DoD/DON/SPAWARenterprise, and 3) promulgate Team SPAWAR’s mission to deliver FORCEnet: invent, acquire,develop, deliver and support integrated and interoperable C4ISR and business IT capabilities in theinterest of national defense.  The contractor shall provide Training design, development andpresentation support for various applications and tools produced or supported by SSC Atlantic. 

8.5 Project Portfolio Monitoring & Control (P2MC) Support 

The contractor shall provide P2MC web development support to provide SPAWAR with a trackingmechanism for Projects. The contractor shall provide software re-engineering support for P2MCmodules based off of customer requirements. The contractor shall provide re-engineering support forthe implementation of CAO/IPT structures and the consolidation of Navy ERP extract files. Thecontractor will re- engineer the Team Assignment Agreement (TAA) application in support ofautomating CAO and the IPT functions. The contractor shall provide re-engineering support for theability to create custom questionnaires that will provide more granular data for high risk projects.The contractor shall perform review of customer requirements, re-engineering support, qualityassurance support, documentation support and customer service support.

8.6 SSC-Atlantic Corporate Strategy Planning Support 

The purpose of this order is to provide senior business planning and strategic support in the area ofCorporate Strategic Planning and Execution support. The contractor shall provide support forstrategic environmental scan updates by tapping into external sources and translating informationinto actionable insights and recommendations targeted for SSC LANT technical areas of interest aswell as provide support for strategic assessments including development of a model for scenariobased planning which can be used to facilitate quarterly planning sessions with SSC LANT Board ofDirectors (BOD) regarding issues of strategic inter ests. Additional effort will be required to supportformulation of new strategies by identif ying and validating strategic objectives and developingtechniques for ensuring they are actionable linked to portfolio managers demand signals. Thecontractor personnel will work in conjunction with the SSC-Atlantic Business Portfolio Managersand / or their deputies, and Corporate Strategy Competency team, Strategic Analysis and DecisionSupport (SAnDS) team, and others as directed.

8.6.1 Strategic Scenario Based Planning

Develop on behalf of the Corporate Strategy competency Lead (8.4) and their designated technicalsupport team a draft model supporting scenario based planning for the LANT Board of Directors.The contractor shall develop model for scenario based planning that may be used to facilitatequarterly planning sessions with SSC LANT Board of Dir ectors regarding issues of strategicinterests. This model will outline scenario development, SSC-Atlantic BOD read-ahead’s andpreparations, planning session facilitation, and resulting planning report. The intent of these scenariobased planning sessions is to identify any issues, potential organizational failures, and/or strategicobjective gaps for SSC-Atlantic operations. Contractor shall present developed model of scenariobased planning in a written/graphical format.

8.6.2 Environmental Scan Support

The contractor shall provide environmental scans supporting SSC LANT needs of businessportfolio managers. In addition real time support will be provided during monthly scheduleddiscussions with SSC LANT Technical Director to facilitate issues such as identification of biggestthreats facing this organization and best to establish a 3-5 year future posture. The contractor shallinvestigate, conduct surveys and compile information and statistical data where necessary to prepare

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 15 of 54 FINAL

 

an environmental scan update based on SSC-PAC Center Strategic Group (CSG) environmental scanor other similar type environmental scan. The contractor shall monitor and assess strategic externalsources and translate information into actionable insights and recommendations targeted for SSCLANT Business Portfolios and corporate strategy competency lead. This task will also require closeassociation with SAnDS for assessments of current strategic objectives and Center trends. This taskwill develop assessments, reports, correspondence, messages and memoranda within the timeframerequired by the requestor.

8.7 Project Management and Project Control Support 

Provide project management and project control support of this order to achieve project/systemobjectives. The contractor will submit a monthly written status report on progress of work anddeliverables via electronic format. This report will be in the contractor’s format.

8.8 Tri-Annual Review System Support 

The contractor shall provide software re-engineering support for the Tri-Annual Review System andprovide System maintenance support. The contractor shall provide software re-engineering supportfor systems representing consolidation efforts of combining Navy ERP data, Local Data Store (LDS),into the Tri-Annual data model. The contractor shall re-engineer and maintain software, applications,and tools of the Tri-Annual environment and associated systems as required to comply with DoD,DoN, or SPAWARSYSCOM initiatives. The contractor shall provide requirements gathering support,softwar e re-engineering, quality assurance testing, requirements traceability, and implementationsupport.

8.9 Service Center Support  (EMS)

The contractor shall provide software re-engineering support for the EMS Service Center Systemand provide System maintenance support. The contractor shall provide software re-engineeringsupport for systems representing consolidation efforts of combining Navy ERP data into the EMSdata model. The contractor shall re-engineer and maintain softwar e, applications, and tools of theEMS environment and associated systems as required to comply with SSC-LANT initiatives. Thecontractor shall provide requir ements gathering support, sof tware re-engineering, quality assurancetesting, requirements traceability, and implementation support.  Work under this order will be doneduring normal working hours when practical. However, due to operational requirements, schedules,and the availability of required resources and/or down time of those resources, extended hoursincluding weekend work may be requir ed. Approval from the COR is required prior to anyextended work week performance.

8.10 Help Desk Support

The contractor shall provide Tier 1 Help Desk support for Code 8.0 systems including Navy ERP.The contractor shall provide analysis, design and implementation of approved SSC- LANTConfiguration Control Board Software Trouble Reports (STRs) and general STRs. The contractorshall attend on-site CCB meetings as required. The contractor shall provide technical analysis andTriage of STRs identified for investigation, render automated reports from the current trackingsystem to identify the effort needed to solve and implement approved STRs, and track the status ofopen, closed and deferred STRs with assigned priorities. The contractor shall provide businessprocess support to mature Help Desk processes in support of the CSE user community. These tasksrequire, but are not limited to, answering the Help Desk phone, working with customers to documentproblems, providing analysis of problems, documenting customer problems, documenting problemresolution, providing tracking reports of outstanding problems, communicating with the Navy ERPBusiness office, and reporting statistics related to the improvement of training initiatives.

8.11 Navy ERP Support  

The contractor shall provide Procurement Help Desk assistance to maintain efficient procurementprocessing. The contractor shall provide Navy ERP Subject Matter Experts in the areas of Asset

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 16 of 54 FINAL

 

Management, Material Management, Sales and Distribution, Workflow.  

The contractor shall assist the government in extracting data from authoritative sources (Navy ERP,SPAWAR Directory Services,  inventor y databases, etc.) and combining to satisfy operationalrequirements to include service center chargeback, process cycle time metrics, first pass successrates and intermediate products to support executive dashboard requirements. The contractor shallperform data centric research with content subject matter experts and perform data mapping andanalysis on these and other sources maintained in the SSC ATLANTIC Local Data Store.  Thecontractor shall provide data products for others to use to generate reports and also support ad hocdata calls using available data.  The contractor shall extract and transform Navy ERP data using SAPR3 and ZE-16 special table queries to populate daily report in the Local Data Store.  The contractorshall manage data extracts in the Local Data Store from retired legacy Financial and inventorysystems or combine that information with current Navy ERP data to produce corporate level dataproducts. The contractor shall provide project management expertise to assist with theSSC-ATLANTIC interactions with the SPAWAR Business Office, SSC ATLANTIC Reports IPT,various SEBO Working Groups, and the Strategic Analysis and Decision Support (SAnDS) Team.

The contractor shall gather metric data related to the end to end cycle time and first pass success ratesfor Purchase Requests (PR) in the areas of services, materials and MILSTRIP in support of executivedashboard presentations.  The contractor shall provide ad hoc reporting support utilizing varioustools endorsed by SSC ATLANTIC such as native ORACLE SQL Tools, Oracle Discoverer,Business Objects, i-Dashboard or Microsoft Excel.  The contractor shall assist the government in thepreparation of data calls utilizing Microsoft Word, Microsoft Excel, Microsoft PowerPoint, and/orMicrosoft Project.

The contractor shall provide web site maintenance services such as web page creation andmaintenance of content management as well as version control of uploaded files and content.  Thecontractor shall provide meeting management assistance such as preparing meeting minutes, preparingconference rooms for scheduled meetings and requesting, coordinating and manning VTC services.The contractor shall assist the government in the preparation of briefing materials and trainingmaterials.  The contractor shall assist the government in the pr eparation of computer based trainingmaterials.  The contractor shall assist the government in the delivery of boot camps, briefs or trainingclasses related to products and services delivered.

9.0 GOVERNMENT FURNISHED INFORMATION

The government shall provide access to any technical manuals, descriptions and drawings that thecontractor may need to perform this tasking. All Government Furnished Information (GFI) utilizedby the contractor shall be returned to the original issuer at the completion of the contract, or soonerif no longer applicable. GFI will be assured proper safeguarding by the contractor.

10.0   GOVERNMENT FURNISHED MATERIAL

N/A

11.0   GOVERNMENT FURNISHED EQUIPMENT: 

Provide contractor up to 25 GFE laptops for use on the RDT&E network for the duration of thistasking. Current List attached.

12.0   CONTRACTOR FURNISHED MATERIAL

N/A

13.0   CONTRACTOR FURNISHED EQUIPMENT

The tools and equipment needed to complete this task are considered to be common hand tools andequipment of the trade and are to be supplied by the contractor. No contractor equipment will be

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 17 of 54 FINAL

 

installed on or interface with SPAWAR Networks.

14.0     TRAVEL REQUIREMENTS

From To # Trips # People/Trip # DaysCharleston, SC Norfolk, VA 5 1 5Charleston, SC San Diego, CA 5 1 5Charleston, SC Washington, DC 5 1 5Charleston, SC New Orleans, LA 5 1 5

15.0    DELIVERABLES

a..   CDRL A001 -. Contract Monthly Status/Progress Report. Due 15th of each calendar month.

b.    CDRL A002 -  Contract Funds Status Report. Due 15th of each calendar month.

c.    CDRL A003 -  Project Plan/Schedule (POA&M) – MS Project. As requested.

d.    CDRL A004 -  Environmental Scan Updates.  As requested. 

e.    CDRL A005 -  Draft Scenario Based Planning Plan. Due NLT 31 Sept 2012.

f.    CDRL A006 -  Software Support/Maintenance Document. As requested.

g.   CDRL A007 -  Engineering Drawings/Network Diagrams. As requested. 

h.   CDRL A008 -  Training Plan and Documentation. As requested. 

i.   CDRL A009 -   Risk Assessments. As requested.

16.0  WORKLOAD ESTIMATE

The following workload data is provided for informational purposes only to assist you in estimatingthe price of this Task Order.

Number of man-hours: est. 57,207 per year

Other Direct Charges (ODC): est. $30,000.00 per year

GFE PROPERTY LIST – N00178-05-D-4507 GZ01

Laptops provided from existing inventory.

1.  COMPUTER, LAPTOP LATITUDE DELL E6520

 S/N: GOWTTVI

 MrNOR PROPERTY NUMBER: 65236022RT

2.  COMPUTER, LAPTOP LATITUDE DELL E6520

 S/N: GOXQTVI

 MrNOR PROPERTY NUMBER: 65236022S9

3.  COMPUTER, LAPTOP LATITUDE DELL E6520

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 18 of 54 FINAL

 

 S/N: GOSQTVI

 MINOR PROPERTY NUMBER: 65236022RP

4.  COMPUTER. LAPTOP LATITUDE DELL E6520

 S/N: GIORTVI

 MINOR PROPERTY NUMBER: 65236022S8

5.  COMPUTER, LAPTOP LATITUDE DELL E6520

 S/N: GOZPTV I 

 MINOR PROPERTY NUMBER: 65236022SA

6.  COMPUTER, LAPTOP LATITUDE DELL E6520

 S/N: GOWQTV I

 MINOR PROPERTY NUMBER: 65236022TO

7.  COMPUTER, LAPTOP LATITUDE DELL E6520

 S/N: GOSITVI 

 MINOR PROPERTY NUMBER: 65236022RV

8.  COMPUTER, LAPTOP LATITUDE DELL E6520

 S/N: GOTRTVI 

 MINOR PROPERTY NUMBER: 65236022SU

9.  COMPUTER, LAPTOP LATITUDE DELL E6520

 S/N: GOTQTVI 

 MINOR PROPERTY NUMBER: 65236022SR

10.  COMPUTER, LAPTOP LATITUDE DELL E6520 

 S/N: GOTNTV I

 MINOR PROPERTY NUMBER: 65236022SE

11. COMPUTER, LAPTOP LA TJTUDE DELL E6520 

 S/N: GOXRTV I

 MINOR PROPERTY NUMBER: 65236022ST

12. COMPUTER, LAPTOP LA TJTUDE DELL E6520 

 S/N: GOSSTVI 

 MINOR PROPERTY NUMBER: 65236022SP

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 19 of 54 FINAL

 

13. COMPUTER, LAPTOP LATITUDE DELL E6520 

 S/N: G I OTTV I 

 MINOR PROPERTY NUMBER: 65236022SS

14.  COMPUTER, LAPTOP LATITUDE DELL E6520 

 S/N: GOZNTVI 

 MINOR PROPERTY NUMBER: 65236022SF

15.  COMPUTER, LAPTOP LATITUDE DELL 

 S/N: GOWRTVI 

 MINOR PROPERTY NUMBER: 65236022$4

16.  COMPUTER, LAPTOP LATITUDE DELL E6520 

 S/N: GOTPTV I 

 MTNOR PROPERTY NUMBFR: 652~6022SZ

17.  COMPUTER, LAPTOP LA T1TUDE DELL E6520 

 S/N: GOVTTVI 

 MINOR PROPERTY NUMBER: 65236022RU

18.  COMPUTER, LAPTOP LATITUDE DELL E6520 

 S/N: GJOVTV I 

 MINOR PROPERTY NUMBER: 65236022S2

C-313 SECURITY REQUIREMENTS (DEC 1999)

The work to be performed under this contract as delineated in the DD Form 254, Attachment No. 2 involves accessto and handling of classified material up to and including Secret. 

In addition to the requirements of the FAR 52.204-2 “Security Requirements” clause, the Contractor shall appoint aSecurity Officer, who shall (1) be responsible for all security aspects of the work performed under this contract, (2)assure compliance with the National Industry Security Program Operating Manual (DODINST 5220.22M), and (3)assure compliance with any written instructions from the Security Officer Code OA1, SPAWAR Systems CenterCharleston, P.O. Box 190022, North Charleston, SC 29419-9022.

C-315 WORKWEEK (DEC 1999)

(a) All or a portion of the effort under this contract will be performed on a Government installation. The normalworkweek for Government employees at SPAWAR Systems Center Charleston and its Detachments is Mondaythrough Friday 0730 to 1600. Work at this Government installation, shall be performed by the contractor within thenormal workweek unless differing hours are specified on the individual task orders. Following is a list of holidaysobserved by the Government:

Name of Holiday Time of Observance

New Year’s Day 1 January

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 20 of 54 FINAL

 

Martin Luther King Jr. Day Third Monday in January

President's Day Third Monday in February

Memorial Day Last Monday in May

Independence Day 4 July

Labor Day First Monday in September

Columbus Day Second Monday in October

Veteran's Day 11 November

Thanksgiving Day Fourth Thursday in November

Christmas Day 25 December

(b) If any of the above holidays occur on a Saturday or a Sunday, then such holiday shall be observed by theContractor in accordance with the practice as observed by the assigned Government employees at the using activity.

(c) If the Contractor is prevented from performance as the result of an Executive Order or an administrative leavedetermination applying to the using activity, such time may be charged to the contract as direct cost provided suchcharges are consistent with the Contractor’s accounting practices.

(d) This contract does not allow for payment of overtime during the normal workweek for employees who are notexempted from the Fair Labor Standards Act unless expressly authorized by the Ordering Officer. Under Federalregulations the payment of overtime is required only when an employee works more than 40 hours in a normal weekperiod.

C-317 NOTICE TO CONTRACTOR OF CERTAIN DRUG DETECTION PROCEDURES (DEC 1999)

(a) Pursuant to Navy policy applicable to both Government and contractor personnel, measures will be taken toprevent the introduction and utilization of illegal drugs and related paraphernalia into Government Work areas.

(b) In furtherance of the Navy’s drug control program, unannounced periodic inspections of the following nature maybe conducted by installation security authorities:

(1) Routine inspection of contractor occupied work spaces.

(2) Random inspections of vehicles on entry or exit, with drug detection dog teams as available, to eliminate themas a safe haven for storage of or trafficking in illegal drugs.

(3) Random inspections of personnel possessions on entry or exit from the installation.

(c) When there is probable cause to believe that a contractor employee on board a naval installation has beenengaged in use, possession or trafficking of drugs, the installation authorities may detain said employee until theemployee can be removed from the installation, or can be released to the local authorities having jurisdiction.

(d) Trafficking in illegal drug and drug paraphernalia by contract employees while on a military vessel/installationmay lead to possible withdrawal or downgrading of security clearance, and/or referral for prosecution by appropriatelaw enforcement authorities.

(e) The contractor is responsible for the conduct of employees performing work under this contract and is, therefore,responsible to assure that employees are notified of these provisions prior to assignment.

(f) The removal of contractor personnel from a Government vessel or installation as a result of the drug offenses shallnot be cause for excusable delay, nor shall such action be deemed a basis for an equitable adjustment to price,delivery or other provisions of this contract.

C-317 NOTICE TO CONTRACTOR OF CERTAIN DRUG DETECTION PROCEDURES (DEC 1999)

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 21 of 54 FINAL

 

(a) Pursuant to Navy policy applicable to both Government and contractor personnel, measures will be taken toprevent the introduction and utilization of illegal drugs and related paraphernalia into Government Work areas.

(b) In furtherance of the Navy’s drug control program, unannounced periodic inspections of the following nature maybe conducted by installation security authorities:

(1) Routine inspection of contractor occupied work spaces.

(2) Random inspections of vehicles on entry or exit, with drug detection dog teams as available, to eliminate themas a safe haven for storage of or trafficking in illegal drugs.

(3) Random inspections of personnel possessions on entry or exit from the installation.

(c) When there is probable cause to believe that a contractor employee on board a naval installation has beenengaged in use, possession or trafficking of drugs, the installation authorities may detain said employee until theemployee can be removed from the installation, or can be released to the local authorities having jurisdiction.

(d) Trafficking in illegal drug and drug paraphernalia by contract employees while on a military vessel/installationmay lead to possible withdrawal or downgrading of security clearance, and/or referral for prosecution by appropriatelaw enforcement authorities.

(e) The contractor is responsible for the conduct of employees performing work under this contract and is, therefore,responsible to assure that employees are notified of these provisions prior to assignment.

(f) The removal of contractor personnel from a Government vessel or installation as a result of the drug offenses shallnot be cause for excusable delay, nor shall such action be deemed a basis for an equitable adjustment to price,delivery or other provisions of this contract.

C-325 KEY PERSONNEL

(a) The offeror agrees to assign to this contract those key personnel listed in paragraph (d) below. No

substitutions shall be made except in accordance with this clause.

(b) The offeror agrees that during the first 60 days of the contract performance period no personnel substitutions

will be permitted unless such substitutions are necessitated by an individual's sudden illness, death or

termination of employment. In any of these events, the contractor shall promptly notify the Contracting Officer and

provide the information required by paragraph (c) below. After the initial 60 day period, all proposed substitutions

must be submitted in writing, at least fifteen (15) days (thirty (30) days if a security clearance is to be obtained) in

advance of the proposed substitutions to the contracting officer. These substitution requests shall provide the

information required by paragraph (c) below.

(c) All requests for approval of substitutions under this contract must be in writing and provide a detailed

explanation of the circumstances necessitating the proposed substitutions. They must contain a complete

resume for the proposed substitute or addition, and any other information requested by the Contracting Officer or

needed by him to approve or disapprove the proposed substitutions. All substitutions proposed during the

duration of this contract must have qualifications of the person being replaced. The Contracting Officer or his

authorized representative will evaluate such requests and promptly notify the contractor of his approval or

disapproval thereof in writing.

(d) List of Key Personnel

NAME CONTRACT LABOR CATEGORY

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 22 of 54 FINAL

 

Waddy Caron Program Manager

(e) If the Contracting Officer determines that suitable and timely replacement of key 

personnel who have been

reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming

or that the resultant reduction of productive effort would be so substantial as to impair the successful completion of 

the contract or the service order, the contract may be terminated by the Contracting Officer for default or for the

convenience of the Government, as appropriate. In addition, if the Contractor is found at fault for the condition, the

Contracting Officer may elect to equitably decrease the contract price or fixed fee to compensate the Government

for any resultant delay, loss or damage.

(f) If the offeror wishes to add personnel to be used in a labor category he shall employ the procedures outlined in

paragraph (c) above. Adding personnel will only be permitted in the event of an indefinite quantity contract, where

the Government has issued a delivery order for labor hours that would exceed a normal forty hour week if

performed only by the number of employees originally proposed.

C-719 EXEMPTION FROM ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITYREQUIREMENTS (JUN 2001)

(a) The Government has determined that the following exemption(s) to the Electronic and Information Technology(EIT) Accessibility Standards (36 C.F.R. § 1194) are applicable to this procurement:

____ The EIT to be provided under this contract has been designated as a National Security System.

__X__ The EIT acquired by the contractor is incidental to this contract.

____ The EIT to be provided under this contract would require a fundamental alteration in the nature of the productor its components in order to comply with the EIT Accessibility Standards.

____ The EIT to be provided under this contract will be located in spaces frequented only by service personnel formaintenance, repair, or occasional monitoring of equipment.

____ Compliance with the EIT Accessibility Standards would impose an undue burden on the agency.

____ The EIT to be provided under this contract is purchased in accordance with FAR Subpart 13.2 prior toJanuary 1, 2003.

(b) Notwithstanding that an exemption exists, the Contractor may furnish supplies or services provided under thiscontract that comply with the EIT Accessibility Standards (36 C.F.R. § 1194).

C-720 PERFORMANCE BASED REVIEW AND ACCEPTANCE PROCEDURES

This is a performance based order, as defined in FAR Part 37.6. Contractor performance will be reviewed inaccordance with the Quality Assurance Plan as follows:

QUALITY ASSURANCE PLAN

(1) Objective: The purpose of this plan is to provide a quality assurance plan for the services contracted under thisTask Order. This plan provides a basis for the Task Order Manager (TOM) to evaluate the quality of the contractor’sperformance. The oversight provided for in this plan, and the remedy established, will help ensure that service levels

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 23 of 54 FINAL

 

are of high quality throughout the task order term.

(2) Performance Standards:

a. The deliverables under this task order will be consistently technically accurate.

b. The services delivered under this task order will be consistently of high quality.

c. The contractor’s cost control efforts under this task order will be consistently effective (applicable to costreimbursement task orders).

d. The contractor will be consistently responsive to Government customers in its performance of this task order.

e. For the purposes of this plan, “consistently” is defined as “generally holding true”, “persistently over time”,and/or “overall uniformly”.

(3) Evaluation Methods: The TOM will conduct performance evaluations based on the standards in paragraph 2above using the following technique:

a. During the performance period of the task order, the TOM will continually and proactively monitor contractorefforts and obtain input from other Government personnel with performance oversight functions to ascertain the levelof compliance with the Performance Standards.

b. Every 12 months after the effective date of the task order, the TOM will prepare a Task Order PerformanceEvaluation (TOPE) documenting the results of the efforts performed under paragraph 3.a. above.

c. The TOM will upload the TOPE to the SeaPort Portal.

(4) Remedy

a. If the annual Performance Evaluation indicates that the contractor has not met one or more of the PerformanceStandards, the following negative remedy becomes effective: the TOM will submit a negative TOPE on the SeaPortPortal for the applicable Performance Standard.

b. This is a significant negative remedy as the TOPE is a key part of the Performance Monitoring process which:

i. Provides input to the annual Contractor Performance Assessment Report (CPAR); and

ii. Determines the contractor’s ability to earn term extensions to its basic SeaPort-e contract in accordance with theAward Term provisions contained therein.

The following Standard Labor Categories are represented in the Personnel Qualifications supplemental to contractN00178-05-D-4507-GZ01/GZ02.  Each Labor Category description has been modified to provide consistent supportadvancement from Computer System Analyst through Subject Matter Expert for the skill sets listed.  The ComputerProgrammer categories were modified to provide consistency in experience.

 

 

Computer System Analyst I (SCA14101)

Education: High School diploma or GED. Working towards completingapplicable vendor/platform certification (e.g., Microsoft Certified SolutionsDeveloper (MCSD), Microsoft Certified Applications Developer (MCAD),Microsoft Certified Database Administrator (MCDBA), Sun CertifiedProfessional (SCP), Red Hat Certification Program (RHCP), CISCOCertified Network Professional (CCNP), Oracle Certified Professional(OCP), or other).

Experience: One (1) year of Computerized System experience includingNetwork Protocols, UNIX, and Windows based operating system,

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 24 of 54 FINAL

 

Or One (1) year of demonstrated industry experience in SAP / ERP, orDatabase Administration, or Oracle Discoverer, or MS SharePoint, orBusiness Objects, to include operations or configuration / administration,and/or reporting.  

 Computer System Analyst II(SCA 14102)

Education: High School diploma or GED. Completed the followingcertifications within one and a half year after assuming duties: CertifiedSoftware Development Professional (CSDP) (Previously known as CertifiedSoftware Engineering Professional (CSEP)), or with COR approvalcomplete a vendor/platform specific certification (e.g., Microsoft CertifiedSolutions Developer (MCSD), Microsoft Certified Applications Developer(MCAD), Microsoft Certified Database Administrator (MCDBA), SunCertified Professional (SCP), Red Hat Certification Program (RHCP),CISCO Certified Network Professional (CCNP), Oracle CertifiedProfessional (OCP), or other).

Experience: Three (3) years of IT System Quality Assurance (QA)Computerized System experience including Test and Evaluation, NetworkProtocols, LAN administration fundamentals, and UNIX, and Windowsbased operating system, or Three (3) years of demonstrated industryexperience in SAP / ERP, or Database Administration, or OracleDiscoverer, or MS SharePoint, or Business Objects, to include operationsor configuration / administration, and/or reporting.  

.

 Computer System Analyst III(SCA 14103)

Education: High School diploma or GED. Completed the followingcertifications within one and a half year after assuming duties: CertifiedSoftware Development Professional (CSDP) (Previously known as CertifiedSoftware Engineering Professional (CSEP)), or with COR approvalcomplete a vendor/platform specific certification (e.g., Microsoft CertifiedSolutions Developer (MCSD), Microsoft Certified Applications Developer(MCAD), Microsoft Certified Database Administrator (MCDBA), SunCertified Professional (SCP), Red Hat Certification Program (RHCP),CISCO Certified Network Professional (CCNP), Oracle CertifiedProfessional (OCP), other).

Experience: Five (5) years IT Quality Assurance (Q&A) ComputerizedSystem experience, to include: Design, Development, Test and Evaluation,Network Protocols, LAN administration fundamentals, UNIX, andWindows based operating system, or Five (5) years of demonstratedindustry experience in SAP / ERP, or Database Administration, or OracleDiscoverer, or MS SharePoint, or Business Objects, to include operationsor configuration / administration, and/or reporting.

 Subject Matter Expert (SME) 1 Education: Technical Training in SAP / ERP, or Database Administration,

or Oracle Discoverer, or MS SharePoint, or Business Objects

Experience: Eight (8) years of hands-on experience to include three (3) ofthe following four (4) areas: Systems Requirements, OperationalRequirements, Test & Evaluation, and Training. Recognized expert whohas demonstrated industry service in SAP / ERP, or DatabaseAdministration, or Oracle Discoverer, or MS SharePoint, or BusinessObjects, to include operations or configuration / administration, and/or

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 25 of 54 FINAL

 

reporting.

 Subject Matter Expert (SME) 2 Education: Technical Training in SAP / ERP, or Database Administration,

or Oracle Discoverer, or MS SharePoint, or Business Objects

Experience: Ten (10) years of hands-on experience to include three (3) ofthe following four (4) areas: Systems Requirements, OperationalRequirements, Test & Evaluation, and Training. Recognized expert whohas demonstrated industry service in SAP / ERP, or DatabaseAdministration, or Oracle Discoverer, or MS SharePoint, or BusinessObjects, to include operations or configuration / administration, and/orreporting.

 

 Subject Matter Expert (SME) 3 Education: Technical Training in SAP / ERP, or Database Administration,

or Oracle Discoverer, or MS SharePoint, or Business Objects

Experience: Twelve (12) years of hands-on experience to include three (3)of the following four (4) areas: Systems Requirements, OperationalRequirements, Test & Evaluation, and Training. Recognized expert whohas demonstrated industry service in SAP / ERP, or DatabaseAdministration, or Oracle Discoverer, or MS SharePoint, or BusinessObjects, to include operations or configuration / administration, and/orreporting.

 

 Subject Matter Expert (SME) 4 Education: Technical Training in SAP / ERP, or Database Administration,

or Oracle Discoverer, or MS SharePoint, or Business Objects

Experience: Fifteen (15) years of hands-on experience to include three (3) ofthe following four (4) areas: Systems Requirements, OperationalRequirements, Test & Evaluation, and Training. Recognized expert whohas demonstrated industry service in SAP / ERP, or DatabaseAdministration, or Oracle Discoverer, or MS SharePoint, or BusinessObjects, to include operations or configuration / administration, and/orreporting.

Computer Programmer I (SCA14071)

Education: High School diploma or GED. Working towards completingapplicable vendor/platform certification (e.g., Microsoft Certified SolutionsDeveloper (MCSD), Microsoft Certified Applications Developer (MCAD),Microsoft Certified Database Administrator (MCDBA), Sun CertifiedProfessional (SCP), Red Hat Certification Program (RHCP), CISCOCertified Network Professional (CCNP), Oracle Certified Professional(OCP), other).

Experience: One (1) year software programming experience.

 Computer Programmer II (SCA14072)

Education: High School diploma or GED. Working towards completingthe following certifications: Certified Software Development Professional(CSDP) (Previously known as Certified Software Engineering Professional(CSEP)), or with COR approval complete a vendor/platform specificcertification (e.g., Microsoft Certified Solutions Developer (MCSD),

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 26 of 54 FINAL

 

Microsoft Certified Applications Developer (MCAD), Microsoft CertifiedDatabase Administrator (MCDBA), Sun Certified Professional (SCP), RedHat Certification Program (RHCP), CISCO Certified Network Professional(CCNP), Oracle Certified Professional (OCP), or other).

Experience: Three (3) years’ experience, to include: software Design, andDevelopment. One (1) year programming experience using JAVA or .Netand SQL Server or Oracle 10g.

 Computer Programmer III (SCA14073)

Education: High School diploma or GED. Completed the followingcertifications within one and a half year after assuming duties: CertifiedSoftware Development Professional (CSDP) (Previously known as CertifiedSoftware Engineering Professional (CSEP)), or with COR approvalcomplete a vendor/platform specific certification (e.g., Microsoft CertifiedSolutions Developer (MCSD), Microsoft Certified Applications Developer(MCAD), Microsoft Certified Database Administrator (MCDBA), SunCertified Professional (SCP), Red Hat Certification Program (RHCP),CISCO Certified Network Professional (CCNP), Oracle CertifiedProfessional (OCP), or other).

Experience: Six (6) years of experience, to include: Software Design,Development, and Test and Evaluation. Four (4) years of programmingexperience using JAVA or .Net, and SQL Server or Oracle 10g. Three (3)years of experience, to include: Database development and Web pagedesign.

 

Computer Programmer IV (SCA14074)

Education: High School diploma or GED. Completed the followingcertifications within one and a half year after assuming duties: CertifiedSoftware Development Professional (CSDP) (Previously known as CertifiedSoftware Engineering Professional (CSEP)), or with COR approvalcomplete a vendor/platform specific certification (e.g., Microsoft CertifiedSolutions Developer (MCSD), Microsoft Certified Applications Developer(MCAD), Microsoft Certified Database Administrator (MCDBA), SunCertified Professional (SCP), Red Hat Certification Program (RHCP),CISCO Certified Network Professional (CCNP), Oracle CertifiedProfessional (OCP), or other).

Experience: Eight (8) years’ experience, to include: software Design,Development, and Test and Evaluation. Five (5) years programmingexperience using JAVA or .Net, and SQL Server or Oracle 10g. Four (4)years’ experience to include: Database development and Web page design.

 

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 27 of 54 FINAL

 

SECTION D PACKAGING AND MARKING

SHIP TO INFORMATION:

See Section G - Task Order Manager

Packaging and Marking shall be in accordance with Section D of the SeaPort-e Multiple Award IDIQ contract.

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

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 28 of 54 FINAL

 

SECTION E INSPECTION AND ACCEPTANCE

E-303 INSPECTION AND ACCEPTANCE- - DESTINATION (JAN 2002)

Inspection and acceptance of the services to be furnished hereunder shall be made at destination by the Task OrderManager or his duly authorized representative.

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 29 of 54 FINAL

 

SECTION F DELIVERABLES OR PERFORMANCE

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

   

4001 4/18/2012 - 4/17/2013

4101 4/18/2013 - 4/17/2014

6001 4/18/2012 - 4/17/2013

7001 4/18/2014 - 4/17/2015

9001 4/18/2014 - 4/17/2015

CLIN - DELIVERIES OR PERFORMANCE

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

   

4001 4/18/2012 - 4/17/2013

4101 4/18/2013 - 4/17/2014

6001 4/18/2012 - 4/17/2013

7001 4/18/2014 - 4/17/2015

9001 4/18/2014 - 4/17/2015

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

   

6101 4/18/2013 - 4/17/2014

7101 4/18/2015 - 4/17/2016

7201 4/18/2016 - 4/17/2017

9101 4/18/2015 - 4/17/2016

9201 4/18/2016 - 4/17/2017

 

F-303 PERIODS OF PERFORMANCE

The above periods of performance for the option(s) to extend the term of the task order shall apply only if the

Government exercises the option(s) as stated in Section B in accordance with the clause at FAR 52.217-9 "Optionto Extend the Term of the Contract".

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 30 of 54 FINAL

 

SECTION G CONTRACT ADMINISTRATION DATA

Contracting Officer RepresentativeChris Godek, Code 54120P.O. BOX 190022North Charleston, SC [email protected]

Program Manager

Waddy Caron, PMP

[email protected]

G-314 TYPE OF CONTRACT (DEC 1999)

This is a Performance Based, Cost-Plus-Fixed-Fee type task order.

G-317 INVOICING INSTRUCTIONS FOR SERVICES USING WIDE AREA WORK FLOW(WAWF) (JAN 2007)

(a) Invoices for services rendered under this task order shall be submitted electronically through theWide Area Work Flow-Receipt and Acceptance (WAWF). The contractor shall submit invoices forpayment per contract terms. The Government shall process invoices for payment per contractterms.

(b) The vendor shall have their CAGE Code activated by calling 1-866-618-5988. Once activated,the vendor shall self-register at the WAWF website at https://wawf.eb.mil. Vendor training is availableon the internet at https://wawftraining.eb.mil. Additional support can be accessed by calling the NavyWAWF Assistance Line at 1-800-559-9293.

(c) Back-up documentation can be included and attached to the invoice in WAWF. Attachmentscreated with any Microsoft Office product, or Adobe (.pdf files), is attachable to the invoice inWAWF.

(d) A separate invoice will be prepared no more frequently than every two weeks. Do not combinethe payment claims for services provided under this contract.

(e) The following information is provided for completion of the invoice in WAWF:

Invoice Type Cost Vouchers

Issued by N65236

Admin by Code S1103A

DCAA Auditor Code HAA099

Service Approver Code S1103A

Pay by Code HQ0338

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 31 of 54 FINAL

 

Pursuant to the requirement at DFARS PGI 204.7108,  Payment Instructions (d) (12) none of thestandard payment instructions identified in paragraphs (d)(1) through (11) of this section areappropriate, the Payment instructions below provide a significantly better reflection of how funds will beexpended in support of contract performance.

INVOICING AND PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATIONCITATIONS

Consistent with task order clause 5252.232-9206, Segregation of Costs, the contractor shall segregate andaccumulate costs for the performance of this task order by the appropriate Accounting Classification ReferenceNumber (ACRN). The contractor’s invoice shall identify the appropriate Contract and Task Order numbers. For thework performed, invoiced costs shall be associated to the Contract Line Item Number (CLIN), the Contract SublineItem (SLIN), and the specific ACRN. Invoices submitted to the paying office that do not comply with thisrequirement will be returned to the contractor for resubmission. The contractor shall provide an electronic copy ofeach invoice to the Task Order Manager at the time of submission to DCAA/DFAS. The paying office will disbursefunds in strict compliance with the amounts invoiced by CLIN/SLIN/ACRN.

ACTIVITY OMBUDSMAN

The SPAWAR Ombudsman for this Task Order is:

Name: Robin Rourk

Code: 01S00Address: PO Box 190022, N. Charleston, SC 29419Phone: (843) 218-5115Email: [email protected]

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------400101 1300260793 464501.92  LLA : AA 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001132943  Standard Number: Overhead PR: 1300260793 COST CODE: A00001132943  NWS/BS#: 300000029414-0020  400102 1300260805 65429.27  LLA : AB 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001133276  Standard Number: Overhead PR:1300260805 COST CODE:A00001133276  NWA/BS #:300000026591-0020  400103 1300260805 86541.80  LLA : AC 97X4930 NH3S 255 77777 0 050120 2F 000000 A10001133276  Standard Number: Overhead PR: 1300260805 COST CODE: A10001133276  NWA/BS #: 300000026846-0030  400104 1300260805 179786.02  LLA : AD 97X4930 NH3S 255 77777 0 050120 2F 000000 A30001133276  Standard Number: Overhead PR:1300260805 

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 32 of 54 FINAL

 

COST CODE:A30001133276  NWA/BS #: 400000000002-NMOD  400105 1300258633 229725.19  LLA : AE 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001117513  Standard Number: Overhead PR:1300258633 COST CODE:A00001117513  NWA/BS #:30000005876-2063  400106 1300257804 17991.59  LLA : AF 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001112019  Standard Number: Reimbursable PR:1300257804 COST CODE:A00001112019  NWA/BS #: 100000693425 0010  400107 1300257804 38986.25  LLA : AG 97X4930 NH3S 255 77777 0 050120 2F 000000 A10001112019  Standard Number: Reimbursable PR: 1300257804 COST CODE: A10001112019  NWA/BS #: 100000708524 0030   BASE Funding 1082962.04 Cumulative Funding 1082962.04  MOD 01 Funding 0.00 Cumulative Funding 1082962.04  MOD 02  400108 1300268453 27637.42  LLA : AH 97X4930 NH3P 252 77777 0 050120 2F 000000 A00001185210  NWA/BS: OG-000361.010102   MOD 02 Funding 27637.42 Cumulative Funding 1110599.46  MOD 03  400109 1300271068 168662.81  LLA : AJ 97X4930 NH3P 252 77777 0 050120 2F 000000 A00001203812  Standard Number: N/A PR: 1300271068 COST CODE: A00001203812  NWA: 200000004460 0020   MOD 03 Funding 168662.81 Cumulative Funding 1279262.27  MOD 04 Funding 0.00 Cumulative Funding 1279262.27  MOD 05  400110 1300295600 33889.92  LLA : AK 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001338493  Standard Number: OVERHEAD PR: 1300295600 COST CODE: A00001338493  BS #: 300000030179 LT06  

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 33 of 54 FINAL

 

400111 1300295600 18000.00  LLA : AL 97X4930 NH3S 255 77777 0 050120 2F 000000 A10001338493  Standard Number: NWCF PR: 1300295600 COST CODE: A10001338493  BS #: 300000029414 0020   MOD 05 Funding 51889.92 Cumulative Funding 1331152.19  MOD 06 Funding 0.00 Cumulative Funding 1331152.19  MOD 07  400112 1300294334 180963.00  LLA : AM 97X4930 NH3S 255 77777 0 050120 2F 000000 A20001330826  Standard Number: N/A OVERHEAD PR:1300294334 COST CODE:A20001330826  JON:400000000002-NMOD  400113 1300294334 79393.94  LLA : AN 97X4930 NH3S 255 77777 0 050120 2F 000000 A30001330826  Standard Number: N/A OVERHEAD PR:1300294334 COST CODE:A30001330826  JON:300000026591-0010  400114 1300294334 110687.24  LLA : AP 97X4930 NH3S 255 77777 0 050120 2F 000000 A40001330826  Standard Number: N/A OVERHEAD PR: 1300294334 COST CODE: A40001330826  JON: 400000003480-CK05   MOD 07 Funding 371044.18 Cumulative Funding 1702196.37  MOD 08  400115 1300302322 314464.36  LLA : AQ 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001379879  Standard Number: NA OVERHEAD PR: 1300302322 COST CODE: A00001379879  BS: 300000026075-0020   MOD 08 Funding 314464.36 Cumulative Funding 2016660.73  MOD 09  400116 1300305685 420000.00  LLA : AR 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001408623  Standard Number: N/A OVERHEAD FUNDS PR: 1300305685 DOC: N/A OVERHEAD FUNDS COST CODE: A00001408623 NWA: 300000029414-0020   MOD 09 Funding 420000.00 

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 34 of 54 FINAL

 

Cumulative Funding 2436660.73  MOD 10  400117 1300308350 412800.00  LLA : AS 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001433854  Standard Number: 300000065770 P201 ACRN AS: Labor in Support of PWS   MOD 10 Funding 412800.00 Cumulative Funding 2849460.73  MOD 11  400118 1300313691 63989.32  LLA : AT 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001480162  Standard Number: Overhead PR: 1300313691 DOC: Overhead COST CODE: A00001480162 NWA/BS: 300000065771 0030   MOD 11 Funding 63989.32 Cumulative Funding 2913450.05  MOD 12  400119 1300317898 73340.46  LLA : AU 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001508899  Standard Number: OHD NWCF PR: 1300317898 COST CODE: A00001508899 DOC NO: OHD NWCF NWA: 300000026075-0020   MOD 12 Funding 73340.46 Cumulative Funding 2986790.51  MOD 13  400120 1300319942 108000.85  LLA : AV 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001521111  Standard Number: N/A OH FUNDS PR: 1300319942 DOC: N/A OVERHEAD COST CODE: A00001521111 NWA: 20000005823 0030   MOD 13 Funding 108000.85 Cumulative Funding 3094791.36  MOD 14  400118 1300313691 (63989.32)  LLA : AT 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001480162  Standard Number: Overhead PR: 1300313691 DOC: Overhead COST CODE: A00001480162 NWA/BS: 300000065771 0030   MOD 14 Funding -63989.32 

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 35 of 54 FINAL

 

Cumulative Funding 3030802.04  MOD 15  400121 1300334169 209452.33  LLA : AW 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001609862  Standard Number: N/A OVERHEAD PR: 1300334169 DOC: N/A OVERHEAD COST CODE: A00001609862  NWA: 300000029414-0020   MOD 15 Funding 209452.33 Cumulative Funding 3240254.37  MOD 16  400117 1300308350 (218340.74)  LLA : AS 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001433854  Standard Number: OVERHEAD ACRN AS: Labor in Support of PWS PR:1300308350 COST CODE: A00001433854 NWA/BS: 300000065770 P201   MOD 16 Funding -218340.74 Cumulative Funding 3021913.63  MOD 17  410101 1300341925 202650.80  LLA : AX 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001665056  Standard Number: NA PR: 1300341925 DOC: NA COST CODE: A00001665056  NWA/BS: 300000029414-0020  410102 1300341925 281567.80  LLA : AY 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001665056  Standard Number: NA PR: 1300341925 DOC: NA COST CODE: A00001665056  NWA/BS: 300000029414-0020   MOD 17 Funding 484218.60 Cumulative Funding 3506132.23  MOD 18  410103 1300341974 140514.10  LLA : AZ 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001665078  Standard Number: N/A PR: 1300341974 DOC: N/A COST CODE: A00001665078  NWA: 300000070400-0007  410104 1300341974 50000.00  LLA : BA 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001665078  Standard Number: NA PR: 1300341974 

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 36 of 54 FINAL

 

DOC: N/A COST CODE: A00001665078  NWA: 300000070400-0007  410105 1300343547 131752.00  LLA : BB 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001676181  Standard Number: NA PR: 1300343547 DOC: NA  COST CODE: A00001676181  NWA:300000065770-P201  410106 1300344133 67612.00  LLA : BC 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001679987  Standard Number: NA PR: 1300344133 DOC: NA COST CODE: A00001679987  NWA: 300000026591-0020  410107 1300344133 181922.00  LLA : BD 97X4930 NH3S 255 77777 0 050120 2F 000000 A20001679987  Standard Number: NA PR: 1300344133 DOC: NA COST CODE: A20001679987  NWA: 400000000002-NMOD  410108 1300344133 81945.60  LLA : BE 97X4930 NH3S 255 77777 0 050120 2F 000000 A10001679987  Standard Number: NA PR: 1300344133 DOC: NA COST CODE: A10001679987  NWA: 300000026846-0240   MOD 18 Funding 653745.70 Cumulative Funding 4159877.93  MOD 19  400115 1300302322 (33169.33)  LLA : AQ 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001379879  Standard Number: NA OVERHEAD PR: 1300302322 COST CODE: A00001379879  BS: 300000026075-0020   MOD 19 Funding -33169.33 Cumulative Funding 4126708.60  MOD 20  410109 1300364251 24360.00  LLA : BF 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001816334  Standard Number: LIPTM00386 ACRN:BF PR-1300364251 MWA - 300000029689-0390 OHD IN SUPPORT OF PWS 8.10   MOD 20 Funding 24360.00 Cumulative Funding 4151068.60 

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 37 of 54 FINAL

 

 MOD 21  410110 1300368647 107009.89  LLA : BG 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001840431  Standard Number: 300000070400-007 ACRN: BG PR 1300368647 COST CODE A00001840431 NWA: 300000070400-007 CIN: 13003686470001 CIN: 13003686470002 CI  410111 1300669647 60836.37  LLA : BH 97X4930 NH3S 255 77777 0 050120 2F 000000 A10001840431  Standard Number: 30000065770-P201 ACRN: BH PR:1300368647 NWA - 300000065770-P201 CIN:13003686470004  410112 1300368647 32270.59  LLA : BJ 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001840431  Standard Number: 300000070400-0007 ACRN - BJ PR-1300368647 MWA- 300000070400-0007  CIN: 130036864700002  410113 1300368647 37388.80  LLA : BK 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001840431  Standard Number: 300000070400-0007 ACRN: BK PR- 1300368647 cost code:A00001840431 CIN:13003686470003   MOD 21 Funding 237505.65 Cumulative Funding 4388574.25  MOD 22  410114 1300379711 297220.00  LLA : BL 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001920705  Standard Number: OVHD ACRN BL: LABOR FOR PWS (LDS) - IN SUPPORT OF 8.11 NAVY ERP SUPPORT (80E00 LDS SUPPORT) PR #: 1300379711 NWA: 300000075061 0010  410115 1300379711 168770.00  LLA : BM 97X4930 NH3S 255 77777 0 050120 2F 000000 A10001920705  Standard Number: OVHD ACRN BM: LABOR FOR PWS (OPS) - IN SUPPORT OF 8.11 NAVY ERP SUPPORT (80E00 OPS SUPPORT) PR #: 1300379711 NWA: 300000075062 0010   MOD 22 Funding 465990.00 Cumulative Funding 4854564.25  MOD 23  

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 38 of 54 FINAL

 

410116 1300375363 38337.58  LLA : BN 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001882881  Standard Number: Overhead ACRN: BN PR: 1300375363 COST CODE: A00001882881 NWA/JON: 300000029414-0020   MOD 23 Funding 38337.58 Cumulative Funding 4892901.83  MOD 24  410117 1300382108 172796.09  LLA : BP 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001951782  Standard Number: Ohd-P2MC ACRN BP: LABOR FOR PWS (P2MC) PR: 1300382108 NWA: 300000075801-0040  410118 1300382108 104551.17  LLA : BQ 97X4930 NH3S 255 77777 0 050120 2F 000000 A10001951782  Standard Number: Ohd-P2MC SP MIG ACRN BQ: LABOR FOR PWS (P2MC SP MIG) PR: 1300382108 NWA: 300000075802-0010  410119 1300382108 224167.90  LLA : BR 97X4930 NH3S 255 77777 0 050120 2F 000000 A20001951782  Standard Number: Ohd-P2MC ACRN BR: LABOR FOR PWS (P2MC) PR: 1300382108 NWA: 300000075801-0020   MOD 24 Funding 501515.16 Cumulative Funding 5394416.99  MOD 25  410120 1300375483 400000.00  LLA : BS 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001883175  Standard Number: OHD - CnE ACRN BS: LABOR FOR PWS (HQ CNE MAINT) PR 1300375483 NWA 300000074753-0070   410121 1300375483 50000.00  LLA : BT 97X4930 NH3S 255 77777 0 050120 2F 000000 A40001883175  Standard Number: OHD - PM ACRN BT: LABOR FOR PWS (PM- PROJECT CONTROL SUPPORT) PR 1300375483 NWA 300000074753-0070  410122 1300375483 97765.99  LLA : BU 97X4930 NH3S 255 77777 0 050120 2F 000000 A30001883175  Standard Number: OHD - TART ACRN BU: LABOR FOR PWS (TART) PR 1300375483 NWA: 300000074754-0010  410123 1300375483 214060.58  LLA : 

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 39 of 54 FINAL

 

BV 97X4930 NH3S 255 77777 0 050120 2F 000000 A10001883175  Standard Number: OHD - EMS ACRN BV: LABOR FOR PWS (EMS) PR 1300375483 NWA: 400000000002-NMOD  410124 1300375483 81808.63  LLA : BW 97X4930 NH3S 255 77777 0 050120 2F 000000 A20001883175  Standard Number: OHD - HD ACRN BW: LABOR FOR PWS (HD) PR 1300375483 NWA: 300000076026-0010   MOD 25 Funding 843635.20 Cumulative Funding 6238052.19  MOD 26  410125 1300398584 151629.97  LLA : BX 97X4930 NH3S 255 77777 0 050120 2F 000000 A00002085153  Standard Number: OHD-P2MC SP MIG ACRN: BX PR: 1300398584 DOC: OHD-P2MC SP MIG COST CODE: A00002085153 NWA / JON: 300000075802-0010   MOD 26 Funding 151629.97 Cumulative Funding 6389682.16  MOD 27 Funding 0.00 Cumulative Funding 6389682.16  MOD 28  410128 1300396144-0001 62429.29  LLA : CA 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: OHD-CnE ACRN CA: Labor for PWS PR: 1300396144-0001 DOC: OHD-CnE COST CODE: A00002067607 NWA: 300000074753-0070  410129 1300396144-0001 39314.44  LLA : CB 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: OHD-PM ACRN CB: Labor for PWS PR: 1300396144-0001 DOC: OHD-PM COST CODE: A00002067607 NWA: 300000074753-0070  410130 1300402669-0001 139225.77  LLA : CC 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: OHD - LDS ACRN CC: Labor for PWS PR: 1300402669-0001 DOC: OHD - LDS COST CODE: A20002120665 NWA: 300000075061-0010  410131 1300402669-0001 72141.81  LLA : CD 97X4930 NH3S 255 77777 0 050120 2F 000000  

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 40 of 54 FINAL

 

Standard Number: OHD - OPS ACRN CD: Labor for PWS PR: 1300402669-0001 DOC: OHD - OPS COST CODE: A30002120665 NWA: 300000075062-0010   MOD 28 Funding 313111.31 Cumulative Funding 6702793.47  MOD 29  410117 1300382108 (56600.00)  LLA : BP 97X4930 NH3S 255 77777 0 050120 2F 000000 A00001951782  Standard Number: Ohd-P2MC ACRN BP: LABOR FOR PWS (P2MC) PR: 1300382108 NWA: 300000075801-0040  410119 1300382108 (141000.00)  LLA : BR 97X4930 NH3S 255 77777 0 050120 2F 000000 A20001951782  Standard Number: Ohd-P2MC ACRN BR: LABOR FOR PWS (P2MC) PR: 1300382108 NWA: 300000075801-0020   MOD 29 Funding -197600.00 Cumulative Funding 6505193.47  MOD 30  700101 1300417657 70596.82  LLA : CE 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - P2MC Integration ACRN CE: Labor for PWS PR: 1300417657 DOC: Ohd - P2MC Integration COST CODE: A00002235172 NWA: 300000075801 0040  700102 1300417657 80062.42  LLA : CF 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - P2MC BPMM ACRN CF: Labor for PWS PR: 1300417657 DOC: Ohd - P2MC BPMM COST CODE: A10002235172 NWA: 300000075801 0020  700103 1300417657 100000.00  LLA : CG 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - SharePoint Mig. ACRN CG: Labor for PWS PR: 1300417657 DOC: Ohd - SharePoint Mig. COST CODE: A20002235172 NWA: 300000075802 0010   MOD 30 Funding 250659.24 Cumulative Funding 6755852.71  MOD 31  700104 1300416677 352737.40  

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 41 of 54 FINAL

 

LLA : CH 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: NWCF OH-CnE ACRN CH: Labor for PWS Para 8.2 PR: 1300416677 DOC: NWCF OH-CnE COST CODE: A00002227883 NWA: 300000074753-0070  700105 1300416677 72283.00  LLA : CJ 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: NWCF-OH-PM ACRN CH: Labor for PWS Para 8.7 PR: 1300416677 DOC: NWCF-OH-PM COST CODE: A00002227883 NWA: 300000074753-0070  700106 1300416677 170146.94  LLA : CK 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: NWCF-OH-EMS ACRN CK: Labor for PWS Para 8.9 PR: 1300416677 DOC: NWCF-OH-EMS COST CODE: A20002227883 NWA: 400000000002-NMOD  700107 1300416677 73773.46  LLA : CL 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: NWCF-OH-TART ACRN CL: Labor for PWS PR: 1300416677 DOC: NWCF-OH-TART COST CODE: A20002227883 NWA: 300000074754-0010  700108 1300416677 61335.06  LLA : CM 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: NWCF-OH-HD ACRN CM: Labor for PWS PR: 1300416677 DOC: NWCF-OH-HD COST CODE: A20002227883 NWA: 300000076026-0010  700109 1300416679 320450.00  LLA : CN 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: NWCF - LDS-Overhead ACRN CN: Labor for PWS PR: 1300416679 DOC: NWCF - LDS-Overhead COST CODE: A00002227985 NWA: 300000075061-0010  700110 1300416679 172550.00  LLA : CP 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: NWCF - ERP OPS-Overhead ACRN CP: Labor for PWS PR: 1300416679 DOC: NWCF - ERP OPS-Overhead COST CODE: A10002227985 NWA: 300000075062-0010   MOD 31 Funding 1223275.86 Cumulative Funding 7979128.57 

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 42 of 54 FINAL

 

 MOD 32  700111 1300424907 196532.24  LLA : CQ 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - SharePoint Mig. ACRN CQ: Labor for PWS PR: 1300424907 DOC: Ohd - SharePoint Mig. COST CODE: A00002292708 NWA: 300000075802 0010   MOD 32 Funding 196532.24 Cumulative Funding 8175660.81  MOD 33  700112 1300429793 26334.26  LLA : CR 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: NWCF - LDS ACRN CR: Labor for PWS PR: 1300429793 DOC: NWCF - LDS COST CODE: A00002321496 NWA: 300000075061-0010  700113 1300429793 6200.16  LLA : CS 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: NWCF - ERP OPS ACRN CS: Labor for PWS PR: 1300429793 DOC: NWCF - ERP OPS COST CODE: A10002321496 NWA: 300000075062-0010   MOD 33 Funding 32534.42 Cumulative Funding 8208195.23  MOD 34 Funding 0.00 Cumulative Funding 8208195.23  MOD 35  700114 1300445091 199066.65  LLA : CT 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - EMS Support ACRN CT: Labor for PWS PR: 1300445091 DOC: Ohd - EMS Support COST CODE: A00002427634 NWA: 400000000002-NMOD  700115 1300445091 654812.32  LLA : CU 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - CnE Maint Spt ACRN CU: Labor for PWS PR: 1300445091 DOC: Ohd - CnE Maint Spt COST CODE: A10002427634 NWA: 300000084106-0020  700116 1300445091 71544.74  LLA : CV 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - PM Support 

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 43 of 54 FINAL

 

ACRN CV: Labor for PWS PR: 1300445091 DOC: Ohd - PM Support COST CODE: A10002427634 NWA: 300000084106-0020  700117 1300445091 214542.36  LLA : CW 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - NERP OPS ACRN CW: Labor for PWS PR: 1300445091 DOC: Ohd - NERP OPS COST CODE: A20002427634 NWA: 300000075062-0010  700118 1300445091 53495.58  LLA : CX 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - P2MC-BPMM ACRN CX: Labor for PWS PR: 1300445091 DOC: Ohd - P2MC-BPMM COST CODE: A30002427634 NWA: 300000084422-0020  700119 1300445091 53495.58  LLA : CY 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - P2MC Integration ACRN CY: Labor for PWS PR: 1300445091 DOC: Ohd - P2MC Integration COST CODE: A40002427634 NWA: 300000084421-0020  700120 1300445091 379651.28  LLA : CZ 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - P2MC SharePoint ACRN CZ: Labor for PWS PR: 1300445091 DOC: Ohd - P2MC SharePoint COST CODE: A50002427634 NWA: 300000084426-0020  700121 1300445091 88469.40  LLA : DA 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - Tri-Annual ACRN DA: Labor for PWS PR: 1300445091 DOC: Ohd - Tri-Annual COST CODE: A60002427634 NWA: 300000084505-0010  700122 1300445091 73519.53  LLA : DB 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - Help Desk ACRN DB: Labor for PWS PR: 1300445091 DOC: Ohd - Help Desk COST CODE: A70002427634 NWA: 300000076026-0010  700123 1300445091 411289.70  LLA : DC 97X4930 NH3S 255 77777 0 050120 2F 000000  Standard Number: Ohd - LDS Support ACRN DC: Labor for PWS PR: 1300445091 

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 44 of 54 FINAL

 

DOC: Ohd - LDS Support COST CODE: A80002427634 NWA: 300000084506-0010   MOD 35 Funding 2199887.14 Cumulative Funding 10408082.37 

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 45 of 54 FINAL

 

SECTION H SPECIAL CONTRACT REQUIREMENTS

NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUS

For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, 52.219-3,NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18, NOTIFICATION OF COMPETITION LIMITED TOELIGIBLE 8(A) CONCERNS, and 52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNEDSMALL BUSINESS SET-ASIDE, the determination of whether a small business concern is independently ownedand operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified asa small business under the size standards in this solicitation, and further, meets the definition of a HUBZone smallbusiness concern, a small business concern certified by the SBA for participation in the SBAs 8(a) program, or aservice disabled veteran-owned small business concern, as applicable, shall be based on the status of said concern atthe time of award of the SeaPort-e MACs and as further determined in accordance with Special Contract RequirementH-19.

52.219-6 -- Notice of Total Small Business Set-Aside. (June 2003)

(a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates, that is

independently owned and operated, not dominant in the field of operation in which it is bidding on Government

contracts, and qualified as a small business under the size standards in this solicitation.

(b) General.

(1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business

concerns shall be considered nonresponsive and will be rejected.

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

(c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing thecontract,

only end items manufactured or produced by small business concerns in the United States or its outlying areas. If

this procurement is processed under simplified acquisition procedures and the total amount of this contract does not

exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not

apply to construction or service contracts.

5252.232-9206 SEGREGATION OF COSTS (DEC 2003)

(a) The Contractor agrees to segregate costs incurred under this task order at the lowest level of performance, eithertask or subtask, rather than on a total task order basis, and to submit invoices reflecting costs incurred at that level.Invoices shall contain summaries of work charged during the period covered, as well as overall cumulativesummaries by labor category for all work invoiced to date (if applicable), by line item, task or subtask.

(b) Where multiple lines of accounting are present, the ACRN preceding the accounting citation will be found inSection B and/or Section G. Payment of Contractor invoices shall be accomplished only by charging the ACRNthat corresponds to the work invoiced.

(c) Except when payment requests are submitted electronically as specified in the clause at DFARS 252.232-7003,Electronic Submission of Payment Requests, one copy of each invoice or voucher will be provided, at the time ofsubmission to DCAA, to the Task Order Manager.

H-345 WAGE DETERMINATION APPLICABLE, SERVICE CONTRACT ACT (JUL 1989)

Attachment 10 incorporated herein sets forth the applicable Service Contract Act Wage Determination by the

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 46 of 54 FINAL

 

Secretary of Labor.

The applicable WD for the awardee's location will be included at time of task order award.

H-350 REIMBURSEMENT OF TRAVEL COSTS (NOV 2005)

(a) Contractor Request and Government Approval of Travel

Any travel under this contract must be specifically requested in writing, by the contractor prior to incurring anytravel costs. If this contract is a definite or indefinite delivery contract, then the written Government authorizationwill be by task/delivery orders issued by the Ordering Officer or by a modification to an issued task/delivery order. Ifthis contract is not a definite or indefinite delivery contract, then the written Government authorization will be bywritten notice of approval from the Contracting Officer’s Representative (COR). The request shall include as aminimum, the following:

(1) Contract number

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

(3) Purpose of travel and how it relates to the contract

(4) Contractor’s estimated cost of travel

(5) Name(s) of individual(s) traveling and;

(6) A breakdown of estimated travel and per diem charges.

(b) General

(1) The costs for travel, subsistence, and lodging shall be reimbursed to the contractor only to the extent that it isnecessary and authorized for performance of the work under this contract. The costs for travel, subsistence, andlodging shall be reimbursed to the contractor in accordance with the Federal Acquisition Regulation (FAR)31.205-46, which is incorporated by reference into this contract. As specified in FAR 31.205-46(a) (2),reimbursement for the costs incurred for lodging, meals and incidental expenses (as defined in the travel regulationscited subparagraphs (b)(1)(i) through (b)(1)(iii) below) shall be considered to be reasonable and allowable only to theextent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forthin the following:

(i) Federal Travel Regulation prescribed by the General Services Administration for travel in the contiguous 48United States;

(ii) Joint Travel Regulation, Volume 2, DoD Civilian Personnel, Appendix A, prescribed by the Department ofDefense for travel in Alaska, Hawaii, The Commonwealth of Puerto Rico, and the territories and possessions of theUnited States; or

(iii) Standardized Regulations, (Government Civilians, Foreign Areas), Section 925, “Maximum Travel Per DiemAllowances in Foreign Areas” prescribed by the Department of State, for travel in areas not covered in the travelregulations cited in subparagraphs (b)(1)(i) and (b)(1)(ii) above.

(2) Personnel in travel status from and to the contractor’s place of business and designated work site or vice versa,shall be considered to be performing work under the contract, and contractor shall bill such travel time at the straight(regular) time rate; however, such billing shall not exceed eight hours per person for any one person while in travelstatus during one calendar day.

(c) Per Diem

(1) The contractor shall not be paid per diem for contractor personnel who reside in the metropolitan area in whichthe tasks are being performed. Per diem shall not be paid on services performed at contractor’s home facility and atany facility required by the contract, or at any location within a radius of 50 miles from the contractor’s homefacility and any facility required by this contract.

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 47 of 54 FINAL

 

(2) Costs for subsistence and lodging shall be paid to the contractor only to the extent that overnight stay isnecessary and authorized in writing by the Government for performance of the work under this contract per paragraph(a). When authorized, per diem shall be paid by the contractor to its employees at a rate not to exceed the ratespecified in the travel regulations cited in FAR 31.205-46(a)(2) and authorized in writing by the Government. Theauthorized per diem rate shall be the same as the prevailing locality per diem rate.

(3) Reimbursement to the contractor for per diem shall be limited to payments to employees not to exceed theauthorized per diem and as authorized in writing by the Government per paragraph (a). Fractional parts of a day shallbe payable on a prorated basis for purposes of billing for per diem charges attributed to subsistence on days of travel.The departure day from the Permanent Duty Station (PDS) and return day to the PDS shall be 75% of the applicableper diem rate. The contractor shall retain supporting documentation for per diem paid to employees as evidence ofactual payments, as required by the FAR 52.216-7 “Allowable Cost and Payment” clause of the contract.

(d) Transportation

(1) The contractor shall be paid on the basis of actual amounts paid to the extent that such transportation isnecessary for the performance of work under the contract and is authorized in writing by the Government perparagraph (a).

(2) The contractor agrees, in the performance of necessary travel, to use the lowest cost mode commensurate with therequirements of the mission and in accordance with good traffic management principles. When it is necessary to useair or rail travel, the contractor agrees to use coach, tourist class or similar accommodations to the extent consistentwith the successful and economical accomplishment of the mission for which the travel is being performed.Documentation must be provided to substantiate non-availability of coach or tourist if business or first class isproposed to accomplish travel requirements.

(3) When transportation by privately owned conveyance (POC) is authorized, the contractor shall be paid on amileage basis not to exceed the applicable Government transportation rate specified in the travel regulations cited inFAR 31.205-46(a)(2) and is authorized in writing by the Government per paragraph (a).

(4) When transportation by privately owned (motor) vehicle (POV) is authorized, required travel of contractorpersonnel, that is not commuting travel, may be paid to the extent that it exceeds the normal commuting mileage ofsuch employee. When an employee’s POV is used for travel between an employee’s residence or the PermanentDuty Station and one or more alternate work sites within the local area, the employee shall be paid mileage for thedistance that exceeds the employee’s commuting distance.

(5) When transportation by a rental automobile, other special conveyance or public conveyance is authorized, thecontractor shall be paid the rental and/or hiring charge and operating expenses incurred on official business (if notincluded in the rental or hiring charge). When the operating expenses are included in the rental or hiring charge,there should be a record of those expenses available to submit with the receipt. Examples of such operating expensesinclude: hiring charge (bus, streetcar or subway fares), gasoline and oil, parking, and tunnel tolls.

(6) Definitions:

(i) “Permanent Duty Station” (PDS) is the location of the employee’s permanent work assignment (i.e., thebuilding or other place where the employee regularly reports for work.

(ii) “Privately Owned Conveyance” (POC) is any transportation mode used for the movement of persons from placeto place, other than a Government conveyance or common carrier, including a conveyance loaned for a charge to, orrented at personal expense by, an employee for transportation while on travel when such rental conveyance has notbeen authorized/approved as a Special Conveyance.

(iii) “Privately Owned (Motor) Vehicle (POV)” is any motor vehicle (including an automobile, light truck, van orpickup truck) owned by, or on a long-term lease (12 or more months) to, an employee or that employee’s dependentfor the primary purpose of providing personal transportation, that:

(a) is self-propelled and licensed to travel on the public highways;

(b) is designed to carry passengers or goods; and

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 48 of 54 FINAL

 

(c) has four or more wheels or is a motorcycle or moped.

(iv) “Special Conveyance” is commercially rented or hired vehicles other than a POC and other than those owned orunder contract to an agency.

(v) “Public Conveyance” is local public transportation (e.g., bus, streetcar, subway, etc) or taxicab.

(iv) “Residence” is the fixed or permanent domicile of a person that can be reasonably justified as a bona fideresidence.

EXAMPLE 1: Employee’s one way commuting distance to regular place of work is 7 miles. Employee drives fromresidence to an alternate work site, a distance of 18 miles. Upon completion of work, employee returns to residence,a distance of 18 miles.

In this case, the employee is entitled to be reimbursed for the distance that exceeds the normal round tripcommuting distance (14 miles). The employee is reimbursed for 22 miles (18 + 18 - 14 = 22).

EXAMPLE 2: Employee’s one way commuting distance to regular place of work is 15 miles. Employee drives fromresidence to an alternate work site, a distance of 5 miles. Upon completion of work, employee returns to residence, adistance of 5 miles.

In this case, the employee is not entitled to be reimbursed for the travel performed (10 miles), since the distancetraveled is less than the commuting distance (30 miles) to the regular place of work.

EXAMPLE 3: Employee’s one way commuting distance to regular place of work is 15 miles. Employee drives toregular place of work. Employee is required to travel to an alternate work site, a distance of 30 miles. Uponcompletion of work, employee returns to residence, a distance of 15 miles.

In this case, the employee is entitled to be reimbursed for the distance that exceeds the normal round tripcommuting distance (30 miles). The employee is reimbursed for 30 miles (15 + 30 + 15 - 30 = 30).

EXAMPLE 4: Employee’s one way commuting distance to regular place of work is 12 miles. In the morning theemployee drives to an alternate work site (45 miles). In the afternoon the employee returns to the regular place ofwork (67 miles). After completion of work, employee returns to residence, a distance of 12 miles.

In this case, the employee is entitled to be reimbursed for the distance that exceeds the normal round tripcommuting distance (24 miles). The employee is reimbursed for 100 miles (45 + 67 + 12 - 24 = 100).

EXAMPLE 5: Employee’s one way commuting distance to regular place of work is 35 miles. Employee drives tothe regular place of work (35 miles). Later, the employee drives to alternate work site #1 (50 miles) and then toalternate work site #2 (25 miles). Employee then drives to residence (10 miles).

In this case, the employee is entitled to be reimbursed for the distance that exceeds the normal commuting distance(70 miles). The employee is reimbursed for 50 miles (35 + 50 + 25 + 10 - 70 = 50).

EXAMPLE 6: Employee’s one way commuting distance to regular place of work is 20 miles. Employee drives tothe regular place of work (20 miles). Later, the employee drives to alternate work site #1 (10 miles) and then toalternate work site #2 (5 miles). Employee then drives to residence (2 miles).

In this case, the employee is not entitled to be reimbursed for the travel performed (37 miles), since the distancetraveled is less than the commuting distance (40 miles) to the regular place of work.

ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000) (RESTATED FROM BASICCONTRACT)

(a) "Organizational Conflict of Interest" means that because of other activities or relationships with other persons, aperson is unable or potentially unable to render impartial assistance or advice to the Government, or the person'sobjectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitiveadvantage. "Person" as used herein includes Corporations, Partnerships, Joint Ventures, and other businessenterprises.

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 49 of 54 FINAL

 

(b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in thecontract, the Contractor does not have any organizational conflict of interest(s) as defined in paragraph (a).

(c) It is recognized that the effort to be performed by the Contractor under this contract may create a potentialorganizational conflict of interest on the instant contract or on a future acquisition. In order to avoid this potentialconflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the right of theContractor to participate in future procurement of equipment and/or services that are the subject of any work underthis contract shall be limited as described below in accordance with the requirements of FAR 9.5.

(d) (1) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result indisclosure to any party outside the Government any information provided to the Contractor by the Governmentduring or as a result of performance of this contract. Such information includes, but is not limited to, informationsubmitted to the Government on a confidential basis by other persons. Further, the prohibition against release ofGovernment provided information extends to cover such information whether or not in its original form, e.g., wherethe information has been included in Contractor generated work or where it is discernible from materialsincorporating or based upon such information. This prohibition shall not expire after a given period of time.

(2) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result indisclosure to any party outside the Government any information generated or derived during or as a result ofperformance of this contract. This prohibition shall expire after a period of three years after completion of performanceof this contract.

(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate of theContractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving the Contractor,any entity into or with which it may merge or affiliate, or any successor or assign of the Contractor. The terms ofparagraph (f) of this Special Contract Requirement relating to notification shall apply to any release of information incontravention of this paragraph (d).

(e) The Contractor further agrees that, during the performance of this contract and for a period of three years aftercompletion of performance of this contract, the Contractor, any affiliate of the Contractor, any subcontractor,consultant, or employee of the Contractor, any joint venture involving the Contractor, any entity into or with whichit may subsequently merge or affiliate, or any other successor or assign of the Contractor, shall not furnish to theUnited States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractoror subcontractor, any system, component or services which is the subject of the work to be performed under thiscontract. This exclusion does not apply to any recompetition for those systems, components or services furnishedpursuant to this contract. As provided in FAR 9.505-2, if the Government procures the system, component, orservices on the basis of work statements growing out of the effort performed under this contract, from a source otherthan the contractor, subcontractor, affiliate, or assign of either, during the course of performance of this contract orbefore the three year period following completion of this contract has lapsed, the Contractor may, with theauthorization of the SeaPort/Task Order Contracting Officer, participate in a subsequent procurement for the samesystem, component, or service. In other words, the Contractor may be authorized to compete for procurement(s) forsystems, components or services subsequent to an intervening procurement.

(f) The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, itshall make immediate and full disclosure in writing to the SeaPort/Task Order Contracting Officer. The notificationshall include a description of the actual or potential organizational conflict of interest, a description of the actionwhich the Contractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any otherrelevant information that would assist the SeaPort/Task Order Contracting Officer in making a determination on thismatter. Notwithstanding this notification, the Government may terminate the contract/Task Orders for theconvenience of the Government if determined to be in the best interest of the Government.

(g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of an organizationalconflict of interest prior to the award of this contract or becomes, or should become, aware of an organizationalconflict of interest after award of this contract and does not make an immediate and full disclosure in writing to theSeaPort/Task Order Contracting Officer, the Government may terminate this contract/task orders for default.

(h) If the Contractor takes any action prohibited by this requirement or fails to take action required by thisrequirement, the Government may terminate this contract for default.

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 50 of 54 FINAL

 

(i) The SeaPort/Task Order’s Contracting Officer's decision as to the existence or nonexistence of an actual orpotential organizational conflict of interest shall be final.

(j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to theUnited States Government its product lines in existence on the effective date of this contract; nor, shall thisrequirement preclude the Contractor from participating in any research and development or delivering any designdevelopment model or prototype of any such equipment. Additionally, sale of catalog or standard commercial itemsare exempt from this requirement.

(k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate oradvise the Government concerning its own products or activities or those of a competitor in order to ensure propersafeguards exist to guarantee objectivity and to protect the Government's interest.

(l) The Contractor shall include this requirement in subcontracts of any tier which involve access to information orsituations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contractor" whereappropriate.

(m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remediesprovided by law or elsewhere included in the basic contract or this task order.

(n) Compliance with this requirement is a material requirement of the basic contract and this task order.

TECHNICAL INSTRUCTIONS

(a) Performance of work hereunder may be subject to written technical instructions signed by the Task OrderManager (TOM) specified in Section G of this task order. As used herein, technical instructions are defined toinclude the following:

(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill in detailsand otherwise serve to accomplish the contractual statement of work.

(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions ofwork descriptions.

(b) Technical instructions must be within the general scope of work stated in the task order. Technical instructionmay not be used to: (1) assign additional work under the task order; (2) direct a change as defined in the“CHANGES” clause in this task order; (3) increase or decrease the task order price or estimated task order amount(including fee), as applicable, the level of effort, or the time required for contract performance; or (4) change any of theterms, conditions or specifications of the task order.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order oris inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10)working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by thetechnical instruction unless and until the Contractor is notified by the Contracting Officer that the technicalinstruction is within the scope of the task order.

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 51 of 54 FINAL

 

SECTION I CONTRACT CLAUSES

52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT.  (MAR 2008)

 (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days priorto completion of the base period; provided that the Government gives the Contractor a preliminary written notice ofits intent to extend at least 60 days before the contract expires. The preliminary notice does not commit theGovernment to an extension.

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

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

FAR CLAUSES INCORPORATED BY REFERENCE:

52.219-14 LIMITATIONS OF SUBCONTRACTING (DEC 1996)

52.219-6 NOTICE OF SMALL BUSINESS SET-ASIDE (JUN 2003)

52.224 - 1 - Privacy Act Notification (APR 1984)

The Contractor will be required to design, develop, or operate a system of records on individuals, to accomplish anagency function subject to the Privacy Act of 1974, Public Law 93-579, December 31, 1974 (5 U.S.C. 552a) andapplicable agency regulations. Violation of the Act may involve the imposition of criminal penalties.

52.224-2 PRIVACY ACT (APR 1984)

 

(a) The Contractor agrees to—

(1) Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued

under the Act in the design, development, or operation of any system of records on individuals to

accomplish an agency function when the contract specifically identifies—

(i) The systems of records; and

(ii) The design, development, or operation work that the Contractor is to perform;

(2) Include the Privacy Act notification contained in this contract in every solicitation and

resulting subcontract and in every subcontract awarded without a solicitation, when the work

statement in the proposed subcontract requires the redesign, development, or operation of a

system of records on individuals that is subject to the Act; and

(3) Include this clause, including this subparagraph (3), in all subcontracts awarded under this

contract which requires the design, development, or operation of such a system of records.

(b) In the event of violations of the Act, a civil action may be brought against the agency involved when

the violation concerns the design, development, or operation of a system of records on individuals to

accomplish an agency function, and criminal penalties may be imposed upon the officers or employees

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 52 of 54 FINAL

 

of the agency when the violation concerns the operation of a system of records on individuals to

accomplish an agency function. For purposes of the Act, when the contract is for the operation of a

system of records on individuals to accomplish an agency function, the Contractor is considered to be

an employee of the agency.

(c) (1) "Operation of a system of records," as used in this clause, means performance of any of

the activities associated with maintaining the system of records, including the collection, use, and

dissemination of records.

(2) "Record," as used in this clause, means any item, collection, or grouping of information about

an individual that is maintained by an agency, including, but not limited to, education, financial

transactions, medical history, and criminal or employment history and that contains the person's

name, or the identifying number, symbol, or other identifying particular assigned to the

individual, such as a fingerprint or voiceprint or a photograph.

(3) "System of records on individuals," as used in this clause, means a group of any records under

the control of any agency from which information is retrieved by the name of the individual or by

some identifying number, symbol, or other identifying particular assigned to the individual.

 

252.239-7001 INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION (JAN2008)

The Terms and Conditions of DFARS clause 252.239-7001, Information Assurance Contractor Training and

Certification (Jan 2008), as contained in the basic Seaport contact, are applicable to this Task Order.

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 53 of 54 FINAL

 

SECTION J LIST OF ATTACHMENTS

Attachment 1 - DD 1423, Contract Data Requirements List

Attachment 2 - DD 254, Contract Security Classification Specifications

Attachment 3 -  QASP

Attachment 4 - Wage Determinations for Charleston, SC

Attachment Amendment_Attachment1_Contractor_Manpower_Report_CDRL_A010

Amendment_Attachment_1_QSR_Manpower_Reporting_Spreadsheet

Attachment 7 Personnel Quals Amendment 2

 

 CONTRACT NO.

 N00178-05-D-4507 DELIVERY ORDER NO.

 GZ01 AMENDMENT/MODIFICATION NO.

 35 PAGE

 54 of 54 FINAL