€¦  · web view- the pbw is provided as attachment 2 to show the offeror's pricing of the...

84
CODE (H our) PA GE(S) until 12:00 A M localtime 18 A ug 2017 X A X B X C X D E X X G F 60 -65 X H [email protected] RA TIN G PAGE OF PAGES 7. ISSU ED BY (Date) IM PO RT A N T -A ward willbe m ade on thisForm ,oron Standard Form 26,orby otherauthorized officialwritten notice. PreviousEdition isUnusable 33-134 STA N D ARD FORM 33 (REV . 9-97) Prescribed by G SA FA R (48 CFR)53.214(c) 1 65 (If otherthan Item 7) 15A .N A M E 16.N A M E AND TITLE OF PERSON AUTHORIZED TO AND ADDRESS SIGN O FFER (T ype orprint) OF O FFERO R AM ENDM ENT NO. DATE 15B.TELEPHONE NO (Includeareacode) 17.SIGN A T U RE 15C. CH ECK IF REM ITTA N CE A DDRESS IS D IFFEREN T FRO M A BO VE -EN TER SU CH A D D RESS IN SCHEDULE. 18.O FFER D A T E 1. TH IS CO N TRA CT IS A RA TED ORDER U N D ER D PA S (15 CFR 700) 2. CO N TRA CT N O. N 61340 8. A D D RESS O FFER TO S ee Item 7 9.Sealed offersin originaland 3 copiesforfurnishing the suppliesorservicesin the Schedule willbe received atthe place specified in Item 8,orif handcarried,in the depository located in CA U T IO N -LA T E Subm issions,M odifications,and W ithdrawals: See Section L,Provision N o.52.214-7 or52.215-1. A lloffersare subjectto allterm sand conditionscontained in thissolicitation. 10. FO R IN FORM ATIO N CALL: A . N AME (NO COLLECT CALLS) KELLY STEVEN S 407 380 4143 11.TABLE OF CONTENTS SO LICIT A T IO N /CO N T RA CT FO RM SU PPLIES O R SERVICES A N D PRICES/CO ST S 1 2 -30 X I CONTRACT CLAUSES D ESCRIPT IO N /SPECS./W ORK STATEM ENT X PACKAGING AND M A RK IN G 31 -32 33 J LIST O F A T T A CH M ENTS INSPECTION AND ACCEPTANCE D ELIVERIES O R PERFO RM ANCE 34 -35 36 -40 X K REPRESEN T A T IO N S,CERT IFICA T IO N S A N D OTHER STATEM EN T S O F O FFERO RS CONTRACT ADM IN IST RA T IO N D A T A 41 -46 SPECIAL CONTRACT REQUIREM ENTS O FFER (M ustbefully com pleted byofferor) 47 -52 M L IN ST RS.,CO N D S.,A N D N O T ICES T O O FFERO RS EVALUATION FACTORS FOR AW ARD NOTE: Item 12 doesnotapply ifthe solicitation includesthe provisionsat52.214-16,M inim um Bid A cceptance Period. isinserted by the offeror)from the date forreceiptofoffersspecified above,to furnish any orallitem supon which pricesare offered atthe price setopposite each item ,delivered atthe designated point(s),within the tim e specified in the schedule. 13.D ISCO U N T FO R PRO M PT PAYM ENT (See Section I,Clause N o.52.232-8) 14.A CK N O W LEDGM ENT OF AM ENDM ENTS (T he offeroracknowledgesreceiptofam endm ents AM ENDM ENT NO. DATE to the SO LICIT A T IO N forofferorsand related docum entsnum bered and dated): FA CILIT Y 12.In com pliance with the above,the undersigned agrees,ifthisofferisaccepted within calendardays(60 calendardaysunlessa differentperiod SO LIC ITA TIO N , O FFER AN D AW ARD X (X) SEC. D ESCRIPT IO N (X) SEC. D ESCRIPT IO N PA GE(S) PART I-TH E SC H ED U LE 26. NAME OF CONTRACTING OFFICER (Type or print) 27. U N ITED STA TES O F A M E RICA 28. A W A RD D A TE EMAIL: TEL: (Signatureof Contracting O fficer) CODE CODE B. TELEPH O N E (Includeareacode) C .E-M AIL AD DRESS AW ARD (To be com pleted byGovernm ent) 19. A CCEPTED A S TO ITEM S N U M BERED 20. A M O U N T 21. A CCO U N TIN G A N D A PPRO PRIA TIO N 22. A U TH O RITY FO R U SIN G O TH ER TH A N FU LL A N D O PEN CO M PETITION : 10 U .S.C. 2304(c)( ) 41 U .S.C. 253(c)( ) (4 copiesunlessotherw isespecified) 23.SU BM IT IN VO ICES T O A D D RESS SH O W N IN IT EM 24. A D M IN ISTERED BY (If otherthan Item 7) CODE 25. PA Y M EN T W ILL BE M A D E BY CODE PA R T IV -R EPR ESEN TA TIO NS AND INSTRUC TIO NS PA R T III-LIST O F D O C UM EN TS,EXH IB ITS A N D O TH ER A TTA C H M EN TS 53 -57 PA R T II-C O N TR A C T C LAUSES NAW C TSD 253 12211 SC IEN C E D R IVE (25322) O R LAN D O FL 32826-3224 FAX: TEL: FAX: TEL: N O TE: In sealed bid solicitations"offer"and "offeror"m ean "bid"and "bidder". SO LICITATIO N 58 -59 6. REQ U ISITIO N /PU RCH A SE N O. 5. D A TE ISSU ED 02 Jun 2017 4. TY PE O F SO LICITA TION SEA LED BID (IFB) N EG O TIA TED (RFP) [ ] [X ] 3. SO LICITA TIO N NO. N6134017R0048

Upload: others

Post on 23-Jun-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

CODE

(Hour)

PAGE(S)

until 12:00 AM local time 18 Aug 2017

X

AX BX CX D

EXX

GF 60 - 65

X H

kelly [email protected]

RATING PAGE OF PAGES

7. ISSUED BY

(Date)

IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official writ ten notice.Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97)

Prescribed by GSAFAR (48 CFR) 53.214(c)

1 65

(If other than Item 7)

15A. NAME 16. NAME AND TITLE OF PERSON AUTHORIZED TOANDADDRESS SIGN OFFER (Type or print)

OFOFFEROR

AMENDMENT NO. DATE

15B. TELEPHONE NO (Include area code) 17. SIGNATURE15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTERSUCH ADDRESS IN SCHEDULE.

18. OFFER DATE

1. THIS CONTRACT IS A RATED ORDERUNDER DPAS (15 CFR 700)

2. CONTRACT NO.

N61340 8. ADDRESS OFFER TO

See Item 7

9. Sealed offers in original and 3 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or ifhandcarried, in the depository located in

CAUTION - LATE Submissions, Modificat ions, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and condit ions contained in this solicitat ion.10. FOR INFORMATION CALL:

A. NAME (NO COLLECT CALLS)KELLY STEVENS 407 380 4143

11. TABLE OF CONTENTS

SOLICITATION/ CONTRACT FORMSUPPLIES OR SERVICES AND PRICES/ COSTS

12 - 30

X I CONTRACT CLAUSES

DESCRIPTION/ SPECS./ WORK STATEMENT XPACKAGING AND MARKING

31 - 3233

J LIST OF ATT ACHMENTS

INSPECTION AND ACCEPTANCEDELIVERIES OR PERFORMANCE

34 - 3536 - 40 X K REPRESENTATIONS, CERT IFICATIONS AND

OTHER STATEMENTS OF OFFERORSCONTRACT ADMINISTRATION DATA 41 - 46SPECIAL CONTRACT REQUIREMENTS

OFFER (Must be fully completed by offeror)47 - 52 M

L INSTRS., CONDS., AND NOTICES TO OFFERORSEVALUATION FACTORS FOR AWARD

NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.

is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.

13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8)

14. ACKNOWLEDGMENT OF AMENDMENTS(The offeror acknowledges receipt of amendments

AMENDMENT NO. DATE

to the SOLICITATION for offerors and related documents numbered and dated):

FACILITY

12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period

SOLICITATION, OFFER AND AWARD

X

(X) SEC. DESCRIPTION (X) SEC. DESCRIPTION PAGE(S)PART I - THE SCHEDULE

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE

EMAIL:TEL: (Signature of Contracting Officer)

CODE CODE

B. TELEPHONE (Include area code) C. E-MAIL ADDRESS

AWARD (To be completed by Government)19. ACCEP TED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified)

23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM

24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE

PART IV - REPRESENTATIO NS AND INSTRUCTIONS

PART III - LIST OF DO CUMENTS, EXHIBITS AND O THER ATTACHMENTS53 - 57

PART II - CO NTRACT CLAUSES

NAWCTSD 25312211 SCIENCE DRIVE (25322)ORLANDO FL 32826-3224

FAX:TEL:

FAX:TEL:

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

SOLICITATION

58 - 59

6. REQUISITION/PURCHASE NO.5. DATE ISSUED

02 Jun 2017

4. TYPE OF SOLICITATIONSEALED BID (IFB)NEGOTIATED (RFP)

[ ]

[ X ]

3. SOLICITATION NO.

N6134017R0048

Page 2: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 2 of 65

Section B - Supplies or Services and Prices

SUPPLIES OR SERVICES/PRICES

Please note that this Task Order corresponds to CLIN 2013, Lot II, Functional Area 3, Firm Fixed Price (FFP) of the Training Data Products Contract, Multiple Award Contract (TDPC MAC).

B.1 - CLAUSES AND PROVISIONS

(a) Clauses and provisions from the Federal Acquisition Regulation (FAR) and supplements thereto are incorporated in this document by reference and in full text. Those incorporated by reference have the same force and effect as if they were given in full text.(b) Clauses and provisions in this document are numbered in sequence, but will not necessarily appear in consecutive order. (c) Sections K, L and M will be physically removed from any resultant award, but Section K will be deemed to be incorporated by reference in the award.

Note to Offerors:- The structure and line items of Section B will be based on the data from the Price Breakout Worksheet (PBW) Attachment 2.- Pricing for CLINS/ Tasks will be populated in Section B at time of award, using the PBW Attachment 2.- Pricing for Option CLINs that have not been exercised are for Government planning purposes only and shall not bind the Government to a Task Level prior to exercise of the option. - The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award will reflect the price associated with the CLIN/Tasks from the Price Breakout Worksheet. All CLINs and each Task within an individual CLIN for Mobilization, the Base effort and Options are Firm Fixed Price.

B.2 – TDPC MAC CLAUSES INCORPORATED BY REFERENCE

All applicable clauses under the basic TDPC Indefinite Delivery/Indefinite Quantity Multiple Award Contract Section B are hereby incorporated with the same force and effect as if they were provided in full text. Upon request, the Contracting Officer will make the full text available.

Page 3: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 3 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1801 1 Lot

MOBILIZATIONFFPNAS Jacksonville FL

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1802 7 Months

PILOTFFPNAS Jacksonville FLTask 1 - P-3/P-8 Pilot SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 4: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 4 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1803 7 Months

NFOFFPNAS Jacksonville FLTask 2 - P-3/P-8 Naval Flight Officer (NFO) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1804 7 Months

AAWFFPNAS Jacksonville FLTask 3- Acoustic Aviation Warfare (AAW) Operator SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 5: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 5 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1805 7 Months

NAAW/EWOFFPNAS Jacksonville FLTask 4- Non Acoustic Aviation Warfare (NAAW) Operator or Electronic Warfare Operator (EWO) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1806 7 Months

IFT/FEFFPNAS Jacksonville FLTask 5- In-Flight Technician (IFT) or Flight Engineer (FE) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 6: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 6 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1807 7 Months

AAW/NAAW/EWOFFPNAS Jacksonville FLTask 6 - Acoustic Aviation Warfare Operator (AAW)/ or Non-Acoustic Aviation Warfare Operator (NAAW)/or Electronic Warfare Operator (EWO).

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1808 7 Months

IAT Level IFFPNAS Jacksonville FLInformation Assurance Techicial Level I

FOB: Destination

NET AMT

PSC Code U099

Page 7: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 7 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1809 7 Months

LRC ClerkFFPNAS Jacksonville FLLearning Resource Center Clerk

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1810 7 Months

CDRLsFFPNAS Jacksonville FLContract Data Requirements List To Be Negotiated

FOB: Destination

NET AMT

PSC Code U099

Page 8: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 8 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1902 12 MonthsOPTION PILOT

FFPNAS Jacksonville FLTask 1- P-3/P-8 Pilot SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1903 12 MonthsOPTION NFO

FFPNAS Jacksonville FLTask 2 - P-3/P-8 Naval Flight Officer (NFO) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 9: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 9 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1904 12 MonthsOPTION AAW

FFPNAS Jacksonville FLTask 3- Acoustic Aviation Warfare (AAW) Operator SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1905 12 MonthsOPTION NAAW/EWO

FFPNAS Jacksonville FLTask 4- Non Acoustic Aviation Warfare (NAAW) Operator or Electronic Warfare Operator (EWO) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 10: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 10 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1906 12 MonthsOPTION IFT/FE

FFPNAS Jacksonville FLTask 5- In-Flight Technician (IFT) or Flight Engineer (FE) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1907 12 MonthsOPTION AAW/NAAW/EWO

FFPNAS Jacksonville FLTask 6 - Acoustic Aviation Warfare Operator (AAW)/ or Non-Acoustic Aviation Warfare Operator (NAAW)/or Electronic Warfare Operator (EWO).

FOB: Destination

NET AMT

PSC Code U099

Page 11: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 11 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1908 12 MonthsOPTION IAT Level I

FFPNAS Jacksonville FLInformation Assurance Techicial Level I

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1909 12 MonthsOPTION LRC Clerk

FFPNAS Jacksonville FLLearning Resource Center Clerk

FOB: Destination

NET AMT

PSC Code U099

Page 12: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 12 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1910 12 MonthsOPTION CDRLs

FFPNAS Jacksonville FLContract Data Requirements List To Be Negotiated

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2002 12 MonthsOPTION PILOT

FFPNAS Jacksonville FLTask 1 - P-3/P-8 Pilot SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 13: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 13 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2003 12 MonthsOPTION NFO

FFPNAS Jacksonville FLTask 2 - P-3/P-8 Naval Flight Officer (NFO) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2004 12 MonthsOPTION AAW

FFPNAS Jacksonville FLTask 3- Acoustic Aviation Warfare (AAW) Operator SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 14: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 14 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2005 12 MonthsOPTION NAAW/EWO

FFPNAS Jacksonville FLTask 4- Non Acoustic Aviation Warfare (NAAW) Operator or Electronic Warfare Operator (EWO) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2006 12 MonthsOPTION IFT/FE

FFPNAS Jacksonville FLTask 5- In-Flight Technician (IFT) or Flight Engineer (FE) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 15: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 15 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2007 12 MonthsOPTION AAW/NAAW/EWO

FFPNAS Jacksonville FLTask 6 - Acoustic Aviation Warfare Operator (AAW)/ or Non-Acoustic Aviation Warfare Operator (NAAW)/or Electronic Warfare Operator (EWO).

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2008 12 MonthsOPTION IAT Level I

FFPNAS Jacksonville FLInformation Assurance Techicial Level I

FOB: Destination

NET AMT

PSC Code U099

Page 16: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 16 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2009 12 MonthsOPTION LRC Clerk

FFPNAS Jacksonville FLLearning Resource Center Clerk

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2010 12 MonthsOPTION CDRLs

FFPNAS Jacksonville FLContract Data Requirements List To Be Negotiated

FOB: Destination

NET AMT

PSC Code U099

Page 17: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 17 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2102 12 MonthsOPTION PILOT

FFPNAS Jacksonville FLTask 1 - P-3/P-8 Pilot SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2103 12 MonthsOPTION NFO

FFPNAS Jacksonville FLTask 2 - P-3/P-8 Naval Flight Officer (NFO) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 18: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 18 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2104 12 MonthsOPTION AAW

FFPNAS Jacksonville FLTask 3- Acoustic Aviation Warfare (AAW) Operator SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2105 12 MonthsOPTION NAAW/EWO

FFPNAS Jacksonville FLTask 4- Non Acoustic Aviation Warfare (NAAW) Operator or Electronic Warfare Operator (EWO) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 19: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 19 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2106 12 MonthsOPTION IFT/FE

FFPNAS Jacksonville FLTask 5- In-Flight Technician (IFT) or Flight Engineer (FE) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2107 12 MonthsOPTION AAW/NAAW/EWO

FFPNAS Jacksonville FLTask 6 - Acoustic Aviation Warfare Operator (AAW)/ or Non-Acoustic Aviation Warfare Operator (NAAW)/or Electronic Warfare Operator (EWO).

FOB: Destination

NET AMT

PSC Code U099

Page 20: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 20 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2108 12 MonthsOPTION IAT Level I

FFPNAS Jacksonville FLInformation Assurance Techicial Level I

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2109 12 MonthsOPTION LRC Clerk

FFPNAS Jacksonville FLLearning Resource Center Clerk

FOB: Destination

NET AMT

PSC Code U099

Page 21: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 21 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2110 12 MonthsOPTION CDRLs

FFPNAS Jacksonville FLContract Data Requirements List To Be Negotiated

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2202 12 MonthsOPTION PILOT

FFPNAS Jacksonville FLTask 1 - P-3/P-8 Pilot SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 22: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 22 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2203 12 MonthsOPTION NFO

FFPNAS Jacksonville FLTask 2 - P-3/P-8 Naval Flight Officer (NFO) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2204 12 MonthsOPTION AAW

FFPNAS Jacksonville FLTask 3- Acoustic Aviation Warfare (AAW) Operator SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 23: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 23 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2205 12 MonthsOPTION NAAW/EWO

FFPNAS Jacksonville FLTask 4- Non Acoustic Aviation Warfare (NAAW) Operator or Electronic Warfare Operator (EWO) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2206 12 MonthsOPTION IFT/FE

FFPNAS Jacksonville FLTask 5- In-Flight Technician (IFT) or Flight Engineer (FE) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 24: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 24 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2207 12 MonthsOPTION AAW/NAAW/EWO

FFPNAS Jacksonville FLTask 6 - Acoustic Aviation Warfare Operator (AAW)/ or Non-Acoustic Aviation Warfare Operator (NAAW)/or Electronic Warfare Operator (EWO).

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2208 12 MonthsOPTION IAT Level I

FFPNAS Jacksonville FLInformation Assurance Techicial Level I

FOB: Destination

NET AMT

PSC Code U099

Page 25: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 25 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2209 12 MonthsOPTION LRC Clerk

FFPNAS Jacksonville FLLearning Resource Center Clerk

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2210 12 MonthsOPTION CDRLs

FFPNAS Jacksonville FLContract Data Requirements List To Be Negotiated

FOB: Destination

NET AMT

PSC Code U099

Page 26: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 26 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2302 3 MonthsOPTION PILOT

FFPNAS Jacksonville FLTask 1 - P-3/P-8 Pilot SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2303 3 MonthsOPTION NFO

FFPNAS Jacksonville FLTask 2 - P-3/P-8 Naval Flight Officer (NFO) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 27: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 27 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2304 3 MonthsOPTION AAW

FFPNAS Jacksonville FLTask 3- Acoustic Aviation Warfare (AAW) Operator SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2305 3 MonthsOPTION NAAW/EWO

FFPNAS Jacksonville FLTask 4- Non Acoustic Aviation Warfare (NAAW) Operator or Electronic Warfare Operator (EWO) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

Page 28: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 28 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2306 3 MonthsOPTION IFT/FE

FFPNAS Jacksonville FLTask 5- In-Flight Technician (IFT) or Flight Engineer (FE) SME Labor Hrs.

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2307 3 MonthsOPTION AAW/NAAW/EWO

FFPNAS Jacksonville FLTask 6 - Acoustic Aviation Warfare Operator (AAW)/ or Non-Acoustic Aviation Warfare Operator (NAAW)/or Electronic Warfare Operator (EWO).

FOB: Destination

NET AMT

PSC Code U099

Page 29: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 29 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2308 3 MonthsOPTION IAT Level I

FFPNAS Jacksonville FLInformation Assurance Techicial Level I

FOB: Destination

NET AMT

PSC Code U099

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2309 3 MonthsOPTION LRC Clerk

FFPNAS Jacksonville FLLearning Resource Center Clerk

FOB: Destination

NET AMT

PSC Code U099

Page 30: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 30 of 65

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2310 3 MonthsOPTION CDRLs

FFPNAS Jacksonville FLContract Data Requirements List To Be Negotiated

FOB: Destination

NET AMT

PSC Code U099

Page 31: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 31 of 65

Section C - Descriptions and Specifications

DESCRIPTIONS AND SPECIFICATIONC.1 PERFORMANCE WORK STATEMENT/TECHNICAL DATA AND INFORMATION

(a) The specific requirements of this Task Order are identified in Attachment (1) - “Performance Work Statement” (PWS) Maritime Patrol and Reconnaissance Training Program Curriculum Revision and Maintenance (R&M). (b) Contract Data Requirements List (DD Forms 1423) of this solicitation and resultant Task Order are identified as Exhibits A, B, C, D and F in Section J. (c) All other attachments of this solicitation and resultant Task Order are identified in Section J.

C.2 COMMUNICATIONS

To the greatest extent practicable, communications between the Government and Contractor shall be accomplished electronically. When the Contractor desires or is required to submit formal letters or other communications to the Government, it shall do so by attaching a copy of the communication (MS Word or Excel (2010 version or later), or Acrobat compatible) to an e-mail addressed to the proper Government representative. Submission of a hard copy will not be necessary.

NAWCTSD Task Order Senior Procuring Contracting Officer (PCO):Joseph [email protected]

NAWCTSD Task Order Contract Specialist (CS):Kelly Stevens [email protected]

NAWCTSD Project Manager (PJM):Tim [email protected]

C.3 CLAUSES INCORPORATED BY REFERENCE

All applicable clauses under the basic TDPC Multiple Award Contract Section C are hereby incorporated with the same force and effect as if they were provided in full text. Upon request, the Contracting Officer will make the full text available.

CLAUSES INCORPORATED BY FULL TEXT

5252.211-9509 INCORPORATION OF THE CONTRACTOR'S TECHNICAL PROPOSAL (NAVAIR)(OCT 2005)

The Contractor's Technical Proposal Number [Enter technical proposal number], dated [Enter document date], and any amendments/addendums thereof, is incorporated herein by reference, unless otherwise specified, with the same force and effect as if set forth in full text. Nothing in the Contractor's proposal shall constitute a waiver of any of the provisions of the contract, including the Statement(s) of Work and Specification. For purposes of FAR Clause 52.215-8, “Order of Precedence”, the Contractor's technical proposal shall be considered a "Specification" but the Government's Specification shall take precedence over the Contractor's technical proposal.

Page 32: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 32 of 65

Page 33: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 33 of 65

Section D - Packaging and Marking

PACKING AND MARKINGSD.1 MATERIAL AND TECHNICAL DATA

The materials and technical data to be furnished will be packaged for domestic shipment in accordance with Section D of the basic TDPC MAC ID/IQ contract.

D.2 CLAUSES INCORPORATED BY REFERENCE

All applicable clauses under the basic TDPC Multiple Award Contract Section D are hereby incorporated with the same force and effect as if they were provided in full text. Upon request, the Contracting Officer will make the full text available.

Page 34: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 34 of 65

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCEE.1 - GOVERNMENT QUALITY ASSURANCE SURVEILLANCE PLAN

The Quality Assurance Surveillance Plan (QASP) at Attachment (4) is a Government-developed and applied document used to ensure that systematic quality assurance methods are used in the administration of the TDPC MAC. The intent is to verify that the Contractor performs in accordance with task order Performance Work Statement (PWS) and meets Acceptable Quality Level (AQL) performance metrics and the Government receives the quality of services called for in the task order.

E.2- CLAUSES INCORPORATED BY REFERENCE

All applicable clauses under the basic TDPC MAC ID/IQ Contract Section E are hereby incorporated with the same force and effect as if they were provided in full text. Upon request, the Contracting Officer will make the full text available.

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY1801 Destination Government Destination Government1802 Destination Government Destination Government1803 Destination Government Destination Government1804 Destination Government Destination Government1805 Destination Government Destination Government1806 Destination Government Destination Government1807 Destination Government Destination Government1808 Destination Government Destination Government1809 Destination Government Destination Government1810 Destination Government Destination Government1902 Destination Government Destination Government1903 Destination Government Destination Government1904 Destination Government Destination Government1905 Destination Government Destination Government1906 Destination Government Destination Government1907 Destination Government Destination Government1908 Destination Government Destination Government1909 Destination Government Destination Government1910 Destination Government Destination Government2002 Destination Government Destination Government2003 Destination Government Destination Government2004 Destination Government Destination Government2005 Destination Government Destination Government2006 Destination Government Destination Government2007 Destination Government Destination Government2008 Destination Government Destination Government

Page 35: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 35 of 65

2009 Destination Government Destination Government2010 Destination Government Destination Government2102 Destination Government Destination Government2103 Destination Government Destination Government2104 Destination Government Destination Government2105 Destination Government Destination Government2106 Destination Government Destination Government2107 Destination Government Destination Government2108 Destination Government Destination Government2109 Destination Government Destination Government2110 Destination Government Destination Government2202 Destination Government Destination Government2203 Destination Government Destination Government2204 Destination Government Destination Government2205 Destination Government Destination Government2206 Destination Government Destination Government2207 Destination Government Destination Government2208 Destination Government Destination Government2209 Destination Government Destination Government2210 Destination Government Destination Government2302 Destination Government Destination Government2303 Destination Government Destination Government2304 Destination Government Destination Government2305 Destination Government Destination Government2306 Destination Government Destination Government2307 Destination Government Destination Government2308 Destination Government Destination Government2309 Destination Government Destination Government2310 Destination Government Destination Government

CLAUSES INCORPORATED BY REFERENCE

52.246-4 Inspection Of Services--Fixed Price AUG 1996

CLAUSES INCORPORATED BY FULL TEXT

5252.246-9512 INSPECTION AND ACCEPTANCE (NAVAIR)(OCT 2005)(a) Inspection and acceptance of the supplies or services to be furnished hereunder shall be performed by [insert

the accepting authority].(b) Acceptance of all Contract Line Items/Sub Line Items (CLINs/SLINs) shall be made by signature of the

accepting authority on a DD 250 submitted through the WAWF system. Acceptance will only occur when the accepting authority is sure that inspections performed demonstrate compliance with contract requirements.

Page 36: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 36 of 65

Section F - Deliveries or Performance

DELIVERIES AND PERFORMANCEF.1 PERIOD OF PERFORMANCE

The task order will not exceed 60 months, including mobilization and all option periods. The task order Period of Performance is provided in the following table:

DESCRIPTION PERIOD OF PERFORMANCE

MOBILIZATION 1 Lot 01 Feb 2018 – 31 Mar 2018

BASE PERIOD 7 Months 01Apr 2018 – 31 Oct 2018

OPTION PERIOD 1 12 Months 01 Nov 2018 – 31 Oct 2019

OPTION PERIOD 2 12 Months 01 Nov 2019 – 31 Oct 2020

OPTION PERIOD 3

OPTION PERIOD 4

OPTION PERIOD 5

12 Months

12 Months

3 Months

01 Nov 2020 – 31 Oct 2021

01 Nov 2021 – 31 Oct 2022

01 Nov 2022 - 31 Jan 2023

F.2 CLAUSES INCORPORATED BY REFERENCE

All applicable clauses under the basic TDPC MAC Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract Section F are hereby incorporated with the same force and effect as if they were provided in full text. Upon request, the Contracting Officer will make the full text available.

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE

1801 POP 01-FEB-2018 TO31-MAR-2018

N/A NAWCTSDTIM MOTE12211 SCIENCE DRORLANDO FL 32826-3224407-380-4230FOB: Destination

N61340

1802 POP 01-APR-2018 TO31-OCT-2018

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1803 POP 01-APR-2018 TO31-OCT-2018

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

Page 37: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 37 of 65

1804 POP 01-APR-2018 TO31-OCT-2018

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1805 POP 01-APR-2018 TO31-OCT-2018

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1806 POP 01-APR-2018 TO31-OCT-2018

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1807 POP 01-APR-2018 TO31-OCT-2018

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1808 POP 01-APR-2018 TO31-OCT-2018

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1809 POP 01-APR-2018 TO31-OCT-2018

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1810 POP 01-APR-2018 TO31-OCT-2018

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1902 POP 01-NOV-2018 TO31-OCT-2019

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1903 POP 01-NOV-2018 TO31-OCT-2019

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1904 POP 01-NOV-2018 TO31-OCT-2019

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1905 POP 01-NOV-2018 TO31-OCT-2019

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1906 POP 01-NOV-2018 TO31-OCT-2019

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1907 POP 01-NOV-2018 TO31-OCT-2019

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1908 POP 01-NOV-2018 TO31-OCT-2019

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1909 POP 01-NOV-2018 TO31-OCT-2019

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

1910 POP 01-NOV-2018 TO31-OCT-2019

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2002 POP 01-NOV-2019 TO31-OCT-2020

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2003 POP 01-NOV-2019 TO31-OCT-2020

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

Page 38: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 38 of 65

2004 POP 01-NOV-2019 TO31-OCT-2020

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2005 POP 01-NOV-2019 TO31-OCT-2020

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2006 POP 01-NOV-2019 TO31-OCT-2020

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2007 POP 01-NOV-2019 TO31-OCT-2020

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2008 POP 01-NOV-2019 TO31-OCT-2020

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2009 POP 01-NOV-2019 TO31-OCT-2020

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2010 POP 01-NOV-2019 TO31-OCT-2020

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2102 POP 01-NOV-2020 TO31-OCT-2021

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2103 POP 01-NOV-2020 TO31-OCT-2021

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2104 POP 01-NOV-2020 TO31-OCT-2021

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2105 POP 01-NOV-2020 TO31-OCT-2021

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2106 POP 01-NOV-2020 TO31-OCT-2021

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2107 POP 01-NOV-2020 TO31-OCT-2021

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2108 POP 01-NOV-2020 TO31-OCT-2021

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2109 POP 01-NOV-2020 TO31-OCT-2021

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2110 POP 01-NOV-2020 TO31-OCT-2021

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2202 POP 01-NOV-2021 TO31-OCT-2022

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2203 POP 01-NOV-2021 TO31-OCT-2022

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

Page 39: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 39 of 65

2204 POP 01-NOV-2021 TO31-OCT-2022

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2205 POP 01-NOV-2021 TO31-OCT-2022

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2206 POP 01-NOV-2021 TO31-OCT-2022

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2207 POP 01-NOV-2021 TO31-OCT-2022

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2208 POP 01-NOV-2021 TO31-OCT-2022

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2209 POP 01-NOV-2021 TO31-OCT-2022

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2210 POP 01-NOV-2021 TO31-OCT-2022

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2302 POP 01-NOV-2022 TO31-JAN-2023

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2303 POP 01-NOV-2022 TO31-JAN-2023

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2304 POP 01-NOV-2022 TO31-JAN-2023

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2305 POP 01-NOV-2022 TO31-JAN-2023

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2306 POP 01-NOV-2022 TO31-JAN-2023

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2307 POP 01-NOV-2022 TO31-JAN-2023

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2308 POP 01-NOV-2022 TO31-JAN-2023

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2309 POP 01-NOV-2022 TO31-JAN-2023

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

2310 POP 01-NOV-2022 TO31-JAN-2023

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

N61340

CLAUSES INCORPORATED BY FULL TEXT

5252.211-9507 PERIOD OF PERFORMANCE (NAVAIR)(SEP 2013)

Page 40: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 40 of 65

(a) The contract shall commence on 01 Feb 2018 and shall continue 31 Oct 2018. However, the period of performance may be extended in accordance with the option provisions contained herein.

(b) If DFAR Clause 252.216-7006, "Ordering", is incorporated into this contract, then the period in which the Government can issue orders under the contract will be extended at the exercise of an option, and extended to the end of that option period.

5252.247-9505 TECHNICAL DATA AND INFORMATION (NAVAIR)(FEB 1995)Technical Data and Information shall be delivered in accordance with the requirements of the Contract Data

Requirements List, DD Form 1423, Exhibit A, B, C, D, and F, attached hereto, and the following:(a) The contractor shall concurrently deliver technical data and information per DD Form 1423, Blocks 12 and 13

(date of first/subsequent submission) to all activities listed in Block 14 of the DD Form 1423 (distribution and addresses) for each item. Complete addresses for the abbreviations in Block 14 are shown in paragraph (g) below. Additionally, the technical data shall be delivered to the following cognizant codes, who are listed in Block 6 of the DD Form 1423.

(1) PCO, Code 25322(b) Partial delivery of data is not acceptable unless specifically authorized on the DD Form 1423, or unless

approved in writing by the PCO.(c) The Government review period provided on the DD Form 1423 for each item commences upon receipt of all

required data by the technical activity designated in Block 6.(d) A copy of all other correspondence addressed to the Contracting Officer relating to data item requirements

(i.e., status of delivery) shall also be provided to the codes reflected above and the technical activity responsible for the data item per Block 6, if not one of the activities listed above.

(e) The PCO reserves the right to issue unilateral modifications to change the destination codes and addresses for all technical data and information at no additional cost to the Government.

(f) Unless otherwise specified in writing, rejected data items shall be resubmitted within thirty (30) days after receipt of notice of rejection.

(g) DD Form 1423, Block 14 Mailing Addresses: See Section J, Attachment (8).

Page 41: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 41 of 65

Section G - Contract Administration Data

CONTRACT ADMINISTRATION DATAG.1 ACCOUNTING AND APPROPRIATION

The accounting and appropriation data will be provided at task order award, unless awarded subject to the availability of funds.

G.2 - WAGE DETERMINATION PRICE ADJUSTMENTS

a) As referenced in Section I, FAR Clauses 52.222-41 (Service Contract Labor Standards) and 52.222-43 (Fair Labor Standards Act and Service Contract Labor Standards – Price Adjustment) apply to this task order. Applicable Area and CBA Wage Determinations are found at Section J, Attachment 5.

b) For SCA price adjustments paid under FAR 52.222-43, the Government will use the forecasting method to price the SCA Price Adjustment based on the contractor’s SCA price adjustment impact proposal submitted per contract clause 52.222-43.

c) The contractor shall submit the payroll records of actual hours worked during the previous 6 months by the 30th day of November. The Government will use this data to forecast the new fiscal year.

d) Proposals for price adjustments will be submitted by the contractor using the Price Adjustment Calculation Tool (PACT) found at Section J, Attachment 7.

G.3 INVOICING AND PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

Payments shall be made IAW DFARS clause 252.204-7006 Billing Instructions (OCT 2005) in the basic contract, and DFARS Clause 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JUN 2012).

G.4 CLAUSES INCORPORATED BY REFERENCEAll applicable clauses under the basic TDPC Indefinite Delivery/Indefinite Quantity Contract Section G are hereby incorporated with the same force and effect as if they were provided in full text. Upon request, the Contracting Officer will make the full text available.

G.5 – GOVERNMENT COR POINTS OF CONTACT(a) The CORs for this Task Order are:

Name: TBDAddress: Commanding Officer, Patrol Squadron 30

Hanger 30NAS Jacksonville, FL 32212Phone: TBDEmail: TBD

The Alternate COR (ACOR) for this contract is:

Name: TBDAddress: Officer In Charge

MPR Weapons School, Box 140NAS Jacksonville, FL 32212Phone: TBDEmail: TBD

Page 42: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 42 of 65

The COR will act on behalf of the Contracting Officer for technical matters, providing technical direction and discussion, as necessary, with respect to the specification or statement of work, and monitoring the progress and quality of contractor performance. The COR is not an Administrative Contracting Officer and does not have authority to direct the accomplishment of effort which is not required by the PWS in the contract (or task order).

In the event that the COR named above is absent due to leave, illness, or official business, all responsibilities and functions assigned to the COR will be the responsibility of the Contracting Officer.

(b) The COR and ACOR are not an Administrative Contracting Officer and do not have authority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place of performance, delivery schedule, or any other terms and conditions of the contract (or delivery/task order), or to direct the accomplishmentof effort which goes beyond the scope of the statement of work in the contract (or delivery/task order). When, in the opinion of the contractor, COR or ACOR requests any of the aforementioned changes, the contractor shall promptly notify the Contracting Officer (or ordering officer, for delivery/task orders) in writing. If the contractor believes or interprets any action by the COR or ACOR to be a change to the contract, the contractor will promptly notify the Contracting Officer in writing. No action shall be taken by the contractor under such direction until the Contracting Officer (or ordering officer) has issued a modification to the contract (or delivery/task order) concerning the subject change(s) or has otherwise resolved the issue. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof.

CLAUSES INCORPORATED BY FULL TEXT

252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991)(a) "Definition. Contracting officer's representative" means an individual designated in accordance with

subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions.

(b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract.

252.204-0002 LINE ITEM SPECIFIC: SEQUENTIAL ACRN ORDER (SEP 2009) The payment office shall make payment in sequential ACRN order within the line item, exhausting all funds in

the previous ACRN before paying from the next ACRN using the following sequential order: Alpha/Alpha; Alpha/numeric; numeric/alpha; and numeric/numeric.

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)

(a) Definitions. As used in this clause--(1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal

Acquisition Regulation.(2) Electronic form means any automated system that transmits information electronically from the initiating

system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of

Page 43: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 43 of 65

a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.

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

(4) Receiving report means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report.

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

(c) The Contractor may submit a payment request and receiving report using other than WAWF only when--(1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic

submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment;

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

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

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

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

(e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests.

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)(a) Definitions, as used in this clause-- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit,

activity, or organization."Document type" means the type of payment request or receiving report available for creation in Wide Area

WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is

done external to the entitlement system.(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and

receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall--(1) Have a designated electronic business point of contact in the System for Award Management at

https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-

registration available at this Web site.(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training

Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).___________________________________________________________________________

Page 44: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 44 of 65

(Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.)

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

___________________________________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.")

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC: __N61340________________ Issue By DoDAAC: __ N61340___ ____________ Admin DoDAAC: __S24040A_______________ Inspect By DoDAAC: ____N/A___________________ Ship To Code: ___ N/A____________________ Ship From Code: ____N/A___________________ Mark For Code: ____N/A___________________ Service Approver (DoDAAC): ____N61340_______________ Service Acceptor (DoDAAC): ____N61340_______________ Accept at Other DoDAAC: ____N/A__________________ LPO DoDAAC: ____N/A__________________ DCAA Auditor DoDAAC: ___TBD_________________ Other DoDAAC(s): ____N/A__________________ (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance

locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes

appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system._____________________NOT APPLICABLE_______________________________________________________ (Contracting Officer: Insert applicable email addresses or "Not applicable.")

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. For Navy WAWF questions call DFAS Customer Care 1-800-756-4571 option 6

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

252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (APR 2014)(a) Contract line item(s) [Contracting Officer insert after negotiations] is/are incrementally funded. For this/these

item(s), the sum of $---[Contracting Officer insert after negotiations] of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (j) of this clause.

(b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government’s convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled “Termination for Convenience of the Government.” As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

Page 45: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 45 of 65

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor’s best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor’s notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled “Termination for Convenience of the Government.”

(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled “Disputes.”

(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled “Default.” The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

(h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled “Termination for Convenience of the Government.”

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.

(j) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule:

On execution of contract $ ________(month) (day), (year) $ ________(month) (day), (year) $ ________(month) (day), (year) $ ________

5252.201-9501 DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE (COR) (NAVAIR)(SEP 2012)

(a) The Contracting Officer has designated [insert name, mailing address, code, and telephone number] as the authorized Contracting Officer's Representative (COR) to perform the following functions, duties, and/or responsibilities:[Insert functions, duties, and/or responsibilities of the COR].

(b) The effective period of the COR designation is [insert "the period of performance of this contract" OR "from _______ to ________."]

Page 46: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 46 of 65

5252.242-9511 CONTRACT ADMINISTRATION DATA (NAVAIR)(SEP 2012)(a) Contract Administration Office.

(1) Contract administration functions (see FAR 42.302(a) and DFARS 242.302(a)) are assigned to: See the ADMINISTERED BY Block on the face page of the contract, modification, or order.

(b) Special Instructions (see FAR 42.202(b) and (c)): (1) The following contract administration functions are retained (see FAR 42.302(a) and DFARS 242.302(a)):

Functions Retained Retained for Performance By: FAR 42.302(a) (3) and (a)58 PCO

(2) The following additional contract administration functions are assigned (see FAR 42.302(b)): Additional Functions Retained for Performance By:N/A ACO

3) The following additional contract administration functions are assigned (see FAR 42.302(b)): Additional Functions Retained for Performance By:N/A COR

(c) Inquiries regarding payment should be referred to: MyInvoice at https://myinvoice.csd.disa.mil//index.html.

Page 47: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 47 of 65

Section H - Special Contract Requirements

SPECIAL CONTRACT REQUIREMENTSH.1 - INCORPORATION OF TERMS AND CONDITIONS

All orders issued hereunder are subject to the terms and conditions of this contract, IAW clause H.8 – TASK ORDER PROCEDURES of the TDPC Indefinite Delivery/Indefinite Quantity. In cases of conflict, clauses in the TDPC Indefinite Delivery/Indefinite Quantity shall supersede clauses in this Task Order.

H.2 - CONTRACTING OFFICER

(a) In accordance with NAVAIR clause 5252.243-9504 Authorized Changes Only by the Contracting Officer of the basic contract, the address and telephone number of the Contracting Officer for Delivery Order is:

MR. JOSEPH A. LIBERATORE Senior PCO Code 25322 Naval Air Warfare Center Training Systems Division 12211 Science DriveOrlando, FL 32826 Phone: (407) 380-4281 Email: [email protected]

H.3 - SCHEDULE OF DEDUCTIONS

(a) SME SERVICES:

i) The Contractor shall be paid the unit price for a 100% Subject Matter Expert Factor (SMEF) for each individual site set forth in Section B. Computation of the SMEF shall be in accordance with the Quality Assurance Surveillance Plan, Attachment 3.

ii) Failure to achieve a monthly SMEF of 100% for any calendar month shall result in a reduction of the monthly payment amount for non-performance of services. The Schedule of Deductions shall be used when the SMEF on the monthly Performance Utilization Report falls below 100%. The percent to be deducted for non-performance of services for deficient SMEF set forth below in paragraph (iii) shall be as designated in the Performance Requirements Summary (PRS) Table in the QASP. The monthly payment amount used for calculating a deduction will be 30% of the line item unit price for SMEs as stated in the QASP.

iii) Payment will be reduced in accordance with the following Schedule of Deductions:

Subject Matter Expert Factor (%)

% Deducted from Monthly Unit Price

99 - 99.9 598 - 98.9 1097 - 97.9 1596 - 96.9 2095 - 95.9 2594 - 94.9 3093 - 93.9 3592 - 92.9 4091 - 91.9 45Below 90.9 50

Page 48: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 48 of 65

(b) COURSEWARE REVISIONS:

i) The Contractor shall be paid the unit price for a 97-100% Courseware Revision Timeliness Factor (CRTF) for each individual site set forth in Section B. Computation of the CRTF shall be in accordance with the Quality Assurance Surveillance Plan, Attachment 3.

ii) Failure to achieve a monthly CRTF of at least 97% for any calendar month shall result in a reduction of the monthly payment amount for non-performance of services. The Schedule of Deductions shall be used when the CPTF on the monthly Performance Utilization Report falls below 97%. The percent to be deducted for non-performance of services for deficient CRTF set forth below in paragraph (iii) shall be as designated in the Performance Requirements Summary Table (PRST) in the QASP. The monthly payment amount used for calculating a deduction will be 70% of the line item unit price for SMEs as stated in the QASP.

iii) Payment will be reduced in accordance with the following Schedule of Deductions:

(c) LRC SERVICES:

i) The Contractor shall be paid the unit price for a 100% Learning Resource Center Factor (LRCF) for each individual site set forth in Section B. Computation of the LRCF shall be in accordance with the Quality Assurance Surveillance Plan, Attachment 3.

ii) Failure to achieve a monthly LRCF of 100% for any calendar month shall result in a reduction of the monthly payment amount for non-performance of services. The Schedule of Deductions shall be used when the LRCF on the monthly Performance Utilization Report falls below 100%. The percent to be deducted for non-performance of services for deficient LRCF set forth below in paragraph (iii) shall be as designated in the PRS Table in the QASP. The monthly payment amount used for calculating a deduction will be 100% of the line item unit price for LRCs as stated in the QASP.

iii) Payment will be reduced in accordance with the following Schedule of Deductions:

LRC Services Factor (%)

% Deducted from Monthly Unit Price

99 - 99.9 598 - 98.9 1097 - 97.9 1596 - 96.9 2095 - 95.9 2594 - 94.9 3093 - 93.9 3592 - 92.9 4091 - 91.9 45

Courseware Revisions Factor (%)

% Deducted from Monthly Unit Price

96 - 96.9 595 - 95.9 1094 - 94.9 1593 - 93.9 2092 - 92.9 2591 - 91.9 3090 - 90.9 3589 - 89.9 4088 - 88.9 45Below 87.9 50

Page 49: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 49 of 65

Below 90.9 50

H.4 – SECURITY REQUIREMENTS (H.7 in the Basic Contract)

As required by FAR clause 52.204-2 of the contract, the Contractor shall comply with the DoD Manual 5220.22M, "DoD National Industrial Security Program Operations Manual" (NISPOM) which will be used in the development of task order security requirements. The DD Form 254 at Attachment 7 identifies the specific security requirements for this task order. The Contractor shall be required to obtain appropriate facilities and personnel security clearances in accordance with the DD Form 254 in support of the task order requirement.

H.5 - TYPE OF CONTRACT

(a) In accordance with the TDPC MAC clause H.2 - ISSUANCE OF ORDERS UNDER MULTIPLE AWARD CONTRACTS of the TDPC Indefinite Delivery/Indefinite Quantity, this Task Order will be Fixed Price (Firm-Fixed-Price (FFP)).

H.6 – TDPC MAC CLAUSES INCORPORATED BY REFERENCE

(a) In accordance with FAR 52.217-9 the Government may unilaterally exercise its option for any Task Order line item or sub line item designated as an option in Section B, to include selecting the Task level for items with optional levels of support (stepladders). Such option may be exercised at any time by issuing a Task Order modification not later than the last day of the then current performance period. The Government may exercise an option for any Task Order line item or Task not withstanding that the specific line item or Task was not exercised in the prior option period. A 30 calendar day written preliminary notice of intent to exercise will be given before the task order expires. Any option may be exercised subject to the Availability of Funds Clause in Section I.

The Government may unilaterally exercise an option in whole or in part. Any part of an option not exercised at the start of a period of performance may be exercised at any time during that period of performance as long as a 15 calendar day written notice is provided to the Contractor.

(b) Prices set forth in Section B for the options exercised will be the fixed prices (both the unit and total price) that are established from the Task Order PBW (Attachment 2), with the corresponding task that is exercised for that option period.

(c) Changes to Stepladders - For a change in level of support within optional priced stepladders, the Government may unilaterally change the level of support requested, if a 60 calendar day written advance notice is provided to the Contractor.

CLAUSES INCORPORATED BY FULL TEXT

252.217-7028 OVER AND ABOVE WORK (DEC 1991) (a) "Definitions."

As used in this clause -- (1) "Over and above work" means work discovered during the course of performing overhaul, maintenance, and

repair efforts that is -- (i) Within the general scope of the contract; (ii) Not covered by the line item(s) for the basic work under the contract; and (iii) Necessary in order to satisfactorily complete the contract.

(2) "Work request" means a document prepared by the Contractor which describes over and above work being proposed.

Page 50: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 50 of 65

(b) The Contractor and Administrative Contracting Officer shall mutually agree to procedures for Government administration and Contractor performance of over and above work requests. If the parties cannot agree upon the procedures, the Administrative Contracting Officer has the unilateral right to direct the over and above work procedures to be followed. These procedures shall, as a minimum, cover --

(1) The format, content, and submission of work requests by the Contractor. Work requests shall contain data on the type of discrepancy disclosed, the specific location of the discrepancy, and the estimated labor hours and material required to correct the discrepancy. Data shall be sufficient to satisfy contract requirements and obtain the authorization of the Contracting Officer to perform the proposed work;

(2) Government review, verification, and authorization of the work; and (3) Proposal pricing, submission, negotiation, and definitization.

(c) Upon discovery of the need for over and above work, the Contractor shall prepare and furnish to the Government a work request in accordance with the agreed-to procedures.

(d) The Government shall -- (1) Promptly review the work request; (2) Verify that the proposed work is required and not covered under the basic contract line item(s); (3) Verify that the proposed corrective action is appropriate; and (4) Authorize over and above work as necessary.

(e) The Contractor shall promptly submit to the Contracting Officer, a proposal for the over and above work. The Government and Contractor will then negotiate a settlement for the over and above work. Contract modifications will be executed to definitize all over and above work.

(f) Failure to agree on the price of over and above work shall be a dispute within the meaning of the Disputes clause of this contract.

5252.204-9505 SYSTEM AUTHORIZATION ACCESS REQUEST NAVY (SAAR-N) REQUIREMENTS FOR INFORMATION TECHNOLOGY(IT) (NAVAIR)(SEP 2012)

(a) Contractor personnel assigned to perform work under this contract may require access to Navy Information Technology (IT) resources (e.g., computers, laptops, personal electronic devices/personal digital assistants (PEDs/PDAs), NMCI, RDT&E networks, websites such as MyNAVAIR, and Navy Web servers requiring Common Access Card (CAC) Public Key Infrastructure (PKI)). Contractor personnel (prime, subcontractor, consultants, and temporary employees) requiring access to Navy IT resources (including those personnel who previously signed SAAR DD Form 2875) shall submit a completed System Authorization Access Request Navy (SAAR-N), OPNAV 5239/14 (Jul 2008) form or latest version thereof, and have initiated the requisite background investigation (or provide proof of a current background investigation) prior to accessing any Navy IT resources. The form and instructions for processing the SAAR-N form are available at: http://www.cnrc.navy.mil/publications/Forms/OPNAV_5239_14_SAAR_N.pdf.

(b) SAAR-N forms will be submitted to the Government Sponsor or Technical Point of Contact (TPOC) via the contractor’s Facility Security Officer (FSO). The designated SAAR-N Government Sponsor or TPCO for contractor employees requiring IT access, [fill-in name] shall be responsible for signing and processing the SAAR-N forms. For those contractors that do not have a FSO, SAAR-N forms shall be submitted directly to the designated SAAR-N Government Sponsor or TPOC. Copies of the approved SAAR-N forms may be obtained through the designated SAAR-N Government Sponsor or TPOC. Requests for access should be routed through the [email protected] mailbox.

(c) In order to maintain access to Navy IT resources, the contractor shall ensure completion of initial and annual IA training, monitor expiration of requisite background investigations, and initiate re-investigations as required. If requested, the contractor shall provide to the designated SAAR-N Government Sponsor or TPOC documentation sufficient to prove that it is monitoring/tracking the SAAR-N requirements for its employees who are accessing Navy IT resources. For those contractor personnel not in compliance with the requirements of this clause, access to Navy IT resources will be denied/revoked.

(d) The SAAR-N form remains valid throughout contractual performance, inclusive of performance extensions and option exercises where the contract number does not change. Contractor personnel are required to submit a new SAAR-N form only when they begin work on a new or different contract.

Page 51: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 51 of 65

5252.211-9501 EXCESS REPAIR/REPLACEMENT COSTS (NAVAIR)(OCT 1994)(a) If the cost to repair or replace any item, as defined in the attached Statement(s) of Work, is in excess of $1,500

the Government will equitably adjust this contract on a Firm-Fixed-Price (FFP) basis to account for those costs which exceed $1,500.

(b) Within five working days of diagnosing a failure, for which the cost will exceed that specified above, the contractor shall prepare and submit an Excess Repair/Replacement Cost Request (RRCR) Form similar to the one attached to this contract. The data to be provided, the procedures for processing, approval and pricing of the effort shall be as set forth in Section H, "Over and Above Work Requirements" of this contract.

5252.211- 9510 CONTRACTOR EMPLOYEES (NAVAIR)(MAY 2011)(a) In all situations where contractor personnel status is not obvious, all contractor personnel are required to

identify themselves to avoid creating an impression to the public, agency officials, or Congress that such contractor personnel are Government officials. This can occur during meeting attendance, through written (letter or email) correspondence or verbal discussions (in person or telephonic), when making presentations, or in other situations where their contractor status is not obvious to third parties. This list is not exhaustive. Therefore, the contractor employee(s) shall:

(1) Not by word or deed give the impression or appearance of being a Government employee;(2) Wear appropriate badges visible above the waist that identify them as contractor employees when in

Government spaces, at a Government-sponsored event, or an event outside normal work spaces in support of the contract/order;

(3) Clearly identify themselves as contractor employees in telephone conversations and in all formal and informal written and electronic correspondence. Identification shall include the name of the company for whom they work;

(4) Identify themselves by name, their company name, if they are a subcontractor the name of the prime contractor their company is supporting, as well as the Government office they are supporting when participating in meetings, conferences, and other interactions in which all parties are not in daily contact with the individual contractor employee; and

(5) Be able to provide, when asked, the full number of the contract/order under which they are performing, and the name of the Contracting Officer’s Representative.

(b) If wearing a badge is a risk to safety and/or security, then an alternative means of identification maybe utilized if endorsed by the Contracting Officer’s Representative and approved by the Contracting Officer.

(c) The Contracting Officer will make final determination of compliance with regulations with regard to proper identification of contractor employees.

5252.217-9507 OVER AND ABOVE WORK REQUESTS (NAVAIR) (OCT 2005)(a) These procedures apply when the contractor identifies needed repairs that are over and above the requirements

of the contract and recommends corrective action during contract performance in accordance with DFARS 252.217-7028, "Over and Above Work".

(b) The contractor shall prepare and submit the applicable Over and Above Work Request (OAWR) Form similar to the one attached to this contract to the [specify either ACO or PCO], via the COR, for authorization to proceed. The contractor shall use the OAWR to describe the over and above work that needs to be performed, including any parts and materials, in such detail as necessary to permit a thorough evaluation. The contractor shall attach competitive subcontractor quotes, or, if such quotes are not available, the contractor shall justify the total cost by

Page 52: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 52 of 65

specifying direct hours by labor category, as well as the type, quantity and cost of the material needed to perform the repair or replacement. The contractor shall also propose a schedule to complete the needed repair or replacement.

(c) The COR will review the OAWR submitted by the contractor, and then forward the form to the [specify technical office and other offices requiring a copy] with a recommendation of approval or disapproval, with one copy to [specify either ACO or PCO]. The COR will annotate the form with the reasons for the recommendation.

(d) The [specify either ACO or PCO] shall take one of the following actions:(1) Disapprove the OAWR. In this event, the OAWR will be returned to the contractor. A copy will also be

provided to the COR.(2) Authorize the OAWR. In this event, a modification (Standard Form 30) will be issued. Upon issuance of the

modification, the contractor shall proceed with the repair or replacement effort.(e) To the maximum extent practical, a FFP will be negotiated for this effort prior to the start of the work. In the

event that the urgency of the effort does not permit the negotiation of an FFP, then the authorizing modification will establish not-to-exceed (NTE) prices. A sub-line item, under the OAWR line item, will be established to fund the effort. The Government is not responsible for any costs incurred by the contractor that exceed the NTE price established by the modification.

(f) Modifications to an OAWR will be effected by Standard Form 30.(g) If the OAWR is issued on an NTE basis, the contractor shall promptly submit a proposal for the OAWR to the

[specify either ACO or PCO]. The [specify either ACO or PCO] is responsible for negotiating a FFP for the OAWR and issuing an appropriate modification which establishes a FFP for that amount. The definitizing modification should include the following information:

(1) Reference to the OAWR and modification number and any later modification, which relates to that OAWR.(2) The applicable ACRN and fund citation provided in the Accounting and Appropriation Data Block. Any

excess funds are to be deobligated.

Page 53: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 53 of 65

Section I - Contract Clauses

CONTRACT CLAUSES

I.1 – TDPC MAC CLAUSES INCORPORATED BY REFERENCE

All applicable clauses under the basic TDPC MAC ID/IQ Contract Section I are hereby incorporated with the same force and effect as if they were provided in full text. Upon request, the Contracting Officer will make the full text available.

CLAUSES INCORPORATED BY REFERENCE

52.204-9 Personal Identity Verification of Contractor Personnel JAN 201152.219-14 Limitations On Subcontracting JAN 201752.222-17 Nondisplacement of Qualified Workers MAY 201452.222-41 Service Contract Labor Standards MAY 201452.222-43 Fair Labor Standards Act And Service Contract Labor

Standards - Price Adjustment (Multiple Year And Option Contracts)

MAY 2014

52.222-50 Combating Trafficking in Persons MAR 201552.222-55 Minimum Wages Under Executive Order 13658 DEC 2015252.204-7012 Safeguarding Covered Defense Information and Cyber

Incident ReportingOCT 2016

252.225-7048 Export-Controlled Items JUN 2013252.227-7013 Rights in Technical Data--Noncommercial Items FEB 2014252.227-7020 Rights In Special Works JUN 1995252.239-7001 Information Assurance Contractor Training and Certification JAN 2008

CLAUSES INCORPORATED BY FULL TEXT

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in

the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within __30 days._

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within _____[insert

the period of time within which the Contracting Officer may exercise the option]; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least ___days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension.

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

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ___5 Years______.

Page 54: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 54 of 65

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

Employee Class Grade Equivalent Monetary Wage-Fringe Benefits*

Computer Based Training Specialist/Instructor GS-09 $20.32Educational Technologist GS-09 $20.32Graphic Artist GS-09 $20.32Technical Writer I GS-04 $11.98Technical Writer II GS-05 $13.41Technical Writer III GS-06 $14.95Computer Operator I GS-04 $11.98Computer Operator II GS-05 $13.41Computer Operator III GS-06 $14.95Computer Operator IV GS-07 $16.61Computer Operator V GS-09 $20.32Computer Programmer I GS-05 $13.41Computer Programmer II GS-07 $16.61Computer Programmer III GS-09 $20.32Administrative Assistant GS-06 $14.95*Note: The applicable fringe benefit percent factor is 36.45%.

52.222-62 PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017)(a) Definitions. As used in this clause (in accordance with 29 CFR 13.2)-- "Child, domestic partner, and domestic violence have the meaning given in 29 CFR 13.2. "Employee" -- (1)(i) Means any person engaged in performing work on or in connection with a contract covered

by Executive Order (E.O.) 13706; and (A) Whose wages under such contract are governed by the Service Contract Labor Standards statute (41

U.S.C. chapter 67), the Wage Rate Requirements (Construction) statute (40 U.S.C. chapter 31, subchapter IV), or the Fair Labor Standards Act (29 U.S.C. chapter 8);

(B) Including employees who qualify for an exemption from the Fair Labor Standards Act's minimum wage and overtime provisions;

(C) Regardless of the contractual relationship alleged to exist between the individual and the employer; and b (ii) Includes any person performing work on or in connection with the contract and individually registered in a

bona fide apprenticeship or training program registered with the Department of Labor's Employment and Training Administration, Office of Apprenticeship, or with a State Apprenticeship Agency recognized by the Officer of Apprenticeship.

Page 55: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 55 of 65

(2)(i) An employee performs "on" a contract if the employee directly performs the specific services called for by the contract; and

(ii) An employee performs "in connection with" a contract if the employee's work activities are necessary to the performance of a contract but are not specific services called for by the contract.

"Individual related by blood or affinity whose close association with the employee is the equivalent of a family relationship" has the meaning given in 29 CFR 13.2.

"Multiemployer plan" means a plan to which more than one employer is required to contribute and which is maintained pursuant to one or more collective bargaining agreements between one or more employee organizations and more than one employer.

"Paid sick leave" means compensated absence from employment that is required by E.O. 13706 and 29 CFR part 13.

"Parent, sexual assault, spouse, and stalking" have the meaning given in 29 CFR 13.2. "United States" means the 50 States and the District of Columbia. (b) Executive Order 13706. (1) This contract is subject to E.O. 13706 and the regulations issued by the Secretary

of Labor in 29 CFR part 13 pursuant to the E.O. (2) If this contract is not performed wholly within the United States, this clause only applies with respect to that

part of the contract that is performed within the United States. (c) Paid sick leave. The Contractor shall --

(1) Permit each employee engaged in performing work on or in connection with this contract to earn not less than 1 hour of paid sick leave for every 30 hours worked;

(2) Allow accrual and use of paid sick leave as required by E.O. 13706 and 29 CFR part 13; (3) Comply with the accrual, use, and other requirements set forth in 29 CFR 13.5 and 13.6, which are

incorporated by reference in this contract; (4) Provide paid sick leave to all employees when due free and clear and without subsequent deduction (except

as otherwise provided by 29 CFR 13.24), rebate, or kickback on any account; (5) Provide pay and benefits for paid sick leave used no later than one pay period following the end of the

regular pay period in which the paid sick leave was taken and (6) Be responsible for the compliance by any subcontractor with the requirements of E.O. 13706, 29 CFR part

13, and this clause. (d) Contractors may fulfill their obligations under E.O. 13706 and 29 CFR part 13 jointly with other contractors

through a multiemployer plan, or may fulfill their obligations through an individual fund, plan, or program (see 29 CFR 13.8)

(e) Withholding. The Contracting Officer will, upon his or her own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor under this or any other Federal contract with the same Contractor, so much of the accrued payments or advances as may be considered necessary to pay employees the full amount owed to compensate for any violation of the requirements of E.O. 13706, 29 CFR part 13, or this clause, including--

(1) Any pay and/or benefits denied or lost by reason of the violation; (2) Other actual monetary losses sustained as a direct result of the violation; and (3) Liquidated damages.

(f) Payment suspension/contract termination/contractor debarment. (1) In the event of a failure to comply with E.O. 13706, 29 CFR part 13, or this clause, the contracting agency may, on its own action or after authorization or by direction of the Department of Labor and written notification to the Contractor take action to cause suspension of any further payment, advance, or guarantee of funds under such violations have ceased.

(2) Any failure to comply with the requirements of this clause may be grounds for termination for default or cause.

(3) A breach of the contract clause may be grounds for debarment as a contractor and subcontractor as provided in 29 CFR 13.52.

(g) The paid sick leave required by E.O. 13706, 29 CFR part 13, and this clause is in addition to the Contractor's obligations under the Service Contract Labor Standards statute and Wage Rate Requirements (Construction) statute, and the Contractor may not receive credit toward its prevailing wage or fringe benefit obligations under those Acts for any paid sick leave provided in satisfaction of the requirements of E.O. 13706 and 29 CFR part 13.

(h) Nothing in E.O. 13706 or 29 CFR part 13 shall excuse noncompliance with or supersede any applicable Federal or State law, any applicable law or municipal ordinance, or a collective bargaining agreement requiring greater paid sick leave or leave rights than those established under E.O. 13706 and 29 CFR part 13.

Page 56: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 56 of 65

(i) Recordkeeping. (1) The Contractor shall make and maintain, for no less than three (3) years from the completion of the work on the contract, records containing the following information for each employee, which the Contractor shall make available upon request for inspection, copying, and transcription by authorized representatives of the Administrator of the Wage and Hour Division of the Department of Labor:

(i) Name, address, and social security number of each employee. (ii) The employee's occupation(s) or classification(s). (iii) The rate or rates of wages paid (including all pay and benefits provided). (iv) The number of daily and weekly hours worked. (v) Any deductions made. (vi) The total wages paid (including all pay and benefits provided) each pay period. (vii) A copy of notifications to employees of the amount of paid sick leave the employee has accrued, as

required under 29 CFR 13.5(a)(2). (viii) A copy of employees' requests to use paid sick leave, if in writing, or, if not in writing, any other

records reflecting such employee requests. (ix) Dates and amounts of paid sick leave taken by employees (unless the Contractor's paid time off policy

satisfies the requirements of E.O. 13706 and 29 CFR part 13 as described in 29 CFR 13.5(f)(5), leave shall be designated in records as paid sick leave pursuant to E.O. 13706).

(x) A copy of any written responses to employees' requests to use paid sick leave including explanations for any denials of such required under 29 CFR 13.5(d)(3).

(xi) Any records reflecting the certification and documentation of Contractor may require an employee to provide under 29 CFR 13.5(e), including copies of any certification or documentation provided by an employee.

(xii) Any other records showing any tracking of or calculations related to an employee's accrual or use of paid sick leave.

(xiii) The relevant contract. (xiv) The regular pay and benefits provided to an employee for each use of paid sick leave. (xv) Any financial payment made for unused paid sick leave upon a separation from employment intended,

pursuant to 29 CFR 13.5(b)(5), to relieve the Contractor from the obligation to reinstate such paid sick leave as otherwise required by 29 CFR 13.5(b)(4).

(2)(i) If the Contractor wishes to distinguish between an employee's covered and noncovered work, the Contractor shall keep records or other proof reflecting such distinctions. Only if the Contractor adequately segregates the employee's time will time spent on noncovered work be excluded from hours worked counted toward the accrual of paid sick leave. Similarly, only if the Contractor adequately segregates the employee's time may the Contractor properly refuse an employee's request to use paid sick leave on the ground that the employee was scheduled to perform noncovered work during the time he or she asked to use paid sick leave.

(ii) If the Contractor estimates covered hours worked by an employee who performs work in connection with contracts covered by E.O. pursuant to 29 CFR 13.5(a)(1)(i) or (iii), the Contractor shall keep records or other proof of the verifiable information on which such estimates are reasonably based. Only if the Contractor relies on an estimate that is reasonable and based on verifiable information will an employee's time spent in connection with noncovered work be excluded from hours worked counted toward the accrual of paid sick leave. If the Contractor estimates the amount of time an employee spends performing in connection with contracts covered by the E.O., the Contractor shall permit the employee to use his or her paid sick leave during any work time for the Contractor.

(3) In the event the Contractor is not obligated by the Service Contract Labor Standards statute, the Wage Rate Requirements (Construction) statute, or the Fair Labor Standards Act to keep records of an employee's hours worked, such as because the employee is exempt from the Fair Labor Standards Act's minimum wage and overtime requirements, and the Contractor chooses to use the assumption permitted by 29 CFR 13.5(a)(1)(iii), the Contractor is excused from the requirement in paragraph (i)(1)(iv) of this clause and 29 CFR 13.25(a)(4) to keep records of the employee's number of daily and weekly hours worked.

(4)(i) Records relating to medical histories or domestic violence, sexual assault, or stalking, created for purposes of E.O. 13706, whether of an employee or an employee's child, parent, spouse, domestic partner, or other individual related by blood or affinity whose close association with the employee is the equivalent of a family relationship, shall be maintained as confidential records in separate files/records from the usual personnel files.

(iii) The Contractor shall not disclose any documentation used to verify the need to use 3 or more consecutive days of paid sick leave for the purposes listed in 29 CFR 13.5(c)(1)(iv) (as described in 29 CFR 13.5(e)(1)(ii)) and shall maintain confidentiality about any domestic abuse, sexual assault, or stalking, unless the employee consents or when disclosure is required by law.

Page 57: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 57 of 65

(5) The Contractor shall permit authorized representatives of the Wage and Hour Division to conduct interviews with employees at the worksite during normal working hours.

(6) Nothing in this contract clause limits or otherwise modifies the Contractor's recordkeeping obligations, if any, under the Service Contract Labor Standards statutes, the Wage Rate Requirements (Construction) statute, the Fair Labor Standards Act, the Family and Medical Leave act, E.O. 13658, their respective implementing regulations, or any other applicable law. (j) Interference/discrimination. (1) The Contractor shall not in any manner interfere with an employee/s accrual or use of paid sick leave as required by E.O. 13706 or 29 CFR part 13. Interference includes, but is not limited to--

(i) Miscalculating the amount of paid sick leave an employee has accrued; (ii) Denying or unreasonably delaying a response to a proper request to use paid sick leave; (iii) Discouraging an employee from using paid sick leave; (iv) Reducing an employee's accrued paid sick leave by more than the amount of such leave used; (vii) Making the use of paid sick leave contingent on the employee's finding a replacement worker or the

fulfillment of the Contractor's operational needs. (2) The Contractor shall not discharge or in any other manner discriminate against any employee for --

(i) Using, or attempting to use, paid sick leave as provided for under E.O. 13706 and 29 CFR part 13; (ii) Filing any complaint, initiating any proceeding, or otherwise asserting any right or claim under E.O.

13706 and 29 CFR part 13; (iii) Cooperating in any investigation or testifying in any proceeding under E.O. 13706 and 29 CFR part 13;

or (iv) Informing any other person about his or her rights under E.o. 13706 and 29 CFR part 13.

(k) Notice. The Contractor shall notify all employees performing work on or in connection with a contract covered by the E.O. of the paid sick leave requirement of E.O. 13706, 29 CFR part 13. and this clause by posting a notice provided by the Department of Labor in a prominent and accessible place at the worksite so it may be readily seen by employees. Contractors that customarily post notices to employees electronically many post the notice electronically, provided such electronic posting is displayed prominently on any Web site that is maintained by the Contractor, whether external or internal, and customarily used for notices to employees about terms and conditions of employment.

(l) Disputes concerning labor standards. Disputes related to the application of E.O. 13706 to this contract shall not be subject to the general disputes clause of the contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR part 13. Disputes within the meaning of this contract clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the Department of Labor, or the employees or their representatives.

(m) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (m), in all subcontracts, regardless of dollar value, that are subject to the Service Contract Labor Standards statute or the Wage Rate Requirements (Construction) statute, and are to be performed in whole or in part in the United States.

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given

in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ or http://farsite.hill.af.mil.

Page 58: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 58 of 65

Section J - List of Documents, Exhibits and Other Attachments

LIST OF DOCS, EX AND OTHER ATTExhibit/Attachment Table of ContentsExhibit ACDRLs--- DD Forms 1423: PWS 170034

CDRL NameA001 Scientific And Technical Reports- Test/Inspection ProceduresA002 Scientific And Technical Reports- Test/ Inspection ReportA003 Authorization To Operate (ATO) Package/Platform It Risk Approval (PRA) Request Package-

Risk Management Framework (Rmf) Deliverable DataA004 Operations Security (OPSEC) PlanA005 Computer Software Product End Items-Client Access Licenses (CAL)A006 Security Technical Implementation Guides (STIGS) Or System And Network Attack Center

(Snac) Guides

Exhibit BCDRLs --- DD Forms 1423: PWS 170034CDRL NAMEB001 Contractor’s Progress, Status and Management ReportB002 Conference AgendaB003 Conference MinutesB004 Integrated Program Management Report (IPMR)- Integrated Master Schedule (IMS)B005 Technical Report – Study/Services-Mobilization Contractor Performance Report

Exhibit CCDRLs --- DD Forms 1423: PWS 170034CDRL NAMEC001 Bill Of Materials (BOM) For Diminishing Manufacturing Sources And Material Shortages

(DMSMS)- DMSMS Report

Exhibit DCDRLs --- DD Forms 1423: PWS 170034CDRL NAMED001 Technical Report – Study/Services-Inventory Warranty InformationD002 Equipment Inventory Records (EIRS)D003 Revisions To Existing Government Documents-Training Systems Status Report (MOB)

Exhibit FCDRLs --- DD Forms 1423: PWS 170034CDRL NAMEF001 Instructional Media Design Package- Learning Objectives And Test Item AnalysisF002 Instructional Media Package- Instructional Media Source FilesF003 Instructional Media Package- Cd-Rom/Dvd DeliveryF004 Revisions To Existing Government Documents-Quality Control Survey And Results Report

(QCSRR)

Page 59: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 59 of 65

Attachments

Document Attachments

Description Pages Date

Attachment 1 Performance Work Statement (PWS) PWS # 170034

40 13 APR 2017

Attachment 2 Price Breakout Worksheet (PBW) 11 Apr 2017Attachment 3 Data Item Transmittal/Acceptance/Rejection Sheet

(DITS) 1 N/A

Attachment 4 Quality Assurance Surveillance Plan (QASP) TBD TBD

Attachment 5Department of Labor (DOL) Wage Determinations (WD) and Collective Bargaining Agreements (CBA)

Attachment 6 DD Form 254 – DoD Contract Security Classification Specification (Draft) Secret TBD TBD

Attachment 7 Wage Determination Adjustment Baseline - Form 1 N/AAttachment 8 CDRL Addressee List for PWS # 170034 2 13 Dec 2017Attachment 9 Over and Above Work Request Form 1 N/AAttachment 10 RESERVED N/A N/AAttachment 11 Over and Above Work Request Statements of

Work:

Attachment 12 COR Appointment Package – TBD TBD

ATTACHMENTS L1-L4Attachment L-1 Price Evaluation Worksheet (PEW) TBD TBDAttachment L-2 MARITIME R&M Solicitation Responses TDBAttachment L-3 Manning/Staffing/Correlation Chart TBD TBD

Attachment L-4Maritime Patrol and Reconnaissance Training Program Curriculum Revision and Maintenance (R&M) N61340-17-R-0048 - Pre-Proposal Conference (PPC) & Attendance Log

TBD

Page 60: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 60 of 65

Section K - Representations, Certifications and Other Statements of Offerors

CLAUSES INCORPORATED BY FULL TEXT

52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985)(a) The offeror certifies that --

(1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods of factors used to calculate the prices offered:

(2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and

(3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition.

(b) Each signature on the offer is considered to be a certification by the signatory that the signatory --(1) Is the person in the offeror's organization responsible for determining the prices offered in this bid or

proposal, and that the signatory has not participated and will not participate in any action contradictory to subparagraphs (a)(1) through (a)(3) above; or

(2) (i) Has been authorized, in writing, to act as an agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above ______________________________________________ (insert full name of person(s) in the offeror's organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror's organization); (ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) above have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above; and

(iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above.

(c) If the offeror deletes or modifies subparagraph (a)(2) above, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure.

52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS-REPRESENTATION (NOV 2015)

(a) Definitions. Inverted domestic corporation and subsidiary have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10).

(b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.105-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4.

(c) Representation. The Offeror represents that--(1) It [ ] is, [ ] is not an inverted domestic corporation; and(2) It [ ] is, [ ] is not a subsidiary of an inverted domestic corporation.

52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013)(a) Definitions. As used in this provision--“Administrative proceeding” means a non-judicial process that is adjudicatory in nature in order to make a

determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a

Page 61: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 61 of 65

Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.

“Federal contracts and grants with total value greater than $10,000,000” means--(1) The total value of all current, active contracts and grants, including all priced options; and(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-

quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).“ Principal” means an officer, director, owner, partner, or a person having primary management or supervisory

responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).

(b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000.

(c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:

(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:

(i) In a criminal proceeding, a conviction.(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine,

penalty, reimbursement, restitution, or damages of $5,000 or more.(iii) In an administrative proceeding, a finding of fault and liability that results in--

(A) The payment of a monetary fine or penalty of $5,000 or more; or(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.

(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.

(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.

(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database at http://www.acquisition.gov (see 52.204-7).

52.225-18 PLACE OF MANUFACTURE (MAR 2015)(a) Definitions. As used in this clause--“Manufactured end product” means any end product in product and service codes (PSCs) 1000-9999, except--

(1) PSC 5510, Lumber and Related Basic Wood Materials;(2) Product or Service Group (PSG) 87, Agricultural Supplies;(3) PSG 88, Live Animals;(4) PSG 89, Subsistence;(5) PSC 9410, Crude Grades of Plant Materials;(6) PSC 9430, Miscellaneous Crude Animal Products, Inedible;(7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products;(8) PSC 9610, Ores;(9) PSC 9620, Minerals, Natural and Synthetic; and(10) PSC 9630, Additive Metal Materials.

“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.

(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly--

Page 62: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 62 of 65

(1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or

(2) [ ] Outside the United States.

52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATION (OCT 2015)

(a) Definitions. As used in this provision“Person”-

(1) Means--(i) A natural person;(ii) A corporation, business association, partnership, society, trust, financial institution, insurer, underwriter,

guarantor, and any other business organization, any other nongovernmental entity, organization, or group, and any governmental entity operating as a business enterprise; and

(iii) Any successor to any entity described in paragraph (1)(ii) of this definition; and(2) Does not include a government or governmental entity that is not operating as a business enterprise.

“Sensitive technology--”-(1) Means hardware, software, telecommunications equipment, or any other technology that is to be used

specifically--(i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and

(2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3).

(b) The offeror shall email questions concerning sensitive technology to the Department of State at [email protected].

(c) Except as provided in paragraph (d) of this provision or if a waiver has been granted in accordance with 25.703-4, by submission of its offer, the offeror--

(1) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; and

(2) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act. These sanctioned activities are in the areas of development of the petroleum resources of Iran, production of refined petroleum products in Iran, sale and provision of refined petroleum products to Iran, and contributing to Iran's ability to acquire or develop certain weapons or technologies.

(3) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.)(see OFAC's Specially Designated Nationals and Blocked Persons List at http:www.treasury.gov/ofac/downloads/t11sdn.pdf).

(d) Exception for trade agreements. The representation requirement of paragraph (c)(1) and the certification requirement of paragraph (c)(2) and (c)(3) of this provision does not apply if--

(1) This solicitation includes a trade agreements notice or certification (e.g., 52.225-4, 52.225-6, 52.225-12, 52.225-24, or comparable agency provision); and

(2) The offeror has certified that all the offered products to be supplied are designated country end products or designated country construction material.

Page 63: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 63 of 65

252.204-7007 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2016) - ALTERNATE A (JAN 2015)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is [insert NAICS code].

(2) The small business size standard is [insert size standard].(3) The small business size standard for a concern which submits an offer in its own name, other than on a

construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

(b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies.

(2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certification in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:

[ ] (i) Paragraph (d) applies.[ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and

certifications in the solicitation.(c)(1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless--

(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or(C) The solicitation is for utility services for which rates are set by law or regulation.

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.

(iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the clause at 52.204-7, System for Award Management.

(iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that--

(A) Are not set aside for small business concerns;(B) Exceed the simplified acquisition threshold; and(C) Are for contracts that will be performed in the United States or its outlying areas.

(v) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation. (vi) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where

the contract value is expected to exceed the simplified acquisition threshold.(vii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction

under any Federal Law. This provision applies to all solicitations. (viii) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except

those in which the place of performance is specified by the Government.(ix) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is

specified by the Government.(x) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to

solicitations when the contract will be performed in the United States or its outlying areas.(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast

Guard.(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

(x) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.

(xi) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

Page 64: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 64 of 65

(xiii) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

(xiv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.

(xv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items.

(xvi) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

(xvii) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II & III) This provision applies to solicitations containing the clause at 52.225- 3.

(A) If the acquisition value is less than $25,000, the basic provision applies.(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I

applies.(C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II

applies.(D) If the acquisition value is $77,533 or more but is less than $100,000, the provision with its Alternate III

applies.(xviii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at

52.225-5.(xix) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This

provision applies to all solicitations.(xx) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions

Relating to Iran--Representation and Certification. This provision applies to all solicitations.(xxi) 52.226-2, Historically Black College or University and Minority Institution Representation. This

provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

(2) The following representations or certifications are applicable as indicated by the Contracting Officer:[Contracting Officer check as appropriate.]

[ ] (i) 52.204-17, Ownership or Control of Offeror. [ ] (ii) 52.204-20, Predecessor of Offeror. [ ] (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.[ ] (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for

Maintenance, Calibration, or Repair of Certain Equipment--Certification.[ ] (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain

Services--Certification.[ ] (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-

Designated Products (Alternate I only).[ ] (vii) 52.227-6, Royalty Information.

[ ] (A) Basic.[ ] (B) Alternate I.

[ ] (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.(d)(1) The following representations or certifications in the System for Award Management (SAM) database are

applicable to this solicitation as indicated: (i) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus - Representation.

Applies to all solicitations with institutions of higher education. (ii) 252.216-7008, Economic Price Adjustment - Wage Rates or Material Prices Controlled by a Foreign

Government. Applies to solicitations for fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages or prices of materials.

(iii) 252.222-7007, Representation Regarding Combating Trafficking in Persons, as prescribed in 222.1771. Applies to solicitations with a value expected to exceed the simplified acquisition threshold.

(iv) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country.

Page 65: €¦  · Web view- The PBW is provided as Attachment 2 to show the offeror's pricing of the task order requirements at the CLIN/Task levels. The prices placed in Section B at award

N6134017R0048

Page 65 of 65

(v) 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services from Certain Foreign Entities - Representations. Applies to solicitations for the acquisition of commercial satellite services.

(vi) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. Applies to all solicitations expected to result in contracts of $150,000 or more.

(vii) 252.229-7012, Tax Exemptions (Italy) - Representation. Applies to solicitations and contracts when contract performance will be in Italy.

(viii) 252.229-7013, Tax Exemptions (Spain) - Representation. Applies to solicitations and contracts when contract performance will be in Spain.

(ix) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold.

(2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the Contracting Officer: [Contracting Officer check as appropriate.]

[ ] (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. [ ] (ii) 252.225-7000, Buy American - Balance of Payments Program Certificate. [ ] (iii) 252.225-7020, Trade Agreements Certificate.

[ ] Use with Alternate I. [ ] (iv) 252.225-7031, Secondary Arab Boycott of Israel. [ ] (v) 252.225-7035, Buy American - Free Trade Agreements - Balance of Payments Program Certificate.

[ ] Use with Alternate I. [ ] Use with Alternate II. [ ] Use with Alternate III. [ ] Use with Alternate IV. [ ] Use with Alternate V.

(e) The offeror has completed the annual representations and certifications electronically via the SAM Website at https://www.acquisition.gov/. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in FAR 52.204-8(c) and paragraph (d) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by provision number, title, date].These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR/DFAR Provision # Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications located in the SAM database.