6. issued by code n00167 (if other than item 6) s2404a ......solutions llc (navis) pursuant to far...

38
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 44 18-Jul-2019 See Section G N/A 6. ISSUED BY CODE N00167 7. ADMINISTERED BY (If other than Item 6) CODE S2404A NSWC, CARDEROCK DIVISION, MARYLAND 9500 MacArthur Blvd West Bethesda MD 20817 [email protected] 301-227-2355 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151 SCD: C 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. BMT Designers and Planners 2120 Washington Blvd, Suite 200 Arlington VA 22204 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4023-FD02 10B. DATED (SEE ITEM 13) CAGE CODE 54436 FACILITY CODE 02-Dec-2015 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) Bilateral, FAR 52.244-2 E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Rick Cox, Vice President Michael P Peduto, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Rick Cox 15-Jul-2019 BY /s/Michael P Peduto 18-Jul-2019 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

Upload: others

Post on 26-Jan-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

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

    44 18-Jul-2019 See Section G N/A6. ISSUED BY CODE N00167 7. ADMINISTERED BY (If other than Item 6) CODE S2404A

    NSWC, CARDEROCK DIVISION, MARYLAND

    9500 MacArthur Blvd

    West Bethesda MD 20817

    [email protected] 301-227-2355

    DCMA Manassas

    14501 George Carter Way, 2nd Floor

    Chantilly VA 20151

    SCD: C

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

    BMT Designers and Planners 2120 Washington Blvd, Suite 200 Arlington VA 22204 9B. DATED (SEE ITEM 11)

    10A. MODIFICATION OF CONTRACT/ORDER NO.

    [X] N00178-04-D-4023-FD02 10B. DATED (SEE ITEM 13)

    CAGECODE

    54436 FACILITY CODE 02-Dec-2015

    11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

    SEE SECTION G

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

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

    [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation

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

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

    [X] D. OTHER (Specify type of modification and authority)Bilateral, FAR 52.244-2

    E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office.14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

    SEE PAGE 2

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

    Rick Cox, Vice President Michael P Peduto, Contracting Officer

    15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Rick Cox 15-Jul-2019 BY /s/Michael P Peduto 18-Jul-2019

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

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

    1. CONTRACT ID CODE PAGE OF PAGES

    AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

  • GENERAL INFORMATION

    A. The purpose of this modification is as follows: to add subcontractor Navis Energy ManagementSolutions LLC (NAVIS) pursuant to FAR 52.244-2; to modify several ACRNs pursuant to FAR43.103(b); and to deobligate funds in the amount of pursuant to FAR 43.103(a)(3).

    The following changes have been made as a result of these contract actions:

    B. Section B Changes:

    i) The following SLINs have been deobligated as a result of this contract action:

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

    7201BNFund Type -OTHER

    7301ADFund Type -OTHER

    ii) The following CLINs/SLINs have been realigned as follows:

    CLIN/SLIN From ($) By ($) To ($)

    iii) The consent to subcontract language in Section B has been updated to the reflect the approvalof

    C. Section G changes:

    i) The following Long Line of Accountings have been changed as follows:

    7201BC:From: FV 97X4930 NH1C 251 77777 0 050120 2F 000000 A00004132257To: ES 97X4930 NH1C 251 77777 0 050120 2F 000000 A00004132257

    7301AH:From: GU 1791319 84FF 251 V5P00 0 050120 2D 000000 A00004276516To: JC 1791319 84FF 251 V5P00 0 050120 2D 000000 A00004276516

    7301BM:From: GH 97X4930 NH1C 251 77777 0 050120 2F 000000 A00005074156To: JG 97X4930 NH1C 251 77777 0 050120 2F 000000 A00005074156

    7301BN:From: GA 97X4930 NH1C 251 77777 0 050120 2F 000000 A20004261376To: JD 97X4930 NH1C 251 77777 0 050120 2F 000000 A20004261376

    7301BP:From: GB 97X4930 NH1C 251 77777 0 050120 2F 000000 A40004132257To: JE 97X4930 NH1C 251 77777 0 050120 2F 000000 A40004132257

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 2 of 3

    FINAL

  • 7301BQ:From: GC 97X4930 NH1C 251 77777 0 050120 2F 000000 A00005073876To: JH 97X4930 NH1C 251 77777 0 050120 2F 000000 A00005073876

    7301BS:From: GE 97X4930 NH1C 251 77777 0 050120 2F 000000 A90004263786To: JF 97X4930 NH1C 251 77777 0 050120 2F 000000 A90004263786

    9201AM:From: FV 97X4930 NH1C 251 77777 0 050120 2F 000000 A00004132257To: ES 97X4930 NH1C 251 77777 0 050120 2F 000000 A00004132257

    9301BB:From: GU 1791319 84FF 251 V5P00 0 050120 2D 000000 A00004276516To: JC 1791319 84FF 251 V5P00 0 050120 2D 000000 A00004276516

    9301BH:From: HP 1791319 14RM 251 SH385 0 050120 2D 000000 A20004814855To: HK 1791319 14RM 251 SH385 0 050120 2D 000000 A20004814855

    9301BJ:From: HQ 1791804 8U2N 251 V5P00 0 050120 2D 000000 A20004351875To: HM 1791804 8U2N 251 V5P00 0 050120 2D 000000 A20004351875

    9301BR:From: GH 97X4930 NH1C 251 77777 0 050120 2F 000000 A00005074156To: JG 97X4930 NH1C 251 77777 0 050120 2F 000000 A00005074156

    ii) The total amount of funds obligated to the task order is hereby decreased from by.

    iii) The total value of the order remains unchanged at

    D. A conformed copy of the order is enclosed.

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 3 of 3

    FINAL

  • Note: The contractor shall bill at the fixed fee per hour rate specified above for each hour incurred. In no event shallthe contractor exceed the total fixed fee amount. As a result, the fixed fee per hour may be adjusted to account forrounding if the full level of effort is performed. The CLINs above represent the option year holding CLIN.

    FEE WITHHOLD PERCENTAGE

    Pursuant to FAR 52.216-8, a withhold of 10% of the total fixed fee or $100,000, whichever is less, is applicable to this order.

    HQ B-2-0015 PAYMENTS OF FEE(S) (LEVEL OF EFFORT – ALTERNATE 1)(NAVSEA) (MAY 2010):

    (a) For purposes of this task order, "fee" means "target fee" in cost-plus-incentive-fee typecontracts, "base fee" in cost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixedfeetype contracts for level of effort type contracts.

    (b) The Government shall make payments to the Contractor, subject to and in accordancewith the clause in this contract entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVEFEE", (FAR 52.216-10), as applicable. Such payments shall be submitted by and payable tothe Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST ANDPAYMENT" (FAR 52.216-7), subject to the withholding terms and conditions of the"FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paid at the hourlyrate(s) specified above per man-hour performed and invoiced. Total fee(s) paid to theContractor shall not exceed the fee amount(s) set forth in this contract. In no event shall theGovernment be required to pay the Contractor any amount in excess of the funds obligatedunder this contract.

    (End of Text)

    Information Assurance Workforce (Feb 2011)

    In accordance with DFARS 252.239-7001 "Information Assurance Contractor Training and Certification", contractorsare required to provide proper and current certifications for the purposes of performing the information assurancefunctions identified in the task order. Copies of the certificate shall be submitted to the Contract Specialist (insertemail) and to the Information Assurance Workforce Program Manager, Kate Hogarth ([email protected]) within 5days after contract award. Failure to comply will result in denied access to DoD information systems.

    Small Business Subcontracting Plan

    Small Business Subcontracting Plans are required for all large businesses submitting proposals in accordance withFAR 52.219-9 Alt II SMALL BUSINESS SUBCONTRACTING PLAN (Jan 2002) ALTERNATE II. The Small BusinessSubcontracting Plan is facilitated in the portal and must be included with proposal submission.

    Consent to Subcontract

    For subcontracts and consulting agreements for services, where the prime contractor anticipates that hours deliveredwill be counted against the hours in the Task Order Level of Effort clause in Section G, Consent to Subcontractauthority is retained by the Task Order Contracting Officer (Procuring Contracting Officer). The contractor shallcomply with FAR Clause 52.244-2 “Subcontracts) of the base contract when requesting consent to subcontract.

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 41 of 105

    FINAL

    mailto:[email protected]

  • SECTION C DESCRIPTIONS AND SPECIFICATIONS

    SECTION C DESCRIPTIONS AND SPECIFICATIONS FOR ENVIRONMENTAL QUALITY PROGRAMS SUPPORT

    This is a performance based statement of work. The effort performed hereunder will be evaluated inaccordance with the performance standards/acceptable quality levels described below and the evaluationmethods described in provision CAR-H09 in Section H.

    1.0 BACKGROUND

    Naval Sea Systems Command (NAVSEA); Carderock Division, Naval Surface Warfare Center(NSWCCD); and NSWCCD Ship Systems Engineering Station (NSWCCD-SSES) are the Navy’s sourcesfor knowledge in environmental solutions, pollution prevention, radiation detection, ship-to-shoretechnologies, and system safety. They execute this role for the Navy and other maritime organizationsby providing full-spectrum science and engineering support including basic and applied Research,Development, Testing, and Evaluation (RDT&E); fleet support; In-Service Engineering (ISE); Life CycleManagement (LCM); and acquisition support for surface ships, submarines, undersea vehicles, radiationdetectors, naval support platforms and associated programs and systems.

    2.0 SCOPE

    This procurement requires engineering and logistic services for existing and futureprograms/technologies supporting the US Navy, US Army, Coast Guard, Marine Corps, Foreign MilitarySales (FMS), and joint programs. The following are the existing technical areas and examples of theirassociated major equipment/systems/sub technical areas:

    2.1 Ship Acquisition, New Ship Design and Construction.

    2.2 Radiation Technology.

    2.2.1 Advanced tandem accelerator technology and advanced negative ion source techniques.

    2.2.2 Kinematically compressed fast forward-directed neutron beam technology.

    2.2.3 Facility Radiation Safety and compliance with Radiological Affairs Support Program requirements.

    2.3 Superconductive Films and Wires.

    2.3.1 Microwave properties of high-temperature superconductor films.

    2.3.2 Current-transport and magnetic properties (AC, DC pulsed) of high-temperature superconductor wires.

    2.4 Positive Ion Accelerator Facility (PIAF). Diagnostic and repair services/field visits, remote advice andconsultation, and upgrades and refurbishment.

    2.5 Oil Pollution Abatement (OPA) Systems Engineering: Oil Water Separator (OWS), Oily WasteTransfer and Collection Secondary, Bilgewater Treatment, Solids Removal, and Oil Emulsions on NavyShips; Ultrafiltration Ceramic Membranes; Solids Removal; Oil Emulsions; Oil Content Monitor (OCM),Oil Spill prevention.

    2.6 Non-Oily Wastewater (NOW) Engineering (Graywater / Blackwater).

    2.7 Ballast Water Treatment and Management.

    2.8 Uniform National Discharge Standards (UNDS).

    2.9 Solid Waste.

    2.9.1 Plastics Waste Processors (PWPs), Shredders and Other Metal – Glass Processing Equipment,

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 43 of 105

    FINAL

  • Pulpers, Garbage Grinders, Trash Compactors/Balers/Can Densifiers/Other General RecyclingEquipment, Incinerators, Document Destructors (ex: Classified Documents), Submarine TrashCompacting Units, Autoclaves/Steam Sterilization Systems, can crushers, OMPeco Solid WasteConverter, Refrigerated and Unrefrigerated storage containers/rooms.

    2.10 Thermal Destruction Systems.

    2.10.1 Plasma Arc Waste Destruction System (PAWDS).

    2.10.2 Marine Solid Waste Incinerator (MSWI).

    2.10.3 Micro Auto Gasification System (MAGS).

    2.10.4 Waste-to-Energy Recovery Systems.

    2.11 Ship to Shore.

    2.11.1 Advanced Hull Cleaning Vehicle System (AHCV) and Waste Water Treatment Unit (WWU) and Mobile Pier/Facility Waste Water Treatment System.

    2.11.2 Coating Protection and Fuel conservation with the Hull Bio-Inspired Underwater. Grooming Vehicle(HullBUG).

    2.11.3 Flight Deck In-port Cleaning and operational readiness with the Mobile Cleaning, Reclaim andRecycling System (MCRRS) for non-skid surfaces of Aircraft capable Navy Ships.

    2.11.4 Dry Dock Surface Cleaning and Sediment Management to improve facility Best Management Practices (BMP).

    2.11.5 Advanced Underwater Navigational and hull positioning technology for diver, Remote OperatedVehicles (ROV), and hull crawler.

    2.11.6 Oil Boom Biofouling Control by Material Technologies and Mechanical Intervention.

    2.11.7 Motion Assisted Environmental Enclosure (MAEE) Technology – Advanced enclosure/shroudtechnology that can capture: paint overspray in dry dock, hull hydro-washing runoff and also cutting andwelding fume emissions (OPACITY).

    2.11.8 The Membrane Project to advance the performance of the rotating membrane technology.

    2.11.9 Facility Environmental Management area such as, airfields, piers, run-off management, dry docks,parking lots, waste water treatment, and water management.

    2.12 Ship and Systems Safety.

    2.12.1 Pollution Prevention (P2) and Medical Waste Technologies.

    2.12.1.1 Medical Waste Processor.

    2.12.1.2 Pollution Prevention Equipment.

    2.12.1.3 Pollution Prevention Afloat.

    2.13 Hazardous Materials Control & Management (HMC&M) and Hazardous Materials Substitution andMinimization (HMS&M).

    2.13.1 Hazardous Materials Minimization Center (HAZMINCEN).

    2.13.2 Hazardous Material Afloat Program (HMAP).

    2.13.3 Ship Hazardous Material List (SHML).

    2.13.4 Submarine HMC&M.

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 44 of 105

    FINAL

  • 2.13.5 Submarine Material Control List (SMCL) Management.

    2.13.6 Submarine Hazardous Material Inventory & Management System (SHIMS).

    2.13.7 HM Storage and Segregation.

    2.13.7.1 Oil and HM Spill Response.

    2.13.7.2 Shipboard Cleaning Products Catalog.

    2.13.7.3 Ship Acquisition Program Environmental Safety Occupational Health.

    2.13.7.4 Consolidated Hazardous Material Reutilization and Inventory Management.

    2.14 Waste Afloat.

    2.15 Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC).

    2.16 Energy.

    2.17 New programs/technologies.

    2.18 Diesel Engine Air Emissions.

    3.0 REQUIREMENTS

    This procurement is for the acquisition of the following services:

    3.1 Research, Development, Test and Evaluation & In-Service Engineering – The following are examplesof services the contractor will be required to perform. The contractor shall: develop and execute planssuch as test, sample, evaluation, safety and manufacturing; conduct and complete surveys andevaluations such as product, system, vehicle, process, waste; complete studies such as Return OnInvestment (ROI), cost, manufacturing, ship impact, Ship Evaluation (SHIPEVAL), Technical Evaluation(TECHEVAL), and Operational Evaluation (OPEVAL); conduct and complete testing, sampling andanalyses, selection of materials, proof-of-concept analysis, and failure analysis; if applicable, testing is tobe completed according to government/military specifications such as shock and vibration,Electromagnetic Interference (EMI), temperature, and humidity; conduct and complete Failure Mode,Effects, and Criticality Analysis (FMECA); develop control systems; determine Integrated LogisticsSupport (ILS) requirements; provide demonstration support; assess various technologies as they may beapplied to solve Navy problems; provide Test and Evaluation (T&E) and logistics support for productsamples, first article, one-of-a-kind, proto type, evaluation, Limited Initial Rate Production (LRIP) andproduction units; provide theoretical and experimental Science and Engineering (S&E) support such asresearching and evaluating new innovation, technological developments, and concepts; verifydeficiencies, identify potential problems, and recommend solutions; provide assistance with US NavyShip Alterations (SARs), Engineering Change Proposals (ECPs), and Ship Change Documents (SCDs);conduct hazardous material analyses and trade-off studies regarding potential less hazardous materialsubstitutions; provide Radiation Detection, Indication, And Computation (RADIAC) services; providesupport for Superconductive Films such as film deposition, measurement, and characterization; provideexpertise in Radio Frequency Identification (RFID) tag and interrogator design, packaging, networking,sensor integration, and antenna design; provide remote vehicle expertise for services such as surfaceand underwater vehicle design, power analysis, sensor integration, control, and navigation; providerobotic design, control, and programming expertise for Program Logic Control (PLC); provide expertise inthe design and application of high power ultrasonics; develop Integrated Environmental, Safety andHealth (IESOH) documentation for ship acquisition programs; provide support for the integration andexecution of Environmental, Safety and Health (ESH) for ship acquisition programs; review acquisitiondocumentation such as Concept Development Documents (CDD), Acquisition Strategies (AS), SystemEngineer Plans (SEP); review shipbuilder deliverables and provide comments; and provide ESHlaboratory services and analysis support.

    3.2 Design, Build/Fabricate – The following are examples of services the contractor will be required toperform. The contractor shall: design, build/fabricate, and/or provide test articles, prototypes, evaluationequipment, proof of principal articles, Engineering Development Models (EDMs), systems, and laboratory

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 45 of 105

    FINAL

  • test equipment; provide, as needed, required incidental equipment and materials, incidentalspares/replacement parts/kits, incidental ancillary and consumable materials, and incidental rental ofequipment, facilities, and vehicles; design, build/fabricate and provide temporary test apparatus/structurefor conducting tests and evaluations at land-based facilities and aboard ships; perform configurationchanges to systems and/or land-based test sites to accommodate testing; provide manufacturing andquality assurance for fabricated equipment; assess production equipment; design and providemodernization, modification, up-grade, and technology changes support; develop and complete drawingsand flow charts such as engineering drawings, shop drawings, process and instrumentation drawings,Piping and Instrument Diagrams (P&ID), and process flow charts; and design and maintain automatedinventory and control systems. Conduct market surveys. Provide expertise in 3-D design modelingapplications such as Solidworks and AutoCad, Computational Fluid Dynamic (CFD) modeling andstatistical analysis applications.

    3.3 Equipment, Systems, Parts, and Vehicles – The following are examples of services the contractor willbe required to perform. The contractor shall: calibrate, trouble shoot, perform maintenance, assess,rebuild/refurbish, overhaul, perform modifications/alterations, repair, redesign, modernize, install/remove,and/or recycle; complete and/or recommend selection, set-up, and PLC programming; providepackaging, transportation, and shipping support; provide storage; properly dispose of non-recyclableequipment in accordance with Contractor’s normal practice; ensure that the label plates or othermarkings, which identify parts as belonging to the Government, are obliterated before disposal; properlyinventory, control, and provide disposition action of Government Furnished Material (GFM) andGovernment Furnished Equipment (GFE); provide disposal services for non-oily liquid, oily-liquid, graywater, black water, plastic, medical, and process sludge/solids waste collected/used/created in the testingor evaluation of technologies or processes; determine maintainability requirements; check andtroubleshoot systems in all modes of operation; identify and assess inoperative, failed, worn,malfunctioning, missing, and/or improper components; repair and restore system to fully operationalcondition; identify risks, develop mitigation and track risk resolution; recommend solutions,improvements, and corrective actions; implement Government approved solutions, improvements, andcorrective actions; brief ship’s force and other cognizant Navy personnel on the status of systemsimmediately after completing ship check or as required; demonstrate proper operation ofequipment/systems in all modes of operation after installation, changes, repair, or as required; operateand maintain accelerator facility; perform system safety engineering; conduct system safety program inaccordance with MIL-STD- 882 and NAVSEAINST 5000.8; and provide Radiation Detection, Indication,And Computation (RADIAC) services; review, develop, amend, and obtain required level of certificationof Maintenance Requirement Cards (MRC) and Approved Parts Lists (APL) for equipment/ technology/modifications transitioning to the active Fleet. Operate equipment such as forklifts and overhead cranesto support movement of lab materials, component positioning for lab activities, and support Aloft work. Operators of equipment shall not operate equipment or systems until they are trained and certified to thelatest Navy standards. For any equipment or work requiring licensing or certification to operate orperform such as forklifts, cranes, weight handling equipment, respirator use, etc. the contractor shallensure the employees possess the required licenses or certifications prior to performance. In the eventthat the contractor employee needs training to be certified or obtain the license the contractor mayrequest the Government to provide training. The Government is under no obligation to provide training. Before operating any Government-owned or leased equipment/vehicles, the contractor shall provideproof of employee's license or certification to the COR and TPOC for review.

    3.4 Compliance – The following are examples of services the contractor will be required to perform. Thecontractor shall: support ship acquisition Environmental Safety and Health (ESH) Working Groups toensure full compliance with ESH requirements; recommend contractual language for environmentalcompliance, pollution prevention, system safety, occupational safety and health, hazardous material andrisk management, and National Environmental Protection Act (NEPA) requirements; monitorenvironmental and safety regulatory climate, analyze impact of future rules and regulations on shipacquisition programs; monitor, advise, and verify compliance of regulations, standards, andrequirements; provide Federal regulatory and policy research; provide local, state, and federalgovernment and international expertise in water and air permitting requirements and processes; andcompile and maintain local, state, federal, and international environmental laws, regulations, andstatutory requirements which could affect or have significant impact on Navy programs and mission.

    3.5 Program Management and Support – The following are examples of services the contractor will berequired to perform. The contractor shall: provide statistical services such as data analysis, reliabilityand maintainability estimates, and statistical projections; write, review, provide comments, and revise

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 46 of 105

    FINAL

  • documents such as reports, specifications, test plans, technical assessments, manuals, repair guides,catalogues, international agreements, and Standard Operating Procedures (SOP); analyze documentsfor their impact and relevance to Navy programs; writing and editing; perform technical informationsearches; gather, correlate and interpret technical data; perform market surveys and, if applicable,develop and review drawings; rewrite/incorporate revisions into existing documents; develop, populate,and manage spreadsheets, forms, documents and databases using MS Office products and AdobeAcrobat. Usage of electronic Government systems and/or websites may be required. Access torestricted systems will be granted as needed (e.g. NMCI, ERP). Collect, collate, and exchange data inaccordance with data rights and security requirements; provide administrative NMCI computer supportsuch as responding to data calls, coordinating computer and peripheral requirements for refresh, andassisting Government personnel with issues to ensure they are working with the appropriate NMCIand/or on-site technical support; draft standards and regulations; prepare presentations and briefingmaterials for meetings and outreach; design and develop informational posters, brochures, specificationsheets, marketing consumables, booklets, signs, labels, and booths using GFM when possible; attendtechnical and programmatic meetings; provide meeting minutes and track action items to completion;arrange, organize, coordinate, schedule, and facilitate events such as meetings, program reviews, visits,training, seminars, and symposia; provide support to Program Office - SHIPMAIN, Certified TechnicalAuthority, Engineering and Technical Authority Support Network, Naval Vessel Rules, Top ManagementAttention/Issues, Commercial Work Practices, and Other Command initiatives; provide administrativesupport; provide manufacturing and quality assurance technical assistance; provide support to ProgramManager/SME; assist in the preparation of program management plans, schedules and budgets; andconduct studies on shipboard environmental systems and shore operations; perform legislative reviews,rulemakings, international treaty reviews and associated documentation; maintain and update the onlineAuthorized Users List (AUL) for the Navy's mission-critical ODS Reserve; support responses to DefenseLogistics Agency requests to review specific requisitions and user requests from Fleet units; maintainand update online ODS information including the status of conversion of Fleet air-conditioning andrefrigeration plants from Class I ODS to HFC-134a and HFC-236fa; analyze proposed EPA andinternational ODS and Hydrofluorocarbon (HFC) regulations for potential adverse impact to Navyoperations and develop and coordinate comments within Navy and with other military services/agencies;collect, analyze, and disseminate information on ODS alternatives for use in solvent, refrigerant, andfire-fighting applications; respond to ODS technical information requests from the fleet; and provideanalyses, reports and briefing materials relating to ODS reserves and HFC phase-down planning.

    3.6 Training – The following are examples of services the contractor will be required to perform. Thecontractor shall: develop, provide, and review training that demonstrates the correct operation,troubleshooting, tooling, and maintenance requirements of equipment, systems, and vehicles; develop,provide, and review training for contractor developed/managed/selected electronic systems anddatabases; develop, provide, and review training materials such as manuals, course tests, course plans,videos, presentations, training aids, and illustrated guides; conduct training on-site, aboard ship,classroom setting, or through interactive courseware; and conduct assessments of Navy approvedtraining aids curricula and associated Personnel Qualification System (PQS).

    4. DATA DELIVERABLES

    The contractor shall create such documentation as necessary to fulfill the required services. All datadeliverables shall be submitted in a format agreed upon by the contractor and the COR. Deliverablerequirements for specific CLINs/lines of accounting will be identified in TIs.

    Contractor Man Power Reporting

    The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required forperformance of services provided under this task order via a secure data collection site. Contractedservices excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are:

    (1) W, Lease/Rental of Equipment;

    (2) X, Lease/Rental of Facilities;

    (3) Y, Construction of Structures and Facilities;

    (4) S, Utilities ONLY;

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 47 of 105

    FINAL

  • (5) V, Freight and Shipping ONLY.

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

    Reporting inputs will be for the labor executed during the period of performance during each Governmentfiscal year (FY), which runs October 1 through September 30. While inputs may be reported any timeduring the FY, all data shall be reported no later than October 31 of each calendar year. Contractors maydirect questions to the help desk, linked at https://doncmra.nmci.navy.mil.

    Deliverable Name 1st Submission Subsequent

    SubmissionsScientific and Technical Reports (TR) in accordancewith NSWCCD Guidance and ANSI/NISO Z39.18Scientific and Technical Reports – Elements,Organization, and Design.

    As Required by TI As Required by TI

    Reports, Standardized Govt Format: Progress, ShipChange Documents (SCDs), Justification CostForms (JCFs), Ship Alteration Records (SARs),Engineering Change Proposals (ECPs), ShipInstallation Drawings (SIDs), Machinery Alterations(MACHALTs), TECHEVAL, Inspection and Survey(INSURV)

    As Required by TI As Required by TI

    Reports, Informal – ex. cost study, manufacturing,ship impact,

    As Required by TI As Required by TI

    Plans – ex. test, manufacturing, evaluation, sample As Required by TI As Required by TI

    Burn Rate Analysis Report (IAW attachment I to theRFP)

    30 Days after Date ofTask Order Award

    Every 30 Days Thereafter

    Incurred Cost Reports 30 Days After Date ofTask Order Award

    Every 30 Days Thereafter

    Technical Evaluation/Assessment/Sampling

    Analyses Results

    As Required by TI As Required by TI

    Document Revisions As Required by TI As Required by TI

    Technical Manual (TM) As Required by TI As Required by TI

    Training Manual As Required by TI As Required by TI

    Record of Meeting & Minutes As Required by TI As Required by TI

    Contractor’s Monthly Progress Status, Managementand Cost Report - Report is to be subdivided byProgram and then with the cost reporting for eachline of accounting. Cost reporting should projectplanned expenditures and track actual expenditures. The report should also include a cost reportsummary for the TI. Report must meet Govt sponsorreporting requirements as specified by technicalinstruction.

    Monthly by the 15th ofthe month and thereporting period is for thepreceding calendarmonth.

    Monthly by the 15th ofthe month and thereporting period is for thepreceding calendarmonth.

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 48 of 105

    FINAL

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

  • Test Data and Reports (ex studies and analyses) As Required by TI As Required by TI

    Technical Papers for publication and/or businessdevelopment (ex Journal, White Paper)

    As Required by TI As Required by TI

    Ship Acquisition Program Documents As Required by TI As Required by TI

    Briefing Materials As Required by TI As Required by TI

    Presentation Materials (PowerPoint presentations,posters, brochures, etc)

    As Required by TI As Required by TI

    Drawings, 3-D models, P&ID, Process Flow Charts,spreadsheets, Computational Fluid Dynamics (CFD)models, Illustrated Parts

    As Required by TI As Required by TI

    Computer Software Flowchart As Required by TI As Required by TI

    General Data (ex – provide findings technicalinformation searches; support data for technicaldocumentation, market surveys, lists, schedules,milestones, action item logs, develop catalog,spreadsheets, general correspondence)

    As Required by TI As Required by TI

    Specifications/revised Specs As Required by TI As Required by TI

    Trip and Ship check reports Within 10 work daysfollowing completion oftrip/ship check

    Within 10 work daysfollowing completion oftrip/ship check

    Engineering Calculations As Required by TI As Required by TI

    Program Objective Memorandum (POM) andProgram Review (PR) Issue Papers

    As Required by TI As Required by TI

    4.1 eCraft REPORTING

    The contractor shall provide other reports as required. Man-hour expenditure reports in Electronic Cost Reportingand Financial Tracking (eCRAFT) system.

    (a) The Contractor agrees to upload the Contractor's Funds and Man-hour Expenditure Reports in the ElectronicCost Reporting and Financial Tracking (eCRAFT) System and submit the Contract Status Report on the day andfor the same timeframe the contractor submits an invoice into the Invoicing, Receipt, Acceptance, and Property

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 49 of 105

    FINAL

  • Transfer (iRAPT) system. Compliance with this requirement is a material requirement of this contract. Failure tocomply with this requirement may result in contract termination.

    (b) The Contract Status Report indicates the progress of work and the status of the program and of all assignedtasks. It informs the Government of existing or potential problem areas.

    (c) The Contractor's Funds and Man-hour Expenditure Report reports contractor expenditures for labor, materials,travel, subcontractor usage, and other contract charges. (1) Access: eCRAFT: Reports are uploaded through the eCRAFT System Periodic Report Utility (EPRU). The EPRU

    spreadsheet and user manual can be obtained at: http://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Newport/Partnerships/Commercial-Contracts/Information-eCraft-/ under CRAFTinformation. The eCRAFT e-mail address for report submission is: [email protected]. If youhave problems uploading reports, please see the Frequently Asked Questions at the site address above. (2) Submission and Acceptance/Rejection: The contractor shall submit their reports on the same day and for the same timeframe the contractor submits an invoice in iRAPT. The amounts shall be the same. eCRAFT acceptance/rejection will be indicated by e-mailnotification from eCRAFT.

    **The Contracting Officer or COR will provide written notification to the contractor once eCRAFTbecomes available. Upon written notification, the contractor will have 14 days to comply with thereporting requirements described above (i.e. after 14 days, invoices submitted will not beapproved unless the above requirements have been met)

    5. PERSONNEL QUALIFICATIONS

    5.1 General

    The contractor shall be responsible for the employment of trained and technically qualified personnel toperform technical efforts. In addition, the contractor is responsible for organizational and administrativecontrols necessary to ensure that performance meets or exceeds all task order specificationrequirements and those set forth in the task order.

    The Government reserves the right, during the life of this task order, to request work histories on anycontractor employee for purposes of verifying compliance with this requirement. Personnel assigned to orutilized by the contractor in the performance of this task order shall meet the experience, educational, orother background requirements set forth herein, and be fully capable of performing the contemplatedfunctions of the respective labor categories in an efficient, reliable, and professional manner.

    If the contracting officer questions the qualifications or competence of any person performing under thetask order, the burden of proof to sustain that the person is qualified as prescribed herein shall be uponthe contractor.

    The following personnel are required in the performance of tasks under this task order:

    5.2 Key Personnel Requirements

    Labor Category Number of ResumesKEY

    Electrical Engineer (Level IV) 1Environmental Engineer (Level IV) 2Industrial Engineer (Level IV) 1Mechanical Engineer (Level IV) 3Nuclear Engineer (Level IV) 4

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 50 of 105

    FINAL

    http://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Newport/Partnerships/Commercial-Contracts/Information-eCraft-/mailto:[email protected]

  • Test Engineer (Level IV) 1System Safety Engineer (Level IV) 1Biologist (Level IV) 1Physicist (Level IV) 2Program Manager (Level IV) 2Statistician (Level IV) 1

    Key Personnel – The following labor categories are designated Key Personnel for this task order.Resumes will be submitted for each category in the quantities indicated in parenthesis by the keycategory description. In addition, the contractor is responsible for employing those personnel proposedunder the "Key Personnel" categories identified under this Task Order. Any substitution/addition ofpersonnel under those identified as Key Personnel shall be subject to the Substitution of Key PersonnelClause identified under the Basic Seaport Contract of this Task Order.

    Note: Requirements for Key Personnel are target requirements unless the labor category is identifiedwith "Minimum Requirements", in which case the qualifications stated represent the minimum.

    The number of resumes required for key personnel, as well as the targeted education/experiencedesired, are identified below for each labor category. The different levels associated with the belowpersonnel qualifications are based on www.salary.com information in order to present industry acceptedconsistent rates for the labor categories and represent the level of experience.

    5.2.1 Engineers (Level IV) – A bachelor’s degree in the associated field of Engineering, from anaccredited college or university, and at least ten (10) years of work experience in fields related to thesolicitation’s Statement Of Work (SOW).

    a) Electrical Engineer: One (1) resume b) Environmental Engineer: Two (2) resumes c) Industrial Engineer: One (1) resume d) Mechanical Engineer: Three (3) resumes e) Nuclear Engineer: Four (4) resumes f) Test Engineer: One (1) resume g) Systems Safety Engineer: One (1) resume

    5.2.2 Scientists (Level IV) – A bachelor’s degree in the associated field of Science, from an accreditedcollege or university, and ten (10) years of work experience in fields related to the solicitation’s StatementOf Work (SOW).

    a) Biologist: One (1) resume b) Physicist: Two (2) resumes

    5.2.3 Program Manager (Level IV) - Two (2) resumes - A master's degree in engineering from anaccredited college or university. Ten (10) years experience managing major Government programsinvolving full-spectrum science and engineering support. Experience including developing programcontrols and management procedures for work related to the solicitation's Statement of Work will receivea higher rating. Demonstration of such will result in a higher rating. The qualified candidateshould have a demonstrated ability to supervise, direct, review, and otherwise coordinate all workperformed by the contractor's staff and to maintain effective liaison with the Government's technical staff.

    5.2.4 Statistician (Level IV) One (1) resume - A bachelor's degree in the field and 10 years experience inwork related to the solicitation’s Statement Of Work.

    5.3 Non-Key Personnel

    Resumes are Not Required for Non-Key Personnel.

    The Government's minimum education and experience requirements for NON-KEY PERSONNEL areoutlined below. The offeror shall certify that all employees proposed for non-key personnel laborcategories meet or exceed the minimum education and technical requirements specified for eachnon-key category. Resumes ARE NOT required for the non-key personnel categories.

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 51 of 105

    FINAL

    http://www.salary.com/

  • All non-key personnel performing under this task order shall meet the Government’s minimum educationand experience requirements. In addition, the required qualifications for the Non-key labor categoriesare listed below:

    5.3.1 Engineers (Level III) – A bachelor’s degree in the associated field of engineering from anaccredited college or university and at least five (5) years of work experience in field related to thesolicitation’s Statement Of Work (SOW).

    a) Chemical Engineer

    b) Electrical Engineer

    c) Environmental Engineer

    d) Industrial Engineer

    e) Mechanical Engineer

    f) Test Engineer

    g) Materials Engineer

    h) Measurements/Calibration Engineer

    i) Nuclear Engineer

    5.3.2 Scientists (Level III) - A bachelor’s degree in the associated field from an accredited college oruniversity and at least five (5) years of work experience in field related to the solicitation’s Statement OfWork

    a) Chemist b) Physicist c) Physical Scientist

    5.3.3 Technicians (Level III) – Over five (5) years of experience in the fields related to the solicitation'sSOW. Possess familiarity with a variety of the field's concepts, practices, and procedures.

    a) Calibration Techician b) Electrical Technician c) Mechanical Technician d) Industrial Technician e) Quality Control Technician

    5.3.4 Designers/Drafters (Level III) - Over three (3) years of experience in the fields related to thesolicitation'sSOW. Familiar with a variety of field's concepts, practices, and procedures.

    a) Electrical/Electronic Designer/Drafter b) Mechanical Designer/Drafter c) Computer Assisted Design (CAD) Drafter

    5.3.5 Machinists/Assemblers (Level III) - Over five (5) years of experience in the fields related to thesolicitation's SOW. Familiar with a variety of the field's concepts, practices, and procedures. Successfully passed all required certifications.

    a) Machine - Tool Operator b) CAM Machinist c) Welder

    5.3.6 Specification Writer (Level III) - 2-4 years of experience in the fields related to the solicitation's

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 52 of 105

    FINAL

  • SOW.

    5.3.7 Technical Writer (Level III) - 4-6 years of experience in the fields related to the solicitation's SOW.

    5.3.8 Statistician (Level III) - Five (5) years of experience in field and related to work in the solicitation'sSOW.

    5.3.9 Database Analyst (Level III) - Over four (4) years of experience in the fields related to thesolicitation's SOW.

    5.3.10 Programmer (Level III) - Over four (4) years of experience in the fields related to the solicitation'sSOW.

    5.3.11 Data Entry Clerk (Level III) – Over five (5) years of experience in the fields related to thesolicitation's SOW. Proficient in Microsoft Office 2007 software (Word, Excel, PowerPoint, and Outlook).

    5.3.12 Program Analyst (Level IV) - Over eight (8) years of experience in the field. Possess familiaritywith a variety of the field's concepts, practices, and procedures at the Navy.

    5.3.13 Technical Assistant/Analyst (Level II) – Over two (2) years of experience in fields related to thesolicitation's SOW. Possess familiarity with a variety of the field's concepts, practices, and procedures.

    5.3.14 Administrative Assistant (Level III) – Over five (5) years of experience in providing administrativesupport. Proficient in Microsoft Office 2007 Software (Word, Excel, Powerpoint, and Outlook). Theadministrative assistant will be providing data collection; report formatting; document organization;developing spreadsheets, forms, documents, and maintaining spreadsheets and records.

    6. GOVERNMENT FURNISHED INFORMATION, EQUIPMENT, & MATERIALS (GFI, GFE, GFM)

    The Government will provide the contractor with all pertinent information, including milestoneschedule/deadlines and materials, as required, within fourteen (14) working days of task commencementper Technical Instruction. GFI, GFE, & GFM shall be returned to the Government within thirty (30) daysafter completion of associated task.

    7. PLACE OF PERFORMANCE & TRAVEL

    7.1 Place of Performance

    The primary place of performance will be NSWCCD West Bethesda, MD. Performance will also takeplace at the contractor’s facility; NSWCCD-SSES Philadelphia, PA; and NAVSEA Headquarters inWashington, DC, NSWCCD (Note: Per Victoria Schwaner (COR), the work being performed at NAVSEAHeadquarters is in support of Code 60's technical work.) Local commuting expenses for travel betweenthe above mentioned Government agencies and the contractor's local facilities near the agencies will notbe reimbursed. 7.2 Travel

    The contractor shall be required to travel in the performance of this task order. The number of trips andtypes of personnel traveling shall be limied to the minimum required to accomplish work requirementsand shall be coordinated with the SME and the COR.

    Travel locations may include but are not limited to: San Diego, CA; Norfolk, VA; Pittsburgh, PA; Yuma,AZ; Brussels, BE; Amsterdam, NL.

    8. MATERIALS

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 53 of 105

    FINAL

  • The contractor shall acquire all incidental materials required in support of executing the Statement ofWork.

    9. SECURITY REQUIREMENTS

    The Government anticipates the work to be performed by the contractor under this task order willprimarily be unclassified and approximately five percent (5%) Secret. Please note that on-site contractoremployees requiring NMCI access will require a Secret Clearance due to internal NSWCCDrequirements. The following labor categories also require secret level clearance; Electrical Engineer(Level IV), Environmental Engineer (Level IV), Industrial Engineer (Level IV), Materials Engineer (LevelIV), Measurement/Calibration Engineer (Level IV), Mechanical Engineer (Level IV), Nuclear Engineer(Level IV), Test Engineer (Level IV), System Safety Engineer (Level IV), Chemical Engineer (Level III),Electrical Engineer (Level III), Environmental Engineer (Level III), Mechanical Engineer (Level III), TestEngineer (Level III), Biologist (Level IV), Physicist (Level IV), Electrical Technician (Level III), ProgramManager (Level V), Statistician (Level IV), Program Analyst - Methods & Procedures (Level IV), TechAssistant/Analyst Methods & Procedures (Level II), Administrative Assistant (Level III).

    10. ADDITIONAL REQUIREMENTS

    Contractor Personnel Identification

    In the performance of this task order, contractor employees shall identify themselves as contractorpersonnel by introducing themselves or being introduced as contractor personnel and by displayingdistinguishing badges or other visible identification for meetings with Government personnel. Contractorpersonnel shall appropriately identify themselves as contractor employees in telephone conversationsand formal and informal written correspondence.

    CAR-C02 ON-SITE ENVIRONMENTAL AWARENESS (AUG 2009)

    (a) The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA)Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and localrequirements.

    (b) The contractor shall ensure that each contractor employee reads the document entitled, “CarderockDivision Environmental Policy and Commitment” within 30 days of commencing performance atNSWCCD-SSES. This document is available at:

    https://crbewebappdev.dt.navy.mil/intranet/documents/policy/Environmental Policy.pdf

    (c) The contractor shall ensure that each contractor employee who will be resident at NSWCCD-SSEScompletes the Environmental Management System (EMS) Awareness training within 30 days ofcommencing performance at NSWCCD-SSES. This document is available at

    https://crbewebappdev.dt.navy.mil/intranet/esh/documents/Contractor EMS Awareness Training.doc

    (d) The Contractor shall certify by e-mail to Paul Breeden/Code 023 ([email protected]) thaton-site employees have read the “Carderock Division Environmental Policy and Commitment” and takenthe Environmental Management System (EMS) Awareness training within 30 days of commencingperformance at NSWCCD-SSES. The e-mail shall include the employee name, work site, and taskorder number.

    CAR-C03 ON-SITE SAFETY AWARENESS (AUG 2009)

    (a) The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA)Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and localrequirements.

    (b) The contractor shall ensure that each contractor employee reads the document entitled, “CarderockDivision Occupational Safety and Health Policy Statement” within 30 days of commencing performanceat NSWCCD-SSES. This document is available at:

    https://crbewebappdev.dt.navy.mil/intranet/documents/policy/OccupationalSafety.pdf

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 54 of 105

    FINAL

    https://crbewebappdev.dt.navy.mil/intranet/documents/policy/Environmental%20Policy.pdfhttps://crbewebappdev.dt.navy.mil/intranet/esh/documents/Contractor%20EMS%20Awareness%20Training.docmailto:[email protected]://crbewebappdev.dt.navy.mil/intranet/documents/policy/OccupationalSafety.pdf

  • (c) The contractor shall ensure that each contractor employee who will be resident at NSWCCD-SSEScompletes the Voluntary Protection Program (VPP) Awareness Training within 30 days of commencingperformance at NSWCCD-SSES. This document is available at:

    https://crbewebappdev.dt.navy.mil/intranet/esh/documents/VPP Awareness Training for Contractors.doc

    (d) The Contractor shall certify by e-mail to Thomas Egan/Code 022 ([email protected]) thatemployees have read the "Carderock Division Occupational Safety and Health Policy Statement" andtaken the Voluntary Protections Program (VPP) awareness training within 30 days of commencingperformance at NSWCCD-SSES. The e-mail shall include the employees name, work site, and taskorder number.

    (e) The contractor shall submit their OSHA 300 Logs (injury/illness rates) within 30 days of commencingperformance at NSWCCD-SSES for review by the Safety Office (Code 022). If a contractor’sinjury/illness rates are above the Bureau of Labor Statistics industry standards, a safety assessment willbe performed by Code 022 to determine if any administrative or engineering controls can be utilized toprevent further injuries/illnesses, or if any additional PPE or training will be required.

    (f) The contractor shall post their OSHA 300 Logs in a conspicuous place where employee notices arecustomarily posted immediately upon commencing performance at NSWCCD-SSES.

    (g) Applicable contractors shall submit Total Case Incident Rate (TCIR) and Days Away, Restricted andTransfer (DART) rates for the past three years within 30 days of commencing performance atNSWCCD-SSES for review by the Safety Office (Code 022). A contractor meets the definition ofapplicable if its employees worked 1,000 hours or more in any calendar quarter on site and were notdirectly supervised in day-to-day activities by the command.

    (h) The contractor shall report all work-related injuries/illnesses that occurred while working atNSWCCD-SSES to the Safety Office (Code 022).

    (i) The contractor shall ensure that all contractor work at NSWCCD-SSES is in accordance with theOccupational Safety and Health (OSH) Program Manual (NAVSSESINST 5100.14). The OSH ProgramManual is available at:

    https://crbewebappdev.dt.navy.mil/intranet/instr/s5100-14g.htm.

    Additional Reporting Requirements

    The Burn Rate Analysis Report is a summary report that captures the rate at wich funding is expended.This report shall be attached in Wide Area Workflow Receipts and Acceptance (WAWF-RA), beginningthirty days after award and every thirty days thereafter. A template is provided as an attachment to thesolicitation.

    The incurred Cost Report is a report that captures a summary of all costs incurred to date. This reportshall be attached in WAWF-RA beginning thirty days after award and every thirty days thereafter. Atemplate is provided as an attachment to the solicitation.

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 55 of 105

    FINAL

    https://crbewebappdev.dt.navy.mil/intranet/esh/documents/VPP%20Awareness%20Training%20for%20Contractors.docmailto:[email protected]://crbewebappdev.dt.navy.mil/intranet/instr/s5100-14g.htm

  • SECTION D PACKAGING AND MARKING

    HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990)

    All reports delivered by the Contractor to the Government under this contract shall prominently show on the coverof the report:

    (1) name and business address of the Contractor:

    (2) contract number:

    (3) task order number:

    (4) sponsor: To be specified on each individual technical instruction(Name of Individual Sponsor)

    To be specified on each individual technical instruction(Name of Requiring Activity)

    To be specified on each individual technical instruction(City and State)

    All deliverables shall be marked on the outside with the name and address of the Subject Matter Expert (SME)

    identified in each Technical Instruction, the contract number, a description of the contents of the package, and any

    other further markings that may be required by other provisions of this contract. A copy of the cover letter oftechnical deliverable shall be provided to the COR. Items shall be packaged and shipped in accordancewith the contractor's standard commercial practice. All other deliverables (eg. Contractor's MonthlyProgress Status Management and Cost Report) shall be provided to the COR.

    Mark all reports/data for the Contracting Officer's Representative (COR) identified in Section G.

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 56 of 105

    FINAL

  • SECTION E INSPECTION AND ACCEPTANCE

    Inspection and Acceptance will be performed by the Contracting Officer's Representative (COR) identified inSection G, unless otherwise specified in the Technical Instructions (TIs) issued under this task order.

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 57 of 105

    FINAL

  • SECTION F DELIVERABLES OR PERFORMANCE

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

    7000 12/2/2015 - 12/1/2016

    7001 5/11/2016 - 12/1/2016

    7002 5/11/2016 - 12/1/2016

    7003 5/11/2016 - 12/1/2016

    7004 5/11/2016 - 12/1/2016

    7005 8/23/2016 - 12/1/2016

    7006 8/23/2016 - 12/1/2016

    7007 8/23/2016 - 12/1/2016

    7100 12/2/2016 - 12/1/2017

    7101 12/2/2016 - 12/1/2017

    7102 12/2/2016 - 12/1/2017

    7103 12/2/2016 - 12/1/2017

    7104 12/21/2016 - 12/1/2017

    7105 12/21/2016 - 12/1/2017

    7107 6/1/2017 - 12/1/2017

    7108 6/1/2017 - 12/1/2017

    7110 4/26/2017 - 12/1/2017

    7200 12/2/2017 - 12/1/2018

    7201AA 12/2/2017 - 12/1/2018

    7201AB 12/2/2017 - 12/1/2018

    7201AC 12/2/2017 - 12/1/2018

    7201AD 12/2/2017 - 12/1/2018

    7201AE 12/2/2017 - 12/1/2018

    7201AF 12/2/2017 - 12/1/2018

    7201AG 12/2/2017 - 12/1/2018

    7201AH 12/2/2017 - 12/1/2018

    7201AJ 12/2/2017 - 12/1/2018

    7201AK 12/2/2017 - 12/1/2018

    7201AL 12/2/2017 - 12/1/2018

    7201AM 12/2/2017 - 12/1/2018

    7201AN 12/2/2017 - 12/1/2018

    7201AP 12/2/2017 - 12/1/2018

    7201AQ 12/2/2017 - 12/1/2018

    7201AR 12/2/2017 - 12/1/2018

    7201AS 12/2/2017 - 12/1/2018

    7201AT 1/29/2018 - 12/1/2018

    7201AU 1/29/2018 - 12/1/2018

    7201AV 1/29/2018 - 12/1/2018

    7201AW 1/29/2018 - 12/1/2018

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 58 of 105

    FINAL

  • 7201AX 3/19/2018 - 12/1/2018

    7201AY 5/25/2018 - 12/1/2018

    7201AZ 5/25/2018 - 12/1/2018

    7201BA 5/25/2018 - 12/1/2018

    7201BB 5/25/2018 - 12/1/2018

    7201BC 5/25/2018 - 12/1/2018

    7201BD 5/25/2018 - 12/1/2018

    7201BE 5/25/2018 - 12/1/2018

    7201BF 5/25/2018 - 12/1/2018

    7201BG 5/25/2018 - 12/1/2018

    7201BH 5/25/2018 - 12/1/2018

    7201BJ 5/25/2018 - 12/1/2018

    7201BK 6/1/2018 - 12/1/2018

    7201BL 7/31/2018 - 12/1/2018

    7201BM 7/31/2018 - 12/1/2018

    7201BN 7/31/2018 - 12/1/2018

    7201BP 7/31/2018 - 12/1/2018

    7201BQ 7/31/2018 - 12/1/2018

    7201BR 7/31/2018 - 12/1/2018

    7201BS 7/31/2018 - 12/1/2018

    7201BT 7/31/2018 - 12/1/2018

    7201BU 7/31/2018 - 12/1/2018

    7201BV 7/31/2018 - 12/1/2018

    7201BW 7/31/2018 - 12/1/2018

    7201BX 9/14/2018 - 12/1/2018

    7300 12/2/2018 - 12/1/2019

    7301AA 12/2/2018 - 12/1/2019

    7301AB 12/2/2018 - 12/1/2019

    7301AC 12/2/2018 - 12/1/2019

    7301AD 12/2/2018 - 12/1/2019

    7301AE 12/2/2018 - 12/1/2019

    7301AF 12/2/2018 - 12/1/2019

    7301AG 12/2/2018 - 12/1/2019

    7301AH 12/2/2018 - 12/1/2019

    7301AJ 12/2/2018 - 12/1/2019

    7301AK 12/2/2018 - 12/1/2019

    7301AL 12/2/2018 - 12/1/2019

    7301AM 12/2/2018 - 12/1/2019

    7301AN 12/2/2018 - 12/1/2019

    7301AP 12/2/2018 - 12/1/2019

    7301AQ 12/2/2018 - 12/1/2019

    7301AR 12/2/2018 - 12/1/2019

    7301AS 12/2/2018 - 12/1/2019

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 59 of 105

    FINAL

  • 7301AT 12/2/2018 - 12/1/2019

    7301AU 12/2/2018 - 12/1/2019

    7301AV 12/2/2018 - 12/1/2019

    7301AX 12/2/2018 - 12/1/2019

    7301AY 12/2/2018 - 12/1/2019

    7301AZ 12/10/2018 - 12/1/2019

    7301BA 3/12/2019 - 12/1/2019

    7301BB 3/12/2019 - 12/1/2019

    7301BC 3/12/2019 - 12/1/2019

    7301BD 3/12/2019 - 12/1/2019

    7301BE 3/12/2019 - 12/1/2019

    7301BF 3/12/2019 - 12/1/2019

    7301BG 3/12/2019 - 12/1/2019

    7301BH 3/12/2019 - 12/1/2019

    7301BJ 6/7/2019 - 12/1/2019

    7301BK 6/7/2019 - 12/1/2019

    7301BL 6/7/2019 - 12/1/2019

    7301BM 6/7/2019 - 12/1/2019

    7301BN 6/7/2019 - 12/1/2019

    7301BP 6/7/2019 - 12/1/2019

    7301BQ 6/7/2019 - 12/1/2019

    7301BS 6/7/2019 - 12/1/2019

    9000 12/2/2015 - 12/1/2016

    9001 7/8/2016 - 12/1/2016

    9003 5/11/2016 - 12/1/2016

    9004 5/11/2016 - 12/1/2016

    9100 12/2/2016 - 12/1/2017

    9102 12/2/2016 - 12/1/2017

    9103 2/28/2017 - 12/1/2017

    9104 6/1/2017 - 12/1/2017

    9105 12/21/2016 - 12/1/2017

    9108 6/1/2017 - 12/1/2017

    9110 4/26/2017 - 12/1/2017

    9200 12/2/2017 - 12/1/2018

    9201AA 12/2/2017 - 12/1/2018

    9201AB 12/2/2017 - 12/1/2018

    9201AC 12/2/2017 - 12/1/2018

    9201AD 12/2/2017 - 12/1/2018

    9201AE 12/2/2017 - 12/1/2018

    9201AF 12/2/2017 - 12/1/2018

    9201AG 12/2/2017 - 12/1/2018

    9201AH 1/29/2018 - 12/1/2018

    9201AJ 1/29/2018 - 12/1/2018

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 60 of 105

    FINAL

  • 9201AK 3/19/2018 - 12/1/2018

    9201AL 5/25/2018 - 12/1/2018

    9201AM 5/25/2018 - 12/1/2018

    9201AN 5/25/2018 - 12/1/2018

    9201AP 5/25/2018 - 12/1/2018

    9201AQ 6/1/2018 - 12/1/2018

    9201AR 7/31/2018 - 12/1/2018

    9201AS 7/27/2018 - 12/1/2018

    9201AT 7/31/2018 - 12/1/2018

    9201AU 7/31/2018 - 12/1/2018

    9300 12/2/2018 - 12/1/2019

    9301BA 12/2/2018 - 12/1/2019

    9301BB 12/2/2018 - 12/1/2019

    9301BC 12/2/2018 - 12/1/2019

    9301BD 12/2/2018 - 12/1/2019

    9301BE 12/2/2018 - 12/1/2019

    9301BF 12/10/2018 - 12/1/2019

    9301BG 3/12/2019 - 12/1/2019

    9301BH 3/12/2019 - 12/1/2019

    9301BJ 3/12/2019 - 12/1/2019

    9301BK 3/12/2019 - 12/1/2019

    9301BL 3/12/2019 - 12/1/2019

    9301BM 3/12/2019 - 12/1/2019

    9301BN 3/12/2019 - 12/1/2019

    9301BP 6/7/2019 - 12/1/2019

    9301BQ 6/7/2019 - 12/1/2019

    9301BR 6/7/2019 - 12/1/2019

    9301BS 6/7/2019 - 12/1/2019

    SHIP TO ADDRESS:

    Ship all data item deliverables in accordance with the CDRLs and to the COR.

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 61 of 105

    FINAL

  • SECTION G CONTRACT ADMINISTRATION DATA

    Contracting Officer's Representative (COR)

    The Contractor shall forward a copy of all invoices to the Contracting Officer's Representative.

    252.204-0005 Line Item Specific: by Cancellation Date. (SEP 2009)

    The payment office shall make payment using the ACRN with the earliest cancellation date first, exhausting allfunds in that ACRN before disbursing funds from the next. In the event there is more than one ACRN associatedwith the same cancellation date, the payment amount shall be disbursed from each ACRN with the samecancellation date in the same proportion as the amount of funding obligated for each ACRN with the samecancellation date.

    252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012)

    (a) Definitions. As used in this clause—

    “Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies aunit, activity, or organization.

    “Document type” means the type of payment request or receiving report available for creation in Wide AreaWorkFlow (WAWF).

    “Local processing office (LPO)” is the office responsible for payment certification when payment certificationis done external to the entitlement system.

    (b) Electronic invoicing. The WAWF system is the method to electronically process vendor paymentrequests 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 Central Contractor Registration athttps://www.acquisition.gov; and

    (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures forself-registration available at this web site.

    (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-BasedTraining Course and use the Practice Training Site before submitting payment requests through WAWF. Both canbe 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 DataInterchange, or File Transfer Protocol.

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 62 of 105

    FINAL

    http://www.acq.osd.mil/dpap/dars/dfars/html/current/252232.htm#252.232-7003https://www.acquisition.gov/https://wawf.eb.mil/https://wawf.eb.mil/

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

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

    Cost Voucher (Cost Reimbursable)

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

    See Section E

    (3) Document routing. The Contractor shall use the information in the Routing Data Table below onlyto 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 HQ0338

    Issue By DoDAAC N00167

    Admin DoDAAC S2404A

    Inspect By DoDAAC N00167

    Ship To Code N00167

    Ship From Code N/A

    Mark For Code N/A

    Service Approver (DoDAAC) N00167

    Service Acceptor (DoDAAC) N00167

    Accept at Other DoDAAC N/A

    LPO DoDAAC N/A

    DCAA Auditor DoDAAC HAA722

    Other DoDAAC(s) N/A

    (4) Payment request and supporting documentation. The Contractor shall ensure a payment requestincludes 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 DFARSAppendix F, (e.g. timesheets) in support of each payment request.

    (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the“Send Additional Email Notifications” field of WAWF once a document is submitted in the system.

    [email protected] (g) WAWF point of contact.

    (1) The Contractor may obtain clarification regarding invoicing in WAWF from the followingcontracting activity’s WAWF point of contact.

    [email protected] and [email protected]

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

    (End of clause)

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 63 of 105

    FINAL

    mailto:[email protected]:[email protected]:[email protected]

  • HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING(NAVSEA)(SEP 2012)

    (a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at thelowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract lineitem number (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costsincurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall includesummaries of work charged during the period covered as well as overall cumulative summaries by individual laborcategories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other directcosts (ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors,subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime)invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation maybe encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may emailencryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative(COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supportingcost information directly to the CO and COR; or other method as agreed to by the CO.

    (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic DataInterchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the CORand CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does notprovide the COR and CO email notification as required herein.

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 64 of 105

    FINAL

  • SECTION H SPECIAL CONTRACT REQUIREMENTS

    SEA 5252.232-9104 ALLOTMENT OF FUNDS – ALTERNATE I (JAN 2008)

    (a) This contract is incrementally funded with respect to both cost and fee. TheAmounts presently available and allotted to this contract for payment of base fee,if any, and award fee are set forth below. Base fee amount is subject to the clauseentitled "FIXED FEE"(FAR 52.216-8). Award fee amount is subject to therequirements delineated in. The amount(s) presently available and allotted tothis contract for payment of cost for incrementally funded CLINs/SLINs isset forth below. As provided in the clause of this contract entitled "LIMITATIONOF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and theperiod of performance for which it is estimated the allotted amount(s) willcover are as follows:

    ESTIMATED

    ITEM(S)

    ALLOTED TO COST ALLOTTED TO FEE

    PERIOD OF PERFORMANCE

    F*

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 94 of 105

    FINAL

  • *For all priced SLINs, all parties shall refer to Sections B and Section F of the task to see the amount allotted tocost, fee, and the period of performance.

    (b) The parties contemplate that the Government will allot additional amounts to thiscontract from time to time for the incrementally funded CLINs/SLINs by unilateralcontract modification, and any such modification shall state separately the amount(s)allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, andthe period of performance which the amount(s) are expected to cover.

    (c) CLINs/SLINs are fully funded and performance under these CLINs/SLINsis subject to the clause of this contract entitled "LIMITATION OF COST"(FAR 52.232-20).

    (d) The Contractor shall segregate costs for the performance of incrementallyfunded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs.

    (End of Text)

    5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)

    (a) Performance of the work hereunder may be subject to written technical instructions signed by the

    Contracting Officer's Representative specified in Section G of this contract. As used herein, technicalinstructions are defined to include the following:

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

    (2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications ortechnical portions of work description.

    (b) Technical instructions must be within the general scope of work stated in the contract. Technicalinstructions may not be used to: (1) assign additional work under the contract; (2) direct a change asdefined in the "CHANGES" clause of this contract; (3) increase or decrease the contract price or estimatedcontract amount (including fee), as applicable, the level of effort, or the time required for contractperformance; or (4) change any of the terms, conditions or specifications of the contract.

    (c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of thecontract or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writingwithin ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed withthe work affected by the technical instruction unless and until the Contractor is notified by the ContractingOfficer that the technical instruction is within the scope of this contract.

    (d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing thatportion of the contractual work statement which is not affected by the disputed technical instruction.

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 95 of 105

    FINAL

  • (End of Text)

    H-5 Task Order Process

    Ombudsman Description.

    The Local Warfare Center Site Deputy for Small Business has been designated as the NAVSEA and relatedProgram Executive Offices Ombudsman for this contract. The NSWCCD Ombudsman will review complaintsfrom the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistentwith the procedures in the contract. Complaints to the NSWCCD Ombudsman must be forwarded to:

    Ms. Irene KatacinskiEmail: [email protected]: 215-897-7596

    (End of Text)

    Clause HQ C-2-0037 "Organizational Conflict of Interest" (NAVSEA) (JUL 2000) is hereby invoked inaccordance with the Basic Contract.

    CAR-H09 Performance-Based Acquisition Evaluation Procedures for a SeaPort e Task Order (JUL 2012)(NSWCCD)

    (a) Introduction: The contractor’s performance on this task order will be evaluated by the Government, inaccordance with this task order clause. The first evaluation will cover the period ending twelve months after thedate of task order award with successive evaluations being performed for each twelve-month period thereafteruntil the contractor completes performance under the task order. Based on the evaluation results, the PCO willassign an overall performance rating in accordance with paragraph (b) of this clause. The purpose of theevaluation is to determine remedies that may be invoked due to “Unsatisfactory” performance. If the PCO assignsan "Unsatisfactory" performance rating for the period evaluated, the PCO may take unilateral action, in accordancewith clause 52.246-5 entitled “Inspection of Services-Cost Reimbursement”, dated Apr 1984, in Section E of thebase contract, to provide for a fee reduction covering the performance period evaluated. This clause provides thebasis for evaluation of the contractor’s performance and for determining if the fee amount should be reduced dueto “Unsatisfactory” performance.

    (b) Performance Ratings: The Government will evaluate the contractor’s performance of the Statement of Workunder the task order for each twelve month period of performance, using the measurable performance standards setforth in the Performance Requirements Summary Table in the SOW, or elsewhere in the task order, and the PCOwill assign one of the following ratings:

    (1) Excellent

    (2) Very Good

    (3) Satisfactory

    (4) Unsatisfactory

    The standards associated with these ratings are given in the following Table 1.

    Table 1: Overall Performance Ratings

    For The Evaluation Period

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 96 of 105

    FINAL

    mailto:[email protected]

  • Overall Performance Rating Standard

    Excellent“Excellent” ratings for all performanceevaluation criteria.

    Very GoodA combination of “Excellent” and“Satisfactory” ratings determined by the PCOto exceed Satisfactory” overall.

    SatisfactoryA minimum of “Satisfactory” ratings for allperformance evaluation criteria.

    UnsatisfactoryA rating of “Unsatisfactory” for one or moreperformance evaluation criteria.

    (c) Evaluation Objective: The purpose of the evaluation and the inclusion of a remedy to the Government forunsatisfactory contractor performance under this task order is to ensure that the Government receives at least“Satisfactory” overall performance.

    (d) Performance Evaluation Criteria: The contractor’s performance will be evaluated on an annual basis using thecriteria and standards provided for each task objective in the Performance Requirements Summary Table, andconsidering the criterion in Tables 2 through 4 of this task order clause.

    (e) Organization: The performance evaluation organization consists of the Procuring Contracting Officer (PCO),who will serve as the Evaluation Official, and the Contracting Officer's Representative (COR).

    (1) Contracting Officer's Representative (COR): The COR will provide ongoing performance monitoring, evaluatetask performance based on the task order Performance Requirements Summary, prepare the evaluation report,including a recommended overall performance rating, and submit the report to the PCO for final decision withinthirty days after the end of the evaluation period. The COR will maintain the written records of the contractor’sperformance so that a fair and accurate evaluation is made.

    (2) Procuring Contracting Officer (PCO): The PCO is responsible for properly administering the performanceevaluation process, maintaining the official performance evaluation file, and making the decision about the overallperformance rating and whether to reduce the fee if performance is rated as unsatisfactory.

    (f) Evaluation Schedule: Each performance evaluation will cover the previous twelve months of performance. TheGovernment will evaluate all work under the task order performed by the contractor during the twelve-monthperiod. Following each evaluation period, the PCO (or Contract Specialist if so designated by the PCO) andthe COR will hold a meeting with the contractor’s Senior Technical Representative to review performance underthe task order during the previous twelve months, including overall trends, specific problem areas, if any, and theirresolution. Other Government and contractor personnel may also participate as deemed appropriate.

    (g) Contractor’s Self-Evaluation: The contractor may also submit a Self-Evaluation Report for consideration. Thereport must include an overall performance rating for the task order, covering the evaluation period, and mayinclude whatever information the contractor deems relevant to support that rating. The report shall not exceed two(2) pages in length.

    (h) Performance Evaluation: The PCO will make the decision on the overall performance rating for the workperformed under the task order within thirty days after receipt of the evaluation report from the COR. Thedecision will be based upon the COR’s recommendations, the contractor’s comments, including anySelf-Evaluation Report, and any other information deemed relevant by the PCO. The PCO shall resolvedisagreements between the COR’s recommendations and the contractor’s comments/report regarding theevaluation. The PCO will provide a copy of the evaluation report, including the overall rating, to the contractorwithin five working days after completion of the evaluation.

    (i) Contractor’s Review of the Evaluation Report: Contractors shall be given a minimum of 15 calendar days to

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 97 of 105

    FINAL

  • submit comments, rebut statements, or provide additional information. The PCO shall consider the contractor’ssubmission and respond as appropriate. Although the PCO will consider the contractor’s comments, rebuttals, oradditional information, the PCO may, or may not, change the overall rating. The decision to change the ratingbased on contractor input at this stage is solely at the discretion of the PCO.

    (j) This performance evaluation does not replace any other requirement for evaluating contractor performance thatmay be required by the base contract, such as a Contractor Performance Assessment Reporting System (CPARS)report, or a Task Order Performance Evaluation (TOPE).

    TABLE 2: TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS

    Criterion UNSATISFACTORY SATISFACTORY EXCELLENT

    Task Performance

    Work product fails tomeet AcceptableQuality Levels (AQLs)defined inPerfor-manceRequirementsSummary Table (seeSOW or elsewhere inthe Task Order).

    Work product routinelymeets AcceptableQuality Levels (AQLs)defined in PerformanceRequire-mentsSummary Table(seeSOW or elsewhere inthe Task Order).

    Work productfrequently exceedsAcceptable QualityLevels (AQLs) definedin PerformanceRequirementsSummary Table (seeSOW or elsewhere inthe Task Order).

    Staffing

    Contractor providesmarginally qualified orunqualified personnel.Lapses in coverageoccur regularly.

    Contractor providesqualified personnel.Lapses in coveragemay occasionally occurand are managed perindividual task orderpolicy.

    Contractor provideshighly qualifiedpersonnel. Contractorreassigns personnel toensure propercoverage. Actuallapsesin coverageoccur very rarely, ifever, and are managedper individual taskorder policy.Contractor ensuresstaff training remainscurrent.

    Timeliness

    Contractor frequentlymisses deadlines,schedules, or is slow torespond to governmentrequests or isnon-responsive togovernment requests.

    Contractor routinelymeets deadlines,schedules, andresponds quickly togovernment requests.

    Contractor alwaysmeetsdeadlines,schedules, andresponds immediatelyto governmentrequests.

    Customer SatisfactionFails to meet customerexpectations

    Meets customerexpectations.

    Exceeds customerexpectations.

    TABLE 3: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS

    CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 98 of 105

    FINAL

  • Problem Resolution

    Problems areunresolved, repetitive,or take excessivegovernment effort toresolve.

    Problems are resolvedquickly with minimalgovernmentinvolvement.

    Problems arenon-existent or thecontractor takescorrective actionwithout governmentinvolvement.

    Responsiveness

    Contractor’smanagement isunresponsive togovernment requestsand concerns.

    Contractor’smanagement isresponsive togovernment requestsand concerns.

    Contractor’smanagement takesproactive approach indealing withgovernmentrepresentatives andanticipatesGovernment concerns.

    Communications

    Contractor often failsto communicate withgovernment in aneffective and timelymanner.

    Contractor routinelycommunicates withgovernment in aneffective and timelymanner.

    Contractor takes aproactive approachsuch thatcommunications arealmost always clear,effective, and timely.

    TABLE 4: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS

    CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

    CostManagement

    Contractor routinelyfails to complete theeffort within theoriginally agreed toestimated cost, i.e. costoverruns frequentlyoccur.

    Contractor routinelycompletes the effortwithin the originallyagreed to estimatedcost. Contractorprovides measures forcontrolling all costs atestimated costs. Fundsand resources aregenerally used in acost-effective manner.No major resourcemanagement problemsare apparent.

    Reductions in directcosts to theGovernment belowcontract estimatedcosts are noteworthy.Contractor providesdetailed cost analysisand recommendationsto Government forresolution of problemsidentified. Funds andresources are optimallyused to provide themaximum benefit forthe funds and resourcesavailable. Documentedsavings are apparent.

    CostReportingReports are generallylate, inaccurateincomplete or unclear.

    Reports are timely,accurate, complete andclearly written.Problems and/or trendsare addressed, and an

    Reports are clear,accurate, andpro-active. Problemsand/or trends areaddressed thoroughly,

    CONTRACT NO. N00178-04-D-4023

    DELIVERY ORDER NO. N00178-04-D-4023-FD02

    AMENDMENT/MODIFICATION NO. 44

    PAGE 99 of 105

    FINAL

  • analysis is alsosubmitted.

    and the contractor’srecommendationsand/or corrective plansare implemented andeffective.

    See Attachment CAR-H10 PERFORMANCE REQUIREMENTS SUMMARY TABLE

    (End of Text)

    CAR H11 – CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (MAR 2014)

    a. In accordance with SECNAV M-5510.30 Chapters 5 and 6, all Contractor personnel that require access toDepartment of Navy (DON) information systems and/or work on-site are designated Non-Critical Sensitive/IT-IIpositions, which require an open investigation or favorable adjudicated National Agency Check (NACLC) by theIndustrial Security Clearance Office (DISCO). Investigations should be completed using the SF- 86 Form and theSF-87 finger print card. An interim clearance can be granted by the company Security Officer and recorded in theJoint Personnel Adjudication System (JPAS). An open or closed investigation with a favorable adjudication isrequired prior to issuance of a badge providing access to NSWCCD sites and buildings. If an unfavorableadjudication is determined by DISCO all access will terminated. For Common Access Card (CAC) card youmust have a favorably adjudicated investigation, or a final security clearance. A CAC Card will not be issued tocontractors who have an interim security clearance.

    b. Within 30 days after contract award, the