6. issued by code n64498 (if other than item 6 ... - prosoft-eng…€¦ · 2....

28
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 45 15-May-2019 19-JWM-037 N/A 6. ISSUED BY CODE N64498 7. ADMINISTERED BY (If other than Item 6) CODE S2404A NAVAL SURFACE WARFARE CENTER PHILA NSWCPD Philadelphia PA 19112-1403 [email protected] 215-897-1845 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. PROFESSIONAL SOFTWARE ENGINEERING INC 500 Viking Drive, Ste 301 Virginia Beach VA 23452 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4107-EHP2 10B. DATED (SEE ITEM 13) CAGE CODE 1HK66 FACILITY CODE 28-Sep-2011 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) IAW FAR 52.232-22 Limitation of Funds E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Heather L Rhoads, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Heather L Rhoads 15-May-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 05-Aug-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

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

45 15-May-2019 19-JWM-037 N/A6.  ISSUED BY CODE N64498 7.  ADMINISTERED BY (If other than Item 6) CODE S2404A

NAVAL SURFACE WARFARE CENTER PHILA

NSWCPD

Philadelphia PA 19112-1403

[email protected] 215-897-1845

 

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.

PROFESSIONAL SOFTWARE ENGINEERING INC    500 Viking Drive, Ste 301    Virginia Beach VA 23452   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4107-EHP2

    10B.  DATED (SEE ITEM 13)

CAGECODE

1HK66 FACILITY CODE   28-Sep-2011

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)IAW FAR 52.232-22 Limitation of Funds

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

SEE PAGE 2 

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

      Heather L Rhoads, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Heather L Rhoads 15-May-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

Page 2: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

SECTION C DESCRIPTIONS AND SPECIFICATIONS

SECTION C

INFORMATION TECHNOLOGY CAUTION NOTICE:

IT Approval has been granted for any existing application support forthe NAVPAM/PPTS summary portal under this contract.  Any type of new designand development (enhancements, upgrades, expansion of capabilities, and migration tonew hardware) is prohibited until final IT approval is obtained from NAVSEA.

1.0   Scope: 

In support of Program Management Automation and Tracking efforts, the Naval Surface WarfareCenter, Carderock Division (NSWCCD) Code 90 requires on-going technical support for currentand future operation, design and development of web-based applications for Naval ProgramAutomated Management, Program Tracking and Reporting Systems (NAVPAM/PPTS).

2.0    Background: 

NAVPAM is a web based tool to provide visibility into the Program Management activities ofDivision 91.  Information on Funding and Financials, Program/Project Tasking and High VisibilityIssues are consolidated and presented at the Division level.This solution acts as a summary portal for task status, deliverables, completion dates, financialreporting and issues tracking. NAVPAM provides summary dashboards presenting DivisionProgram current status from a financial, delivery and open issues perspective via graphics andreporting, as well as navigation to the PPTS system modules providing specific details associatedwith each project, task, and deliverable.NAVPAM presents metrics with trending at the Division and Branch level around financialperformance, project delivery, issues responsiveness and customer satisfaction.  Branch specifictrending metrics are also available that address the performance of operations unique to eachBranch.PPTS (Program Planning and Tracking System) is a web based platform for automation of NavalProgram Management.  It provides basic services for Task Tracking, Document Management, andFinancial Tracking with automated notifications and reporting.  Programs have unique data storageand management requirements, which are consolidated in a single database for reporting forwardinto NAVPAM. Naval Enterprise Resource Planning (ERP under SAP) will ultimately provide ProgramManagement services integrated with Sponsor Financials.  The data from PPTS/NAVPAM willlikely need to be incorporated in ERP to avoid duplication of functionality around ProgramManagement in Code 90.  By providing a single, consolidated data platform for ProgramManagement and Tasking, PPTS/NAVPAM will simplify the operational integration to ERP. Continued communication and provision of NAVPAM/PTTS system documentation is expectedwith the ERP team over the course of this contract. 

3.0 Requirements: 

3.1 The contractor shall provide application maintenance and system administration support for thecontinuous operation of the existing Web-Enabled Program Management Automation applications

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 8 of 49

 FINAL 

Page 3: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

hosted on the NAVSSES network. The contractor shall provide design, development andimplementation for the integration of existing applications into a single platform with a shareddatabase. The contractor shall design and implement a framework and a set of business rules forsharing data between the different applications.

 

3.2 The contractor shall provide for the Design, Development, Documentation, Quality Assurance andImplementation of new Program Management modules to address tracking activity in code 90 andas needed within other NAVSSES Codes. Contractor shall provide Design, Development,Documentation, Quality Assurance and Implementation of Consolidated Status and MetricsReporting for Division 90 Command.

 

3.2.1 Maintenance and operational support of the software, runtime software components and associateddatabases.

 

3.2.2 Software support for development and integration of existing and future requirements, includingintegration with Naval ERP system(s) as may be required.  Integration could include, but is notlimited to, import of data from systems, packaging of data for export and provision of integrationweb services for NAVPAM/PPTS data.

 

3.2.3 Data Content management, field training and remote project site launch and support. 

3.2.4 Help desk user support for all applications. 

3.2.5 Engineering support for application problem resolution and expansion into other NAVSSESprograms at the Government’s request.

 

3.2.6 Documentation 

3.2.7 NAVSSES content analysis, data entry, data import and export to other systems such as NDE,RMMCO, Naval ERP, APT and CDB.

 

3.2.8 Expand and improve the software platform and architecture as needed to support a maximum of5,000 system users, with 1,000 concurrent users.  Hardware platform provision is not arequirement, however review and recommendation of optimized hardware upgrade plans is arequirement.

 

3.3   Application Refinement and New Functionality Development3.3.1 The contractor shall provide technical support for on going application project work and future

enhancements to the existing and future versions of Program Management Automation (PPTS) andSummary Metrics Reporting and Analysis programs (NAVPAM).

 

3.3.2 Perform systems integration, design and analysis, application development, database integration,system maintenance and content management to support on-going development, integration, testdeployment, documentation, training, system administration, and support for ProgramManagement Automation and Consolidated Metrics Reporting and Analysis programs.

 

3.4 Content Management, Training, Documentation and Remote Project SiteLaunch/Support 

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 9 of 49

 FINAL 

Page 4: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

3.4.1 Provide content management support, development, documentation and maintenance of newand existing web applications for Naval Program Management.

 

3.4.2 Develop the required custom functionalities, reports and interfaces that can be integratedinto the main system platform.

 

3.4.3 Conduct system integration analysis and design to determine the best approach to achievetechnical integration objectives while at the same time minimizing the disruption ofoperations and functionalities covered by the existing web applications.

 

3.4.4 Provide implementation support to deploy the systems. 3.4.5 Provide detailed deployment and configuration documentation.

3.4.5.1 System Requirements for Server and End User.3.4.5.2 Application Deployment and Configuration for Server and End User.3.4.5.3 Database Deployment and Configuration for Server.

 

3.4.6 Develop end user documentation. 3.4.7 Provide administrator documentation.3.4.8 Provide technical documentation 

3.4.8.1 System Architecture3.4.8.1.1 System Components3.4.8.1.2 Data flows3.4.8.1.3 ETL (Extract, Transfer, Load) Technology for Integration3.4.8.1.4 Third Party Libraries

3.4.8.2 Database Schema3.4.8.3 Database Data Dictionary3.4.8.4 ETL (Extract, Transfer, Load) Process Documentation

3.4.8.4.1 CDB3.4.8.4.2 NDE3.4.8.4.3 RMMCO3.4.8.4.4 Others as integrated

3.4.9 Provide end user and administrator training for the integrated system.3.4.10 Gather and document all feedback and modification requirements.

3.4.10.1 Provide a web based portal for submission and review of status for: 

3.4.10.2 System Defects3.4.10.3 Runtime Issues/Trouble Reports3.4.10.4 System Enhancement Requests 

3.4.11 Convene regularly scheduled program reviews to establish requirements, implementation priorities,and schedules.

3.4.12      Provide existing Program Management Tracking system support.3.4.12.1  APT3.4.12.2  MATS II3.4.12.3  WEAPMS

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 10 of 49

 FINAL 

Page 5: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

3.4.12.4  CTS3.4.12.5 PHIMS (External System) 

3.4.13 Provide support for Configuration Control Board (CCB) meetings, Program Reviews, and othertechnical meetings at the request of the TPOC.

 

3.5 Application Maintenance, Server Monitoring, Support3.5.1 Deploy a standard and integrated database that will cover all data structure and storagerequirements of the main systems.3.5.2 Provide system administration and user management support for the integrated systems.

3.5.3.1.1         Provide support for ETL processes.3.5.4 Provide “help desk” support to end users3.5.5 Provide “help desk” support to administrators.

3.6 Engineering Support for Problem Resolution and Expansion3.6.1 Gather Requirements, Document, Develop, test and debug code for all systems using the Unified

Process (UP) Software Development Life Cycle (SDLC) methodology as described here:http://en.wikipedia.org/wiki/Unified_Process. The NSWCCD TOM/TPOC can supersede or refineUP components and artifacts as needed before inception of specific projects.

3.6.1.1 Provide and track to Project Plans for all system releases.3.6.1.2 Provide and track to Test Plans for all system releases.

3.6.1.2.1 Provide and implement Quality Assurance processes for all releases and hotfixes.3.6.1.3 Provide and maintain a User Acceptance Test (UAT) environment for confirming changes to

program functionality and defect resolution in hotfixes and releases.3.6.2  Maintain a web based portal for defect and runtime issue reporting and Enhancement Request

submission and status review for each system.3.6.3  Provide a web based log of defects, issues and enhancement requests for each system.3.6.4  Develop additional modules, functionalities, interfaces and system reports specific to the

requirements of each module at the request of the TPOC.3.6.5  Gather detailed requirements and design solutions for new functionalities at the request of the

TPOC. 

4.0 Place of Performance 

The majority of the work shall be performed at the Contractor's site. On Site services may beprovided depending on program requirements and shall be specified by the TOM in TechnicalInstructions.  The contractor should have a facility located within local commuting distance of thePhiladelphia Navy Yard, Building 4.  

5.0 Period of Performance 

Base Year and Four (4) Yearly Options6.0  Government-Furnished InformationThe government will provide the contractor with all pertinent information, including deadlines andgovernment propriety data within fourteen (14) working days of request.  This Governmentfurnished Information (GFI) shall be returned to the government within thirty (30) days aftercompletion of this task or with submission of the final report. 

6.1 Applicable Documents shall be provided by SSES

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 11 of 49

 FINAL 

Page 6: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

6.1.2  NSWCCD-SESS SOP-7.1 Rev 07-17-09 Program Management6.1.3  NSWCCD-SESS NAVPAM Department 90 Software Specification

7.0    Security Requirements 

All contractor personnel are required to comply with computer security requirements applicable tothe Government's computer systems being used or accessed by them during the performance ofthis contract.  When a decision is made known to a contractor employee that the employee will nolonger need access to a Government computer system (due to dismissal, reassignment orresignation), it is the responsibility of the contractor to immediately notify the Task Order Manager(TOM) that the individual will not be permitted access to the computer system, and its data files. The contractor shall ensure compliance as per the DD Form 254 (http://www.dtic.mil/dtic/pdf/formsNguides/dd0254.pdf) requirement.

8.0 NAVY INFORMATION ASSURANCE (IA) WORK FORCE REQUIREMENTS

Contractor shall ensure that employees keep all required certifications current to meet NavyInformation Assurance (IA) Workforce requirements.  The definitions of the categories in the IAWorkforce and the acceptable certification for each category can be found at the following website:

http://www.dtic.mil/whs/directives/corres/pdf/857001m.pdf

A table listing the Labor Categories and their associated IA Workforce Categories is as follows:

Task Area Labor Category IAWFLevel

BaselineCert.

OS Cert.

3.2.1, 3.2.3,3.2.7, 3.4-3.6

Engineer, Systems(eCRAFT Level I)

IAT-2 SEC+ MCITP-SA

 3.2.6, 3.6.1.1-2,3.6.3

Analyst, FinancialSystems (eCRAFTLevel I)

IAM1 SEC+ N/A

This is required as a condition of employment.  Each labor category thatapplies should have this requirement added to the other requirements such ascollege degrees.

 

9.0  Contractor Personnel Requirements

PERSONNEL:

 General Requirements –

The contractor shall be responsible for employing technically qualified personnel to perform thetasks to be ordered hereunder and where requested provide resumes and similar work experience todocument employee competencies.  The contractor shall maintain the personnel, organization andadministrative control necessary to ensure that the work delivered meets the task orderspecification requirements. In the event an individual proposed for performance under the resultant

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 12 of 49

 FINAL 

Page 7: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

contract is not currently employed by the offeror, the offeror shall include with the listing, a letterof intent signed by that individual that states the individual's intent to accept employment with thatofferor within thirty (30) days of contract award if the contract is awarded to the offeror.

The work history of each employee must contain experience directly related to the task andfunctions he/she intends to perform under this task order.  The Government reserves the right,during the term of this task order, to request work histories on any contractor employee forpurposes of verifying compliance with this requirement.

If the contracting officer questions the qualifications or competence of any person performingunder the task order, the burden of proof to sustain that the person is qualified as prescribed hereinshall be upon the contractor.

Key Personnel – The following labor categories are designated Key Personnel for this task order. Multi-trades tasking has been identified as a methodology of reducing manpower requirements. Resumes will be submitted for each category in the quantities indicated in parenthesis by the keycategory description.  The category descriptions include:

The Target Education and Qualifications for the key labor categories below are as follows:

Project Manager (One resume required)

Target Education:  Bachelor’s of Science degree from an accredited college or university inComputer Science, Management Information Systems, a physical science, engineering orMathematics, or an applicable training certificate from an accredited training institution listed athttp://ope.ed.gov/accreditation.  Education may be substituted with 4 years of experiencedemonstrating the required proficiency levels related to task.

Target Experience:  Seven years of experience demonstrating the required proficiency levelsrelated to task.  Five years of experience and comprehensive knowledge of Project and ProgramManagement Automation in a DOD environment.

Computer Programmer (eCRAFT Level IV) (One resume required)

Target Education:  Bachelor’s of Science degree from an accredited college or university inComputer Science, Management Information Systems, a physical science, engineering orMathematics, or an applicable training certificate from an accredited training institution listed athttp://ope.ed.gov/accreditation.  Education may be substituted with 4 years of experiencedemonstrating the required proficiency levels related to task.

Target Experience:  Seven years of experience in performing systems analysis, softwaredevelopment, and implementation of business, mathematical, or scientific processes using a varietyof information technology resources.  Five years of experience and comprehensive knowledge ofProject and Program Management Automation in a DOD setting.  Should have managed or hadsignificant supervisory involvement with complex or substantive information technology projectsincluding one year of experience in management and supervision. 

Computer Programmer (eCRAFT Level III) (Two resumes required)

Target Education:  Bachelor’s of Science degree from an accredited college or university inComputer Science, Management Information Systems, a physical science, engineering or

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 13 of 49

 FINAL 

Page 8: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

Mathematics, or an applicable training certificate from an accredited training institution listed athttp://ope.ed.gov/accreditation.  Education may be substituted with 4 years of experiencedemonstrating the required proficiency levels related to task.

Target Experience:  Five years of experience in performing systems analysis, development, andimplementation for business, mathematical, engineering or scientific settings using a variety ofinformation technology resources.  Two years of experience and comprehensive knowledge ofProject and Program Management Automation in a DOD setting. Experience with current webdevelopment technologies and SQL Databases.  

Engineer, Systems (eCRAFT Level I) (One resume required)

Target Education:  Bachelor’s degree from an accredited college or university in ComputerScience, Management Information Systems, Business Administration, a physical science,engineering or Mathematics, or an applicable training certificate from an accredited traininginstitution listed at http://ope.ed.gov/accreditation.  Education may be substituted with 4 years ofexperience demonstrating the required proficiency levels related to task.

Target Experience:  Three years of experience in Web application administration and contentmanagement.  Two years of experience and comprehensive knowledge of Project and ProgramManagement Automation in a DOD setting. Experience with current web developmenttechnologies and SQL Databases. 

Non-Key Personnel- The following labor categories are designated non-Key Personnel for thistask order.  The offeror shall provide a listing of non-key personnel who will be assigned to thecategories of labor specified below as non-key.  These personnel must meet the qualificationsspecified in this section to be acceptable and the offeror must certify in writing that all proposedpersonnel meet the prescribed requirements.

The minimum education and qualifications for the respective non-key labor categories are asfollows:

Computer Programmer (eCRAFT Level I):    Bachelor’s of Science degree from an accreditedcollege or university in Computer Science, Management Information Systems, a physical science,engineering or Mathematics, or an applicable training certificate from an accredited traininginstitution listed at http://ope.ed.gov/accreditation. Experience with current web developmenttechnologies and SQL Databases.  Education may be substituted with 4 years of experiencedemonstrating the required proficiency levels related to task.

Computer, Operator (eCRAFT Level I):  High school education or equivalent and 2+ years ofrelated experience in web site administration. Some college in an Information Technology fieldpreferred.

Engineer (eCRAFT Level II):  Bachelor’s of Science degree from an accredited college oruniversity in Computer Science, Management Information Systems, a physical science,engineering or Mathematics, or an applicable training certificate from an accredited traininginstitution listed at http://ope.ed.gov/accreditation.  Education may be substituted with 3 years ofexperience demonstrating the required proficiency levels related to task.  3+ years experience inweb based computer applications programming.

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 14 of 49

 FINAL 

Page 9: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

 Subject Matter Expert:  Bachelor’s of Science degree from an accredited college or university inComputer Science, Management Information Systems, a physical science, engineering orMathematics, or an applicable training certificate from an accredited training institution listed athttp://ope.ed.gov/accreditation.  Education may be substituted with 2 years of experiencedemonstrating the required proficiency levels related to task.

2+ years experience in web based computer applications programming, documentation andtechnical writing for software development life cycle processes.

Analyst, Financial Systems (eCRAFT Level I):  Shall have two or more years of experience inProject Management or Project Control, experience in finance or accounting, and experienceworking with program control techniques in the Federal Contracting environment.  Shall also haveexperience working with accounting principles, accounting software and databases, and financialanalysis.  MS Project 2007 experience preferred.

 

 

 

252.239-7001 Information Assurance Contractor Training and Certification.

As prescribed in 239.7103(b), the following clause is incorporated:

 INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION (JAN 2008)

(a) The Contractor shall ensure that personnel accessing information systems have the proper and currentinformation assurance certification to perform information assurance functions in accordance with DoD 8570.01-M,Information Assurance Workforce Improvement Program. The Contractor shall meet the applicable informationassurance certification requirements, including-

(1) DoD-approved information assurance workforce certifications appropriate for each category and level as listed inthe current version of DoD 8570.01-M; and

(2) Appropriate operating system certification for information assurance technical positions as required by DoD8570.01-M.

(b) Upon request by the Government, the Contractor shall provide documentation supporting the informationassurance certification status of personnel performing information assurance functions.

(c) Contractor personnel who do not have proper and current certifications shall be denied access to DoDinformation systems for the purpose of performing information assurance functions.

(End of clause)

10.0 Estimated Level of Effort

See Section B for details

11.0 Deliverables

11.1  The contractor shall provide Progress and Financial Reports: A monthly progress andfinancial 

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 15 of 49

 FINAL 

Page 10: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

          report will be submitted to Task Order Manager (TOM) with a copy to the ContractingOfficer          and TPOC. 11.2  The contractor shall provide Technical Reports: Technical reports and conclusions reflecting the

work accomplished under each task set forth.  This report will be prepared and delivered to theGovernment when and in the form required by the Task Order Manager. Copy to be provided to theTPOC.

 11.3  Other Reports and Documentation: There may be a need for other specific reports, test plans,

evaluation reports or system documentation created as an integral part of a task order under thiscontract. The contractor shall provide such reports as needed.  The TOM shall provide the Reportor Documentation format or template, contents and delivery requirements at the time of task orderissuance.

11.4  Task Order Status Report:  The contractor will provide a status report which will cite the status andutilization since the last report, the status regarding hours and dollars remaining on the task,percent of completion of the task and any problems anticipated.

11.5  Travel Reports: For any remote travel required, the contractor will report the destination, numberof travelers, duration of stay, task milestones completed, site points of contact, ship, and hullnumber visited.

11.6  The contractor shall provide a monthly Progress/Financial report to commence 30 days afteraward   and every 30 days thereafter.

 

11.7 The contractor shall provide a web based portal for all maintenance and development tasks 

10.7.1 Defects10.7.2 Runtime Issues10.7.3 Enhancement Requests. 

11.8  The contractor shall prepare and deliver Meeting Minutes as request by the GovernmentTPOC, to         be delivered within 5 business days of each meeting. 

11 .9  The contractor shall deliver the complete source code for all Production Releases of systemmodules (any change to Production Server applications or database schemas) to the TPOC withinone week of Production delivery.  Source code updates shall include all software buildingprocedures (compilation scripts, build instructions, linking procedures, third party librariesrequired, deployment process and similar), source code files, database scripts and open sourcelibraries. 

11.10  The contractor shall deploy and configure system software modules and database changeson NSWCCD Servers for UAT and Production Application Server and Database Environments. 

12.0 Task Order Manager (TOM) , Contracting Officer Representative and Technical Pointof Contact (TPOC) 

12.1 Task Order Manager

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 16 of 49

 FINAL 

Page 11: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

Name (TOM):  Jim DiTarantoLocation:  Naval Surface Warfare Center, Carderock Division PhiladelphiaCode:  912Phone:  215-897-1006

 

12.3 Technical Point of ContactName (TPOC):  Joseph DiDomenicLocation:  Naval Surface Warfare Center, Carderock Division PhiladelphiaCode:  918Phone:  215-897-1405 

13.0 NSWCPD Electronic Cost Reporting and Financial Tracking (eCRAFT) System

(a) The Contractor agrees to upload the Contractor's Funds and Man-hour Expenditure Reports inthe Electronic Cost Reporting and Financial Tracking (eCRAFT) System.     The eCRAFT Reportsmust use the standardized labor categories identified in Section C - Statement of Work.  Compliance with this requirement is a material requirement of this contract. Failure to comply withthis requirement may result in contract termination.

 

(b)The Contractor's Funds and Man-hour Expenditure Report reports contractor expenditures forlabor, materials, travel, subcontractor usage, and other contract charges.

(c) The Contracting Officer may require supporting accounting system reports based on the reviewof the invoice documentation submitted to eCRAFT such as the Job Summary Report (orequivalent), Labor Distribution Report (or equivalent), and General Ledger Detail Report (orequivalent).

(d) The contractor shall submit its reports on the same day it submits an invoice in iRAPT.  Thecosts reflected in eCRAFT shall be the same as those in iRAPT.  eCRAFT acceptance/rejectionwill be indicated by e-mail notification from eCRAFT.

 

(e) The eCRAFT Periodic Report Utility (ePRU) is an Excel tool used to facilitate generatingreports of expenditures-against-cost contracts. The generated XML files will then be submitted bythe ePRU tool via email to [email protected] for submission into theeCRAFT Database Management System. 

 

The ePRU spreadsheet and user manual can be obtained from the NUWC Division NewportContracts Home Page under eCRAFT information at: http://www.navsea. nayy.mil/Home/Warfare-Centers/NUWC Newport/Partnerships/Commercial-Contracts/Information-eCraft.

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

 

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 17 of 49

 FINAL 

Page 12: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

 

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

(b) The contractor shall ensure that each contractor employee reads the document entitled,“CarderockDivision Environmental Policy and Commitment” within 30 days of commencingperformance at NSWCCD-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 daysof commencing performance at NSWCCD-SSES. This document is available athttps://crbewebappdev.dt.navy.mil/intranet/esh/documents/Contractor EMS AwarenessTraining.doc

  

(d) The Contractor shall certify by e-mail to Paul Breeden/Code 023 (

[email protected]) that onsite employees have read the “Carderock Division EnvironmentalPolicy and Commitment” and taken the Environmental Management System (EMS) Awarenesstraining within 30 days of commencing performance at NSWCCD-SSES. The e-mail shall includethe employee name, work site, and contract 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 stateand local requirements.

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

https://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 ofcommencing performance at NSWCCD-SSES. This document is available at:

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 18 of 49

 FINAL 

Page 13: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

 

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

  

(d) The Contractor shall certify by e-mail to Thomas Egan/Code 022 (

[email protected]) that employees have read the “Carderock Division Occupational Safetyand Health Policy Statement” and taken the Voluntary Protection Program (VPP) awarenesstraining within 30 days of commencing performance at NSWCCD-SSES. The e-mail shall includethe employees name, work site, and contract number.

(e) The contractor shall submit their OSHA 300 Logs (injury/illness rates) within 30 days ofcommencing performance at NSWCCD-SSES for review by the Safety Office (Code 022). If acontractor’s  injury/illness rates are above the Bureau of Labor Statistics industry standards, asafety assessment will be performed by Code 022 to determine if any administrative or engineeringcontrols can be utilized to prevent further injuries/illnesses, or if any additional PPE or trainingwill be required.

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

(g) Applicable contractors shall submit Total Case Incident Rate (TCIR) and Days Away,Restricted and Transfer (DART) rates for the past three years within 30 days of commencingperformance at NSWCCD-SSES for review by the Safety Office (Code 022). A contractor meetsthe definition of applicable if its employees worked 1,000 hours or more in any calendar quarter onsite and were not directly 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 withthe Occupational Safety and Health (OSH) Program Manual (NAVSSESINST 5100.14). The OSHProgram Manual is available at:

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

  

 

 

 

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 19 of 49

 FINAL 

Page 14: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

 

 

 

HQ C-2-0065 SOFTWARE DEVELOPMENT REQUIREMENTS (NAVSEA) (DEC 2006)

 

 (a)  The contractor shall define a general Software Development Plan (SDP) appropriate for thecomputer software effort to be performed under this contract.  The SDP shall, at a minimum:

(1)  Define the contractor's proposed life cycle model and the processes used as a part of thatmodel.  In this context, the term "life cycle model" is as defined in IEEE/EIA Std. 12207.0; (2)  Contain the information defined by IEEE/EIA Std. 12207.1, section 5.2.1 (generic content)and the Plans and Procedures in Table 1 of IEEE/EIA Std. 12207.1.  In all cases, the level of detailshall be sufficient to define all software development processes, activities, and tasks to beconducted;  (3)  Identify the specific standards, methods, tools, actions, strategies, and responsibilitiesassociated with development and qualification;(4)  Document all processes applicable to the system to be acquired, including the Primary,Supporting, and Organizational life cycle processes as defined by IEEE/EIA Std. 12207 as

appropriate.  Such processes shall be equivalent to those articulated by CMMI®;(5)  Include the content defined by all information items listed in Table 1 of IEEE/EIA Std.12207.1, as appropriate for the system and be consistent with the processes proposed by thedevelopers; (6)  Adhere to the characteristics defined in section 4.2.3 of IEEE/EIA Std. 12207, as appropriate;(7)  Describe the overall life cycle and include primary, supporting, and organizational processesbased on the work content of this contract;(8)  Be in accordance with the framework defined in IEEE/EIA Std. 12207.0, including, but notlimited to, defining the processes, the activities to be performed as a part of the processes, the taskswhich support the activities, and the techniques and tools to be used to perform the tasks;(9)  Contain a level of information sufficient to allow the use of the SDP as the full guidance forthe developers.  In accordance with section 6.5.3a of IEEE/EIA Std. 12207.1, such informationshall at a minimum contain, specific standards, methods, tools, actions, reuse strategy, andresponsibility associated with the development and qualification of all requirements, includingsafety and security.

 (b)  The SDP shall be delivered to the Government for concurrence and shall not varysignificantly from that proposed to the Government for evaluation for award.  The contractor shallfollow the Government concurred with SDP for all computer software to be developed ormaintained under this effort.  Any changes, modifications, additions or substitutions to the SDPalso require prior Government concurrence.  

(End of Clause)

 

This is a performance based statement of work. The effort performed hereunder will be evaluated

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 20 of 49

 FINAL 

Page 15: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

in accordance with the performance standards/acceptable quality levels described below and theevaluation methods described in provision CAR-H09 in Section H.

CONTRACTOR PERSONNEL IDENTIFICATION

In the performance of this contract, 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. Contractor personnel shall appropriately identify themselves as contractor employees in telephoneconversations and formal and informal written correspondence, including email correspondence.

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 21 of 49

 FINAL 

Page 16: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

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: _____________________________________

(Name of Individual Sponsor)_____________________________________

(Name of Requiring Activity)

_____________________________________

(City and State)

Ship all Report/Data to the following address:

Attn:  Jim DiTaranto          Naval Surface Warefare Center Carderock Division Philadelphia          5001 South Broad St., Bldg. 4  Code 918          Philadelphia, Pa  19112                   [email protected]

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

 

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

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 22 of 49

 FINAL 

Page 17: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance will be performed at Denstination by NSWCCD-SSES, Code 9180 Personnel.

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 23 of 49

 FINAL 

Page 18: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

SECTION F DELIVERABLES OR PERFORMANCE

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

   

4000 9/30/2011 - 9/29/2013

4100 9/30/2012 - 4/12/2016

4200 4/13/2016 - 12/31/2019

4201 4/13/2016 - 5/3/2017

4202 4/13/2016 - 5/3/2017

4203 5/6/2016 - 6/30/2018

4204 5/6/2016 - 5/5/2017

4205 5/6/2016 - 5/5/2017

4206 4/13/2016 - 6/30/2018

4207 4/13/2016 - 6/30/2018

4208 4/13/2016 - 6/30/2018

4209 9/21/2016 - 12/31/2019

4210 12/14/2016 - 6/30/2017

4211 1/25/2017 - 6/30/2017

4212 7/11/2017 - 6/30/2018

4213 7/11/2017 - 6/30/2018

4214 9/13/2017 - 6/30/2018

4215 9/13/2017 - 6/30/2018

4216 11/16/2017 - 6/30/2018

4217 1/10/2018 - 12/31/2019

4218 3/2/2018 - 6/30/2018

4219 4/22/2018 - 12/31/2019

4220 8/7/2018 - 12/31/2018

4221 8/7/2018 - 12/31/2018

4222 9/10/2018 - 12/31/2018

4223 11/28/2018 - 12/31/2018

4224 11/28/2018 - 12/31/2018

4225 12/12/2018 - 12/31/2018

4226 3/21/2019 - 12/31/2019

4227 5/15/2019 - 12/31/2019

4228 5/15/2019 - 12/31/2019

4300 9/30/2014 - 9/29/2015

4400 9/30/2015 - 9/29/2016

6000 9/30/2011 - 9/29/2013

6100 9/30/2013 - 4/12/2016

6200 4/13/2016 - 12/31/2019

6201 4/13/2016 - 5/3/2017

6202 5/6/2016 - 5/5/2017

6203 1/25/2017 - 12/31/2019

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 24 of 49

 FINAL 

Page 19: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

6300 9/30/2014 - 9/29/2015

6400 9/30/2015 - 9/29/2016

SECTION F DELIVERABLES OR PERFORMANCE

CLIN - DELIVERIES OR PERFORMANCE

CLINs 4000 and 6000 - Base Period:  Date of Award to 12 months after date of contract (ADC)CLINs 4100 and 6100 - Option Period:  12 months to 24 months ADCCLINs 4200 and 6200 - Option Period:  24 months to 36 months ADCCLINs 4300 and 6300 - Option Period:  36 months to 48 months ADCCLINs 4400 and 6400 - Option Period:  48 months to 60 months ADC

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 25 of 49

 FINAL 

Page 20: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

SECTION H SPECIAL CONTRACT REQUIREMENTS

H-5 TASK ORDER PROCESS

J. Ombudsman Description. Protests of Awards of Task Orders valued in excess of $10 Million are authorized. Inaccordance with FAR 16.505(a)(9), no protest under FAR Subpart 33.1 is authorized in connection with TaskOrder Contracting Officer decisions regarding fair opportunity or the issuance of a TO valued at less than $10Million under this contract, except for a protest on the grounds that a TO increases the scope, period, or maximumvalue of the contract. The Ombudsman would serve to assist in the resolution of complaints that would not fallwithin the grounds for protest under this vehicle. Contractors are instructed to first contact the local activitycontract specialist and contracting officer for issue resolution. If the issue if not able to be resolved, the issuewould then be elevated to the cognizant local activity Ombudsman. Should resolution not be achieved with thelocal activity Ombudsman, then cognizance for resolution would reside with the Overarching Command orHeadquarter Ombudsman.

A List of current Ombudsmen will be maintained on the Vendor Port to authorized users. The Governmentreserves the unilateral right to change Ombudsmen at anytime.

Contractors are advised that any information submitted to the Ombudsman to resolve complaints will be treated asa dispute resolution communication (DRC), and considered confidential under the law. To be effective, however,the Ombudsman may need to disclose the DRC to investigate concerns and fulfill the Ombudsman's responsibilityto ensure that all contractors are afforded a fair opportunity to be considered for award.

The Contractor therefore hereby authorizes the Ombudsman to disclose to other parties or to nonparties anydispute resolution communication, that in the judgment of the Ombudsman, must be disclosed within Governmentchannels to the extent deemed necessary by the Ombudsman to facilitate understanding of the issue or issues. TheContractor also authorizes the Ombudsman to disclose to other parties or to nonparties any dispute resolutioncommunication that in the judgment of the Ombudsman must be disclosed to prevent or investigate fraud, waste,abuse, criminal activity or imminent physical harm.

CAR-H09 Performance-Based Acquisition Evaluation Procedures for a SeaPort e Task Order (MAR 2006)(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

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 41 of 49

 FINAL 

Page 21: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

(4) Unsatisfactory

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

Table 1: Overall Performance Ratings

For The Evaluation Period

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 Task Order Manager (ToM).

(1) ToM: The ToM will provide ongoing performance monitoring, evaluate task performance based on the taskorder Performance Requirements Summary, prepare the evaluation report, including a recommended overallperformance rating, and submit the report to the PCO for final decision within thirty days after the end of theevaluation period. The ToM will maintain the written records of the contractor’s performance so that a fair andaccurate 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) and theToM will hold a meeting with the contractor’s Senior Technical Representative to review performance under thetask 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 work

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 42 of 49

 FINAL 

Page 22: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

performed under the task order within thirty days after receipt of the evaluation report from the ToM. The decisionwill be based upon the ToM’s recommendations, the contractor’s comments, including any Self-Evaluation Report,and any other information deemed relevant by the PCO. The PCO shall resolve disagreements between the ToM’srecommendations and the contractor’s comments/report regarding the evaluation. The PCO will provide a copy ofthe evaluation report, including the overall rating, to the contractor within five working days after completion ofthe evaluation.

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

Contractor routinelymeets deadlines,schedules, andresponds quickly togovernment requests.

Contractor alwaysmeetsdeadlines,schedules, andresponds immediatelyto governmentrequests.

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 43 of 49

 FINAL 

Page 23: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

government requests.

Customer SatisfactionFails to meet customerexpectations

Meets customerexpectations.

Exceeds customerexpectations.

TABLE 3: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

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 resources

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 44 of 49

 FINAL 

Page 24: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

available. Documentedsavings are apparent.

CostReportingReports are generallylate, inaccurateincomplete or unclear.

Reports are timely,accurate, complete andclearly written.Problems and/or trendsare addressed, and ananalysis is alsosubmitted.

Reports are clear,accurate, andpro-active. Problemsand/or trends areaddressed thoroughly,and the contractor’srecommendationsand/or corrective plansare implemented andeffective.

See Attachment CAR-H10 PERFORMANCE REQUIREMENTS SUMMARY TABLE

CAR H11 – CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (JAN 2010) a.  In accordance with SECNAV M-5510.30 Chapters 5 and 6, all Contractor personnel thatrequire access to Department of Navy (DON) information systems and/or work on-site aredesignated Non-Critical Sensitive/IT-II positions, which require an open investigation orfavorable adjudicated National Agency Check (NACLC) by the Industrial Security ClearanceOffice (DISCO). Investigations should be completed using the SF- 85 Form and the SF-87 fingerprint card. An interim clearance can be granted by the company Security Officer and recorded inthe Joint Personnel Adjudication System (JPAS).  An open investigation or favorableadjudication is required prior to issuance of a Common Access Card (CAC) card or a badgeproviding access to NSWCCD sites and buildings. If an unfavorable adjudication is determinedby DISCO all access will terminated. b.  Within 30 days after contract award, the Contractor shall submit a list of all Contractorpersonnel, including subcontractor employees, who will have access to DON informationsystems and/or work on-site at one of the NSWCCD sites. The Contractor shall [email protected] to obtain the excel file that outlines the required format andcontent of the list.  The Contractor will provide each employee's first name, last name, contractnumber, the NSWCCD technical code, work location, whether or not the employee has a CACcard and/or swipe card, the systems the employee can access (i.e., NMCI, RDT&E), and thename of the Contractor's local point of contact, phone number and email address.  The excel fileshall be submitted via email to [email protected] and the Contracting Officer'sRepresentative (COR) or Task Order Manager (TOM).  Throughout the period of performance ofthe contract, the Contractor shall immediately provide an updated spreadsheet [email protected] and the COR/TOM when any Contractor personnel changesoccur.

Option to Extend Services

The Government may require continued performance of any services within the limits and at the rates specified inthe Task Order. The option provision may be exercised more than once, but the total extension of performancehereunder shall not exceed 60 months. The Contracting Officer may exercise the option by written notice to theContractor up to the current Task Order period of performance end date.

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 45 of 49

 FINAL 

Page 25: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

(End of Clause)

Option to Extend the Term of the Task Order

(a) The Government may extend the term of this task order under option CLINs/SUBCLINs by written notice tothe Contractor on or before the period of performance end date; provided, that the Government gives theContractor a preliminary written notice of its intent to exercise the option(s)at least 15 days before the task orderexpires. The preliminary notice does not commit the Government to an extension.

(b) The total duration of this task order, including the exercise of any options under this clause, shall not exceedfive years.

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 46 of 49

 FINAL 

Page 26: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

SECTION I CONTRACT CLAUSES

 CAR-I18 TECHNICAL INSTRUCTIONS (DEC 2001)

(a) Performance of the work hereunder may be subject to written technical instructions signed by the Task OrderManager. As used herein, technical instructions are defined to include the following:

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

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

(b) Technical instructions must be within the general scope of work stated in the task order. Technical instructionsmay not be used to :

(1) assign additional work under the task order;

(2) direct a change as defined in the “Changes” clause of the base contract;

(3) increase or decrease the contract price or estimated amount (including fee), as applicable,

the level of effort, or the time required for task order performance; or

(4) change any of the terms, conditions or specifications of the task order.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order

or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten(10) working days after the receipt of any such instruction. The Contractor shall not proceed with the workaffected by the technical instruction unless and until the Contracting Officer notifies the Contractor that thetechnical instruction is within the scope of this task order.

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

(End of Clause)

252.222-7999 ADDITIONAL REQUIREMENTS AND RESPONSIBILITIES RESTRICTING THE USE OF

MANDATORY ARBITRATION AGREEMENTS (DEVIATION) (FEB 2010)

(a) Definitions.

“Covered subcontract,” as used in this clause, means any subcontract, except a subcontract for theacquisition of commercial items or commercially available off-the-shelf items, that is in excess of $1million and uses Fiscal Year 2010 funds.

(b) The Contractor—(1) Agrees not to—(i) Enter into any agreement with any of its employees or independent contractors that requires, as acondition of employment, that the employee or independent contractor agree to resolve througharbitration any claim under title VII of the Civil Rights Act of 1964 or any tort related to or arising out ofsexual assault or harassment, including assault and battery, intentional infliction of emotional distress,false imprisonment, or negligent hiring, supervision, or retention; or (ii) Take any action to enforce anyprovision of an existing agreement with an employee or independent contractor that mandates that theemployee or independent contractor resolve through arbitration any claim under title VII of the Civil

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 47 of 49

 FINAL 

Page 27: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

Rights Act of 1964 or any tort related to or arising out of sexual assault or harassment, including assaultand battery, intentional infliction of emotional distress, false imprisonment, or negligent hiring,supervision, or retention; and

(2) Certifies, by signature of the contract, for contracts awarded after June 17, 2010, that it requires eachcovered subcontractor to agree not to enter into, and not to take any action to enforce any provision ofany agreements, as described in paragraph (b)(1) of this clause, with respect to any employee orindependent contractor performing work related to such subcontract.

(c) The prohibitions of this clause do not apply with respect to a Contractor’s or subcontractor’sagreements with employees or independent contractors that may not be enforced in a court of the UnitedStates.

(d) The Secretary of Defense may waive the applicability of the restrictions of paragraph (b) to theContractor or a particular subcontractor for the purposes of the contractor or a particular subcontract ifthe Secretary or the Deputy Secretary personally determines that the waiver is necessary to avoid hardto national security interests of the United States, and that term of the contract or subcontract is notlonger than necessary to avoid such harm. This determination will be made public not less than 15business days before the contractor or subcontract addressed in the determination may be awarded.

(End of Clause)

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 48 of 49

 FINAL 

Page 28: 6. ISSUED BY CODE N64498 (If other than Item 6 ... - prosoft-eng…€¦ · 2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable)

SECTION J LIST OF ATTACHMENTS

Attachments: 

-  Cost Summary Format-  CARH10 Performance Requirements Summary Table-  Security Form DD254

 CONTRACT NO. N00178-04-D-4107

 DELIVERY ORDER NO. N00178-04-D-4107-EHP2

 AMENDMENT/MODIFICATION NO. 45

 PAGE 49 of 49

 FINAL