mod 02-delivery order fk03

36
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 02 07-Feb-2013 2012-124,126,127 and 2013-02 N/A 6. ISSUED BY CODE N00189 7. ADMINISTERED BY (If other than Item 6) CODE S2404A NAVSUP FLC Norfolk, Code 200 1968 Gilbert Street Ste 600 Norfolk VA 23511-3392 [email protected] 757-443-1449 DCMA Manassas 10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA 20109-2342 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Whitney, Bradley and Brown, Inc. 11790 Sunrise Valley Drive Reston VA 20191-1404 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-05-D-4660-FK03 10B. DATED (SEE ITEM 13) CAGE CODE 8Z634 FACILITY CODE 01-Jan-2013 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [X] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Arthur A Hildebrandt, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Arthur A Hildebrandt 07-Feb-2013 (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 J 1 2

Upload: tranlien

Post on 31-Dec-2016

221 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Mod 02-Delivery Order FK03

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

02 07-Feb-2013 2012-124,126,127 and 2013-02 N/A6.  ISSUED BY CODE N00189 7.  ADMINISTERED BY (If other than Item 6) CODE S2404A

NAVSUP FLC Norfolk, Code 200

1968 Gilbert Street Ste 600

Norfolk VA 23511-3392

[email protected] 757-443-1449

 

DCMA Manassas

10500 BATTLEVIEW PARKWAY, SUITE 200

MANASSAS VA 20109-2342

 

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

Whitney, Bradley and Brown, Inc.    11790 Sunrise Valley Drive    Reston VA 20191-1404   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-05-D-4660-FK03

    10B.  DATED (SEE ITEM 13)

CAGECODE

8Z634 FACILITY CODE   01-Jan-2013

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

SEE SECTION G 

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

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

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

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

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

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

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

SEE PAGE 2 

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

       Arthur A Hildebrandt, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Arthur A Hildebrandt 07-Feb-2013 

(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 J 1 2

Page 2: Mod 02-Delivery Order FK03

GENERAL INFORMATION

The purpose of this modification is to 1) increase funding and subsequent clauses and 2) change the Pay OfficeDoDAAC to HQ0338. Accordingly, said Task Order is modified as follows: A conformed copy of this Task Order isattached to this modification for informational purposes only.

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from $655,285.00 by$283,967.56 to $939,252.56.

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

500002 O&MN,N 0.00 121,131.00 121,131.00

500003 O&MN,N 0.00 127,560.00 127,560.00

500004 O&MN,N 0.00 35,276.56 35,276.56

The total value of the order is hereby increased from $939,252.56 by $0.00 to $939,252.56.

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 2 of 2 FINAL

 

Page 3: Mod 02-Delivery Order FK03

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES  For FFP Items:  Item   Supplies/Services       Qty Unit Unit Price          Total Price                 ------ ----------------- --------- ---- --------------- ----------------                 5000   Program                12.0  LM       $78,104.38     $937,252.56        Management                              Support IAW                             Performance Work                        Statement (PWS).                        (O&MN,N)                          500001 FOR FUNDING                  PURPOSES ONLY            (O&MN,N)           500002 FOR FUNDING                  PURPOSES ONLY            (O&MN,N)           500003 FOR FUNDING                  PURPOSES ONLY            (O&MN,N)           500004 FOR FUNDING                  PURPOSES ONLY            (O&MN,N)            For ODC Items:  Item   Supplies/Services       Qty Unit       Est. Cost                                 ------ ----------------- --------- ---- ----------------                                 6000   ODC/Travel              1.0  LO        $2,000.00        (O&MN,N)                          

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 1 of 34 FINAL

 

Page 4: Mod 02-Delivery Order FK03

SECTION C DESCRIPTIONS AND SPECIFICATIONS

Performance-Based Work Statement forAdministration and Program Support, Carrier Program Support, Financial Management Support, Air to

Air Support and Assistant F-35 Requirements Support Director, Air Warfare (OPNAV N98)

1.0  Introduction

The Air Warfare Division (OPNAV N98) balances war fighting requirements with available financial resources toprovide an investment strategy intended to minimize Naval and Marine Corps aviation war fighting risks.  OPNAVN98 is primarily responsible for building, integrating, and defending the annual Program Objective Memorandumfor all Naval Aviation Programs.  OPNAV N98 reports to the Deputy Chief of Naval Operations (Integration ofCapabilities and Resources) (N9) who is responsible for all matters pertaining to Navy war fighting capabilities,programming and budgeting.

2.0  Background

This performance work statement provides support to Requirements Officers.  Support Contractor reports to theCarrier and F-35 Requirements Officers or the Business Operations Manager on the Air Warfare Division (OPNAVN98) staff in the Pentagon, Arlington, VA, responsible for interaction with various offices (PMA/PMW/PEO) toextract knowledge, information, and, at times, direction in matters of concern to OPNAV N98. 

3.0  Scope

The Office of the Chief of Naval Operations (CNO), Air Warfare Division, Policy, Plans and Operations (OPNAVN98G) Strike branch (OPNAV N980S) and Carrier Branch (OPNAV N980) defines, develops, and funds aircraftrequirements. The Contractor shall act as action officers to CNO staff and other organizations working in associationwith aviation requirements. Major responsibilities include supporting analysis of aviation issues and assisting in thedevelopment of baseline requirements for U.S. Navy Aviation to meet CNO readiness goals.

4.0  Description of Tasks

4.1 Senior Administrative Support and Assistant Security Coordinator- The Contractor shall beresponsible for Office Management within “The Ranch” (5D453) of N98. This includes support to allbranches/offices/sections located within the premises which includes, but not limited to Strike, Carrier,Budget and Programming, Weapons, ATC, and Maritime branches.

Provide Operational Support including:

-Answer telephones, receive, sort and distribute mail, prepare and maintain appointment calendars,coordinate/schedule appointments and perform reception functions (visitor control, greetings, etc.) for the office.

-Draft, edit and prepare correspondence (letters, directives, memoranda, newsletters, etc), graphical presentations andspreadsheets utilizing Microsoft Word, Excel and PowerPoint as required.

-Provide VTC set up and operational support for the OPNAV N98 conference rooms.

-Provide multimedia/audiovisual support for OPNAV N98 meetings/conferences. Provide draft correspondence, navalmessages, assistance with faxing, copying, collating of issue papers, point papers, instructions, speeches, articles,presentations, and briefings and other correspondence as required.

Provide Administrative Support Including:

-Prepare, submit, track and retrieve travel orders and travel vouchers for both government and military personnel;

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 2 of 34 FINAL

 

Page 5: Mod 02-Delivery Order FK03

arrange for reservations, transportation and lodging.

-Administer electronic mail, including naval messages, attend meetings, prepare agenda, draft andadminister/distribute minutes, copy and distribute documentation, and develop and maintain files (hard copy andelectronic) as necessary.

-Participate in preparation of Personnel listings, manual updates, etc.

-Maintain adequate office supplies and equipment, to service all personnel in the assigned office space.

-Provide capability to archive and store historical documentation.

Provide Security Coordination Including:

-Establish and maintain an office security system to safeguard classified and other sensitive material/documentation.

-Receive, log and track classified documents up to the SECRET level

-Protect all information and ensure it is handled in accordance with Government regulations.

Additional Qualifications include:

-Minimum 5 years experience participating in general business services and related projects.

4.2 Senior Administrative Support, Training Coordinator, and Security Support- The contractor shallbe responsible for Office Management within “The Front Office” (5C469) of N98. This includessupport of all branches/offices/sections located within the premises, but not limited Plan andOperations, Security, Business Operations, Front Office, and Administration. Provide Operationalsupport including:

-Answer telephones, receive, sort and distribute mail, prepare and maintain appointment calendars,coordinate/schedule appointments and perform reception functions (visitor control, greetings, etc.) for the office.

-Draft, edit and prepare correspondence (letters, directives, memoranda, newsletters, etc), graphical presentations andspreadsheets utilizing Microsoft Word, Excel and PowerPoint as directed.

-Provide VTC set up and operational support for the OPNAV N98 conference rooms.

-Provide multimedia/audiovisual support for OPNAV N98 meetings/conferences. Provide draft correspondence, navalmessages, assistance with faxing, copying, collating of issue papers, point papers, instructions, speeches, articles,presentations, and briefings and other correspondence as required.

Provide Administrative Support Including:

-Prepare, submit, track and retrieve travel orders and travel vouchers for both government and military personnel;arrange for reservations, transportation and lodging.

-Administer electronic mail, including naval messages, attend meetings, prepare agenda, draft andadminister/distribute minutes, copy and distribute documentation, and develop and maintain files (hard copy andelectronic) as necessary.

-Participate in preparation of Personnel listings, manual updates, etc.

-Maintain adequate office supplies and equipment, to service all personnel in the assigned office space.

-Provide capability to archive and store historical documentation.

-Schedule and track Defense Acquisition University (DAU) training for a workforce of approximately 150;coordinate with Joint Acquisition Program Officer and Ft. Belvoir DAU; Report requirements billet list and coursecompletion status to OSD (AT&L) on a quarterly basis.

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 3 of 34 FINAL

 

Page 6: Mod 02-Delivery Order FK03

Provide Security Support Including:

-Establish and maintain an office security system to safeguard classified and other sensitive material/documentation.

-Receive, log and track classified documents up to the SECRET level

-Protect all information and ensure it is handled in accordance with Government regulations.

Additional Qualifications include:

-Minimum 1 year experience participating in general business services and related projects.

4.3 Program Analyst to Carrier Requirements Officer

Operational Support

-Provide graphics support to include, but not limited to: the production of briefing slides, metric charts, programschedules, organizational charts as required.   All Deliverables shall be consistent with Microsoft Office and otherprograms currently utilized by the staff of OPNAV N98.

-Prepare and review draft correspondence, naval messages, issue papers, point papers, instructions, speeches, articles,presentations, and briefings and other correspondence as required.

-Protect all information and ensure it is handled in accordance with Government regulations. Control ondissemination of sensitive information that is not classified will comply with Level II U-NNPI requirements whereapplicable.

Program Requirements Support

-Provide requirements analysis support:  Apply experience in aircraft carrier requirements and programs to conductresearch and concept development in support of policies and in alignment with Requirements Officers and the chainof command within N980C. Assist in requirements definition and documentation:  Assume primary responsibilityfor supporting in-service and future aircraft carrier programs within the Joint Capabilities Integrated DevelopmentSystem (JCIDS) process. 

-Provide programmatic Integration:  Knowledge of the programmatic aspects of other requirements and acquisitionactivities having second and third order effects on aircraft carrier programs.  Examination for redundancies andomissions with respect to other programs to ensure programmatic synergy and leverage of investment.

-Manage tasks coming into OPNAV N980C and distribute responsibilities, track progress, ensure responsiveness,and deliver completed tasks across all entities.  

-Coordinate, prepare for and participate in meetings and conferences for  the Aircraft Carrier Section Branch (OPNAVN980C) with the Aircraft Carrier Program Offices, OPNAV and SECNAV staffs, NAVSEA and various NAVSEAfield activities, PEO IWS, Commander Naval Air Forces (CNAF), COMNAVNETWARCOM, COMPACFLT,OPTEVFOR and other organizations who interrelate with the Air Warfare Division.

-Support Carrier Strategy development and execution on issues such as force structure, home porting and installedprograms of record.

-Assist in the creation of Requests for Information (RFI), Questions for the Record (QFR), appeals, and reclaims ontechnical, operational, and programmatic issues related to aircraft carriers.

-Support Aircraft Carrier strategy development and execution on issues such as Joint Strike Fighter (JSF) andUnmanned Carrier-Launched Airborne Strike and Surveillance System (UCLASS) integration, home-porting andother issues, contingencies or programs that impact aircraft carrier programs.

-Provide support for budget planning or assistance, drills execution, and analysis for requirements officer’sbudgets.   This includes but is not limited to Program Reviews, Program Objective Memoranda (POM)submissions and origination and response to FMB or N80-generated issue sheets.

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 4 of 34 FINAL

 

Page 7: Mod 02-Delivery Order FK03

-Develop briefings, presentations and graphics/text support for all resource sponsor-related programs includingsupport of preparations for acquisition milestones and ASN/RDA Gate Reviews on all aircraft carrier programs.

-Provide support to the Requirements Officers in the review, analysis, change submittal and development of aircraftcarrier-related Operational Requirements Documents (ORD), Initial Capability Documents (ICD), CapabilityDevelopment Documents (CDD) and other documentation associated with material development decisions.

4.4           Financial Management Support to Carrier Requirements Officer

Operational Support

-Provide graphics support to include, but not limited to: the production of briefing slides, metric charts, programschedules, organizational charts as required. All Deliverables shall be consistent with Microsoft Office and otherprograms currently utilized by the staff of OPNAV N98.

-Prepare and review draft correspondence, naval messages, issue papers, point papers, instructions, speeches, articles,presentations, and briefings and other correspondence as required.

-Protect all information and ensure it is handled in accordance with Government regulations. Control ondissemination of sensitive information that is not classified will comply with Level II U-NNPI requirements whereapplicable.

Program Requirements Support

-Provide requirements analysis support:  Apply experience in aircraft carrier requirements and programs to conductresearch and concept development in support of policies and in alignment with Requirements Officers and the chainof command within N980C. Provide requirements definition and documentation:  Assume primary responsibility forsupporting in-service and future aircraft carrier programs within the Joint Capabilities Integrated DevelopmentSystem (JCIDS) process. 

-Provide programmatic Integration:  Knowledge of the programmatic aspects of other requirements and acquisitionactivities having second and third order effects on aircraft carrier programs.  Examination for redundancies andomissions with respect to other programs to ensure programmatic synergy and leverage of investment.

-Manage tasks coming into OPNAV N980C and distribute responsibilities, track progress, ensure responsiveness,and deliver completed tasks across all entities.  

-Coordinate, prepare for and participate in meetings and conferences for  the Aircraft Carrier Section Branch (OPNAVN980C) with the Aircraft Carrier Program Offices, OPNAV and SECNAV staffs, NAVSEA and various NAVSEAfield activities, PEO IWS, Commander Naval Air Forces (CNAF), COMNAVNETWARCOM, COMPACFLT,OPTEVFOR and other organizations who interrelate with the Air Warfare Division.

-Support Carrier Strategy development and execution on issues such as force structure, home porting and installedprograms of record.

-In response to Congressional, Media, or OPNAV staff requests, assist in the creation of Requests for Information(RFI), Questions for the Record (QFR), appeals, and reclaims on technical, operational, and programmatic issuesrelated to aircraft carriers.

Financial Management Support

-Provide budget planning, drills, execution, and analysis for Aircraft Carrier sponsor budgets across all OPNAVN980C budget lines.  This includes but is not limited to Program Review and Program Objective Memorandasubmissions.

-Provide budget planning, drills, execution, and analysis for Aircraft Carrier Sponsor budgets across all OPNAVN980C budget lines.  This includes building and executing PBIS data calls, searches and data entry andinterpretation.

-Review Budget Exhibits, Navy Program Budget Guides, and other U.S. Navy budget products for accuracy and

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 5 of 34 FINAL

 

Page 8: Mod 02-Delivery Order FK03

completeness with regard to aircraft carrier programs; coordinate with appropriate points of contact to ensurecorrectness.

4.5           Senior Program Analyst to F-35 Requirements Officer

The contractor shall provide analyses and evaluation of F-35C aircraft in support of Navy requirements for OPNAVN980S. The contractor shall perform the following as identified in the task orders:

Requirements Development

-Maintains communications with Navy requirements officers on fleet requirements from a range of sources andtypes. 

-Participates in annual and ongoing requirements vetting process to ensure the fleet’s top priorities are addressed. 

-Manages process of obtaining required analytical products that support formal requirements documents.

Intimately familiar with the Joint Capabilities Integration and Development System (JCIDS). 

-In collaboration, edits and/or writes requirements documents including concepts of operations, capabilities basedassessments, analyses of alternatives, initial capabilities documents, capabilities development documents,capabilities production documents and requirements memorandum. 

-Routes draft documents, coordinates comment resolution and incorporates salient comments into final version.

-Manage platform Required Operational Capability / Projected Operational Environment (ROC/POE) ensuringdocuments are up to date and relevant.

-Produce executive level presentations and point papers as tasked by the platform requirements officer.

Programming

-Display an in-depth knowledge of the Planning, Program, Budgeting, and Execution (PPBE) process. 

-Provide analysis and recommendations in support of program execution, out-year planning and the creation of thePOM and program requirements issue sheets. 

-Contribute to the development of briefs, issue sheets, white papers and trade studies. 

-Develop and analyze F-35C program requirements for the annual Program Requirements Review (PRR) process. 

-Analyze interface/integration requirements and documents for systems and system upgrades for fleet introduction. 

-Recommends strategy to obtain additional total obligation authority funding and/or redistribute existing funding tomeet fleet F-35C capability development priorities.

-Assist in the preparation of Congressional testimony regarding platform funding contained in the President’sBudget Submission.

Budgetary Execution

-Monitors the Program Budget Information System (PBIS) for changes to F-35C Program Element lines. 

-Consults with the Joint Program Office (JPO) on budget exhibit preparation and reviews submitted budget exhibitsfor anomalies that could result in undesired marks.  

-Monitor program office execution for potential under execution and recommend action to prevent reallocation offunds. 

-Collect and analyze data pertinent to program fiscal procedures and patterns of performance to enable accurate andtimely project management. 

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 6 of 34 FINAL

 

Page 9: Mod 02-Delivery Order FK03

-Provide recommendations for improvement of existing processes used in support of program decisions. 

-Support the requirements officer during mid-year and end of year budget reviews.

Oversight

-In support of resource sponsor, ensure F-35C program funds are effectively and efficiently meeting N98 obligationand expenditure requirements. 

-Attend program office acquisition events to ensure requirements are understood and that the acquisition process willdeliver products that meet them. 

-Provide guidance and counsel to program office staff so that they best understand the DoD Planning, Programming,Budgeting and Execution process. 

-Coordinate with other PMA’s, PEO’s, commands, and Services on program interoperability issues.

Subject Matter Expertise

-Serves as the Navy F-35C aircraft systems subject matter expert. 

-Provide day-to-day operations, planning, management, and acquisition support, including services to assess andanalyze alternatives in response to Congressional, DoD, or other Government agency inquires of the F-35Cprogram. 

-Advise leadership on all aspects of F-35C inventory to include platform capabilities, life extension measures, mixof air wings, planned transitions between TMS and distribution of assets. 

-Serves as the TACAIR resource for senior staff on matters concerning F-35C. 

-Represents N98 at meetings where Naval TACAIR expertise is required.

-Strong knowledge of F-35C aircraft systems required including but not limited to, weapons systems, helmetmounted visual systems, advanced targeting pods and radars, core avionics, navigation, and identification systems,and training system.

 4.6 Program Analyst Support to Air to Air Requirements Officer

-Support the Air to Air Weapons Requirements Officer in his duties to establish and validate requirements, fundingpriorities and acquisition development for all Department of Navy Air to Air weapons programs through Departmentof Defense Joint Capabilities Integration Development System, Acquisition and Planning, Programming, BudgetingExecution processes and assists the Requirements Officer in the collection, compiling and analyzing project and costdata for all Department of the Navy Air to Air Weapons.

-Support the Requirements Officer in the management of the Department of the Navy Non-Nuclear OrdnanceRequirements that determines budget submission requests to support identified warfighter gaps.

-Assist in the duties of weapon systems acquisition support through application of industry methodologies andoperations analysis techniques to give leadership the technical detail, rigor and confidence thus make prudentchoices for the Navy’s weapons capabilities. 

-Assist in the duties of liaison with staff from OSD, the Joint Services and staff, Fleet Forces Command,Commander Naval Air Forces and other DoN staff representatives to understand Air-to-Air Weapon systemsrequirements. 

-Assist in the duties to maintain day-to-day contact with Navy’s senior-level military staff members to lead in theidentification of emergent issues requiring senior-level Navy Aviation leadership involvement, and provide technicaladvice on identifying and presenting options to support complex decisions made by the 3-and 4-Star reviews.

-Assist in the management of the Department of the Navy Aviation Non-Combat Expenditure Allowancerequirements for Navy and Marine Corps major claimants. Support personnel shall provide sound advice concerning

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 7 of 34 FINAL

 

Page 10: Mod 02-Delivery Order FK03

matters involving requirements and allocations of all ordnance and weapons utilized by Department of the Navy(DoN) aviation platforms.

-Support the Air to Air Weapons Requirements Officer in weapon issues and makes recommendations concerningappropriate courses of action as needed;

-Assist in the duties of in the management of both United States Navy (USN) and United States Marine Corps(USMC) aviation weapons to include operational, logistical and engineering technical aviation support. 

-Assist in the duties to develop or supervise development of Concept of Operations, JCIDS Documents, forcestructure, Information Support Plan, and Key Performance Parameter (KPP) documentation, Test and EvaluationMaster Plan and Training Support Plans.

-Assist in the duties to develop and maintain close working relationships with other resource sponsors and othermilitary and civilian counterparts outside of OPNAV N98 in delivering the most balanced and sufficient budget foroptimal Air-to-Air Weapons readiness. 

-Support the Department of the Navy at briefings, meetings, various working groups and conferences when the Airto Air Requirements Officer is not available or he is on leave/travel; 

-Compile and draft accurate and complete information papers for briefing leadership on weapons programs duringvarious phases of weapon maturity while it progresses in the Joint Capabilities Integration Development Systemand prepare briefing material in support of four-star Joint Requirements Oversight Council meetings.

-Assist in the Development of Concept of Operations, Joint Capabilities Integration Development SystemDocuments, force structure, Information Support Plan, and Key Performance Parameter documentation, Test andEvaluation Master Plan and Training Support Plans; and

-Assist the Air to Air Requirements Officer in the management of the Department of Navy Planning ProgramBudgeting Information System for the OPNAV N980W section. 

Providing subject matter expert analysis to the Directorate for all air to Air weapon requirements to include:

-Multiple weapons in the procurement/production/sustainment phase of their acquisition life cycle.

-Recommendations for production planning, operational requirements assessment and validation, logistics andtactical employment considerations, and training requirements, and;

-Assist in technical issues in regards to weapon systems procurement and incorporating them into drafts ofrecommendations, point papers, and correspondence for Acquisition Integrated Product Team Leads to respond totechnical inquiries from other government agencies. 

Assist in the duties of managing the Knowledge of DoD and DoN-unique acquisition requirements. Specific areas of responsibility include:

-Comprehensive and detailed knowledge and understanding of DoN Planning, Programming and BudgetingExecution (PPBE), including budgetary policies, procedures and regulations and budget administration methodsand procedures.

-Experience with requirements definition, development and analysis, preparation of budget exhibits, experience withthe DOD Joint Capabilities Integration and Development System (JCIDS) and program execution.

-Develop working relationships with other senior-level resource sponsors and other military and civiliancounterparts outside of OPNAV N98 in delivering the most balanced and sufficient budget for optimal Air-to-AirWeapons readiness.

-Maintaining up-to-date familiarity with weapon PBIS Program Element (PE) Line Item Numbers.  They are usedin the identifying funding lines.

-The position will ensure Air-to-Air Weapons program proposals adhere to POM guidance, level of integration,balance, executability and provides recommendations, alternatives or tradeoffs where necessary.  The goal is to

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 8 of 34 FINAL

 

Page 11: Mod 02-Delivery Order FK03

ensure a whole, balanced Air-to-Air Weapons program for Director, Air Warfare.

-Supporting the Directorate Command Security Coordinator and the Command Information Assurance Manager(IAM), as required.

Conducting weekly data pull of all PBIS accounts assigned to N980W to:

-Inform Requirements Officers when changes occur in funding levels;

-Verify correct PE account and assess impacts; and 

-Maintain open lines of communication with NAVAIR Program Executive Office (Unmanned & Weapons) (PEO(U&W)) and NAVAIR Program Executive Office (Tactical) (PEO (T)) Budget and Financial Managers (BFM) toinform them of potential changes in funding requirements.

-Assist the Directorate in the accomplishment of duties by establishing and maintaining professional officemanagement systems to ensure quality and accuracy of administrative products.

Coordinate and develop working relationships within the Directorate, other resource sponsors and othermilitary and civilian counterparts outside of OPNAV N98 in delivering the most balanced and sufficientbudget for optimal Air-to-Air Weapons readiness. Coordination includes but is not limited to:

-Assist in the creation of schedule and financial data in support of Congressional, OSD, OPNAV, NAVAIR, andPEO data calls and briefing requirements

-Support fiscal year financial planning, execution, and out-year resourcing sustainment, to include developing andpreparing necessary budget documentation for O&M,N, RDT&E, WPN, PAN,MC, and P-18 exhibits; and

-Maintain the data for budgetary and execution planning inputs, and acquisition plan information.

-Analyze and evaluate existing NAVAIR systems and advanced technologies to support decisions for transition ofnew technologies or inclusion of new capabilities into the NMRP model.

-Support all N98 Weapons and Aviation Platform Requirements Officers in the performance of their duties to providetraining requirements, allocations, in accordance with the requirements of the Naval Aviation Enterprise (NAE) AirLaunch Weapons Team (ALWT).  Provide ALWT data to support funding priorities and acquisition developmentfor all Department of Navy Aviation platform and weapons programs through the NAE process.

-Support the Directorate in the management of the requirements of the NAE and of the ALWT that determinesbudget submission requests to support identified warfighter gaps.

-Support the Directorate as the data manager and point of contact for the Department of the Navy’s ALWT thatprovides for the NAE weapon requirements as related Fleet requirements.

-Shall assemble, organize, edit print, and distribute technical and programmatic materials for presentations.

-Shall provide technical recommendations for program documentation in accordance with DOD and SECNAV 5000series.

Additional Minimum Qualifications

-A Bachelor's Degree from an accredited college or university. 

-7 years of experience with US military aircraft, weapons, weapons systems and acquisition programs.  Experiencewith Naval aviation operations.

-3 years of experience and mastery of the specialized areas for developing Core Capabilities Developmentdocumentation including Concept of Operations, JCIDs Documents, Force Structure, Information Support Plan, andKey Performance Parameter KPP documentation, Test and Evaluation Master Plan and Training Support Plans.

5.0  Other Pertinent Information

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 9 of 34 FINAL

 

Page 12: Mod 02-Delivery Order FK03

5.1 Acronyms—

 

AAP Abbreviated Acquisition Program

AoA Analysis of Alternatives

APML Assistant Program Manager for Logistics

BFM       Business Financial Manager

CBA Capabilities Based Assessment

CDD Capabilities Development Document

CDR Critical Design Review

CDRL    Contracts Data Requirements List

CDTM Capability development and Tracking Tool

CNO      Chief of Naval Operations

COR      Contracting Officers Representative

CPD Capabilities Production Document

CWS Compressed Work Schedule

DOD Department of Defense

DODAF DOD Architectural Framework

DTS       Defense Travel System

FMB Financial management and budget

FRC Fleet Readiness Center

GFE Government Furnished Equipment

GFI Government Furnished Information

ICD Initial Capabilities Document

IS Information System

JCIDS Joint Capabilities Integration and DevelopmentSystem

JROC Joint Requirements Oversight Panel

NARG Naval Aviation Requirements Group

NAVAIR Naval Air Systems Command

NWH       Normal working hours

ODC Other Direct Costs

OPNAV Office of the Chief of Naval Operations

PBD         Program Budget Decision

POP Period of Performance

PPBE Planning, Programming, Budget and Execution

RDC Rapid Deployment Capability

RDD Rapid Development & Deployment

SME Subject Matter Expert

SOF Statement of Functionality

T&E Test and Evaluation

TEMP Test and Evaluation Master Plan

 5.2 Period of Performance-

The base period of performance for this requirement is 1 January 2013 through 31 December 2013.  

5.3 Place of Performance-

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 10 of 34 FINAL

 

Page 13: Mod 02-Delivery Order FK03

All contractor personnel, Pentagon, 100%

 5.4  Level of Effort-

Labor Category Base Period HoursProgram Analyst – Senior 1920Program Analyst 3840Financial Analyst 1920Administrative - Senior 3733Administrative 107Total 11520

5.5  Minimum Qualifications (for Program Analysts)-

-Minimum 3 years operational fleet experience

-Knowledge of Naval Aviation (USN and/or USMC) programs missions and challenges

-Knowledge and understanding of the PPBE process:

-Actual working experience within the PPBE process including a strong understanding of all facets of the process,

-Actual working experience with POM development

    a.         Written skills with development of issue generation

    b.         Oral and written skills: Program reviews

-JCIDS certification or actual work experience with JCIDS documentation

-PBIS certification and/or recent user experience.

-Understanding of OPNAV organizational structure, mission and roles.

-Understanding of the OPNAV TV5 Tasker System

-Clearance of SECRET

-See additional minimal requirements within specific tasks (Administrative requirement has qualifications identifiedin the task)

5.6  Government Furnished Equipment/Property/Information-

Work spaces with standard Navy computer, software suite and connectivity.  Building passes for the location inwhich work will be performed and Common Access Cards (CAC).  Access to various government programs basedon task title such as:  Program Budget Information System (PBIS), STARS-FL, FEDSCOPE, CorporateAutomated Resource Information System (CARIS), Intelligent Workbook (IW), NMPBS, Defense Travel System(DTS), Total Force Manpower Management System (TFMMS) and other software, models and databases asrequired for the performance of the above listed tasks.  (Provided all Information Assurance requirements are met).

Personnel supporting the effort off-site must be available during the core business hours of 0800-1600. Telecommuting with prior permission is allowable.  Security, access, and information assurance requirementsremain in effect.

Equipment, furniture, and supplies normally available in an office environment will be provided to contractorpersonnel who work at the government’s site. The government will provide access to data on various OPNAVprograms, systems, processes, and schedules to facilitate the contractor’s support.  The government will alsoprovide access to subject matter experts, as necessary, to provide insight into the functions and tasks required. Noother GFE/GFI is currently anticipated to be provided.

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 11 of 34 FINAL

 

Page 14: Mod 02-Delivery Order FK03

5.7   Security Requirements-

The highest level of security required for this requirement is SECRET. DD254 to be incorporated at time of award.

5.8  Travel-

The estimated travel cost per contract period is not-to-exceed $1,000.00 (not including applicable indirect costs).

5.9  Other Direct Costs (ODCs)-

The estimated ODC requirements are as follows.  The estimated ODCs per contract period is not-to-exceed $1,000(not including applicable indirect costs).  Office supplies are to be provided for contractor use.

5.10  Other Information-

-RESUMES- The Contractor shall provide resumes for all full time equivalents (FTE) proposed prior to thecontract start date for OPNAV approval.

-The contractor shall provide the required services and staffing coverage during normal working hours (NWHs).NWHs are usually 8.5 hours including a 30-minute lunch break), from 0730-1600 each Monday through Friday(except on the legal holidays specified elsewhere). Some supported Government offices have flexibility to start asearly as 0600/0630 and end as late as 1800 Monday-Friday. Services and staffing shall be provided for each office atleast 8 hours per day (during the 8.5 hours workday which includes the 30-minute lunch break).  Based on approvalof the OPNAV Section Head, contractor may elect to work a Flex Schedule, where up to two hours can be workedabove the 8 per day and accrued to a maximum of 24 Flex Hours at any one time.  With OPNAV Section Headapproval, Flex Hours can be used to off-set time when a SME is sick, on vacation or otherwise temporarilyunavailable to perform assigned tasks. Total hours for the POP may not exceed the Level of Effort listed above.

5.11.  Non-Disclosure and Non-Use of Data Agreement/Certification

(a)           Sensitive and/or Proprietary Information and/or Data

In the course of performing this contract, contractor personnel may obtain certain sensitive, non-public informationand/or data.  Such information may be provided by the Navy for the purposes of contract performance.  Other suchinformation may be obtained (indirectly or informally) in the course of working in close proximity to Governmentpersonnel in the Government workplace.  Sensitive, non-public information includes, without limitation,information relating to the Navy’s research, development, products, trade secrets, know-how, contingency plans,budgeting, customers, finances, procurements (including, but not limited to source selection information),pre-deliberative information, personnel, personally identifiable information, and any other related informationwithout regard for whether such information and/or data would otherwise be deemed secret or routine.  Sensitive,non-public information can also include proprietary third party information including but not limited to the research,development, products, trade secrets, and know-how of other contractors.  All such information and/or data shall bedeemed to be “sensitive and/or proprietary,” whether or not designated or marked. 

(b) PPBE Documents and Data

Planning, Programming, Budgeting, and Execution (PPBE) documents and data as described in DoD Directive7045.14, “The Planning, Programming, and Budgeting System,” May 22, 1984, Change 1, July 28, 1990 andDeputy Secretary of Defense Memorandum, “Control of Planning, Programming, Budgeting, and Execution(PPBE) Documents and Information,” 27 March 2004) obtained, received, or learned by the Contractor and/or itspersonnel and/or subcontractors as a result of performance of this contract shall be deemed to be “sensitive” and/or“proprietary” whether or not such data is so designated or marked.  The Contractor and its personnel andsubcontractors who obtain, receive, or learn of PPBE documents and data in the course of performance of thiscontract shall restrict its access to the minimum number of contractor personnel or subcontractors necessary forperformance of this contract.  No one who prepares offers, proposals, bids, and/or quotations for Government and/ornon-Government procurements shall be provided access to PPBE documents or data.  The Contractor shall ensurethat each of its personnel and subcontractors who obtains, receives, or gains knowledge of such information and/ordata as a result of performance of this contract understands and complies with this “Non-Disclosure and Non-Use ofInformation and/or Data” provision.  

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 12 of 34 FINAL

 

Page 15: Mod 02-Delivery Order FK03

(c)           Non-Disclosure of Information and/or data

The Contractor and its personnel and subcontractors shall disclose sensitive and/or proprietary information and/ordata obtained, received, or learned as a result of performance of this contract only to Contractor personnel directlyperforming under this contract and to United States Department of Defense personnel to whom disclosure of suchsensitive and/or proprietary information and/or data is required in performance of this contract.  The Contractor andits personnel and subcontractors shall not disclose such information and/or data to anyone who prepares offers,proposals, bids, and/or quotations for Government and/or non Government procurements.  The Contractor and itspersonnel and subcontractors shall take all steps necessary to prevent disclosure of such sensitive and/or proprietaryinformation and/or data except as specifically permitted herein. 

(d)           Non-Use of Information and/or Data

The Contractor and its personnel and subcontractors shall use sensitive and/or proprietary information and/or dataobtained, received, or learned as a result of performance of this contract, whether in paper or electronic format orreceived orally, only in direct performance of this contract and for no other purpose.  The Contractor and itspersonnel and subcontractors shall not use or consider such information and/or data in the preparation of any offer,proposal, bid, and/or quotation for any Government and/or non Government procurement.  The Contractor and itspersonnel and subcontractors shall take all steps necessary to prevent use of such information and/or data except asspecifically permitted herein.  Contractor employees shall not disclose such information and/or data to persons otherthan United States Department of Defense personnel and to other contractor personnel on a need-to-know basis forperformance of the contract, except as otherwise approved by the Contracting Officer in writing, and unless requiredby court order or applicable law, or unless necessary to conduct a judicial or administrative inquiry.

(e)          Non-Disclosure/Non-Use Agreements

Before any of the Contractor’s personnel or the personnel of any tier subcontractor becomes involved in performanceof this contract, the Contractor shall obtain a non-disclosure/non-use agreement signed by that person.  Thenon-disclosure/non-use agreement shall state that:

 (A)          He/she shall disclose sensitive and/or proprietary information and/or data obtained, received, or learnedby him/her as a result of performance of this contract only to contractor personnel directly performing under thiscontract and to United States Department of Defense personnel to whom disclosure of such data is required inperformance of this contract.

 (B)          He/she shall not disclose sensitive and/or proprietary information and/or data obtained, received, orlearned as a result of performance of this contract to anyone who prepares offers, proposals, bids, and/or quotationsfor Government and/or non Government procurements. 

 (C)          He/she shall use sensitive and/or proprietary information and/or data obtained, received, or learned as aresult of performance of this contract only in direct performance of this contract and for no other purpose.

 (D)          He/she shall not use or consider sensitive and/or proprietary information and/or data obtained, received,or learned as a result of performance of this contract in the preparation of any offer, proposal, bid, and/or quotation forany Government and/or non Government procurement. 

Any access by contractor personnel or the personnel of any tier subcontractor to the Navy’s Program BudgetInformation System (PBIS) requires specific authorization.  Such access will only be provided when necessary forperformance of the contract’s requirements.  A separate “PBIS Data Access Certificate of Nondisclosure” must besigned and provided to the designated PBIS administrator before such access will be authorized.

In the event that the Contractor, its personnel, and or subcontractors will obtain, receive, or learn sensitive and/orproprietary information and/or data of other entities as a result of performance of this contract, the Contractor shallexecute a non-disclosure/non-use agreement with each such entity prior to having access to the sensitive and/orproprietary information and/or data provided by the entity.

(f)            Requirement to Disclose Sensitive and/or Proprietary Information and/or data

If the Contractor, its personnel and/or is subcontractors receive a court order requiring disclosure of informationand/or data obtained, received, or learned as a result of performance of this contract or if the Contractor believes

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 13 of 34 FINAL

 

Page 16: Mod 02-Delivery Order FK03

disclosure of such information and/or data is otherwise required by law or regulation, the Contractor shall contactthe Contracting Officer immediately and fully inform the Contracting Officer of the court order or other requirementprior to any disclosure of information and/or data.

(g)           Exception

This “Non-Disclosure and Non-Use of Information and/or Data” provision does not apply to information and/or datathat (i) Contractor knew before the Navy disclosed it; (ii) has become publicly known through no wrongful act ofContractor; or (iii) the Contractor developed independently, as evidenced by appropriate documentation.  TheContractor shall be responsible for ensuring that all contractor personnel who obtain such data/informationunderstand and abide by the terms of this provision. 

(h)           Government Remedy

Any violation of the terms of this “Non-Disclosure and Non-Use of Information and/or Data” provision is a materialand substantial breach of this contract, and the Government may, in addition to any other remedy available,terminate this contract, or any part thereof, for cause or default. Noncompliance with the “Non-Disclosure andNon-Use of Information and/or Data” provision may also adversely affect the Contractor's past performance rating forconsideration under future acquisitions.

(i)            Non-disclosure/Non-Use Agreements

The Contractor shall maintain all non-disclosure and non-use of data agreements required by this clause and shallmake such agreements available for immediate inspection by the Contracting Officer or the Contracting Officer’sdesignated representative.

(j)            Disposal of Documents

Upon completion of the tasks assigned or termination of the contract, or upon demand, whichever is earliest, thecontractor shall return any and all documents containing sensitive and/or proprietary information and/or data(including any copies or reproductions thereof) in its possession or control.

5.12  SUBPART 5237.1- Service Contracts General

5237.102 Policy

“The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required forperformance of services provided under this contract for the [NAMED COMPONENT] via a secure data collectionsite. 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 Government fiscal year(FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all datashall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk,linked at https://doncmra.nmci.navy.mil.”

6.0   List of Deliverables

All Deliverables shall be delivered in accordance with schedules and conditions specified.

All deliverables shall be submitted under official company letterhead signed by designated company representative. The cover letter shall be addressed to the customer’s Technical Assistant unless otherwise directed.  The coverletter shall include as a minimum, the title of the applicable deliverable, date performed and the appropriate contractnumber and task order number to which the deliverable applies.

   1.  Deliverable Detail—        a. Monthly summary of services provided and hours charged

 

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 14 of 34 FINAL

 

Page 17: Mod 02-Delivery Order FK03

 

 

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 15 of 34 FINAL

 

Page 18: Mod 02-Delivery Order FK03

SECTION D PACKAGING AND MARKING

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

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 16 of 34 FINAL

 

Page 19: Mod 02-Delivery Order FK03

SECTION E INSPECTION AND ACCEPTANCE

QUALITY ASSURANCE SURVEILLANCE PLAN AND MATRIX

1.0       PURPOSE This Quality Assurance Surveillance Plan (QASP) is a Government developed and applied documentused to make sure that systematic quality assurance methods are used in the administration of thePerformance Based Service Contract (PBSC) standards included in this contract.  The intent is toensure that the Contractor performs in accordance with performance metrics set forth in thecontract documents, that the Government receives the quality of services called for in the contractand that the Government only pays for the acceptable level of services received. 2.0       AUTHORITY Authority for issuance of this QASP is provided under FAR 52-212-4(a), Inspection/Acceptance,which provides for inspections and acceptance of the articles, services, and documentation called forin the contract to be accomplished by the Contracting Officer or their duly authorizedrepresentative. 3.0       SCOPE The Contractor, and not the Government, is responsible for management and quality control actionsnecessary to meet quality standards set forth by the contract.  The QASP is put in place to provideGovernment surveillance oversight of the Contractor’s quality control efforts to assure that they aretimely, effective and are delivering the results specified in the contract.  The QASP is not a part ofthe contract nor is it intended to duplicate the Contractor’s Management Plan.  The Governmentmay provide the Contractor an information copy of the QASP as an Attachment to the solicitationto support the Contractor’s efforts in developing its plan for maintaining the levels of qualityanticipated to be delivered under the terms of the contract. 4.0       RESPONSIBILITIES The Government resources shall have responsibilities for the implementation of this QASP asfollows: 

Contracting Officer – The Contracting Officer ensures performance of all necessary actionsfor effective contracting, ensures compliance with the terms of the contract and safeguardsthe interests of the United States in the contractual relationship.  It is the Contracting Officerthat assures the Contractor receives impartial, fair and equitable treatment under the contract. The Contracting Officer is ultimately responsible for the final determination of the adequacyof the Contractor’s performance.Task Order Manager (TOM) – An individual designated in writing by the ContractingOfficer to act as his authorized representative to assist in administering a contract.  Thesource and authority for the TOM is the Contracting Officer.  TOM limitations are containedin the written letter of appointment.

5.0       METHODS OF QA SURVEILLANCE The below listed methods of surveillance shall be used in the administration of this QASP.  The

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 17 of 34 FINAL

 

Page 20: Mod 02-Delivery Order FK03

QASP Matrix (Attachment 1) describes the methods of surveillance that may be used to monitor theservices and deliverables to be provided under the contract. 

Customer Feedback – Customer feedback may be obtained either from the results of formalcustomer satisfaction surveys or from random customer complaints.  Customer complaints, tobe considered valid, must set forth clearly and in writing the detailed nature of the complaint,must be signed and must be forwarded to the Contractor.  The Contractor shall maintain asummary log of all formally received customer complaints as well as a copy of each complaintin a documentation file.

 Random Checks/Inspections – Random checks will be conducted to ensure compliance withthe Standard Operating Procedures (SOP).  The CO or Technical Point of Contact (TPOC)will conduct the random monitoring.

6.0       IDENTIFIED QA SURVEILLANCE ITEMS The PBSC items that have been identified for surveillance are identified in the Performance WorkStatement (PWS). 7.0       DOCUMENTATION The TOM will maintain a complete Quality Assurance Surveillance file.  The file shall contain suchdocuments as copies of all receiving reports, evaluations, recommendations, and any other actionsrelated to the Government’s performance of the quality assurance function.  All such records will beretained for the life of this contract.  At a minimum, the Quality Assurance Surveillance file shallcontain: 

Copies of letters of appointment for the TOMA copy of the contract and all modificationsA copy of the QASP and all subsequent revisionsThe names and titles of individuals on the contract administration teamA record of all accepted receiving reports, required documentation with the submission of eachreceiving report, and reviews and verifications of ITJs.Memoranda for the record or minutes of any pre-performance meetings or conferences.Memoranda for the record or minutes of any meetings or discussions with the contractor, orothers, pertaining to the contract or contract performance or changes to the PWS.

8.0       ANALYSIS OF CONTRACTOR PERFORMANCE The analysis of contractor performance shall be conducted at the end of each month and serves toprovide a summary of the Contractor’s performance to the Contracting Officer and the Contractor. Overall performance is important in determining whether to increase, decrease or maintain thecurrent level of surveillance and/or whether to initiate corrective action to bring the Contractor’swork up to the standards of the specification.

QASP MATRIX

PerformanceElement

Performance RequirementSurveillance

MethodFrequency

Acceptable QualityLevel

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 18 of 34 FINAL

 

Page 21: Mod 02-Delivery Order FK03

ContractDeliverables

Contract deliverables furnishedas prescribed in the PWS,attachments, CDRLs, TaskOrders, etc., as applicable.

Inspection bythe TaskOrderManager(TOM)

100%inspectionof allcontractdeliverables.

>95% of deliverablessubmitted timely andwithout reworkrequired.

QualifiedPersonnel

All personnel on task are fullyqualified in accordance withSection 4 of the PWS

Inspection byTOM

Random>98% personnel fullyqualified IAW withPWS Section

MonthlyStatusReport

Monthly status reports are

submitted by the 10th day ofeach month.  Reports provideany issues and concerns thatneed to be resolved, travel andODC information provided ascontained in the PWS.

Review byTOM/TPOC

Monthly >95% accuracy

ContractorTrip Reports

Contractor trip reports aresubmitted within 10 days ofreturn from travel.  Trip reportprovides summary ofaccomplishments/non-accomplishments duringtravel, and any follow-uprequirements.

Review byTOM/TPOC

As needed

>95% of Reportreceived on time,containing requiredinformation.

InvoicingMonthly invoices per contractprocedures are timely andaccurate.

Review &acceptance ofthe invoice

Monthly 95% accuracy

OverallContractPerformance

Overall contract performance ofsufficient quality to earn aSatisfactory (or higher) ratingin the COR’s annual report onContractor Performance

Assessmentby the TOM

AnnualAll performanceelements ratedSatisfactory (or higher)

 If performance is within acceptable levels, it will be considered to be satisfactory.  If not, overall performance may beconsidered unsatisfactory.  INCENTIVES/DISINCENTIVES: The TOM makes an annual report on Contractor Performance (CPARS or other annual report).  The contractor’sfailure to achieve satisfactory performance under the contract, reflected in the TOM’s annual report, may result intermination of the contract and may also result in the loss of future Government contracts.  Additionally, thecontractor’s failure to achieve satisfactory performance under the contract may also result in the non-exercise ofavailable options. For each item that does not meet acceptable levels, the Government may issue a Contract Discrepancy Report(CDR).  CDRs will be forwarded to the Contracting Officer with a copy sent to the contractor.  The contractor mustreply in writing within 5 days of receipt identifying how future occurrences of the problem will be prevented.  Basedupon the contractor’s past performance and plan to solve the problem, the Contracting Officer will determine if anyfurther action will be taken. 

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 19 of 34 FINAL

 

Page 22: Mod 02-Delivery Order FK03

SECTION F DELIVERABLES OR PERFORMANCE

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

   

5000 1/1/2013 - 12/31/2013

6000 1/1/2013 - 12/31/2013

CLIN - DELIVERIES OR PERFORMANCE

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 20 of 34 FINAL

 

Page 23: Mod 02-Delivery Order FK03

SECTION G CONTRACT ADMINISTRATION DATA

Contracting Officer Representative:

CAPT Thad Dobbert, OPNAV N982000 Navy PentagonWashington DC, DC [email protected]

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 a unit,activity, or organization.

Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow(WAWF).

Local processing office (LPO) is the office responsible for payment certification when payment certification is doneexternal to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests andreceiving reports, as authorized by DFARS 252.232-7003, Electronic Submission

of Payment Requests 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 for self-registrationavailable at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based TrainingCourse and use the Practice Training Site before submitting payment requests through

WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page athttps://wawf.eb.mil/.

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

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

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

2-IN-1

(Contracting Officer: Insert applicable document type(s). Note: If a ``Combo'' document type is identified but notsupportable by the Contractor's business systems, an ``Invoice'' (stand-alone) and

``Receiving Report'' (stand-alone) document type may be used instead.)

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

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 21 of 34 FINAL

 

Page 24: Mod 02-Delivery Order FK03

N00024

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

system.

                           Routing Data Table*

------------------------------------------------------------------------

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC   HQ0338

Issue By DoDAAC   N00189

Admin DoDAAC   N00189

Inspect By DoDAAC   N00024

Ship To Code   NOT APPLICABLE

Ship From Code   NOT APPLICABLE

Mark For Code   NOT APPLICABLE

Service Approver (DoDAAC)   N00024

Service Acceptor (DoDAAC)   N00024 [email protected]

Accept at Other DoDAAC   NOT APPLICABLE

LPO DoDAAC   NOT APPLICABLE

DCAA Auditor DoDAAC   NOT APPLICABLE

Other DoDAAC(s)   NOT APPLICABLE

------------------------------------------------------------------------

(*Contracting Officer: Insert applicable DoDAAC information or ``See schedule'' if multiple ship to/acceptancelocations apply, or ``Not applicable.'')

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includesappropriate contract line item and subline item descriptions of the work performed or supplies delivered, unitprice/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F,(e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``SendAdditional Email Notifications'' field of WAWF once a document is submitted in the system.

 CAPT THAD DOBBERT, [email protected]

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 22 of 34 FINAL

 

Page 25: Mod 02-Delivery Order FK03

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from thefollowing contracting activity's WAWF point of contact.

COR/TOM -CAPT THAD DOBBERT, 703-695-2205 OR [email protected] 

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

(End of clause)

CONTRACT ADMINISTRATION APPOINTMENTS AND DUTIES

In order to expedite administration of this contract/order, the following delineation of duties is provided includingthe names, addresses and phone numbers for each individual or office as specified. The individual/positiondesignated as having responsibility should be contacted for any questions, clarifications or information regardingthefunctions assigned.

1. PROCURING CONTRACTING OFFICER (PCO) is responsible for:

a. All pre-award information, questions, or data;b. Freedom of Information inquiries;c. Change/question/information regarding the scope, terms or conditions of the basic contract document; and/ord. Arranging the post award conference (See FAR 42.503).

Name:        Andrew HildebrandtAddress:    NAVSUP Fleet Logistics Center Norfolk                   1968 Gilbert Street, Suite 600                    Norfolk, VA 23511Phone:        757-443-1321

2. CONTRACT ADMINISTRATION OFFICE (CAO) is responsible for matters specified in FAR 42.302 andDFARS 242.302 except in those areas otherwise designated herein.

Name:        Jana ClevelandAddress:   NAVSUP Fleet Logistics Center Norfolk                  1968 Gilbert Street, Suite 600                   Norfolk, VA 23511Phone:       757-443-1449

3. DEFENSE CONTRACT AUDIT AGENCY (DCAA) is responsible for audit verification/provisional approval ofinvoices and final audit of the contract prior to final payment to the contractor.

Not Applicable

4. PAYING OFFICE is responsible for payment of proper invoices after acceptance is documented.

Name: TBD at Time of AwardAddress: --------------------------------------------------------------------------------------------------------------------------------Phone: -------------------------------------------

5. TASK ORDER MANAGER (TOM) is responsible for:

a. Liaison with personnel at the Government installation and the contractor personnel on site;b. Technical advice/recommendations/clarification on the statement of work;c. The statement of work for delivery/task orders placed under this contract.d. An independent government estimate of the effort described in the definitized statement of work;e. Quality assurance of services performed and acceptance of the services or deliverables;f. Government furnished property;

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 23 of 34 FINAL

 

Page 26: Mod 02-Delivery Order FK03

g. Security requirements on Government installation;h. Providing the PCO or his designated Ordering Officer with appropriate funds for issuance of the Delivery/Taskorder; and/ori. Certification of invoice for payment.

NOTE: When, in the opinion of the Contractor, the COR requests effort outside the existing scope of the contract(or delivery/task order), the Contractor shall promptly notify the Contracting Officer (or Ordering Officer) in writing.No action shall be taken by the contractor under such direction until the Contracting Officer has issued amodification to the contract or, in the case of a delivery/task order, until the Ordering Officer has issued amodification of the delivery/task order; or until the issue has otherwise been resolved. THE COR IS NOT ANADMINISTRATIVE CONTRACTING OFFICER AND DOES NOT HAVE THE AUTHORITY TO DIRECTTHE ACCOMPLISHMENT OF EFFORT WHICH IS BEYOND THE SCOPE OF THE STATEMENT OFWORK IN THE CONTRACT OR DELIVERY/TASK ORDER.

Name:         CAPT Thad DobbertAddress:    Air Warfare Division, OPNAV N98                   2000 Navy Pentagon                   Washington, D.C 20350-2000Phone:      703-695-2205

(End of text)

CONTRACT ADMINISTRATION PLAN (CAP)FOR FIXED PRICE CONTRACTS

In order to expedite the administration of this contract, the following delineation of duties is provided. The names,addresses and phone numbers for these offices or individuals are included elsewhere in the contract award document.The office or individual designated as having responsibility should be contacted for any questions, clarifications, orinformation regarding the administration function assigned.

1. The Procuring Contract Office (PCO) is responsible for:

a. All pre-award duties such as solicitation, negotiation and award of contracts.

b. Any information or questions during the pre-award stage of the procurement.

c. Freedom of Information inquiries.

d. Changes in contract terms and/or conditions.

e. Post award conference.

2. The Contract Administration Office (CAO) is responsible for matters specified in the FAR 42.302 and DFARS42.302 except those areas otherwise designated as the responsibility of the Task Order Manager (TOM) or someoneelse herein.

3. The paying office is responsible for making payment of proper invoices after acceptance is documented.

4. The Task Order Manager (TOM) is responsible for interface with the contractor and performance of duties such asthose set forth below. It is emphasized that only the PCO/CAO has the authority to modify the terms of thecontract. In no event will any understanding, agreement, modification, change order, or other matter deviating fromthe terms of the basic contract between the contractor and any other person be effective or binding on theGovernment. If in the opinion of the contractor an effort outside the scope of the contract is requested, the contractorshall promptly notify the PCO in writing. No action may be taken by the contractor unless the PCO or CAO hasissued a contractual change. The TOM duties are as follows:

a. Technical Interface

(1) The TOM is responsible for all Government technical interface concerning the contractor and furnishing technical

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 24 of 34 FINAL

 

Page 27: Mod 02-Delivery Order FK03

instructions to the contractor. These instructions may include: technical advice/recommendations/clarifications ofspecific details relating to technical aspects of contract requirements; milestones to be met within the general termsof the contract or specific subtasks of the contract; or, any other interface of a technical nature necessary for thecontractor to perform the work specified in the contract. The TOM is the point of contact through whom thecontractor can relay questions and problems of a technical nature to the PCO.

(2) The TOM is prohibited from issuing any instruction which would constitute a contractual change. The TOMshall not instruct the contractor how to perform. If there is any doubt whether technical instructions contemplatedfall within the scope of work, contact the PCO for guidance before transmitting the instructions to the contractor.

b. Contract Surveillance

(1) The TOM shall monitor the contractor's performance and progress under the contract. In performing contractsurveillance duties, the TOM should exercise extreme care to ensure that he/she does not cross the line of personalservices. The TOM must be able to distinguish between surveillance (which is proper and necessary) andsupervision (which is not permitted). Surveillance becomes supervision when you go beyond enforcing the terms ofthe contract. If the contractor is directed to perform the contract services in a specific manner, the line is beingcrossed. In such a situation, the TOM's actions would be equivalent to using the contractor's personnel as if theywere government employees and would constitute transforming the contract into one for personal services.

 (2) The TOM shall monitor contractor performance to see that inefficient or wasteful methods are not being used.  Ifsuch practices are observed, the TOM is responsible for taking reasonable and timely action to alert the contractorand the PCO to the situation. 

(3) The TOM will take timely action to alert the PCO to any potential performance problems. If performanceschedule slippage is detected, the TOM should determine the factors causing the delay and report them to the PCO,along with the contractor's proposed actions to eliminate or overcome these factors and recover the slippage. Once arecovery plan has been put in place, the TOM is responsible for monitoring the recovery and keeping the PCOadvised of progress.

(4) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to the contract you areresponsible for completing a Contractor Performance Assessment Report (CPAR) in the CPARS AutomatedInformation System (AIS). The initial CPAR, under an eligible contract, must reflect evaluation of at least 180 daysof contractor performance. The completed CPAR, including contractor comments if any, (NOTE: contractors areallowed 30 days to input their comments) should be available in the CPARS AIS for reviewing official (PCO)review no later than 270 days after start of contract performance. Subsequent CPARs covering any contract optionperiods should be ready at 1-year intervals thereafter.

c. Invoice Review and Approval/Inspection and Acceptance

(1) The TOM is responsible for quality assurance of services performed and acceptance of the services ordeliverables. The TOM shall expeditiously review copies of the contractor's invoices or vouchers, certificate ofperformance and all other supporting documentation to determine the reasonableness of the billing. In making thisdetermination, the TOM must take into consideration all documentary information available and any informationdeveloped from personal observations.

(2) The TOM must indicate either complete or partial concurrence with the contractor's invoice/voucher byexecuting the applicable certificate of performance furnished by the contractor. The TOM must be cognizant of theinvoicing procedures and prompt payment due dates detailed elsewhere in the contract.

(3) The TOM will provide the PCO and the CAO with copies of acceptance documents such as Certificates ofPerformance.

(4) The TOM shall work with the Contractor to obtain and execute a final invoice no more than 60 days aftercompletion of contract performance. The TOM shall ensure that the invoice is clearly marked as a “Final Invoice.”

d. Contract Modifications. The TOM is responsible for developing the statement of work for change orders ormodifications and for preparing an independent government cost estimate of the effort described in the proposedstatement of work.

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 25 of 34 FINAL

 

Page 28: Mod 02-Delivery Order FK03

e. Administrative Duties

(1) The TOM shall take appropriate action on technical correspondence pertaining to the contract and formaintaining files on each contract. This includes all modifications, government cost estimates, contractorinvoices/vouchers, certificates of performance, DD 250 forms and contractor's status reports.

(2) The TOM shall maintain files on all correspondence relating to contractor performance, whether satisfactory orunsatisfactory, and on trip reports for all government personnel visiting the contractor's place of business for thepurpose of discussing the contract.

(3) The TOM must take prompt action to provide the PCO with any contractor or technical code request for change,deviation or waiver, along with any supporting analysis or other required documentation.

f. Government Furnished Property. When government property is to be furnished to the contractor, the TOM willtake the necessary steps to insure that it is furnished in a timely fashion and in proper condition for use. The TOMwill maintain adequate records to ensure that property furnished is returned and/or that material has been consumedin the performance of work.

g. Security. The TOM is responsible for ensuring that any applicable security requirements are strictly adhered to.

h. Standards of Conduct. The TOM is responsible for reading and complying with all applicable agency standardsofconduct and conflict of interest instructions.

i. Written Report/Contract Completion Statement.

(1) The TOM is responsible for timely preparation and submission to the PCO, of a written, annual evaluation ofthe contractors performance. The report shall be submitted within 30 days prior to the exercise of any contractoption and 60 days after contract completion. The report shall include a written statement that services were receivedin accordance with the Contract terms and that the contract is now available for close-out. The report shall alsoinclude a statement as to the use made of any deliverables furnished by the contractor.

(2) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to the contract you areresponsible for completing a final Contractor Performance Assessment Report (CPAR) in the CPARS with 30 daysof contract completion.

(3) The TOM is responsible for providing necessary assistance to the Contracting Officer in performing ContractClose-out in accordance with FAR 4.804, Closeout of Contract Files.

5. The Technical Assistant (TA), if appointed, is responsible for providing routine administration and monitoringassistance to the TOM. The TA does not have the authority to provide any technical direction or clarification to thecontract. Duties that may be performed by the TA are as follows:

a. Identify contractor deficiencies to the TOM.

b. Review contract deliverables, recommend acceptance/rejection, and provide the TOM with documentation tosupport the recommendation.

c. Assist in preparing the final report on contractor performance for the applicable contract in accordance with theformat and procedures prescribed by the TOM.

d. Identify contract noncompliance with reporting requirements to the TOM.

e. Review contractor status and progress reports, identify deficiencies to the TOM, and provide the TOM withrecommendations regarding acceptance, rejection, and/or Government technical clarification requests.

f. Review invoices and provide the TOM with recommendations to facilitate TOM certification of the invoice.

g. Provide the TOM with timely input regarding technical clarifications for the statement of work, possible technical

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 26 of 34 FINAL

 

Page 29: Mod 02-Delivery Order FK03

direction to provide the contractor, and recommend corrective actions.

h. Provide detailed written reports of any trip, meeting, or conversation to the TOM subsequent to any interfacebetween the TA and contractor.

 

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------500001 1300319920-0001 653285.00  LLA : AA 1731804 8B5B 257 CV312 0 050120 2D 000000  COST CODE: A00001522222 CIN: 130031992000001  6000 1300319920-0001 2000.00  LLA : AA 1731804 8B5B 257 CV312 0 050120 2D 000000  COST CODE: A00001522222 CIN: 130031992000001   BASE Funding 655285.00 Cumulative Funding 655285.00  MOD 01 Funding 0.00 Cumulative Funding 655285.00  MOD 02  500002 1300323609-0001 121131.00  LLA : AB 1731804 4A9A 252 00019 0 050120 2D 000000  COST CODE: A00001542429 CIN: 130032360900001  500003 1300323609-0001 127560.00  LLA : AC 1731804 4D4D 252 00019 0 050120 2D 000000  COST CODE: A10001542429 CIN: 130032360900002  500004 1300323609-0001 35276.56  LLA : AD 1731804 4D4D 252 00019 0 050120 2D 000000  COST CODE: A20001542429 CIN: 130032360900003   MOD 02 Funding 283967.56 Cumulative Funding 939252.56 

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 27 of 34 FINAL

 

Page 30: Mod 02-Delivery Order FK03

SECTION H SPECIAL CONTRACT REQUIREMENTS

CONFLICT OF INTEREST SOLICITATION PROVISIONS FOR ORGANIZATIONAL CONFLICTS OF INTEREST Consistent with the requirements of FAR 9.504(e), the Government will award the contract to the apparentsuccessful offeror unless an OCI exists that cannot be avoided or mitigated.  Accordingly, the contracting officer mayrequire the apparent successful offeror(s) to submit an OCI Identification and Mitigation Plan for review prior toaward.  The contracting officer, with any required assistance from the requiring activity, will review the OCIIdentification and Mitigation Plan submitted by the apparent successful offeror and will determine whether it isacceptable or unacceptable.  If unacceptable, the contracting officer will discuss the deficiencies with the apparentsuccessful offeror(s) and allow an opportunity to respond. ORGANIZATIONAL CONFLICT OF INTEREST As a condition of award, the contractor’s eligibility for future prime contract or subcontract awards may be restricted;therefore, the solicitation contains this proposed clause that specifies both the nature and duration of the proposedrestraint.  NOTE:  See the Section L Provision, NOTICE OF INCLUSION OF ORGANIZATIONAL CONFLICT OFINTEREST CLAUSE, for more information.

(a)     Purpose. This clause seeks to ensure that the contractor (1) does not obtain an unfair competitive advantage overother parties by virtue of its performance of this contract, and (2) is not biased because of its current or plannedinterests (financial, contractual, organizational or otherwise) that relate to the work under this contract.

 (b)     Scope. The restrictions described herein shall apply to performance or participation by the contractor (as defined in

paragraph (d)(7)) in the activities covered by this clause. 

(1) The restrictions set forth in paragraph (e) apply to supplies, services, and other performance rendered with respectto the suppliers and/or equipment listed in the applicable task orders.  Task orders issued under the contract willspecify to which suppliers and/or equipment subparagraph (e) restrictions apply.

 (2) The financial, contractual, organizational, and other interests of contractor personnel performing work under thiscontract shall be deemed to be the interests of the contractor for the purposes of determining the existence of anOrganizational Conflict of Interest. Any subcontractor that performs any work relative to this contract shall besubject to this clause. The contractor agrees to place in each subcontract affected by these provisions the necessarylanguage contained in this clause. 

(c) Waiver. Any request for waiver of the provisions of this clause shall be submitted in writing to the ProcuringContracting Officer. The request for waiver shall set forth all relevant factors including proposed contractualsafeguards or job procedures to mitigate conflicting roles that might produce an Organizational Conflict of Interest.No waiver shall be granted by the Government with respect to prohibitions pursuant to access to proprietary data.

 (d) Definitions. For purposes of application of this clause only, the following definitions are applicable:

(1) “System” includes system, major component, subassembly or subsystem, project, or item.(2) “Nondevelopmental items” are as defined in FAR 2.101.(3) “Systems Engineering” (SE) includes, but is not limited to, the activities in FAR 9.505-1(b).(4) “Technical direction” (TD) includes, but is not limited to, the activities in FAR 9.505-1(b).(5) “Advisory and Assistance Services” (AAS) are those services acquired from non-governmental sources tosupport or improve agency policy development or decision making; or, to support or improve the management oforganizations or the operation of hardware systems. Such services may encompass consulting activities, engineeringand technical services, management support services and studies, analyses and evaluations.(6) “Consultant” services are as defined in FAR 31.205-33(a).(7) “Contractor,” for the purposes of this clause, means the firm signing this contract, its subsidiaries and affiliates,joint ventures involving the firm, any entity with which the firm may hereafter merge or affiliate, and any othersuccessor or assignee of the firm.

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 28 of 34 FINAL

 

Page 31: Mod 02-Delivery Order FK03

(8) “Affiliates” means officers or employees of the prime contractor and first tier subcontractors involved in theprogram and technical decision making process concerning this contract.(9) “Interest” means organizational or financial interest.(10) “Weapons system supplier” means any prime contractor or first tier subcontractor engaged in, or having aknown prospective interest in the development, production or analysis of any of the weapon systems, as well as anymajor component or subassembly of such system.

 (e) Contracting restrictions. [Check the restrictions that apply] 

[X ] (1) To the extent the contractor provides systems engineering and/or technical direction for a system orcommodity but does not have overall contractual responsibility for the development, the integration, assembly andcheckout (IAC) or the production of the system, the contractor shall not (i) be awarded a contract to supply thesystem or any of its major components or (ii) be a subcontractor or consultant to a supplier of the system or of itsmajor components. The contractor agrees that it will not supply to the Department of Defense (either as a primecontractor or as a subcontractor) or act as consultant to a supplier of, any system, subsystem, or major componentutilized for or in connection with any item or other matter that is (directly or indirectly) the subject of the systemsengineering and/or technical direction or other services performed under this contract for a period of three years afterthe date of completion of the contract. (FAR 9.505-1(a)) [ ] (2) To the extent the contractor prepares and furnishes complete specifications covering nondevelopmental itemsto be used in a competitive acquisition, the contractor shall not be allowed to furnish these items either as a primecontractor or subcontractor. This rule applies to the initial production contract, for such items plus a specified timeperiod or event. The contractor agrees to prepare complete specifications covering non-developmental items to beused in competitive acquisitions, and the contractor agrees not to be a supplier to the Department of Defense,subcontract supplier, or a consultant to a supplier of any system or subsystem for which complete specificationswere prepared hereunder. The prohibition relative to being a supplier, a subcontract supplier, or a consultant to asupplier of these systems of their subsystems extends for a period of [insert the period of prohibition] after the termsof this contract. (FAR 9.505-2(a)(1)) [ ] (3) To the extent the contractor prepares or assists in preparing a statement of work to be used in competitivelyacquiring a system or services or provides material leading directly, predictably and without delay to such a workstatement, the contractor may not supply the system, major components thereof or the services unless the contractoris the sole source, or a participant in the design or development work, or a contractor involved in preparation of thework statement. The contractor agrees to prepare, support the preparation of, or provide material leading directly,predictably and without delay to a work statement to be used in competitive acquisitions, and the contractor agreesnot to be a supplier or consultant to a supplier of any services, systems, or subsystems for which the contractorparticipated in preparing the work statement. The prohibition relative to being a supplier, a subcontract supplier, ora consultant to a supplier of any services, systems, or subsystems extends for a period of [insert the period ofprohibition] after the terms of this contract. (FAR 9.505-2(a)(1)) [ ] (4) To the extent work to be performed under this contract requires evaluation of offers for products or services, acontract will not be awarded to a contractor that will evaluate its own offers for products or services, or those of acompetitor, without proper safeguards to ensure objectivity to protect the Government’s interests. Contractor agreesto the terms and conditions set forth in the Statement of Work that are established to ensure objectivity to protectthe Government’s interests. (FAR 9.505-3) [ ] (5) To the extent work to be performed under this contract requires access to proprietary data of other companies,the contractor must enter into agreements with such other companies which set forth procedures deemed adequate bythose companies (i) to protect such data from unauthorized use or disclosure so long as it remains proprietary and(ii) to refrain from using the information for any other purpose other than that for which it was furnished. Evidence ofsuch agreement(s) must be made available to the Procuring Contracting Officer upon request. The contractor shallrestrict access to proprietary information to the minimum number of employees necessary for performance of thiscontract. Further, the contractor agrees that it will not utilize proprietary data obtained from such other companies inpreparing proposals (solicited or unsolicited) to perform additional services or studies for the United StatesGovernment. The contractor agrees to execute agreements with companies furnishing proprietary data in connectionwith work performed under this contract, obligating the contractor to protect such data from unauthorized use ordisclosure so long as such data remains proprietary, and to furnish copies of such agreement to the ContractingOfficer. Contractor further agrees that such proprietary data shall not be used in performing for the Department of

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 29 of 34 FINAL

 

Page 32: Mod 02-Delivery Order FK03

Defense additional work in the same field as work performed under this contract if such additional work is procuredcompetitively. (FAR 9.505-4(b)) [ ] (6) Preparation of Statements of Work or Specifications. If the contractor under this contract assists substantiallyin the preparation of a statement of work or specifications, the contractor shall be ineligible to perform or participatein any capacity in any contractual effort (solicited or unsolicited) which is based on such statement of work orspecifications. The contractor shall not incorporate its products or services in such statement of work orspecifications unless so directed in writing by the Contracting Officer, in which case the restrictions in thissubparagraph shall not apply. Contractor agrees that it will not supply to the Department of Defense (either as aprime contractor or as a subcontractor) or act as consultant to a supplier of, any system, subsystem or majorcomponent utilized for or in connection with any item or work statement prepared or other services performed ormaterials delivered under this contract, and is procured on a competitive basis, by the Department of Defense withone (1) year after completion of work under this contract. The provisions of this clause shall not apply to anysystem, subsystem, or major component for which the contractor is the sole source of supply or which itparticipated in designing or developing. (FAR 9.505-4(b)) [X] (7) Advisory and Assistance Services (AAS). If the contractor provides AAS services as defined in paragraph (d)of this clause, it shall be ineligible thereafter to participate in any capacity in Government contractual efforts(solicited or unsolicited) which stem directly from such work, and the contractor agrees not to perform similar workfor prospective offerors with respect to any such contractual efforts. Furthermore, unless so directed in writing by theContracting Officer, the contractor shall not perform any such work under this contract on any of its products orservices, or the products or services of another firm for which the contractor performs similar work. Nothing in thissubparagraph shall preclude the contractor from competing for follow-on contracts for AAS. 

(f) Remedies. In the event the contractor fails to comply with the provisions of this clause, such noncompliance shall bedeemed a material breach of the provisions of this contract. If such noncompliance is the result of conflictingfinancial interest involving contractor personnel performing work under this contract, the Government may requirethe contractor to remove such personnel from performance of work under this contract. Further, the Government mayelect to exercise its right to terminate for default in the event of such noncompliance. Nothing herein shall preventthe Government from electing any other appropriate remedies afforded by other provisions of this contract, or statuteor regulation.

 (g) Disclosure of Potential Conflicts of Interest. The contractor recognizes that during the term of this contract,

conditions may change which may give rise to the appearance of a new conflict of interest. In such an event, thecontractor shall disclose to the Government information concerning the new conflict of interest. The contractor shallprovide, as a minimum, the following information:

(1) a description of the new conflict of interest (e.g., additional weapons systems supplier(s), corporate restructuring,new first-tier subcontractor(s), new contract) and identity of parties involved;(2) a description of the work to be performed;(3) the dollar amount;(4) the period of performance; and(5) a description of the contractor’s internal controls and planned actions, to avoid any potential organizationalconflict of interest.

  

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 30 of 34 FINAL

 

Page 33: Mod 02-Delivery Order FK03

SECTION I CONTRACT CLAUSES

CLAUSES INCORPORATED BY REFERENCE

52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THANCERTIFIED COST OR PRICING DATA (OCT 2010) 52.217-5 EVALUATION OF OPTIONS (JUL 1990) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (APR 2009) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)  

CLAUSES INCORPORATED BY FULL TEXT 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified inthe contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by theSecretary of Labor. The option provision may be exercised more than once, but the total extension of performancehereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to theContractor within 7 days.

(End of Clause)

52.232-18 AVAILABILITY OF FUNDS (APR 1984)

Funds are not presently available for this contract. The Government’s obligation under this contract is contingentupon the availability of appropriated funds from which payment for contract purposes can be made. No legal liabilityon the part of the Government for any payment may arise until funds are made available to the Contracting Officer forthis contract and until the Contractor receives notice of such availability, to be confirmed in writing by theContracting Officer.

(End of Clause)

252.232-7007 LIMITATION OF GOVERNMENT’S OBLIGATION (MAY 2006)

(a) Contract line item 5000 and 6000 are incrementally funded . For these items, the sum of $ 939,252.56 of thetotal price is presently available for payment and allotted to this contract. An allotment schedule is set forth inparagraph (j) of this clause.

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

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor willnotify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor’s bestjudgment, the work will reach the point at which the total amount payable by the Government, including any costfor termination for convenience, will approximate 85 percent of the total amount then allotted to the contract forperformance of the applicable item(s). The notification will state (1) the estimated date when that point will be

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 31 of 34 FINAL

 

Page 34: Mod 02-Delivery Order FK03

reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items upto the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreedupon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additionalfunds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequentperiod as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to by theparties. If after such notification additional funds are not allotted by the date identified in the Contractor’snotification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additionalfunds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of theGovernment."

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

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

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

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

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

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

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

01 January 2013- $655, 285.0007 February 2013- $283, 967.56

Total Funding Provided: $939,252.56

(End of clause)

SUP 5252.204-9400 SECURITY REQUIREMENTS (JAN 1992)

a. Unless authorized by proper Government officials, the contractor shall not use classified information in theperformance of this contract.

b. Unless authorized by proper Government officials, the contractor shall not use classified information for anypurpose except as stated herein.

c. In accordance with the security classification assigned to this contract, if any, the contractor shall secure andmaintain classified information in conformance with:

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 32 of 34 FINAL

 

Page 35: Mod 02-Delivery Order FK03

1. The manual entitled "Security in Industry";2.Any amendments to said Manual made after the date of this contract, notice of which has been furnished to thecontractor by Director of Ministry of Defense Security (D MOD Sy) which has security cognizance over the facility.

d. The contractor and its facilities are subject to unannounced inspections to ensure compliance with the securityrequirements identified herein. If the contractor or its facilities are not in compliance, it will be required to take stepsto effect compliance or face termination of its contract. Noncompliance with designated security requirements will bereported to appropriate Government officials.

e. If contract costs are increased or decreased by changes in security requirements after award of this contract, theContracting Officer will equitably adjust the contract price.

f. The contractor shall insert this clause in all subcontracts, if the subcontractor will have access to classifiedinformation in order to perform.

g. Before proposing to subcontract with any firm, the contractor shall affirmatively determine whether thesubcontractor:1. If located in the UK, possesses a current facility security clearance of the appropriate level, furnished by D MODSy and the ability to properly store classified information.2. If located in any other country, has been approved by the Government of the United States to have access to U.S.classified information.

(End of Text)

SUP 5252.232-9400 LIMITATION OF LIABILITY - INCREMENTAL FUNDING (JAN 1992)

This contract is incrementally funded and the amount currently available for payment hereunder is limited to$939,252.56 inclusive of fee. It is estimated that these funds will cover the cost of performance through 31December 2013. Subject to the provisions of the clause entitled "Limitation of Funds" (FAR 52.232-22) of theGeneral Provisions of this contract, no legal liability on the part of the Government for payment in excess of$939,252.56 shall arise unless additional funds are made available and are incorporated as a modification to thiscontract.

(End of Text)

SUP 5252.243-9400 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992)

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

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

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

NAME             Andrew HildebrandtADDRESS       NAVSUP Fleet Logistic Center Norfolk                           1968 Gilbert Street, Suite 600, Norfolk, VA 23511TELEPHONE   757-433-1321

(End of Text)

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 33 of 34 FINAL

 

Page 36: Mod 02-Delivery Order FK03

SECTION J LIST OF ATTACHMENTS

Past Performance

DD254

 CONTRACT NO.

 N00178-05-D-4660 DELIVERY ORDER NO.

 FK03 AMENDMENT/MODIFICATION NO.

 02 PAGE

 34 of 34 FINAL