2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 35 08-Feb-2013 See Section G N/A 6. ISSUED BY CODE N00178 7. ADMINISTERED BY (If other than Item 6) CODE S2101A NSWC, DAHLGREN DIVISION 17632 Dahlgren Road Suite 157 Dahlgren VA 22448-5110 DCMA Baltimore 217 EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD 21202-5299 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. URS Federal Technical Services, Inc. 20501 Seneca Meadows Parkway Suite 300 Germantown MD 20876-7007 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4042-0021 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Oct-2010 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) Unilateral per FAR 52.232-22 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) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 08-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 U 1 2
83
Embed
N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2013-03-19 · GENERAL INFORMATION The purpose of this modificaiton is to obligate funding to Option 2 TI 25. The Line
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
35 08-Feb-2013 See Section G N/A6. ISSUED BY CODE N00178 7. ADMINISTERED BY (If other than Item 6) CODE S2101A
NSWC, DAHLGREN DIVISION
17632 Dahlgren Road Suite 157
Dahlgren VA 22448-5110
DCMA Baltimore
217 EAST REDWOOD STREET, SUITE 1800
BALTIMORE MD 21202-5299
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
URS Federal Technical Services, Inc. 20501 Seneca Meadows Parkway Suite 300 Germantown MD 20876-7007 9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X] N00178-04-D-4042-0021
10B. DATED (SEE ITEM 13)
CAGECODE
34157 FACILITY CODE 01-Oct-2010
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.
[ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation
date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
[ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
[X] D. OTHER (Specify type of modification and authority)Unilateral per FAR 52.232-22
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)
15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 08-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 U 1 2
GENERAL INFORMATION
The purpose of this modificaiton is to obligate funding to Option 2 TI 25.
The Line of Accounting information is hereby changed as follows:
The total amount of funds obligated to the task is hereby increased from $20,886,675.00 by$350,000.00 to $21,236,675.00.
CLIN/SLIN Type Of Fund From ($) By ($) To ($)
420029 SCN 0.00 100,000.00 100,000.00
420030 SCN 0.00 250,000.00 250,000.00
The total value of the order is hereby increased from $26,530,790.00 by $0.00 to$26,530,790.00.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
2 of 2 FINAL
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ ----------------- --------- ---- --------------- --------------- -------------- 4000 BASE - Software 0.0 LH $5,308,411.00 engineering, analysis, research development, test and engineering support for Strategic and Weapon Control Systems Department IAW Section C, PWS. (TBD) 400001 Incremental Funding (OPN) 400002 Incremental Funding (OPN) 400003 Incremental Funding (OPN) 400004 Incremental Funding (OPN) 400005 Incremental Funding (OPN) 400006 Incremental Funding (OPN) 400007 Incremental Funding (WCF) 400008 Incremental Funding (OPN) 400009 Incremental Funding (OPN) 400010 Incremental Funding (RDT&E) 400011 Incremental Funding (OPN) 400012 Incremental
Funding (TBD) 400071 Incremental Funding (TBD) 400072 Incremental Funding (TBD) 400073 Incremental Funding (TBD) 4050 BASE FMS - 0.0 LH $1,869,471.00 Software engineering, analysis, research development, test and engineering support for Strategic and Weapon Control Systems Department IAW Section C, PWS. (FMS Case #UZ-P-B AR) 405001 Incremental Funding (FMS Case #UZ-P-B AR) 405002 Incremental Funding (FMS Case #UZ-P-B AR) 405003 Incremental Funding (FMS) 405004 Incremental Funding (FMS) 405005 Incremental Funding (FMS) 405006 Incremental Funding (FMS) 405007 Incremental Funding (FMS) 4100 OPT 1 - Software 0.0 LH $7,688,683.00 engineering, analysis, research development, test and engineering
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
5 of 81 FINAL
support for Strategic and Weapon Control Systems Department IAW Section C (PWS). (TBD) 410001 Incremental Funding (O&MN,N) 410002 Incremental Funding (O&MN,N) 410003 Incremental Funding (O&MN,N) 410004 Incremental Funding (O&MN,N) 410005 Incremental Funding (O&MN,N) 410006 Incremental Funding (O&MN,N) 410007 Incremental Funding (OPN) 410008 Incremental Funding (OPN) 410009 Incremental Funding (WCF) 410010 Incremental Funding (WCF) 410011 Incremental Funding (RDT&E) 410012 Incremental Funding (OPN) 410013 Incremental Funding (RDT&E) 410014 Incremental Funding (O&MN,N) 410015 Incremental Funding for TI #12 (O&MN,N) 410016 Incremental Funding for TI #13 (O&MN,N)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
6 of 81 FINAL
410017 Incremental Funding for TI #14 (O&MN,N) 410018 Incremental Funding for TI #14 (O&MN,N) 410019 Incremental Funding for TI #15 (O&MN,N) 410020 Incremental Funding for TI #16 (O&MN,N) 410021 Incremental Funding for TI #17 (O&MN,N) 410022 Incremental Funding for TI #18 (O&MN,N) 410023 Incremental Funding for TI #20 (O&MN,N) 410024 Incremental Funding for TI #21 (OTHER) 410025 Incremental Funding for TI #21 (OPN) 410026 Incremental Funding for TI #21 (RDT&E) 410027 Incremental Funding for TI #21 (OPN) 410028 Incremental Funding for TI #21 (OTHER) 410029 Incremental Funding for TI #21 (SCN) 410030 Incremental Funding for TI #21 (OPN) 410031 Incremental Funding for TI
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
7 of 81 FINAL
#21 (OPN) 410032 Incremental Funding for TI #21 (SCN) 410033 Incremental Funding for TI #21 (RDT&E) 410034 Incremental Funding for TI #21 (SCN) 410035 Incremental Funding for TI #20 (WCF) 410036 Incremental Funding for TI #13 (WPN) 410037 Incremental Funding for TI #17 (WPN) 410038 Incremental Funding for TI #18 (WPN) 410039 Incremental Funding for TI #21 (SCN) 410040 Incremental Funding for TI #21 (SCN) 410041 Incremental Funding for TI #21 (RDT&E) 410042 Incremental Funding for TI# 21 (OPN) 410043 Incremental Funding for TI# 21 (OTHER) 410044 Incremental Funding for TI#17 (OTHER) 4150 OPT 1 FMS - 0.0 LH $783,000.00 Software engineering, analysis,
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
8 of 81 FINAL
research development, test and engineering support for Strategic and Weapon Control Systems Department IAW Section C (PWS). Option 1 (FMS Case #UZ-P-B AR) 415001 Incremental Funding (FMS) 415002 Incremental Funding (FMS) 415003 Incremental Funding TI#19 (FMS) 415004 Incremental Funding TI#19 (FMS) 4200 OPT 2 - Software 0.0 LH $8,342,888.00 engineering, analysis, research development, test and engineering support for Strategic and Weapon Control Systems Department, IAW Section C (PWS). (TBD) 420001 Incremental Funding for TI#23 (O&MN,N) 420002 Incremental Funding for TI#23 (O&MN,N) 420003 Incremental Funding for TI#23 (O&MN,N) 420004 Incremental Funding for TI#23 (O&MN,N) 420005 Incremental
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
9 of 81 FINAL
Funding for TI#23 (OPN) 420006 Incremental Funding for TI#23 (WPN) 420007 Incremental Funding for TI#23 (OPN) 420008 Incremental Funding for TI#23 (O&MN,N) 420009 Incremental Funding for TI#25 (SCN) 420010 Incremental Funding for TI#25 (RDT&E) 420011 Incremental Funding for TI#26 (OTHER) 420012 Incremental Funding for TI#25 (OPN) 420013 Incremental Funding for TI#25 (OPN) 420014 Incremental Funding for TI#25 (OPN) 420015 Incremental Funding for TI#25 (RDT&E) 420016 unused (OTHER) 420017 Incremental Funding for TI#25 (OPN) 420018 Incremental Funding for TI#25 (SCN) 420019 Incremental Funding for TI#25 (SCN) 420020 Incremental
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
10 of 81 FINAL
Funding for TI23 (OTHER) 420021 Incremental Funding for TI25 (OPN) 420022 Incremental Funding for TI25 (OPN) 420023 Incremental Funding for TI25 (OTHER) 420024 Incremental Funding for TI26 (WCF) 420025 Incremental Funding for TI25 (SCN) 420026 Incremental Funding for TI25 (RDT&E) 420027 Incremental Funding for TI25 (SCN) 420028 Incremental Funding for TI25 (RDT&E) 420029 Incremental Funding for TI25 (SCN) 420030 Incremental Funding for TI25 (SCN) 4250 OPT 2 FMS - 0.0 LH $350,000.00 Software engineering, analysis, research development, test and engineering support for Strategic and Weapon Control Systems Department, IAW Section C (PWS). (FMS Case #UZ-P-B AR)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
11 of 81 FINAL
425001 Incremental Funding for TI#24 (FMS) 425002 Incremental Funding for TI#24 (FMS) 425003 Incremental Funding for TI #27 (FMS) 4300 OPT 3 - Software 0.0 LH $9,273,577.00 engineering, analysis, research development, test and engineering support for Strategic and Weapon Control Systems Department, IAW Section C (PWS). (TBD) Option For ODC Items: Item Supplies/Services Qty Unit Est. Cost ------ ----------------- --------- ---- ---------------- 6000 Base Period, ODCs for CLIN 4000 (TBD) 600001 Incremental Funding (OPN) 600002 Incremental Funding (OPN) 600003 Incremental Funding (OPN) 600004 Incremental Funding (OPN) 600005 Incremental Funding (OPN) 600006 Incremental Fundin (RDT&E) 600007 Incremental Funding (OPN)
615003 Incremental Funding for TI #19 (FMS) 6200 Option 2, ODCs for CLIN 4200 (TBD) 620001 Incremental Funding for TI23 (O&MN,N) 620002 Incremental Funding for TI23 (O&MN,N) 620003 Incremental Funding for TI25 (OPN) 620004 Incremental Funding for TI25 (OTHER) 620005 Incremental Funding for TI25 (SCN) 6250 Option 2, ODCs for CLIN 4250 (FMS Case #UZ-P-B AR) 625001 Incremental Funding for TI#24 (FMS) 625002 Incremental Funding for TI#24 (FMS) 6300 Option 3, ODCs for CLIN 4300 (TBD) Option For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ ----------------- --------- ---- --------------- --------------- -------------- 7000 OPT 4 - Software $9,733,106.00 engineering, analysis, research development, test
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
15 of 81 FINAL
and engineering support for Strategic and Weapon Control Systems Department, IAW Section C (PWS). (TBD) Option For ODC Items: Item Supplies/Services Qty Unit Est. Cost ------ ----------------- --------- ---- ---------------- 9000 Option 4, ODCs for CLIN 7000 (TBD) Option
* NOTE 1: LABOR HOURS (LH)
At the time of award the number of labor hours listed above (0.0 LH) in the Base Period and eachOption Period will be changed to coincide with the Level of Effort provided in Section G, SEA5252216-9122 Level of Effort clause and the number of hours reflected in the cost proposal ofthe successful offeror.
B.1 USE OF WHOLE DOLLARS ONLY
All Proposals shall be rounded to the nearest dollar.
B.2 TYPE OF ORDER
This is a term (level of effort) order.
Items in the 4XXX and 7XXX series are cost plus fixed fee type.Items in the 6XXX and 9XXX series are cost only.
B.3 ADDITIONAL CLINS
Additional CLINs may be unilaterally created by the Contracting Officer during the performanceof this Task Order to accommodate the multiple types of funds that may be used under thisOrder. These modifications will not change the overall level of effort, estimated cost, or base feeof the task order.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
16 of 81 FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
BACKGROUND: The Government requires support in lifetime systems leadership and support for Navy strategicand weapons systems control in related core technical capabilities for the Naval Surface WarfareCenter, Dahlgren Division. These efforts include concept and requirements development, design,integration and testing of 1. SLBM, 2. Automated Planning, Control, and Information Systemsincluding System Software Engineering, Systems Engineering, and System Test and 3. MaritimeWarfare Control Systems including Undersea Warfare (USW) Systems. The following paragraphsdescribe each of the areas in detail. These tasks require technical and management support in theareas of mission planning, high performance computer programs, weapons control, systemsengineering, information assurance and accreditation, hypersonic weapons, reentry bodytechnology and integrated ship strike capability. SCOPE: This support services contract is intended to obtain continuing support for SLBM, AutomatedPlanning, Control, and Information Systems, Maritime Warfare Control Systems, and all relatedmission areas. Following is a brief description of the technical scope of covered areas of thisStatement of Work: 1. SLBM RESEARCH & ANALYSISSystem requirements are allocated to software, software requirements, and geoballistic research insupport of systems development. This work includes:
a. Designing and developing fire control computational algorithms, and defining computationalarchitecture;
b. Coordinating development of fire control software specifications for the United States (US) andUnited Kingdom (UK) SLBM systems, and support specification testing;
c. Designing, implementing, documenting, and maintaining software systems essential for theSLBM program, including the SSGN – Guided Missile Submarine portion;
d. Developing and maintaining operational software that is compatible with system capabilitiesfor the United States Strategic Command (USSTRATCOM) and the Alternate Command Center(ACC);
e. Maintaining and fostering interfaces with USSTRATCOM and the Commander Task Forces(CTFs);
f. Analyzing existing and advanced SLBM and SSGN systems, including future systemsconcepts, and developing deterministic simulations of the total system; and
g. Researching and analyzing weapon system performance.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
17 of 81 FINAL
SYSTEM DEVELOPMENT Research and development in systems and software engineering, including production, distributionand maintenance of operational products to the Fleet. This work includes:
a. Supporting the Fleet with documentation, an active Fleet interface, and responses to Fleetproblems;
b. Performing software logistics planning, production, and processing of media and data to/from theFleet;
c. Designing, developing, integrating, testing, maintaining, and configuration management ofoperational software for the SLBM Weapon Control System (WCS) and the SSGN Launch ControlSystem (LCS);
d. Conducting concept exploration to support future SLBM and SSGN system development;e. Developing and maintaining complete software computing environment encompassing hardware,
software, security and operating procedures; andf. Performing Configuration Management (CM), Quality Control (QC), Review and Audit,
independent Verification, and Formal Qualification Testing (FQT) of all generated Fleet products,including Programs, data, and documentation.
g. Developing and maintaining program plans for the SLBM WCS and SSGN LCS as changes aremade to the system.
h. Performing independent assessment of changes (both hardware and software) made to the SLBMWCS and SSGN LCS.
2. AUTOMATED PLANNING, CONTROL, AND INFORMATION SYSTEMS Total system engineering, software development and system test capabilities. This work includes:
a. Software engineering tasks including requirements analysis, software development, softwareproblem and discrepancy resolution, enhancement assessment, and implementation analysis.
b. Systems engineering tasks for design and development including mission analysis, systemarchitectural design, system level requirements, external interface design, and problem reporting.
c. System test tasks including test plan development, test procedure development, testperformance, problem reporting, and test reporting.
3. MARITIME WARFARE CONTROL SYSTEMS The contractor shall provide systems engineering services in support of development andcertification of USW systems to ensure delivery of the highest quality weapons and fire controlfunctionality. This work includes:
a. Applying systems engineering expertise to the development of weapons and fire controlsystems.
b. Adhering to the principle that systems are fully engineered within the context of the “TotalWarfighting Environment”.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
18 of 81 FINAL
c. Adhering to the principle that systems are fully engineered within the need for “CoordinatedMulti-platform Joint Operations”.
d. Developing and maintaining complete system security documentation and operating procedures. 4. TECHNICAL REQUIREMENTS In providing this support, the contractor shall performactivity associated with the following work areas. 4.1. Formal Qualification Testing (FQT)
The contractor shall perform the verification, acceptance, static and/or dynamic testing for models,including Fire Control (FC) support software, United Kingdom (UK) reference/simulation models,US/UK targeting models and SLBM general purpose tools. The contractor shall develop, write,and update test case input for the Software Test Description (STD) along with Software TestReports (STR) for assigned models. The contractor shall execute and analyze the test casesdeveloped for assigned models. Static testing shall be accomplished in accordance with the QualityAssurance (QA) Methodology. During the implementation of the STD for assigned models, thedocument will be updated as necessary. The contractor shall provide documentation of the resultsof any portions of the assigned tasks. The contractor shall develop utility software as required forthis QA task on the Distributed Graphics System (DGS), SMGS, PC and/or SUN. The contractorwill perform certification on the software and documentation delivery packages. The contractorwill participate in planning meetings and sponsor reviews as required.
4.2. Integrated Production Environment (IPEnet) Maintenance and Technical Support
The contractor shall provide support for receipt of deliveries, for inventories, entering data asrequired, maintaining a technical knowledge of current systems, attending meetings, and providingsupport in the maintenance and enhancement of all K40/K50 equipment. The contractor shallprovide technical personnel to perform all functions necessary to bring ADP equipment from aninitial condition “off state”, to the point where it is available for production use. The contractorshall provide documentation to include procedures for installation and maintenance of all newenhancements made to K40/K50 networks, documentation on all network load studies conducted,providing procedures for K40/K50 systems and/or components, writing and/or updating RoutineMaintenance Procedures, and writing and/or updating Network Troubleshooting Procedures. Contractor will be required to hold a clearance of Secret and be able to hold up to a Top Secret asdeemed necessary.
4.3. SSP Fire Control and Guidance Branch (SP23) Tasking
The contractor shall provide support to Fire Control (FC) Systems program personnel inmanagement and execution of the Fire Control Modernization and SPALT program. The contractorshall participate in, and chair, as required SP23 Change Control Boards, working group meetingsand software product team meetings. The contractor will provide program level documentation to
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
19 of 81 FINAL
include an integrated master schedule and resource loaded capabilities matrix, documentationsupport, and coordinate recommended changes for publication and distribution. The contractorwill review design and specification documents for adequacy and adherence to requirements. Thecontractor will coordinate, document and maintain with all FC activities the SP23 cognizantprogram, safety and related SPALT Program action items. The contractor will prepare theimplementation reports required by DOD ACAT Programs. The contractor shall participate inand support the generation of program briefings. The contractor shall provide documentationconfiguration management and analysis support, in electronic versions on the DGS Network andpaper copy, for documentation related to the Strategic Weapons System Fire Control Systemupgrade. The contractor shall provide meeting support for the NSWCDD SP23 program (SWS andAWCS) related meetings and reviews and maintain program artifacts in the program repository. The contractor shall assess the impact hardware and/or software changes may have on hardwareand/or software implementation, system operation, fleet documentation and ordnance and nuclearsafety. The contractor shall develop Depot Availability Program/Engineered Overhaul workpackages, test procedures and planning for D5 Backfit as required. The contractor shall review andanalyze fleet documents, program planning documents, and other documents as required. Thecontractor shall evaluate proposed weapons systems upgrades to their value and impact. Thecontractor shall generate reports of analyses and investigation in technical memorandum format. The contractor shall prepare material for, participate in, and support SLBM meetings and briefingsas requested. The contractor shall provide support to SP23 Shipboard Systems Personnel inanalysis, oversight, and execution of SLBM development and deployment programs. Thecontractor shall provide support in the analysis, oversight, and execution of paper and electronicdocumentation for nuclear/conventional safety.
4.4. Models and Database Support
The contractor shall maintain, modify, and verify changes to SLBM models hosted on the DGS orPC computer system, as specified by the government. The contractor shall convert, as required,existing models from the DGS environment to a PC. The contractor shall design, code, checkout,and document additional software on general purpose computer systems as needed. Thecontractor shall maintain, modify, verify, and disseminate changes to software tools residing on theDGS Classified computer systems and PCs. The contractor shall design and develop newUNIX-based tools (programs and scripts) that satisfy the functional requirements defined by thegovernment. The contractor shall provide a handbook that documents the methodology forsoftware environments, as required. The contractor shall provide support for the evaluation andimplementation of software and hardware tools and the migration of software to newimplementations, including different workstation platforms and CM tools (e.g., Dimensions). Thecontractor shall make modifications to existing databases on the DGS. The contractor shall design,code, checkout, and, if necessary, populate all or part of a new database application, as required bya Software Requirements Specification (SRS). The contractor shall perform research anddevelopment tasks related to Database Management, as set forth by the government.
4.5. Storage and Media Analysis
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
20 of 81 FINAL
The contractor shall develop or assist in the development process in specifying equipmentrequirements that will be required in the certification of new media and equipment related to thenew media for future Fleet applications. The contractor shall generate and perform various repairsto media under evaluation or designated for use in Fleet applications. The contractor shall provideengineering support in the analysis, design, and specifications of a variety of computer storagemedia that include preparation and submission of reports of findings. The contractor shall providefailure analysis support in resolving subsystem conflicts between the media, drive hardware andfirmware and subsystem software. The contractor shall assist Media Preparation Facility (MPF)personnel with the issue of media status reports, detailing reported failures, current analysis status,and recommendations and disposition of the media. The contractor shall analyze or assist in theanalysis of requirements in the support of future upgrades in media supporting applications in theFleet Programs. The contractor shall develop or assist in the development of engineering designspecifications, operational scenarios, and performance requirements of new media for future Fleetapplications. The contractor shall assist personnel in performing tasks in accordance with MPFoperating procedures. Efforts shall include the recycling of media, the updates of associateddatabases, and the modification of procedures. The contractor shall develop or assist in thedevelopment of software and recommend changes to existing software in the support of mediatesting, specifications, and repair processes and procedures. The contractor shall develop and/ormaintain specifications and documentation for the procurement and testing of storage media. Thecontractor shall provide investigative criteria, development, and engineering support for the designand development of storage media test equipment and fixtures. The contractor shall prepare andsubmit monthly progress reports and weekly reports as required.
4.6. Integrated Budget Planning and Execution System (IBPES)/ Integrated LogisticsSupport Management Information System (ILSMIS)
The contractor shall provide IBPES program modifications according to specifications for customStrategic and Weapon Control Systems- related financial reports and IBPES data entry modules. The contractor shall provide additional IBPES databases as required. The contractor shall providetechnical support in the creation and distribution of IBPES branch/program manager update disksfor program planning cycles as specified. The contractor shall provide technical support on anas-needed basis for the operation and maintenance of IBPES for each Program Office. Thecontractor shall provide technical support and develop appropriate interfaces to/from IBPES toaccommodate transition to new operating environments and software technology. The contractorshall provide upgrades to existing IBPES customizations so the Program Offices can use the mostrecent version of IBPES, which is using Oracle as the backend database. The contractor shallprovide technical support for integrating sponsor generation program and sponsor historical datainto the overall financial system. The contractor shall prepare and maintain user guides for IBPESfor Stub Maintenance, Budget Management, and Financial Management and Maintenance.
4.7. Information Assurance
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
21 of 81 FINAL
The contractor shall provide engineering and documentation support to establish and maintainaccreditation of Computer Networks and Computer Systems. The contractor shall develop, acquireapprovals and maintain all Accreditation documents which would include DIACAP/DITSCAPC&A Packages-as appropriate, Platform Information Technology (PIT) packages, NetworkCONOPS and Firewall Mods. The contractor shall be responsible for accurately entering allaccreditation information into the CXA10 IPA database. The contractor shall also meet therequirements for Information Assurance Officer (IAO) which requires DOD 8570.1 certificationand be responsible for carrying out all IAO duties.
4.8. Ship, Submersible Guided Nuclear (SSGN)
The contractor shall provide support to NSWCDD Guided Missile Submarine (SSGN) in themanagement and execution of the SSGN project/program including the AWCS Design &Deployment Team (ADDT) and AWCS Program Management Team (APMT). The contractorshall participate in the preparation of SSGN AWCS DDT, AWCS PMT, and LCS 102 CDTmeetings, and shall be responsible for generating and distributing advanced agenda and supportingmeeting materials. The contractor shall participate in, as requested, SSGN AWCS DDT, AWCSPMT and LCS102 CDT, Working Groups and Focus Team meetings and Technical Reviews, andshall be responsible for the preparation and posting of meeting minutes and action item lists. Thecontractor shall participate in and support the generation of program briefings. The contractor willprovide program level documentation, documentation support, AWCS Master Schedule support,and coordinate recommended changes for publication and distribution. The contractor shall reviewprogram, design, and specification documents for consistency with SSGN requirements asrequired. The contractor shall participate in the SP23 SSGN AWCS Documentation WorkingGroup and other such working groups, as required. The contractor shall perform analysis of thetasks necessary for the operation of the AWCS and develop and/or review the correspondingprocedural documentation defining the required steps and procedures. The contractor shallmaintain databases such as the AWCS Action Item Database/Milestone Database, AWCS DecisionDatabase, and files on the NSWCDD SSGN Documentation Repository.
4.9. System Software Engineering
The contractor shall perform software engineering tasks including requirements analysis, softwaredevelopment, software problem and discrepancy resolution, enhancement assessment, andimplementation analysis. The contractor shall also provide support for software testing includingdevelopment of CSCI level test cases, test execution, and test reporting.
4.10. Systems Engineering
The contractor shall perform systems engineering tasks for design and development including
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
22 of 81 FINAL
mission analysis, system architectural design, system level requirements, external interface design,documentation writing, and problem reporting.
4.11. System Test Engineering
The contractor shall perform system test tasks including Test Plan development, Test Proceduredevelopment, test performance, problem reporting, and test reporting.
5. Contract Data Requirements List (CDRL) The following is a list of the Contract Data Requirements List items applicable to this contract. A001 – Contractor’s Progress, Status & Management ReportA002 – Technical Report – Study/Services (Miscellaneous Reports)A003 - Computer Software Product End ItemsA004 - System/Subsystem SpecificationA005 – Conference AgendaA006 – Presentation MaterialA007 – Software Requirement SpecificationA008 – Interface Requirements SpecificationA009 – Software Users ManualA010 – Interface Design DescriptionA011 – Software Test PlanA012 – Software Test DescriptionA013 – Technical Report – Study/Services (Memorandums)A014 – Report, Record of Meeting/MinutesA015 – Software Test ReportA016 – Technical Report – Study/Services (Software Problem Report)A017 – Operating Procedures Manual (Maintenance & Operations Manuals)A018 – Critical Task Analysis ReportA019 – Technical Report – Study/Services (Fleet Documentation Outlines)A020 – Operating Procedures Manual (Standard Operating Procedures (SOPs)) 6. Government Furnished Items: Each Technical Instruction will identify the material available as Government Furnished Equipment(GFE) or Government Furnished Information (GFI). In general, past K Departmentdocumentation and program documentation will be available for use to complete the tasks. Someof the GFI include Test Plan Procedures mentioned in the SOW, System Test Development Plans,Standards and Policies, System Engineering Standards, Policies and Process Procedures, SoftwareDevelopment Plans. 7. Travel Requirements:
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
23 of 81 FINAL
Travel is required for many tasks associated with K Department support. Travel is required forboth inside the United States (local and distant) and abroad. Each individual Technical Instructionwill identify the estimated travel required to support the system. 8. Security: The contractor's facility must be cleared at the SECRET level for handling/storage ofdocumentation. All individuals must possess a SECRET clearance. Some individuals may berequired to be authorized for Critical Nuclear Weapons Design Information (CNWDI). 9. Progress Reporting: The Contractor shall prepare and submit monthly progress reports in accordance with CDRLA001.
TERMINATION OF EMPLOYEES WITH NSWCDD BASE ACCESS
The Contractor shall ensure that all employees who have a NSWCDD badge and or vehicle stickerturn in the badge and remove the vehicle sticker immediately upon termination of theiremployment under this order. The above requirement shall be made a part of the standardemployee facility clearance procedures for all separated personnel. The Contractor shall adviseNSWCDD Physical Security of all changes in their personnel requiring NSWCDD base access.
For involuntarily separated personnel and those separated under adverse circumstances, theContractor shall notify NSWCDD Physical Security in advance of the date, time, and locationwhere the NSWCDD representative may physically remove the employee’s vehicle sticker andretrieve the NSWCDD badge prior to the employee departing the Contractor’s facility. In theevent the employee is separated in his or her absence, the Contractor shall immediately notifyNSWCDD Physical Security of the separation and make arrangements between the formeremployee and NSWCDD Physical Security for the return of the badge and removal of the sticker.
Ddl-C30 HAZARDOUS MATERIALS USED ON GOVERNMENT SITE
(a) This clause applies if hazardous materials are utilized at any time during the performance ofwork on a Government site under this order. Hazardous materials are defined in Federal StandardNo. 313 and include items such as chemicals, paint, thinners, cleaning fluids, alcohol, epoxy,flammable solvents, or asbestos.
(b) The contractor shall have an active Hazard Communication Program in place for all contractoremployees per 29 C.F.R. 1910.1200. Before delivery of any hazardous materials onto
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
24 of 81 FINAL
Government property, the Contractor shall provide the TOM with an inventory and MaterialSafety Data Sheet (MSDS) for these materials.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
25 of 81 FINAL
SECTION D PACKAGING AND MARKING
SECTION D PACKAGING AND MARKING
Delivery shall be in accordance with the provisions of the basic contract. Some deliveries maycontain classified information. All technical reports and other deliverable items shall be marked toinclude, as a minimum, the prime contractor's name, contract number, and task order number.
All Deliverables shall be packaged and marked IAW Best Commercial Practice.
All Deliverables shall be packaged and marked IAW Best Commercial Practice.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
26 of 81 FINAL
SECTION E INSPECTION AND ACCEPTANCE
SECTION E INSPECTION AND ACCEPTANCE
Inspection and Acceptance shall be performed at NSWCDD, Dahlgren, VA by the Task OrderManager (TOM) designated herein.
PERFORMANCE BASED CRITERIA:
PERFORMANCE BASED CONTRACT REVIEW AND ACCEPTANCE PROCEDURE
(a) This is a performance-based contract as defined in FAR Part 37.6 (PERFORMANCEBASED ACQUISITIONS). Contractor performance will be reviewed in accordance with theQuality Assurance Surveillance Plan (QASP) in Section H.
(b) The plan defines that this review and acceptance will become part of the annual ContractorPerformance Assessment Reporting System (CPARS). The contractor may obtain moreinformation regarding CPARS process at the following internet site:
http://cpars.navy.mil
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
27 of 81 FINAL
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
4000 10/1/2010 - 7/31/2011
4050 10/1/2010 - 7/31/2011
4100 8/1/2011 - 7/31/2012
4150 8/1/2011 - 7/31/2012
4200 8/1/2012 - 7/31/2013
4250 8/1/2012 - 7/31/2013
6000 10/1/2010 - 7/31/2011
6050 10/1/2010 - 7/31/2011
6100 8/1/2011 - 7/31/2012
6150 8/1/2011 - 7/31/2012
6200 8/1/2012 - 7/31/2013
6250 8/1/2012 - 7/31/2013
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following Items are as follows:
4000 10/1/2010 - 7/31/2011
4050 10/1/2010 - 7/31/2011
4100 8/1/2011 - 7/31/2012
4150 8/1/2011 - 7/31/2012
4200 8/1/2012 - 7/31/2013
4250 8/1/2012 - 7/31/2013
6000 10/1/2010 - 7/31/2011
6050 10/1/2010 - 7/31/2011
6100 8/1/2011 - 7/31/2012
6150 8/1/2011 - 7/31/2012
6200 8/1/2012 - 7/31/2013
6250 8/1/2012 - 7/31/2013
The periods of performance for the following Option Items are as follows:
4300 8/1/2013 - 7/31/2014
6300 8/1/2013 - 7/31/2014
7000 8/1/2014 - 7/31/2015
9000 8/1/2014 - 7/31/2015
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
28 of 81 FINAL
Services to be performed hereunder will be provided at (insert specific address and building etc.)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
29 of 81 FINAL
SECTION G CONTRACT ADMINISTRATION DATA
ACCOUNTING DATA
The award document will include Accounting Data at the end of Section G. All lines ofaccounting are listed sequentially under a heading that identifies the particular action (award ormodification number) under which the funding was obligated. Under SeaPort-e, all funding isidentified/obligated at the SubCLIN (SLIN) level. SLINs are established sequentially by theSeaPort-e software. Each obligation of funds receives a unique SLIN identifier, even if the fundsare an increase to an existing line of accounting (ACRN). Thus, an individual project/work area orTechnical Instruction that is funded incrementally, could have one ACRN but multiple SLINs.Accounting for expenditures and invoicing at the SLIN level is required.
Ddl-G1 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTINGCLASSIFICATION CITATIONS
The Payment Office shall ensure that each payment under this contract is made in accordancewith the accounting classification reference numbers (ACRNs) and Sub-Line (SLIN) numbersshown on each individual invoice, including attached data.
Ddl-G10 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACTAND RESPONSIBILITIES
(*) - To be identified at time of award.
Procuring Contracting Officer (PCO):
(a) Name: Code: CS 11 Address: Naval Surface Warfare Center, Dahlgren Division 17632 Dahlgren Road, Suite 157 Dahlgren, Virginia 22448-5100 Phone: FAX: E-mail:
(b) PCO responsibilities are outlined in FAR 1.602-2. The PCO is the only person authorized toapprove changes in any of the requirements of this Task Order , notwithstanding provisionscontained elsewhere in this contract, the said authority remains solely the PCO’s. The contractorshall 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 otherwiseincluded as part of this contract. In the event the contractor effects any change at the direction ofany person other than the PCO, the change will be considered to be unauthorized.
Contract Specialist:
(a) Name:
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
30 of 81 FINAL
Code: CS 11 Address: Naval Surface Warfare Center, Dahlgren Division 17632 Dahlgren Road, Suite 157 Dahlgren, Virginia 22448-5100 Phone: FAX: ( E-mail:
(b) The Contract Specialist is the representative of the Contracting Officer for all contractualmatters.
Administrative Contracting Officer (ACO)
(a) Name: DCMA Baltimore Code: Address: 217 East Redwood Street, Suite 1800, Baltimore MD 21202-5299 Phone: (410)962-9925 FAX: E-mail:
(b) The Administrative Contracting Officer (ACO) of the cognizant Defense ContractManagement Agency (DCMA) is designated as the authorized representative of the ContractingOfficer for purposes of administering this Task Order in accordance with FAR 42.3. However, inview of the technical nature of the supplies and services to be furnished, technical cognizance isretained by the Naval Surface Warfare Center, Dahlgren Division.
Task Order Manager (TOM):
(a) Name: Code: K03B Address: 5442 Bronson Road, Suite 110 Dahlgren, VA 22448-5159 Phone: FAX: E-mail:
(b) The TOM is the PCO’s appointed representative for technical matters. The TOM is not acontracting officer and does not have the authority to direct the accomplishment of effort whichis beyond the scope of the Task Order or to otherwise change any Task Order requirements. Aninformational copy of the TOM appointment letter which provides a delineation of TOMauthority and responsibilities is provided as an attachment to this Task Order.
Alternate Task Order Manager (ATOM):
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
31 of 81 FINAL
(a) Name: Code: K03 Address: 5442 Bronson Road, Suite 110 Dahlgren, VA 22448-5159 Phone: FAX: E-mail:
(b) The ATOM is responsible for TOM responsibilities and functions in the event that theTOM is unavailable due to leave, illness, or other official business. The ATOM is appointed bythe PCO; a copy of the ATOM appointment is provided as an attachment to this Task Order.
Ddl-H40 FUNDING PROFILE
It is estimated that these incremental funds will provide the labor hours for the task order periodas shown below. The following details funding to dateNote: This table will be completed at timeof award. Funding details for subsequent periods will be identified as Option (s) are exercised./
NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (JAN 2008)
(a) This contract is incrementally funded with respect to both cost and fee. The amount(s)presently available and allotted to this contract for payment of fee for incrementally funded contractline item number/contract subline item number (CLIN/SLIN), subject to the clause entitled "FIXED
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
32 of 81 FINAL
FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this contract for payment of cost forincrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contractentitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and theperiod of performance for which it is estimated the allotted amount(s) will cover are as follows: /
CLINALLOTTEDTO COST
ALLOTTEDTO FEE
ESTIMATEDCPFF
4000 LBR $ 4,524,806
4050 FMS LBR $ $ 1,073,958
6000 ODC $ 251,576
6050 ODC $ 22,040
TOTAL BASE $ 5,872,380
4100 LBR $ 6,959,938
4150 FMS LBR $ 426,150
6100 ODC $ 335,513
6150 ODC $ 45,000
TOTAL OPT 1 $ 7,766,601
4200 LBR $ $ 7,017,461
4250 FMS LBR $ $ 300,860
6200 ODC $ $ 233,773
6250 ODC $ $ 45,600
TOTAL OPT 2 $ $ 7,597,694
/NAVSEA 5252.216-9122 LEVEL OF EFFORT (DEC 2000) (a) The Contractor agrees to provide the total level of effort specified in the next sentence inperformance of the work described in Sections B and C of this contract. The total level of effort forthe performance of this contract shall be total man-hours of directlabor, including subcontractor direct labor for those subcontractors specifically identified in theContractor's proposal as having hours included in the proposed level of effort.
(*The table below and information for the blanks in paragraph (a), (b), and (d) are to be completedby the offeror as part of his proposal.)
Total Labor Hours Compensated Uncompensated
Base Period (CLIN4000)
Option 1 (CLIN4100)
Option 2 (CLIN4200)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
33 of 81 FINAL
Option 3 (CLIN4300)
Option 4 (CLIN7000)
b) Of the total man-hours of direct labor set forth above, it is estimated that man-hours areuncompensated effort.
Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per weekwithout additional compensation for such excess work. All other effort is defined as compensatedeffort. If no effort is indicated in the first sentence of this paragraph, uncompensated effortperformed by the Contractor shall not be counted in fulfillment of the level of effort obligationsunder this contract.
(c) Effort performed in fulfilling the total level of effort obligations specified above shall onlyinclude effort performed in direct support of this contract and shall not include time and effortexpended on such things as (local travel to and from an employee's usual work location),uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at anemployee's residence or other non-work locations (except as provided in paragraph (j) below), orother time and effort which does not have a specific and direct contribution to the tasks described inSections B and C.
(d) The level of effort for this contract shall be expended at an average rate ofapproximately hours per week. It is understood and agreed that the rate ofman-hours per month may fluctuate in pursuit of the technical objective, provided such fluctuationdoes not result in the use of the total man-hours of effort prior to the expiration of the term hereof,except as provided in the following paragraph.
(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure ofdirect labor to such an extent that the total man-hours of effort specified above would be used priorto the expiration of the term, the Contractor shall notify the Contracting Officer in writing settingforth the acceleration required, the probable benefits which would result, and an offer to undertakethe acceleration at no increase in the estimated cost or fee together with an offer, setting forth aproposed level of effort, cost breakdown, and proposed fee, for continuation of the work untilexpiration of the term hereof. The offer shall provide that the work proposed will be subject to theterms and conditions of this contract and any additions or changes required by then current law,regulations, or directives, and that the offer, with a written notice of acceptance by the ContractingOfficer, shall constitute a binding contract. The Contractor shall not accelerate any effort untilreceipt of such written approval by the Contracting Officer. Any agreement to accelerate will beformalized by contract modification.
(f) The Contracting Officer may, by written order, direct the Contractor to accelerate theexpenditure of direct labor such that the total man-hours of effort specified in paragraph (a) abovewould be used prior to the expiration of the term. This order shall specify the acceleration requiredand the resulting revised term. The Contractor shall acknowledge this order within five days of
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
34 of 81 FINAL
receipt.
(g) If the total level of effort specified in paragraph (a) above is not provided by the Contractorduring the period of this contract, the Contracting Officer, at its sole discretion, shall either (i) reducethe fee of this contract as follows:
or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST"(FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable,require the Contractor to continue to perform the work until the total number of man-hours of directlabor specified in paragraph (a) above shall have been expended, at no increase in the fee of thiscontract.
(h) The Contractor shall provide and maintain an accounting system, acceptable to theAdministrative Contracting Officer and the Defense Contract Audit Agency (DCAA), whichcollects costs incurred and effort (compensated and uncompensated, if any) provided in fulfillmentof the level of effort obligations of this contract. The Contractor shall indicate on each invoice thetotal level of effort claimed during the period covered by the invoice, separately identifyingcompensated effort and uncompensated effort, if any.
(i) Within 45 days after completion of the work under each separately identified period ofperformance hereunder, the Contractor shall submit the following information in writing to theContracting Officer with copies to the cognizant Contract Administration Office and to theDCAA office to which vouchers are submitted: (1) the total number of man-hours of direct laborexpended during the applicable period; (2) a breakdown of this total showing the number ofman-hours expended in each direct labor classification and associated direct and indirect costs; (3)a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable costincurred under the contract for the period. Within 45 days after completion of the work underthe contract, the Contractor shall submit, in addition, in the case of a cost underrun; (5) theamount by which the estimated cost of this contract may be reduced to recover excess funds and,in the case of an underrun in hours specified as the total level of effort; and (6) a calculation ofthe appropriate fee reduction in accordance with this clause. All submissions shall includesubcontractor information.
(j) Unless the Contracting Officer determines that alternative worksite arrangements are detrimentalto contract performance, the Contractor may perform up to 10% of the hours at an alternativeworksite, provided the Contractor has a company-approved alternative worksite plan. The primaryworksite is the traditional “main office” worksite. An alternative worksite means an employee’sresidence or a telecommuting center. A telecommuting center is a geographically convenient officesetting as an alternative to an employee’s main office. The Government reserves the right to reviewthe Contractor’s alternative worksite plan. In the event performance becomes unacceptable, theContractor will be prohibited from counting the hours performed at the alternative worksite infulfilling the total level of effort obligations of the contract. Regardless of work location, all contract
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
35 of 81 FINAL
terms and conditions, including security requirements and labor laws, remain in effect. TheGovernment shall not incur any additional cost nor provide additional equipment for contractperformance as a result of the Contractor’s election to implement an alternative worksite plan.
(k) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnishman-hours up to five percent in excess of the total man-hours specified in paragraph (a) above,provided that the additional effort is furnished within the term hereof, and provided further that noincrease in the estimated cost or fee is required.
PAYMENT OF FEE(S) (LEVEL OF EFFORT) (NAVSEA 1993)
(a) For purposes of this delivery order, “fee” means "target fee" in cost-plus-incentive-fee typecontracts, "base fee" in cost-plus-award-fee type contracts, or “fixed fee” in cost-plus-fixed-feefor level of effort type delivery orders.
(b) The Government shall make payments to the Contractor, subject to and in accordance withthe clause in this contract entitled “FIXED FEE” (FAR 52.216-8) or “INCENTIVE FEE”, (FAR52.216-10), as applicable. Such payments shall be equal to the percentage of Fixed Fee to Costshown for the applicable CLIN in Section B on each invoice submitted by and payable to theContractor pursuant to the clause of this contract entitled “ALLOWABLE COST ANDPAYMENT” (FAR 52.216-7), subject to the withholding terms and conditions of the “FIXEDFEE” or “INCENTIVE FEE” clause, as applicable (percentage of fee is based on fee dollarsdivided by estimated cost dollars, including facilities capital cost of money). Total fee(s) paid tothe Contractor shall not exceed the fee amount(s) set forth in this contract.
(c) The fee(s) specified in SECTION B, and payment thereof, is subject to adjustment pursuantto paragraph (g) of the special contract requirement entitled “LEVEL OF EFFORT”. If the fee(s)is reduced and the reduced fee(s) is less than the sum of all fee payments made to the Contractorunder this contract, the Contractor shall repay the excess amount to the Government. If the finaladjusted fee exceeds all fee payments made to the contractor under this contract, the Contractorshall be paid the additional amount, subject to the availability of funds. In no event shall theGovernment be required to pay the Contractor any amount in excess of the funds obligated underthis contract at the time of the discontinuance of work.
(d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid untilthe contract has been modified to reduce the fee(s) in accordance with the “LEVEL OFEFFORT" special contract requirement, or until the Procuring Contracting Officer has advisedthe paying office in writing that no fee adjustment is required.
INSTRUCTIONS REGARDING INVOICING OF FIXED FEE DURING PERFORMANCE
(a) The clause entitled "ALLOTMENT OF FUNDS" in this Section provides the cumulativeamount funded. Separate amounts are provided for Estimated Cost and Fixed Fee. The fundedfixed fee is based on the ratio of negotiated Fixed Fee to Estimated Cost in Section B (includingFacilities Capital Cost of Money) for the applicable Task Order period. When obligating laborfunds, the SeaPort-e software computes, for the Government, separate cumulative cost and fee
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
36 of 81 FINAL
amounts. These amounts are then used by the Government to complete the "ALLOTMENT OFFUNDS" clause. The contractor is not authorized to invoice in excess of the funded fee dollarsshown in the ALLOTMENT OF FUNDS" clause for each Labor CLIN.
(a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OFPAYMENT REQUESTS” (DFARS 252.232-7003), the Naval Sea Systems Command(NAVSEA) will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) systemto accept supplies/services delivered under this contract. This web-based system located athttps://wawf.eb.mil provides the technology for government contractors and authorizedDepartment of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. Invoices for supplies/services rendered underthis contract shall be submitted electronically through WAWF. Submission of hard copyDD250/invoices may no longer be accepted for payment.
(b) It is recommended that the person in your company designated as the Central ContractorRegistration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for thesubmission of invoices, use the online training system for WAWF at http://wawftraining.com.The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the trainingsystem should be reviewed. Vendor Quick Reference Guides also are available athttp://acquisition.navy.mil/navyaos/content/view/full/3521/. The most useful guides are “GettingStarted for Vendors” and “WAWF Vendor Guide”.
(c) The designated CCR EB point of contact is responsible for activating the company’s CAGEcode on WAWF by calling 1-866-618-5988. Once the company is activated, the CCR EB pointof contact will self-register under the company’s CAGE code on WAWF and follow theinstructions for a group administrator. After the company is set-up on WAWF, any additionalpersons responsible for submitting invoices must self-register under the company’s CAGE codeat https://wawf.eb.mil.
(d) The contractor shall use the following document types, DODAAC codes and inspection andacceptance locations when submitting invoices in WAWF:
Type of Document (contracting officer check all that apply)
Invoice (FFP Supply & Service) Invoice and Receiving Report Combo (FFP Supply) Invoice as 2-in-1 (FFP Service Only) X Cost Voucher (Cost Reimbursable, T&M, LH, or FPI) Receiving Report (FFP, DD250 Only).
DODAAC Codes and Inspection and Acceptance Locations
Issue DODAAC N00178
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
37 of 81 FINAL
Admin DODAAC S2101A
Pay Office DODAAC HQ0338
Ship to DODAAC HAA211
LPO DODAAC N/A
Inspection Location See Section E
Acceptance Location See Section E
Attachments created in any Microsoft Office product may be attached to the WAWF invoice,e.g., backup documentation, timesheets, etc. Maximum limit for size of each file is 2 megabytes.Maximum limit for size of files per invoice is 5 megabytes.
(e) Before closing out of an invoice session in WAWF, but after submitting the document(s), youwill be prompted to send additional email notifications. Click on “Send More Email Notification”and add the acceptor/receiver email addresses noted below in the first email address block, andadd any other additional email addresses desired in the following blocks. This additionalnotification to the government is important to ensure that the acceptor/receiver is aware that theinvoice documents have been submitted into WAWF.
Send Additional Email Notification To:
Task Order Manager:
(f) The contractor shall submit invoices/cost vouchers for payment per contract terms and thegovernment shall process invoices/cost vouchers for payment per contract terms. Contractorsapproved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF.Final voucher submission will be approved by the ACO.
(g) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above1-866 number or the NAVSEA WAWF point of contact Margaret Morgan at (202) 781-4815 [email protected].
CONSENT TO SUBCONTRACT
For subcontracts and consulting agreements for services, where the prime contractor anticipatesthat hours delivered will be counted against the hours in the Level of Effort clause in this section,Consent to Subcontract authority is retained by the Procuring Contracting Officer.
The following subcontractors are approved on this order:
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
38 of 81 FINAL
SPECIAL INVOICE INSTRUCTIONS
In an effort to utilize funds prior to cancellation and to ensure that funds are expensed inaccordance with expenditure benchmarks for the multiple programs funding the task order effort,the contractor shall coordinate invoicing of funds with the TOM/ATOM and the paying officeshall disburse funds in accordance with the contractor’s invoice.
EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES
When a Government facility is closed and/or early dismissal of Federal employees is directed dueto severe weather, a security threat, or a facility related problem that prevents personnel fromworking, on-site contractor personnel regularly assigned to work at that facility should follow thesame reporting and/or departure directions given to Government personnel. The contractor shallnot direct charge to the contract for time off, but shall follow parent company policies regardingtaking leave (administrative or other). Non-essential contractor personnel, who are not requiredto remain at or report to the facility, shall follow their parent company policy regarding whetherthey should go/stay home or report to another company facility. Subsequent to an earlydismissal and during periods of inclement weather, on-site contractors should monitor radio andtelevision announcements before departing for work to determine if the facility is closed oroperating on a delayed arrival basis.
When Federal employees are excused from work due to a holiday or a special event (that isunrelated to severe weather, a security threat, or a facility related problem), on site contractorswill continue working established work hours or take leave in accordance with parent companypolicy. Those contractors who take leave shall not direct charge the non-working hours to thetask order.
Contractors are responsible for predetermining and disclosing their charging practices for earlydismissal, delayed openings, or closings in accordance with the FAR, applicable cost accountingstandards, and company policy. Contractors shall follow their disclosed charging practices duringthe task order period of performance and shall not follow any verbal directions to the contrary. Adetermination of cost allowability for time lost due to facility closure will be made in accordancewith FAR, applicable Cost Accounting Standards, and the Contractor's established accountingpolicy.
TRAVEL COSTS - ALTERNATE 1 (NAVSEA)(DEC 2005)
(a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonableactual travel cost in accordance with FAR 31.205-46. The costs to be reimbursed shall be thosecosts accepted by the cognizant DCAA.
(b) Reimbursable travel costs included only that travel performed from the Contractor's facilityto the worksite, in and around the worksite, and from the worksite to the Contractor's facility.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
39 of 81 FINAL
(c) Relocation costs and travel costs incident to relocation are allowable to the extent provided inFAR 31.205-35; however, Contracting Officer approval shall be required prior to incurringrelocation expenses and travel costs incident to the relocation.
(d) The contractor shall not be reimbursed for the following daily local travel costs:
(i) travel at U.S. Military Installations where Government transportation is available.
(ii) travel performed for personal convenience/errands, including commuting to and from work,and
(iii) travel costs incurred in the replacement of personnel when such replacement isaccomplished for the Contractor's or employee's convenience.
Ddl-G12 POST AWARD MEETING
(a) A Post Award Meeting with the successful offeror will be conducted within 15 working daysafter award of the contract. The meeting will be held NSWCDD.
(b) The contractor will be given at least five working days notice prior to the date of theconference by the Contracting Officer.
(c) The requirement for a Post Award meeting shall, in no event, constitute grounds for excusabledelay by the Contractor in performance of any provisions in the contract.
In accordance with (DFARS) PGI 204.7108 "Other" (d) (12) INVOICING AND PAYMENTINSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITIATIONS
Consistent with clause HQ G-2-0006 PAYMENT INSTRUCTIONS FOR MULTIPLEACCOUNTING CITATIONS(b)(12) "Other" (ALTERNATE 1) (NAVSEA) (JAN 2008), whichis in your basic Seaport-e contract, the following payment instructions apply to this task order:
a) This requirement includes support for mulitple programs with indepent budgets and fundinglines. These funding lines are NOT interchangeable and it is critical that the Paying Office pay inaccordance with the ACRNs and SLINs noted on the contractor's invoices. To do otherwisecould result in a misappropriation of funds.
(b) The Payment Office shall ensure that each payment under this contract is made in accordancewith the specific accounting classification reference numbers (ACRNs) and SubCLIN (SLIN)numbers shown on each individual invoice, including attached data.
LLA : FT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001357466 Incremental Funding for TI25; Funding Doc. HSBP1209X01693 MOD 28 Funding 373970.00 Cumulative Funding 20685675.00 MOD 29 420024 1300285061 100000.00 LLA : FU 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001290541 Incremental Funding for TI26 1300285061 Line Item 00002 420025 1300282399 19000.00 LLA : FV 1751811 1224 252 3KWML 0 068342 2D 000000 55688400403H Standard Number: N0002412RX21660-AA Incremental Funding for TI25 1300282399 Line Item 00009 420026 1300282399 25000.00 LLA : FW 97X4930 NH1E 255 77777 0 050120 2F 000000 A70001277508 Incremental Funding for TI25 1300282399 Line Item 00010 620005 1300282399 5000.00 LLA : FX 1751811 1224 252 3KWML 0 068342 2D 000000 55688400403H Standard Number: N0002412RX21660-AA Incremental Funding for TI25 1300282399 Line Item 00009 MOD 29 Funding 149000.00 Cumulative Funding 20834675.00 MOD 30 415003 1235335A (55000.00) LLA : DN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711UFW0T Incremental Funding TI#19 FMS#: UZPBAR 415004 1235336A (35000.00) LLA : DM 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711ULW0T Incremental Funding TI#19 FMS case#: UZPBAR 615002 1235335A (7200.00) LLA : DN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711UFW0T Incremental Funding TI#19 FMS Case#: UZPBAR 615003 1300273168 (5800.00) LLA : EJ 97X4930 NH1E 255 77777 0 050120 2F 000000 E00010000000 Incremental Funding for TI #19 MOD 30 Funding -103000.00 Cumulative Funding 20731675.00 MOD 31 420027 1300282399 20000.00 LLA : FZ 1751811 1224 252 3KWML 0 068342 2D 000000 55688400403A Incremental Funding for TI25 1300282399 Line Item 00011. SCN FY 05 / Fund Doc #
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
59 of 81 FINAL
N0002413WX20419/AA. OWLD 8/31/2013. MOD 31 Funding 20000.00 Cumulative Funding 20751675.00 MOD 32 425003 1300326797 10000.00 LLA : FY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001560976 1300326797-00001 FMS exp 9/30/13, FMS Case # JA-P-FLY, Hull # DDG 112 Option Year: 2 Labor CLIN 4250: $10,000 FED: 09/30/13 WCD: 09/30/13 Contract POP : 08/01/12-07/31/13 Ta MOD 32 Funding 10000.00 Cumulative Funding 20761675.00 MOD 33 Funding 0.00 Cumulative Funding 20761675.00 MOD 34 420028 1300324243 125000.00 LLA : GA 1731319 H4NZ 253 SB415 0 050120 2D 000000 A10001544127 13003242443-00002; USW SUPPORT FY 13 RDTE; EXP - 9/30/14; PMS415 TWS TECHNICAL AND MANAGEMENT EFFORTS FOR TWS. N0002413WX02098-AA Work Completion : 09/30/13 Funding Source Sponsor : PMS415 MOD 34 Funding 125000.00 Cumulative Funding 20886675.00 MOD 35 420029 1300282399 100000.00 LLA : GB 1701811 1224 252 XRWML 0 068342 2D 000000 20010400401A PR 1300282399 Lines 12 ;TI 25 SCN OWLD 5/31/17 (V)15 W/EC216 TDA Program Management & Oversight WCD: 09/30/13 Task Fund Doc #: N0002413RX20675-AA Appropriation: 1701811 SCN No 420030 1300282399 250000.00 LLA : GC 1701811 1224 252 XRWML 0 068342 2D 000000 20010400401A PR 1300282399 Lines 13: TI 25 SCN OWLD 5/31/17 ACB Engineering Support WCD: 09/30/13Task Fund Doc #: N0002413RX20671-AA Appropriation: 1701811 SCN SC MOD 35 Funding 350000.00 Cumulative Funding 21236675.00
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
60 of 81 FINAL
SECTION H SPECIAL CONTRACT REQUIREMENTS
MANDATORY REQUIREMENTS
Offerors must meet all mandatory requirements at time of proposal submission, or have anacceptable plan to meet the requirements by the start date of contract performance. Inaddition, mandatory requirements must be maintained throughout the life of the Task Order. Themandatory requirements are as follows:
Requirement 1 – Workforce Location: The contractor's primary facility for supporting thisacquisition must be located within a one hour travel time to NSWCDD, Dahlgren, VA.
Requirement 2 - Facility Security Clearance: The contractor’s facility must be cleared at theTOP SECRET level for processing and SECRET for storage. Employees must possess SECRETsecurity clearances. See Attachment J.1 DD254.
Requirement 3 – Key Personnel Security Clearances: All technical and support personnelmust have a SECRET clearance with exception of the financial and administrative support. Interim clearances are acceptable. At least one person in either the Program Manager, SystemsEngineer or Sr. Scientist/Engineer categories must be authorized for Critical Nuclear WeaponsDesign Information (CNWDI). As a condition of award, a minimum of 5 proposed KeyPersonnel – three Electronics Technicians and two Systems Engineers – shall have a TOPSECRET clearance.
SPECIAL CONTRACT REQUIREMENTS, QUALITY ASSURANCE SURVEILLANCEPLAN (QASP)
1. PURPOSE
This Quality Assurance Surveillance Plan (QASP) is a Government developed and applied document used to makesure the systematic quality assurance methods are used in the administration of the performance based service order. The intent is to ensure that the contractor performs in accordance with the performance metrics and the Governmentreceives the quality of services called for in the order. A properly executed QASP will assist the Government inachieving the objectives of this procurement.
This Task Order continuing support for SLBM, Automated Planning, Control, and Information Systems, MaritimeWarfare Control Systems, and all related mission areas. The resulting performance based order will have cost plusfixed fee Labor CLINS, and cost only Other Direct Cost (ODC) CLINS. The order will be for a base year with fourone-year options. A properly executed QASP will assist the Government in achieving the overall objectives of thisprocurement. 2. AUTHORITY
Authority for issuance of this QASP is provided under Contract Section E – Inspection and Acceptance, whichprovides for inspections and acceptance of the services and documentation called for in service contracts, to be executedby the Contracting Officer or a duly authorized representative.
3. SCOPEThe QASP is put in place to provide Government surveillance and oversight of the contractor’s efforts to assure thatthey are timely, effective and are delivering the results specified in the order.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
61 of 81 FINAL
The contractor’s performance on this task order will be evaluated by the Government as described below. The firstevaluation will cover the period ending six months after date of contract award with successive evaluations beingperformed for each 12 month period thereafter until the contractor completes performance under this task order. Foreach period, the Government will evaluate the contractor’s performance. The evaluation will encompass all workperformed by the contractor at any time during the period but will not include cumulative information from priorreports. If the Contracting Officer assigns an “Unsatisfactory” performance rating for the period evaluated, the nextoption period will not be exercised. This performance evaluation does not replace any other requirement for evaluating contractor performance that may berequired by this task order such as the Contractor Performance Assessment Reporting System (CPARS) report or theTask Order Performance Evaluation (TOPE) report.
4. GOVERNMENT RESOURCES AND RESPONSIBILITIES
The following Government resources shall have responsibility for the implementation of this QASP:
Procuring Contracting Officer and Administrative Contracting Officer – The Procuring Contracting Officer(PCO) and Administrative Contracting Officer (ACO) ensure performance of all necessary actions for effectivecontracting, ensure compliance with the terms of the contract and safeguard the interests of the United States in thecontractual relationship. The PCO and ACO assure the Contractor receives impartial, fair and equitable treatmentunder the contract. The PCO is ultimately responsible for the final determination of the adequacy of the Contractor’sperformance. The PCO for this order is identified in Section G. The ACO will be designated in the resulting order
Contract Specialist– An individual assigned by the PCO to assist in the daily administration of the contract. TheSpecialist also provides input to the PCO and the TOM as to the quality of performance for areas addressed in this
QASP. The Contract Specialist for this contract is identified in Section G.
Task Order Manager –The TOM is responsible for technical administration of the contract and assures properGovernment surveillance of the contractor’s performance. The TOM is not empowered to make any contractualcommitments or to authorize any changes on the Government’s behalf. Any changes that the contractor deems mayaffect contract price, terms, or conditions shall be referred to the Contracting Officer for action.
Government Technical Point of Contact (TPOC)/Technical Assistant (TA) – The TOM designates an individualGovernment Technical Point of Contact/Technical Assistant to assist in administering specific projects under thecontract. The Government TPOC/TA is responsible for assisting in administering a specific project under thecontract. The TPOC/TA provides input to the TOM as to the quality of technical performance for their respectivearea(s) of expertise. A Government TPOC/TA cannot, in any manner, alter the scope of the contract, makecommitments or authorize any changes on the Government’s behalf.
5. METHODS OF QA SURVEILLANCE
a. QASP - The methods of surveillance are listed in Tables 3 through 5 and shall be used by the TOM in thetechnical administration and the PCO/Contract Specialist in non-technical administration of this QASP. With theexception of the availability of funding, the QASP will be the prime determinant in exercising the option
b. Contractor Performance Assessment Report System (CPARS) – The market place for information technology,engineering, and management support services is very competitive. As such, the successful offeror has a vested interestin the Government generated CPARS under this contract. Additionally, an evaluation using the CPARS format willbe performed at the end of each year of performance. This evaluation will be one determinant in exercising an option. The Government for this procurement will address the quality of product or service, schedule, cost control, businessrelations, management, and other important areas. As this information may affect future source selections throughoutDoD, and the continuation of the order, the annual Government assessment will be used appropriately as an additionalperformance oversight and communication tool with the QASP.
6. DOCUMENTATION
In addition to providing annual reports to the Contracting Officer, the TOM will maintain a complete Quality
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
62 of 81 FINAL
Assurance file. The file will contain copies of all reports, evaluations, recommendations, and any actions related to theGovernment’s performance of the quality assurance function. The TOM shall forward these records to the Contracting
Officer at termination or completion of the order.
6. DOCUMENTATION
In addition to providing annual reports to the Contracting Officer, the TOM will maintain a complete QualityAssurance file. The file will contain copies of all reports, evaluations, recommendations, and any actions related to theGovernment’s performance of the quality assurance function. The TOM shall forward these records to the Contracting
Officer at termination or completion of the order.
7. EVALUATION PROCESS
1. 1st Evaluation Period - The first evaluation will cover the period ending 6 months from task order award.NLT 180 calendar days prior to the end of the base year period of performance, the Contractor shallsubmit a self-assessment. The self-assessment shall be submitted electronically to the PCO, TOM and
Contract Specialist. It shall address all areas of this QASP and cover performance from time of award.
a.
NLT 14 calendar days from receipt of the self-assessment, the TOM is to provide a report to the PCOwhich addresses the Contractor’s performance. The report shall be in accordance with the evaluationcriteria established by this QASP. The TOM shall directly address any inconsistencies between his/her
evaluation and the Contractor’s self-assessment
b.
Within 30 calendar days of receipt of the Contractor’s self-assessment, the PCO will make apreliminary determination. The determination will be based on the TOM’s report, input from theContract Specialist, the Contractor’s self-evaluation, and any other information deemed relevant by theContracting Officer. The PCO shall address disagreements between the TOM’s recommendations andthe Contractor’s assessment. The PCO determination is unilateral and final. The PCO will documentthe determination and provide a copy to the contractor.
c.
2. Subsequent Evaluations – All subsequent evaluations begin twelve months from the initiation of the proceedingevaluation. The process will follow exactly as described above for the first evaluation period. The Contractor willinitiate the process by submitting the self-evaluation exactly 12 months from the date of submission for the previousevaluation period. 3. Interim Evaluation – The TOM can provide feedback to the PCO at anytime during the period of performance. ThePCO will provide this feedback to the Contractor upon receiving it, if the feedback indicates that the Contractor is notmeeting the acceptable performance standards as defined herein.
4. Degradation of Performance - If following a favorable evaluation, the Government experiences a serious degradationin the overall quality of performance, the PCO has the unilateral right to repeat the evaluation process during theremaining period of performance.
8. SURVEILLANCE
The tables below set forth the performance ratings, standards, outcome and surveillance methods of the contractor thatshall be provided to the Contracting Officer by the TOM and Contract Specialist on an annual basis.
(a) Performance Ratings: The Government will evaluate the contractor’s performance of the Performance WorkStatement (PWS) and the Contracting Officer will assign one of the following ratings: (1) Excellent (2) Satisfactory (3) Unsatisfactory
The standards associated with these ratings are given in the following Table 1.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
63 of 81 FINAL
TABLE 1: OVERALL PERFORMANCE RATINGS
Overall Performance Rating Standard
Excellent “Excellent” ratings for all performance evaluation criteria.
Satisfactory A minimum of “Satisfactory” ratings for all performance evaluation criteria.
Unsatisfactory A rating of “Unsatisfactory” for one or more performance evaluation criteria.
(b) Objectives / Determination:
1. Interim/Informal
Interim/informal performance evaluations will be provided to assess performance at each IPR.
2. Annual
The Contracting Officer will make a performance determination at the end of each evaluation period. Thedetermination will be based upon TOM’s recommendations, the contractor’s comments including any Self-EvaluationReport, and any other information deemed relevant by the Contracting Officer. The Contracting Officer shall resolvedisagreements between the TOM’S recommendations and the contractor’s comments/report regarding the evaluation. The Contracting Officer’s performance determination is unilateral and final. The Contracting Officer will document thedetermination and provide a copy to the contractor within 30 days of receipt of the contractor’s self-assessment.
TABLE 2: OBJECTIVES
AssessmentPeriod
Acceptable PerformanceDefinition
How Measured Outcome
Base:All measurement areas rated atleast "Satisfactory".
After the first sixmonths using the QASPevaluation ratings; annuallyusing the CPARS systemcovering the previous 12months.
(+) Meet the acceptableperformance definition as acondition for exercise ofoption 1.*
(-) Does not meet theacceptable performancedefinition as a condition forexercise of an option 1.*
Option I:All measurement areas rated atleast "Satisfactory".
Annually using the QASPevaluation ratings coveringthe previous 12 months;annually using the CPARSsystem covering the optionPOP.
(+) Meet the acceptableperformance definition as acondition for exercise of anoption 2.*
(-) Does not meet theacceptable performancedefinition as a condition forexercise of an option. 2.*
Option II:
All measurement areas rated atleast "Satisfactory". Two or moreareas rated "Excellent". SeeBelow.
Annually using the QASPevaluation ratings coveringthe previous 12 months;annually using the CPARSsystem covering the optionPOP.
(+) Meet the acceptableperformance definition as acondition for exercise of anoption 3.*
(-) Does not meet theacceptable performancedefinition as a condition forexercise of an option 3.*
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
64 of 81 FINAL
Option III:
All measurement areas rated atleast "Satisfactory". Two or moreareas rated "Excellent". SeeBelow.
Annually using the QASPevaluation ratings coveringthe previous 12 months;annually using the CPARSsystem covering the optionPOP.
(+) Meet the acceptableperformance definition as acondition for exercise of anoption 4.*
(-) Does not meet theacceptable performancedefinition as a condition forexercise of an option 4.*
Option IV:
All measurement areas rated atleast "Satisfactory". Two or moreareas rated "Excellent". SeeBelow.
Annually using the QASPevaluation ratings coveringthe previous 12 months;annually using the CPARSsystem covering the optionPOP.
Final CPARS ratings.
* The Government will not exercise the next option year term unless the contractor meets the acceptable performancedefinition.
(c) Performance Evaluation Criteria. The contractor’s performance will be evaluated using the criteria and standardsprovided for each objective, and identified in Tables 3, 5 and 6 of this contract clause. Based on this evaluation,each assessment period will be given an overall rating resulting from the rolled up objective. Each of the criteria inTables 3, 5 and 6 must score a minimum of "Satisfactory" to receive and overall performance rating of "Satisfactory" ineach assessment period. Additional ratings of "Excellent" are required in the last two option years as shown in thetable above.
(d) Organization. The performance evaluation organization consists of the Contracting Officer, who will serve as theDetermining Official, and the TOM. In some instances, a TPOC will be assigned to the contract or task order inaddition to a TOM.
(e) This performance evaluation does not replace any other requirement for evaluating contractor performance that maybe required by this task order such as a Contractor Performance Assessment Reporting System (CPARS) report, or aTask Order Performance Evaluation (TOPE) report.
TABLE 3A: TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS
CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT
TaskPerformance
Work product fails to meetAcceptable Quality Levels (AQLs)defined in PerformanceRequirements Summary Table 3B.
Work product routinely meetsAcceptable Quality Levels(AQLs) defined in PerformanceRequirements Summary Table3B.
Work product frequentlyexceeds Acceptable QualityLevels (AQLs) defined inPerformance RequirementsSummary Table 3B.
Test events areconducted withinscheduled time and all
Test cost overruns not toexceed 10% of theoriginal cost estimate.
Government oversight –review/comment/approvalof each test strategy, test
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
65 of 81 FINAL
test objectives are met.Test reports completedon time IAWgovernmentrequirements forschedule, content, andformat.
Testing schedule met90% of the time. 95% ofthe test objectives are metfor each test event. 95%of all test reportscompleted on schedule95% of test reports haveno errors.
conduct, and subsequenttest report.
C.4.2 Integrated ProductionEnvironment (IPEnet)Maintenance and TechnicalSupport
Revisions and orcorrections to technicaldocumentation includingtechnical reports, andstudies require no morethan two (2) review/comment/approval cyclesto meet acceptance. 90%completed by due date.
Government oversight –review/comment/approvalof each document.
Revisions and orcorrections to technicaldocumentation includingtechnical reports, andstudies require no morethan two (2) review/comment/approval cyclesto meet acceptance. 90%completed by due date.
Government oversight –review/comment/approvalof each document.
Database processing isconducted withinscheduled time and allobjectives are met.Database analysis,documentation &reports completed ontime IAW governmentrequirements forcontent, schedule, andformat.
Database processingschedule met 90% of thetime. 95% of the databaseobjectives are met for eachevent. 95% of all databasedocumentation completedon schedule. 95% ofdatabase reports have noerrors.
Government oversight –review / comment /assessment of databaseprocessing, analysis, andreporting.
C.4.5
Storage and Media Analysis Analysis and repairsconducted withinscheduled time and allobjectives are met.Analysis, repairs &reports completed ontime IAW governmentrequirements forcontent, schedule, andformat.
Analysis and repairschedule met 90% of thetime. 95% of the analysisobjectives are met for eachevent. 95% of all repairreports completed onschedule. 95% of repairreports have no errors.
Government oversight –review / comment /assessment of repairs,analysis, and reporting.
Database processing isconducted withinscheduled time and allobjectives are met.Database analysis,documentation &reports completed ontime IAW governmentrequirements forcontent, schedule, andformat.
Database processingschedule met 90% of thetime. 95% of the databaseobjectives are met for eachevent. 95% of all databasedocumentation completedon schedule. 95% ofdatabase reports have noerrors.
Government oversight –review / comment /assessment of databaseprocessing, analysis, andreporting.
C.4.7 Information Assurance Engineering anddocumentation supportis conducted withinscheduled time and allobjectives are met.Support and reportscompleted on timeIAW governmentrequirements forcontent, schedule, andformat.
Engineering anddocumentation processingschedule met 90% of thetime. 95% of theobjectives are met for eachaccreditation. 95% of allaccreditationdocumentation completedon schedule.
Government oversight –review / comment /assessment ofaccreditation processing,and reporting.
C.4.8 Ship, Submersible GuidedNuclear (SSGN)
Documents aretechnically accurate andgrammatically correct.Reports, studies, andtheir revisions are
Revisions and orcorrections to technicaldocumentation includingtechnical reports, andstudies require no more
Government oversight -review/comment/approval of eachdocument.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
67 of 81 FINAL
delivered IAW agreedupon schedules.
than two (2) review/comment/approval cyclesto meet acceptance. 90%completed by due date.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
68 of 81 FINAL
WorkArea
Performance Objective Performance Standard Acceptable QualityLevel (AQL)
Software engineeringprocessing is conductedwithin scheduled timeand all objectives aremet. Softwareengineeringdocumentation &reports completed ontime IAW governmentrequirements forcontent, schedule, andformat.
Software engineeringschedule met 90% of thetime. 95% of the softwareengineering objectives aremet for each event. 95%of all software engineeringdocumentation completedon schedule. 95% ofsoftware engineeringreports have no errors.
Government oversight –review / comment /assessment of softwareengineering processing,analysis, and reporting.
C.4.10 Systems Engineering Systems engineeringprocessing is conductedwithin scheduled timeand all objectives aremet. Systemsengineeringdocumentation &reports completed ontime IAW governmentrequirements forcontent, schedule, andformat.
Systems engineeringschedule met 90% of thetime. 95% of the systemsengineering objectives aremet for each event. 95%of all systems engineeringdocumentation completedon schedule. 95% ofsystems engineeringreports have no errors.
Government oversight –review / comment /assessment of systemsengineering processing,analysis, and reporting.
C.4.11 System Test Engineering System test engineeringprocessing is conductedwithin scheduled timeand all objectives aremet. System testengineeringdocumentation &reports completed ontime IAW governmentrequirements forcontent, schedule, andformat.
System test engineeringschedule met 90% of thetime. 95% of the systemtest engineering objectivesare met for each event. 95% of all system testengineeringdocumentation completedon schedule. 95% ofsystem test engineeringreports have no errors.
Government oversight –review / comment /assessment of systemtest engineeringprocessing, analysis, andreporting.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
69 of 81 FINAL
STAFFING PERFORMANCE
TABLE 4: TASK ORDER STAFFING PERFORMANCE EVALUATION CRITERIA AND STANDARDS
Criterion Unsatisfactory Satisfactory Excellent
Staffing
Contractor providesmarginally qualified orunqualified personnel.Lapses in coverage occurregularly. Fails to meetAQL defined below.
Contractor providesqualified personnel. Lapsesin coverage mayoccasionally occur and aremanaged without anyadverse impact onperformance. New and/orsubstitute resumessubmitted IAW Task Orderrequirements. Table ofApproved Personnel isaccurate and timely. Personnel work productsare fully consistent withresume qualifications. Qualified staff providedwhen needed.
Contractor consistentlyprovides personnel whoexceed qualifications tothe benefit of thegovernment. There areno lapses in coverage. New and/or substituteresumes submittedIAW Task Orderrequirements. Table ofApproved Personnel isaccurate and timely. Personnel workproducts are fullyconsistent with resumequalifications. Qualified staff providedwhen needed.
TABLE 5: TASK ORDER MANAGEMENT PERFORMANCE EVALUATION CRITERIA ANDSTANDARDS
CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT
ProblemResolution
Problems are unresolved,repetitive, or take excessivegovernment effort to resolve.
Problems are resolvedquickly with minimalgovernment involvement.
Problems are non-existent or thecontractor takes corrective actionwithout governmentinvolvement.
ResponsivenessContractor’s management isunresponsive to governmentrequests and concerns.
Contractor’s management isresponsive to governmentrequests and concerns.
Contractor’s management takesproactive approach in dealingwith government representativesand anticipates Governmentconcerns.
Communications
Contractor often fails tocommunicate with governmentin an effective and timelymanner.
Contractor routinelycommunicates withgovernment in an effectiveand timely manner.
Contractor takes a proactiveapproach such thatcommunications are almostalways clear, effective and timely.
TABLE 6: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS
CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT
CostManagement
Contractor routinely fails tocomplete the effort withinthe originally agreed toestimated cost, i.e. costoverruns frequently occur.
Contractor routinely completesthe effort within the originallyagreed to estimated cost.Contractor provides measures forcontrolling all costs at estimatedcosts. Funds and resources aregenerally used in a cost-effective
Reductions in direct costs to theGovernment below contractestimated costs are noteworthy.Contractor provides detailed costanalysis and recommendations toGovernment for resolution ofproblems identified. Funds and
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
70 of 81 FINAL
manner. No major resourcemanagement problems areapparent.
resources are optimally used toprovide the maximum benefit for thefunds and resources available.Documented savings are apparent.
CostReporting
Reports are generally late,inaccurate incomplete orunclear.
Reports are timely, accurate,complete and clearly written.Problems and/or trends areaddressed, and an analysis is alsosubmitted.
Reports are clear, accurate, andpro-active. Problems and/or trendsare addressed thoroughly, and thecontractor’s recommendations and/orcorrective plans are implemented and
effective.
KEY LABOR CATEGORY QUALIFICATION REQUIREMENTS
To perform the requirements of the PWS, the Government desires Key Personnel with theappropriate experience and professional development qualifications. Key Personnel qualificationlevels are considered to be "desired" for those individuals whose resumes are submitted forevaluation with the proposal. Resumes for any replacement personnel that are submittedfollowing award shall be equal to or better than the individuals initially proposed as required by theclause entitled Ddl-H11 CHANGES IN KEY PERSONNEL in this Section H. Following award,the qualification levels are considered to be minimums for any growth beyond those individualsinitially proposed or in labor categories where no resumes were required for proposal purposes.
(a) Experience – The desired experience for each Key Labor Category must be directly related tothe tasks and programs listed in the PWS.
(b) General Experience - General experience includes work experience in engineering, computerscience, mathematics, physical science, or another field appropriate to the labor categoryemploying skills that apply to the accomplishment of the technical objectives of the Statement ofWork. General experience may not necessarily meet the definition of specialized experience. (c) Specialized Experience - Specific qualifications are provided below by labor category.
(d) Professional Development - Professional development includes honors, degrees, publications,professional licenses and certifications and similar evidence of professional accomplishments thatdirectly impact the offerors ability to perform the order. The years of experience listed below are inaddition to appropriate professional development. It is incumbent upon the offeror to demonstratethat the proposed personnel have appropriate credentials to perform the work.
(e) Accumulation Of Qualifying Experience - Categories of experience may be accumulatedconcurrently.
KEY PERSONNEL - DESIRED QUALIFICATIONS
(1) PROGRAM MANAGER
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
71 of 81 FINAL
Demonstrated ability to manage large (20 or more persons) engineering projects including ability toplan, develop schedules, organize and control tasking and to coordinate with the team members andgovernment sponsors to accomplish assigned tasks. Demonstrated ability to get tasksaccomplished with a team of people within cost and schedule constraints. Also, 5 years programmanagement experience for a contract comparable in size and scope to this effort to includeexperience in managing a contract. A total of 12 years combined general and specialized experience to include 4 years technicalexperience plus 5 years program management experience for a contract comparable in size andscope to this effort to include experience in managing a contract. (2) SYSTEMS ENGINEER Experience in the following areas: the application of system engineering principles and techniquesto complex weapon control systems such as the Strategic Weapon System (SWS) or the AttackWeapon Control System (AWCS); weapon system planning including the development ofprocesses, program plans, and the tracking, oversight, and management of program requirements;the development of fire control alterations such as Strategic Program Alterations (SPALTs); or thelogistics management of software, hardware, and documentation. A total of 10 years combined general and specialized experience to include 5 years specializedexperience. (3) SENIOR SCIENTIST/ENGINEER Experience in the following areas: the development of complex mathematical equations for largescale simulations; aerodynamics (as it applies to ballistic missile trajectory simulations); weaponsystem error analysis; optimal estimation theory; electricity and magnetism; the use of higher levelcomputer languages (Fortran, C, C++, etc.) in the development of complex mathematicalsimulations and models for ballistic missile trajectories; the use of structured programmingtechniques; the use of Program Design Languages (PDLs); numerical methods and analysis usinglarge scale general purpose computers to solve complex mathematical problems; development ofdatabase programs or other programs with heavy emphasis on advanced data structures;development of or quality assurance of large sale simulation programs such as 3 and 6 degree offreedom ballistic missile trajectory simulation models; development of or quality assurance of suchprograms as compilers, assemblers, debug/software quality assurance tools requiring languageparsers, or like programs; development of or quality assurance of operating systems for real timeembedded computer systems; development of large scale programs (more than 10,000 lines ofcode) on systems making extensive use of distributed processing and multitasking; digital computercircuitry design; digital network design; design of circuitry to connect peripheral equipment todigital computers; engineering experience related to Artificial Intelligence, Neural Networks, ExpertSystems, Distributed Systems, Communication Systems or Database Management Systems; FQTor complex mathematical simulation programs such as 3 or 6 Degree of Freedom Missile Trajectory
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
72 of 81 FINAL
Models; or FQT of real time embedded computer programs.
A total of 10 years combined general and specialized experience to include 5 years specializedexperience. (4) JOURNEYMAN SCIENTIST/ENGINEER Experience in the following areas: the development of complex mathematical equations for largescale simulations; aerodynamics (as it applies to ballistic missile trajectory simulations); weaponsystem error analysis; optimal estimation theory; electricity and magnetism; the use of higher levelcomputer languages (Fortran, C, C++, etc.) in the development of complex mathematicalsimulations and models for ballistic missile trajectories; the use of structured programmingtechniques; the use of Program Design Languages (PDLs); numerical methods and analysis usinglarge scale general purpose computers to solve complex mathematical problems; development ofdatabase programs or other programs with heavy emphasis on advanced data structures;development of or quality assurance of large sale simulation programs such as 3 and 6 degree offreedom ballistic missile trajectory simulation models; development of or quality assurance of suchprograms as compilers, assemblers, debug/software quality assurance tools requiring languageparsers, or like programs; development of or quality assurance of operating systems for real timeembedded computer systems; development of large scale programs (more than 10,000 lines ofcode) on systems making extensive use of distributed processing and multitasking; digital computercircuitry design; digital network design; design of circuitry to connect peripheral equipment todigital computers; engineering experience related to Artificial Intelligence, Neural Networks, ExpertSystems, Distributed Systems, Communication Systems or Database Management Systems; FQTor complex mathematical simulation programs such as 3 or 6 Degree of Freedom Missile TrajectoryModels; or FQT of real time embedded computer programs.
A total of 6 years combined general and specialized experience to include 4 years specializedexperience. (5) SENIOR ELECTRONICS TECHNICIAN Experience in the following: analysis of technical data to determine applicability to designproblems; determination of the relative practicality of developing new equipment or adaptingexisting equipment, collection, analysis, and interpretation of test data, to include writing of testreports; test equipment calibration; equipment troubleshooting; development of check-out andoperation procedures for new equipment; planning basic approaches to resolving design problems;literature searches to evaluate feasibility of incorporating new types of components, units, ordevices in equipment; developing special methods of assembling laboratory or prototype models;designing test set-ups and experiments to evaluate or validate system designs; or installing andmaintaining fiber optic networks.
A total of 8 years combined general and specialized experience to include 6 years specialized
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
73 of 81 FINAL
experience. (6) JOURNEYMAN ELECTRONICS TECHNICIAN Experience in the following: analysis of technical data to determine applicability to designproblems; determination of the relative practicality of developing new equipment or adaptingexisting equipment, collection, analysis, and interpretation of test data, to include writing of testreports; test equipment calibration; equipment troubleshooting; development of check-out andoperation procedures for new equipment; planning basic approaches to resolving design problems;literature searches to evaluate feasibility of incorporating new types of components, units, ordevices in equipment; developing special methods of assembling laboratory or prototype models;designing test set-ups and experiments to evaluate or validate system designs; or installing andmaintaining fiber optic networks.
A total of 6 years combined general and specialized experience to include 3 years specializedexperience. (7) JOURNEYMAN TECHNICAL DOCUMENTATION SPECIALIST
Hands-on experience in the operation and maintenance of Strategic Weapon System (SWS)equipments aboard a Ship Submersible Ballistic Nuclear (SSBN) Submarine. Experience in usingSSBN Operating Procedures, Standard Maintenance Procedures, Casualty Procedures, CorrectiveMaintenance Procedures, and other reference documentation required to maintain the SWS at a highstate of readiness.
A total of 6 years combined general and specialized experience to include 6 years specializedexperience. (8) TECHNICAL SPECIALIST Experience in one or more of the following areas:
(a) The operation, maintenance, and documentation of Strategic Weapon System (SWS)equipments aboard a Ship Submersible Ballistic Nuclear (SSBN) Submarine. Experience in usingSSBN Operating Procedures, Standard Maintenance Procedures, Casualty Procedures, CorrectiveMaintenance Procedures, and other reference documentation required to maintain the SWS at a highstate of readiness.
(b) The operation, maintenance, and documentation of the Attack Weapon Control System(AWCS) equipments aboard a Ship Submersible Guided-Missile Nuclear (SSGN) Submarine.Experience in using SSGN Operating Procedures, Standard Maintenance Procedures, CasualtyProcedures, Corrective Maintenance Procedures, and other reference documentation required tomaintain the SWS at a high state of readiness.
(c) The preparation and distribution of new and updated program documentation. May
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
74 of 81 FINAL
include program plans, agendas, action items, and meeting minutes for working groups and supportfor the delivery of Strategic Program Alterations (SPALTs). Maintenance of program calendarssuch as a Fire Control calendar and management of program data on a shared asset such as aRepository. Experience with configuration management for Program Documentation Changes(PDCs).
(d) The coordination, scheduling, attendance, and documentation of meetings,teleconferences, and web conferences. The development of organizational and programmaticmeeting presentation materials. A total of 5 years combined general and specialized experience to include 5 years specializedexperience. (9) COMPUTER SPECIALIST Experience in the design, implementation, maintenance, and/or modification of systems for solvingproblems and accomplishing work processes by the use of digital computers. A total of 6 years combined general and specialized experience to include 3 years specializedexperience. NON-KEY PERSONNEL - DESIRED QUALIFICATIONS (1). COMPUTER ASSISTANT Experience in computer programming maintenance and modification tasks. It is desired that the above specialized experience be specifically related to DOD weapons systemprograms. Specific SLBM program experience is highly desirable. By definition, specializedexperience satisfies the definition of general experience and can be counted concurrently. (2). JUNIOR SCIENTIST/ENGINEER – A total of 1 year combined general and specializedexperience to include 1 year specialized experience. (3). JUNIOR ELECTRONICS TECHNICIAN – A total of 1 year combined general andspecialized experience to include 0 years specialized experience. (4). COMPUTER ASSISTANT – A total of 3 years combined general and specialized experienceto include 1 year specialized experience. (5). DATA PROCESSING ASSISTANT – A minimum six (6) months experience in direct supportof computer program development or computer operations primarily in the area of program librarycontrol and data management.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
75 of 81 FINAL
(6). DRAFTSMAN – A minimum of one (1) year drafting and illustration experience, includingboth manual and automated processes. (7). WORD PROCESSOR - A minimum of one (1) year word processing experience to includeexperience with DOD forms and formats.
Ddl-H11 CHANGES IN KEY PERSONNEL
(a) The Contractor agrees that a partial basis for award of this contract is the list of key personnelproposed. Accordingly, the Contractor agrees to assign to this contract those key persons whoseresumes were submitted with the proposal necessary to fulfill the requirements of the contract. Nosubstitution shall be made without prior notification to and concurrence of the Contracting Officerin accordance with this requirement.
(b) The contractor agrees that during the first 90 days of the period of performance no keypersonnel substitutions will be permitted unless such substitutions are necessitated by anindividual’s sudden illness, death, or termination of employment. All proposed substitutions shallhave qualifications equal to or higher than the qualifications of the person to be replaced. TheContracting Officer shall be notified in writing of any proposed substitution at least fifteen (15)days, or thirty (30) days if a security clearance is to be obtained, in advance of the proposedsubstitution. Such notification shall include:
(1) An explanation of the circumstances necessitating the substitution;
(2) A complete resume of the proposed substitute;
(3) The hourly rates of the incumbent and the proposed substitute; (4) A chart summarizing the years of experience and professional development for theindividuals involved in the substitution; and
(5) Any other information requested by the Contracting Officer to enable him/her to judgewhether or not the Contractor is maintaining the same high quality of personnel that provided thepartial basis for award.
(c) The Contracting Officer shall also receive written notification if no substitution is beingrequested. This notification shall include (1) the name of the initial person proposed; and (2) thereasons why the individual is not being made available to perform under the task order to the extentproposed.
(d) In the event a requirement to increase the specified level of effort for a designated labor
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
76 of 81 FINAL
category, but not the overall level of effort of the contract, occurs, the Contractor shall submit tothe Contracting Officer a written request for approval to add personnel to the designated laborcategory. The same information as specified in paragraph (b) above is to be submitted with therequest.
(e) The Contracting Officer shall evaluate requests for changes in personnel and promptly notifythe Contractor, in writing, whether the request is approved or disapproved.
Ddl-H13 POST AWARD CONTRACTOR PERSONNEL APPROVAL
(a) Requests for post award approval of additional and/or replacement key personnel shall besubmitted via e-mail. E-mail submissions shall be made simultaneously to the Contract Specialistand the TOM. Electronic notification via e-mail from the Contract Specialist will serve as writtenapproval/disapproval on behalf of the Contracting Officer. This approval is required before anindividual may begin charging to the Task Order.
(b) It is desired that resumes be submitted in the format required below. However, in order toexpedite contract administration, contractor format may be used providing sufficient information issubmitted for an independent comparison of the individual's qualifications with labor categoryrequirements.
(c) If the employee is not a current employee of the contractor (or a subcontractor), a copy of theaccepted offer letter (which identifies a projected start date and the agreed to annual salary) shall beprovided.
RESUME FORMAT AND CONTENT REQUIREMENTS
All resumes submitted under this order shall include, as a minimum, the following information:
(a) Complete Name (b) Task Order Labor Category & Contractor Labor Category (c) Percentage of Time to be Allocated to this Effort (d) Current Work Location & Proposed Work Location (e) Current Security Clearance Level (identify Interim or Final) (f) Years of Professional Experience (g) Educational History / Professional Development (h) Chronology of Work History/ Professional Experience
(a) Performance of the work hereunder shall be subject to written technical instructions issuedelectronically by the Contract Specialist on behalf of the Contracting Officer. As used herein,
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
77 of 81 FINAL
technical instructions are defined to include the following:
(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift workemphasis, fill in details or otherwise serve to accomplish the contractual PWS.
(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications ortechnical portions of work description.
(b) Technical instructions must be within the general scope of work stated in the order. Technicalinstructions may not be used to: (1) assign additional work under the order; (2) direct a change asdefined in the "CHANGES" clause of the basic contract; (3) increase or decrease theestimated order amount (including fee), as applicable, the level of effort, or the time requiredfor task order performance; or (4) change any of the terms, conditions or specifications of theorder.
(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope ofthe order or is inconsistent with this requirement, the Contractor shall notify the ContractingOfficer in writing within ten (10) working days after the receipt of any such instruction. TheContractor shall not proceed with the work affected by the technical instruction unless and untilthe Contractor is notified by the Contracting Officer that the technical instruction is within thescope of this order.
(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performingthat portion of the contractual work statement which is not affected by the disputed technicalinstruction.
SUBCONTRACTORS/CONSULTANTS
(a) In addition to the information required by FAR 52.244-2(e)(2) Alternate I, the contractor shallinclude the following information in requests to add subcontractors or consultants duringperformance, regardless of subcontract type or pricing arrangement.
(1) The results of negotiations to incorporate rate caps no higher than the lower of (i) Seaport-erate caps for the prime contractor, or in the case where the proposed subcontractor is also aSeaport-e prime, (ii) rate caps that are no higher than the subcontractor's prime Seaport-e contract.
(2) Impact on subcontracting goals, and
(3) Impact on providing the support at the contracted value.
SAVINGS INITIATIVES
The following cost savings initiatives are required under this Task Order.
Annual Labor Escalation: % per year
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
78 of 81 FINAL
Maximum Pass-Thru Rate: % on Subcontractor Cost, % on Subcontractor MaterialHandling Costs
Fixed Fee: on Prime Costs
The above maximum rates are applicable to the prime contractor. If subcontracting is proposed, theprime contractor is strongly encouraged to restrict subcontractor fixed fee to the lower of (a) theprime contractor’s fee under this order or (b) the subcontractor’s SeaPort-e fixed fee rate where thesubcontractor is also a prime contractor under SeaPort-e. The purpose of this is the Government’sdesire to avoid having it be more financially lucrative for a firm to be a subcontractor rather than aprime contractor under SeaPort-e. The Government strongly encourages the prime contractor toalso implement this under Time and Materials subcontracts. Subcontractors may not earn fee onODC’s.
The Government also strongly encourages the prime contractor to eliminate “double pass-thru”costs by (1) avoiding second tier subcontractors/consultants during performance and (2) where thissituation is unavoidable, limiting subcontractor pass-thru costs to the lower of (i) the primecontractor’s pass-thru rate under this order or(ii) the subcontractor’s SeaPort-e pass-thru ratewhere the subcontractor is also a prime contractor under SeaPort-e.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
79 of 81 FINAL
SECTION I CONTRACT CLAUSES
CLAUSES INCORPORATED BY REFERENCE
252.239-7001 Information Assurance Contractor Training and Certification (JAN 2008)
CLAUSES INCORPORATED BY FULL TEXT:
52.217-9 OPTION TO EXTEND THE TERMS OF THE CONTRACT (MAR 2000)(NAVSEA VARIATION) (MAR 2000)
(a) The Government may extend the term of this contract by written notice(s) to the Contractorwithin the periods specified below; provided that the Government gives the Contractor apreliminary written notice of its intent to extend at least 30 days before the task order expires. Ifmore than one option exists, each option is independent of any other option, and theGovernment has the right to unilaterally exercise any such option whether or not it has exercisedother options..
Item Latest Option Exercise Date
4300 07/31/2014
6300 07/31/2014
7000 07/31/2015
9000 07/31/2015
(b) If the Government exercises this option, the extended contract shall be considered to include thisoption clause.
(c) The total duration of this contract, including the exercise of any option(s) under this clause, shallnot exceed five (5) years, however, in accordance with paragraph (g) of the requirement of thiscontract entitled "LEVEL OF EFFORT" (NAVSEA 5252.216-9122), if the total manhoursdelineated in paragraph (a) of the LEVEL OF EFFORT requirement, have not been expended withinthe period specified above, the Government may require the Contractor to continue to perform thework until the total number of manhours specified in paragraph (a) of the aforementionedrequirement have been expended.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0021 AMENDMENT/MODIFICATION NO.
35 PAGE
80 of 81 FINAL
SECTION J LIST OF ATTACHMENTS
Exhibit A Task Order Data Requirements List (dd1423)