Top Banner
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 08 11-Jun-2013 1300351787 N/A 6. ISSUED BY CODE N65540 7. ADMINISTERED BY (If other than Item 6) CODE S2404A NSWC, CARDEROCK DIVISION, PHILADELPHIA NAVSSES Philadelphia PA 19112-1403 [email protected] 215-897-1138 Ext. 1138 DCMA Manassas 10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA 20109-2342 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Q E D Systems 4646 N. Witchduck Road Virginia Beach VA 23455-6215 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4110-EHP7 10B. DATED (SEE ITEM 13) CAGE CODE 7B572 FACILITY CODE 23-Sep-2011 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) IAW FAR 52.232-22 'Limitation of Funds' E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Nathan A Quinn, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Nathan A Quinn 11-Jun-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
47

NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

May 01, 2018

Download

Documents

truongdien
Welcome message from author
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.
Transcript
Page 1: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

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

08 11-Jun-2013 1300351787 N/A6.  ISSUED BY CODE N65540 7.  ADMINISTERED BY (If other than Item 6) CODE S2404A

NSWC, CARDEROCK DIVISION, PHILADELPHIA

NAVSSES

Philadelphia PA 19112-1403

[email protected] 215-897-1138 Ext. 1138

 

DCMA Manassas

10500 BATTLEVIEW PARKWAY, SUITE 200

MANASSAS VA 20109-2342

 

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

Q E D Systems    4646 N. Witchduck Road    Virginia Beach VA 23455-6215   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4110-EHP7

    10B.  DATED (SEE ITEM 13)

CAGECODE

7B572 FACILITY CODE   23-Sep-2011

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[   ]The above numbered solicitation is amended as set forth in Item 14.  The hour and date specified for receipt of Offers  [   ]   is extended, [   ]  is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers.  FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT 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)IAW FAR 52.232-22 'Limitation of Funds'

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

SEE PAGE 2 

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

       Nathan A Quinn, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Nathan A Quinn 11-Jun-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

Page 2: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

GENERAL INFORMATION

The purpose of this modification is to add an increment of funding in the amount of $25,400.00. Accordingly,

1) The total amount of funds obligated to the task is hereby increased by $25,400.00 from $2,402,705.79 to$2,428,105.79. The remaining unfunded balance is $23,272,445.12.

2) Sections B and G are revised to include the following:

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

400015  OMN  0.00 14,000.00 14,000.00

600017  OMN  0.00 11,400.00 11,400.00

3) The total value of the order is hereby increased by $0.00 from $25,700,550.91 to $25,700,550.91.

4) Section G clause entitled "SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)" has been revised toread as follows:

ITEM(S) ALLOTTED TO COST ALLOTTED TO FEE PERIOD OF PERFORMANCE

400015 $13,236.27 $763.73 Three (3) years after award

600017 $11,400.00 N/A Three (3) years after award

5) The Accounting and Appropriation Data added to Section G is as follows:

MOD 08  400015      1300351787             14000.00              LLA : AW 1751811 1224 253 WAWMD 0 068342 2D 000000 556883000000 Standard Number: N0002413WX20151/AA Incremental Funding for CLIN 4000; In accordance with Technical Instruction #11  600017      1300351787             11400.00              LLA : AW 1751811 1224 253 WAWMD 0 068342 2D 000000 556883000000 Standard Number: N0002413WX20151/AA Incremental Funding for CLIN 6000; In accordance with Technical Instruction #11   MOD 08 Funding 25400.00 Cumulative Funding 2428105.79 

6) The end of task order performance remains unchanged at 22 September 2014.

7) In accordance with Contract Clause 52.232-22, the Government is not obligated to reimburse the contractor forany costs incurred in excess of $2,428,105.79 unless additional funds are made available and obligated under thistask order in a subsequent modification. 

8) The contractor is not authorized to start performance associated with the funding cited above or with TI 11 untilthe Contracting Officer and Contracting Officer's Representative receive a signed copy of the aforementioned TI'sfrom the contractor.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 2 of 2 FINAL

 

Page 3: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

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 Year -             1.0  LO    $5,346,929.27     $308,329.52   $5,655,258.79        Services for                            engineering,                            technical and                           logistics support                       in accordance                           with the attached                       Statement of                            Work. (TBD)                       400001 INCREMENTAL                  FUNDING FOR CLIN         4000 (O&MN,N)      400002 INCREMENTAL                  FUNDING FOR CLIN         4000 (OPN)         400003 INCREMENTAL                  FUNDING FOR CLIN         4000 (OPN)         400004 INCREMENTAL                  FUNDING FOR CLIN         4000 (O&MN,N)      400005 INCREMENTAL                  FUNDING FOR CLIN         4000 (O&MN,N)      400006 INCREMENTAL                  FUNDING FOR CLIN         4000 (O&MN,N)      400007 INCREMENTAL                  FUNDING FOR CLIN         4000 (O&MN,N)      400008 INCREMENTAL                  FUNDING FOR CLIN         4000 (O&MN,N)      400009 INCREMENTAL                  FUNDING FOR CLIN         4000 (O&MN,N)      400010 INCREMENTAL                  FUNDING FOR CLIN  

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 1 of 42 FINAL

 

Page 4: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

       4000 (O&MN,N)      400011 INCREMENTAL                  FUNDING FOR CLIN         4000 (O&MN,N)      400012 INCREMENTAL                  FUNDING FOR CLIN         4000 (O&MN,N)      400013 INCREMENTAL                  FUNDING FOR CLIN         4000 (O&MN,N)      400014 INCREMENTAL                  FUNDING FOR CLIN         4000 (O&MN,N)      400015 INCREMENTAL                  FUNDING FOR CLIN         4000 (SCN)         4100   Option Period 1         1.0  LO    $5,446,632.67     $313,472.61   $5,760,105.28        (Year 2) -                              Services for                            engineering,                            technical and                           logistics support                       in accordance                           with the attached                       Statement of                            Work. (TBD)                       4200   Option Period 2         1.0  LO    $5,573,315.43     $320,350.61   $5,893,666.04        (Year 3) -                              Services for                            engineering,                            technical and                           logistics support                       in accordance                           with the attached                       Statement of                            Work. (TBD)                        For ODC Items:  Item   Supplies/Services       Qty Unit       Est. Cost                                 ------ ----------------- --------- ---- ----------------                                 6000   Support Costs for       1.0  LO    $2,689,590.00        CLIN 4000 Not to                        Exceed                                  $2,689,590.00 for                       associated                              Material, Travel                        and services.                           (TBD)                            

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 2 of 42 FINAL

 

Page 5: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

 600001 INCREMENTAL                  FUNDING FOR CLIN         6000 (OPN)         600002 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600003 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600004 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600005 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600006 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600007 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600008 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600009 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600010 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600011 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600012 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600013 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600014 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600015 INCREMENTAL           

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 3 of 42 FINAL

 

Page 6: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

       FUNDING FOR CLIN         6000 (O&MN,N)      600016 INCREMENTAL                  FUNDING FOR CLIN         6000 (O&MN,N)      600017 INCREMENTAL                  FUNDING FOR CLIN         6000 (SCN)         6100   Support Costs for       1.0  LO    $2,797,173.60        CLIN 4100 Not to                        Exceed                                  $2,797,173.60 for                       associated                              Material, Travel                        and services.                           (TBD)                             6200   Support Costs for       1.0  LO    $2,904,757.20        CLIN 4200 Not to                        Exceed                                  $2,904,757.20 for                       associated                              Material, Travel                        and services.                           (TBD)                             

SECTION B SUPPLIES OR SERVICES AND PRICES

LEVEL OF EFFORT:

The level of effort for the performance of this contract is based upon an anticipated totalestimated level of effort of 418,500 hours of direct labor (inclusive of options). The estimatedcomposition of the direct labor can be found in the chart below.

Key Personnel Base YrOption 1Yr 2

Option 2Yr 3

Total

Program Manager * 3,200 3,200 3,200 9,600

Senior Engineer * 4,400 4,400 4,400 13,200

Project Manager * 4,000 4,000 4,000 12,000

Non-Key Personnel Base YrOption 1Yr 2

Option 2Yr 3

Total

Engineer 4,000 4,000 4,000 12,000

Project Engineer  4,000 4,000 4,000 12,000

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 4 of 42 FINAL

 

Page 7: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

Sr, Engineering Tech  26,000 26,000 26,000 78,000

Engineering Tech 12,000 12,000 12,000 36,000

Planner/Estimator 4,000 4,000 4,000 12,000

QA Specialist 4,000 4,000 4,000 12,000

Typist 4,000 4,000 4,000 12,000

Typist (OT) 3,200 3,200 3,200 9,600

Site Foreman 4,000 4,000 4,000 12,000

Site Foreman (OT) 2,400 2,400 2,400 7,200

CAD/CAM Operator 4,000 4,000 4,000 12,000

Logistician 4,000 4,000 4,000 12,000

Senior Programmer  3,200 3,200 3,200 9,600

Programmer 3,200 3,200 3,200 9,600

Senior CurriculumDeveloper

5,600 5,600 5,600 16,800

Sr. Multimedia Specialist  5,600 5,600 5,600 16,800

Senior HSI Analyst  3,000 3,000 3,000 9,000

Jr. Multimedia Specialist 2,500 2,500 2,500 7,500

3D Modeler/Animator 4,000 4,000 4,000 12,000

Instructional SystemDesigner

4,000 4,000 4,000 12,000

Craftsman 10,000 10,000 10,000 30,000

Craftsman (OT) 4,000 4,000 4,000 12,000

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 5 of 42 FINAL

 

Page 8: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

Maintenance Technician 4,000 4,000 4,000 12,000

Maintenance Technician(OT)

3,200 3,200 3,200 9,600

Total Hours 139,500 139,500 139,500 418,500

Offerors are to propose on the labor categories and hour estimates provided as the Level ofEffort. Offerors who propose other than what is specified will be considered non responsive.

Small Business Subcontracting Plans are required for all large businesses submitting proposals inaccordance with FAR 52.219-9 Alt II Small Business Subcontracting Plan (JAN 2002) AlternateII. The Small Business Subcontracting Plan is facilitated in the portal and must be included withany proposal submission from large businesses.

NOTE: If fee is included in the pass through rate for subcontractor labor costs, the primecontractor is requested to identify what percentage of the pass through cost is considered fee intheir cost proposal. The maximum labor pass through rate, which includes all add-ons and anyprime contractor fee applied to subcontractor labor costs shall not exceed 8%.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 6 of 42 FINAL

 

Page 9: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

SECTION C DESCRIPTIONS AND SPECIFICATIONS

STATEMENT OF WORK

SYSTEMS ENGINEERING AND LOGISTICS SUPPORT 

1.0   INTRODUCTION

Naval Service Warfare Center (NSWC) Philadelphia has a requirement for engineering, technical, and logisticssupport for Heating, Ventilation, Air Conditioning and Refrigeration systems and equipment.

2.0   SCOPE OF WORK

Provide engineering, technical and logistic support services to include project management, engineering, technical,programmatic, logistics, maintenance, troubleshooting, repair, balancing, testing, certification,installation/alterations, Life Cycle Management, and Software for Heating, Ventilation, Air Conditioning andRefrigeration (HVAC &R), Thermal Management and Collective Protection Systems (CPS) planned forinstallation/conversion and emergent needs for Original Equipment Manufacturer (OEM) as well as similar efforts forlegacy Navy HVAC&R and CPS systems or other related systems in support of NSWCCD-SSES programs.  TheseHVAC&R programs encompass shipboard ventilation supply, exhaust and recirculation systems and relatedcomponents and controls, air conditioning and refrigeration systems and related components and controls, and CPSequipment and components.  Navy HVAC&R equipment specifically refers to equipment which is found onboardAS, CG, CV, CVN, DD, DDG, FFG, LHA, LPD, LSD, LCC, PC, AOE, LSV, LSU, PCG, PGG, MCM, SSN,SSBN/GN Class ships, submarines and new acquisition ships, carriers, vessels and submarine classes.  Tasks willinclude but are not limited to alterations support, equipment life cycle management, collection and analysis,metrics, analysis of thermal loads, system hardware and software design, development and testing support,engineering development models, system operability testing, logistic product development, and materialprocurement.  Support tasks included in this scope of work require logistics engineering support, ship changedocuments, technical manual documentation, engineering operational sequencing system (EOSS), technical servicesfor modernization and life cycle maintenance, instructional material development and analysis, and availabilityplanning support for U.S. Navy and Coast Guard ships, Army watercraft, other International  Government marinevessels, and at shore-based facilities and land-based test sites, as directed.

                2.1 The contractor shall have an approved quality assurance system in place.

3.0 APPLICABLE DIRECTIVES

The applicable technical directives that apply to this task order include (offerors are to use the most current,up-to-date versions):  

                -NAVSEA ltr 5000 SER 02B/0116 of 17 April 09- NAVSEA policy regarding use of SEAPORT-Econtract Vehicles for shipboard Production Tasks 

                -Military Standards as specified by NSWCCD-SSES 

                -Military Specifications as specified by NSWCCD-SSES 

                -Fleet Modernization Program (FMP) Management & Operations Manual - NAVSEA SL720-A-MAN_010/FMP 

                -Manuals, Technical: General Style and Format of (Work Package Concept) - MIL-DTL-81927C, dated26 Nov 1997 

                -Standard Practice for Manuals, Technical: General Style and Format - MIL-STD-38784(1), dated 1 Dec2000

                -Interactive Electronic Technical Manuals - MIL-PRF-87269A dated 15 Aug 2000, Data Base,

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 7 of 42 FINAL

 

Page 10: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

Revisable

                -Manuals, Technical: General Acquisition and Development Requirements - MIL-DTL-24784

                -Guide for User Maintenance of NAVSEA Technical Manuals - S0005-AA-GYD-030

                -Guide for Quality Assurance of NAVSEA Technical Manuals - S0005-AA-GYD-070

                -NAVSSES Instruction 4720.2D Process and Policy for Shipboard Industrial Work

                -MIL-STD-38784 Standard Practice for Manuals, Technical: General Style and Format Requirements

                -Ship Alteration Drawings Preparation Technical Specification 9090-600 of June 2002

                -MIL-P-24534: Planned Maintenance Subsystem: Development of Maintenance

                -Requirement Cards, Maintenance Index Pages, and Associated Documents

                -MIL-STD-1522/1561: Provisioning Procedures and Technical Documentation (with Spill Prevention,Control and Countermeasure (SPCC) Addendum)

                -TS9090-400B Technical Instruction Guidance Document Version 1.4 entitled SHIP CHANGEDOCUMENT (SCD)

                -Engineering Operational Sequencing System (EOSS) Development Handbook dated 12 February 1982

                -NSWC ltr 9290, Ser 724 of 23 May 1984

                -EOSS Document Type Definition (DTD)

                -NAVSEA S9AA0-AB-GSO-010, General Specifications for Overhaul (GSO) of Surface Ships

                -NAVSEA SL720-AA-MAN-020/FMP, Fleet Modernization Program (FMP) Management &Operations Manual

                -NAVSEA Technical Specifications 9090-310C, Ship Alterations Accomplishment by AIT

                -NAVSSES Quality Assurance (QA) Manual dtd March 1999

                -NAVSSES Instruction 4720.2C dtd 09 Apr 99, Process and Policy for Shipboard Industrial Work

                -MIL-STD-1689 (SH) Military Standard – Fabrication, Welding and Inspection of Ship Structure

                -MIL-STD 777E Notice 1 – Schedule of Piping, Valves, Fittings and Associated Piping Componentsfor Naval Surface Ships

                -MIL-PRF-28000 Digital representation for communication of product data; Initial Graphics ExchangeSpecifications (TOES) Application subsets

                -MIL-PRF-28001 Mark up Requirements and Generic Style Specifications for Exchange of Text and itsPresentation

                -MIL-PRF-28002 Raster Graphics Representation in Binary Format, Requirements for

                -MIL-PRF-28003 Digital representation for communications of illustration data; Computer GraphicsMetafile (CGM) Applications profile

                -MIL-HDBK-299 (SH) Cable Comparison Guide

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 8 of 42 FINAL

 

Page 11: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

                -OPNAVINST 4790.4C, Ship’s Maintenance, Material and Management (3M) 

4.0 TECHNICAL REQUIREMENTS

The contractor will be assigned to provide primary support to NSWCCD-SSES, Philadelphia, PA.  The contractorwill be required to continue on-site operations in absence of Government Technical Point of Contact (TPOC). However, the contractor shall not exercise judgment on behalf of the Government.  The Government shall not assigntasks or prepare work schedules within the contractor’s organization, but will allow the contractor to meet deliveryschedules established in the contract/order.  The Program Manager will monitor work via contractor reports.  TheGovernment will not exercise control of direct day-to-day contractor performance.

The Contractor shall provide the following engineering and logistics support for Navy systems:

                -Provide engineering, technical and logistic support services to include project management,engineering, technical, programmatic, logistics, maintenance, troubleshooting, repair, balancing, testing,certification, installation/alterations, Life Cycle Management, and Software for Heating, Ventilation, AirConditioning and Refrigeration (HVAC&R), Thermo Management and Collective Protection Systems (CPS)planned for installation/conversion and emergent needs for Original Equipment Manufacturer (OEM) as well assimilar efforts for legacy Navy HVAC&R and CPS systems or other related systems in support of NSWCCD-SSESprograms.

4.1 Heating, Ventilation, Air Conditioning and Refrigeration (HVAC&R) and Thermal ManagementSupport

    4.1.1. Prepare draft Ship Alteration Records (SARs) for HVAC&R Improvements for each applicable ship Class. A shipcheck of at least one ship of each Class will be required prior to developing the SAR.  Ship check willdetermine actual locations of new equipment, ILS impacts, weight and moment data, and if a ship installationdrawing will be required.

    4.1.2. Conduct reviews and prepare comments or draft reply letters for test procedures, test requirements, testreports, operating instructions, training programs, technical manuals, and equipment drawings.

    4.1.3. Provide support for quality assurance reviews, conduct pre-installation ship checks to verify the accuracy ofinstallation drawings, identify interferences, and identify discrepancies between installation drawings and actualvessel configuration, including verification of the material requirements contained in the drawing.

    4.1.4. Develop Engineering Change Proposals (ECPs) where applicable.

    4.1.5. Perform technical evaluations, independent studies or engineering analyses, evaluate test data, operatingdata, drawings, reports and technical documentation, maintenance requirements, and  perform independent designand detailed design and drawing reviews to support modification or alterations to systems and/or components andresolve identified deficiencies.

    4.1.6. Review and analyze technical documentation packages including Controlled Work Procedures, FormalWork Procedures, Technical Directives, and Interim Support Packages.

    4.1.7. Assist in work package and document development for each program’s installations,modifications, repairs, and modernizations including provision of inspection teams for development ofwork package criteria, generation of material listings, and purchasing or delivery support for all materialsidentified.

    4.1.8. Provide engineering assistance to evaluate and resolve issues and draft message advisories.

    4.1.9. Perform reliability and maintainability studies on selected systems and/or components.

    4.1.10. Review and develop required changes to Provisioning Technical Documentation (PTD) and logisticspackages to ensure proper support is provided for identified HVAC&R systems.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 9 of 42 FINAL

 

Page 12: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

    4.1.11. Develop and maintain system installation and configuration databases.

    4.1.12. Assist with preparing project reports and presentations with recommendations for goals, milestones,program plans, long and short range POA&Ms, and implementation strategies in support of program objectivesusing program policies and procedures.

    4.1.13. Prepare installation schedules, schedule updates, and associated installation reports pertaining toinstallation status, authorized users, system training status, and equipment configuration.

    4.1.14. Perform analysis of situational “what-if” scenarios pertaining to schedule and impact of schedule changesand system equipment and resource availability.

    4.1.15. Review CDRL items including Provisioning Technical Documentation (PTD) and Planned MaintenanceSystem (PMS) documents (Maintenance Index Page (MIP) and Maintenance Requirement Card (MRC).

    4.1.16. Provide support for development of specifications and standards for Navy ship systems components andidentify alternative design, requirements, and suppliers for system equipment.

    4.1.17 Develop requirements for training instructions and plans for identified systems.

    4.1.18. Review and develop recommendations for system upgrade procedures and instructions.

    4.1.19. Provide technical support for the upgrade conversion installations and perform engineering analysis toresolve emergent system problems.

    4.1.20. Inspect system components and replace components as directed.

    4.1.21. Conduct Quality Assurance on system upgrades and installation services to include troubleshooting,testing, and repair, and provide an emergency response team capable of deploying worldwide as quickly as possibleafter notification to resolve emergent system issues.

    4.1.22. Procure support equipment, material, supplies, hardware, or associated special purpose tools and testequipment associated with emergent repairs and subject Ship Alterations (SHIPALT) and/or Ship ChangeDocument (SCD), unless specifically included as Government Furnished Material (GFM).

    4.1.23. Attend and/or accompany NSWCCD-SSES representatives and provide technical support at variousmeetings in various locations.

    4.1.24. Prepare and formalize technical project reports, presentations, and documentation.

    4.1.25 The contractor shall have an approved quality assurance system in place.  

4.2 Logistics Engineering Support

    4.2.1 Generate and maintain documentation required in the course of the approval process of an SCD, includingmaintenance of SCD documentation tracking, retrieval, and archiving in the Navy Data Environment (NDE). Develop technical manual changes as a result of the SCD.

    4.2.2 Provide support for project information management, including but not limited to databases, spreadsheets,files, installation Plan of Action and Milestones (POA&M), and reports using appropriate Microsoft Officeapplications. Participate in Navy program meetings in support of ship/craft design or upgrade projects, as necessaryto support NSWCCD-SSES.

    4.2.3 Assist NSWCCD-SSES in the development of designs for new ships and ship upgrades. Such servicesmay include design engineering, development of plans of action, technical studies, cost estimates, and schedules.

    4.2.4 Develop or update drawings for shipboard systems and equipment using AutoCAD products. Performdrawing reviews and correction of deficiencies as determined from ship checks and troubleshooting.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 10 of 42 FINAL

 

Page 13: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

    4.2.5 Provide integrated logistics support, including but not limited to reliability centered maintenance (RCM),ILS certifications, ILS installation kit development, logistics planning, logistics configuration baseline, logisticssupport analysis, configuration management, provisioning, scheduling, logistics support (ALS) plans, distancesupport, supportability analysis, metrics development and tracking, technical data, and supply and administrativesupport to accomplish ship logistics requirements.

4.3 Development of Ship Change Documents (SCDs)

    4.3.1 Develop instructions and drawings to install the ship change. Identify and resolve compatibility issueswith other ship systems or subsystems raised by proposed SCDs.

    4.3.2 Prepare procedures for the integration of SCDs, including identifying and defining interfaces andrelationships between the alteration programs and other DOD systems and subsystems.

    4.3.3 Conduct technical research pertinent to the development and installation of SCDs.   Propose designalterations based on research and test results.  Develop testing methods for SCDs.

    4.3.4 Design, prototype, proof-in, and install production units and revise designs to implement improvementsand technical changes.  Develop Engineering Change Proposals (ECPs) where applicable.

4.4 Technical Manual (TM) Documentation

    4.4.1   Provide support in the development of Interactive Electronic (IE) and hardcopy TMs. Contractor shallreceive Standard Generalized Markup Language (SGML) files and paper copies of TMs from NSWCCD-SSES.

    4.4.2 Research and assemble all information and develop new IETMs in PDF format. Develop drawings asrequired using AutoCAD software.

    4.4.3    Develop IETM changes and revisions upon receipt of NSWCCD-SSES furnished material. Revisionsshall be authored in SGML format using the current approved document type definition (DTD) ensuring allTechnical Manual Contract Requirements (TMCRs) are met.

    4.4.4 The contractor shall develop IETM or paper changes and revisions to resolve technical manual deficiencyreports (TMDERs) as requested. The contractor will research and assemble all information pertinent to theresolution of the TMDERs and will develop IETM changes and/or revisions using the SGML format or willdevelop paper changes/revisions. Approximately 95 percent of the TMDERs are anticipated to be in the form ofIETMs. 

4.5   Engineering Operational Sequencing System (OSS) Documentation

    4.5.1 Develop OSS – Generate Engineering Operational Sequencing System (EOSS) and other OSS for HM&Esystems as required on U.S. Navy steam, diesel, and gas turbine powered ships, including the creation of EOSSfiles in SGML and computer graphics metafile (CGM) formats and conversion to PDF; using ISODRAW andAdeptEditor software to incorporate necessary changes to update existing and generate new construction EOSSpackages; and update the Content@ database for selected HM&E ship systems.

    4.5.2 Update OSS – Update EOSS and OSS for HM&E systems on U.S. Navy steam, diesel, and gas turbinepowered ships using ISODRAW and AdeptEditor software to incorporate necessary changes into existing SGMLand CGM files to reflect the following: authorized ship alterations installed during depot maintenance periods orequivalent, Approved Procedure Changes (APCs) issued by letter by NSWCCD-SSES, and changes in response toOSS Technical Feedback Reports (TFBRs) and Naval Sea Systems Command (NAVSEA) advisories.

    4.5.3    Develop, maintain, and/or update other types of technical documentation as required.

4.6 Technical Services for Modernization and Life-Cycle Maintenance

    4.6.1 Provide technical services, including manpower, material, fabrication, staging, non-destructive testing,  andother required resources to support the alteration, modification, upgrades, maintenance and repair of systems,

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 11 of 42 FINAL

 

Page 14: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

equipment, components and spaces on all types of vessels, including support equipment such as floating cranes,watercraft, and drydock caissons at shore facilities/land-based test sites located at naval shipyards, naval bases,government facilities, and other locations worldwide.

    4.6.2 Provide environmental support services for in-service Navy ships and support craft to evaluate currentconditions, review work plans to ensure inclusion of  environmental and safety considerations, and providerecommended remediation and abatement protocols and services. Safety considerations shall include worker,workplace, and living quarters exposure assessments including noise, chemicals, regulated and non-regulated dust,and heavy metals.  Environmental considerations shall include air quality assessments and analysis.

    4.6.3 Provide engineering and logistics support to foreign military sales (FMS) program assets. Support shallinclude engineering design, logistics planning, provisioning, scheduling, supportability analysis, and foreigntraining support with subject matter experts (SMEs), technical documentation in specified languages, and supplyand administrative support to accomplish ship logistics requirements.

4.7 Instructional Material Development and Analysis

    4.7.1 Review all applicable existing materials such as preliminary TMs, maintenance concepts, Navy TrainingSystems Plans (NTSPs), PMS, and manpower documentation/analysis.  Identified materials shall be assembled bythe contractor with the assistance of NAVSEA personnel where required.  Develop a preliminary job list for theanalysis and instructional development.

    4.7.2 Develop a training outline based on the analysis of gathered information to be presented to the TechnicalPoint of Contact (TPOC) in electronic format. The outline shall include course structure and learning topics in aformat consistent with Naval Personnel Development Command (NPDC) guidelines.  Update and correct anydiscrepancies found in the outline presented to the TPOC.

    4.7.3 Develop training modules for the computer-based training (CBT) based on the agreed-upon outline andpopulate modules with content to include text, drawings, photographs, and videos as appropriate for each topic. Perform reviews of the training module development with the TPOC and IPR team.

    4.7.4 Participate in In-Progress Reviews (IPRs) to review format and content and to provide guidance to thecontractor on module and content development. Each topic will be posted on the Internet for review and approval bythe TPOC. Any deviance from the original outline requested by the TPOC will be assessed for impact ondevelopment time and the TPOC will be notified of any impact to the development timeline and cost.

    4.7.5 Develop a complete course in Integrated Learning Environment (ILE) format with all corrections that willbe presented to the TPOC on a CD.  All content will be delivered in non-proprietary format, using standardindustry software for development and implementing the standard practice of delivery of all source files, includingdevelopment files, to the Government customer on a CD.  

4.8 Availability Planning

    4.8.1 Develop ship availability planning documents for post-construction and in-service availability periods. This effort may include post shakedown availability (PSA) specifications, drawings, sketches, and other technicaldocumentation as a result of post-trial deficiencies.  Develop engineering change procedures (ECPs) as a result oftrial deficiencies.

    4.8.2 Conduct ship checks, development of work requests for repairs, development of class “F” estimates forrepairs, 4E work specifications, and class “C” estimates for each work item, and perform design engineering servicesand drawing development as tasked.

5.0 DELIVERABLES/SCHEDULE (All days identified below are intended to be workdays unless otherwisespecified.) 

5.1 Provide weekly technical status briefs until contract completion.

5.2   The contractor shall provide a letter-type status report monthly, on or about the 10th working day of the

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 12 of 42 FINAL

 

Page 15: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

month that shall provide the technical and financial status of the task. The report shall briefly describe the workperformed during each reporting period, any significant results, any problem areas encountered or anticipated, and abrief outline of work planned for the ensuing reporting period. The report shall also specify the number of man-hoursexpended for each specific task and the cumulative costs incurred during each reporting period.  All reports shall besubmitted in electronic format (MS Word or PDF) and hardcopy to the cognizant Program Manager.

5.3 The contractor shall provide a draft SAR for HVAC&R Improvements 15 working days after completion of shipcheck.

5.4 The contractor shall provide comments and draft reply letters for technical reports, test procedures, test reports,material condition system reports, operating instructions, and equipment drawings (10) working days after receipt ofNSWCCD-SSES guidance for each review.  Comments and/or marked-up copies as requested and draft reply lettersfor technical manual and training programs shall be provided 30 working days after receipt of NSWCCD-SSESguidance.

5.5 The contractor shall provide meeting reports including resolution of meeting action items (10) working daysfollowing meeting completion for each event.

5.6 The contractor shall provide final alteration logistics packages 45 days after NSWCCD-SSES guidance.

5.7 The contractor shall provide final technical documentation to include IETMs 45 days after NSWCCD-SSESguidance.

5.8 The contractor shall provide technical evaluation reports of review of engineering data, failure reports, drawings,maintenance requirements for draft advisory messages ten working days after NSWCCD-SSES guidance for eachreview.

5.9 The contractor shall provide a report on logistics package reviews and recommendations five days afterNSWCCD-SSES guidance for each review.

5.10 The contractor shall provide an estimate for each emergent task repair 24 hours after request fromNSWCCD-SSES.

5.11 The contractor shall provide a report of findings five days after completion of troubleshooting equipment foremergent requirements.

5.12 Unless otherwise specified, the Government will use a maximum of ten working days from the day draftdeliverables are received to review the document, provide comments back to the contractor, and approve ordisapprove the deliverable(s). The contractor shall have a maximum of five working days from the day comments arereceived to incorporate all changes and submit the final deliverable to the Government. All deliverables shall besubmitted to the TPOC.

5.13 The contractor shall provide configuration reports and studies to include upfront research material of InteractiveElectronic Technical Manual (IETM)/paper Tech Manual files.

5.14 The contractor shall provide a software system support to include training courses via Computer BasedTraining (CBT).

5.15 The contractor shall provide two copies of a letter-type status report monthly, on or about the l0th workingday of the month that will provide the technical and financial status of the task. The report shall briefly describe thework performed during each reporting period, any significant results, any problem areas encountered or anticipated,and a brief outline of work planned for the ensuing reporting period. The report shall also specify the number ofman-hours expended for each specific task and the cumulative costs incurred during each reporting period.

5.16 The contractor shall ensure a minimum of reworks by adhering to review results from Alteration LogisticReviews including In Process Reviews (IPRs) that will be conducted as required by NSWCCD-SSES personnel;six such reviews are anticipated.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 13 of 42 FINAL

 

Page 16: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

5.17 The contractor shall provide draft documentation on training plans and training equipment (5) working daysafter receipt of NSWCCD-SSES guidance for each letter.

5.18 The contractor shall deliver a complete course in ILE format and all development files on CD.

5.19 EOSS deliverables shall include the following items.

    5.19.1 Verification/Cold Check Agenda

    5.19.2 Procedures and Diagrams Annotated During Verification/Cold Check

    5.19.3 Report on Status of Ship Systems, briefing ships support upon check completion

    5.19.4 Development Schedule (new development packages only)

    5.19.5 Configuration Check Data Sheet (w/o Component Procedure [CP] numbers, but with noun acronyms)

    5.19.6 Pre-Hot Check Review Package (new development packages only)

    5.19.7 Hot Check Package (new development packages only)

    5.19.8 Report on Changes to Baseline (new development packages only)

    5.19.9 Final Package for Review

    5.19.10 Final NSWCCD Approved Printmasters in Electronic Format (SGM and CGM Format)

    5.19.11 NSWCCD Final Approved Package

    5.19.12 Completed Configuration Check Data Sheet (with CP numbers)

    5.19.13 Report on Status of Final Review Package

    5.19.14 EOSS Status Report  

6.0 INSPECTION AND ACCEPTANCE

6.1 Inspection and Acceptance Criteria – The Technical POC will review, for completeness, preliminary or draftdocumentation that the Contractor submits, and may return it to the Contractor for correction. The absence of anycomments by the TPOC will not relieve the Contractor of the responsibility for complying with the requirements ofthis work statement. Final approval and acceptance of documentation required herein shall be by letter of approvaland acceptance by the TPOC. Final acceptance will be the responsibility of the Contracting Officer (FAR 46.502). The Contractor shall not construe any letter of acknowledgment of receipt material as a waiver of review, or as anacknowledgment that the material is in conformance with this work statement. Any approval given duringpreparation of the documentation or approval for shipment shall not guarantee the final acceptance of the completeddocumentation.

6.2 The contractor shall provide shipcheck reports and sketches in accordance with the schedule negotiated at timeof tasking.

6.3 The contractor shall provide technical reports, analyses, and studies in accordance with the schedule negotiatedat time of tasking.

6.4 The contractor shall deliver travel reports within 5 days after completion of any travel or as specified by thegovernment TPOC.

6.5 The contractor shall deliver training reports within 5 days after completion of any training.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 14 of 42 FINAL

 

Page 17: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

6.6 The contractor shall deliver updated electronic datasets 15 days prior to each of scheduled installations.

6.7 General Acceptance Criteria – General quality measures, as set forth in this section, will be applied to each workproduct received from the contractor under this SOW.

    6.7.1 Accuracy – Work products shall be accurate in presentation, technical content, and adherence to acceptedelements of style.

    6.7.2 Clarity – Work products shall be clear and concise. Any/all diagrams/text shall be easy to understand andbe relevant to the supporting narrative.

    6.7.3 Consistency to Requirements – All work products must satisfy the requirements of this SOW.

    6.7.4 File Editing – All text and diagrammatic files shall be editable by the Government.

    6.7.5 Format – Work products shall be submitted in hardcopy and in media (SGML, CGM or PDF) mutuallyagreed upon prior to submission. Hardcopy formats shall follow any specified directives or manuals.

    6.7.6 Timeliness – Work products shall be submitted on or before the due date specified in this statement ofwork or submitted in accordance with a later scheduled date determined by the Government.

    6.7.7 Quality Assurance – The Technical POC will review, for completeness, preliminary or draft documentationthat the Contractor submits, and may return it to the Contractor for correction.  The absence of any comments bythe Technical POC shall not relieve the Contractor of the responsibility for complying with the requirements of thiswork statement.  Final approval and acceptance of documentation required herein shall be by letter of approval andacceptance of the POC.  The Contractor shall not construe any letter of acknowledgement of receipt material as awaiver of review, or as an acknowledgement that the material is in documentation.  Approval for shipment shall notguarantee the final acceptance of the completed documentation.

    6.7.8 Installation/test procedures, pre-installation checklists or Liaison Action Requests (LARs) shall bedelivered within 30 working days after receipt of NSWCCD-SSES guidance information.

    6.7.9 Final installation/test procedures, Pre-check lists or LARS shall be delivered within ten working daysfollowing receipt of NSWCCD-SSES mark-up. 

7.0 GOVERNMENT FURNISHED ACCESS/INFORMATION/MATERIALS 

7.1 All technical information/equipment required to support the topics identified will be provided from theGovernment as Government Furnished Property/Information (GFP/GFI). All items provided as GFP/GFI will bemarked as such and will have the name and phone number of the provider on each document or item as a referencefor the developer. GFP/GFI may include, but is not limited to the following:

    7.1.1 SGML files and paper copies of the applicable TM(s).

    7.1.2 All applicable technical input (i.e. SCD, TMDERs, etc.).

    7.1.3 For new TMs: applicable TMCR, TM identification number (TMIN), manufacturer’s bulletins, manuals,etc.

    7.1.4 For engineering drawings/illustrations: copy of the drawing or computer file, if available.

    7.1.5 For changes: current TMCR, proper change level, and National Stock Number (NSN).

    7.1.6 For EOSS: Prototype package to be used for EOSS development (new development packages only).

8.0 PERIOD OF PERFORMANCE

8.1 The period of performance of this task order is from date of award through three (3) years thereafter (inclusive of

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 15 of 42 FINAL

 

Page 18: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

options).

9.0 PLACE OF PERFORMANCE

9.1 Primary Place of Performance shall be at Government sites and at Contractor’s facilities.

9.2 Travel Requirements – Ship visits shall be required in various locations.  The anticipated travel requirementsare:

    -Norfolk, VA to Philadelphia, PA for 2 persons, 10 trips, 2 days each

    -Norfolk, VA to San Diego, CA for 2 persons, 2 trips, 5 days each

    -Norfolk, VA to Bath, ME for 2 persons, 2 trips, 5 days each

    -Norfolk, VA to Pascagoula, MS for 2 persons, 2 trips, 5 days each

    -Norfolk, VA to Bremerton, WA for 2 persons, 2 trips, 5 days each

    -Norfolk, VA to Mayport, FL for 2 persons, 4 trips, 5 days each

    -Norfolk, VA to Pearl Harbor, HI for 2 persons, 2 trips, 5 days each

    -Norfolk, VA to Yokosuka, Japan for 2 persons, 2 trips, 5 days each

    -Norfolk, VA to Bahrain, UAE for 3 persons, 5 trips, 70 days each 

10.0 SECURITY REQUIREMENTS 

10.1 The contractor may be required to have access to and may be required to receive, generate, and storeinformation classified to the level of CONFIDENTIAL as indicated on the attached DD Form 254 – ContractSecurity Classification Specification.

11.0 POINTS OF CONTACT 

11.1  The Contracting Officer's Representative (COR) will identify contractor deficiencies, review task orderdeliverables, prepare reports on contractor performance, identify contractor noncompliance with requirements, andprovide detailed technical information (via technical instructions) to the  contractor as needed.  The COR is: RobertMorrison, NSWCCD-SSES 921, 215-897-7214.

11.2 The role of the technical point of contact (TPOC) is to assist the TOM by identifying contractor deficiencies,review task order deliverables, assist in preparing reports on contractor performance, identify contractornoncompliance with requirements, and provide detailed technical information to the contractor as needed.  TheTPOC is: Kevin Martin, NSWCCD-SSES 921, 215-897-1504.

12.0 CONTRACTOR PERSONNEL REQUIREMENTS 

PERSONNEL:

General Requirements –

The contractor shall be responsible for employing technically qualified personnel to perform the tasks to be orderedhereunder and where requested provide resumes and similar work experience to document employee competencies.The contractor shall maintain the personnel, organization and administrative control necessary to ensure that thework delivered meets the task order specification requirements. In the event an individual proposed for performanceunder the resultant contract is not currently employed by the offeror, the offeror shall include with the listing, a letterof intent signed by that individual that states the individual’s intent to accept employment with that offeror withinthirty (30) days of contract award if the contract is awarded to the offeror.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 16 of 42 FINAL

 

Page 19: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

The work history of each employee must contain experience directly related to the task and functions he/she intendsto perform under this task order. The Government reserves the right, during the term of this task order, to requestwork histories on any contractor employee for purposed of verifying compliance with this requirement.

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

Following are the desired levels of education and experience for personnel assigned to this contract. The specializedexperience included as part of the desired qualification shall have been obtained in the fields of endeavor indicated bythe applicable labor categories listed below, and may have been gained concurrently unless otherwise specified.

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

Program Manager (Key Personnel) (1 Resume) - Master’s degree in an engineering discipline, 6 years ofexperience managing Government contracted projects, and 5 years of experience managing the installation ofHM&E, the development of engineering and technical documentation, to include Interactive Electronic TechnicalManuals (IETMs) and hardcopy TMs, Ship Change Documents (SCDs), instructional systems, and EngineeringOperational Sequencing Systems (EOSS).  Experience with the Navy procedures and other organizations such asNaval Sea Systems Command, Naval Surface Warfare Center, Naval Shipyards, Supervisor of Shipbuilding,Conversion and Repair, and Type Commanders' organizations. (Candidates with a lesser degree but a greaternumber of years of experience or comparable qualifications and/or credentials may be considered qualified.)

Project Manager (Key Personnel) (1 Resume) - Bachelor’s degree in an engineering discipline or related field suchas Computer Science, five years of experience with managing, planning, performance, fiscal management, ofAlteration support projects for the Government.  Five years of experience in managing HVAC&R system upgrades,repairs, and installations.  Experience with the Navy procedures and other organizations such as Naval Sea SystemsCommand, Naval Surface Warfare Center, Naval Shipyards, Supervisor of Shipbuilding, Conversion and Repair,and Type Commanders' organizations. (Candidates with a lesser degree but a greater number of years of experienceor comparable qualifications and/or credentials may be considered qualified.)

Senior Engineers (Key Personnel) (2 Resumes) - Bachelor's Degree in engineering (mechanical, electrical,chemical, electronics, or naval/marine engineering) from an accredited college or university or P.E. license.  15 yearsof experience in the design, testing, installation, maintenance and alteration of naval ship HM&E, electronic,ordnance equipment and systems. Experience should include all stages of the engineering process from initial designthrough production alterations. Five years of experience managing complex technical projects.  Experience in theNavy's material procurement procedures and with other organizations such as Naval Sea Systems Command, NavalSurface Warfare Center, naval shipyards, Supervisor of Shipbuilding, Conversion and Repair, and TypeCommanders' organization.

Non-Key Personnel – Qualifications for NON-KEY LABOR CATEGORIES (if applicable) may also be specified inSection C.   The proposed non-key personnel shall meet the prescribed minimum requirements for each category.Resumes are not required for non-key personnel.  However, as part of their Technical Proposal, the offeror shallprovide an affirmative statement within the Personnel Subfactor that all proposed non-key personnel meet theminimum education and experience requirements specified for each non-key labor category.

Non-key personnel categories include:

Project Engineer - Bachelor’s Degree in Engineering, ten years of experience in managing navy shipboardengineering projects plus four non-concurrent years experience in design, operation, maintenance, and testing ofNaval Ships HM&E Systems and Equipment, AC&R, or HVAC and two non-concurrent years project engineeringor site foreman experience in maintenance, repair, testing, installation or alteration of naval ship systems.

Senior Engineering Technician - Graduate of high school, trade, industrial, or correspondence school forengineering, or GED equivalent, twelve years of practical experience involving U.S. Navy ships HM&E equipment,and three years of experience, which must have been gained in the last five years, in the development and updatingof Engineering Operational Sequencing Systems (EOSS), Aviation Fuel OSS (AFOSS), Sewage Disposal OSS(SDOSS), Catapult OSS (CATOSS), Catapult Lube Oil OSS (CLOSS), and Cargo Fuel OSS (CFOSS) on U.S.Navy steam, diesel, and gas turbine powered ships, using ISODRAW and AdeptEditor software to incorporate

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 17 of 42 FINAL

 

Page 20: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

necessary changes to update existing and generate new construction EOSS packages, including the creation of EOSSfiles in SGML and CGM formats and conversion to PDF; and update of the Content@ database.

Senior Programmer - Master’s degree in computer science or computer engineering. Certified in SQL SERVER2000 Administration. Eight years of experience in SQL database application development and maintenance. Must beproficient in VisualBasic.NET, ASP.NET, HTML, XML, and SQL Server. Must have a working knowledge of508c and SCORM 1.2/2004 compliance requirements.

Senior Curriculum  Developer - Master’s degree in education or training with an emphasis in instructional systemsdesign or a bachelors degree in education or training field with an emphasis in instructional systems design plus 5years of curriculum development. At least 3 years of experience in curriculum development in a militaryenvironment.

Sr. Multimedia Specialist - Bachelor’s degree in IT Multimedia or related field and four years of experience or eightyears of experience in multimedia development; four years of experience in Macromedia Flash; two years ofexperience in the development of Computer-Based Training (CBT). A firm understanding of Flash Actionscript andDirector Lingo is required, as well as these programs capabilities within a Sharable Content Object Reference Model(SCORM) compliant environment.

Senior HSI Analyst - Master’s degree and ten years of experience directly related to human systems integration,manpower, personnel, and training and three years of experience in course analysis for the Navy.

3D Modeler/Animator - Associate’s degree in IT Multimedia or related field or five years of experience in 3Dmodeling and animation to include the use of industry-standard software such as Discreet 3D Studio Max andNewtek Lightwave or equivalent. Modeler must be proficient in the operation of AutoCAD in a 3D environment touniformly convert standard navy drawings to three dimensions. Modeler must also be proficient in real-timeenvironments and development of 3D animations optimized for a restricted bandwidth delivery.

Engineer - Bachelor's Degree in engineering (mechanical, electrical, electronics, marine, or naval/marine engineering)from an accredited college or university or PE license. Six years of experience in the design, testing, installation,and maintenance of naval ship HM&E, electronic, ordnance equipment and systems. Should include experience inall stages of the engineering process from initial design through production alterations.

Planner/Estimator - Graduate of a high school or a technical vocational high school.  Minimum of eight yearsexperience in cost estimating (time and material) and material procurement, management, and control.  Minimum offour years of experience with shipboard systems, subsystems, equipment, components, furnishings, and spaces onNavy vessels.

Logistician - Graduate of high school and 4 years experience in the Navy Supply system and procedures forrequisitioning and purchasing material.

Engineering Technician - Graduate of high school, trade or industrial school, or GED equivalent. Four years ofpractical engineering experience in the operation, test, maintenance, or repair of naval ship HM&E, or electronicequipment and systems.

Programmer - Associate’s Degree in computer science or computer engineering or four years experience as aprogrammer with a minimum of three years of experience in SQL database application development andmaintenance. Must be proficient in VisualBasic.NET, ASP.NET, HTML, XML, or SQL Server.

Instructional Systems Designer - Bachelor’s degree in education or training field and three years of InstructionalAnalyst experience. Three years of experience in the development and modification of NTSPs and the analysis ofexisting course material.

Jr. Multimedia Specialist - Associate’s degree in IT Multimedia or related field or two years experience inmultimedia development. A working knowledge of Flash Actionscript, and Director Lingo, as well as theseprograms’ capabilities within a SCORM-compliant environment.

Site Foreman - High School Graduate or GED and eight years of hands-on experience with repair and maintenance of

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 18 of 42 FINAL

 

Page 21: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

Naval HM&E, or Electronic systems and equipment and have completed appropriate Navy “A,” “B,” or “C”school or an equivalent apprenticeship program, plus three years of experience in the supervision of technical supportfor maintenance and repair of HM&E ship systems which may have been obtained concurrently with the hands-onexperience listed.

Quality Assurance (QA) Specialist - Graduate of high school, trade, or industrial school or GED equivalent.  Threeyears of experience in performing quality assurance and control inspections on naval ship HM&E, or electronicsystems for specification and engineering drawing requirement compliance. Five years of experience which hasprovided a practical knowledge of QA programs, quality control inspection systems, and a detailed knowledge ofQA procedures, processes, methods, and techniques.

Craftsman - Graduate of high school or vocational school. Minimum of six years of experience on HM&E, orelectronic systems and equipment. The ability to read and interpret blueprints, sketches, written technicalinstructions, and manuals.

Maintenance Technician - Graduate of high school or vocational school. Minimum of two years of experience onHM&E, or electronic systems and equipment. The ability to read and interpret blueprints, sketches, writtentechnical instructions, and manuals, and a detailed knowledge of trades required for installation of shipboard systemsand equipment on various types of navy ships.

CAD/CAM Operator - Graduate of high school or equivalent. Three years of experience developing and revisingengineering drawings for shipboard systems. Graduation from an accredited technical, vocational, or apprenticeschool drafting program may be substituted for up to two years of experience.

Typist - Requires a minimum of one year of experience entering data into MS Access or Excel or experience in wordprocessing in MS Word. Must also have experience in preparing reports and other types of documentation andgeneral clerical duties (filing, mailing, etc.).

252.239-7001 Information Assurance Contractor Training and Certification.

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

INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION

(JAN 2008)

(a) The Contractor shall ensure that personnel accessing information systems have the proper and currentinformation assurance certification to perform information assurance functions in accordance with DoD8570.01-M, Information Assurance Workforce Improvement Program. The Contractor shall meet theapplicable information assurance certification requirements, including—

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

(2) Appropriate operating system certification for information assurance technical positions as requiredby DoD 8570.01-M.

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

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

(End of clause)

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 19 of 42 FINAL

 

Page 22: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

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

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

(b) The contractor shall ensure that each contractor employee reads the document entitled, “Carderock DivisionEnvironmental Policy and Commitment” within 30 days of commencing performance at NSWCCD-SSES.  Thisdocument is available at

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

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

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

(d)  The Contractor shall certify by e-mail to Paul Breeden/Code 023 ([email protected]) that on-siteemployees have read the “Carderock Division Environmental Policy and Commitment” and taken theEnvironmental Management System (EMS) Awareness training within 30 days of commencing performance atNSWCCD-SSES.  The e-mail shall include the employee name, work site, and contract number.

 

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

(a) The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations,Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements. (b) The contractor shall ensure that each contractor employee reads the document entitled, “Carderock DivisionOccupational Safety and Health Policy Statement” within 30 days of commencing performance atNSWCCD-SSES.  This document is available at: https://crbewebappdev.dt.navy.mil/intranet/documents/policy/OccupationalSafety.pdf (c) The contractor shall ensure that each contractor employee who will be resident at NSWCCD-SSES completesthe Voluntary Protection Program (VPP) Awareness Training within 30 days of commencing performance atNSWCCD-SSES.  This document is available at:https://crbewebappdev.dt.navy.mil/intranet/esh/documents/VPP Awareness Training for Contractors.doc (d) The Contractor shall certify by e-mail to Thomas Egan/Code 022 ([email protected]) that employees haveread the “Carderock Division Occupational Safety and Health Policy Statement” and taken the Voluntary ProtectionProgram (VPP) awareness training within 30 days of commencing performance at NSWCCD-SSES.  The e-mailshall include the employees name, work site, and contract number. (e) The contractor shall submit their OSHA 300 Logs (injury/illness rates) within 30 days of commencingperformance at NSWCCD-SSES for review by the Safety Office (Code 022).  If a contractor’s injury/illness rates areabove the Bureau of Labor Statistics industry standards, a safety assessment will be performed by Code 022 todetermine if any administrative or engineering controls can be utilized to prevent further injuries/illnesses, or if anyadditional PPE or training will be required. (f) The contractor shall post their OSHA 300 Logs in a conspicuous place where employee notices are customarilyposted immediately upon commencing performance at NSWCCD-SSES. (g) Applicable contractors shall submit Total Case Incident Rate (TCIR) and Days Away, Restricted and Transfer(DART) rates for the past three years within 30 days of commencing performance at NSWCCD-SSES for review bythe Safety Office (Code 022).  A contractor meets the definition of applicable if its employees worked 1,000 hours ormore in any calendar quarter on site and were not directly supervised in day-to-day activities by the command.    (h) The contractor shall report all work-related injuries/illnesses that occurred while working at NSWCCD-SSES tothe Safety Office (Code 022).     (i) The contractor shall ensure that all contractor work at NSWCCD-SSES is in accordance with the Occupational

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 20 of 42 FINAL

 

Page 23: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

Safety and Health (OSH) Program Manual (NAVSSESINST 5100.14).  The OSH Program Manual is available at:https://crbewebappdev.dt.navy.mil/intranet/instr/s5100-14g.htm

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

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

 (1)  Define the contractor's proposed life cycle model and the processes used as a part of that model.  In thiscontext, the term "life cycle model" is as defined in IEEE/EIA Std. 12207.0; (2)  Contain the information defined by IEEE/EIA Std. 12207.1, section 5.2.1 (generic content) and the Plans andProcedures in Table 1 of IEEE/EIA Std. 12207.1.  In all cases, the level of detail shall be sufficient to define allsoftware development processes, activities, and tasks to be conducted;  (3)  Identify the specific standards, methods, tools, actions, strategies, and responsibilities associated withdevelopment and qualification;  (4)  Document all processes applicable to the system to be acquired, including the Primary, Supporting, andOrganizational life cycle processes as defined by IEEE/EIA Std. 12207 as appropriate.  Such processes shall beequivalent to those articulated by CMMI®; (5)  Include the content defined by all information items listed in Table 1 of IEEE/EIA Std. 12207.1, as appropriatefor the system and be consistent with the processes proposed by the developers;(6)  Adhere to the characteristics defined in section 4.2.3 of IEEE/EIA Std. 12207, as appropriate; (7)  Describe the overall life cycle and include primary, supporting, and organizational processes based on the workcontent of this contract; (8)  Be in accordance with the framework defined in IEEE/EIA Std. 12207.0, including, but not limited to,defining the processes, the activities to be performed as a part of the processes, the tasks which support theactivities, and the techniques and tools to be used to perform the tasks; (9)  Contain a level of information sufficient to allow the use of the SDP as the full guidance for the developers.  Inaccordance with section 6.5.3a of IEEE/EIA Std. 12207.1, such information shall at a minimum contain, specificstandards, methods, tools, actions, reuse strategy, and responsibility associated with the development andqualification of all requirements, including safety and security.(b)  The SDP shall be delivered to the Government forconcurrence under CDRL        and shall not vary significantly from that proposed to the Government for evaluationfor award.  The contractor shall follow the Government concurred with SDP for all computer software to bedeveloped or maintained under this effort.  Any changes, modifications, additions or substitutions to the SDP alsorequire prior Government concurrence.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 21 of 42 FINAL

 

Page 24: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

SECTION D PACKAGING AND MARKING

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

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

(1) name and business address of the Contractor

(2) contract number

(3) task order number

(4) sponsor: _____________________________________

(Name of Individual Sponsor)

_____________________________________

(Name of Requiring Activity)

_____________________________________

(City and State)

Ship all Reports/Data to the following address:

Attn: Robert A. Morrison        Naval Surface Warfare Center, Carderock Division        5001 S. Broad Street, Building 4, Code 921        Philadelphia, PA 19112        215-897-7214        [email protected]

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

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 22 of 42 FINAL

 

Page 25: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance will be performed at Destination by NSWCCD-SSES, Code 9210 personnel.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 23 of 42 FINAL

 

Page 26: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

SECTION F DELIVERABLES OR PERFORMANCE

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

   

4000 9/23/2011 - 3/22/2013

4100 3/31/2012 - 3/30/2013

4200 3/31/2013 - 3/30/2014

6000 9/23/2011 - 3/22/2013

6100 3/31/2012 - 3/30/2013

6200 3/31/2013 - 3/30/2014

CLIN - DELIVERIES OR PERFORMANCE

CLINs 4000 and 6000 - Base Period: Date of award to 12 months after date of contract (ADC)CLINs 4100 and 6100 - Option Period: 12 months to 24 months ADCCLINs 4200 and 6200 - Option Period: 24 months to 36 months ADC

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 24 of 42 FINAL

 

Page 27: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

SECTION G CONTRACT ADMINISTRATION DATA

Task Order ManagerRobert A Morrison, 92135001 SOUTH BROAD STREETPHILADELPHIA, PA [email protected]

 

HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (JAN 2008)

  (a)  In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OFPAYMENT REQUESTS” (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) willutilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to acceptsupplies/services delivered under this contract.  This web-based system located athttps://wawf.eb.mil provides the technology for government contractors and authorized Departmentof Defense (DoD) personnel to generate, capture and process receipt and payment-relateddocumentation in a paperless environment.  Invoices for supplies/services rendered under thiscontract shall be submitted electronically through WAWF.  Submission of hard copy DD250/invoicesmay 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.  TheVendor, Group Administrator (GAM), and sections marked with an asterisk in the training systemshould 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 point ofcontact will self-register under the company’s CAGE code on WAWF and follow the instructions for agroup administrator.  After the company is set-up on WAWF, any additional persons responsible forsubmitting invoices must self-register under the company’s CAGE code at 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 (contracting officer complete appropriateinformation as applicable)

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 25 of 42 FINAL

 

Page 28: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

Issue DODAAC  N65540   Admin DODAAC  S2404A   Pay Office DODAAC  HQ0338   Inspector DODAAC  N65540   Service Acceptor DODAAC  N65540   Service Approver DODAAC  N65540   Ship To DODAAC See Section F   DCAA Auditor DODAAC     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), you willbe prompted to send additional email notifications.  Click on “Send More Email Notification” andadd the acceptor/receiver email addresses noted below in the first email address block, and add anyother additional email addresses desired in the following blocks.  This additional notification to thegovernment is important to ensure that the acceptor/receiver is aware that the invoice documentshave been submitted into WAWF.

Send Additional Email Notification To:

  [email protected] 

 (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.  Finalvoucher submission will be approved by the ACO.

 (g)  The WAWF system has not yet been implemented on some Navy programs; therefore, uponwritten concurrence from the cognizant Procuring Contracting Officer, the Contractor is authorizedto use DFAS’s WInS for electronic end to end invoicing until the functionality of WInS has beenincorporated into WAWF.

   (h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above1-866 number or the NSWCCD WAWF point of contact at (301) 227-5419.

                                                            (End of Clause)

 

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 26 of 42 FINAL

 

Page 29: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

 

 

SEA 5252.216-9122 LEVEL OF EFFORT (DEC 2000)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the workdescribed in Sections B and C of this contract. The total level of effort for the performance of this contract shall be418,500 total man-hours of direct labor, including subcontractor direct labor for those subcontractors specificallyidentified in the Contractor's proposal as having hours included in the proposed level of effort.

(b) Of the total man-hours of direct labor set forth above, it is estimated that 0 man-hours are uncompensated effort.

Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additionalcompensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in thefirst sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillmentof the level of effort obligations under this contract.

(c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performedin direct support of this contract and shall not include time and effort expended on such things as (local travel to andfrom an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work(actual or inferred) at an employee's residence or other non-work locations (except as provided in paragraph (j)below), or other 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 of approximately 2,683 hours per week. Itis understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective,provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the termhereof, except as provided in the following paragraph.

(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such anextent that the total man hours of effort specified above would be used prior to the expiration of the term, theContractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefitswhich would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together withan offer, setting forth a proposed 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 the terms andconditions of this contract and any additions or changes required by then current law, regulations, or directives, andthat the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. TheContractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Anyagreement to accelerate will be formalized by contract modification.

(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct laborsuch that the total man hours of effort specified in paragraph (a) above would be used prior to the expiration of theterm. This order shall specify the acceleration required and the resulting revised term. The Contractor shallacknowledge this order within five days of receipt.

(g) If the total level of effort specified in paragraph (a) above is not provided by the Contractor during the period ofthis contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract as follows:

Fee Reduction = Fee x ((Required LOE minus Expended LOE)divided by Required LOE)

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 toperform the work until the total number of man hours of direct labor specified in paragraph (a) above shall have beenexpended, at no increase in the fee of this contract.

(h) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative ContractingOfficer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated anduncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shallindicate on each invoice the total level of effort claimed during the period covered by the invoice, separately

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 27 of 42 FINAL

 

Page 30: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

identifying compensated effort and uncompensated effort, if any.

(i) Within 45 days after completion of the work under each separately identified period of performance hereunder, theContractor shall submit the following information in writing to the Contracting Officer with copies to the cognizantContract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number ofman hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the numberof man hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown ofother costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for theperiod. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, inthe case of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced to recoverexcess funds and, in the case of an underrun in hours specified as the total level of effort; and (6) a calculation of theappropriate fee reduction in accordance with this clause. All submissions shall include subcontractor information.

(j) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish man hours up to fivepercent in excess of the total man hours specified in paragraph (a) above, provided that the additional effort isfurnished within the term hereof, and provided further that no increase in the estimated cost or fee is required.

(End of Clause)

SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)

(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available andallotted to this contract for payment of fee for incrementally funded contract line item number/contract subline itemnumber (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this contract forpayment of cost for incrementally 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 the period ofperformance for which it is estimated the allotted amount(s) will cover are as follows:

ITEM(S) ALLOTTED TO COST ALLOTTED TO FEE PERIOD OF PERFORMANCE

400001 $16,706.81 $963.98 Three (3) years after award

400002 $9,454.48 $545.52 Three (3) years after award

400003 $4,727.24 $272.76 Three (3) years after award

400004 $68,639.50 $3,960.50 Three (3) years after award

400005 $84,225.21 $4,859.79 Three (3) years after award

400006 $332,797.58 $19,202.42 Three (3) years after award

400007 $94,544.77 $5,455.23 Three (3) years after award

400008 $47,272.38 $2,727.62 Three (3) years after award

400009 $47,272.38 $2,727.62 Three (3) years after award

400010 $23,636.19 $1,363.81 Three (3) years after award

400011 $4,727.24 $272.76 Three (3) years after award

400012 $7,180.68 $414.32 Three (3) years after award

400013 $2,217.07 $127.93 Three (3) years after award

400014 $54,306.51 $3,133.49 Three (3) years after award

600001 $5,000.00 N/A Three (3) years after award

600002 $85,400.00 N/A Three (3) years after award

600003 $136,615.00 N/A Three (3) years after award

600004 $88,000.00 N/A Three (3) years after award

600005 $25,000.00 N/A Three (3) years after award

600006 $18,000.00 N/A Three (3) years after award

600007 $25,000.00 N/A Three (3) years after award

600008 $32,000.00 N/A Three (3) years after award

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 28 of 42 FINAL

 

Page 31: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

600009 $15,000.00 N/A Three (3) years after award

600010 $850,000.00 N/A Three (3) years after award

600011 $7,595.00 N/A Three (3) years after award

600012 $2,345.00 N/A Three (3) years after award

600013 $21,000.00 N/A Three (3) years after award

600014 $15,000.00 N/A Three (3) years after award

600015 $200,760.00 N/A Three (3) years after award

(To be provided at the task order level)

(b) The parties contemplate that the Government will allot additional amounts to this contract from time to time forthe incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall stateseparately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and theperiod of performance which the amount(s) are expected to cover.

(c) CLINs/SLINs are fully funded and performance under these CLINs/SLINs is subject to the clause of this contractentitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR52.232-21), as applicable.

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

FUNDING PROFILE

It is estimated that these incremental funds will provide for [if LOE, enter the number of hours; if completion orsupply enter items and quantities]. The following details funding to date:

Total

Contract CPFFFunds ThisAction

PreviousFunding

Funds Available Balance Unfunded

$25,700,550.91 $258,200.00 $2,112,250.79 $2,370,450.79 $23,330,100.12

In accordance with (DFARS) PGI 204.7108(d)(12) "Other" INVOICING AND PAYMENTINSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

Consistent with clause HQ G-2-0006 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTINGCITATIONS(b)(12)"Other" (ALTERNATE 1) (NAVSEA) (JAN 2008), which is in your basic Seaport-econtract, the following payment instructions apply to this task order:

a) This requirement includes support for multiple programs with independent 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 otherwise couldresult 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) numbersshown on each individual invoice, including attached data.

(End of Clause)

Accounting Data

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 29 of 42 FINAL

 

Page 32: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

SLINID PR Number Amount -------- ---------------------- ---------------------400001 12589863 17670.79  LLA : AA 1711804 8B5B 252 VU021 0 050120 2D 000000 A00000855708  Standard Number: N0002411RX02974/AA Incremental funding for CLIN 4000; In accordance with Technical Instruction 001  400002 12589839 10000.00  LLA : AB 97X4930 NH1C 000 77777 0 000167 2F 000000 111919634975  Incremental funding for CLIN 4000; In accordance with Technical Instruction 001  400003 12589824 5000.00  LLA : AC 97X4930 NH1C 000 77777 0 000167 2F 000000 111919634775  Incremental funding for CLIN 4000; In accordance with Technical Instruction 001  400004 12630574 72600.00  LLA : AD 1711804 60BA 257 40025 068732 2D CX0519 40025150056P  Standard Number: N5005411RCX0519/AA Incremental funding for CLIN 4000; In accordance with Technical Instruction 002  400005 12630570 89085.00  LLA : AE 1711804 60BA 257 40025 068732 2D CX0571 40025151524P  Standard Number: N5005411RCX0571/AA Incremental funding for CLIN 4000; In accordance with Technical Instruction 003  400006 12630636 352000.00  LLA : AF 1711804 70BA 257 00070 R 045924 2D XK7830 0007017830KD  Standard Number: N0007011WXK7830/AA Incremental funding for CLIN 4000; In accordance with Technical Instruction 004  400007 12641154 100000.00  LLA : AG 97X4930 NH1C 000 77777 0 000167 2F 000000 111916143410  Incremental funding for CLIN 4000; In accordance with Technical Instruction 005  400008 12641162 50000.00  LLA : AH 97X4930 NH1C 000 77777 0 000167 2F 000000 111916143310  Incremental funding for CLIN 4000; In accordance with Technical Instruction 005  400009 12641200 50000.00  LLA : AJ 97X4930 NH1C 000 77777 0 000167 2F 000000 111913240233  Incremental funding for CLIN 4000; In accordance with Technical Instruction 005  600001 12589824 5000.00  LLA : AC 97X4930 NH1C 000 77777 0 000167 2F 000000 111919634775  Incremental funding for CLIN 4000; In accordance with Technical Instruction 001  600002 12630574 85400.00  LLA : AD 1711804 60BA 257 40025 068732 2D CX0519 40025150056P  Standard Number: N5005411RCX0519/AA Incremental funding for CLIN 4000; In accordance with Technical Instruction 002  600003 12630570 136615.00  LLA : AE 1711804 60BA 257 40025 068732 2D CX0571 40025151524P  Standard Number: N5005411RCX0571/AA Incremental funding for CLIN 4000; In accordance with Technical Instruction 003  600004 12630636 88000.00  LLA : AF 1711804 70BA 257 00070 R 045924 2D XK7830 0007017830KD  Standard Number: N0007011WXK7830/AA 

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 30 of 42 FINAL

 

Page 33: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

Incremental funding for CLIN 4000; In accordance with Technical Instruction 004  600005 12641154 25000.00  LLA : AG 97X4930 NH1C 000 77777 0 000167 2F 000000 111916143410  Incremental funding for CLIN 4000; In accordance with Technical Instruction 005  600006 12641162 18000.00  LLA : AH 97X4930 NH1C 000 77777 0 000167 2F 000000 111916143310  Incremental funding for CLIN 4000; In accordance with Technical Instruction 005   BASE Funding 1104370.79 Cumulative Funding 1104370.79  MOD 01  400010 12651314 25000.00  LLA : AK 97X4930 NH1C 000 77777 0 000167 2F 000000 111912871321  Incremental Funding for CLIN 4000; In accordance with Technical Instruction #005  400011 12691901 5000.00  LLA : AL 97X4930 NH1C 000 77777 0 000167 2F 000000 111918344599  Incremental Funding for CLIN 4000; In accordance with Technical Instruction #005  400012 12713349 7595.00  LLA : AM 97X4930 NH1C 000 77777 0 000167 2F 000000 111916481110  Incremental Funding for CLIN 4000; In accordance with Technical Instruction #005  400013 12713362 2345.00  LLA : AN 97X4930 NH1C 000 77777 0 000167 2F 000000 111912652820  Incremental Funding for CLIN 4000; In accordance with Technical Instruction #005  600007 12651314 25000.00  LLA : AK 97X4930 NH1C 000 77777 0 000167 2F 000000 111912871321  Incremental Funding for CLIN 4000; In accordance with Technical Instruction #005  600008 12691894 32000.00  LLA : AP 97X4930 NH1C 000 77777 0 000167 2F 000000 111912743340  Incremental Funding for CLIN 4000; In accordance with Technical Instruction #005  600009 12691901 15000.00  LLA : AL 97X4930 NH1C 000 77777 0 000167 2F 000000 111918344599  Incremental Funding for CLIN 4000; In accordance with Technical Instruction #005  600010 12713339 850000.00  LLA : AQ 1711804 70BA 257 00070 R 045924 2D XK7979 0007017979KD  Standard Number: N0007011WXK7979/AA Incremental Funding for CLIN 4000; In accordance with Technical Instruction #006  600011 12713349 7595.00  LLA : AM 97X4930 NH1C 000 77777 0 000167 2F 000000 111916481110  Incremental Funding for CLIN 4000; In accordance with Technical Instruction #005  600012 12713362 2345.00  LLA : AN 97X4930 NH1C 000 77777 0 000167 2F 000000 111912652820  Incremental Funding for CLIN 4000; In accordance with Technical Instruction #005  600013 12713364 21000.00  LLA : AR 97X4930 NH1C 000 77777 0 000167 2F 000000 111916625018  

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 31 of 42 FINAL

 

Page 34: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

Incremental Funding for CLIN 4000; In accordance with Technical Instruction #005  600014 12713448 15000.00  LLA : AS 97X4930 NH1C 000 77777 0 000167 2F 000000 111916159711  Incremental Funding for CLIN 4000; In accordance with Technical Instruction #005   MOD 01 Funding 1007880.00 Cumulative Funding 2112250.79  MOD 02 Funding 0.00 Cumulative Funding 2112250.79  MOD 03  400014 1300241521 57440.00  LLA : AT 97X4930 NH1C 257 77777 0 050120 2F 000000 A00000994874 Standard Number: N0006012WR3DGAL/AA Incremental Funding for CLIN 4000; In accordance with Technical Instruction #009  600015 1300241523 200760.00  LLA : AU 1721804 60BA 257 00060 R 068732 2D C3DEAL 033692E1BR4Q Standard Number: N0006012RC3DEAL/AA Incremental Funding for CLIN 6000; In accordance with Technical Instruction #009   MOD 03 Funding 258200.00 Cumulative Funding 2370450.79  MOD 04 Funding 0.00 Cumulative Funding 2370450.79  MOD 05 Funding 0.00 Cumulative Funding 2370450.79  MOD 06  600016 1300301075 32255.00  LLA : AV 1721804 60BA 257 00060 R 068732 2D C32JAL 033692E1BR4Q Standard Number: N0006012RC32JAL/AA Incremental Funding for CLIN 6100; In accordance with Technical Instruction #06 Rev 01   MOD 06 Funding 32255.00 Cumulative Funding 2402705.79  MOD 07 Funding 0.00 Cumulative Funding 2402705.79  MOD 08  400015 1300351787 14000.00  LLA : AW 1751811 1224 253 WAWMD 0 068342 2D 000000 556883000000 Standard Number: N0002413WX20151/AA Incremental Funding for CLIN 4000; In accordance with Technical Instruction #11  600017 1300351787 11400.00  LLA : AW 1751811 1224 253 WAWMD 0 068342 2D 000000 556883000000 Standard Number: N0002413WX20151/AA Incremental Funding for CLIN 6000; In accordance with Technical Instruction #11   MOD 08 Funding 25400.00 Cumulative Funding 2428105.79 

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 32 of 42 FINAL

 

Page 35: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 33 of 42 FINAL

 

Page 36: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

SECTION H SPECIAL CONTRACT REQUIREMENTS

5252.242-9115  TECHNICAL INSTRUCTIONS (APR 1999) 

(a)  Performance of the work hereunder may be subject to written technical instructions signed by the ContractingOfficer's Representative specified in Section G of this contract.  As used herein, technical instructions are defined toinclude 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 statement of work.

        (2)  Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portionsof work description.

(b)  Technical instructions must be within the general scope of work stated in the contract.  Technical instructions maynot be used to:  (1) assign additional work under the contract; (2) direct a change as defined in the "CHANGES" clauseof this contract; (3) increase or decrease the contract price or estimated contract amount (including fee), as applicable, thelevel of effort, or the time required for contract performance; or (4) change any of the terms, conditions or specifications ofthe contract.

(c)  If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope ofthe contract 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 until theContractor is notified by the Contracting Officer that the technical instruction is within the scopeof this contract.

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

(End of Text)

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

(a) Introduction: The contractor’s performance on this task order will be evaluated by the Government, in accordancewith this task order clause. The first evaluation will cover the period ending twelve months after the date of taskorder award with successive evaluations being performed for each twelve-month period thereafter until the contractorcompletes performance under the task order. Based on the evaluation results, the PCO will assign an overallperformance rating in accordance with paragraph (b) of this clause. The purpose of the evaluation is to determineremedies that may be invoked due to “Unsatisfactory” performance. If the PCO assigns an "Unsatisfactory"performance rating for the period evaluated, the PCO may take unilateral action, in accordance with clause 52.246-5entitled “Inspection of Services-Cost Reimbursement”, dated Apr 1984, in Section E of the base contract, toprovide for a fee reduction covering the performance period evaluated. This clause provides the basis for evaluation ofthe contractor’s performance and for determining if the fee amount should be reduced due to “Unsatisfactory”performance.

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

(1) Excellent

(2) Very Good

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 34 of 42 FINAL

 

Page 37: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

(3) Satisfactory

(4) Unsatisfactory

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

Table 1: Overall Performance Ratings

For The Evaluation Period

OverallPerformanceRating

Standard

Excellent“Excellent” ratings for all performance evaluationcriteria.

Very GoodA combination of “Excellent” and “Satisfactory”ratings determined by the PCO to exceedSatisfactory” overall.

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

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

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

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

(e) Organization: The performance evaluation organization consists of the Procuring Contracting Officer (PCO), whowill serve as the Evaluation Official, and the Task Order Manager (ToM).

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

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

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

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

(h) Performance Evaluation: The PCO will make the decision on the overall performance rating for the workperformed under the task order within thirty days after receipt of the evaluation report from the ToM. The decision

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 35 of 42 FINAL

 

Page 38: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

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

(i) Contractor’s Review of the Evaluation Report: Contractors shall be given a minimum of 15 calendar days tosubmit comments, rebut statements, or provide additional information. The PCO shall consider the contractor’ssubmission and respond as appropriate. Although the PCO will consider the contractor’s comments, rebuttals, oradditional information, the PCO may, or may not, change the overall rating. The decision to change the ratingbased on contractor input at this stage is solely at the discretion of the PCO.

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

TABLE 2: TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS

Criterion UNSATISFACTORY SATISFACTORY EXCELLENT

TaskPerformance

Work product fails to meetAcceptable Quality Levels(AQLs) defined inPerfor-manceRequirements SummaryTable (see SOW orelsewhere in the TaskOrder).

Work product routinelymeets Acceptable QualityLevels (AQLs) defined inPerformanceRequire-ments SummaryTable(see SOW orelsewhere in the TaskOrder).

Work product frequentlyexceeds AcceptableQuality Levels (AQLs)defined in PerformanceRequirements SummaryTable (see SOW orelsewhere in the TaskOrder).

Staffing

Contractor providesmarginally qualified orunqualified personnel.Lapses in coverage occurregularly.

Contractor providesqualified personnel.Lapses in coverage mayoccasionally occur and aremanaged per individualtask order policy.

Contractor provideshighly qualifiedpersonnel. Contractorreassigns personnel toensure proper coverage.Actual lapsesin coverageoccur very rarely, if ever,and are managed perindividual task orderpolicy. Contractorensures staff trainingremains current.

Timeliness

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

Contractor routinelymeets deadlines,schedules, and respondsquickly to governmentrequests.

Contractor alwaysmeetsdeadlines,schedules, and respondsimmediately togovernment requests.

CustomerSatisfaction

Fails to meet customerexpectations

Meets customerexpectations.

Exceeds customerexpectations.

TABLE 3: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

ProblemResolution

Problems are unresolved,repetitive, or takeexcessive governmenteffort to resolve.

Problems are resolvedquickly with minimalgovernmentinvolvement.

Problems arenon-existent or thecontractor takescorrective action

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 36 of 42 FINAL

 

Page 39: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

without governmentinvolvement.

Responsiveness

Contractor’s managementis unresponsive togovernment requests andconcerns.

Contractor’smanagement isresponsive togovernment requests andconcerns.

Contractor’smanagement takesproactive approach indealing withgovernmentrepresentatives andanticipates Governmentconcerns.

Communications

Contractor often fails tocommunicate withgovernment in an effectiveand timely manner.

Contractor routinelycommunicates withgovernment in aneffective and timelymanner.

Contractor takes aproactive approach suchthat communications arealmost always clear,effective, and timely.

TABLE 4: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

CostManagement

Contractor routinely failsto complete the effortwithin the originallyagreed to estimated cost,i.e. cost overrunsfrequently occur.

Contractor routinelycompletes the effortwithin the originallyagreed to estimated cost.Contractor providesmeasures for controllingall costs at estimatedcosts. Funds andresources are generallyused in a cost-effectivemanner. No majorresource managementproblems are apparent.

Reductions in directcosts to the Governmentbelow contract estimatedcosts are noteworthy.Contractor providesdetailed cost analysisand recommendations toGovernment forresolution of problemsidentified. Funds andresources are optimallyused to provide themaximum benefit for thefunds and resourcesavailable. Documentedsavings are apparent.

CostReportingReports are generally late,inaccurate incomplete orunclear.

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

Reports are clear,accurate, and pro-active.Problems and/or trendsare addressedthoroughly, and thecontractor’srecommendations and/orcorrective plans areimplemented andeffective.

See Attachment CAR-H10 PERFORMANCE REQUIREMENTS SUMMARY TABLE

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

H-5 Task Order Process.

Ombudsman Description.

In accordance with FAR 16.505(a)(9), no protest under FAR Subpart 33.1 is authorized in connection with PCO

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 37 of 42 FINAL

 

Page 40: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

decisions regarding fair opportunity or the issuance of a TO under this contract, except for a protest on the groundsthat a TO increases the scope, period, or maximum value of the contract. The Local Warfare Center Site Deputy forSmall Business has been designated as the NAVSEA and related Program Executive Offices Ombudsman for thiscontract. The NSWCCD Ombudsman will review complaints from the contractors and ensure that all contractors areafforded a fair opportunity to be considered, consistent with the procedures in the contract. Complaints to theNSWCCD Ombudsman must be forwarded to:

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

Option to Extend Services

The Government may require continued performance of any services within the limits and at the rates specified inthe Task Order. The option provision may be exercised more than once, but the total extension of performancehereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to theContractor within 10 days prior to Task Order end date.

(End of Clause)

Option to Extend the Term of the Task Order

(a) The Government may extend the term of this task order under option CLINs/SUBCLINs by written notice to theContractor on or before 4 Apr 2009; provided, that the Government gives the Contractor a preliminary writtennotice of its intent to exercise the option(s)at least thirty days before the task order expires. The preliminary noticedoes not commit the Government to an extension.

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

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 38 of 42 FINAL

 

Page 41: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

SECTION I CONTRACT CLAUSES

09RA 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT.  (MAR 2008)

 (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days priorto completion of the base period; provided that the Government gives the Contractor a preliminary written notice ofits intent to extend at least 60 days before the contract expires. The preliminary notice does not commit theGovernment to an extension.

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

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

CAR-I18 TECHNICAL INSTRUCTIONS (DEC 2001)

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

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

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

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

(1) assign additional work under the task order;

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

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

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

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

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

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

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

(End of Clause)

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

(a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed time-and-a-half of the labor category's regular time rate, or the overtime premium is paid for work --

(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns ofproduction equipment, or occasional production bottlenecks of a sporadic nature;

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 39 of 42 FINAL

 

Page 42: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

(2) By indirect-labor employees such as those performing duties in connection with administration, protection,transportation, maintenance, standby plant protection, operation of utilities, or accounting;

(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportationconveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted orcompleted otherwise; or

(4) That will result in lower overall costs to the Government.

(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimatedovertime for contract completion and shall—

(1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together withpresent workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluatethe necessity for the overtime;

(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;

(3) Identify the extent to which approval of overtime would affect the performance or payments in connection withother Government contracts, together with identification of each affected contract; and

(4) Provide reasons why the required work cannot be performed by using multishift operations or by employingadditional personnel.

* Insert either “zero” or the dollar amount agreed to during negotiations. The inserted figure does not apply to theexceptions in paragraph (a)(1) through (a)(4) of the clause.(End of Clause)

252.222-7999  Additional Requirements and Responsibilities Restricting the Use of Mandatory ArbitrationAgreements (DEVIATION) Use the following clause in all contracts in excess of $1 million utilizing funds appropriated by the Fiscal Year 2010Defense Appropriations Act (Pub. L. 111-118), except in contracts for the acquisition of commercial items andcommercially available off-the-shelf items. 

ADDITIONAL REQUIREMENTS AND RESPONSIBILITIESRESTRICTING THE USE OF MANDATORY ARBITRATION

AGREEMENTS (DEVIATION) (FEB 2010) (a) Definitions. “Covered subcontract,” as used in this clause, means any subcontract, except a subcontract for the acquisition ofcommercial items or commercially available off-the-shelf items, that is in excess of $l million and uses Fiscal Year2010 funds. (b) The Contractor- 

(1) Agrees not to- 

(i) Enter into any agreement with any of its employees or independent contractors that requires, asa condition of employment, that the employee or independent contractor agree to resolve through arbitration anyclaim under title VII of the Civil Rights Act of 1964 or any tort related to or arising out of sexual assault orharassment, including assault and battery, intentional infliction of emotional distress, false imprisonment, ornegligent hiring, supervision, or retention; or

 (ii) Take any action to enforce any provision of an existing agreement with an employee or

independent contractor that mandates that the employee or independent contractor resolve through arbitration anyclaim under title VII of the Civil Rights Act of 1964 or any tort related to or arising out of sexual assault or

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 40 of 42 FINAL

 

Page 43: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

harassment, including assault and battery, intentional infliction of emotional distress, false imprisonment, ornegligent hiring, supervision, or retention; and

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

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

(d) The Secretary of Defense may waive the applicability of the restrictions of paragraph (b) to the Contractor or aparticular subcontractor for the purposes of the contract or a particular subcontract if the Secretary or the DeputySecretary personally determines that the waiver is necessary to avoid harm to national security interests of theUnited States, and that the term of the contract or subcontract is not longer than necessary to avoid such harm. Thisdetermination will be made public not less than 15 business days before the contract or subcontract addressed in thedetermination may be awarded.(end of clause) 

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 41 of 42 FINAL

 

Page 44: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000

SECTION J LIST OF ATTACHMENTS

CARH10

DD254

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP7 AMENDMENT/MODIFICATION NO.

 08 PAGE

 42 of 42 FINAL

 

Page 45: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000
Page 46: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000
Page 47: NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP7 AMENDMENT/MODIFICATION NO. 08 PAGE 4 of 42 FINAL. Sr, Engineering Tech 26,000 26,000 26,000 78,000 Engineering Tech 12,000
lpierce
Typewritten Text
Lauren Pierce06/25/13