+ All Categories
Home > Documents > XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX...

XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX...

Date post: 14-Jan-2020
Category:
Upload: others
View: 98 times
Download: 0 times
Share this document with a friend
78
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P00003 07-Mar-2017 1300625167 N/A 6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S1501A NSWC, CRANE DIVISION 300 Highway 361 - Building 3373 Crane IN 47522-5001 @navy.mil 812-854-5928 DCMA COMBAT VEHICLES INDIANAPOLIS EMMETT J. BEAN CENTER, 8899 E. 56TH ST. INDIANAPOLIS IN 46249-5701 SCD: A 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Tri Star Engineering 3000 W. 16th Street Bedford IN 47421-3332 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4146 / N0016417F3000 10B. DATED (SEE ITEM 13) CAGE CODE 03WZ3 FACILITY CODE 22-Dec-2016 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [X] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc )SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible ) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) , Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ 07-Mar-2017 (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 XXXXXX XXXXXXXXXXXXX XXXXXXXXXX
Transcript
Page 1: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

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

P00003 07-Mar-2017 1300625167 N/A6.  ISSUED BY CODE N00164 7.  ADMINISTERED BY (If other than Item 6) CODE S1501A

NSWC, CRANE DIVISION

300 Highway 361 - Building 3373

Crane IN 47522-5001

@navy.mil 812-854-5928

 

DCMA COMBAT VEHICLES INDIANAPOLIS

EMMETT J. BEAN CENTER, 8899 E. 56THST.

INDIANAPOLIS IN 46249-5701

 

SCD: A

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

Tri Star Engineering    3000 W. 16th Street    Bedford IN 47421-3332   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4146 / N0016417F3000

    10B.  DATED (SEE ITEM 13)

CAGECODE

03WZ3 FACILITY CODE   22-Dec-2016

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

SEE SECTION G 

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

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

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

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

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

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

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

SEE PAGE 2 

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

      , Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/ 07-Mar-2017 

(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

XXXXXX

XXXXXXXXXXXXX

XXXXXXXXXX

Page 2: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

GENERAL INFORMATION

The purpose of this modification is to add incremental funding. Accordingly, said Task Order is modified asfollows: A conformed copy of this Task Order is attached to this modification for informational purposes only.

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from by to

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

7001ANFund Type -OTHER

The total value of the order is hereby increased from $ by $ to$

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

7000 (

7001AN

The Period of Performance of the following line items is hereby changed as follows:

CLIN/SLIN From To

7001AN 3/7/2017 - 9/30/2017

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 2 of 2 FINAL

 

XXXXXXXXXXXXXXXXXXXXXXXXXXXX

XXXXXXXXXXXXXXXXXXXXXXXXXXXX

XXXXXX

XXXXXXXXXXXXXXXXXXXX

XXXXXXXXXXXXXXXX

XXXXXXXXXX

XXXXXXXXXXXXXX

XXXXXX

XXXXXXXXXXXXXXXXXXXX

XXXXXXXXXXXXXXXXXXXX

Page 3: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7000 R425 Non-personal professional

engineering, technical,

acquisition engineering, and

management support services

in support of the

Surveillance and

Reconnaissance Division SOW

herein; Base Year plus four

one-year options. NO FUNDING

WILL BE APPLIED TO THIS

CLIN. Funding is applied to

priced SUBCLIN under CLIN

7001, 7100, 7200, 7300,

7400. Contractor shall not

invoice against CLIN 7000.

(Fund Type - TBD)

590016.0 LH

7001 Base Year (Year 1) Ordering

period 12/22/16 - 12/21/17.

Contractor shall invoice the

following priced SUBCLINs in

accordance with invoicing

instructions in Section G.

7001AA R425 Funding in support of

TI-0001 Electronic

Maintenance Support System

(EMSS) (Fund Type - OTHER)

1.0 LO $

7001AB R425 Funding in support of

TI-0004 Combat Support

Systems (PM CSS) Support.

(Fund Type - OTHER)

1.0 LO

7001AC R425 Funding in support of

TI-0004 Combat Support

Systems (PM CSS) Support.

(PMC)

1.0 LO

7001AD R425 Funding in support of

TI-0007 Cybersecurity

Engineering analysis for PIN

HD1 Deputy Commander Systems

Engineering,

Interoperability,

Architectures and Technology

(DC SIAT). (Fund Type -

OTHER)

1.0 LO $

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 1 of 76 FINAL

 

XXXXXX

XXXXXXX

XXXXXXXXXX

XXXXXXXXX

XXXXXXX

XXXXXXXX

XXXXXXX

XXXXXXXX

Page 4: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7001AE R425 Funding in support of

TI-0013 Common Aviation

Command and Control System

(CAC2S) Phase 1 Software

Support. (Fund Type - OTHER)

1.0 LO $

7001AF R425 Funding in support of

TI-0014 Common Aviation

Command and Control System

(CAC2S) Phase 2 Software

Support. (Fund Type - OTHER)

1.0 LO $

7001AG R425 Funding in support of

TI-0014 Common Aviation

Command and Control System

(CAC2S) Phase 2 Software

Support. (PMC)

1.0 LO $

7001AH R425 Funding in support of

TI-0004 Combat Support

Systems (PM CSS) Support.

(Fund Type - OTHER)

1.0 LO $

7001AJ R425 Funding in support of

TI-0001 Electronic

Maintenance Support System

(EMSS) (Fund Type - OTHER)

1.0 LO $

7001AK R425 Funding in support of

TI-0001 Electronic

Maintenance Support System

(EMSS) (PMC)

1.0 LO $

7001AL R425 Funding in support of

TI-0009 USMC PM MC3 USMC

CREW Field Service

Representative (FSR)

Support. (Fund Type - OTHER)

1.0 LO $

7001AM R425 Funding in support of

TI-0003 Program Executive

Office - Ships (PEO-SHIPS)

PMS-408 Identity Dominance

Systems (IDS) Cybersecurity

Support (O&MN,N)

1.0 LO $

7001AN R425 Funding in support of

TI-0002 Tactical Air Control

Party-Modernization (TACP-M)

Support (Fund Type - OTHER)

1.0 LO $

7002 Option Year 1 (Year 2)

Ordering period 12/22/17 -

12/21/18. Contractor shall

invoice the following priced

SUBCLINs in accordance with

invoicing instructions in

Section G.

$

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 2 of 76 FINAL

 

XXXXXXX

XXXXXXX

XXXXXXX

XXXXXX

XXXXXXX

XXXXXXXXX

XXXXXX

XXXXXX

XXXXXX

XXX

XXXXXXXX

XXXXXXXX

XXXXXXX

XXXXXXX

XXXXXXXX

XXXXXXXXX

XXXXXXX

XXXXXXX

XXXXXXX

Page 5: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7003 Option Year 2 (Year 3)

Ordering period 12/22/18 -

12/21/19. Contractor shall

invoice the following priced

SUBCLINs in accordance with

invoicing instructions in

Section G.

$

7004 Option Year 3 (Year 4)

Ordering period 12/22/19 -

12/21/20. Contractor shall

invoice the following priced

SUBCLINs in accordance with

invoicing instructions in

Section G.

$

7005 Option Year 4 (Year 5)

Ordering period 12/22/20 -

12/21/21. Contractor shall

invoice the following priced

SUBCLINs in accordance with

invoicing instructions in

Section G.

$

Item PSC Supplies/Services Qty UnitEst.

Cost

Fixed

FeeCPFF

7100 R425 THIS CLIN IS NOT APPLICABLE BUT CAN'T BE DELETED DUE TO

SEAPORT CONSTRAINTS. (Fund Type - TBD)

1.0 LH $ $ $

Option

7200 R425 THIS CLIN IS NOT APPLICABLE BUT CAN'T BE DELETED DUE TO

SEAPORT CONSTRAINTS. (Fund Type - TBD)

1.0 LH $ $ $

Option

7300 R425 THIS CLIN IS NOT APPLICABLE BUT CAN'T BE DELETED DUE TO

SEAPORT CONSTRAINTS. (Fund Type - TBD)

1.0 LH $ $ $

Option

7400 R425 THIS CLIN IS NOT APPLICABLE BUT CAN'T BE DELETED DUE TO

SEAPORT CONSTRAINTS. (Fund Type - TBD)

1.0 LH $ $ $

Option

For Cost Type / NSP Items

Item PSC Supplies/Services Qty UnitEst.

Cost

Fixed

FeeCPFF

7999 Data IAW Contract Data Requirements List (CDRLs) attached

herein as Exhibit A. Not Separately Priced

1.0 LO NSP

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 3 of 76 FINAL

 

XXX

XXX

XXX

XXX XXX XXX

XXX XXX XXX

XXX XXX XXX

XXX XXX XXX

Page 6: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9000 R425 Other Direct Cost in support of CLIN 7000 Surveillance and

Reconnaissance Division SOW herein; ODC CEILING ONLY. NO FUNDING

WILL BE APPLIED TO THIS CLIN. (Fund Type - TBD)

1.0 LO $

9001 Base Year OCD (Year 1 ODC) Ordering period 12/22/16 - 12/21/17. $

9001AB R425 Funding in support of TI-0004 Combat Support Systems (PM CSS)

Support. (Fund Type - OTHER)

1.0 LO $

9001AC R425 Funding in support of TI-0007 Cybersecurity Engineering analysis

for PIN HD1 Deputy Commander Systems Engineering,

Interoperability, Architectures and Technology (DC SIAT) (Fund

Type - OTHER)

1.0 LO $

9001AD R425 Funding in support of TI-0013 Common Aviation Command and Control

System (CAC2S) Phase 1 Software Support. (Fund Type - OTHER)

1.0 LO $

9001AE R425 Funding in support of TI-0014 Common Aviation Command and Control

System (CAC2S) Phase 2 Software Support. (Fund Type - OTHER)

1.0 LO $

9001AF R425 Funding in support of TI-0014 Common Aviation Command and Control

System (CAC2S) Phase 2 Software Support. (PMC)

1.0 LO $

9001AG R425 Funding in support of TI-0004 Combat Support Systems (PM CSS)

Support. (Fund Type - OTHER)

1.0 LO $

9001AH R425 Funding in support of TI-0001 Electronic Maintenance Support

System (EMSS). (PMC)

1.0 LO $

9001AJ R425 Funding in support of TI-0009 USMC PM MC3 USMC CREW Field Service

Representative (FSR) Support. (Fund Type - OTHER)

1.0 LO $

9001AK R425 Funding in support of TI-0003 Program Executive Office - Ships

(PEO-SHIPS) PMS-408 Identity Dominance Systems (IDS) Cybersecurity

Support (O&MN,N)

1.0 LO $

9002 Option Year 1 ODC (Year 2 ODC) Ordering period 12/22/17 -

12/21/18.

$

9003 Option Year 2 ODC (Year 3 ODC) Ordering period 12/22/18 -

12/21/19.

$

9004 Option Year 3 ODC (Year 4 ODC) Ordering period 12/22/19 -

12/21/20.

$

9005 Option Year 4 ODC (Year 5 ODC) Ordering period 12/22/20 -

12/21/21.

$

9100 R425 THIS CLIN IS NOT APPLICABLE BUT CAN'T BE DELETED DUE TO SEAPORT

CONSTRAINTS. (Fund Type - TBD)

1.0 LO $

Option

9200 R425 THIS CLIN IS NOT APPLICABLE BUT CAN'T BE DELETED DUE TO SEAPORT

CONSTRAINTS. (Fund Type - TBD)

1.0 LO $

Option

9300 R425 THIS CLIN IS NOT APPLICABLE BUT CAN'T BE DELETED DUE TO SEAPORT

CONSTRAINTS. (Fund Type - TBD)

1.0 LO $

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 4 of 76 FINAL

 

XXXXXXX

XXXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXXXX

XXXXXX

XXXXXX

XXX

XXX

XXX

XXX

XXX

XXX

XXX

Page 7: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

Item PSC Supplies/Services Qty Unit Est. Cost

Option

9400 R425 THIS CLIN IS NOT APPLICABLE BUT CAN'T BE DELETED DUE TO SEAPORT

CONSTRAINTS. (Fund Type - TBD)

1.0 LO $

Option

NOTE A: LEVEL OF EFFORT

The Total Level of Effort (LOE) for the Task Order of hours has been entered for Year 1 LaborCLIN.  As each option is exercised the LOE hours remaining will be applied to the Labor CLIN beingexercised. 

           Es matedHours/YearYear 1 59,002Year 2 88,502Year 3 118,003Year 4 147,504Year 5 177,005Total 590,016

NOTE B: OPTION

Option item to which the option clause in Section I applies and which is to be supplied only if and to the extent that said optionis exercised.

 

NOTE C: SURGE

There is no surge on this requirement.

 

 

CNIN-NOTICE-0002 NSWC CRANE GENERAL PROCUREMENT INFORMATION (APR 2014)

1. BUSINESS HOURS

NSWC Crane Division allows flexible working hours for its employees. The core time when all employees are scheduled to workis 9:00 am to 2:30 pm (local time).

2. NSWC CRANE VISITOR INFORMATION: PORTABLE ELECTRONIC DEVICE POLICY

NSWC Crane has implemented full compliance with the NAVSEA Access and Movement Control Instruction 5510.2C, CH-1dated 25 February 2014, which restricts the use of portable electronic devices (PEDs) in all NAVSEA spaces. In accordance withNSWC Crane Policy Letter 14-02 dated 20 March 2014, all Government civilian, military and contractor personnel assigned toNSWC Crane and all visitors are prohibited from bringing any device or equipment capable of recording, transmitting or exportingphotographic images or audible information of any kind into NSWC Crane spaces . This policy prohibits all personal electronicdevices other than personal cell phones. For the purpose of this policy, “spaces” include outdoor ranges and test areas.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 5 of 76 FINAL

 

XXX

XXXXXXXXXXXX

Page 8: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

NSWC Crane areas will be clearly marked. Prohibited devices include: MP3 players, e-readers, digital recording devices, laptopand tablet computers, and/or other electronic devices not provided by the government or specifically authorized. One-way pagersare allowed for fire, safety and security purposes. These devices can be used in non-NSWC Crane areas.

 3. RAPIDGate NSA/NSWC CRANE INSTALLATION ACCESS

NSA/NSWC Crane is implementing the Navy Commercial Access Control System (NCACS) projects.

The NCACS is the standard identity management and perimeter installation access control solution for the access management ofvendors, contractors, suppliers and service providers who are not authorized a Common Access Card (CAC). The rationale forimplementation of this system is to increase security while reducing impacts to the contractor community by improvingefficiencies for base entry. 

A new protocol being implemented to fulfill this NCACS requirement is the RAPIDGate system. The system meets PresidentialDirective (HSPD-12) requirements by providing background checks of contractor personnel. A personal badge that affords baseaccess (and/or multiple base access) for one year will be issued to each Contractor employee that meets background check criteria.While Contractors are not required to participate in this program, those Contractors who choose not to participate will be requiredto obtain daily passes for base access.

For contracts which include the FAR 52.204-9 Personal Identity Verification of Contractor Personnel or will otherwise requirefrequent access to the Naval Support Activity (NSA)/NSWC Crane site, contractors should consider taking advantage of thebenefits available from the RAPIDGate program. A Government Sponsor is required to validate a Contractor’s request forRAPIDGate access, and shall be the Contracting Officer’s Representative (COR). If there is no COR, then the GovernmentSponsor is the Contracting Officer.

 The Government does not guarantee the contractor’s successful enrollment or the successful enrollment of any contractoremployees in the RAPIDGate program. Significant delays may result from choosing to access the installation by obtaining a oneday pass. The Government will not be held responsible for any access delays associated with using the daily pass process. Pleaseaddress any questions or concerns regarding RAPIDGate to the COR or the local Base Security Office personnel listed below.

 NSA/NSWC Crane RAPIDGate Primary Program Point of Contact is Jon Thomas, and can be reached at

[email protected] or at 812-854-5642.

Additional information is available at http://www rapidgate.com/rapidgate

HQ B-2-0004  EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)(a)  As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor haveagreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at thetime of final contract closeout.  The term "residual dollar amount" shall include all money that would otherwise be owed to eitherparty at the end of the contract except that, amounts connected in any way with taxation, allegations of fraud and/or antitrustviolations shall be excluded.  For purposes of determining residual dollar amounts, offsets of money owed by one party againstmoney that would otherwise be paid by that party may be considered to the extent permitted by law.

(b)  This agreement to waive entitlement to residual dollar amounts has been considered by both parties.  It is agreed that theadministrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered. 

HQ B-2-0007 LIMITATION OF COSTS OR LIMITATION OF FUNDS LANGUAGEThe clause entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF FUNDS" (FAR 52.232-22), asappropriate, shall apply separately and independently to each separately identified estimated cost. 

HQ B-2-0010  NOTE (OPTION)

NOTE B - Option item to which the option clause in SECTION I-2 applies and which is to be supplied only if and to the extentsaid option is exercised.

HQ B-2-0015  PAYMENTS OF FEE(S) (LEVEL OF EFFORT - ALTERNATE 1) (NAVSEA) (MAY 2010) (a)  For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee" in cost-plus-award-fee type

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 6 of 76 FINAL

 

Page 9: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 10: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

SECTION C DESCRIPTIONS AND SPECIFICATIONS

Statement of Work

For

Software & Cyber Engineering for

Expeditionary Systems

 1.0 Scope

This Statement of Work sets forth the requirements for non-personal engineering, technical andprogram support services for tactical software engineering and cyber engineering forexpeditionary systems and attendant product lines in the areas of command, control,intelligence, surveillance, reconnaissance (C2ISR), and other special capabilities to include: Software Integration, Software Development, Software Engineering, Software Architecture,Cybersecurity/Information Assurance, Software Deployment, Software Support Activity(SSA), In-Service Engineering Activity (ISEA), as well as Logistics, Configuration Managementand Repair support services as they relate to software and cyber engineering. These services arefor a wide variety of systems supported by Crane Division, Naval Surface Warfare Center(NSWC Crane), Maneuver and Engagement Division (JXS) and Surveillance and ReconnaissanceSystems Division (JXT).

 

1.1 Background.

The Maneuver and Engagement Division (JXS) and the Surveillance and ReconnaissanceSystems Division (JXT) provide Software Integration, Software Development, SoftwareEngineering, Software Architecture, Cybersecurity/Information Assurance, SoftwareDeployment, Software Support Activity (SSA), In-Service Engineering Activity (ISEA),Technical, Program, Logistic, Configuration Management, Administrative, and Repair supportservices for the US Navy, Marine Corps, Army, Air Force, Special Operations Command andthe Intelligence community.  Other Department of Defense (DoD) entities, Intelligence agencies,Homeland Security agencies and Special Forces communities are potential sponsors in the nearfuture.  Current projects and support include,  Ground-Based Operational Surveillance System(G-BOSS), Counter Remote Controlled Improvised Electronic Device (RCIED) ElectronicWarfare (CREW), Common Aviation Command and Control System (CAC2S), Tactical AirControl Party – Modernization (TACP-M), TopLite Electro-Optic (EO) Sensor ReverseEngineering, Navy/USMC Identification & Detection Systems (I&DS), Vehicle AutomatedDiagnostic System (VADS), Program Manager-Combat Support Systems (PM-CSS)Cybersecurity, Special Projects Engineering and Research (SPEaR), Program Manager-Armorand Fire Support Systems (PM-AFSS) Cybersecurity, Topographical Production Capability(TPC), Target Location Designation Handoff System (TLDHS), and Situational AwarenessSystem (SAwS).  Due to the dynamic nature of the Expeditionary Warfighter that JXS/JXT

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 8 of 76 FINAL

 

Page 11: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

typically supports, projects and customers are in a continual state of change.  Typical durationfor a JXS/JXT project is 6-18 months.  The ability of JXS/JXT to adapt and shape itsworkforce is a critical capability for our customers and is a key component of the supportprovided by this TO.

 

Technology areas include: information assurance / cyber security; sensor and data fusion;information technology (IT); information system design, fabrication & maintainability;electronic and mechanical systems, subsystems, equipment, and components, integration oflegacy and new IT systems, advanced platform health monitoring/sensing, and other electronicinterconnect technologies. In addition, other technology areas include: secure wirelesstechnologies, Research Development Test & Evaluation (RDT&E), project sustainment,obsolescence management, system integration, IT data management, data mining, configurationmanagement, software application design and development.  A large portion of JXS/JXT workis tactical in nature requiring extensive knowledge in moving data/information in various tacticalenvironments thus providing for faster and better decisions on the battlefield.

 

Tactical data from theatre operations will encompass platform health & wellness, maintenance,surveillance data, targeting information, threat data, and various voice and data communication.Data in theatre can be transferred through wired and wireless (satellite, 802.11, cellular, orBluetooth) means within DoD Information Assurance Accreditation Process (DIACAP)guidelines and provide secure and accurate data to all stakeholders to include Program Office,Maintenance Officers, Commanders, and the logistic pipeline.

 

1.2 Applicable Paragraphs

The following paragraphs and functional service areas identified below from the SeaPortEnhanced (SeaPort- e) Multiple Award Contract (MAC) are applicable to this TO.

 

3.1 Research and Development Support

3.2 Engineering, System Engineering and Process Engineering Support

3.3 Modeling, Simulation, Stimulation, and Analysis Support

3.4 Prototyping, Pre-Production, Model-Making, and Fabrication Support

3.5 System Design Documentation and Technical Data Support

3.6 Software Engineering, Development, Programming, and Network Support

3.7 Reliability, Maintainability, and Availability (RM&A) Support

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 9 of 76 FINAL

 

Page 12: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 13: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 14: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 15: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 16: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 17: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 18: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 19: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

schedule (Full Time, Part Time Schedule, Compressed Work Schedule to include notice of Regular Day Off (RDO)) and  any telework days authorized by the Contractor in accordancewith company timekeeping, work week and telework policies.  Updates shall be provided at aminimum with each submission of the MSR as applicable.  (CDRL A001)  

3.0.1.2 Labor Rate Limitation Notification.  Contractors shall monitor the following labor rates aspart of the monthly contract and TO status reports:

Average actual labor rates per person charged on contract/task order - If the average fully burdenrate of any individual exceeds $ hr and was not disclosed prior to the basic contract (orTO) award, the contractor shall send notice and rationale (CDRL A001) for the labor rate to theCOR who will then send notification to the Contracting/ Ordering Officer.

Average actual labor rates (total actual fully burdened labor costs "divided by" total number ofhours performed) compared to average negotiated labor rates (total negotiated fully burdenedlabor costs "divided by" total number of hours negotiated) - If the average actual burdened laborrates exceeds the average proposed/negotiated rate by 10%, the contractor shall send notice andrationale (CDRL A001) for the rate variance to the COR who will then send notification to theContracting/ Ordering Officer. Contractors shall additionally notify the government if variancesexceed 15% for more than three consecutive months. Contractors shall annotate the variancepercentage of monthly average actual labor rates versus average negotiated labor rates in themonthly contract/TO status reports.

Notices shall address justification for the labor rate to include duties assigned, qualifications andany other information necessary to document the appropriateness of the rates. 

3.0.1.3 Work Hours Ceiling Expenditure Chart.  The Contractor shall provide a monthly WorkHours Ceiling Expenditure Chart that compares actual work hours expended versus work hourestimates that were proposed at solicitation.  Data shall be broken down by labor category,location, Government site, Contractor site, regular hours, and overtime hours. (CDRL A002)

 

3.0.1.4 Weekly Financial Report.  The Contractor shall provide a Weekly Financial Report bySub-Task showing status of the funding that has been applied to each TI based on actualcommitments and expenses versus invoice amounts at a minimum on a monthly basis.  Submission shall be weekly to ensure the Government has a minimum of 6 weeks to executeadditional funding when requirements are on-going to ensure work stoppage is minimized. Tracking shall be at the ACRN/SLIN level for each TI and for the overall TO. Status shall bebroken down by labor and ODCs to include the elements provided in Attachment 15.  (CDRLA007)

 

3.0.1.5  Technical Instruction Execution Process.  The Government will execute tasking byissuing Technical Instructions (TI) IAW 5252.242-9115, Technical Instructions, when requestedthe Contractor shall submit a Rough Order of Magnitude (ROM) estimate for the tasking

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 17 of 76 FINAL

 

XXXXXXXXXX

Page 20: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

described in the TI in the format prescribed in Attachment 10, ROM Format.  The contractorshall track tasking to the TI level and provide in the monthly status and funding reports anydifferences from the ROM provided.  (CDRL A001)

 

3.0.2   Contract Performance Management  Plans

The Contractor is responsible for management of the tasking required by this SOW.  TheContractor shall monitor performance, provide status reporting and financial reports to enablethe Government to perform quality assurance IAW Section “E” of the TO.  The Contractor shallhave a Quality Management (QM) system in place that ensures conformance to contractualrequirements and software management best practices in accordance with CMMI forDevelopment v1.3. The Contractor shall provide and maintain a Quality Management Planwithin 90 days of TO award (CDRL A006).  The Contractor shall have a Software ManagementPlan (SMP) in place that ensures conformance to the QASP, contractual requirements andsoftware management best practices in accordance with CMMI for Development v1.3. TheContractor shall provide and maintain a Software Management Plan within 90 days of TOaward (CDRL A008). 

 

The Quality Management Plan and Software Management Plant submitted and approved by theGovernment will apply unless otherwise stated in the applicable TI. 

 

3.0.3      Meetings & Documentation

The Contractor is required to prepare presentation materials and participate in various meetingsduring the performance of the tasking within with SOW.  The contractor shall coordinate,schedule, prepare, conduct, facilitate and participate in reviews, meetings and conferences tosuccessfully manage the task order.  The Government reserves the right to attend meetingsconcerning performance of the TO at which the prime contractor meets withthe sub-contractors.  The Contractor shall provide Presentation Material for tasking completedwithin the scope of this SOW, as required.  This includes audiovisual aids, such as power pointpresentations, photographs, slides, visual boards, or electronic equivalent.  (CDRL A009) 

 

Contractor shall provide Meeting Minutes and Trip Reports to be used as a record of thedeliberations and actions resulting from meetings or travel related to performance of work underthe TO.  (CDRL A003 & A010)

 

3.1 Research and Development Support.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 18 of 76 FINAL

 

Page 21: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

3.1.1 Trade Studies, Analyses, Technical Evaluations, and Assessments. The Contractor shallperform trade studies, engineering and technical analyses, and other technical evaluations andassessments for software, firmware, algorithms, and software intensive systems. This taskingincludes data gathering, market studies, and hands-on evaluation and demonstration of software,firmware, and algorithms. 

 

3.1.2 Software Research, Scientific Study, Experimentation.  The contractor shall support thedevelopment and application of scientific and analytical disciplines to conduct fundamentalresearch; scientific study and experimentation directed toward advancing the state-of-the-art orincreasing knowledge or understanding; concept formulation; assessment of system andsubsystem requirements; development, analysis and evaluation of concepts, technologies,systems and subsystems; and development of operational concepts and tactics with the end goalbeing the application of results to developing new or improving existing war fighting capabilities.This effort may include manning, operating, and maintaining DoD Information TechnologySystems that include LANs, WANs, Secure Wireless, cellular communications, softwaredevelopment technologies, software hosting technologies and techniques, and IT studies thatencompass the technologies identified in this SOW.  These R&D efforts could be conducted inthe Contiguous United States (CONUS) or Outside Contiguous United States (OCONUS).

 

3.2 Engineering, System Engineering and Process Engineering Support

3.2.1 System Integration. The contractor shall provide engineering support for the design,development, test, evaluation, engineering, and related logistics for the procurement, production,maintenance, disposal, and related services for software-centric systems, subsystems,equipment, and components as it relates to their support of the US Navy, Marine Corps, Army,Air Force, and the Intelligence community, other Department of Defense entities, Intelligenceagencies, Homeland Security agencies and Special Forces communities.  The Contractor shalldevelop computer Software (SW) in accordance with Open Architecture Standards (DODI4630.5, 4630.8, 8100.1, DOD Joint Technical Architecture Vol I & II, CJCS 3170 & 6212.01F,Modular Open Systems Approach (MOSA) version 2.0), and shall meet applicable interfacerequirements as outlined in the TI. (CDRL A013)

 

3.2.2 Engineering Investigations.  The contractor shall perform engineering investigations toevaluate equipment operational reliability, maintainability, availability, logistics support, andconfiguration status in accordance with applicable drawing specifications as specified on the TI.

 

3.2.3 Test support.  The contractor shall provide comprehensive support to test and otherengineering and technical operations. Tasks could include, obtaining consumables, moving testitems, moving test equipment, fabricating test stations, conducting inventory of

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 19 of 76 FINAL

 

Page 22: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

consumables/test items, preparing for and conducting tests, analyzing and organizing test dataproducing presentations, cleaning test cells or other test areas after testing, and managinghazardous materials.

 

 

3.3 Modeling, Simulation, Stimulation, and Analysis Support

3.3.1 Modeling and Simulation (M&S) Services. The Contractor shall provide engineering andscientific expertise and services including development and validation of performance model,trade studies,  test planning, test execution and tracking for M&S of software intensive systems,data models, software and communication standards, software interfaces, and the integration ofsoftware, firmware, and hardware into a single system DoDI 5000.61 entitled, “Modeling andSimulation (M&S) Verification, Validation, and Accreditation (VV&A).”

 

3.3.2 M&S Infrastructure. The Contractor shall investigate, analyze, and recommend an enablinginfrastructure for M&S efforts. The Contractor shall address M&S systems, applications,communications, networks, standards, protocols, and information resource repositories. Theinfrastructure shall be focused on interoperability, object and data models, interfaces, andstandards.

 

3.3.3 M&S Requirements. The Contractor shall assist in the development of requirements andresponsibilities for the management of Systems Modeling and Simulation. These requirementsshall address the organizational and financial issues that surround or drive the activities thatemploy modeling and simulation. Requirements and responsibilities shall include theorganizational relationship among developers, executors and users. The Contractor shall alsodevelop an M&S Technology roadmap for evolving Systems-level M&S.

 

3.4 Prototyping, Pre-Production, Model-Making, and Fabrication Support

3.4.1 Process Test and Evaluation.  The contractor shall provide support for the test andevaluation of the processes associated with manufacturing and fabrication techniques andprocesses for testing of various DoD IT Systems to include integration of DoD approved securewired/wireless communications.

 

3.4.2 Prototype development.  The contractor shall provide engineering support in the followingareas of military application and test vehicle development and demonstration to include, materialdevelopment, and material/process demonstrations. The contractor shall provide process

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 20 of 76 FINAL

 

Page 23: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

engineering support services for electronic engineering interconnection fabrication, electronicassembly fabrication process, and Information System design & fabrication.

 

3.5 System Design Documentation and Technical Data Support

3.5.1 System Design Documentation and User Manuals, other documentation.  The contractorshall assist in the development of software system design documentation and software usermanuals.

 

3.6 Software Engineering, Development, Programming, and Networking Support

The Contractor shall engineer, develop, program, integrate, modify, analyze and test allhardware, software, firmware test facilities, or training facilities that are unrelated to NMCI inaccordance with the Application Security and Development Security Technical ImplementationGuide (STIG) Version 3 Release 10 and using documented processes compliant with bothInstitute of Electrical and Electronics Engineers (IEEE) Standard 12207.0-2008, and CapabilityMaturity Model Integrated (CMMI) for Development v1.3 (CMMI-DEV v1.3) Maturity Level3 general and specific practices.  The contractor shall provide recommendations on hardware andcomputer software selection and modifications to existing hardware and software, for systems,testing, and training facilities. This also consists of software engineering efforts andprogramming support required to technically support software implementation in systems,sub-systems, and components utilizing computers, electronics, and software. Planning,designing, coding, testing, integrating, supporting, and delivering algorithms, software (sourcecode and executables), and computer programs, are the inherent activities of this functional area.(CDRL A013)

 

The contractor shall have extensive programming knowledge using programming languages toinclude C, C++, Java, and VB.NET to develop low-level software drivers and softwareapplications; database design and implementation knowledge leveraging SQL, MySQL, andOracle databases; and software interface modules leveraging protocols to include TCP/IP, UDP,RS-232 and transport mechanisms to included encoded byte streams and XML.

The contractor shall have knowledge of DoD Unique Identification (UID) data structure andprocess.

 

3.6.1 Software Development Plan. The Contractor shall assist in the development of a SoftwareDevelopment Plan that defines its software implementation process—how it will definerequirements, design, construct, integrate, and test software and firmware. The SoftwareDevelopment Plan shall define software support activities and processes including decision

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 21 of 76 FINAL

 

Page 24: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

analysis and resolution; integrated project management; measurement and analysis; projectmonitoring and control; project planning; risk management; supplier agreement management; andtechnical solution as defined in CMMI-DEV v1.3. The Contractor shall review and evaluate,Software Development Plans provided as GFI and provide recommendations to ensurecompliance with all applicable regulations, directives, policies and procedures. 

 

3.6.2 Software Requirements. The Contractor shall assist in the development of a SoftwareRequirements Specification which may require the contractor to produce, derive, and documentsoftware and firmware requirements. The Contractor shall review and evaluate SoftwareRequirements Specifications provided as GFI and provide recommendations to ensurecompliance with all applicable regulations, directives, policies and procedures. 

 

3.6.3 Software Design. The Contractor shall assist in the production of high-level architecturaland low-level detailed design of software and firmware applications within a Software DesignDescription. The design shall be based upon a Software Requirements Specification, with alldesign elements tracing back to documented software requirements. The Contractor shall reviewand evaluate Software Design Documents provided as GFI and provide recommendations toensure compliance with all applicable regulations, directives, policies and procedures. 

 

For all new and modified software the Contractor shall assist in completing the following:

*Clearly define and document interfaces to the component level including interfaces down to theelement level, and any external interfaces, and maintain them under configuration control.

*Define functional, logical, and physical interfaces.

*Identify interfaces with any proprietary or vendor-unique standards and the resultant logisticsimpact.  

*Identify the interface and data exchange standards between the component, element or systemand the interconnectivity or underlying information exchange medium.

*Use these interfaces to support an overall information assurance strategy that implementsInformation Assurance (IA) Processes in accordance with NIST SP 800-53 and other IArequirements that are part of the Contract baseline.

*If applicable, select external interfaces from existing open or Government standards (DoDInformation Standards Registry (DISR) with an emphasis on enterprise-level interoperability. 

*Choose interfaces that maximize the ability of the system to easily accommodate technologyinsertion (both computing hardware and software) and facilitate the insertion of alternative orreusable modular system elements.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 22 of 76 FINAL

 

Page 25: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

 

The Contractor shall:

a.         Clearly define and describe all system data objects that are maintained in a persistentstore or are shared among components, elements, or are shared with external software orsystems, using data modeling language and tools.

b.         Develop and use a data dictionary and toolset.

c.         Define and document data structures developed for commercial database tools orproducts (e. g. Oracle).

 

3.6.4 Software Coding. The Contractor shall assist in the software coding of software andfirmware resulting in a Software Application that is composed of source code, installationscripts and dependencies, required libraries, and executable binary files. The SoftwareApplication shall be based upon a government furnished Software Design Document, with allelements of the software construction tracing back to the software design. The Contractor shallreview and evaluate furnished software or firmware applications provided as GFI and providerecommendations to ensure compliance with all applicable regulations, directives, policies andprocedures. 

 

3.6.5 Software Integration. The Contractor shall assist in the integration of software or firmwarecomponents and applications into a system containing a variety of software, firmware,operating system, and hardware components. The Contractor shall review and evaluate softwareor firmware application integration efforts provided as GFI and provide recommendations toensure compliance with all applicable regulations, directives, policies and procedures. 

 

3.6.5.1 Software Version Description.  The Contractor shall assist in documenting softwarereleases and component interfaces through a Software Version Description (SVD) or a VersionDescription Document (VDD),  identifying content by version identification, a summary of thechanges implemented to create this release from the previous release, open problems, closedproblems, compatibility between versions and subcomponents, installation procedures,operating environment, development environment, list of components included in the release andnotes and assumptions.  (A013)

 

The Contractor shall ensure the software installation requirements documented in the SVDprovide detail adequate to support Information Assurance certification and accreditation,including:

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 23 of 76 FINAL

 

Page 26: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

*Revision History

*List of every directory and filename (manifest)

*Checksum/Hash information to validate that installation files were not tampered

*Procedures to install all files

*Known Issues

*Tactics, Techniques and Procedures (TTPs)

*Bug fix Reports:  These are workarounds to the known issues (bugs).

 

The Contractor shall assist with documenting software installation and configurationinstructions through a Software Installation & User's Guide (SI&UG) that detail how to load,configure, and authorize or administer the software. 

 

3.6.6. Software Test. The Contractor shall design, develop, document, and execute software andfirmware test at all stage of the software engineering and implementation process.

 

3.6.6.1 Software Test Plan. The Contractor shall assist in the  production  of aSoftware TestPlan that documents how software will be tested against its documented software requirementsthroughout the software engineering and implementation process. The Contractor shall reviewand evaluate Software Test Plans provided as GFI and provide recommendations to ensurecompliance with all applicable regulations, directives, policies and procedures. 

 

3.6.6.2 Software Test Procedure. The Contractor shall assist in the production and execution ofa Software Test Procedure that documents in detail every test case that must be exercised toensure the functionality and requirement satisfaction of a particular software unit. TheContractor shall review and evaluate Software Test Procedures provided as GFI and providerecommendations to ensure compliance with all applicable regulations, directives, policies andprocedures. 

 

3.6.6.3 Software Test Report. The Contractor shall assist in the production of a Software TestReport that documents the results of an executed government furnished Software TestProcedure. The Contractor shall review and evaluate Software Test Reports provided as GFIand provide recommendations to ensure compliance with all applicable regulations, directives,policies and procedures. 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 24 of 76 FINAL

 

Page 27: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

 

3.6.7 Software Verification and Validation (V&V). The Contractor shall assist in the design,document, and execution the V&V of software, firmware, and software intensive systems.

 

3.7 Reliability, Maintainability, and Availability (RM&A) Support

3.7.1 RM&A analysis.  The contractor shall ensure all electronic and mechanical hardware itemsand software items meet the reliability, maintainability, and availability requirements specified inthe technical specification and system requirements.  The contractor shall identify uniquemaintenance procedures required for the configuration item during operational use and evaluatetotal effects on system maintenance concepts and ensure hardware and software reliabilitymeets all requirements specified in the performance specification.  The contractor shall ensurehardware maintainability meets all requirements specified in the performance specification.

 

3.7.2 RM&A design evaluation.  The contractor shall assist NSWC Crane with the evaluation ofdesign to ensure performance specification conformance with regard to reliability,maintainability, and availability.

 

3.7.3 RM&A Technical Data.  The contractor shall assist in the evaluation of delivered technicaldata and maintain technical data library.  (A013)

 

3. 8 Human Factors, Performance, and Usability Engineering Support

3.8.1 Human Factors. The Contractor shall develop and demonstrate a Human SystemsIntegration (HSI) engineering effort that addresses the Human Engineering, Safety and Health,Maintainability, Personnel Survivability, Manpower, Personnel, Training, and Habitability ofthe software and firmware design per MIL-STD-46855A entitled, Human EngineeringRequirements for Military Systems, Equipment, and Facilities”. As required by the TI, theContractor shall evaluate and annotate Government Furnished HSI program plans, analysisreports, test plans/procedures, and other HSI related documentation. The Contractor shall checkengineering drawings for design compliance with Government Furnished standards reportdiscrepancies, and submit recommendations with supporting evidence for resolution. TheContractor shall attend HSI reviews and demonstrations, testing, and mockup/model reviews:record discrepancies; and formulate recommendations for resolution.  (CDRL A013)

 

3.9 System Safety Engineering Support

3.9.1 Software Safety. The Contractor shall review software safety documentation. Software

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 25 of 76 FINAL

 

Page 28: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

Safety Critical Functions shall be identified and documented. The Contractor shall review anysafety-related software documentation (Preliminary Hazard Analysis (PHA), flow diagrams,Failure Modes Effects and Analysis (FMEA), fault trees, etc.) to ensure that safetyconsiderations have been addressed. (CDRL A013)

 

3.10 Configuration Management (CM) Support

The Contractor shall perform CM of all documents and data that is used, produced, or modifiedin accordance with this TO or derivative TIs. CM activities shall conform to the specificpractices for CM established in Capability Maturity Model Integrated for Development v1.3.The Contractor shall produce and maintain a Configuration Management Plan (CMP) thatdefines how it will establish and maintain the integrity of work products related to this SOWand provide it within 90 days of TO award (CDRL A005).  The submitted and approved planwill be utilized by the contractor unless a project specific plan is required by the TI. 

 

3.10.1 TI-specific CMPs.  As required by a TI, the Contractor shall develop a CMP to establishand maintain the integrity of TI-specific work products. (CDRL A005)  If required by TI, theContractor shall adhere to a government furnished CMP in the management of TI-specific workproducts.

 

3.10.2 CM Services. The Contractor shall perform configuration management services forsoftware, firmware, and operating systems including identifying configuration items, establishingconfiguration management systems, creating or releasing baselines, generating and trackingchange requests, controlling configuration items, establishing CM records, review and analyzerequests for deviations and waivers to determine the effects on production, configurationidentification, operation, and logistics and performing configuration audits. The contractor shallreview existing configuration status accounting data systems and analyze their adequacy inmeeting configuration status accounting requirements for equipment and programs specified bythe Government.

 

3.11 Quality Assurance (QA) Support

The contractor shall provide quality assurance services in accordance with the CMMI forDevelopment v1.3 for requirements and other specifications and standards as may be specifiedby TI. The contractor shall assist in the preparation of quality assurance documentation onsystems, subsystems, equipment and components as specified by TI.  (CDRL A013)

 

3.11.1 Quality Conformance Support. The Contractor shall assist,in the establishment and

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 26 of 76 FINAL

 

Page 29: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

maintenance of a quality system to assure compliance with the requirements of individual TI’s.The Contractor shall assistin the establishment and maintenance of CMMI for Developmentv1.3 Maturity Level 3 processes and procedures related to the operation of the Program.

 

3.11.2 Quality Conformance Inspections and Tests. The Contractor shall assist in conductingquality conformance inspections in accordance with the requirements of individual projects andtasks.

 

3.12 Information System (IS) Development, Information Assurance (IA) and InformationTechnology (IT) Support

3.12.1 Information Assurance.  The contractor shall have extensive knowledge of DoDinformation assurance (cyber security) certification and accreditation process (DIACAP) (DOD8510.01) Global Information Grid (GIG) overarching policy, and information assurance (cybersecurity) implementation (DOD 8500.01E and DOD 8500.02). The contractor shall haveextensive knowledge of DoD public key infrastructure (PKI) development and processes. Thecontractor shall have extensive knowledge of Navy/Marine Corps active directory (AD) servicesto include development and management.  The contractor shall provide Information Systemsoftware analysis, requirements definition, design, development, test, modification, installation,implementation, quality assurance, training, and meet the evolving data storage and reportingneeds of programs and management. The contractor shall analyze, develop, and support, existingIT and IS databases that include MS SQL & Oracle, web sites, server management that includeWindows XP, Windows 7, Windows 8, and Windows Server 2003, Server 2008, Server 2012.The contractor shall have extensive network experience that includes development andsustainment of LANs/WANs, secure routers and switches, data domains, identity servers,enterprise back-up systems that includes off-site storage and applications.  The contractor shallrecommend new or improved interfaces and improved management tools that meet newmanagement requirements, or improves management effectiveness and efficiency. The contractorshall have extensive knowledge of Navy and Marine Corps Enterprise Infrastructure and itsrelated toolset.

 

The contractor shall have extensive knowledge of DoD Federal Information ProcessingStandards (FIPS) to include secure wireless information systems for analysis, development, andsustainment.  The contractor shall perform maintenance and technical support for local areanetworks (LAN) and wide area networks (WAN) that are outside the cognizance of the NavyMarine Corps Intranet (NMCI). The contractor shall modify, implement and maintain webbased information systems and links. The contractor shall develop web-site structure, preparedocumentation for population, implement and maintain web sites. The contractor shall providesystems engineering and technical support for establishment, test, upgrade, and operationalsupport of systems, networks, workstations and support equipment hardware and software

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 27 of 76 FINAL

 

Page 30: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

that are outside the cognizance of NMCI. Conduct IA / cyber security analyses, develop,recommend, and implement, monitor, update, and maintain, IA / cyber security practices,procedures, equipment, algorithms, and hardware that are outside the cognizance of NMCI. Thecontractor shall maintain at a minimum, the DOD 8570 certification.

 

The contractor shall analyze system level requirements to verify that test definition, objectives,plans, and acceptance criteria are sufficient to validate system requirements and operationalneeds; validate software test results are in compliance with test acceptance criteria; performtraceability analysis between test designs, cases, procedures and execution results; and performIndependent Verification & Validation (IV&V) functions.

 

The contractor shall attend tests performed at both Government and contractor test sites toreview the appropriate test results. Particular attention shall be paid to ensure that testprocedures are approved and followed, and that discrepancies occurring during tests aredocumented and corrected in accordance with approved test plans and resolved in accordancewith specified requirements.

 

The contractor shall analyze system level requirements to verify that test definition, objectives,plans and acceptance criteria are sufficient to validate system requirements, and operationalneeds. The contractor shall oversee, and provide independent representation of the currentproject testing (i.e. unit, software integration testing, and system level testing) and validatesoftware test results are in compliance with test acceptance criteria.

 

The contractor shall provide support for information technology and services includingprogramming support, web publishing, interactive software, software development andintegration, systems administration and other tasks as assigned in the TI.

 

3.13 Interoperability, Test, and Evaluation, Trials Support

The contractor shall analyze system level requirements to verify that test definition, objectives,plans, and acceptance criteria are sufficient to validate system requirements and operationalneeds; validate software test results are in compliance with test acceptance criteria; performtraceability analysis between test designs, cases, procedures and execution results; and performIndependent Verification & Validation (IV&V) functions.

 

The Contractor shall attend tests performed at test sites both Government and contractor to

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 28 of 76 FINAL

 

Page 31: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

review the appropriate test results. Particular attention shall be paid to ensure that testprocedures are approved and followed, and that discrepancies occurring during tests aredocumented and corrected in accordance with approved test plans and resolved in accordancewith specified requirements.

 

3.14 Logistics Support

3.14.1 Acquisition Engineering Support. The Contractor shall prepare software and hardwareacquisition documentation for major systems, subsystem, equipment or component acquisition.The necessary Procurement Documentation Set (PDS) shall consist of the compilation of alldocuments, which encompass all relevant data necessary to establish and maintaincountermeasure of the item. The PDS shall include configuration listings, contract, MilitaryInterdepartmental Purchase Requests (MIPRs), Project Orders, Work Requests and all technicaldocumentation defining the procurement item.

 

3.14.2 Logistics Engineering Support.  The contractor shall gather information, analyze, develop,and prepare plans and analyses in the integrated logistics support area. These plans andanalyses shall generate, implement, review, and maintain Integrated Logistics Support Plans(ILSP). The contractor shall review and document system acquisition plans for complete ILSrequirements by life cycle phase and consolidate and incorporate these identified requirementsinto an ILS detail specification for the system, identifying specific program initiation, full-scaledevelopment,  and production and deployment requirements.  The ILS detail specification shallquantify support systems performance parameters and constraints necessary to achievereadiness objectives at the least cost. Upon approval of the ILS detail specification by theGovernment, the contractor shall review and assess the acquisition package to ensure inclusionof all ILS requirements.

 

3.14.3 Packaging, handling, storage and Transportation.   The contractor shall performpackaging, handling, storage and transportation (PHS&T) of government owned equipment. The contractor will package and mark equipment in accordance with Navy PHS&T policies. Contractor shall have knowledge of utilizing DoD 1149 forms for transportation of equipmentwithin the Navy Enterprise Resource Planning (ERP) tool. 

 

3.15 Training Support

3.15.1 Training Plans.  The contractor shall assist in the development of training plans forequipment described in paragraph 1.1 as specified in the TI. Primarily, the courses shall befor Government instructors or other support agents, who will perpetuate the training in theGovernment.  A 'train the trainer' environment is anticipated.  Training would support

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 29 of 76 FINAL

 

Page 32: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

ECP upgrades to existing systems or new equipment training for new systems theGovernment is tasked to develop.  Training is anticipated to be in the form of to behands-on, in-person, for small numbers of students.  The students will predominately beexperienced system users/operators/maintainers.

All findings and recommendations shall be documented with supporting information. Thecontractor shall develop training materials and courses for specified equipment and provideinstructors for these courses. The contractor shall participate in training feedback events toevaluate the effect of new system training data and make recommendations, along with thesupporting rationale, to the Government. (CDRL A004)

 

3.16 In-Service Engineering, Fleet Introduction, Installation and Checkout Support

3.16.1 Site Installations.  The contractor shall perform installs in accordance with approved andgovernment furnished Navy/USMC Fielding Plans. The contractor shall conduct associatedoperational verification tests to assure operational integrity of the installed equipment. Thecontractor shall review equipment installation requirements and documentation and providerecommendations with justifications to the Government. The contractor shall inventory andverify support equipment, technical data, fleet introductory material and modification kits are asspecified by the individual TI.  (CDRL A013)

 

3.17 Program Support

3.17.1 Integrated Product Teams (IPT)/Workshops/Boards. The Contractor shall participate as amember of IPTs/Workshops/Boards and document the results.  (CDRL A010)

 

3.17.2 Program Management Support. The Contractor shall provide program managementsupport for software development and acquisition for electronic systems, subsystems,equipment and components. This support shall include tasks in planning, organizing, technicalanalysis and recommendations, and reporting.  (CDRL A013)

 

 

4.0 GOVERNMENT FURNISHED ITEMS

4.1       Government Furnished Property (GFP)

GFP will be provided when there is a requirement for special or specific Governmentmaterial/equipment in the performance of specific tasking. GFP will be identified on TIs and theScheduled Government Furnished Property (SGFP) Form, Attachment 2 in Section J.  GFPprovided to the contractor shall be tracked and reported to the Government. Contractor shall

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 30 of 76 FINAL

 

Page 33: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

provide a Government Furnished Property (GFP) Report for each piece of GFP in Contractorpossession.  Report shall include nomenclature, asset identification number, location, equipmentstatus, maintenance performed/required, estimated date of return, responsible party, quantity,date of issue, and record of receipt.  (CDRL A011)

 

4.2        Government Furnished Information (GFI)

The Government will provide applicable documentation and information to the Contractor asGFI.  This includes technical manuals, training materials and information, drawings,specifications, procedures, processes, and quality system documents required for theperformance of engineering, logistics, and technical support.  The Contractor will be given accessto specific Department of Defense web sites that require Personal Key Infrastructure (PKI)cryptographic logon for access.  Additional GFI can be provided at the discretion of theGovernment as required for the accomplishment of the TI.  GFI will be identified on TIs and theNAVSEA 4340/2 Government Furnished Information Form, Attachment 3 in Section J.

 

4.3        Government Furnished Facilities (GFF)

Office space will be provided for the Contractor’s use on site at NSWC Crane facilities asidentified in the TO level of effort and the TI for required contractor personnel only duringnormal working hours.  However, at the discretion of the Government, when space is notavailable on site for required contractor personnel, the Contractor shall be required to performthe tasks in the local Contractor office.  

 

On-site contractor personnel will be authorized access to Government owned equipment, whichshall be utilized during the performance of tasks stated in this SOW.  This will include apersonal computer/printer with appropriate software (i.e. Microsoft Office®), desk, and use oftelephone with long distance/voice mail capability for official Government business, as required. 

 

The Contractor shall abide by all security rules and regulations while on a Governmentinstallation.  Contractor personnel at ESED Fallbrook and Hawthorne locations may be requiredto periodically relocate as office areas are moved to conform to re-organizations or continuousimprovement process changes to improve efficiency.  The Government may require performanceto take place off-site when necessitated by the nature of the TO, Government regulations, orsituations that prevent access to Government facilities.

                                                                                                                              

The Contractor shall adhere to all processes and procedures established by DoD in accordancewith DoD Instruction 200.16 entitled, “DoD Antiterrorism Standards”.  The DoD Instruction

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 31 of 76 FINAL

 

Page 34: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 35: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 36: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

  

6.2  Travel

6.2.1    Travel Requirements

The Contractor may be required to travel CONUS and OCONUS.  Attachment 16 provides anestimate of the travel under the task order.  All travel requests for Contractor's travel will beauthorized by a COR approved Travel Authorization or TI.  The Contractor shall submit a tripreport to the technical points of contact for all travel performed no later than 10 days aftercompletion of the trip.  For trips made to OCONUS locations that are so designated per theDefense Base Act (DBA), the Contractor is authorized to bill for DBA liability insurance.

 

a.       Performance under this TO may require travel by Contractor personnel.  If travel,domestic or overseas, is required, the Contractor shall be responsible for making all neededarrangements for their personnel.  This includes, but is not limited to, medical examinations,immunizations, passports, visas, and security clearances.  If any work will take place on a U.S.Navy vessel, the Contractor shall obtain boarding authorization for all Contractor personnelfrom the Commanding Officer of the vessel.  Authorization shall be obtained prior to boarding.

 

b.      The Government will reimburse the Contractor for allowable travel costs incurred by theContractor in performance of the TO in accordance with Federal Acquisition Regulations.

 

c.       Travel shall be in accordance with the Joint Travel Regulations (JTR) andNSWCCRANEINST 12570.1A.

 

6.2.2    Travel Authorization

Any travel undertaken by the Contractor for performance of TO must have prior authorizationby the COR unless previously approved by applicable Rough Order of Magnitude (ROM) andTI.

 

6.2.3    OCONUS/ High Risk Areas

The Contractor may be required to travel to OCONUS locations and/or high risk areas.  TheContractor shall possess a current passport, visa and identification badge, as required.  The It isnot currently anticipated, however if travel to high risk areas become necessary theContractor shall possess the necessary immunizations and hazardous duty insurance forwork and travel to the designated high risk areas.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 34 of 76 FINAL

 

Page 37: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

 

6.2.4    Need-to-Know Certification

When required to obtain access to a Government facility, ship, aircraft, or other duty station,the Contractor shall initiate requests for need-to-know certification and submit these requestto/through the COR for appropriate action.

 

6.3  Contracting Officer’s Representative (COR)

The COR is the point of contact for non-substantiative communications of a technical nature. Only the Contracting Officer has the authority to change the requirements of the TO awardedunder solicitation N00024-16-R-3171.  The COR is identified in Section G.

 

6.4  Requiring Technical Activity (RTA)

The RTA contacts are Functional Managers, Task Managers, and project leads which will beidentified in individual TIs.

 

6.5  Funding

This TO will be funded incrementally as required.  Each project will be identified by a separateTI and/or CLIN/SLIN.

 

6.6  Safety and Health

The requirements of this order may require Contractor personnel to come in contact or beexposed to hazardous conditions.  The Contractor shall abide by all applicable federal, local, andstate occupational safety and health requirements.  The Contractor must have on record acorporate safety plan and shall provide a copy to the COR when instructed.  This plan shallinclude a process for review of Government SOPs and test plans to ensure safe operations forContractor personnel.  The Contractor shall ensure all employees have appropriate PersonalProtection Equipment (PPE).  The Contractor shall ensure employees have all required trainingand certifications related to Occupational Safety and Health Administration (OSHA)requirements.  If the Contractor fails to promptly comply with safety requirements, theContracting Officer may issue an order stopping all or part of the work until satisfactorycorrective action has been taken.  The Contractor shall comply with NSWCCRANEINST5100.1A entitled, "Occupational Safety and Health (OSH) Program and other applicablerequirements.

 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 35 of 76 FINAL

 

Page 38: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

6.6.1  Drug Free Workforce Program

The contractor shall establish and implement a Drug Free Workforce Program (DFWP) inaccordance with DFARS 223.5 and NSWCCRANINST 5355.1.  A copy of the plan shall beprovided to the Contracting Officer prior to performing work in NSWC Crane workspaces.  Aquarterly report shall be submitted identifying the total number of contractor personnel withintheir random drug test pool, the number or corporate drug tests completed (broken out bypre-employment, random reasonable suspicion, and accident/unsafe practice), the number ofpositive/non-negative results and the number or disciplinary actions taken directly related toillegal drug use.  (CDRL A012)

 

6.7  Hazardous Materials

The Contractor will provide personnel responsible for the handling of the hazardous materialsand the respective Material Safety Data Sheet (MSDS).  This responsibility includes propertraining in the handling and disposal of the hazardous materials.  The Contractor shall complywith 49 CFR 173.2 and other applicable requirements.

 

6.8  Control of Contractor Personnel

The Contractor shall abide by applicable Government regulations and instructions while onGovernment facilities.  All persons engaged in work while on Government property shall besubject to search of their persons (no bodily search) and vehicles at any time by theGovernment, and shall report any known or suspected security violations to the Fallbrook,Hawthorne, or applicable Security Department.  Assignment, transfer, and reassignment ofContractor personnel shall be at the discretion of the Contractor.

 

However, when the Government directs, the Contractor shall remove from contract performanceany person who endangers life, property, or national security through improper conduct.  Whenthe Government directs, the Contractor shall also remove from contract performance anyemployee performing tasks from a Government facility who contributes to the creation of ahostile work environment, causes disruptions in the workplace, or has harassment complaintsfiled against them.  When the Government directs, the Contractor shall also remove fromcontract performance, or otherwise satisfactorily address the conduct of any employee whoexhibits poor performance, receives customer complaints, or exhibits improper conduct.

 

All Contractor personnel engaged in work while on Government property shall be subject to thesame Standards of Conduct that Government employees are held to.  Prior to conducting workunder this contract, the Contractor shall provide a list of employees that will be working on site.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 36 of 76 FINAL

 

Page 39: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

 The employee list shall contain full names, security clearance levels, and job titles.  This listshall be updated within forty-eight hours after changes occur.  The Contractor shall notifythe COR prior to hiring or termination of Contractor personnel whose work area is withinGovernment facilities.  Whenever possible, two weeks prior notice shall be given.

 

1.      Contractor personnel shall comply with all current badging and security proceduresrequired to gain access to any Government site.

 

2.      The Contractor shall ensure that Contractor personnel employed on any Government sitebecome familiar with and obey Activity Regulations.

 

3.      Contractor personnel shall not enter restricted areas unless required to do so and clearedfor such entry.

 

4.      The Contractor shall request permission to interrupt any activity roads or utility servicesin writing a minimum of fifteen calendar days prior to the date of interruption.

 

5.      Contractor personnel shall bear personal protective equipment in designated areas.

 

6.      All Contractor equipment shall be conspicuously marked for identification.

 

6.9        Identification Badges

The Contractor shall be required to obtain identification badges from the Government forContractor personnel who have access to Government facilities.  The identification badge shallbe visible at all times while employees are on the requiring activity’s facility.  The Contractorshall furnish all requested information required to facilitate issuance of identification badges andshall conform to applicable regulations concerning the use and possession of the badges.  TheContractor shall be responsible for ensuring that all identification badges issued to Contractoremployees are returned to the ESED Security Officer or their representative within forty-eighthours following the completion of the contract, relocation, or termination of an employee issuedan identification badge, and upon request by the Contracting Officer.

 

6.10     Accident Reporting

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 37 of 76 FINAL

 

Page 40: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

The appointed Safety and Health Manager for the Contractor shall maintain an accurate recordof accidents/incidents and shall immediately report to the COR bodily injury, death, or damageto Government property resulting from the activities of the Contractor, his agents, oremployees IAW OPNAVINST 5102.1  or most recent instruction and NAVFAC P300. Appropriate forms shall be prepared for each reportable accident IAW OPNAVINST 5102.1 ormost recent instruction and NAVFAC P300 and applicable supplements.   The contractor shalladhere to the reporting and testing requirements of NSWCCRANEINST 5355.1, entitled“Drug-Free Workplace Program” as applicable when an accident/unsafe practice occurs.

 

6.11     Smoking Regulations

In accordance with NAVFAC P 300 and applicable base regulations, smoking on Governmentproperty shall be in approved areas only.  Smoking in Government vehicles is prohibited. Smoking in explosive operating areas will be in accordance with applicable base regulations andapplicable SOPs.

 

6.12     Release of Information

All technical data provided to the Contractor shall be protected from release to the public.  Allother information relating to the items to be delivered and services to be performed under thisTO may not be disclosed by any means without prior approval of the authorized representativeof the Contracting Officer.  Dissemination or public disclosure includes permitting access tosuch information by foreign nationals by any other person or entity or publication of technicalor scientific papers or advertising or any other proposed public release.  The Contractor shallprovide adequate physical protection to such information so as to preclude access by anyperson or entity not authorized such access.

 

6.13     Privacy Act

Under U.S. Code Title 5, Section 552, information accessed in completing this TO is subject tothe Privacy Act.  The Contractor shall comply with NSWCCRANEINST 5211.1 and otherapplicable requirements.

 

6.14     Damage Reporting

The Contractor shall maintain an accurate record of and shall immediately report to the COR alldamages to Government Furnished Property and Facilities as prescribed by OPNAVINST5102.1.

 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 38 of 76 FINAL

 

Page 41: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

6.15     Non-Personal Services

The Government will neither supervise Contractor employees nor control the method by whichthe Contractor performs the required tasks.  Under no circumstances shall the Governmentassign tasks to or prepare work schedules for individual Contractor employees.  It shall be theresponsibility of the Contractor to manage its employees and to guard against any actions thatare of the nature of personal services, or give the perception of personal services.  If theContractor feels that any actions constitute, or are perceived to constitute personal services, itshall be the Contractor’s responsibility to notify the TO Procuring Contracting Officer (PCO)immediately.  These services shall not be used to perform work of a policy/decision making ormanagement nature, i.e., inherently Governmental functions.  All decisions relative to programssupported by the Contractor shall be the sole responsibility of the Government.

 

6.16     Investigations

Contractor employees shall cooperate with Government investigative agencies conductingcriminal or administrative investigations.

 

6.17     Government Observations

Government personnel, such as Inspector General or higher headquarters staff, are authorized toobserve Contractor operations.  Efforts will be made to minimize the degree of disturbance onContractor performance.

 

6.18     Work Area Cleanliness

The Contractor shall be responsible for the orderliness and cleanliness of all Governmentcontrolled areas being used by the Contractor for office, workspaces, and storage.  The spaceshall be clean, neat, and free from fire hazards, unsanitary conditions, and safety hazards.  TheContractor shall be responsible for returning Government facilities and spaces to originalcondition upon the resignation, relocation, or termination of Contractor personnel from thatfacility or space.

 

6.19     Key Control

The Contractor shall establish and implement methods of ensuring that all keys issued to theContractor by the Government are not lost or misplaced and are not used by unauthorizedpersons.  No keys issued to the Contractor by the Government shall be duplicated.  TheContractor shall develop procedures covering key control.  Key control and accountability shallbe IAW the key control requirements set forth in applicable regulations.  Access codes, to

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 39 of 76 FINAL

 

Page 42: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

include combination and cipher locks, shall not be communicated to unauthorized persons.

 

6.20     Hours of Operation

The hours within which the contractor must provide services will be provided on each individualTI.  If not so stated, the normal duty hours for on-site Contractor personnel are between 0600and 1730 hours Monday through Friday, during regular Government workdays.  The Contractormay be required to respond to an emergency and work outside of regular working hours toperform the work as required.  The Contractor may be required to have its personnel work acompressed or flextime schedule, as required, to meet special Government needs orcircumstances.  If the Contractor desires to have personnel work a compressed work schedule orflextime, it shall be requested in writing and approved by the COR.

 

6.20.1  Compressed Work Schedule

A compressed work schedule allows a starting time between the hours of 0600 and 0830 foreight of the ten workdays (nine hours per day) with a stopping time between the hours of 1530and 1800, and between 0630 and 0900 for one of the ten workdays (eight-hour day) with astopping time between the hours of 1500 and 1730.  The Contractor's full-time employees shalladhere to the same number of hours each day for eight of the ten workdays (nine hours per day)during a biweekly pay period and for one eight-hour day during the same biweekly pay period. The Contractor's full-time employee is required to work 80 hours in a biweekly pay period andthis work must be scheduled for fewer than 10 days in a biweekly pay period.  In some cases, aContractor employee may be required to remain on a non-compressed work schedule or toadjust Contractor employee work hours (arrival and departure time) to accommodate the needsof the organization that they support.  The Contractor may be required to respond to anemergency requirement and work outside of regular working hours to perform the work. Exceptions to the compressed schedule may exist and the Contractor will be notified by theCOR of any permanent or temporary exceptions.

 

6.20.2  Flextime

A flextime schedule allows a starting time between the hours of 0600 and 0900, with a quittingtime eight and one-half hours after the clock-in time (1500 to 1730).  The Contractor may berequired to respond to an emergency requirement and work outside of regular working hours toperform the work.  Exceptions to the flextime schedule may exist, and the Contractor will benotified by the COR of any permanent or temporary exceptions.

 

6.20.3  Closed Days

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 40 of 76 FINAL

 

Page 43: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

All closed days will be designated by the NSWC Crane Commander or the Commander of theapplicable host base.  Closed days will be associated with holidays, National Security, and/orinclement weather/dangerous conditions.  The Contractor will not be allowed to work onGovernment Facilities during designated closed days unless they are deemed to be essentialpersonnel.  Essential personnel will be identified by the Government, communicated to theContractor prior to the designated closed day, and will be authorized by COR/ContractingOfficer and specified on individual TI.  In the event the Contractor is prevented fromperformance as the result of an Executive Order or an administrative leave determinationapplying to the using activity, such time may be charged IAW with respective offeror’s CASDisclosure Statement.

 

6.20.3.1  Inclement Weather

When the Government Agency is closed by the Commander because of inclement weatherconditions and/or dangerous conditions, the Contractor shall be notified of the closing.

 

6.20.3.2  Holidays

A list of Government Agency observed holidays and/or closed days in conjunction withholidays will be published at the beginning of each calendar year.  Contractor employees will notbe allowed to work on Government property on a holiday and/or closed day unless they aredeemed to be essential personnel.  The Contractor is advised that access to the Governmentinstallation may be restricted on these holidays:

a.       New Year’s Day

b.      Birthday of Martin Luther King, Jr.

c.       President’s Day

d.      Memorial Day

e.       Independence Day

f.       Labor Day

g.      Columbus Day

h.      Veteran’s Day

i.        Thanksgiving Day

j.        Christmas Day

 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 41 of 76 FINAL

 

Page 44: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

All holidays shall be observed by the Contractor IAW the practice as observed by the assignedGovernment employees at the using activity.

 

6.21     Continuous Improvement

The Contractor shall provide support to the Continuous Improvement (CI) program forprojects under this TO.  The support includes: participating in continuous improvement events,meetings, and conferences; executing CI tasks from initiation to completion when authorized;documenting processes; identifying waste and inefficiencies; collecting, providing, tracking,monitoring, documenting, and analyzing key data for metrics; investigating proposed solutions;making recommendations; participating in process improvement initiatives; implementingprocess improvement initiatives; applying continuous improvement tools, techniques, andmethodologies; and other continuous improvement activities.

 

Continuous improvement tools, techniques, and methodologies to be used include; LEAN, SixSigma, Cause and Effect Diagrams, Root Cause Analysis, Brainstorming, 5 Whys, FlowCharting, Auditing, Theory of Constraints (TOC), and other applicable tools, techniques, andmethodologies.

 

The Contractor shall provide support for the development and maintenance of CI performanceexecution processes and metrics.  The Contractor shall also provide support for data recordentry, reproduction, distribution, and reporting of CI documentation.

 

6.22     Information Non-Disclosure

Contractor personnel may be required to sign Non-Disclosure Agreements, as applicable, tospecific SOW tasking.  The contractor is required to obtain consent for usage of third party dataprior to utilization if data has restrictive markings requiring third party approval.  Consent shallbe obtained from the third party whose data is being utilized.  The COR will notify theContractor of the number and type of personnel that will need to sign the NDAs.  The signedNDAs shall be executed prior to accessing data or providing support for information that mustbe safeguarded and returned to the COR for endorsement and retention.  Copies of all executedNDAs shall be provided to the COR.

 

6.23     Licenses, Certifications, and Training

The Contractor is required to receive training required by NSACRANEINST 11240.2A,NSACRANEINST 8020.1C, NAVWPNSTASBINST 5090.7 and other instructions described in

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 42 of 76 FINAL

 

Page 45: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

SOW Section 2.2 as applicable and required by TI.  If required by the TI, the contractor shallhold a valid license or certification for the operation of forklifts and other handling equipment(hoists, cranes, etc.); receive training and certification in the handling of hazardous materials; andreceive training and certification for any other specialized operations as required in support ofthe tasking set forth in this SOW.  Training may be Government sponsored and conductedon-center or Contractor sponsored and conducted at vendor facilities.  The types of certificationor training that may be required to complete tasking will be specified in the TI.

 

6.23.1  The contractor shall provide personnel with the correct certification, training, andlicenses to perform the mission work safely and correctly. The following types of certificationor training may be required to complete tasking:

 

Security +

CISSP

Secure DOD wireless development and administration

SharePoint administration

DBA for Microsoft SQL and/or Oracle for DOD approved versions

CISCO certified

.NET certified

DIACAP IA process

8570 IAT Level II certification

Marine Corps Electronic Maintenance Support System administration and support

Enterprise Disaster Recovery Subject Matter Expert for DOD applications and data to includeDOD

approved disaster recovery backup tools.

DOD ground platform license to operate test vehicles

Linux +

Windows Operating Systems

ACAS / SCAP

 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 43 of 76 FINAL

 

Page 46: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

6.24     Existing Conditions

In the performance of work under this TO, the Contractor is not responsible for any existingconditions (conditions that exist prior to or as of the effective date of this TO) at the GFF.

 

6.25     Use of Government Vehicles/Material Handling Equipment

Contractor may be required to drive Government owned/leased vehicles and material handlingequipment in performance of their duties.  The requirements of Instructions NSACRANEINST11240.1 entitled, “Management and Operation of Government Motor Vehicles” andNSACRANEINST 11240.2A entitled, “Material Handling Equipment” apply.  Authorization todrive Government owned/leased vehicles and operate Government owned materials handlingequipment, such as overhead cranes and forklifts, will be specifically authorized whenapplicable.  All Contractor personnel operating Government vehicles/handling equipment shallpossess a valid state driver's license and/or appropriate operator’s license.  Contractor shallreport any accidents involving motor vehicles or any other Government equipment immediatelyto the cognizant Government manager and the COR. 

 

6.26     Contractor Identification

This TO is for non-personal services as defined by FAR Subpart 37.104.  As such, Contractoremployees shall identify themselves as Contractor personnel by introducing themselves or beingintroduced as Contractor personnel and displaying distinguishing badges or other visibleidentification for meetings with Government personnel.  In addition, Contractor personnel shallappropriately identify themselves as Contractor employees in telephone conversations and informal and informal written correspondence.

 

6.27     Quality Assurance

The Government will monitor the Contractor’s TO work performance by requiring progressreports, conducting customer surveys, conducting on-site inspections and inspecting TOdeliverables for compliance to TO requirements.

 

6.28     Equipment and Material

Equipment and material expenditures shall require authorization by the COR prior to purchasingor as authorized by TI.

 

7.0 PLACE OF PERFORMANCE

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 44 of 76 FINAL

 

Page 47: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

Workload being performed at NSWC Crane requires that the Contractor have facilities within aone (1) hour commuting distance from NSWC Crane. Contractor personnel located at NSWCCrane will have Government facilities available and will be authorized access to Navy MarineCorps Intranet (NMCI) Information Technology (IT) and Government owned equipment toperform assigned tasking.

 

The Contractor will be required to have general office space as well as a minimum of 2500 SF ofsuitable software development and integration laboratory space. In addition, approximately1000 sq. ft. of staging space for preparing equipment for shipment to customers IAWSOW paragraph 3.14.3 is required.  Government Vehicles will be utilized fortransportation of the materials.  Workload that is to be performed at the Contractor’s facilityrequires that the Contractor provide all necessary facilities, facility service agreements,contracts, sub contracts, and ancillary arrangements to sustain the facility and daily operations. 

 

The contractor shall provide OUTGOING internet access at a minimum of T1 (1.544 MB/Sec)speed to permit connections to web.tsb.cranrdte.navy.mil (199.10.16.71), supporting HTTPS(TCP port 443) and SSH (TCP port 22) services.  The contractor shall permit connections tothe Crane Centrally Managed Lab via VPN supporting ESP (TCP port 50) and ISAKMP (TCPport 500) and via VDI supporting TCP ports 443, 902, 80, and 4001.

 

Contractor furnished computers and IT infrastructure used to engineer and implement softwarewithin the scope of this TO must possess a standardized environment, including compliancewith all appropriate DoD STIGS, in accordance with Section 2.1.2.1 of the Application Securityand Development Security Technical Implementation Guide (STIG) Version 3 Release 10.

 

8.0 PERFORMANCE STANDARDS

The effort performed hereunder will be evaluated IAW the performance standards/acceptablequality levels summarized in the Quality Assurance Surveillance Plan (QASP) identified asAttachment 4 in Section J. Performance standards are required to be met for each of theidentified Task Requirements

 

CNIN-NOTICE-0003           CONTRACTOR MANPOWER REPORTING   (NOV 2015)

“The contractor shall report contractor labor hours (including subcontractor labor hours)required for performance of services provided under this contract for the Naval Surface WarfareCenter, Crane Division via a secure data collection site. Contracted services excluded fromreporting are based on Product Service Codes (PSCs). The excluded PSCs are:

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 45 of 76 FINAL

 

Page 48: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facilities;

(3) Y, Construction of Structures and Facilities;

(4) D, Automatic Data Processing and Telecommunications, IT and Telecom-Telecommunications Transmission (D304) and Internet (D322) ONLY;

(5) S, Utilities ONLY;

(6) V, Freight and Shipping ONLY.

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

Reporting inputs will be for the labor executed during the period of performance during eachGovernment fiscal year (FY), which runs October 1 through September 30. While inputs may bereported any time during the FY, all data shall be reported no later than October 31 of eachcalendar year. Contractors may direct questions to the help desk, linked athttps://doncmra.nmci.navy.mil.

 

HQ C-1-0001  DATA REQUIREMENTS (NAVSEA)      (SEP 1992)

The data to be furnished hereunder shall be prepared in accordance with the Contract DataRequirements List, DD Form 1423, Exhibit A, attached hereto.

 

HQ C-2-0002  ACCESS TO PROPRIETARY DATA OR COMPUTER SOFTWARE(NAVSEA) (JUN 1994)

(a)  Performance under this contract may require that the Contractor have access to technicaldata, computer software, or other sensitive data of another party who asserts that such data orsoftware is proprietary.  If access to such data or software is required or to be provided, theContractor shall enter into a written agreement with such party prior to gaining access to suchdata or software.  The agreement shall address, at a minimum, (1) access to, and use of, theproprietary data or software exclusively for the purposes of performance of the work requiredby this contract, and (2) safeguards to protect such data or software from unauthorized use ordisclosure for so long as the data or software remains proprietary.  In addition, the agreementshall not impose any limitation upon the Government or its employees with respect to suchdata or software.  A copy of the executed agreement shall be provided to the ContractingOfficer.  The Government may unilaterally modify the contract to list those third parties withwhich the Contractor has agreement(s).

 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 46 of 76 FINAL

 

Page 49: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

(b)  The Contractor agrees to: (1) indoctrinate its personnel who will have access to the data orsoftware as to the restrictions under which access is granted; (2) not disclose the data orsoftware to another party or other Contractor personnel except as authorized by theContracting Officer; (3) not engage in any other action, venture, or employment wherein thisinformation will be used, other than under this contract, in any manner inconsistent with thespirit and intent of this requirement; (4) not disclose the data or software to any other party,including, but not limited to, joint venturer, affiliate, successor, or assign of the Contractor; and(5) reproduce the restrictive stamp, marking, or legend on each use of the data or softwarewhether in whole or in part. 

 

(c)  The restrictions on use and disclosure of the data and software described above also applyto such information received from the Government through any means to which the Contractorhas access in the performance of this contract that contains proprietary or other restrictivemarkings. 

 

(d) The Contractor agrees that it will promptly notify the Contracting Officer of any attemptby an individual, company, or Government representative not directly involved in the effort tobe performed under this contract to gain access to such proprietary information.  Suchnotification shall include the name and organization of the individual, company, or Governmentrepresentative seeking access to such information.

 

(e)  The Contractor shall include this requirement in subcontracts of any tier which involveaccess to information covered by paragraph (a), substituting "subcontractor" for "Contractor"where appropriate.

 

(f)  Compliance with this requirement is a material requirement of this contract.

 

HQ C-2-0011  COMPUTER SOFTWARE AND/OR COMPUTER DATABASE(S) DELIVERED TO AND/OR RECEIVED FROM THE GOVERNMENT (NAVSEA) (APR2004)

(a) The Contractor agrees to test for viruses all computer software and/or computer databases,as defined in the clause entitled "RIGHTS IN NONCOMMERCIAL COMPUTERSOFTWARE AND NONCOMMERCIAL COMPUTER SOFTWARE DOCUMENTATION"(DFARS 252.227-7014), before delivery of that computer software or computer database inwhatever media and on whatever system the software is delivered.  The Contractor warrantsthat any such computer software and/or computer database will be free of viruses when

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 47 of 76 FINAL

 

Page 50: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

delivered.

 

(b) The Contractor agrees to test any computer software and/or computer database(s) receivedfrom the Government for viruses prior to use under this contract.

 

(c) Unless otherwise agreed in writing, any license agreement governing the use of any computersoftware to be delivered as a result of this contract must be paid-up and perpetual, or so nearlyperpetual as to allow the use of the computer software or computer data base with theequipment for which it is obtained, or any replacement equipment, for so long as suchequipment is used.  Otherwise the computer software or computer database does not meet theminimum functional requirements of this contract. In the event that there is any routine todisable the computer software or computer database after the software is developed for ordelivered to the Government, that routine shall not disable the computer software or computerdatabase until at least twenty-five calendar years after the delivery date of the affected computersoftware or computer database to the Government.

 

(d) No copy protection devices or systems shall be used in any computer software or computerdatabase delivered under this contract to restrict or limit the Government from making copies. This does not prohibit license agreements from specifying the maximum amount of copies thatcan be made.

 

(e) Delivery by the Contractor to the Government of certain technical data and other data is nowfrequently required in digital form rather than as hard copy.  Such delivery may cause confusionbetween data rights and computer software rights.  It is agreed that, to the extent that any suchdata is computer software by virtue of its delivery in digital form, the Government will belicensed to use that digital-form data with exactly the same rights and limitations as if the datahad been delivered as hard copy. 

 

(f) Any limited rights legends or other allowed legends placed by a Contractor on technical dataor other data delivered in digital form shall be digitally included on the same media as thedigital-form data and must be associated with the corresponding digital-form technical data towhich the legends apply to the extent possible.  Such legends shall also be placed in human-readable form on a visible surface of the media carrying the digital-form data as delivered, to theextent possible.

 

HQ C-2-0032 INFORMATION AND DATA FURNISHED BY THE GOVERNMENT - ALT

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 48 of 76 FINAL

 

Page 51: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

II (NAVSEA) (SEP 2009)

(a) NAVSEA Form 4340/2 or Schedule C, as applicable, Government Furnished Information,attached hereto, incorporates by listing or specific reference, all the data or information whichthe Government has provided or will provide to the Contractor except for

 

(1) The specifications set forth in Section C, and

 

(2) Government specifications, including drawings and other Government technicaldocumentation which are referenced directly or indirectly in the specifications set forth inSection C and which are applicable to this contract as specifications, and which are generallyavailable and provided to Contractors or prospective Contractors upon proper request, such asFederal or Military Specifications, and Standard Drawings, etc.

 

(b) Except for the specifications referred to in subparagraphs (a)(1) and (2) above, theGovernment will not be obligated to provide to the Contractor any specification, drawing,technical documentation or other publication which is not listed or specifically referenced inNAVSEA Form 4340/2 or Schedule C, as applicable, notwithstanding anything to the contraryin the specifications, the publications listed or specifically referenced in NAVSEA Form 4340/2or Schedule C, as applicable, the clause entitled "GOVERNMENT PROPERTY" (FAR52.245-1) or "GOVERNMENT PROPERTY INSTALLATION OPERATION  SERVICES "(FAR 52.245-2), as applicable, or any other term or condition of this contract.

 

(c)(1) The Contracting Officer may at any time by written order:

 

(i) delete, supersede, or revise, in whole or in part, data listed or specifically referenced inNAVSEA Form 4340/2 or Schedule C, as applicable; or

 

(ii) add items of data or information to NAVSEA Form 4340/2 or Schedule C, as applicable; or

 

(iii) establish or revise due dates for items of data or information in NAVSEA Form 4340/2 orSchedule C, as applicable.

 

(2) If any action taken by the Contracting Officer pursuant to subparagraph (c)(1) immediately

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 49 of 76 FINAL

 

Page 52: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

above causes an increase or decrease in the costs of, or the time required for, performance of anypart of the work under this contract, the contractor may be entitled to an equitable adjustment inthe contract amount and delivery schedule in accordance with the procedures provided for in the"CHANGES" clause of this contract.

 

HQ C-2-0037  ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA)           (JUL2000)

(a) "Organizational Conflict of Interest" means that because of other activities or relationshipswith other persons, a person is unable or potentially unable to render impartial assistance oradvice to the Government, or the person's objectivity in performing the contract work is ormight be otherwise impaired, or a person has an unfair competitive advantage. "Person" as usedherein includes Corporations, Partnerships, Joint Ventures, and other business enterprises.

 (b) The Contractor warrants that to the best of its knowledge and belief, and except asotherwise set forth in the contract, the Contractor does not have any organizational conflict ofinterest(s) as defined in paragraph (a).

 

(c) It is recognized that the effort to be performed by the Contractor under this contract maycreate a potential organizational conflict of interest on the instant contract or on a futureacquisition. In order to avoid this potential conflict of interest, and at the same time to avoidprejudicing the best interest of the Government, the right of the Contractor to participate infuture procurement of equipment and/or services that are the subject of any work under thiscontract shall be limited as described below in accordance with the requirements of FAR 9.5.

 (d) (1) The Contractor agrees that it shall not release, disclose, or use in any way that wouldpermit or result in disclosure to any party outside the Government any information provided tothe Contractor by the Government during or as a result of performance of this contract. Suchinformation includes, but is not limited to, information submitted to the Government on aconfidential basis by other persons. Further, the prohibition against release of Governmentprovided information extends to cover such information whether or not in its original form, e.g.,where the information has been included in Contractor generated work or where it is discerniblefrom materials incorporating or based upon such information. This prohibition shall not expireafter a given period of time.

 

(2) The Contractor agrees that it shall not release, disclose, or use in any way that would permitor result in disclosure to any party outside the Government any information generated orderived during or as a result of performance of this contract. This prohibition shall expire after aperiod of three years after completion of performance of this contract.

 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 50 of 76 FINAL

 

Page 53: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal forceto any affiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor,any joint venture involving the Contractor, any entity into or with which it may merge oraffiliate, or any successor or assign of the Contractor. The terms of paragraph (f) of this SpecialContract Requirement relating to notification shall apply to any release of information incontravention of this paragraph (d).

 

(e) The Contractor further agrees that, during the performance of this contract and for a periodof three years after completion of performance of this contract, the Contractor, any affiliate ofthe Contractor, any subcontractor, consultant, or employee of the Contractor, any joint ventureinvolving the Contractor, any entity into or with which it may subsequently merge or affiliate,or any other successor or assign of the Contractor, shall not furnish to the United StatesGovernment, either as a prime contractor or as a subcontractor, or as a consultant to a primecontractor or subcontractor, any system, component or services which is the subject of thework to be performed under this contract. This exclusion does not apply to any recompetitionfor those systems, components or services furnished pursuant to this contract. As provided inFAR 9.505-2, if the Government procures the system, component, or services on the basis ofwork statements growing out of the effort performed under this contract, from a source otherthan the contractor, subcontractor, affiliate, or assign of either, during the course of performanceof this contract or before the three year period following completion of this contract has lapsed,the Contractor may, with the authorization of the cognizant Contracting Officer, participate in asubsequent procurement for the same system, component, or service. In other words, theContractor may be authorized to compete for procurement(s) for systems, components orservices subsequent to an intervening procurement.

 

(f) The Contractor agrees that, if after award, it discovers an actual or potential organizationalconflict of interest, it shall make immediate and full disclosure in writing to the ContractingOfficer. The notification shall include a description of the actual or potential organizationalconflict of interest, a description of the action, which the Contractor has taken or proposes totake to avoid, mitigate, or neutralize the conflict, and any other relevant information that wouldassist the Contracting Officer in making a determination on this matter. Notwithstanding thisnotification, the Government may terminate the contract for the convenience of the Governmentif determined to be in the best interest of the Government.

 

(g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have beenaware, of an organizational conflict of interest prior to the award of this contract or becomes, orshould become, aware of an organizational conflict of interest after award of this contract anddoes not make an immediate and full disclosure in writing to the Contracting Officer, theGovernment may terminate this contract for default.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 51 of 76 FINAL

 

Page 54: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

 

(h) If the Contractor takes any action prohibited by this requirement or fails to take actionrequired by this requirement, the Government may terminate this contract for default.

 

(i) The Contracting Officer's decision as to the existence or nonexistence of an actual or potentialorganizational conflict of interest shall be final.

 

(j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketingor selling to the United States Government its product lines in existence on the effective date ofthis contract; nor, shall this requirement preclude the Contractor from participating in anyresearch and development or delivering any design development model or prototype of any suchequipment. Additionally, sale of catalog or standard commercial items are exempt from thisrequirement.

 

(k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has beentasked to evaluate or advise the Government concerning its own products or activities or thoseof a competitor in order to ensure proper safeguards exist to guarantee objectivity and to protectthe Government's interest.

 

(l) The Contractor shall include this requirement in subcontracts of any tier which involve accessto information or situations/conditions covered by the preceding paragraphs, substituting"subcontractor" for "contractor" where appropriate.

 

(m) The rights and remedies described herein shall not be exclusive and are in addition to otherrights and remedies provided by law or elsewhere included in this contract.

 

(n) Compliance with this requirement is a material requirement of this contract.

 

HQ C-2-0051 SPECIFICATIONS AND STANDARDS (NAVSEA) (AUG 1994)

(a)  Definitions.

(i)  A "zero-tier reference" is a specification, standard, or drawing that is cited in the contract(including its attachments).

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 52 of 76 FINAL

 

Page 55: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

(ii)  A "first-tier reference" is either: (1) a specification, standard, or drawing cited in a zero-tierreference, or (2) a specification cited in a first-tier drawing.

 

(b)  Requirements.

All zero-tier and first-tier references, as defined above, are mandatory for use.  All lower tierreferences shall be used for guidance only. 

 

HQ C-2-0059 UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA)        (AUG1994)

If, during the performance of this or any other contract, the contractor believes that any contractcontains outdated or different versions of any specifications or standards, the contractor mayrequest that all of its contracts be updated to include the current version of the applicablespecification or standard. Updating shall not affect the form, fit or function of any deliverableitem or increase the cost/price of the item to the Government. The contractor should submitupdate requests to the Procuring Contracting Officer with copies to the AdministrativeContracting Officer and cognizant program office representative for approval. The contractorshall perform the contract in accordance with the existing specifications and standards untilnotified of approval/disapproval by the Procuring Contracting Officer. Any approved alternatespecifications or standards will be incorporated into the contract.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 53 of 76 FINAL

 

Page 56: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

SECTION D PACKAGING AND MARKING

Packaging and Marking shall be in accordance with the provisions of the basic contract. 

HQ D-1-0001  PACKAGING OF DATAData to be delivered by Integrated Digital Environment (IDE) or other electronic media shall be as specified in thecontract. All unclassified data to be shipped shall be prepared for shipment in accordance with best commercialpractice.

Classified reports, data, and documentation shall be prepared for shipment in accordance with National IndustrialSecurity Program Operating Manual (NISPOM), DOD 5220.22-M dated 28 February 2006 with Change 1 Dated 28March 2013.

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) contract dollar amount (4) whether the contract was competitively or non-competitively awarded (5) sponsor:

                                                                (Name of Individual Sponsor)                                                                               (Name of Requiring Activity)                                                                              (City and State)

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 54 of 76 FINAL

 

Page 57: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 58: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 59: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

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

 7002 & 9002  12/22/2017-12/21/2018

 7003 & 9003  12/22/2018-12/21/2019

 7004 & 9004  12/22/2019-12/21/2020

 7005 & 9005  12/22/2020-12/21/2021

 

 

HQ F-2-0003  DATA DELIVERY LANGUAGE FOR SERVICES ONLY PROCUREMENTS

All data to be furnished under this contract shall be delivered prepaid to the destination(s) and at the time(s)specified on the Contract Data Requirements List(s), DD Form 1423.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 57 of 76 FINAL

 

Page 60: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

SECTION G CONTRACT ADMINISTRATION DATA

52.204-0001 LINE ITEM SPECIFIC: SINGLE FUNDING   (SEP 2009)

The payment office shall make payment using the ACRN funding of the line item being billed.

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS    (MAY 2013)

(a) Definitions. As used in this clause—

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

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

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

 (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized byDFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall—

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and

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

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Sitebefore submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page athttps://wawf.eb.mil/

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

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

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

 _COST VOUCHER_

 Note: If a “Combo” document type is identified but not supportable by the Contractor’s business systems, an “Invoice” (stand-alone) and “ReceivingReport” (stand-alone) document type may be used instead.)

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

  N/A

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

Routing Data Table

          

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC HQ0337

Issue By DoDAAC N00164

Admin DoDAAC S1501A DCMA Indianapolis

Inspect By DoDAAC NA

Ship To Code See Section F

Ship From Code NA

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 58 of 76 FINAL

 

Page 61: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 62: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

NSWC CRANE DIVISIONATTN:

300 Hwy 361Crane IN 47522Tel: 812-854-4343                                                           Email: @navy.mil

HQ G-2-0004 PURCHASING OFFICE REPRESENTATIVE

COMMANDERNSWC CRANE DIVISIONATTN: 

300 Hwy 361Crane IN 47522Tel: 812-854-5928

Email: @navy mil  

CNIN-G-0001  INVOICING DOCUMENTATION FOR COST VOUCHERS           (JULY 2015)

Supporting cost voucher documentation in Wide Area Workflow (WAWF) shall be provided in contractor specified format andshall include the following information.  This level of detail is required at both the job order (JO) or task order (TO) level andTechnical Instruction (TI) level.  The supporting data should clearly reflect the JO/TO and TI number for which it applies.  Forother than firm fixed price subcontracts, subcontractors are also required to provide the same level of supporting detail as theprime contractor.  Supporting documentation may be encrypted before submission to the prime contractor for WAWF costvoucher submittal.  Subcontractors may email encryption code information directly to the Contracting Officer (CO) andContracting Officer Representative (COR) as required.  Failure to comply may result in an unfavorable CPARS rating in the area ofregulation compliance. 

Cost Elements

Direct Labor Total direct labor costs billed for current billing period and cumulative. Thisincludes sub-contractor direct labor. If there are different labor pools, theyshould be included separately (e.g., on-site, off-site, prime, subK, etc).

Other Direct Costs Total ODC costs billed for current billing period and cumulative

Indirect Costs Total indirect costs billed for current billing period and cumulative. If there aredifferent indirect pools, they should be included separately (e.g., Fringe, OH,G&A, etc.). The indirect pool percentage shall be included.

Fee Total fee billed for current billing period and cumulative.

Invoice Subtotal Sub-total costs billed for current billing period and cumulative.

Adjustments Any adjustments to billed costs for current billing period and cumulative.

Invoice Total Total costs billed for current billing period and cumulative.

Labor Detail (Prime and Subcontractor)

Employee name

Labor category

Direct labor rate by employee

Loaded labor rate by employee

Current period hours (OT hours identified separately)

Current period direct labor costs

Cumulative hours (OT hours identified separately)

Cumulative direct labor costs

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 60 of 76 FINAL

 

XXXXXXX

XXXXXXX

XXXXXXX

XXXXXX

Page 63: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 64: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 65: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

A4 1771106 1A2A 251 67854 067443 2D M95450 7RC0001706RM Standard Number: M9545017RC00017 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AE 130062199000001  LLA : A5 1771106 1A2A 257 67854 067443 2D M95450 7RCDY68217LY Standard Number: M9545017RCDY682 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AF 130062211400001  LLA : A6 1771109 4644 310 67854 067443 2D 464400 7RC74269177D Standard Number: M9545017RC74269 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AG 130062239100001  LLA : A7 1771109 4644 310 67854 067443 2D 464400 7RC74172177D Standard Number: M9545017RC74172 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AH 130062165600001  LLA : A8 1771106 1A2A 257 67854 067443 2D M95450 7RCX787515LX Standard Number: M9545017RCX7875 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AJ 130062366300001  LLA : A9 1771106 1A2A 251 67854 067443 2D M95450 7RCHD82815LJ Standard Number: M9545017RCHD828 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AK 130062406100001  LLA : B1 1771109 4181 251 67854 067443 2D 418100 7RC74309151H Standard Number: M9545017RC74309 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AL 130062160100001  LLA : B2 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003817051 Standard Number: M9545017WRAJ330 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AB 130062148800002  LLA : AB 1771106 1A1A 257 67854 067443 2D M95450 7RCF685115LM Standard Number: M9545017RCF6851 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AC 130062254700002  LLA : A4 1771106 1A2A 251 67854 067443 2D M95450 7RC0001706RM Standard Number: M9545017RC00017 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AD 130062199000002  LLA : A5 1771106 1A2A 257 67854 067443 2D M95450 7RCDY68217LY Standard Number: M9545017RCDY682 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AE 130062211400002  LLA : A6 1771109 4644 310 67854 067443 2D 464400 7RC74269177D Standard Number: M9545017RC74269 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 63 of 76 FINAL

 

XXXXX

XXXXX

XXXXX

XXXX

XXXXX

XXXXX

XXXX

XXXX

XXXX

XXXX

XXXX

Page 66: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

through and including the aforementioned date.  9001AF 130062239100002  LLA : A7 1771109 4644 310 67854 067443 2D 464400 7RC74172177D Standard Number: M9545017RC74172 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AG 130062165600002  LLA : A8 1771106 1A2A 257 67854 067443 2D M95450 7RCX787515LX Standard Number: M9545017RCX7875 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AH 130062406100002  LLA : B1 1771109 4181 251 67854 067443 2D 418100 7RC74309151H Standard Number: M9545017RC74309 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AJ 130062160100002  LLA : B2 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003817051 Standard Number: M9545017WRAJ330 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   MOD P00001 Funding  Cumulative Funding   MOD P00002  7001AM 130062488800001  LLA : B3 1771804 8C6C 257 240V0 0 050120 2D 000000 A00003843973 Standard Number: N0002417WX00833 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AK 130062488800002  LLA : B3 1771804 8C6C 257 240V0 0 050120 2D 000000 A00003843973 Standard Number: N0002417WX00833 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   MOD P00002 Funding  Cumulative Funding   MOD P00003  7001AN 130062516700001  LLA : B4 5773400 307 87HA XXCMS3 0 10000 57834 27444F 503000F2BDED7025G104 F03000  Standard Number: F2BDED7025G104 (AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   MOD P00003 Funding  Cumulative Funding  

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 64 of 76 FINAL

 

XXXX

XXXX

XXXXX

XXXX

XXXX

XXXX

XXXX

XXXX

XXXX

XXXXXXXXXX

XXXXX

XXXXX

Page 67: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

SECTION H SPECIAL CONTRACT REQUIREMENTS

5252.202-9101            ADDITIONAL DEFINITIONS      (MAY 1993)As used throughout this contract, the following terms shall have the meanings set forth below:

 (a) DEPARTMENT means the Department of the Navy.

 (b) REFERENCES TO THE FEDERAL ACQUISITION REGULATION (FAR)   All references to the FAR inthis contract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS),unless clearly indicated otherwise.

 (c) REFERENCES TO ARMED SERVICES PROCUREMENT REGULATION OR DEFENSE ACQUISITIONREGULATION   All references in this document to either the Armed Services Procurement Regulation (ASPR) orthe Defense Acquisition Regulation (DAR) shall be deemed to be references to the appropriate sections of theFAR/DFARS.

 (d) NATIONAL STOCK NUMBERS   Whenever the term Federal Item Identification Number and its acronymFIIN or the term Federal Stock Number and its acronym FSN appear in the contract, order or their citedspecifications and standards, the terms and acronyms shall be interpreted as National Item Identification Number(NIIN) and National Stock Number (NSN) respectively which shall be defined as follows:

 (1)  National Item Identification Number (NIIN).  The number assigned to each approved Item Identification underthe Federal Cataloging Program.  It consists of nine numeric characters, the first two of which are the NationalCodification Bureau (NCB) Code.  The remaining positions consist of a seven digit non-significant number.

 (2)  National Stock Number (NSN).  The National Stock Number (NSN) for an item of supply consists of theapplicable four position Federal Supply Class (FSC) plus the applicable nine position NIIN assigned to the item ofsupply.

 

5252.216-9122  LEVEL OF EFFORT – ALTERNATE 1  (MAY 2010)

(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 shallbe     total man-hours of direct labor, including subcontractor direct labor for those subcontractorsspecifically identified in the Contractor's proposal as having hours included in the proposed level of effort (does notinclude surge CLINS).

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

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 (i)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 See Table 1 hours permonth.  It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technicalobjective, provided such fluctuation does not result in the use of the total man-hours of effort prior to the expirationof the term hereof, except as provided in the following paragraph.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 65 of 76 FINAL

 

XXXXX

Page 68: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

Table 1: Average HourlyExpenditure/Month*

TotalHours

RegularHours

OTHours

Year 1 4,917 4,480 437Year 2 7,375 6,720 655Year 3 9,834 8,960 874Year 4 12,292 11,200 1,092Year 5 14,750 13,440 1,310

(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)  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, separatelyidentifying compensated effort and uncompensated effort, if any.

(h)  Within 45 days after completion of the work under each separately identified period of performance hereunder,the Contractor shall submit the following information in writing to the Contracting Officer with copies to thecognizant Contract Administration Office and to the DCAA office to which vouchers are submitted:  (1) the totalnumber of man-hours of direct labor expended during the applicable period; (2) a breakdown of this total showingthe number of man-hours expended in each direct labor classification and associated direct and indirect costs; (3) abreakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under thecontract for the period.  Within 45 days after completion of the work under the contract, the Contractor shall submit,in addition, in the case of a cost underrun; (5) the amount by which the estimated cost of this contract may bereduced to recover excess funds.  All submissions shall include subcontractor information.

(i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contractperformance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided the Contractorhas a company-approved alternative worksite plan.  The primary worksite is the traditional “main office” worksite.An alternative worksite means an employee’s residence or a telecommuting center.  A telecommuting center is ageographically convenient office setting as an alternative to an employee’s main office. The Government reserves theright to review the Contractor’s alternative worksite plan. In the event performance becomes unacceptable, theContractor will be prohibited from counting the hours performed at the alternative worksite in fulfilling the totallevel of effort obligations of the contract. Regardless of work location, all contract terms and conditions, includingsecurity requirements and labor laws, remain in effect.  The Government shall not incur any additional cost norprovide additional equipment for contract performance as a result of the Contractor’s election to implement analternative worksite plan.

(j) Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATION OF FUNDS orLIMITATION OF COST clauses, as applicable, the period of performance may be extended and the estimated costmay be increased in order to permit the Contractor to provide all of the man-hours listed in paragraph (a) above. 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 66 of 76 FINAL

 

Page 69: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 70: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

may not be used to:  (1) assign additional work under the contract; (2) direct a change as defined in the"CHANGES" clause of this contract; (3) increase or decrease the contract price or estimated contract amount(including fee), as applicable, the level of effort, or the time required for contract performance; or (4) change any of theterms, conditions or specifications of the contract.

(c)  If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the contract or isinconsistent 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 affected bythe technical instruction unless and until the Contractor is notified by the Contracting Officer that the technicalinstruction is within the scope of 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.

5252.245-9108  GOVERNMENT-FURNISHED PROPERTY (PERFORMANCE) (APR 2015)

The Government will provide only that property identified in an attachment to Section J notwithstanding any termor condition of this contract to the contrary.  Upon Contractor's written request to the cognizant Technical ProgramManager, via the cognizant Contract Administration Office, the Government will furnish the identified governmentproperty for use in the performance of this contract.

5252.245-9109  GOVERNMENT-FURNISHED PROPERTY (INCORPORATION)  (APR 2015)

The Government will provide only that property identified in an attachment to Section J, notwithstanding any termor condition of this contract to the contrary.  Upon Contractor's written request to the cognizant Technical ProgramManager, via the cognizant Contract Administration Office, the Government will furnish the identified governmentproperty for incorporation in the equipment to be delivered under Item(s) 7000-7400 (as it relates to software andcyber tasking)  of this contract.

CONFORMANCE WITH THE ENVIRONMENTAL MANAGEMENT SYSTEM

The Contractor shall perform work under this contract, at the installation or at the Contractor site, consistent withthe policy and objectives identified in the installation's Environmental Management System (EMS) and applicablerules and regulations provided to the contractor as Government Furnished Information (GFI).  The Contractor shallperform work in a manner that conforms to objectives and targets, environmental programs and operational controlsidentified by the EMS.  The Contractor shall provide monitoring and measurement information as required by theEMS coordinator (Environmental Protection Manager) to address environmental performance relative to

environmental, energy, and transportation management goals. 

In the event an EMS nonconformance or environmental noncompliance associated with the contracted services,tasks, or actions occurs, the Contractor shall be responsible for coordinating with the installation's EnvironmentalProtection office on proposed corrective and/or preventive actions and for completing all corrective/preventive actionsas required by the EMS coordinator or the Environmental Protection Office.  In addition, the Contractor shall ensureits employees are aware of their roles and responsibilities under the EMS and Environmental laws and regulations,and how these EMS roles and responsibilities affect work performed under the contract. 

The Contractor shall be responsible for ensuring their employees receive applicable environmental and occupationalhealth and safety training, and maintain regulatory-required specific training for the type of work to be conducted. All Contractor personnel, and their subcontractor personnel, performing tasks that have the potential to cause anenvironmental impact shall be competent on the basis of appropriate education, training or experience.    Uponcontract award, the Government will provide EMS Awareness and Environmental Awareness training on CD to theContractor.  The Contractor shall provide the EMS coordinator with all training records required by the EMScoordinator or the Environmental Protection Office (including but not limited to EMS training, waste watertreatment certifications, asbestos certifications, etc.) for all contractor personnel and subcontractor personnel within30 days prior to performance or at time of contract award whichever comes first and annually thereafter. Theinstallation EMS Coordinator will retain associated records.

 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 68 of 76 FINAL

 

Page 71: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 72: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

52.232-22 Limitation of Funds Apr 1984

52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013

52.232-40 Providing Accelerated Payments To Small Business Subcontractors Dec 2013

52.237-2 Protection Of Government Buildings, Equipment, And Vegetation Apr 1984

52.237-3 Continuity of Services Jan 1991

52.242-3 Penalties for Unallowable Costs May 2014

252.201-7000 Contracting Officer’s Representative Dec 1991

252.203-7004 Display Of Fraud Hotline Poster(s) Jan 2015

252.204-7005 Oral Attestation Of Security Responsibilities Nov 2001

252.204-7009 Limitations On The Use Or Disclosure Of Third-Party ContractorReported Cyber Incident Information

Dec 2015

252.204-7012 Safeguarding Covered Defense Information Cyber Incident Reporting Dec 2015

252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic OrHazardous Materials

Sep 2014

252.239-7000 Protection Against Compromising Emanations   Jun 2004

252.239-7001 Information Assurance Contractor Training and Certification Jan 2008252.239-7010  Cloud Computing Services Aug 2015

252.244-7001 Contractor Purchasing System Administration May 2011

252.246-7003 Notification Of Potential Safety Issues Jun 2013

252.227-7014 Rights In Noncommercial Computer Software And Noncommercial

Computer Software Documentation

Feb 2014

252.227-7019 Validation Of Asserted Restrictions - Computer Software Sep 2011

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 70 of 76 FINAL

 

Page 73: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 74: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 75: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 76: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

(ii) Identification of the type of subcontract to be used.

(iii) Identification of the proposed subcontractor.

(iv) The proposed subcontract price.

(v) The subcontractor’s current, complete, and accurate certified cost or pricing data and certificate of Current Cost orPricing Data, if required by other contract provisions.

(vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standards when such dataare required by other provisions of this contract.

(vii) A negotiation memorandum reflecting –

The principal elements of the subcontract price negotiations;1.

(B) The most significant considerations controlling establishment of initial or revised prices;

(C) The reason certified cost or pricing data were or were not required;

(D) The extent, if any, to which the Contractor did not rely on the subcontractor’s certified cost or pricing data indetermining the price objective and in negotiating the final price;

(E) The extent to which it was recognized in the negotiation that the subcontractor’s certified cost or pricing datawere not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of anysuch defective data on the total price negotiated;

(F) The reasons for any significant difference between the Contractor’s price objective and the price negotiated; and

(G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation shallidentify each critical performance element, management decisions used to quantify each incentive element, reasons forthe incentives, and a summary of all trade-off possibilities considered.

(2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract forwhich consent is not required under paragraph (b), (c), or (d) of this clause.

(f) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to anysubcontract nor approval of the Contractor’s purchasing system shall constitute a determination –

(1) Of the acceptability of any subcontract terms or conditions;

(2) Of the allowability of any cost under this contract; or

(3) To relieve the Contractor of any responsibility for performing this contract.

(g) No subcontract or modification thereof placed under this contract shall provide for payment on a cost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement type subcontracts shall not exceed the feelimitations in FAR 15.404-4(c)(4)(i).

(h) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and promptnotice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of theContractor, may result in litigation related in any way to this contract, with respect to which the Contractor may beentitled to reimbursement from the Government.

(i) The Government reserves the right to review the Contractor’s purchasing system as set forth in FAR Subpart44.3.

(j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated duringnegotiations:

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 74 of 76 FINAL

 

Page 77: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services
Page 78: XXXXXXXXXXXXX XXXXXXXXXX - Tri Star EngineeringXXXXXXXXX XXXXXX XXXXXX XXXXXX XXX XXXXXXXX XXXXXXXX XXXXXXX XXXXXXX XXXXXXXX XXXXXXXXX XXXXXXX XXXXXXX XXXXXXX. Item PSC Supplies/Services

SECTION J LIST OF ATTACHMENTS

Attachment 1 - Reserved

Attachment 2 - Government Furnished Property

Attachment 3 - Government Firnished Information

Attachment 4 - Quality Assurance Surveillance Plan (QASP)

Attachment 5 - Reserved

Attachment 6 - Reserved

Attachment 7 - Reserved

Attachment 9 - Reserved

Attachment 9 - Reserved

Attachment 10 - ROM Template

Attachment 11 - DD 254

Attachment 12 - Reserved

Attachment 13 - Labor Category Description

Attachment 14 - Wage Determination

Attachment 15 - CDRL A007 Sample Format

Attachment 1 - Reserved

 

Exhibit A Revised - Contract Data Requirements List (CDRL) - Revised

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 N0016417F3000 AMENDMENT/MODIFICATION NO.

 P00003 PAGE

 76 of 76 FINAL

 


Recommended