6. ISSUED BY CODE N00189 (If other than Item 6) S2404A … · 2018-09-04 · NETC Notice 5215...
Transcript of 6. ISSUED BY CODE N00189 (If other than Item 6) S2404A … · 2018-09-04 · NETC Notice 5215...
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)
09 29-Aug-2018 N0007218RC29013 N/A6. ISSUED BY CODE N00189 7. ADMINISTERED BY (If other than Item 6) CODE S2404A
NAVSUP FLC Norfolk, Detachment Philadelphia
700 Robbins Avenue, Bldg. 2B
Philadelphia PA 19111-5083
[email protected] 215-697-9584
DCMA Manassas
14501 George Carter Way, 2nd Floor
Chantilly VA 20151
SCD: C
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
PROFESSIONAL SOFTWARE ENGINEERING INC 500 Viking Drive, Ste 301 Virginia Beach VA 23452 9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X] N00178-04-D-4107-EX01
10B. DATED (SEE ITEM 13)
CAGECODE
1HK66 FACILITY CODE 18-Aug-2014
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
[ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACEDESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendmentyou desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and thisamendment, and is received prior to the opening hour and date specified.12. ACCOUNTING AND APPROPRIATION DATA (If required)
SEE SECTION G
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
(*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. INITEM 10A.
[ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation
date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
[ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
[X] D. OTHER (Specify type of modification and authority)52.217-9 Option To Extend the Term of the Contract & 52.243-1 Changes—Fixed-Price
E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 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)
Philip M. Eagan, Chief Financial Officer Michael V Capilato, Contracting Officer
15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Philip M. Eagan 17-Aug-2018 BY /s/Michael V Capilato 29-Aug-2018
(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE
30-105 STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243
1. CONTRACT ID CODE PAGE OF PAGES
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 3
SECTION C DESCRIPTIONS AND SPECIFICATIONS
Commander, Naval Reserve Forces Command (CNFRC) N7 Training Directorate CourseCurriculum and Instructional Material Support Performance Work Statement (PWS)
1.0 INTRODUCTION: The Commander, Navy Air Reserve Forces Command (CNRFC)N7 Training Directorate is acquiring Course Curriculum and instructional Material Specialistssupport services for the CNRFC N73 Learning Standards Office.
2.0 BACKGROUND: The mission of the CNRFC N7 Training Directorate is to executepolicy, control, management, resource planning, and assessment of Navy Reserve training. Included in that mission is the execution of Active Duty for Training (ADT) schools funding insupport of mobilization and billet requirements; the oversight of the Force's utilization of MinePositioning Force Utility Boats (MPFUB) equipment and CNAFR and Marine Force Reserve(MARFORRES) aviation simulator equipment. The N7 also manages the Force's civilianpersonnel professional development program to ensure that CNRFC has a highly trained civilianwork force to support the reserve force personnel.
The CNRFC N73 Learning Standards Office has the responsibility of Curriculum ControlAuthority for Navy Reserve specific training courses, which includes the evaluation of trainingdata, training capabilities and interfaces, and the development of new training courses or trainingmaterials and technical analysis and evaluation as it relates to Navy Reserve training andeducation. The continuation of contractor support for planning, development, evaluation andimplementation of training tools that are designed to improve efficiency and value of the NavyTraining Programs is required to sustain the N73 support to the CNRFC.
3.0 SCOPE: The scope of this support will utilize training Course Curriculum andInstructional Material Specialists to conduct research, development and instructional systemsdesign to enhance training of Navy Reserve personnel worldwide. Specific attention tocurriculum development and instructional material creation to meet Navy Reserve needs shall berequired as part of Curriculum Control Authority and Course Curriculum Model Managementsupport included in this contract/task order. The detailed support will be addressed in section 5.0Performance Requirements/Tasking.
3.1 NAICS Code: 541330
SIC Code: 8748
Federal Product/Service Code: U008
Object Class Code: 25.2
4.0 APPLICABLE DIRECTIVES: The following documents support this PWSrequirements referenced under Section 5.0 Performance requirements that the contractor willhave to comply within performance of this PWS.
Document Type Number/Version Title Date
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 2 of 38
FINAL
NETC Notice 5215 Numerical Index of Effective NavalEducational and TrainingCommand Directives
February 06,2014
NETC Instruction 1500.5B Instructor Preparation,
Qualification, Certification , and
Evaluation Program
22 Aug 2013
NETC Instruction 1500.6A NETC Front End Analysis 12 Oct 2012
NETC Instruction 1500.7A Missed Training Opportunity (MTO)
Reporting Policy and Procedures
17 Aug 2011
NETC Instruction 1500.8A Human Performance RequirementsReview
(HPRR)
13 Jun 2011
NETC Instruction 1500.9 Training Requirement Identification
and Resource Sponsor Commitment
03 Dec 2010
NETC Instruction 1500.10A Authoring Instructional Materials ,
Content Planning Module, andLearning
Object Module
19 Sep 2013
NETC Instruction 1510.3 Job Duty Task Analysis Policy 20 Oct 2009
NETC Instruction 1510.4A Business Case Analysis Policy 01 Jul 2013
NETC Instruction 1510.5 Corporate Enterprise Training ActivityResource System Program of RecordAccess Policy
07 Oct 2013
NAVEDTRA 130 (SERIES)
Task Based Curriculum DevelopmentManual
August 2009
NAVEDTRA 132 (SERIES) Navy School Testing ProgramManagement
Manual
March 2011
NAVEDTRA 133 (SERIES) Human Performance RequirementsReview
Management Manual
June 2011
NAVEDTRA 134 (SERIES) Navy Instructor Manual August 2009
NAVEDTRA 135 (SERIES) Navy School Management Manual March 2010
NAVEDTRA 136 (SERIES) NETC Integrated LearningEnvironment Course Development andLife-Cycle Maintenance Manual
November 2010
NAVEDTRA 137 (SERIES) Job Duty Task Analysis ManagementManual
July 2013
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 3 of 38
FINAL
NAVEDTRA 138 (SERIES) NETC Front End AnalysisManagement Manual
October 2012
NAVEDTRA 140 (SERIES) Training Support Management Manual July 2012
4.1 ACRONYMNS AND ABBREVIATIONS:
ACOR Assistant Contracting Officer RepresentativeADT Active Duty for TrainingAIM Authoring Instructional MaterialALTC Aviation Logistics Training CenterAQL Acceptable Quality LevelBCA Business Case AnalysisCAC Common Access CardCANTRAC Catalog of Navy Training CoursesCCA Curriculum Controlling AuthorityCeTAR Corporate enterprise Training Activity Resource SystemCFLSW Commander, Fleet Logistics Support WingCNAFINST Commander, Naval Air Forces InstructionCNAFR Commander, Naval Air Force ReserveCNRFC Commander, Reserve Forces CommandCOR Contracting Officer RepresentativeCPM/LO Content Planning Module/Learning ObjectDoD Department of DefenseDoNCAF Department of Navy Central Adjudication FacilityDoN Department of the NavyEPA Environmental Protection Agency FAD Facility Access DeterminationFAR Federal Acquisition RegulationFCR Formal Course ReviewFEA Front End AnalysisFLTMPS Fleet Training Management and Planning SystemFPCON Force Protection ConditionsFRC Fleet Readiness CenterFSO Facility Security OfficerGFE Government furnished equipmentHPPR Human Performance Review RequirementIAW In Accordance WithIMM Instructional Media MaterialIT Information TechnologyJDTA Job Duty Task AnalysisJRB Joint Reserve BaseJPAS Joint Personnel Adjudication systemKO Contracting OfficerMARFORRES Marine Force ReserveMPFUB Mine Positioning Force Utility Boat
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 4 of 38
FINAL
NACLC National Agency Check with Local Credit ChecksNETC Naval Education and Training commandNMCI Navy and Marine Corp IntranetNRPDC Navy Reserve Professional Development CommandOPNAV Chief of Naval OperationsOPNAVINST Chief of Naval Operations InstructionOPSEC Operations SecurityOSHA Occupational Safety and Health AdministrationPII Personally Identifiable InformationPPE Personal Protective EquipmentPRS Performance requirements summaryPWS Performance Work StatementQC Quality ControlQCP Quality Control PlanRESFOR Reserve ForceRFU Ready for UseSBU Sensitive But UnclassifiedSECNAV Secretary of the NavyECNAVINST Secretary of the Navy InstructionSME Subject Matter ExpertTASS Standard Training Activity Support SystemT/M/S Type Model Series
5.0 PERFORMANCE REQUIREMENTS/TASKINGS: The performance requirementsin this section identify the details of contractor support requirements:
5.1.1 The Course Curriculum Management requirement shall include administrative andtechnical support to assist Commander, Naval Reserve Forces Command (CNRFC) LearningStandards Office (N73) with the responsibilities of Curriculum Control Authority and CourseCurriculum Model Manager for Navy Reserve unique training courses. This support includes theevaluation of training data, training capabilities and interfaces, and the development of newtraining courses or training materials.
5.1.1.1 The contractor shall support the performance of the Learning Standards Office capacityas the CNRF Curriculum Controlling Authority (CCA) for Navy Reserve formal trainingprograms.
5.1.1.2 The contractor shall support the proposed mission and readiness objectives to determinethe impact on future training and or equipment requirements through field analysis of objectives.
5.1.1.3 The contractor shall provide curriculum recommendations to CNRFC Learning StandardsOffice (N73) based on Formal Course Review procedures and field analysis. (Deliverables: Formal Courses Review report and curriculum recommendations).
5.1.1.4 The contractor shall provide assistance to training activities with the development,submission and approval of all necessary course curriculum documents as required by currentdirectives and instructions as addressed in section 4.0 above.
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 5 of 38
FINAL
5.1.1.5 The contractor shall assist the CNRFC (N73) Learning Standards Office point of contactfor Navy Reserve instruction providers on matters pertaining to curriculum development,submission and delivery methods.
5.1.1.6 The contractor shall submit curriculum documents to CNRFC Learning Standards Officer(N73) for review prior to forwarding to higher authority as required by, current directives andinstructions. (Deliverables: Curriculum Documents).
5.1.1.7 The contractor shall maintain master files of all curriculum and supportingdocumentation under the cognizance of CNRFC N73 Learning Standards Office.
5.1.1.8 The contractor will maintain communication skills including but not limited to draftingcorrespondence, proof reading, validating training material, preparing briefs, providing formalinstruction/facilitation and making presentations.
5.1.1.9 The contractor shall provide support as the Navy Reserve school quota control for “C”and “Fleet” schools.
5.1.1.10 The contractor shall control quota functions for courses of instruction includingreceiving/screening student eligibility, processing quota applications and making quotaassignments.
5.1.1.11 The contractor shall research training requirements and validate those requirements.
5.1.1.12 The contractor shall provide analysis and guidance in the research, validation andtracking of distant/e-learning college level courses for Navy Reserve retirement points.
5.1.1.13. The contractor shall assist in validating, tracking, updating and identifying theCNRFC/CNAFR training requirements in Fleet Training Management and Planning System(FLTMPS) to include acting as the N73 POC for FLTMPS issues/updates/concerns. Deliverable: Identification of CNRFC/CNAFR training requirements, as required.
5.1.1.14 The contractor shall enter training accomplished, create adhoc reports, pull requesteddata, conduct analysis of FLTMPS data and make recommendations to correct deficiencies. Deliverable: Recommendations to correct deficiencies as required.
5.1.1.15 The contractor shall utilize FLTMPS to identify Force training requirements and providetotal quotas for all Navy schools required by Navy Reserve personnel for input into the annualStudent Input Plan. Deliverable: Input in to the Annual Student Input Plan.
5.1.2 The Instructional/Course Curriculum support includes the technical analysis and evaluationas it relates to Navy Reserve training and education with specific attention to curriculumdevelopment and instructional material to meet Navy Reserve needs.
5.1.2.1 The Contractor shall validate training material, prepare briefs, make presentations anddraft reports and documents to support training validation. (Deliverables: Draft reports anddocuments to support training validation).
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 6 of 38
FINAL
5.1.2.2 The contractor shall establish and maintain a working relationship with Naval TrainingActivities including: Naval Education and Training Command (NETC), Navy ReserveProfessional Development Command (NRPDC), Aviation Logistics Training Center (ALTC),and other training commands/entities as applicable.
5.1.2.3 The contractor shall support N73 in developing and assisting in the evaluation of theefficiency of course materials, assist with the performance of Front End Analysis (FEA), JobDuty Task Analysis (JDTA), Human Performance Requirement Review (HPRR) and BusinessCase Analysis (BCA) and offer recommendations on course curricula. (Deliverables: CourseCurriculum Recommendations).
5.1.2.4 The contractor shall assist in the development and preparation of course curricula,student guides, instructional media material (IMM) and audio visual aids in support of lessonmaterial and curriculum support. (Deliverable: Course curricula, student guides, IMM andaudio visual aids).
5.1.2.5 The contractor shall analyze data, assist with reporting requirements, coordinate specialprojects and assist with the performance of Formal Course Reviews (FCR). (Deliverables: Data analysis reports, draft course review documents).
5.1.2.6 The contractor shall develop E-Learning materials and curricula compliant with Navystandardized E-Learning systems utilizing government furnished computer and software(Deliverable: E-Learning materials and curricula as required).
5.2 PERFORMANCE REQUIREMENTS DELIVERABLE SUMMARY (PRS): Thissection refers to a tangible or intangible deliverable produced by the contractor as a result of thework performed in Section 5 Performance Requirements above. The Performance RequirementsDeliverable Summary Table 5.2 is below.
Table 5.2 - Performance Requirements Deliverable Summary
Task PerformanceObjective
PerformanceStandards
Frequency AcceptableQuality
Level (AQL)
SurveillanceMethod
5.1.1.3 Formal CoursesReview andcurriculumrecommendations
Adhere torequirementsspecified inparagraph5.1.1.3 and5.1.2.3 of thePWS
As Required Quality: AllperformedIAW PWSand QCP
SpecificInspection
5.1.1.6 CurriculumDocuments
Adhere torequirementsspecified inparagraph
As Required Quality: AllperformedIAW PWSand QCP
SpecificInspection
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 7 of 38
FINAL
5.1.1.6 of thePWS
5.1.1.13 Identification ofCNRFC/CNAFRtrainingrequirements.
Adhere torequirementsspecified inparagraph5.1.1.13 of thePWS.
As Required Quality: AllperformedIAW PWSand QCP.
SpecificInspection.
5.1.1.14 Recommendationsto correctdeficiencies.
Adhere torequirementsspecified inparagraph5.1.1.14 of thePWS.
As Required Quality: AllperformedIAW PWSand QCP.
SpecificInspection.
5.1.1.15 Input in to theAnnual StudentInput Plan.
Adhere torequirementsspecified inparagraph5.1.15. of thePWS.
Annually Quality: AllperformedIAW PWSand QCP.
SpecificInspection.
5.1.2.1 Draft reports anddocuments tosupport trainingvalidation
Adhere torequirementsspecified inparagraph5.1.2.1 of thePWS
As Required Quality: AllperformedIAW PWSand QCP
SpecificInspection
5.1.2.4 Course curricula,student guides, IMMand audio visual aids
Adhere torequirementsspecified inparagraph5.1.2.4 of thePWS
As Required Quality: AllperformedIAW PWSand QCP
SpecificInspection
5.1.2.5 and5.1.2.6
Data analysisreports, draft coursereview documents
Adhere torequirementsspecified inparagraph5.1.2.5 and5.1.2.6 of thePWS
As Required Quality: AllperformedIAW PWSand QCP
SpecificInspection
5.3 Monthly ContractStatus Report
Adhere torequirementsspecified inparagraph 5.0of the PWS
Due the 15th ofeach month forthe previousmonthsaccomplishment
Quality: AllperformedIAW PWSand QCP
SpecificInspection
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 8 of 38
FINAL
5.4 Trip Reports Adhere torequirementsspecified inparagraph 5.4of the PWS
As Required Quality: AllperformedIAW PWSand QCP
SpecificInspection
5.5 Meeting/BriefingReports
Adhere torequirementsspecified inparagraph 5.5of the PWS
As required. Due3 days aftermeeting orbriefing
Quality: AllperformedIAW PWSand QCP
SpecificInspection
5.6 Quality Control Plan Adhere torequirementsspecified inparagraph 5.6of the PWS
Due within 15days of contractaward
Quality: AllperformedIAW PWSand QCP
SpecificInspection
5.3 MONTHLY COTNRACT STATUS REPORTS: Monthly Contract Status Reports(MCSR) must be password protected submitted electronically to the Contracting OfficerRepresentative (COR) not later than the 15th workday of every month (See the Attached QualityAssurance Surveillance Plan for details. A second copy should be submitted electronically toeach customer not later than the 15th workday of every month. The MCSR shall be in contractorformat. The contractor shall send document passwords to the government points of contact viaseparate email.
5.4 TRIP REPORTS: Trip reports shall be submitted within seven (7) calendar days of thecompletion of each trip. At a minimum, these reports shall include the following: the namedtraveler, the purpose of the trip, destination, dates travelled, organizations and/or personscontacted, synopsis of the results, actual costs associated with the trip, and a list of action itemswith associated assignments.
5.5 MEETINGS AND BRIEFINGS. The Contractor shall attend, participate in andprovide input at scheduled and unscheduled meetings, conferences and briefings that affect PWSfunctions and serve to provide effective communication.
5.6 QUALITY CONTROL PLAN: The Contractor shall ensure quality service ismaintained throughout the life of the contract, and shall within 15 days of contract award,prepare and implement (upon Government approval) a Quality Control Plan. The plan shallreflect the Contractor’s overall approach, internal controls and establishment of procedures forevaluating each of the major service areas (who, method, how often), for reporting to theGovernment, for resolving deficiencies, for identifying potential improvements, and formaintaining and making available to the Government, documentation (as listed in PWSPerformance Requirements Section 5) reflecting quality control inspections and any correctiveactions taken.
6.0 LABOR CATEGORY DESCRIPTIONS: Labor category descriptions provide thebenchmark needed regarding knowledge, skill and ability for the performance of servicesrequired for this contract or task order.
6.1 Course Curriculum Specialist: Requires a working knowledge and experience with:Authoring Instructional Materials (AIM) Content Planning Module/Learning Object (CPM/LO),
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 9 of 38
FINAL
Catalog of Navy Training Courses (CANTRAC), Enterprise Naval Training Reservation System(eNTRS), Corporate enterprise Training Activity Resource System (CeTARS), Fleet TrainingManagement and Planning System (FLTMPS), and Standard Training Activity Support System(STASS), provide data entry services entering approved course information into and any otheridentified electronic systems as required by CNRFC and higher authority
6.2 Instructional Material Specialist: Requires a working knowledge and experience with;Authoring Instructional Materials (AIM) Content Planning Module /Learning ObjectModule(CPM/LOM), Adobe Photoshop Creative Cloud (CC), Adobe Illustrator CC, AdobeCaptivate CC 2017, Adobe Audition CC 2017, Adobe Premiere Pro CC 2018, Adobe InDesignCC 2018, Adobe Acrobat Professional, Microsoft Office MAC 2016 (Excel, WORD,PowerPoint), Catalog of Navy Training Courses (CANTRAC), Enterprise Naval TrainingReservation System (eNTRS), Corporate enterprise Training Activity Resource System(CeTARS), Fleet Training Management and Planning System (FLTMPS), and Standard TrainingActivity Support System (STASS), provide data entry services entering approved courseinformation into and any other identified electronic systems as required by CNRFC and higherauthority. The Instructional Subject Matter Expert also needs to be knowledgeable of the NETCprograms, policies and procedures, to include instructional systems design, E-Learning, teachingmethodologies and a good familiar with the Navy Enlisted Rating Classifications, advancementopportunities, professional development and training requirements.
7.0 PLACE OF PERFORMANCE
The place of performance for this task order shall be at the Commander, Naval Air ForceReserve Command (CNRFC) Headquarters, 1915 Forrestal Drive, Norfolk Virginia 23551 aswell as other government facilities as required. The standard work hours are 0730 to 1630 hoursMonday through Friday at each location.
8.0 PERIOD OF PERFORMANCE
The period of performance of this order shall be from 15 September 2014 to 14 September 2015with four (4) one-year options year as follows:
Base Year: 15 September 2014 to 14 September 2015Option Year I: 15 September 2015 to 14 September 2016Option Year II: 15 September 2016 to 14 September 2017Option Year III: 15 September 2017 to 14 September 2018Option Year IV: 15 September 2018 to 14 September 2019
9.0 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP):
9.1 Surveillance methods: The primary methods of surveillance used to monitor performance ofthis contract will include, but not be limited to, random or planned sampling, periodic orinspection, and validated customer complaints. Performance will be measured in accordancewith Table 9.1 below.
Table 9.1: Quality Assurance Surveillance Plan
Performance Performance Frequency Surveillance Acceptable Quality
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 10 of 38
FINAL
Element Required Method Level
PWS Section5
Excellent CustomerService:Communication withthe N73 LearningStandards Office. Adherence to Militaryprotocol whenaddressing officers,Non-CommissionedOfficers andGovernment CivilianPersonnel
100%Inspection of allcontractorprepared dataproducts,reports,spreadsheets,invoices andother financialdocuments
Customer Feedback No more than 3substantiated negativecustomer feedbacksduring 6-month period
Exercise of optionperiods
PWS Section5.3
Cost/FinancialManagement -Provided accurateFinancialdocumentation andcost performance data
100%Inspection of allcontractorprepared dataproducts,reports,spreadsheets,invoices andother financialdocuments
Customer Feedback
PWS Sections5.1, 5.2, 5.4,5.5, and 5.6
Quality– Technicalproducts/deliverableswere complete,accurate, clear andconformed to therequirements of thePWS
100%Inspection
Customer Feedback
PWS Sections5.4 and 5.5.
Completed reports 100%Inspection
Customer Feedback See above.
If performance is within acceptable levels, it will be considered to be satisfactory. If not, overallperformance may be considered unsatisfactory.
9.2 Incentives/Disincentives: The COR’s makes an annual report on Contractor Performance(CPARS or other annual report). The contractor’s failure to achieve satisfactory performanceunder the contract/task order, reflected in the COR’s annual report, may result in termination ofthe contract/task order and may also result in the loss of future Government contracts/taskorders. The contractor’s failure to achieve satisfactory performance under the contract/taskorder may result in the non-exercise of available options
For each item that does not meet acceptable levels, the Government may issue a Contract
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 11 of 38
FINAL
Discrepancy Report (CDR). CDRs will be forwarded to the Contracting Officer with a copy sentto the contractor. The contractor must reply in writing within 5 days of receipt identifying howfuture occurrences of the problem will be prevented. Based upon the contractor’s pastperformance and plan to solve the problem, the Contracting Officer will determine if any furtheraction will be taken.
In accordance with the inspection of services provisions for Firm Fixed Price (FFP) contract, thecontractor will be incentivized to provide quality products in a timely manner since theGovernment can require the Contractor, at no additional cost, to replace or correct work that failsto meet contract requirements.
10.0 ACCEPTANCE CRITERIA:
The agency COR has the responsibility to monitor the progress of the work of the on-siteContractor personnel assigned to the task. The COR will notify the KO, in writing, with regardto contractor performance. The documentation from the COR will certify the following:
a. The Contractor deliverables and performance have met the work standards and objectivesas outlined in the PWS.
b. The Contractor deliverables and performance have not met the work standards andobjectives as outlined in the PWS and why.
This written documentation and certification, after review and acceptance by the COR, inconjunction with KO, will serve as the basis for payment to the Contractor.
11.0 TRAVEL: Travel is anticipated in the performance of the contract. The contractor maybe required to travel upon short notice to various CNRF training sites throughout the UnitedStates for an extended period of time. Actual travel performed will be dependent upon programrequirements. Travel is estimated at $29,000.00 per year. Travel will be requested in writing andapproved by the COR designated in this PWS.
Event Destination Number ofTravelers per
trip
Duration ofTravel
Estimated cost
TBCD Couse Fort Worth, TX 2 2 Weeks $6000.00NRPDC andNALO Sitevisit/CourseInspection
New Orleans,LA
2 1 Week $6000.00
ALTC Sitevisit/CourseInspection
Fort Worth TX 2 1 Week $4,000.00
TBCD Couse New Orleans,LA
2 2 Weeks $6,000.00
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 12 of 38
FINAL
ALTC Sitevisit/CourseInspection
Fort Worth, TX 2 1 Week $3,000.00
AIM FRB Orlando, FL 1 1 Week semiannually
$4,000.00
In accordance with FAR 31.205-46, travel costs are to be reimbursed at rates not to exceed themaximum locality per diem rates (the combination of lodging, meals and incidentals) in effect atthe time of the trave3l, as set forth in the Federal Travel Regulations, Joint Travel Regulations,and Standards Regulations, Section 925, as applicable. All air travel must be booked onAmerican flagged carriers, unless otherwise directed by the Contracting Officer. TheAppropriate Government Official, Quality Assurance Personnel, or Contracting Officer shallapprove all travel requests. All invoices for travel reimbursement shall be accompanied bysupporting receipts.
12.0 TRAINING REQUIREMENTS
CNFRC is responsible for conducting the required training on local mandates only, which will beat no cost to the contractor. The Contractor is responsible for any and all technical trainingrequired to for assigned contractor personnel to accomplish the tasks outlined in Section 5.0Performance Requirements.
13.0 SECURITY REQUIREMENTS
13.1 SECURITY CLEARANCE:
a. All contract personnel performing under this contract/task order must maintain a DoD Secretclearance and a National Agency Check with Local Agency Check and Credit Checks (NACLC)investigation in accordance with SECNAVINST M-5510.30 current within 10 years. Contractorsmust be a United States citizen.
The contractor will provide the Navy's Security Manager and the COR, the name, title, addressand phone number for the Contractor's Security Representative. The Contractor's SecurityRepresentative shall be the primary point of contact on any security matter. When a favorabledetermination is not made; contractor employees shall not be permitted to work on this ordereffort and if already working on the order shall be removed immediately. The potentialconsequences of any requirements under this clause including denial of access for a proposedcontractor employee who fails to obtain a clearance determination in no way relieves thecontractor from the requirement to execute performance under the order within the timeframesspecified in order proposed on task order with a DD254 requirement.
Once the SF-86 has been submitted in JPAS, an interim clearance may be granted by Departmentof Navy Central Adjunction Facility (DoNCAF) through the Facility Security Officer (FSO), anda CAC issued during the investigation process. To maintain continuing authorization for anemployee to access a DoD unclassified computer/network, and/or have access to sensitiveunclassified information, the contractor shall ensure that the individual employee has a currentrequisite background investigation throughout the order performance period.
b. The contractor is responsible for entering personnel information into the Joint Personnel
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 13 of 38
FINAL
Adjudication System (JPAS) and submitting a visit request. The contractor will provide theNavy's Security Manager and the COR, the name, title, address and phone number for theContractor's Security Representative. The Contractor's Security Representative shall be theprimary point of contact on any security matter. When a favorable determination is not made,contractor employees shall not be permitted to work on this order effort and if already workingon the order shall be removed immediately. The potential consequences of any requirementsunder this clause including denial of access for a proposed contractor employee who fails toobtain a favorable trustworthiness determination in no way relieves the contractor from therequirement to execute performance under the order within the timeframes specified in the order.
c. Contract personnel shall return Common Access Cards (CACs) to the government TechnicalPoint of Contact/government Sponsor upon contractor change in status, expiration of the CAC,or completion or expiration of the contract.
13.2. INFORMATION ASSURANCE: The Contractor shall ensure that personnelaccessing information systems have the proper and current information assurance certification toperform information assurance functions in accordance with the Information AssuranceWorkforce Improvement Program DoD 8570.01-M. The Contractor shall meet the applicableinformation assurance certification requirements, including:
a. DoD-approved information assurance workforce certifications appropriate for each categoryand level as listed in the current version of DoD 8570.01-M; and
b. Appropriate operating system certification for information assurance technical positions asrequired by DoD 8570.01-M.
c. Upon request by the Government, the Contractor shall provide documentation supporting theinformation assurance certification status of personnel performing information assurancefunctions.
d. Contractor personnel who do not have proper and current certifications shall be denied accessto DoD information systems for the purpose of performing information assurance functions.
e. It has been determined that contractors supporting this contract/task order will be basic NMCIUsers only, therefore current versions of DoD Cyber Awareness Challenge InformationAssurance (IA) and Identifying and Safeguarding Personally Identifiable Information (PII)training is required prior to NMCI account creation, and repeated as per DoN and/or RESFORguidance annually thereafter.
13.3. OPERATIONS SECURITY (OPSEC): Employees associated with this contract arerequired to attend all Operational Security training. Personnel must comply with all OPSECprinciples and procedures. All personnel are responsible to protect the U.S. Navy andCommander, Navy Reserve Forces Command.
13.4 INFORMATION AND INFORMATION SYSTEM SECURITY. To the extentthat the Contractor receives or is given access to proprietary data, data protected by the PrivacyAct of 1974 or other classified or privileged technical, business or financial information underthis PWS, the Contractor shall treat and protect such information IAW any restrictions imposedon such information. The Contractor shall comply with OPNAVINST 5239.1B, Navy
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 14 of 38
FINAL
Information Assurance Program.
13.5 INFORMATION DISCLOSURE. Neither the Contractor nor any of its employeesshall disclose, or disseminate information concerning the command’s operations or security or aninterruption of its operations. Disclosure of information relating to the services provided underthis PWS is prohibited. The Contractor shall direct inquiries, comments or complaints to theCOR any matter observed, experienced or learned during the performance of this PWS, since theresolution may require the dissemination of Government proprietary information.
13.6 CLASSIFIED INFORMATION. Failure by the Contractor or its employees tosafeguard classified information received while performing under this PWS, may subject theContractor, its agents, or employees to criminal liability under 18 USC Sections 793 and 798.
13.7 PROPRIETARY DOCUMENTS. The Contractor shall be responsible forappropriately marking Contractor documents that the Contractor considers proprietary.
13.8 PHYSICAL SECURITY. All Contractor employees and their representatives whoenter a DOD location to perform under the requirements of this PWS must adhere to all securityregulations and as such will be subject to security checks. Contractor personnel and theirpersonal property will be subject to searches and seizures when entering, while on, or leaving aDoD location pursuant to the installation’s regulations. In the event of a strike by theContractor’s personnel, the Contractor shall be responsible for the cost of any increase insecurity required by the installation commander. The installation commander has the authority tobar individuals from the installation. Removal of an employee from the job site or dismissal fromthe premises shall not relieve the Contractor of its requirement to provide sufficient personnel forperformance of the services required by the PWS. The Contractor shall remove any individualfrom the site whose continued presence or employment is contrary to public interest orinconsistent with the best interests of national security.
13.9 HEIGHTENED SECURITY OPERATIONS. The Contractor shall comply withthe base policies and OPNAVINST 3300.54, Protection of Navy Personnel and Activities againstActs of Terrorism and Political Turbulence, to ensure mission accomplishment during heightenedmilitary installation security postures or other security postures as implemented. Heightenedsecurity conditions are known as Force Protection Conditions (FPCON) Bravo, Charlie andDelta. These postures apply when an incident occurs or intelligence is received indicating animminent threat or act of terrorism against personnel and facilities. To provide continuity ofoperations in such conditions, the Contractor shall provide the COR written documentation ofdesignated “mission essential personnel” who will require access to military installations duringincreased FPCON instances, Charlie and Delta.
14.0 WORK ENVIRONMENT AND PHYSICAL DEMANDS:
Government and Contractor personnel will be required to work in common office and warehousespaces during working hours and the Contractor’s performance shall not interfere with theGovernment’s work. In the event that the Contractor believes that the Government or otherpersonnel are interfering with the performance of the services required under the PWS, theContractor shall notify the COR immediately. The Contractor shall not cease to perform theservices required under the PWS without the Contracting Officer (KO) or the COR’s direction.Failure by the Contractor to notify the KO or COR could result in a denial of any compensation
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 15 of 38
FINAL
requests for any additional costs incurred in performance of the contract under such conditions.
15.0 NON-PERSONAL SERVICE STATEMENT
Contractor employees performing services under this order will be controlled, directed, andsupervised at all times by management personnel of the contractor. Contractor management willensure that employees properly comply with the performance work standards outlined in thestatement of work. Contractor employees will perform their duties independent of, and withoutthe supervision of, any Government official or other Defense Contractor. The tasks, duties, andresponsibilities set forth in the task order may not be interpreted or implemented in any mannerthat results in any contractor employee creating or modifying Federal policy, obligating theappropriated funds of the United States Government, overseeing the work of Federal employees,providing direct personal services to any Federal employee, or otherwise violating theprohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). TheGovernment will control access to the facility and will perform the inspection and acceptance ofthe completed work.
16.0 GOVERNMENT MANAGEMENT OVERSIGHT
Government management will provide general instructions on limitations and deadlines.Additional instructions will be provided for any unusual assignments or those that vary fromestablished procedures. The contractor’s employees will independently carry out theassignments. Completed work will be spot-checked by Government management for adherenceto procedures, accuracy, and completeness.
17.0 SAFETY
The Contractor shall comply with all safety regulatory guidance including those as detailed inappropriate Occupational Safety and Health Administration (OSHA), Environmental ProtectionAgency (EPA) and Type Model Series (T/M/S) peculiar instructions; the Contractor shall beresponsible for the safety and accountability of all its employees; the Contractor shall providecommon personnel protective equipment (PPE) for team members and manage contractor'shearing conservation testing and baseline.
18.0 SPECIAL REQUIREMENTS
18.1 NATIONAL EMERGENCY. In the event of a national emergency, natural disasteror military exigency, the Contractor shall be prepared to accommodate a surge in support servicerequirement. All support operations shall continue services as directed by the CNRFC during acrisis declared by the National Command Authority. This function has been determined to beessential to performance during crisis and is IAW DoD 3020.37, Continuation of Essential DoDContractor Services during Crisis and Navy implementation thereof.
18.2 FEDERAL HOLIDAYS. Contactors are not required to show up for work that fallson Federal Holidays. The following Federal holidays are observed by DoN:
A. New Year’s Day (1 January)B. Martin Luther King’s Birthday (Third Monday in January)C. President’s Day (Third Monday in February)D. Memorial Day (Last Monday in May)
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 16 of 38
FINAL
E. Independence Day (4 July)F. Labor Day (First Monday in September)G. Columbus Day (Second Monday in October)H. Veteran’s Day (11 November)I. Thanksgiving Day (Fourth Thursday in November)J. Christmas Day (25 December)
In the event that a Federal holiday falls on a Saturday, the holiday will be observed on the Fridayimmediately before the holiday; if the Federal holiday falls on a Sunday, the holiday will beobserved on the Monday immediately following the holiday. Other holidays are determined byExecutive Order. Contactors are not required to show up for work that falls on Federal Holidays.
18.3 POST/BASE CLOSURES:
The Post/Base Commander may decide to close all or part of the Post/Base in response to anunforeseen emergency or similar occurrence. Such emergencies may include, but are not limitedto, adverse weather such as snow or flood, acts of GOD such as tornado or earthquake, or aPost/Base disaster such as a natural gas leak or fire. Contractor personnel are considerednon-essential personnel for purposes of any instructions given regarding a Post/Base closure.Contractor personnel should follow company guidance regarding working at alternate companylocations.
If a decision to close all or part of the post/base is made during the normal duty hours and thedecision is transmitted through official notification channels, Contractor employees shall notifythe POC identified herein for the location, follow all instructions given, promptly secure allgovernment furnished equipment (GFE) appropriately, and evacuate in an expedient but safemanner. If the POC identified herein for the location is not on-site at the time the notification isprovided to close the post/base, Contractor employee(s) shall notify the POC by phone or notifythe POCs designated representative.
If the decision is made to close the post/base after normal duty hours, the Government’sdesignated representative at the location will notify the Contractor’s designated representativefor that location who, in turn and as necessary and appropriate, will notify the affectedContractor personnel
18.4 MEETINGS AND BRIEFINGS. The Contractor shall attend, participate in andprovide input at scheduled and unscheduled meetings, conferences and briefings that affect PWSfunctions and serve to provide effective communication.
18.5 OFFICE EQUIPMENT FOR USE BY THE CONTRACTOR /ACCESS TOGOVERNMENT SITES.
A. The Contractor and its employees shall be knowledgeable and comply with all DoD,SECNAV, Office of Chief of Naval Operations (OPNAV) and local site instructions, policies andprocedures regarding physical security in the performance of this PWS. The Contractor shallsafeguard all Government property in assigned work areas and secure all Government material inits possession when not under direct physical control of Contractor employees.
B. The Government will provide existing Office Equipment (hardware and software) and
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 17 of 38
FINAL
any additional equipment (hardware and software) requested by Contractor and determinednecessary by the Government for the Contractor to perform tasks in this PWS. The Governmentwill provide the Contractor with access to IT equipment, software, systems and services, andLocal Area Network with internet connectivity during the performance of the services. TheGovernment will be responsible for providing the following:
1. Building and base passes as required to provide access to necessary facilities during normalduty (working) hours.
2. Reasonable use of available office space and equipment to include use of a telephone, FAX,copy machines and a personal computer with word processing and spreadsheet software andemail capability at CNRFC Headquarters.
3. Functional access to N6/Navy marine Corps Internet (NMCI) systems/databases.
4. Access to various spaces to maintain control/accountability of the NMCI inventory.
5. NMCI Network access.
6. NMCI workstation and associated peripherals to support the accomplishments of tasks/dutiesassigned
18.6 CONTRACTOR IDENTIFICATION. Civilian contractor employee personnel shallidentify themselves as contractors by wearing badges and/or other visible identification at alltimes, so their civilian contractor status is clearly known. Contractors must identify themselvesas such in conversations, meetings, over the telephone, via e-mail and other mass media, and ininformal and formal correspondence, and the like.
18.7 EMPLOYEE AND VEHICLE IDENTIFICATION. All Contractor employeesshall obtain and display vehicle passes according to the Pass and Decal Office at the employee’sprimary work location. The Government will issue badges at no charge to all contractedemployees. Each employee shall provide the information requested for an employee badge andvehicle pass. Government issued employee identification badges shall be worn at all times whileon the Government installation. Badges shall be displayed on the contracted employees’ outerclothing, above the waist, and shall be offered for inspection when requested by management,security or police personnel. Lost badges must be reported immediately to the issuing office.The COR will exercise complete control when granting or denying security identificationbadges. The contractor shall be accountable at all times for all security identification badgesissued to its employees.
18.8 UTILITIES. The Government will furnish the necessary utility services required forthe Contractor’s performance under this PWS. Utility services will include water, electric,telephone, gas, sewage, steam, and fuel. The Contractor shall utilize these utility services onlyfor the purpose of providing the support services of this PWS. The Contractor may use suppliedutilities services only for the purposes of this PWS. The Contractor shall not change or alter anyutility service or component.
18.9 TELEPHONE SERVICE. Telephone service, instruments and lines at the base willbe provided for Contractor use at no cost to the Contractor. Government furnished telephonesand telephone lines are to be used for transaction of official business only. All Government
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 18 of 38
FINAL
furnished telephones will be subjected to security monitoring at all times. Contractor shall notifyits employees of the Government’s security monitoring system. The Contractor shall ensure thatclassified information is not discussed over Government supplied telephones and that DD Form2056, Do Not Discuss Classified Information, is affixed to each Government furnishedtelephone. Contractor personnel shall not relocate Government-furnished telephone equipmentor in any way tamper with the telephone distribution system. The Contractor shall contact theCOR when changes/additions are needed for any Government telephones or network lines.
18.10 POLICE AND FIRE PROTECTION. The Government will maintain police andfire protection within the confines of each base facility.
18.11 FACILITY MODIFICATIONS. The Contractor shall submit all requests for facilitymodifications to the COR for approval prior to action. Approved Contractor requestedmodifications shall be completed at the Contractor’s expense. The Contractor shall not performor engage in alterations to the facilities without specific written authorization from the COR. Ifthe requested alterations are necessary for compliance with OSHA, the Government will notunreasonably withhold such permission.
18.12 SYSTEM MAINTENANCE AND TURN-OVER. The Contractor shall ensure thatGovernment furnished IT systems are maintained separately from the Contractor's furnishedcommercial systems, such as its financial management, personnel and other operating systems.The Government’s furnished source programs, databases, operating systems and allmodifications shall remain as Government property. The Contractor shall maintain and protectthe systems and data for the duration of the contract; therefore, at the contract end date theContractor shall return all current source and compiled programs, documentation, and data in auseable format consistent with the manner in which it was originally furnished or modifiedduring the performance period, including any approved Contractor applications with databases.The Contractor shall ensure data is current, complete and readily accessible.
18.13 MANAGEMENT/QUALITY CONTROL PLAN (QCP): The contractor shallensure quality service is maintained to perform services throughout the life of the contract andmethods for improving the overall quality are also employed. Offerors shall therefore prepareand submit a management/quality control plan. The final Government approved plan shall besubmitted within 15 working days of contract start date. The plan shall discuss the Contractor’soverall approach and procedures for evaluating each of the major service areas contained in thePWS, communicating with the Government, resolving deficiencies, identifying potentialimprovements, and managing day to day operations. As part of the management/QCP, thecontractor may conduct internal quality control (QC) inspections. Results of any contractorinternal QC inspections and corrective actions taken shall be made available to the Governmentfor review throughout the performance of this PWS. The Government may periodically requirethe contractor to update/revise the management/QCP to ensure quality service is maintainedthroughout the life of the contract.
19.0 TRANSITION
19.1 TRANSITION PERIOD: The contractor shall still be prepared to assume fullresponsibility for the effort, including full staffing, beginning 15 September 2014 unlessotherwise noted.
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 19 of 38
FINAL
20.0 TECHNICAL POINT OF CONTACT AND INSPECTION AND ACCEPTANCE
The Contracting Officer's Technical Assistants under this Task Order and the person responsiblefor performing inspection and acceptance of the contractor’s performance at the destination) are:
20.1 COR:
Daniel L. Short, CNRFC N75
1915 Forrestal Drive
Norfolk, VA 23551
(757) 322-6634
20.2 ACOR: TBD
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 20 of 38
FINAL
SECTION D PACKAGING AND MARKING
PROHIBITED PACKING/PACKAGING MATERIALS
The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paperand similar hydroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene is prohibited forshipboard use.
All Deliverables shall be packaged and marked IAW Best Commercial Practice.
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 21 of 38
FINAL
SECTION E INSPECTION AND ACCEPTANCE
CLAUSES INCORPORATED BY FULL TEXT
INSPECTION AND ACCEPTANCE (SERVICES) (OCT 1992)
Inspection and acceptance of services to be furnished hereunder shall be made, upon completion of the services,by the COR.
(End of Provision)
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 22 of 38
FINAL
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
8000 9/15/2014 - 9/14/2015
8100 9/15/2015 - 9/14/2016
8200 9/15/2016 - 9/14/2017
8201 9/15/2016 - 9/14/2017
8300 9/15/2017 - 9/14/2018
8400 9/15/2018 - 9/14/2019
9000 9/15/2014 - 9/14/2015
9100 9/15/2015 - 9/14/2016
9200 9/15/2016 - 9/14/2017
9300 9/15/2017 - 9/14/2018
9400 9/15/2018 - 9/14/2019
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following Items are as follows:
8000 9/15/2014 - 9/14/2015
8100 9/15/2015 - 9/14/2016
8200 9/15/2016 - 9/14/2017
8201 9/15/2016 - 9/14/2017
8300 9/15/2017 - 9/14/2018
8400 9/15/2018 - 9/14/2019
9000 9/15/2014 - 9/14/2015
9100 9/15/2015 - 9/14/2016
9200 9/15/2016 - 9/14/2017
9300 9/15/2017 - 9/14/2018
9400 9/15/2018 - 9/14/2019
Services to be performed hereunder will be provided at (insert specific address and building etc.)
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 23 of 38
FINAL
SECTION G CONTRACT ADMINISTRATION DATA
Contracting Officer Representative
Mr. Daniel Short(757) [email protected]
COMMUNICATIONS
(a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel whovisit the Contractor’s facilities or in any other manner communicates with Contractor personnel during theperformance of this contract shall constitute a change under the “Changes” clause of this contract.
(b) The Contractor shall not comply with any order, direction, or request of Government personnel unless it isissued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included aspart of this contract.
(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of thiscontract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely theContracting Officer’s. In the event the contractor effects any change at the direction of any person other than theContracting Officer, the change will be considered to have been made without the authority and no adjustment willbe made in the contract price to cover any increase in charges incurred as a result thereof. The address andtelephone number of the Principal Contracting Officer is:
Michael Capilato FLC Norfolk Contracting, Philadelphia Office 700 Robbins Ave., Bldg 2B Philadelphia, PA 19111-5083 215-697-9676
CLAUSES INCORPORATED BY FULL TEXT
252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THEGOVERNMENT OF A TERRORIST COUNTRY (DEC 2006)
(a) Unless the Government determines that there is a compelling reason to do so, the Contractor shall not enterinto any subcontract in excess of $30,000 with a firm, or a subsidiary of a firm, that is identified in the ExcludedParties List System as being ineligible for the award of Defense contracts or subcontracts because it is owned orcontrolled by the government of a terrorist country.
(b) A corporate officer or a designee of the Contractor shall notify the Contracting Officer, in writing, beforeentering into a subcontract with a party that is identified, on the List of Parties Excluded from FederalProcurement and Nonprocurement Programs, as being ineligible for the award of Defense contracts orsubcontracts because it is owned or controlled by the government of a terrorist country. The notice must includethe name of the proposed subcontractor notwithstanding its inclusion on the List of Parties Excluded From FederalProcurement and Nonprocurement Programs.
(End of clause)
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 24 of 38
FINAL
SECTION H SPECIAL CONTRACT REQUIREMENTS
WAGE DETERMINATION APPLICABLE, SERVICE CONTRACT ACT (NAVSUP FLC N,PHILA) (1992) An attachment hereto sets forth the applicable Service Contract Act WageDetermination issued by the Secretary of Labor. WAGE DETERMINATION APPLICABLE, SERVICE CONTRACT ACT (NAVSUP FLC N,PHILA) (1992)
DoL WD 2005-2543 (Rev. 15) applies. The Contractor will comply with the WageDeterminations as required by the Service Contract Act.
REQUIRED STANDARD OF WORKMANSHIP
Unless otherwise specifically provided in this task order, the quality of all services renderedhereunder shall conform to the highest standards in the relevant profession, trade or field ofendeavor. All services shall be rendered by or supervised directly by individuals fully qualifiedin the relevant profession, trade, or field, and holding any licenses required by law.
NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZESTATUS
For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESSSET-ASIDE, 52.219-3, NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18,NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS, and52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALLBUSINESS SET-ASIDE, the determination of whether a small business concern isindependently owned and operated, not dominant in the field of operation in which it is biddingon Government contracts, and qualified as a small business under the size standards in thissolicitation, and further, meets the definition of a HUBZone small business concern, a smallbusiness concern certified by the SBA for participation in the SBAs 8(a) program, or a servicedisabled veteran-owned small business concern, as applicable, shall be based on the status of saidconcern at the time of award of the SeaPort-e MACs and as further determined in accordancewith Special Contract Requirement H-19.
Department of Navy Contractor Manpower Reporting - NMCARS 5237.102 (90)
The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required forperformance of services provided under this contract for the Office of General Counsel via a secure data collectionsite. The contractor is required to completely fill in all required data fields using the following web addresshttps://doncmra.nmci.navy.mil.
Reporting inputs will be for the labor executed during the period of performance during each Government fiscalyear (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, alldata shall be reported no later than October 31 of each calendar year. Contractors may direct questions to thehelp
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 29 of 38
FINAL
desk, linked at https://doncmra.nmci.navy.mil .
APPOINTMENT OF CONTRACTING OFFICER’S REPRESENTATIVE (FLC DET PHILA) (OCT 1992)
(a) The Contracting Officer hereby designates the following individual as Contracting Officer’s Representative(s)(COR) for this contract:
Mr. Daniel Short1915 Forrestal DriveNorfolk, VA 23551(757) [email protected]
(b) In the absence of the COR named above, all responsibilities and functions assigned to the COR shall be theresponsibility of the alternate COR acting on behalf of the COR. The Contracting Officer hereby appoints thefollowing individual as the alternate COR:
__________________________________________
NAME CODE
__________________________________________
MAIL ADDRESS
__________________________________________
TELEPHONE NUMBER
(c) The COR will act as the Contracting Officer’s representative for technical matters, providing technicaldirection and discussion as necessary with respect to the specification or statement of work, and monitoring theprogress and quality of contractor performance. The COR is not an Administrative Contracting Officer and doesnot have authority to take any action, either directly or indirectly, that would change the pricing, quantity, quality,place of performance, delivery schedule, or any other terms and conditions of the contract (or delivery/task order),or to direct the accomplishment of effort which goes beyond the scope of the statement of work in the contract (ordelivery/task order).
(d) It is emphasized that only a Contracting officer has the authority to modify the terms of the contract,therefore, in no event will any understanding, agreement, modification, change order, or other matter deviatingfrom the terms of the basic contract between the contractor and any other person be effective or binding on theGovernment. When/if, in the opinion of the contractor, an effort outside the existing scope of the contract (ordelivery/task order) is requested, the contractor shall promptly notify the PCO in writing. No action shall be takenby the contractor under such direction unless the PCO or ACO has issued a contractual change or otherwiseresolved the issue.
* To be completed at time of award.
LIABILITY, AUTOMOBILE AND WORKMAN’S COMPENSATION INSURANCE
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 30 of 38
FINAL
The following types of insurance are required in accordance with the clause entitled “INSURANCE-WORK ONA GOVERNMENT INSTALLATION” (FAR 52.228-5) and shall be maintained in the minimum amounts shown:
(1) Comprehensive General Liability: $200,000 per person and $500,000 per accident for bodily injury.
(2) Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000 peraccident for property damage.
(3) Standard Workmen’s compensation and Employer’s Liability Insurance (or, where maritime employment isinvolved, Longshoremen’s and Harbor Worker’s Compensation Insurance) in the minimum amount of $100,000.
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 31 of 38
FINAL
SECTION I CONTRACT CLAUSES
NOTE: ALL THE PROVISIONS AND CLAUSES OF SECTION I OF THE BASIC CONTRACT APPLYTO THIS TASK ORDER (UNLESS OTHERWISE SPECIFIED IN THE TASK ORDER) PLUS THEFOLLOWING
INCORPORATED BY REFERENCE:
FAR 52.222-41 SERVICE CONTRACT ACT OF 1965
FAR 52.222-42, STATEMENT EQUIVALENT RATES FOR FEDERAL HIRES
FAR 52.222-43. FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT - PRICEADJUSTMENT(MULTIPLE YEAR AND OPTION CONTRACTS)
FAR 52.222-47, SERVICE CONTRACT ACT (SCA) MINIMUM WAGES AND FRINGE BENEFITS
FAR 52.222-99, ESTABLISHING A MINIMUM WAGE FOR CONTRACTORS (DEVIATION)
FAR 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICALINFORMATION (NOV 2013)
NAVSUP 5252.204-9400 CONTRACTOR ACCESS TO FEDERAL CONTROLLED FACILITY AND/ORUNCLASSIFIED SENSITIVE INFORMATION OR UNCLASSIFIED IT SYSTEMS
09RA 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2008)
(a) The Government may extend the term of this contract by written notice to the Contractor within 1 day prior tocompletion of the base period; provided that the Government gives the Contractor a preliminary written notice ofits intent to extend at least 1 day before the contract expires. The preliminary notice does not commit theGovernment to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed fiveyears.
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.201-7000, Contracting Officer's Representative
DFARS 252.215-7008 ONLY ONE OFFER (JUN 2012)
(a) The provision at FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data other ThanCertified Cost or Pricing Data, with any alternate included in this solicitation, does not take effect unless the
Contracting Officer notifies the offeror that—
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 32 of 38
FINAL
(1) Only one offer was received; and
(2) Additional cost or pricing data is required in order to determine whether the price is fair and
reasonable or to comply with the statutory requirement for certified cost or pricing data (10 U.S.C. 2306a andFAR 15.403-3).
(b) Upon such notification, the offeror agrees, by submission of its offer, to provide any data requested by the Contracting Officer in accordance with FAR 52.215-20.
(c) If negotiations are conducted, the negotiated price should not exceed the offered price.
(End of provision)
NON-DISCLOSURE AND NON-USE OF INFORMATION AND/OR DATA
(a) Sensitive and/or Proprietary Information and/or Data
In the course of performing this contract, contractor personnel may obtain certain sensitive, non-public informationand/or data. Such information may be provided by the Navy for the purposes of contract performance. Othersuch information may be obtained (indirectly or informally) in the course of working in close proximity toGovernment personnel in the Government workplace. Sensitive, non-public information includes, withoutlimitation, information relating to the Navy’s research, development, products, trade secrets, know-how,contingency plans, budgeting, customers, finances, procurements (including, but not limited to source selectioninformation), pre-deliberative information, personnel, personally identifiable information, and any other relatedinformation without regard for whether such information and/or data would otherwise be deemed secret or routine. Sensitive, non-public information can also include proprietary third party information including but not limited tothe research, development, products, trade secrets, and know-how of other contractors. All such informationand/or data shall be deemed to be “sensitive and/or proprietary,” whether or not designated or marked.
(b) PPBE Documents and Data
Planning, Programming, Budgeting, and Execution (PPBE) documents and data as described in DoD Directive7045.14, “The Planning, Programming, and Budgeting System,” May 22, 1984, Change 1, July 28, 1990 andDeputy Secretary of Defense Memorandum, “Control of Planning, Programming, Budgeting, and Execution(PPBE) Documents and Information,” 27 March 2004) obtained, received, or learned by the Contractor and/or itspersonnel and/or subcontractors as a result of performance of this contract shall be deemed to be “sensitive”and/or “proprietary” whether or not such data is so designated or marked. The Contractor and its personnel andsubcontractors who obtain, receive, or learn of PPBE documents and data in the course of performance of thiscontract shall restrict its access to the minimum number of contractor personnel or subcontractors necessary forperformance of this contract. No one who prepares offers, proposals, bids, and/or quotations for Governmentand/or non-Government procurements shall be provided access to PPBE documents or data. The Contractor shallensure that each of its personnel and subcontractors who obtains, receives, or gains knowledge of such informationand/or data as a result of performance of this contract understands and complies with this “Non-Disclosure andNon-Use of Information and/or Data” provision.
(c) Non-Disclosure of Information and/or data
The Contractor and its personnel and subcontractors shall disclose sensitive and/or proprietary information and/ordata obtained, received, or learned as a result of performance of this contract only to Contractor personnel directlyperforming under this contract and to United States Department of Defense personnel to whom disclosure of suchsensitive and/or proprietary information and/or data is required in performance of this contract. The Contractorand its personnel and subcontractors shall not disclose such information and/or data to anyone who preparesoffers, proposals, bids, and/or quotations for Government and/or non Government procurements. The Contractorand its personnel and subcontractors shall take all steps necessary to prevent disclosure of such sensitive and/or
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 33 of 38
FINAL
proprietary information and/or data except as specifically permitted herein.
(d) Non-Use of Information and/or Data
The Contractor and its personnel and subcontractors shall use sensitive and/or proprietary information and/or dataobtained, received, or learned as a result of performance of this contract, whether in paper or electronic format orreceived orally, only in direct performance of this contract and for no other purpose. The Contractor and itspersonnel and subcontractors shall not use or consider such information and/or data in the preparation of any offer,proposal, bid, and/or quotation for any Government and/or non Government procurement. The Contractor and itspersonnel and subcontractors shall take all steps necessary to prevent use of such information and/or data exceptas specifically permitted herein. Contractor employees shall not disclose such information and/or data to personsother than United States Department of Defense personnel and to other contractor personnel on a need-to-knowbasis for performance of the contract, except as otherwise approved by the Contracting Officer in writing, andunless required by court order or applicable law, or unless necessary to conduct a judicial or administrativeinquiry.
(e) Non-Disclosure/Non-Use Agreements
(1) Before any of the Contractor’s personnel or the personnel of any tier subcontractor becomes involved inperformance of this contract, the Contractor shall obtain a non-disclosure/non-use agreement signed by thatperson. The non-disclosure/non-use agreement shall state that:
(A) He/she shall disclose sensitive and/or proprietary information and/or data obtained, received, or learnedby him/her as a result of performance of this contract only to contractor personnel directly performing under thiscontract and to United States Department of Defense personnel to whom disclosure of such data is required inperformance of this contract.
(B) He/she shall not disclose sensitive and/or proprietary information and/or data obtained, received, orlearned as a result of performance of this contract to anyone who prepares offers, proposals, bids, and/orquotations for Government and/or non Government procurements.
(C) He/she shall use sensitive and/or proprietary information and/or data obtained, received, or learned as aresult of performance of this contract only in direct performance of this contract and for no other purpose.
(D) He/she shall not use or consider sensitive and/or proprietary information and/or data obtained, received,or learned as a result of performance of this contract in the preparation of any offer, proposal, bid, and/orquotation for any Government and/or non Government procurement.
(2) Any access by contractor personnel or the personnel of any tier subcontractor to the Navy’s Program BudgetInformation System (PBIS) requires specific authorization. Such access will only be provided when necessary forperformance of the contract’s requirements. A separate “PBIS Data Access Certificate of Nondisclosure” must be
signed and provided to the designated PBIS administrator before such access will be authorized.
(3) In the event that the Contractor, its personnel, and or subcontractors will obtain, receive, or learn sensitiveand/or proprietary information and/or data of other entities as a result of performance of this contract, theContractor shall execute a non-disclosure/non-use agreement with each such entity prior to having access to thesensitive and/or proprietary information and/or data provided by the entity.
(f) Requirement to Disclose Sensitive and/or Proprietary Information and/or data
If the Contractor, its personnel and/or is subcontractors receive a court order requiring disclosure of informationand/or data obtained, received, or learned as a result of performance of this contract or if the Contractor believesdisclosure of such information and/or data is otherwise required by law or regulation, the Contractor shall contactthe Contracting Officer immediately and fully inform the Contracting Officer of the court order or otherrequirement prior to any disclosure of information and/or data.
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 34 of 38
FINAL
(g) Exception
This “Non-Disclosure and Non-Use of Information and/or Data” provision does not apply to information and/ordata that (i) Contractor knew before the Navy disclosed it; (ii) has become publicly known through no wrongfulact of Contractor; or (iii) the Contractor developed independently, as evidenced by appropriate documentation. The Contractor shall be responsible for ensuring that all contractor personnel who obtain such data/informationunderstand and abide by the terms of this provision.
(h) Government Remedy
Any violation of the terms of this “Non-Disclosure and Non-Use of Information and/or Data” provision is amaterial and substantial breach of this contract, and the Government may, in addition to any other remedyavailable, terminate this contract, or any part thereof, for cause or default. Noncompliance with the“Non-Disclosure and Non-Use of Information and/or Data” provision may also adversely affect the Contractor'spast performance rating for consideration under future acquisitions.
(i) Non-disclosure/Non-Use Agreements
The Contractor shall maintain all non-disclosure and non-use of data agreements required by this clause and shallmake such agreements available for immediate inspection by the Contracting Officer or the Contracting Officer’sdesignated representative.
(j) Disposal of Documents
Upon completion of the tasks assigned or termination of the contract, or upon demand, whichever is earliest, thecontractor shall return any and all documents containing sensitive and/or proprietary information and/or data(including any copies or reproductions thereof) in its possession or control.
Note: The subcontractors shall comply with and be bound by the “Non-Disclosure and Non-Use of Data”clause. The contractor shall ensure that this clause flows down to any subcontracts/agreements withsubcontractors performing under this task order.
(END OF CLAUSE)
252.239-7017 NOTICE OF SUPPLY CHAIN RISK (NOV 2013)
(a) Definition. Supply chain risk, as used in this provision, means the risk that an adversary may sabotage,maliciously introduce unwanted function, or otherwise subvert the design, integrity, manufacturing, production,distribution, installation, operation, or maintenance of a national security system (as that term is definedat 44 U.S.C. 3542(b)) so as to surveil, deny, disrupt, or otherwise degrade the function, use, or operation of suchsystem.
(b) In order to manage supply chain risk, the Government may use the authorities provided by section 806 ofPublic Law 111-383. In exercising these authorities, the Government may consider information, public andnon-public, including all-source intelligence, relating to an offeror and its supply chain.
(c) If the Government exercises the authority provided in section 806 of Pub. L. 111-383 to limit disclosure ofinformation, no action undertaken by the Government under such authority shall be subject to review in a bidprotest before the Government Accountability Office or in any Federal court.
(End of provision)
52.204-2 SECURITY REQUIREMENTS (AUG 1996)
(a) This clause applies to the extent that this contract involves access to information classified "Confidential,""Secret," or "Top Secret."
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 35 of 38
FINAL
(b) The Contractor shall comply with (1) the Security Agreement (DD Form 441), including the NationalIndustrial Security Program Operating Manual (DOD 5220.22-M); and (2) any revisions to that manual, notice ofwhich has been furnished to the Contractor.
(c) If, subsequent to the date of this contract, the security classification or security requirements under this contractare changed by the Government and if the changes cause an increase or decrease in security costs or otherwiseaffect any other term or condition of this contract, the contract shall be subject to an equitable adjustment as if thechanges were directed under the Changes clause of this contract.
(d) The Contractor agrees to insert terms that conform substantially to the language of this clause, including thisparagraph (d) but excluding any reference to the Changes clause of this contract, in all subcontracts under thiscontract that involve access to classified information.
(End of clause)
252.223-7004 DRUG-FREE WORK FORCE (SEP 1988)
(a) Definitions.
(1) "Employee in a sensitive position," as used in this clause, means an employee who has been granted accessto classified information; or employees in other positions that the Contractor determines involve national security;health or safety, or functions other than the foregoing requiring a high degree of trust and confidence.
(2) "Illegal drugs," as used in this clause, means controlled substances included in Schedules I and II, asdefined by section 802(6) of title 21 of the United States Code, the possession of which is unlawful under chapter13 of that Title. The term "illegal drugs" does not mean the use of a controlled substance pursuant to a validprescription or other uses authorized by law.
(b) The Contractor agrees to institute and maintain a program for achieving the objective of a drug-free workforce. While this clause defines criteria for such a program, contractors are encouraged to implement alternativeapproaches comparable to the criteria in paragraph (c) that are designed to achieve the objectives of this clause.
(c) Contractor programs shall include the following, or appropriate alternatives:
(1) Employee assistance programs emphasizing high level direction, education, counseling, rehabilitation, andcoordination with available community resources;
(2) Supervisory training to assist in identifying and addressing illegal drug use by Contractor employees;
(3) Provision for self-referrals as well as supervisory referrals to treatment with maximum respect for individualconfidentiality consistent with safety and security issues;
(4) Provision for identifying illegal drug users, including testing on a controlled and carefully monitored basis. Employee drug testing programs shall be established taking account of the following:
(i) The Contractor shall establish a program that provides for testing for the use of illegal drugs byemployees in sensitive positions. The extent of and criteria for such testing shall be determined by the Contractorbased on considerations that include the nature of the work being performed under the contract, the employee'sduties, and efficient use of Contractor resources, and the risks to health, safety, or national security that couldresult from the failure of an employee adequately to discharge his or her position.
(ii) In addition, the Contractor may establish a program for employee drug testing--
(A) When there is a reasonable suspicion that an employee uses illegal drugs; or
(B) When an employees has been involved in an accident or unsafe practice;
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 36 of 38
FINAL
(C) As part of or as a follow-up to counseling or rehabilitation for illegal drug use;
(D) As part of a voluntary employee drug testing program.
(iii) The Contractor may establish a program to test applicants for employment for illegal drug use.
(iv) For the purpose of administering this clause, testing for illegal drugs may be limited to thosesubstances for which testing is prescribed by section 2..1 of subpart B of the "Mandatory Guidelines for FederalWorkplace Drug Testing Programs" (53 FR 11980 (April 11, 1988), issued by the Department of Health andHuman Services.
(d) Contractors shall adopt appropriate personnel procedures to deal with employees who are found to be usingdrugs illegally. Contractors shall not allow any employee to remain on duty or perform in a sensitive positionwho is found to use illegal drugs until such times as the Contractor, in accordance with procedures established bythe Contractor, determines that the employee may perform in such a position.
(e) The provisions of this clause pertaining to drug testing program shall not apply to the extent that areinconsistent with state or local law, or with an existing collective bargaining agreement; provided that with respectto the latter, the Contractor agrees those issues that are in conflict will be a subject of negotiation at the nextcollective bargaining session.
(End of clause)
ALLOWABILITY OF MATERIAL AND GENERAL BUSINESS EXPENSES
As used in this clause, the term “material” includes supplies, equipment, hardware, automatic data processingequipment, and software. This is a services contract, and the procurement of material of any kind, other than thatincidental to, and necessary for the furnishing of the required services is not authorized and will not be consideredan allowable cost under the contract. No such material of any kind may be procured without the prior writtenapproval of the contracting officer.
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 37 of 38
FINAL
SECTION J LIST OF ATTACHMENTS
Corporate Experience and Past Performance Information Form
DD254
Wage Determina on Number 05-2543 Rev (18)
Wage Determina on No. 2015-4341, Revision No. 2
Wage Determination No. 2015-4341, Revision No. 5
Wage Determination No. 2015-4341, Revision No. 10
CONTRACT NO. N00178-04-D-4107
DELIVERY ORDER NO. N00178-04-D-4107-EX01
AMENDMENT/MODIFICATION NO. 09
PAGE 38 of 38
FINAL