7. ADMINISTERED BY CODE DCMA SAN DIEGO C€¦ · · NAVSUP P-485 Volume III Naval Supply Procedures...

31
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 03 30-Apr-2018 R5532118RCE1W02 N/A 6. ISSUED BY CODE N00244 7. ADMINISTERED BY (If other than Item 6) CODE S0514A NAVSUP FLC San Diego, Code 200 3985 Cummings Road San Diego CA 92136-4200 [email protected] 619-556-6198 DCMA SAN DIEGO 9174 Sky Park Court, Suite 100 SAN DIEGO CA 92123-4353 SCD: C 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. R3 Strategic Support Group 1050 B Avenue, Suite A Coronado CA 92118 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-11-D-6661-NW01 10B. DATED (SEE ITEM 13) CAGE CODE 4WRF7 FACILITY CODE 30-Apr-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. [ ] [ ] 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) FAR 52.217-9 Option to Extend the Term of the Contract 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) Brian W ODonnell, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Brian W ODonnell 05-Apr-2018 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2

Transcript of 7. ADMINISTERED BY CODE DCMA SAN DIEGO C€¦ · · NAVSUP P-485 Volume III Naval Supply Procedures...

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

03 30-Apr-2018 R5532118RCE1W02 N/A6.  ISSUED BY CODE N00244 7.  ADMINISTERED BY (If other than Item 6) CODE S0514A

NAVSUP FLC San Diego, Code 200

3985 Cummings Road

San Diego CA 92136-4200

[email protected] 619-556-6198

 

DCMA SAN DIEGO

9174 Sky Park Court, Suite 100

SAN DIEGO CA 92123-4353

 

SCD: C

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

R3 Strategic Support Group    1050 B Avenue, Suite A    Coronado CA 92118   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-11-D-6661-NW01

    10B.  DATED (SEE ITEM 13)

CAGECODE

4WRF7 FACILITY CODE   30-Apr-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 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)FAR 52.217-9 Option to Extend the Term of the Contract

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)

      Brian W ODonnell, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Brian W ODonnell 05-Apr-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 2

GENERAL INFORMATION

The purpose of this modification is to: 1) exercise and fully fund Option Period 2 CLIN 8300 POP 30 April 2018-29 April 2019; 2) incorporate Wage Determination No. 2015-5635 Revision No. 8; 3) Change the Task OrderNegotiator; and 4) Change WAWF Acceptor and Certifier.

Accordingly, said Task Order is modified as follows:

1) Option period 2 is hereby exercised with full funding;

2) Wage Determination No. 2015-5635 Revision No. 8 incorporated herein.

3) Task Order Negotiator is changed from Isabelito M. Cabana to Angel PinaHardin, 619-556-619-,Angelina.pinahardin@navy mil.

4) Change the WAWF acceptor and certifier in Section G Contract Administration

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 ($)

8300 O&MN,N 0.00

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

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

8300 0.00

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 2 of 2

 FINAL 

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For FFP Items:

Item PSC Supplies/Services Qty UnitUnitPrice

Total Price

8100 R699 Armory Administrative and Logistics Support atExplosive Ordnance Expeditionary Support Unit One(EODESU ONE) and Explosive Ordnance Disposal GroupONE (EODGRU ONE) - SEE PWS. Base Period (O&MN,N)

12.0 MO

8200 R699 Armory Administrative and Logistics Support atExplosive Ordnance Expeditionary Support Unit One(EODESU ONE) and Explosive Ordnance Disposal GroupONE (EODGRU ONE) - SEE PWS. Option Period 1(O&MN,N)

12.0 MO

8300 R699 Armory Administrative and Logistics Support atExplosive Ordnance Expeditionary Support Unit One(EODESU ONE) and Explosive Ordnance Disposal GroupONE (EODGRU ONE) - SEE PWS. Option Period 2(O&MN,N) (O&MN,N)

12.0 MO

8400 R699 Armory Administrative and Logistics Support atExplosive Ordnance Expeditionary Support Unit One(EODESU ONE) and Explosive Ordnance Disposal GroupONE (EODGRU ONE) - SEE PWS. Option Period 3(O&MN,N)

12.0 MO

Option

8500 R699 Armory Administrative and Logistics Support atExplosive Ordnance Expeditionary Support Unit One(EODESU ONE) and Explosive Ordnance Disposal GroupONE (EODGRU ONE) - SEE PWS. Option Period 4(O&MN,N)

12.0 MO

Option

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 1 of 29

 FINAL 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

Performance Work Statement (PWS)Armory Administrative and Logistics Support Services In Support of

Explosive Ordnance Expeditionary Support Unit One (EODESU ONE)/Explosive Ordnance Disposal Group One (EODGRU ONE)

NAB Coronado, San Diego, CA 1.0   GENERAL/SCOPE:  The contractor shall provide Non-personal data entry support and Ammunition andExplosive Armory Management subject matter expert insight. This service is required for administrative andlogistics supply support at Explosive Ordnance Expeditionary Support Unit One (EODESU ONE) and ExplosiveOrdnance Disposal Group ONE (EODGRU ONE).2.0    ACRONYMS AND ABBREVIATIONS: AA&E Arms, Ammunition, & ExplosivesAIS Automated Information SystemBUPERS Bureau of PersonnelCFR Code of Federal RegulationsCONUS Continental United StatesCOR Contracting Officer’s RepresentativeDD Defense DepartmentDFAS Defense Finance and Accounting ServiceDFWP Drug Free Work PlaceDGR Designated Government RepresentativeDISCO Defense Industrial Security Clearance OfficeDoD Department of DefenseDODAAC Department of Defense Activity Address CodeDON Department of the NavyDONCAF Department of the Navy Central Adjudication FacilityEDA Electronic Data AcceptanceEODESU Explosive Ordnance Expeditionary Support UnitEODGRU-1 Explosive Ordnance Group OneeQIP Electronic Questionnaires for Investigations ProcessingFAR Federal Acquisition RegulationFSO Facility Security OfficerIAW In accordance withICO Installation Commanding OfficerJPAS Joint Personnel Adjudication SystemKO Contracting OfficerLPO Local Processing OfficeNAC National Agency CheckNACLC National Agency Check with Local Agency and Credit ChecksNACI National Agency Check with InquiriesNAVOSH Navy Occupational Safety and HealthNCEA Non-combat expenditure allocationsNSN National Stock NumberOCONUS Outside Continental United StatesOIS Ordnance Information SystemODC Other Direct ChargesOSHA Occupational Safety Health AssociationOPM Office of Personnel ManagementOPNAV Office of the Chief of Naval OperationsOT Overtime

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 2 of 29

 FINAL 

UXO Unexploded OrdnancePOV Privately Owned VehiclePII Personally Identifiable InformationPPE Personal Protective EquipmentPSQ Personal Security QuestionnaireQA Quality AssuranceSAAR-N System Authorization Access Request NavySECNAV Secretary of the NavyU.S.C. United States CodeUSCIS U.S. Citizenship and Immigration ServicesWAWF Wide Area Work Flow 3.0    APPLICABLE DIRECTIVES:  Contractor shall comply with all applicable Department of Defense (DOD)safety security regulations and procedures during the performance of this task order for EODESU ONE andEODGRU ONE, NAB Coronado San Diego, California. ·         NAVSUP P-485 Volume III – Naval Supply Procedures Volume III, Ashore·         DODD 6055.9.STD - DoD Ammunition and Explosives Safety Standards·         DODD 6055.9E - Explosives Safety Management and the DoD Explosives Safety Board·         OPNAVINST 8020.14 - US Navy Explosives, Safety Policies Requirements, and Procedures Reference·         OPNAVINST 8026.2B – Navy Munitions Disposition Policy·         OPNAVINST 8027.1G – Interservice Responsibilities for Explosive Ordnance Disposal·         OPNAVINST 5100.23, Navy Occupational Safety and Health Program Manual·         OPNAVINST 3120.32C – Standard Operation and Regulations of U.S. Navy·         COMNECCINST 4400.1A - Commander Navy Expeditionary Combat Command·         NAVSUP P-485, Naval Supply Procedures Afloat·         NAVSUP P-538, Management of Materials Handling Equipment (MHE)·         SECNAVINST 5100.10J – Department of the Navy Policy for Safety, Mishap Prevention, Occupational·         Health and Fire Protection Programs Note:  Federal DOD, Navy, and local regulations, policies, standard, and precedents provide general guidance, butdo not specify the approach to follow to accomplish the work. Considerable judgment is required in relatingguidelines to the development of solutions to problems. 4.0    PERFORMANCE REQUIREMENTS: 4.1    The contractor shall provide support described herein to assure effective and efficient operation supportservices.  Contractor will provide administrative and logistics supply support services to EODESU ONE andEODGRU ONE during the period of performance.  Contractor shall provide services to include: data entry forammunition and explosive ordnance inventory, subject matter expert recommendations to allocate munitionsbetween multiple units/detachments and informing EODGROUP ONE and subordinate commands of proper safetyand security practices. Ammunition & Explosive (A&E) a.       The contractor shall provide daily recommendations for safe stowage of munitions. Contractor shall alsogive daily recommendations for proper security of stowed munitions. There are approximately 36 different typesof munitions with associated cartridges that EODESU ONE manages. b.       The contractor shall prepare proper documentation for ammunition and weapons shipments daily i.e. DDForm 1348. The contractor will inform the military of best practices when packaging weapons shipments that arein accordance with established safety procedures and instructions including DOD 6055.9E, 6055.9.STD,OPNAVINST 8020.14, OPNAVINST 8026.2B, OPNAVINST 8027.1G.

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 3 of 29

 FINAL 

 c.        The contractor shall view all EODGROUP ONE Unit NCEA allowances daily and providerecommendations on how to effectively and efficiently allocate ammunitions, weapons, and explosives betweenunits/detachments to support missions and training. NCEA allowances include 10 units/detachments. d.       Using historical data of previous year’s stock levels, the contractor shall view the stock levels ofammunition and explosives daily and inform COR of current stock levels. The contractor will inform COR whenlevels are below or will become lower than the average using the historical inventory data provided by themilitary. Stock levels of all units/detachments supported by EODGROUP ONE shall be in compliance with annualrequirements for training and local sustainment. Contractor shall provide recommendations to the military ofordnances requiring ordering including the quantities. e.        There are approximately 60 exercises per year whereby munitions are expended. The lead time for allweapons and ammunition orders is 45 days. Some exceptions to the 45 day lead time mission requirements mayarise which would force units/detachments to order weapons and ammunition within the lead time. The contractorshall report all ammunition transactions as required by the NAVSUP P-724 within 24 hours of the completion ofevery evolution or exercise. After Action Report will be generated by the contractor and submitted to TYCOM.Contractor will review ammunition orders from units/detachments and will inform COR of compatibility issuesand provide subject matter expert recommendation for corrective actions. f.        Contractor will accompany military personnel approximately three (3) times per month to offsite locationsto inventory ordnance. Military personnel will count the ordnance and the contractor will verify counts are correctusing the information populated by OIS-R/W and other excel spreadsheets which capture the inventory levels. g.        Contractor will receive ammunitions and explosives. Contractor will input updated inventory quantitiesinto the OIS system to account for used/expended ammunitions and explosives. Contractor will distributeammunitions and explosives by processing DD1348 to requiring commands. Contractor will realign ammunitionsand explosives from one command to another via DD1348.  Based on guidance from the COR, contractor makepreparations for disposal of ammunitions and explosives by processing DD1348 for reshipment to the originatingcommand or issue to another command for final disposal.  The primary location of inventory and processing is atNaval Munitions Command, Detachment Naval Air Station North Island. 4.2    MEETINGS AND BRIEFING: a.       Contractor will be available for ISIC monthly meetings and attend monthly Planning Board for Training(PB4T). Contractor will provide expenditure data, inventory levels, and projections based on future exercises andtraining. b.       Monthly Meetings: The contractor shall meet with the designated government representative (DGR), andthe Government Quality Assurance Evaluator (QAE) on a monthly basis to review contract performance. Meetingsshall include review and analyses of key process indicators, analyses of process deficiencies, and problemresolution. At these meetings, the DGR and the contractor will discuss the contractor’s performance as viewed bythe Government and problems, if any, being experienced. The contractor shall take appropriate action to resolveoutstanding issues. A mutual effort shall be made by the contractor and DGR/COR to resolve any and allproblems identified. c.        Management and Administration: The Contracting Officer (KO) has ultimate authority for administrationof this contract. The KO may delegate authority through various appointed representatives, including, but notlimited to, the COR, technical assistants, one or more technical monitors, and other Government representativesassociated with specific functions. 5.0    PERFORMANCE REQUIREMENTS STANDARD: 

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 4 of 29

 FINAL 

TASKPerformance

ObjectivePerformance

StandardsFrequency

AcceptableQuality level

(AQL

SurveillanceMethod

4.1Maintain Non-CombatExpenditure Allocation

Adhere torequirements

specifiedin paragraphs 4.1 of

the PWS

Continual 95% adherence

RandomInspection

and/or CustomerSurveys and

Feedback

4.1Maintain Physical

Ordnance Inventory

Adhere torequirements

specifiedin paragraphs 4.1 of

the PWS

Continual 100% adherence

RandomInspection

and/or CustomerSurveys and

Feedback 6.0    DELIVERABLE REQUIREMENTS: a.       The contractor shall maintain Non-Combat Expenditure Allocation Expenditure (NCEA) Reports on amonthly basis. b.       The contractor shall provide monthly and annually OIS Reports. 7.0    DATA RIGHTS: In accordance with the data rights clauses, all data or software deliverables are to be prepared at Governmentexpense using Government data and are therefore subject to unlimited or unrestricted rights. The Government willretain care, custody, and control of all records associated with contractor performance and/or deliverables. Thecontractor shall not duplicate, destroy, distribute, or retain any data/software provided, maintained, developed, ordelivered under this contract without the express and written permission of the contracting officer. As stated, norestrictive or limited rights legends are likely to be affixed to these documents in accordance with this paragraphand the data rights clauses set forth in DFARS 252.227-7013, incorporated by reference herein. 8.0    GUIDELINES AND RESPONSIBILITY: Contractor shall comply with all applicable DOD safety, security regulations and procedures during theperformance of this task order for EODESU ONE, San Diego, California. Federal, DOD, Navy, and local regulations, policies, standard, and precedents provide general guidance, but do notspecify the approach to follow to accomplish the work. When guidelines are lacking, employee must generate newor improved methods to be tested, which may provide a basis for future guidelines. Considerable judgment isrequired in relating guidelines to the development of solutions to problems. 9.0     PERIOD OF PERFORMANCE: 

BASE:                    30 April 2016 – 29 April 2017Option 1:               30 April 2017 – 29 April 2018Option 2:               30 April 2018 – 29 April 2019Option 3:               30 April 2019 – 29 April 2020Option 4:               30 April 2020 – 29 April 2021

 10.0 WORK HOURS:  The work place will normally be available to the contractor from 0700 to 1630 Mondaythrough Friday except for federal holidays. Contractor personnel’s work day may conform to the government‘swork hours and to ensure tasks described in the PWS are performed and completed.

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 5 of 29

 FINAL 

 11.0 PLACE OF PERFORMANCE: EODESU ONENaval Amphibious Base, Bldg. 327Coronado, San Diego, CA. 92155. EODGRU ONENaval Amphibious Base, Bldg. 156Coronado, San Diego, CA. 92155. 12.0 WORK ENVIRONMENT AND PHYSICAL DEMANDS:  Work is normally performed in an office,inside and outside the building environment. Includes working individually at work station, in group meetings, andin conjunction with other employees at their work stations. Some walking, standing, stair climbing, bending; longperiods of sitting and typing at the computer and while assisting customers in person or via the telephone.Contractor will be subjected to emotional stress during peak workload periods, complicated problems where tact,diplomacy, and resolution of self-control are mandatory.  The contractor must be able to pick up items notexceeding 50 lbs. which may take the form of office supplies, reports, and office equipment. 13.0 TRAVEL: No government funded travel is anticipated under this tasking. The use of government vehicles isrequired to transport supplies and support armory services on base and to other bases located in San Diego,California. Prior authorization for use of government vehicles is designated to the Customer/Unit Command. Thecontractor shall not remove any government-furnished equipment or supplies from the worksite without theexpress written permission of the Contracting Officer's Technical Representative or his/her designatedrepresentative. 14.0 GOVERNMENT PROPERTY FURNISHED:  The work under this contract is located at a Governmentsite or installation. In accordance with DFARS PGI 245.102-70(2) property that is incidental to the place ofperformance; such as when the contract requires contractor personnel to be located on a Government site orinstallation where the use of Government-provided office space and equipment, e.g., chairs, telephones, andcomputers, is standard practice will be made available and used by contractor personnel. The contractor shallmaintain the assigned office space(s) in a neat and orderly manner. Contractor shall only use Government provided items to accomplish the tasks required under this contract.Personal or company use of phones, utilities, computers, printers, copiers, etc., not directly related to requiredservices is strictly prohibited. Contractor shall not remove any Government provided items from the worksitewithout the express written permission of the Contracting Officer's Representative or his/her designatedrepresentative. 15.0 CONTRACTOR FURNISHED MATERIAL: None 16.0 SECURITY REQUIREMENTS:  Work under this task order is classified and the contractor shall have aSECRET CLEARANCE (DD254 Form Attached). The contractor shall comply with all applicable DOD securityregulations and procedures during the performance of this task order. Contractor shall not disclose and mustsafeguard procurement sensitive information, computer systems and data, privacy act data, and governmentpersonnel work products that are obtained or generated in the performance of this task order. Contractor will berequired to provide clearances for personnel requiring access to government computers and workstations. NationalAgency Check with Local Agency Check and Credit Check (NACLC). An NACLC is required for a SECRET andCONFIDENTIAL PCLs. Investigative requests shall be made using the electronic version of the SF86. Each contractor employee shall have a favorably adjudicated National Agency Check with Local Agency andCredit Checks (NACLC). If contractor personnel currently have a favorably adjudicated NACLC the contractorwill notify the Security Manager of the command they shall visit utilizing OPNAV 5521/27 Visit Request form or

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 6 of 29

 FINAL 

a visit request via JPAS. The visit request will be renewed annually or for the duration of the contract if less thanone year. The NACLC is processed through the command Security Manager when a facility security officer (FSO)is not present. The NACLC will be processed through the use of the Electronic Questionnaires for InvestigationsProcessing (e-QIP). Please note: Applicants can only access the e-QIP system if they have been instructed to do soby an appropriate official at sponsoring agency. Individuals cannot pre-apply for a security clearance, nor updatetheir security questionnaire, unless granted access by an appropriate agency official. Investigative requirements for DON contractor personnel requiring access to classified information are managedunder the National Industrial Security Program (NISP). Requests for investigation of contractor personnel forsecurity clearance eligibility are processed by the OPM and adjudicated by Defense Industrial Security ClearanceOffice (DISCO). When SCI access is at issue, the DONCAF is the adjudicative authority for all DON contractorpersonnel requiring SCI access eligibility. The e-QIP software can be accessed at the Office of Personnel Management (OPM) website http://www.opm.gov/e-qip/index.asp or http://www.dss mil the contractor should provide the completed SF-86 to the CommandSecurity Manager along with the original signed release statements and two applicant fingerprint cards (FD 258) ifrequired. Applicants can obtain an SF-86 by visiting the Office of Personnel Management (OPM) website locatedat: http://www.opm.gov/forms/html/sf.asp. The responsibility for providing the fingerprint cards rests with thecontractor. The Security Manager will review the form for completeness, accuracy and suitability issues. Determinations are the sole prerogative of the commanding officer of the sponsor activity in cases wherederogatory information is uncovered. If the commanding officer determines, upon review of the investigation, thatallowing a person to perform certain duties or access to certain areas, would pose an unacceptable risk, thatdecision is final. No due process procedures are required. The contractor employee shall take all lawful steps available to ensure that information provided or generatedpursuant to this arrangement is protected from further disclosure unless the agency provides written consent tosuch disclosure. Security clearance requirements are defined in DD-254 of the basic contract Procedures for Completing the Electronic Version of the SF 86. The electronic version of the SF 86 shall becompleted jointly by the employee and the FSO or an equivalent contractor employee(s) who has (have) beenspecifically designated by the contractor to review an employee’s SF 86. a.       The FSO or designee shall inform the employee that the SF 86 is subject to review and shall review theapplication solely to determine its adequacy and to ensure that necessary information has not been omitted. The b.       FSO or designee shall provide the employee with written notification that review of the information is foradequacy and completeness, information will be used for no other purpose within the company, and that theinformation provided by the employee is protected by reference (m). The FSO or designee shall not shareinformation from the employee’s SF 86 within the company and shall not use the information for any purposeother than determining the adequacy and completeness of the SF 86. c.        The FSO or designee shall ensure that the applicant’s fingerprints are authentic, legible, and complete toavoid subsequent clearance processing delays. The FSO or designee shall retain an original, signed copy of the SF86, the Authorization for Release of Information and Records, and Authorization for Release of MedicalInformation until the clearance process has been completed. The FSO or designee shall maintain the retaineddocumentation in such a manner that the confidentiality of the documents is preserved and protected againstaccess by anyone within the company other than the FSO or designee. When the applicant’s eligibility for accessto classified information has been granted or denied, the retained documentation shall be destroyed. Pre-employment Clearance Action: If access to classified information is required by a potential employeeimmediately upon commencement of their employment, a PCL application may be submitted to the CSA by thecontractor prior to the date of employment provided a written commitment for employment has been made by the

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 7 of 29

 FINAL 

contractor, and the candidate has accepted the offer in writing. The commitment for employment will indicate thatemployment shall commence within 30 days of the granting of eligibility for a PCL. Verification of U.S. Citizenship: The contractor shall require each applicant for a PCL who claims U.S.Citizenshipto produce evidence of citizenship. Contractors who are not U.S. citizens or are dual citizens with another countrywill not be eligible for employment. Acceptable Proof of Citizenship: a.       For individuals born in the United States, a birth certificate is the primary and preferred means ofcitizenship verification. Acceptable certificates must show that the birth record was filed shortly after birth and itmust be certified with the registrar's signature. It must bear the raised, impressed, or multicolored seal of theregistrar's office. The only exception is if a State or other jurisdiction does not issue such seals as a matter ofpolicy. Uncertified copies of birth certificates are not acceptable. A delayed birth certificate is one created when arecord was filed more than one year after the date of birth. Such a certificate is acceptable if it shows that thereport of birth was supported by acceptable secondary evidence of birth. Secondary evidence may include:baptismal or circumcision certificates, hospital birth records, or affidavits of persons having personal knowledgeabout the facts of birth. Other documentary evidence can be early census, school, or family bible records,newspaper files, or insurance papers. All documents submitted as evidence of birth in the U.S. shall be original orcertified documents. b.       If the individual claims citizenship by naturalization, a certificate of naturalization is acceptable proof ofcitizenship. c.        If citizenship was acquired by birth abroad to a U.S. citizen parent or parents, the following are acceptableevidence: 1.        A Certificate of Citizenship issued by the Department of Homeland Security, U.S. Citizenship and 2.       Immigration Services (USCIS) or its predecessor organization. 3.        A Report of Birth Abroad of a Citizen of the United States of America 4.        A Certificate of Birth. d.       A passport, current or expired, is acceptable proof of citizenship. e.       A Record of Military Processing-Armed Forces of the United States (DD Form 1966) is acceptable proof ofcitizenship, provided it reflects U.S. citizenship. 17.0  MANAGEMENT / QUALITY CONTROL PLAN:  The contractor shall ensure quality service ismaintained to perform services throughout the life of the contract and methods for improving the overall qualityare also employed. Contractors shall therefore prepare and submit a management/quality control plan. The planshall discuss the Contractor’s overall approach and procedures for evaluating each of the major service areascontained in the PWS, communicating with the Government, resolving deficiencies, identifying potentialimprovements, and managing day to day operations. As part of the management/QCP, the contractor may conductinternal QC inspections. Results of any contractor internal QC inspections and corrective actions taken shall bemade available to the Government for review throughout the performance of this PWS. The Government mayperiodically require the contractor to update/revise the management/QCP to ensure quality service is maintainedthroughout the life of the contract. 18.0 NON-PERSONAL SERVICE STATEMENT:  Contractor employees performing services under this orderwill be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 8 of 29

 FINAL 

management shall ensure that employees properly comply with the performance work standards outlined in thestatement of work. Contractor employees shall perform their duties independent of, and without the supervision of,any Government official or other Defense Contractor. The tasks, duties, and responsibilities set forth in the taskorder may not be interpreted or implemented in any manner that results in any contractor employee creating ormodifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the workof 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). The Government willcontrol access to the facility and will perform the inspection and acceptance of the completed work. 19.0 EMPLOYMENT OF FEDERAL EMPLOYEES:  The contractor shall not employ or enter into a contractwith any person to perform work under this contract who is an employee of the United States Government, eithermilitary or civilian, unless such person receives approval IAW applicable Federal, Navy and DOD regulations. 20.0 CONTRACTOR IDENTIFICATION:  Contracting personnel must identify themselves as “contractors”when attending meetings, answering Government telephones, or working in situations where their actions could beconstrued as official Government acts. The Contractor must ensure that their employee(s) display(s) his or hername and the name of the company while in the work area, and include the company’s name in his or her emaildisplay. 21.0 PERSONNEL COMPLIANCE:  The contractor shall ensure that contractor employees observe and complywith all local and higher authority policies, regulations, and procedures concerning fire, safety, environmentalprotection, sanitation, security, traffic, parking, energy conservation, flag courtesy, “off limits” areas, andpossession of firearms or other lethal weapons. When two or more directives or instructions apply, the contractorshall comply with the more stringent of the directives or instructions. 22.0 SMOKING/DRUG/ALCOHOL POLICY:  The contractor shall comply with local command smokingpolicies and workforce requirements. The contractor shall also comply with all Federal statutes, laws, andregulations to implement a Drug Free Workplace Program (DFWP) as well as work force requirements and localcommand policies. Copies of both policies will be provided to the contractor by the local commandAdministrative Officer (AO) at performance start date. 23.0 PERSONNEL CONDUCT:  The selection, assignment, reassignment, transfer, supervision, management,and control of contractor personnel employed to perform tasks specified herein shall be the responsibility of thecontractor. The contractor shall be responsible for the performance and conduct of contractor and subcontractoremployees at all times. Personnel employed by the contractor in the performance of this contract, or anyrepresentative of the contractor entering the installation shall abide by the security regulations listed in the contractand shall be subject to such checks by the Government as deemed necessary. The contractor shall not employ forperformance under this contract any person whose employment would result in a conflict of interest with theGovernment’s standards of conduct. 24.0 PERSONAL APPEARANCE:  Contractor personnel shall comply with local military commander’spublished dress codes. 25.0 PERSONNEL REMOVAL:  Government rules, regulations, laws, directives, and requirements that areissued during the term of the performance period relating to law and order, installation administration, and securityshall be applicable to all contractor employees and representatives who enter the installation. Violation of suchrules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily asthe Government determines) from the work site or installation. Removal of employees does not relieve thecontractor from the responsibility for the work defined in this contract. The contractor is expected to providesupport services despite personnel removal or other unforeseen condition. Should replacement become necessary,the Government reserves the right to review all resumes of the proposed candidates. Removal by InstallationCommander: The Installation Commander may, at his discretion, bar an individual from the installation under theauthority of 18 USC 1382 (1972), for conduct that is determined to be contrary to good order, discipline, or

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 9 of 29

 FINAL 

installation security and safety. Removal Requested by Contracting Officer (KO): The KO may require thecontractor to remove an employee working under this contract for reasons of misconduct or security violations.Contractor employees shall be subject to dismissal from the premises upon determination by the KO that suchaction is necessary in the interest of the Government. Removal by Military Police: Contractor employees may be denied entry to or may be removed from theinstallation by Military Police if it is determined that the employee’s presence on the installation may be contraryto good order, discipline, or installation security and safety. Removal for Unsatisfactory Performance: TheGovernment reserves the right to require the Contractor to remove and replace any personnel who provideunsatisfactory performance, demonstrate insufficient knowledge, or possess inadequate skill levels necessary tocomplete assigned tasks. The skill level of the staff provided shall be current and consistent with newtechnologies. 26.0 INTERACTION WITH OTHER ACTIVITIES:  Government and contractor personnel will be working incommon areas during working hours. Contractor performance shall not interfere with Government work in thearea where any service or maintenance work is being performed. In the event the contractor believes thatGovernment and other contractor personnel are interfering with the performance of the tasks described in thisPWS, the contractor shall notify the DGR immediately. The contractor is obligated to continue performance of theeffort described in this contract unless there is authorization from the KO or DGR/COR to stop work. Failure bythe contractor to notify the DGR and receive necessary instructions could result in denial of any additional costsincurred in performance of the contract under such conditions. Other Government contractors may be performing required services in areas that interrelate with the requirements of thiscontract. The Government will facilitate initial contact between contractor’s performing other contracts and thiscontract. The contractor shall provide all further required coordination between other contractors for any taskspecified in this contract that relates to or impacts on any other contracted work. 27.0 VEHICLE AND EQUIPMENT OPERATION: 27.1 Privately-Owned Vehicle (POV) Permits: Contractor personnel using POVs on DOD installations shall haveproper permits for entry onto the installations. All vehicles, private or contractor-owned, shall comply with thevehicle operation regulations that govern installations. All vehicles are subject to search while on DODinstallations. Only licensed contractor personnel shall operate vehicles on DOD installations. Vehicles shall beoperated IAW local and state laws as well as installation specific traffic regulations. 27.2 Privately-Owned Vehicle (POV) Parking: The contractor shall utilize on-station POV parking in authorizedareas. The Government reserves the right to change parking arrangements at any time. 27.3 Traffic Accident Report Requirements: The contractor shall report to Base Security, within one hour, anytraffic accident involving contractor personnel that occurs on base, whether in the performance of this PWS orcommuting in their POVs, IAW OPNAVINST 5102.1 series, OPNAVINST 5100.23 series, and other applicablelocal instructions. The contractor shall supply a copy of any on-base traffic accident report to the DGR within fiveworkdays after each occurrence. The contractor shall also provide the DGR a copy of any report of an off-basetraffic accident that involves contractor personnel in the performance of this PWS within five workdays after eachoccurrence. 27.4 Fines, Fees, Point Assessment and Other Costs: The contractor shall pay all fines, fees, point assessment, andother costs associated with traffic violations or accidents that occur in the performance of work under this contract. 28.0 SAFETY:  The contractor is solely responsible for compliance of all safety regulations of employees whileworking on government own facilities. All accidents which may arise out of, or in connection with, performanceof services required hereunder which result in injury, death, or property damage, shall be reported in writing to theContracting Officer and cognizant Contracting Officer Representative (COR) within twenty-four hours of such

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 10 of 29

 FINAL 

occurrence. Reports shall provide full details of the accident, including statements from witnesses. The fore-going proceduresshall also apply to any claim made by a third party against the contractor as a result of any accident that occurs inconnection with performance under this contract. 29.0 GOVERNMENT MANAGEMENT OVERSIGHT:  Government management will provide generalinstructions on limitations, and deadlines. Additional instructions will be provided for any unusual assignments orthose that vary from established procedures. The contractor’s employees will independently carry out theassignments. Completed work will be spot-checked by Government management for adherence to procedures,accuracy, and completeness. 30.0 TECHNICAL POINTS OF CONTACT AND INSPECTION AND ACCEPTANCE: The Contracting Officer’s Technical Assistants under this Task Order and the person responsible for performinginspection and acceptance of the contractor’s performance at place of performance is: TO BE ASSIGNED BYCOMMANDING OFFICER WITHIN 10 BUSINESS DAYS OF CONTRACT AWARD.

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 11 of 29

 FINAL 

SECTION D PACKAGING AND MARKING

1.0 GENERAL. All requirements for packaging and marking of supplies or documents associated with theseservices shall be packaged, packed and marked in accordance with the provisions set forth below unless otherwiseindicated in the individual task order. 2.0 DATA PACKAGING LANGUAGE. 2.1 All unclassified data shall be prepared for shipment in accordance referenced Data Rights clauses.2.2 Classified reports, data, and documentation shall be prepared for shipment in accordance with NationalIndustrial Security Program Operating manual (NISPOM), DOD 5220.22-M dated January 1995. 3.0 MARKING OF REPORTS.3.1 All reports delivered by the Contractor to the Government under this task order shall prominently show on thecover of the report the following information:3.1.1 Name and business address of the Contractor3.1.2 Contract number3.1.3 Task order number(s)3.1.4 Sponsoring activity

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 12 of 29

 FINAL 

SECTION E INSPECTION AND ACCEPTANCE

Inspection and acceptance shall be performed in accordance with the basic MAC contract. These include thefollowing clauses from Section E of the MAC contract: 52.246-4 Inspection of Services-Fixed Price52.247-34 FOB Destination252.246-7000 Material Inspection and Receiving Report

F2 DELIVERY OF DATA (OCT 1992)Place and time of delivery of data shall be as specified in paragraph 6.0 - Deliverable Requirements of the PWS,unless delivery is deferred at the Government’s option by written order of the Contracting Officer.

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 13 of 29

 FINAL 

SECTION F DELIVERABLES OR PERFORMANCE

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

   

8100 4/30/2016 - 4/29/2017

8200 4/30/2017 - 4/29/2018

8300 4/30/2018 - 4/29/2019

CLIN - DELIVERIES OR PERFORMANCE

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

   

8100 4/30/2016 - 4/29/2017

8200 4/30/2017 - 4/29/2018

8300 4/30/2018 - 4/29/2019

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

   

8400 4/30/2019 - 4/29/2020

8500 4/30/2020 - 4/29/2021

Services to be performed hereunder will be provided at

EODESU ONENaval Amphibious Base, Bldg. 327 Coronado, San Diego, CA. 92155.

 EODGRU ONENaval Amphibious Base, Bldg. 156 Coronado, San Diego, CA. 92155.

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 14 of 29

 FINAL 

SECTION G CONTRACT ADMINISTRATION DATA

G24 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (FAR 52.204-9) (JAN2006) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contractthat implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget(OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201.(b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have physicalaccess to a federally-controlled facility or access to a Federal information system. CONTRACTUAL AUTHORITY AND COMMUNICATIONS (JUN 2011) (a) Functions: The Contracting Officer for this contract is identified on the basic contract. Only the ContractingOfficer can change the basic contract, and the Contracting Officer maintains primacy over the contract and all itstask orders. The Contracting Officer of this Task Order is a warranted Contracting Officer of the Fleet LogisticsCenter, San Diego, CA. Unless otherwise noted, all references to "Contracting Officer" or "Task Order Manager(TOM)" in the text of this task order and the basic contract refer to the Task Order Contracting Officer. TheGovernment reserves the right to administratively transfer authority over this task order from the individual namedbelow to another Contracting Officer at any time. (b) Authority: The Contracting Officer is the only person authorized to approve changes in any of therequirements of this task order and, notwithstanding provisions contained elsewhere in this task order, the saidauthority remains solely the Contracting Officer's. The Contractor shall not comply with any order, direction orrequest of Government personnel – that would constitute a change - unless it is issued in writing and signed by theContracting Officer. No order, statement, or conduct of any Government personnel who visit the Contractor'sfacilities or in any other manner communicates with Contractor personnel during the performance of this taskorder shall constitute a change under the Changes clause of this task order and no adjustment will be made in thetask order price to cover any increase in charges incurred as a result thereof. (c) The Task Order Contracting Officer is:Name: Mr. Brian W. O'DonnellPhone: 619-556-5141Email: brian.odonnell@navy mil (d) The Task Order Negotiator is:Name: Angel PinaHardinPhone: 619-556-6198Email: [email protected]  (e) Ombudsman for the Fleet Logistics Center, San Diego CA is:Name: Mr. Gary P. ThomasPhone: 619-556-5109Email: [email protected] (f) Contracting Officer Representative is:Name: LT. DeMarkus X BrownPhone: 619-522-7561Email: demarkus.brown@navy mil  252.204-0002 LINE ITEM SPECIFIC: SEQUENTIAL ACRN ORDER (SEP 2009)The payment office shall make payment in sequential ACRN order within the line item, exhausting all funds in theprevious ACRN before paying from the next ACRN using the following sequential order: Alpha/Alpha;

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 15 of 29

 FINAL 

Alpha/numeric; numeric/alpha; and numeric/numeric.

ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA)The contractor shall report contractor labor hours (including subcontractor labor hours) required for performanceof services provided under this contract for the COMNAVSURFPAC/COMNAVSURFLANT via a secure datacollection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). Theexcluded PSCs are: (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 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, all datashall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk,linked at https://doncmra nmci.navy mil. 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 AreaWorkFlow (WAWF).

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

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests andreceiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests andReceiving 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 athttps://www.acquisition.gov; and

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

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based TrainingCourse and use the Practice Training Site before submitting payment requests through WAWF. Both can beaccessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb mil/

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

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 16 of 29

 FINAL 

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

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

__2-in-1_________________________________________________________

(Contracting Officer: Insert applicable document type(s).

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

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

____________________________________________________________

(Contracting Officer: Insert inspection and acceptance locations or “Not applicable.”)

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

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC HQ0339

Issue By DoDAAC  N00244

Admin DoDAAC S0514A 

Inspect By DoDAAC N/A 

Ship To Code N/A 

Ship From Code N/A 

Mark For Code N/A 

Service Approver (DoDAAC) R55321 

Service Acceptor (DoDAAC) R55321 

Accept at Other DoDAAC N/A 

LPO DoDAAC  R55321

DCAA Auditor DoDAAC  N/A

Other DoDAAC(s) N/A 

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

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

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 17 of 29

 FINAL 

(e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the “SendAdditional Email Notifications” field of WAWF once a document is submitted in the system.

Acceptor: LT. Richard Wilson, richard.j.wilson@navy mil, 619-522-7718

Certifier: PO1 Tong Tong, [email protected], 619-522-7572

(Contracting Officer: Insert applicable email addresses or “Not applicable.”)

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contractingactivity’s WAWF point of contact.

______________________________________________________________

(Contracting Officer: Insert applicable information or “Not applicable.”)

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

(End of clause)

 

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------8100 R5532116RCE1W02  LLA : AA 1761804 70CC 251 57046 C 068688 2D CE1W02 55321637M21Q    BASE Funding  Cumulative Funding   MOD 01  8200 R5532117RCE1W10  LLA : AB 1771804 70CC 251 57046 C 068688 2D CE1W10 55321737M21Q    MOD 01 Funding  Cumulative Funding   MOD 02 Funding  Cumulative Funding   MOD 03  8300 R5532118RCE1W02  LLA : AC 1781804 70CC 251 57046 C 068688 2D CE1W02 55321837M21Q    MOD 03 Funding  Cumulative Funding  

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 18 of 29

 FINAL 

SECTION H SPECIAL CONTRACT REQUIREMENTS

NAVSUP 5252.203-9401 NOTIFICATION OF USE OF FORMER/RETIRED MILITARY AND/ORSENIOR EXECUTIVE SERVICE PERSONNEL (Dec 2009) If the contractor intends to use the services of a former or retired Flag or General Officer, or former or retiredmember of the Senior Executive Service in the performance of this contract and/or any task order issued underthis contract, the contractor shall notify the contracting officer of the name of such individual including adescription of the services such individual will be performing, the military branch from which individual retired orseparated, and their rank or SES position at time of separation. Such notification shall be provided in writing priorto performance of services under the contract and/or task order by such individual. NAVSUP 5252.237-9400 SUBSTITUTION OR ADDITION OF PERSONNEL (JAN 1992) (a) The offeror agrees to assign to the contract those persons whose resumes, personnel data forms or personnelqualification statements were submitted as required in Section L to fill the requirements of the contract. Nosubstitution or addition of personnel shall be made except in accordance with this clause. (b) The offeror agrees that: during the contract performance period, no personnel substitutions will be permittedunless such substitutions are necessitated by an individual’s sudden illness, death or termination of employment. Inany of these events, the contractor shall promptly notify the contracting officer and provide the informationrequired by paragraph (d) below. (c) If personnel for whatever reason become unavailable for work under the contract for a continuous periodexceeding thirty (30) working days, or are expected to devote substantially less effort to the work than indicated inthe proposal, the contractor shall propose a substitution of such personnel, in accordance with paragraph (d) below. (d) All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least fifteen (15) days(thirty (30) days if a security clearance must be obtained) prior to the proposed substitution. Each request shallprovide a detailed explanation of the circumstances necessitating the proposed substitutions, a complete resume forthe proposed substitute and any other information required by the Contracting Officer to approve or disapprove theproposed substitution. All proposed substitutes (no matter when they are proposed during the performance period)shall have qualifications equal to or higher than the qualifications of the person being replaced. (e) In the event a requirement to increase the specified level of effort for a designated labor category, but not theoverall level of effort of the contract occurs, the offeror shall submit to the Contracting Officer a written requestfor approval to add personnel to the designated labor category. The information required is the same as thatrequired for paragraph (d) above. The additional personnel shall have qualifications greater than or equal at leastone (1) of the individuals proposed for the designated labor category. (f) The Contracting Officer shall evaluate requests for substitution and addition of personnel and promptly notifythe offeror, in writing, of whether the request is approved or disapproved. (g) If the Contracting Officer determines that suitable and timely replacement of personnel who have beenreassigned, terminated or have otherwise become unavailable to perform under the contract is not reasonablyforthcoming or that the resultant reduction of productive effort would impair the successful completion of thecontract or the delivery order, the contract may be terminated by the Contracting Officer for default or for theconvenience of the Government, as appropriate. Alternatively, at the Contracting Officer’s discretion, if theContracting Officer finds the contractor to be at fault for the condition, he may equitably adjust (downward) thecontract price or fixed fee to compensate the Government for any delay, loss or damage as a result of thecontractor’s action. CONTRACTING OFFICER’S REPRESENTATIVE (COR) The COR for this contract is: LT. DeMarkus X BrownSupply OfficerEODESU ONE

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 19 of 29

 FINAL 

3502 ATTU RD BLDG 104SAN DIEGO, CA 92155Email: demarkus.brown@navy mil O: (619) 522-7561 The COR will act as the Contracting Officer’s representative for technical matters, providing technical directionand discussion as necessary with respect to the specification or statement of work, and monitoring the progressand quality of Contractor performance. The COR is not an Administrative Contracting Officer and does not haveauthority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place ofperformance, delivery schedule, or any other terms and conditions of the contract (or delivery order), or to directthe accomplishment of effort which goes beyond the scope of the statement of work in the contract (or deliveryorder). When, in the opinion of the Contractor, the COR requests effort outside the existing scope of the contract (ordelivery order), the Contractor shall promptly notify the Contracting Officer (Ordering Officer) in writing. NoactionNAVSUP 5252.242-9402 TECHNICAL DIRECTION (FEB 1999) (a) When necessary, technical direction or clarification concerning the details of specific tasks set forth in thecontract shall be given through issuance of Technical Direction Letters (TDLs) by the Contracting Officer’sRepresentative (COR). (b) Each TDL shall be in writing and shall include, as a minimum, the following information:(1) Date of TDL;(2) Contract and TDL number;(3) Reference to the relevant section or item in the statement of work;(4) Signature of COR;(5) A copy shall be sent to the Contracting Officer for review. (c) Each TDL issued hereunder are subject to the terms and conditions of this contract; and in no event shalltechnical directions constitute an assignment of new work or changes of such nature as to justify any adjustmentto the fixed fee, estimated costs, or delivery terms under the contract. In the event of a conflict between a TDLand this contract, the contract shall control. (d) When, in the opinion of the contractor, a technical direction calls for effort outside the contract statement ofwork, the Contractor shall notify the COR and the Contracting Officer thereof in writing within two (2) workingdays of having received the technical direction in question. The Contractor shall undertake no performance tocomply with the technical direction until the matter has been resolved by the Contracting Officer through formalcontract modification or other appropriate action. (e) Oral technical directions may be given by the COR only in emergency circumstances, and provided that anyoral technical direction is reduced to writing by the COR within two (2) working days of its issuance. (f) Amendment to a TDL shall be in writing and shall include the information set forth in paragraph (b) above. ATDL may be amended orally only by the COR in emergencies; oral amendments shall be confirmed in writingwithin two (2) working days from the time of the oral communication amending the TDL by a TDL modification. (g) Any effort undertaken by the Contractor pursuant to oral or written technical directions issued other than inaccordance with the provisions herein shall be at the Contractor’s risk of not recovering related costs incurred andcorresponding proportionate amount of fixed fee, if any. N00244H001 TRUSTWORTHINESS SECURITY - NAVY CONTRACT/TASK ORDERS (MAY 2004)(FLCSD) Purpose: Reference is hereby made to Navy awarded contracts requiring contractor access to Navy informationsystems, sensitive unclassified information or areas critical to the operations of the command. Although thesecontracts are not classified and therefore contractor employees are not required to have obtained a NationalAgencyCheck (NAC) trustworthiness determination, the Department of the Navy (DON) has determined that all DONinformation systems are sensitive regardless of whether the information is classified or unclassified. Contractors

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 20 of 29

 FINAL 

whose work involves access to sensitive unclassified information warrants a judgement of an employee'strustworthiness. Therefore, all personnel accessing DON computer systems must undergo a National AgencyCheck to verify their trustworthiness. Also, Commands will include Facility Access Determination (FAD) programrequirements in the contract specifications when trustworthiness determinations will be required on the contractoremployees. The following addresses those requirements for Trustworthiness Security:--Each contractor employee will have a favorably completed National Agency Check (NAC).--If contractor personnel currently have a favorably adjudicated NAC the contractor will notify the SecurityManager of the command they will visit utilizing OPNAV 5521/27 Visit Request form. The visit request will berenewed annually or for the duration of the contract if less than one year.--If no previous investigation exists the contractor personnel will complete the requirement for a TrustworthinessNAC.--In accordance with NAVSUPINST 5239.1A, if the contractor employee is a Foreign National prior approval oftheNetwork Security Officer (NSO) is required. Access may be granted to Foreign Nationals who have a need toknow and at least one of the following applies: (a) Foreign National is employed by DOD, or (b) Foreign National possesses a current Functional Accreditation approved by the Navy International ProgramOffice (NAVIPO), or (c) Foreign National possesses a current Visit Request Form (OPNAV 5521/27 (1-73) as defined in OPNAVINST5510.1H), which is on file with the requesting activity. The Trustworthiness NAC is processed through the command Security Manager. The NAC will be processedthrough the use of the Electronic Personnel Security Questionnaire (EPSQ) SF 85P. The EPSQ software can bedownloaded at the Defense Security Service (DSS) website http://www.dss.mil/epsq/index.htm. The contractorshould provide the completed EPSQ electronically (electronic mail/diskette) to the Command Security Manageralong with the original signed release statements and two applicant fingerprint cards (FD 258). The responsibilityfor providing the fingerprint cards rests with the contractor. The Security Manager will review the form forcompleteness, accuracy and suitability issues. The completed SF 85P along with attachments will be forwarded to(DSS) who will conduct the NAC. The Department of the Navy Central Adjudication Facility will provide the completed investigation to therequesting command security manager for the trustworthiness determination. The command will provide writtennotification to the contractor advising whether or not the contractor employee will be admitted to command areasor be provided access to unclassified but sensitive business information. Trustworthiness determinations are the sole prerogative of the commanding officer of the sponsor activity. If thecommanding officer determines, upon review of the investigation, that allowing a person to perform certain dutiesor access to certain areas, would pose an unacceptable risk, that decision is final. No due process procedures arerequired. The contractor employee shall take all lawful steps available to ensure that information provided orgenerated pursuant to this arrangement is protected from further disclosure unless the agency provides writtenconsent to such disclosure. NAVSUP 5252.242-9402 TECHNICAL DIRECTION (FEB 1999) (a) When necessary, technical direction or clarification concerning the details of specific tasks set forth in thecontract shall be given through issuance of Technical Direction Letters (TDLs) by the Contracting Officer’sRepresentative (COR). (b) Each TDL shall be in writing and shall include, as a minimum, the following information:(1) Date of TDL;(2) Contract and TDL number;(3) Reference to the relevant section or item in the statement of work;

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 21 of 29

 FINAL 

(4) Signature of COR;(5) A copy shall be sent to the Contracting Officer for review. (c) Each TDL issued hereunder are subject to the terms and conditions of this contract; and in no event shalltechnical directions constitute an assignment of new work or changes of such nature as to justify any adjustmentto the fixed fee, estimated costs, or delivery terms under the contract. In the event of a conflict between a TDLand this contract, the contract shall control. (d) When, in the opinion of the contractor, a technical direction calls for effort outside the contract statement ofwork, the Contractor shall notify the COR and the Contracting Officer thereof in writing within two (2) workingdays of having received the technical direction in question. The Contractor shall undertake no performance tocomply with the technical direction until the matter has been resolved by the Contracting Officer through formalcontract modification or other appropriate action. (e) Oral technical directions may be given by the COR only in emergency circumstances, and provided that anyoral technical direction is reduced to writing by the COR within two (2) working days of its issuance. (f) Amendment to a TDL shall be in writing and shall include the information set forth in paragraph (b) above. ATDL may be amended orally only by the COR in emergencies; oral amendments shall be confirmed in writingwithin two (2) working days from the time of the oral communication amending the TDL by a TDL modification. (g) Any effort undertaken by the Contractor pursuant to oral or written technical directions issued other than inaccordance with the provisions herein shall be at the Contractor’s risk of not recovering related costs incurred andcorresponding proportionate amount of fixed fee, if any. LIABILITY, AUTOMOBILE AND WORKMEN’S COMPENSATION INSURANCE The following types of insurance are required in accordance with the clause entitled “INSURANCE - WORK ONA GOVERNMENT INSTALLATION” (JAN 1997) (FAR 52.228.5) and shall be maintained in the minimumamounts shown: 1. Comprehensive General Liability:  $500,000 per occurrence for bodily injury. 2. Automobile Insurance:  $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 peroccurrence 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. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 22 of 29

 FINAL 

SECTION I CONTRACT CLAUSES

 

 

Note: The following clauses are incorporated by reference in this Task Order. In addition, all applicable clausesincorporated by reference or full text in the basic MAC contract also apply.

 CLAUSES INCORPORATED BY REFERENCE

 52.222-17 Nondisplacement of Qualified Workers (May 2014)

52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)

52.222-41 Service Contract Labor Standards (May 2014)

52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment(Multiple Year and Option Contracts) (May 2014)

52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015)

52.224-2 Privacy Act (Apr 1984)

52.232-18 Availability of Funds (Apr 1984)

252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (Dec 2015)252.227-7013 Rights In Technical Data--Noncommercial Items (Feb 2014)

252.227-7016 Rights In Bid Or Proposal Information (Jan 2011)

252.227-7030 Technical Data—Withholding Of Payment (Mar 2000)

252.227-7037 Validation Of Restrictive Markings On Technical Data (Jun 2013)

52.217-9 Option to Extend the Term of the Contract (Mar 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days fromcontract end date; provided that the Government gives the Contractor a preliminary written notice of its intent toextend at least 30 days before the contract expires. The preliminary notice does not commit the Government to anextension.

(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 5years.

(End of Clause)

N00244C023 SCOPE (AUG 1992) (FISC SAN DIEGO)

 The effort required hereunder shall be in accordance with the Government Performance Work Statement (PWS)set forth herein and R3 Strategic Support Group proposal, which is incorporated herein by reference and made apart hereof. In the event of any conflict between the Government's specification and the Contractor's proposal, theGovernment's specification shall control unless otherwise noted herein.

52.252-2 Clauses Incorporated by Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were givenin full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clausemay be accessed electronically at this/these address(es): http://farsite hill.af mil/vffara htm

 (End of Clause)

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 23 of 29

 FINAL 

252.203-7997 Prohibition On Contracting With Entities That Require Certain Internal ConfidentialityAgreements  (Deviation 2016-O0003)(Oct 2015)       

(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign orcomply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employeesor contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcementrepresentative of a Federal department or agency authorized to receive such information.

(b)  The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentialityagreements covered by this clause are no longer in effect. 

(c)  The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure ofclassified information. (d)(1)  Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2016 (Pub.L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions ascontained in sections 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act,2015 (Pub. L. 113-235) may be prohibited, if the Government determines that the Contractor is not in compliancewith the provisions of this clause. 

(2)  The Government may seek any available remedies in the event the Contractor fails to perform in accordancewith the terms and conditions of the contract as a result of Government action under this clause.

(End of clause)

5252.204-9400 Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information,Information Technology (IT) Systems or Protected Health Information(July 2013)

 Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implementFederal security standards for Federal employees and contractors.  The Deputy Secretary of DefenseDirective-Type Memorandum (DTM) 08-006 – “DoD Implementation of Homeland Security Presidential Directive– 12 (HSPD-12)” dated November 26, 2008 (or its subsequent DoD instruction) directs implementation ofHSPD-12.  This clause is in accordance with HSPD-12 and its implementing directives.

 APPLICABILITY

 This clause applies to contractor employees requiring physical access to any area of a federally controlled base,facility or activity and/or requiring access to a DoN or DoD computer/network/system to perform certainunclassified sensitive duties.  This clause also applies to contractor employees who access Privacy Act andProtected Health Information, provide support associated with fiduciary duties, or perform duties that have beenidentified by DON as National Security Position, as advised by the command security manager. It is theresponsibility of the responsible security officer of the command/facility where the work is performed to ensurecompliance.    Each contractor employee providing services at a Navy Command under this contract is required to obtain aDepartment of Defense Common Access Card (DoD CAC).  Additionally, depending on the level ofcomputer/network access, the contract employee will require a successful investigation as detailed below.

 ACCESS TO FEDERAL FACILITIES

 Per HSPD-12 and implementing guidance, all contractor employees working at a federally controlled base, facilityor activity under this clause will require a DoD CAC.  When access to a base, facility or activity is requiredcontractor employees shall in-process with the Navy Command’s Security Manager upon arrival to the Navy

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 24 of 29

 FINAL 

Command and shall out-process prior to their departure at the completion of the individual’s performance underthe contract.

 ACCESS TO DOD IT SYSTEMS

 In accordance with SECNAV M-5510.30, contractor employees who require access to DoN or DoD networks arecategorized as IT-I, IT-II, or IT-III.  The IT-II level, defined in detail in SECNAV M-5510.30, includes positionswhich require access to information protected under the Privacy Act, to include Protected Health Information(PHI).  All contractor employees under this contract who require access to Privacy Act protected information aretherefore categorized no lower than IT-II.  IT Levels are determined by the requiring activity’s CommandInformation Assurance Manager. Contractor employees requiring privileged or IT-I level access, (when specifiedby the terms of the contract) require a Single Scope Background Investigation (SSBI) which is a higher levelinvestigation than the National Agency Check with Law and Credit (NACLC) described below. Due to theprivileged system access, a SSBI suitable for High Risk public trusts positions is required. Individuals who haveaccess to system control, monitoring, or administration functions (e.g. system administrator, databaseadministrator) require training and certification to Information Assurance Technical Level 1, and must be trainedand certified on the Operating System or Computing Environment they are required to maintain. 

 Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation.  When accessto IT systems is required for performance of the contractor employee’s duties, such employees shall in-processwith the Navy Command’s Security Manager and Information Assurance Manager upon arrival to the Navycommand and shall out-process prior to their departure at the completion of the individual’s performance under thecontract.  Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is requiredfor all individuals accessing Navy Information Technology resources.  The decision to authorize access to agovernment IT system/network is inherently governmental.  The contractor supervisor is not authorized to sign theSAAR-N; therefore, the government employee with knowledge of the system/network access required or the CORshall sign the SAAR-N as the “supervisor”.

 The SAAR-N shall be forwarded to the Navy Command’s Security Manager at least 30 days prior to theindividual’s start date.   Failure to provide the required documentation at least 30 days prior to the individual’s startdate may result in delaying the individual’s start date.       When required to maintain access to required IT systems or networks, the contractor shall ensure that allemployees requiring access complete annual Information Assurance (IA) training, and maintain a current requisitebackground investigation.  The Contractor’s Security Representative shall contact the Command Security Managerfor guidance when reinvestigations are required. 

 INTERIM ACCESS

 The Navy Command's Security Manager may authorize issuance of a DoD CAC and interim access to a DoN orDoD unclassified computer/network upon a favorable review of the investigative questionnaire and advancefavorable fingerprint results.  When the results of the investigation are received and a favorable determination isnot made, the contractor employee working on the contract under interim access will be denied access to thecomputer network and this denial will not relieve the contractor of his/her responsibility to perform.  

 DENIAL OR TERMINATION OF ACCESS

 The potential consequences of any requirement under this clause including denial or termination of physical orsystem access in no way relieves the contractor from the requirement to execute performance under the contractwithin the timeframes specified in the contract.  Contractors shall plan ahead in processing their employees andsubcontractor employees. The contractor shall insert this clause in all subcontracts when the subcontractor ispermitted to have unclassified access to a federally controlled facility, federally-controlled information

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 25 of 29

 FINAL 

system/network and/or to government information, meaning information not authorized for public release.

 CONTRACTOR’S SECURITY REPRESENTATIVEThe contractor shall designate an employee to serve as the Contractor’s Security Representative.   Within threework days after contract award, the contractor shall provide to the requiring activity’s Security Manager and theContracting Officer, in writing, the name, title, address and phone number for the Contractor’s SecurityRepresentative.  The Contractor’s Security Representative shall be the primary point of contact on any securitymatter.  The Contractor’s Security Representative shall not be replaced or removed without prior notice to theContracting Officer and Command Security Manager.

 BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FORCONTRACTORS ASSIGNED TO NATIONAL SECURITY POSITIONS OR PERFORMING SENSITIVEDUTIES

 Navy security policy requires that all positions be given a sensitivity value based on level of risk factors to ensureappropriate protective measures are applied.  Navy recognizes contractor employees under this contract asNon-Critical Sensitive [ADP/IT-II] when the contract scope of work require physical access to a federallycontrolled base, facility or activity and/or requiring access to a DoD computer/network, to perform unclassifiedsensitive duties.  This designation is also applied to contractor employees who access Privacy Act and ProtectedHealth Information (PHI), provide support associated with fiduciary duties, or perform duties that have beenidentified by DON as National Security Positions.  At a minimum, each contractor employee must be a US citizenand have a favorably completed NACLC to obtain a favorable determination for assignment to a non-criticalsensitive or IT-II position.  The NACLC consists of a standard NAC and a FBI fingerprint check plus lawenforcement checks and credit check.  Each contractor employee filling a non-critical sensitive or IT-II position isrequired to complete:

 ·         SF-86 Questionnaire for National Security Positions (or equivalent OPM investigative product)·         Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission)

·         Original Signed Release Statements

 Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result indelaying the individual’s start date.    Background investigations shall be reinitiated as required to ensureinvestigations remain current (not older than 10 years) throughout the contract performance period.  TheContractor’s Security Representative shall contact the Command Security Manager for guidance whenreinvestigations are required.

 Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the NavyCommand’s Security Manager upon arrival to the Navy command and shall out-process prior to their departure atthe completion of the individual’s performance under the contract.   Employees requiring IT access shall alsocheck-in and check-out with the Navy Command’s Information Assurance Manager.   Completion and approval ofa System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing NavyInformation Technology resources.  The SAAR-N shall be forwardedto the Navy Command’s Security Manager at least 30 days prior to the individual’s start date.   Failure to providethe required documentation at least 30 days prior to the individual’s start date shall result in delaying theindividual’s start date.    The contractor shall ensure that each contract employee requiring access to IT systems or networks completeannual Information Assurance (IA) training, and maintain a current requisite background investigation.  Contractoremployees shall accurately complete the required investigative forms prior to submission to the Navy CommandSecurity Manager.  The Navy Command’s Security Manager will review the submitted documentation forcompleteness prior to submitting it to the Office of Personnel Management (OPM).  Suitability/security issuesidentified by the Navy may render the contractor employee ineligible for the assignment.  An unfavorable

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 26 of 29

 FINAL 

determination made by the Navy is final (subject to SF-86 appeal procedures) and such a determination does notrelieve the contractor from meeting any contractual obligation under the contract.  The Navy Command’s SecurityManager will forward the required forms to OPM for processing.  Once the investigation is complete, the resultswill be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a determination. 

 If the contractor employee already possesses a current favorably adjudicated investigation, the contractor shallsubmit a Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copyVAR directly from the contractor’s Security Representative.   Although the contractor will take JPAS “Owning”role over the contractor employee, the Navy Command will take JPAS "Servicing" role over the contractoremployee during the hiring process and for the duration of assignment under that contract.  The contractor shallinclude the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR.  The VARrequires annual renewal for the duration of the employee’s performance under the contract.

 BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FORCONTRACTORS ASSIGNED TO OR PERFORMING NON-SENSITIVE DUTIES

 Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawnmaintenance, vendor services, etc ...) and who require physical access to publicly accessible areas to perform thoseduties shall meet the following minimum requirements:

 Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in theUnited States (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoDinstruction) andMust have a favorably completed National Agency Check with Written Inquiries (NACI) including a FBIfingerprint check prior to installation access. 

 To be considered for a favorable trustworthiness determination, the Contractor’s Security Representative mustsubmit for all employees each of the following:

 SF-85 Questionnaire for Non-Sensitive PositionsTwo FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission)Original Signed Release Statements

 The contractor shall ensure each individual employee has a current favorably completed National Agency Checkwith Written Inquiries (NACI) or ensure successful FBI fingerprint results have been gained and investigation hasbeen processed with OPM

 Failure to provide the required documentation at least 30 days prior to the individual’s start date may result indelaying the individual’s start date.  

 * Consult with your Command Security Manager and Information Assurance Manager for local policy when IT-III(non-sensitive) access is required for non-US citizens outside the United States.

 5252.243-9400 Authorized Changes Only By The Contracting Officer (Jan 1992)

 (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visitthe Contractor's facilities or in any other manner communicate with Contractor personnel during the performanceof 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 as a

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 27 of 29

 FINAL 

part 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 solelywith the Contracting Officer. In the event the Contractor effects any change at the direction of any person otherthan the Contracting Officer, the change will be considered to have been made without authority and noadjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. Theaddress and telephone number of the Contracting Officer is:

 NAME:                  Brian W. O’DonnellADDRESS:           NAVSUP FLC San Diego

3985 Cummings Rd, Bldg 116San Diego, CA 92136-4200

TELEPHONE:      619-556-5141

 (End of Clause)

 

 

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 28 of 29

 FINAL 

SECTION J LIST OF ATTACHMENTS

Attachment 1 - Historical Ammunition Data

Attachment 2 - Contract Administration Plan (CAP)

Attachment 3 - Quality Assurance Surveillance Plan (QASP)

Attachment 4 - DD254 Department of Defense Contract Security Classification Specification

Attachment 5 - Wage Determination WD 15-5635 Rev.8

 CONTRACT NO. N00178-11-D-6661

 DELIVERY ORDER NO. N00178-11-D-6661-NW01

 AMENDMENT/MODIFICATION NO. 03

 PAGE 29 of 29

 FINAL