NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275...

42
1. CONTRACT NO. N00178-14-D-7713 2. DELIVERY ORDER NO. EHP1 3. EFFECTIVE DATE 2016 Mar 11 4. PURCH REQUEST NO. 1300552991 5. PRIORITY DO-C9 6. ISSUED BY CODE N64498 7. ADMINISTERED BY CODE S2404A 8. DELIVERY FOB NAVAL SURFACE WARFARE CENTER PHILA NSWCPD Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 383L6 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS Excet, Inc. 8001 BRADDOCK RD. SUITE 105 SPRINGFIELD VA 22151-2110 X SMALL 12. DISCOUNT TERMS Net 30 Days WIDE AREA WORK FLOW SMALL DISADVANTAGED WOMEN-OWNED 13. MAIL INVOICES TO THE ADDRESS IN BLOCK See Section G 14. SHIP TO CODE 15. PAYMENT WILL BE MADE BY CODE HQ0338 MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. See Section D DFAS Columbus Center,South Entitlement Operations P.O. Box 182264 Columbus OH 43218-2264 16. TYPE OF ORDER DELIVERY/ CALL X This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract. PURCHASE Reference your furnish the following on terms specified herein. ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. Excet, Inc. Richard Matuszko President/CEO _____________________________________ _____________________________________ ______________________________________________ ____________________________ NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED (YYYYMMDD) If this box is marked, supplier must sign Acceptance and return the following number of copies: 17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE See Schedule 18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY ORDERED/ ACCEPTED * 21. UNIT 22. UNIT PRICE 23. AMOUNT See Schedule *If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle. 24. UNITED STATES OF AMERICA 25. TOTAL $8,632,638.00 26. DIFFERENCES BY: /s/Robert R Colot 03/11/2016 CONTRACTING/ORDERING OFFICER 27a. QUANTITY IN COLUMN 20 HAS BEEN INSPECTED RECEIVED ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED: ___ ___________________________________________________ b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE c. DATE d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28. SHIP NO. 29. D.O. VOUCHER NO. 30. INITIALS PARTIAL 32. PAID BY 33. AMOUNT VERIFIED CORRECT FOR f. TELEPHONE g. E-MAIL ADDRESS FINAL 31. PAYMENT 34. CHECK NUMBER 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. COMPLETE a. DATE b. SIGNATURE AND TITLE OF CERTIFYING OFFICER PARTIAL 35. BILL OF LADING NO. FULL 37. RECEIVED AT 38. RECEIVED BY (Print) 39. DATE RECEIVED 40. TOTAL CON-TAINERS 41. S/R ACCOUNT NUMBER 42. S/R VOUCHER NO. DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF 2

Transcript of NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275...

Page 1: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

1. CONTRACT NO.

N00178-14-D-77132. DELIVERY ORDER NO.

EHP13. EFFECTIVE DATE

2016 Mar 114. PURCH REQUEST NO.

13005529915. PRIORITY

DO-C96. ISSUED BY CODEN64498 7. ADMINISTERED BY CODE S2404A 8. DELIVERY FOB

NAVAL SURFACE WARFARE CENTER PHILANSWCPDPhiladelphia PA 19112-1403Craig T Wright/3352215-897-8275

DCMA Manassas14501 George Carter WayChantilly VA 20151

SCD: C   DESTINATION

  OTHER

 (See Schedule if other)

9. CONTRACTOR CODE383L6 FACILITY 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X IF BUSINESS IS

Excet, Inc.8001 BRADDOCK RD. SUITE 105SPRINGFIELD VA 22151-2110

 X SMALL

12. DISCOUNT TERMS

Net 30 DaysWIDE AREA WORK FLOW

   SMALLDISADVANTAGED

   WOMEN-OWNED

13. MAIL INVOICES TO THE ADDRESS IN BLOCK

See Section G14. SHIP TO CODE   15. PAYMENT WILL BE MADE BY CODE HQ0338 MARK ALL

PACKAGES ANDPAPERS WITH

IDENTIFICATIONNUMBERS IN

BLOCKS 1 AND 2.

See Section D DFAS Columbus Center,South Entitlement OperationsP.O. Box 182264Columbus OH 43218-2264

16.TYPE

OFORDER

DELIVERY/CALL

XThis delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract.

PURCHASE  Reference your   furnish the following on terms specified herein.

ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLYHAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME.

 Excet, Inc.    Richard Matuszko President/CEO

  

_____________________________________ _____________________________________ ______________________________________________ ____________________________NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED

(YYYYMMDD)

 If this box is marked, supplier must sign Acceptance and return the following number of copies:

17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE

See Schedule18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY

ORDERED/ACCEPTED *

21. UNIT 22. UNIT PRICE 23. AMOUNT

  See Schedule        

           *If quantity accepted by the Government is sameas quantity ordered, indicate by X. If different,enter actual quantity accepted below quantityordered and encircle.

24. UNITED STATES OF AMERICA 25. TOTAL $8,632,638.0026.DIFFERENCES

 

BY: /s/Robert R Colot        03/11/2016CONTRACTING/ORDERING OFFICER

 

27a. QUANTITY IN COLUMN 20 HAS BEEN

  INSPECTED   RECEIVED  ACCEPTED, AND CONFORMS TOTHE CONTRACT EXCEPT ASNOTED: ___ ___________________________________________________

b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 c. DATE

 d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENTREPRESENTATIVE

 

 e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 28. SHIP NO.

 29. D.O. VOUCHER NO.

 30. INITIALS  

 

 PARTIAL 32. PAID BY

 33. AMOUNT VERIFIED CORRECTFOR

 f. TELEPHONE

 g. E-MAIL ADDRESS

   FINAL

31. PAYMENT 34. CHECK NUMBER

 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. 

COMPLETE

a. DATE

 b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

   PARTIAL 35. BILL OF LADING NO.

 

 FULL

37. RECEIVED AT

 38. RECEIVED BY (Print)

 39. DATE RECEIVED

 40. TOTALCON-TAINERS

 

41. S/R ACCOUNT NUMBER

 42. S/R VOUCHER NO.

 

DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. 

                                                                              

ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF

2

Page 2: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

GENERAL INFORMATION

 

1.  Initial funding for this task order is provided for CLIN 7001 Labor in the amount of$5,106,783.00 and CLIN 9001 in the amount of $1,092,852.00 for a total initial funding amountof $6,199,635.00.  It is estimated that funding under this order will cover the cost of performancethrough 14 March 2017.

In accordance with the contract clause 52.232-22, the Government is not obligated to reimbursethe contractor for any costs in excess of $6,199,635.00 unless additional funds are made availableand obligated under this order in a subsequent modification.

The contractor is not authorized to start performance associated with the funding cited in TI-01until the Contracting Officer and Contracting Officer's Representative (COR) receive a signedcopy of Technical Instruction 01 from the contractor.

Accounting Data

CLIN/SLIN   PR Number                                          Amount----------- -------------------------------------------------- ---------------------7001        130055299100001                                    5106783.00            

LLA : AA 1761804 8B5B 251 V5P00 0 050120 2D 000000 A00003301762 Standard Number: N0002416WX04933/ACRN AA 2410(a) authority is hereby exercised. Reference TI-01.  9001        130055299100002                                    1092852.00            

LLA : AA 1761804 8B5B 251 V5P00 0 050120 2D 000000 A00003301762 Standard Number: N0002416WX04933/ACRN AA 2410(a) authority is hereby exercised. Reference TI-01. 

BASE Funding 6199635.00 Cumulative Funding 6199635.00 

2. The following subcontractors have been approved to perform under the subject SeaPort taskorder:

Tidal Corrosion Services, LLC

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 2 of 2 FINAL

 

ldalton
Highlight
ldalton
Highlight
ldalton
Highlight
Page 3: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

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

7000 R425 Base Year: Engineering and Technical

Support Services IAW Section C. From

Date of Award through 12 months after

Date of Award. This is a holding CLIN

for remaining Base Year Labor Ceiling.

(Fund Type - TBD)

1.0 LO $1,753,068.42 $86,601.58 $1,839,670.00

7001 R425 Base Year: Labor Funding in the total

amount of $5,106,783.00. (O&MN,N)

1.0 LO $4,866,383.65 $240,399.35 $5,106,783.00

7100 R425 Option Year 1: Engineering and

Technical Support Services IAW Section

C. From 13 months after Date of Award

through 24 months after Date of Award.

(Fund Type - TBD)

1.0 LO $6,648,456.00 $328,156.00 $6,976,612.00

Option

7200 R425 Option Year 2: Engineering and

Technical Support Services IAW Section

C. From 24 months after Date of Award

through 36 months after Date of Award.

(Fund Type - TBD)

1.0 LO $6,677,400.00 $329,550.00 $7,006,950.00

Option

7300 R425 Option Year 3: Engineering and

Technical Support Services IAW Section

C. From 36 months after Date of Award

through 48 months after Date of Award.

(Fund Type - TBD)

1.0 LO $6,706,518.00 $330,953.00 $7,037,471.00

Option

7400 R425 Option Year 4: Engineering and

Technical Support Services IAW Section

C. From 48 months after Date of Award

through 60 months after Date of Award.

(Fund Type - TBD)

1.0 LO $6,735,811.00 $332,364.00 $7,068,175.00

Option

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9000 R425 Base Year: Other Direct Costs (ODCs) in Support of CLIN 7000.

Initial NOT TO EXCEED (NTE) amount $1,636,500.00. This is a

holding CLIN for remaining Base Year ODC ceiling. (Fund Type -

TBD)

1.0 LO $593,333.00

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 1 of 40 FINAL

 

ldalton
Highlight
Page 4: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

Item PSC Supplies/Services Qty Unit Est. Cost

9001 R425 Base Year: ODC Funding in support of CLIN 7001 in the amount of

$1,092,852.00. (O&MN,N)

1.0 LO $1,092,852.00

9100 R425 Option Year 1: Other Direct Costs (ODCs) in Support of CLIN 7100.

NOT TO EXCEED (NTE) $1,685,595.00. (Fund Type - TBD)

1.0 LO $1,736,770.00

Option

9200 R425 Option Year 2: Other Direct Costs (ODCs) in Support of CLIN 7200.

NOT TO EXCEED (NTE) $1,736,162.85. (Fund Type - TBD)

1.0 LO $1,788,873.00

Option

9300 R425 Option Year 3: Other Direct Costs (ODCs) in Support of CLIN 7300.

NOT TO EXCEED (NTE) $1,788,247.74. (Fund Type - TBD)

1.0 LO $1,842,539.00

Option

9400 R425 Option Year 4: Other Direct Costs (ODCs) in Support of CLIN 7400.

NOT TO EXCEED (NTE) $1,841,895.17. (Fund Type - OTHER)

1.0 LO $1,897,815.00

Option

LEVEL OF EFFORT

The level of effort for the performance of this contract is based upon an anticipated total estimated level ofeffort of 524,160 man-hours of direct labor. The estimated composition of the 524,160 man-hours of directlabor can be found in the chart below. On Site Labor refers to labor performed at the Contractor's Facility andOff Site Labor refers to labor performed at NSWCPLD in Philadelphia, PA.

LABOR CATEGORY PRIMARY PLACEOF

PERFORMANCE

CONTRACTORSAT EACH

LOCATION

HOURSPER

YEAR

OT HOURSPER YEAR

TOTALPOTENTIALHOURS PER

YEAR

PROGRAMMANAGER*

CONTRACTOR(KTR) SITE

1 KTR SITE 960 48 1008

SENIOR ENGINEER* CONTRACTORSITE

1 KTR SITE 960 48 1008

OPERATIONSMANAGER*

VARIOUSGOVERNMENT

SITES

1 NORFOLK,VA

1920 96 2016

TEAM LEAD /SENIOR CORROSIONCONTROLTECHNICIAN*

GOVERNMENTSITE

1 NORFOLKNAVAL

STATION, VA

1920 96 2016

TEAM LEAD /SENIOR CORROSIONCONTROLTECHNICIAN*

GOVERNMENTSITE

1 NORFOLKNAVAL

STATION ANDLITTLE CREEK

JEB, VA

1920 96 2016

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 2 of 40 FINAL

 

ldalton
Highlight
ldalton
Highlight
Page 5: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

TEAM LEAD /SENIOR CORROSIONCONTROLTECHNICIAN*

GOVERNMENTSITE

1 MAYPORTNAVAL

STATION, FL

1920 96 2016

TEAM LEAD /SENIOR CORROSIONCONTROLTECHNICIAN*

GOVERNMENTSITE

1 SAN DIEGONAVAL

STATION, CA

1920 96 2016

TEAM LEAD /SENIOR CORROSIONCONTROLTECHNICIAN*

GOVERNMENTSITE

1 EVERETTAND KITSAP

NAVALSTATION, WA

1920 96 2016

TEAM LEAD /SENIOR CORROSIONCONTROLTECHNICIAN*

GOVERNMENTSITE

1 PEARLHARBOR

NAVALSTATION, HI

1920 96 2016

TEAM LEAD /SENIOR CORROSIONCONTROLTECHNICIAN*

GOVERNMENTSITE

1 COMBINEDFLEET

ACTIVITIESYOKOSUKA

JAPAN (CFAY)

1920 96 2016

TEAM LEAD /SENIOR CORROSIONCONTROLTECHNICIAN*

GOVERNMENTSITE

1 COMBINEDFLEET

ACTIVITIESSASEBO

JAPAN (CFAS)

1920 96 2016

SENIOR CORROSIONCONTROLTECHNICIAN(HM&E)

GOVERNMENTSITE

4 NORFOLKNAVAL

STATION, VA

7680 384 8064

SENIOR CORROSIONCONTROLTECHNICIAN(HM&E)

GOVERNMENTSITE

3 NORFOLKNAVAL

STATION ANDLITTLE CREEK

JEB, VA

5760 288 6048

SENIOR CORROSIONCONTROLTECHNICIAN(HM&E)

GOVERNMENTSITE

2 MAYPORTNAVAL

STATION, FL

3840 192 4032

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 3 of 40 FINAL

 

Page 6: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

SENIOR CORROSIONCONTROLTECHNICIAN(HM&E)

GOVERNMENTSITE

6 SAN DIEGONAVAL

STATION ANDNAVAL AIRSTATIONNORTH

ISLAND, CA

11520 576 12096

SENIOR CORROSIONCONTROLTECHNICIAN(HM&E)

GOVERNMENTSITE

2 EVERETTAND KITSAP

NAVALSTATION, WA

3840 192 4032

SENIOR CORROSIONCONTROLTECHNICIAN(HM&E)

GOVERNMENTSITE

3 COMBINEDFLEET

ACTIVITIESYOKOSUKA

JAPAN (CFAY)

5760 288 6048

SENIOR CORROSIONCONTROLTECHNICIAN(HM&E)

GOVERNMENTSITE

1 COMBINEDFLEET

ACTIVITIESSASEBO

JAPAN (CFAS)

1920 96 2016

SENIOR CORROSIONCONTROLTECHNICIAN(HM&E)

GOVERNMENTSITE

2 PEARLHARBOR

NAVALSTATION, HI

3840 192 4032

CORROSIONCONTROLTECHNICIAN (C5I)

GOVERNMENTSITE

1 NORFOLKNAVAL

STATION, VA

1920 96 2016

CORROSIONCONTROLTECHNICIAN (C5I)

GOVERNMENTSITE

1 NORFOLKNAVAL

STATION ANDLITTLE CREEK

JEB, VA

1920 96 2016

CORROSIONCONTROLTECHNICIAN (C5I)

GOVERNMENTSITE

1 MAYPORTNAVAL

STATION, FL

1920 96 2016

CORROSIONCONTROLTECHNICIAN (C5I)

GOVERNMENTSITE

1 SAN DIEGONAVAL

STATION, CA

1920 96 2016

CORROSIONCONTROLTECHNICIAN (C5I)

GOVERNMENTSITE

1 EVERETTAND KITSAP

NAVALSTATION, WA

1920 96 2016

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 4 of 40 FINAL

 

Page 7: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

CORROSIONCONTROLTECHNICIAN (C5I)

GOVERNMENTSITE

1 COMBINEDFLEET

ACTIVITIESYOKOSUKA

JAPAN (CFAY)

1920 96 2016

CORROSIONCONTROLTECHNICIAN (C5I)

GOVERNMENTSITE

1 PEARLHARBOR

NAVALSTATION, HI

1920 96 2016

TOOL TECHNICIAN GOVERNMENTSITE

1 NORFOLKNAVAL

STATION, VA

1920 96 2016

TOOL TECHNICIAN GOVERNMENTSITE

1 NORFOLKNAVAL

STATION ANDLITTLE CREEK

JEB, VA

1920 96 2016

TOOL TECHNICIAN GOVERNMENTSITE

1 MAYPORTNAVAL

STATION, FL

1920 96 2016

TOOL TECHNICIAN GOVERNMENTSITE

2 SAN DIEGONAVAL

STATION, CA

3840 192 4032

TOOL TECHNICIAN GOVERNMENTSITE

2 EVERETTAND KITSAP

NAVALSTATION, WA

3840 192 4032

TOOL TECHNICIAN GOVERNMENTSITE

2 COMBINEDFLEET

ACTIVITIESYOKOSUKA

JAPAN (CFAY)

3840 192 4032

TOOL TECHNICIAN GOVERNMENTSITE

1 COMBINEDFLEET

ACTIVITIESSASEBO

JAPAN (CFAS)

1920 96 2016

TOOL TECHNICIAN GOVERNMENTSITE

1 PEARLHARBOR

NAVALSTATION, HI

1920 96 2016

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 5 of 40 FINAL

 

Page 8: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

AUXILIARY TOOLTECHNICIAN

GOVERNMENTSITE

1 NORFOLKNAVAL

STATION, VA

1920 96 2016

TOTAL LABORHOURS PER YEAR

104,832

*Denotes Key Personnel

CLIN/SLIN STRUCTURE

The CLINS 7000 (Services) and 9000 (Other Direct Costs) will represent the Parent CLINs for the resultant order.  Foradministrative purposes, ceiling amounts under the parent CLINs will be subsequently re-allocated to new CLINs associated withvarious technical instructions issued and/or Appropriation types.

PASS THROUGH/ SUBCONTRACTOR LABOR COSTS

If fee is included in the pass-through rate for subcontractor labor costs, the prime contractor is requested toidentify what percentage of the pass through cost is considered fee in its cost proposal. The maximum laborpass through rate (which includes all addersand any prime contractor fee applied to subcontractor laborcosts) shall not exceed 8%.

HQ B-2-0015 PAYMENTS OF FEE(S)(LEVEL OF EFFORT – ALTERNATE 1)(NAVSEA) (MAY 2010)

(a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee typecontracts, "base fee" in cost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixed feetype contracts for level of effort type contracts.

(b) The Government shall make payments to the Contractor, subject to and in accordancewith the clause in this contract entitled "FIXED FEE" (FAR 52.216-8)or "INCENTIVEFEE", (FAR 52.216-10), as applicable. Such payments shall be submitted byand payable tothe Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST ANDPAYMENT" (FAR 52.216-7), subject to the withholding terms and conditionsof the"FIXED FEE" or "INCENTIVE FEE" clause, as applicable, andshall be paid at the hourlyrate(s) specified above per man-hour performed and invoiced. Total fee(s) paid to theContractor shall not exceed the fee amount(s) set forth in this contract. In noevent shall theGovernment be required to pay the Contractor any amount in excess of the funds obligatedunder this contract.

(End of Text)

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 6 of 40 FINAL

 

ldalton
Highlight
ldalton
Highlight
ldalton
Highlight
ldalton
Highlight
Page 9: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

SECTION C DESCRIPTIONS AND SPECIFICATIONS

 SECTION C DISCRIPTIONS AND SPECIFICATIONSSTATEMENT OF WORK

UNITED STATES NAVY (USN)CORROSION CONTROL ASSISTANCE TEAM (CCAT)

1.0              IntroductionThe Corrosion Control Assistance Team (CCAT) program was established by NAVSEA 05 andUnited States Fleet Forces Command (USFFC) in 2010 in response to a Chief of NavalOperations (CNO) tasker to improve U.S. Navy shipboard Organizational-Level corrosioncontrol maintenance by sailors.  The CCAT program was piloted in March 2010 with a singleteam standing up in the Norfolk area to demonstrate and develop the concept.  NAVSEA 05PF isthe program manager for the effort with the Naval Surface Warfare Center Carderock Division(NSWCCD), Code 614, providing the project engineering and technical support. There arecurrently eight (8) teams at major Fleet Concentration Areas (FCA) providing ships withcorrosion control tools, training, technical assistance and introduction of new technology.1.1       Scope 

The Contractor shall provide all labor, technical assistance, training and process consumables forthe operations, logistics and program management of the U.S. Navy Corrosion ControlAssistance Teams (CCAT). Tasks will include issuing Government owned tools and processconsumables, repairing/maintaining tools, conducting training, providing technical expertise andintroduction of new technology to sailors onboard ships to support the performance of corrosioncontrol maintenance. The contractor shall execute the CCAT program with the objective toimprove the efficiency and effectiveness of preservation and corrosion control maintenanceperformed by sailors onboard U.S. Navy and Coast Guard ships and boats. A secondary functionof the contractor will be to provide sufficient engineering and analysis to study operational andmaintenance procedures, recommend improvements, determine appropriate metrics, and calculatereturn-on-investment of the programs. The contractor shall support the Navy CCAT efforts tocommunicate program benefits, quantify program impacts, and train the proper techniques forcorrosion prevention to minimize U.S. Navy asset life-cycle cost.Detailed requirements are delineated in section 3.0. This work statement provides generalrequirements to support the CCAT program.  Specific requirements will be specified insubsequent Technical Instructions (TIs).  1.2       Place of Performance 

Performance will take place at the following anticipated locations: 

1.      Naval Station Norfolk, VA.2.      Joint Expeditionary Base (JEB) Little Creek, VA.3.      Naval Station Mayport, FL.4.      Naval Station San Diego, CA.5.      Naval Base Coronado and Naval Air Station North Island, CA.6.      Naval Station Everett, WA.

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 7 of 40 FINAL

 

Page 10: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

7.      Naval Base Kitsap, WA.8.      Ship Repair Facility (SRF) and Combined Fleet Activities Yokosuka (CFAY), Japan.9.      Ship Repair Facility (SRF) Detachment and Combined Fleet Activities Sasebo (CFAS), Japan.10.  Naval Station Pearl Harbor, HI.11.  Other appropriate Department of the Navy (DON) and Coast Guard (CG) Installations defined

by specific Task Instructions (TIs). 

Due to the unexpected nature of this effort, additional locations that cannot be identified as yetmay become necessary based on Fleet operations, ship deployment schedules and critical missionrequirements. The schedules for each location will be identified by the Government but will occurwithin the Task Instruction (TI) established period of performance. 

1.2.1    Japan Status of Forces Agreement (SOFA)The Status of Forces Agreement (SOFA) between the United States and Japan governs the rightsand obligations of the United States armed forces in Japan.  Only those individual Contractorswho are United States nationals; not ordinarily a resident in Japan; present in Japan at theinvitation of and solely for the purpose of executing contracts with the United States for thebenefit of the United States armed forces; and, not present in Japan under any other SOFA statusmay be issued a Letter of Identification by the Contracting Officer Representative (COR) so thattheir status may be verified by Japanese authorities upon their entry into and/or departure fromJapan. 

1.3       Government Furnished Equipment / Materials / Facilities 

Government Furnished Equipment, Materials, and Facilities will be identified in each technicalinstruction.1.4       Contractor Work Schedule and Federal HolidaysThe contractor will be required to provide corrosion control support to U.S. Navy ships for a 5days per week, 8 hours per day work week, 52 weeks per year schedule. As such, the contractorshall also adhere to the federal holiday schedule for its work force. Minimal overtime is expectedfor emergent tasking only.1.5       Security 

The contractor is responsible for acquiring and maintaining a SECRET facility security clearancein accordance with contract DD 254. The Director of Industrial Security, Defense InvestigativeService, NSWCCD is the point of contact regarding security matters.  

2.0       APPLICABLE DOCUMENTSa.       The following documents are referenced for the performance of this effort: Naval Ships’

Technical Manual (NSTM) Chapter 631, S9086-VD-STM-010, “Preservation of Ships InService – General” (Latest Revision).

b.      Naval Ships’ Technical Manual (NSTM) Chapter 634, S9086-VG-STM-010, “Deck Coverings– General” (Latest Revision).

c.       NAVSEA Technical Publication T9630-AB-MMO-010 “Corrosion Control Assessment and

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 8 of 40 FINAL

 

Page 11: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

Maintenance Manual (CCAMM) for the Corrosion Control Information Management System(CCIMS)” (Latest Revision).

d.      NAVSEA Technical Manuals for “Corrosion Control” on various classes of ships.e.       “Joint Fleet Maintenance Manual”, COMUSFLTFORCOMINST 4790.3 (Latest Revision and

Change).f.       NAVSEA Reviewed Coating System ASTM F-718s.g.      Paint Manufacturer Product Data Sheets and Material Safety Data Sheets.h.      NAVSEA Preservation Process Instructions (PPIs) for various preservation processes.i.        NAVSEA 05P Ltr 9630 / Ser 05P/212 dtd 12May11, “Corrosion Control Assistance Team

(CCAT)” (Overview of program, tools and technical expertise required to effectively operate).Note: If any of these references are not available on Navy Surface Treatment Center website athttps://nstcenter.biz then the Government will provide copies to the contractor upon award ofcontract.3.0       REQUIREMENTS 

The Contractor shall provide the labor, training, technical assistance, equipment maintenance andprocess consumables for the operations, logistics and program management support of the NavyCorrosion Control Assistance Teams (CCAT) onboard U.S. Navy and Coast Guardships/submarines and boats. The Navy CCAT Program is currently operating with eight (8)teams, one each at Naval Station Norfolk VA, Joint Expeditionary Base (JEB) Little Creek VA,Naval Station Mayport FL, Naval Station San Diego CA, Naval Station Everett WA, Ship RepairFacility (SRF) Yokosuka Japan, Ship Repair Facility (SRF) Detachment Sasebo Japan, and JointBase Hickam-Pearl Harbor Hawaii.   Due to the unexpected nature of this effort, additional CCAT locations may be added and teamsize at existing locations may be adjusted depending on the fleet demand as identified by the Fleetand Type Commanders in conjunction with approval by the NAVSEA 05 Program Manager.The CCAT program general requirements include:

a)      CCAT will provide corrosion control technical expertise, training, and issue Government ownedtools to Ships’ Force sailors onboard U.S. Navy ships.   The CCAT will provide support onlyand not perform corrosion control maintenance.

b)      The CCAT will only address those corrosion problems that are normally identified as Ships’Force capable Organizational-Level (O-Level) maintenance.

c)      The team will provide On-The-Job (OJT) training which is augmented by classroom training.d)     The team will not perform condition assessments.

 

3.1       Corrosion Control Assistance Team (CCAT) Support 

3.1.1    Initial Stand-Up and Management.  Within 30 days of award the Contractor shallstand-up, maintain, and operate a Corrosion Control Assistance Team (CCAT) at each of theCCAT Project Engineering Lead specified locations in the Technical Instruction (TI).  The CCATwill consist of a team capable of supporting up to seven (7) ships at one time at each CCATlocation.  Specific ships to be supported are identified on the Commander Naval Surface ForcesAtlantic (CNSL) and Commander Naval Surface Forces Pacific (CNSP) quarterly CCAT schedulenaval messages. The Navy CCAT Program is currently operating with eight (8) teams at locations

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 9 of 40 FINAL

 

Page 12: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

identified in SOW paragraph 1.2.  The team sizes for future CCAT operations may increase ordecrease depending on mission demands and the U.S. Navy operation and deployment schedule.The Contractor shall perform CCAT Management Elements (ME) by assignment of a Team Leadat each of the specified locations. The Team Lead will act as the lead corrosion control technicalexpert for the team and will coordinate training, work/production schedules, ship support datacollection and reporting, quality control and assurance, and other management/administrativeactivities for the CCAT.  There shall be no more than one team lead for each CCAT.  SpecificTechnical Instructions (TIs) will provide specific staffing requirements to meet ship supportrequirements.  The contractor shall coordinate all CCAT activities with the NSWCCD ProjectEngineering Lead. 3.1.2    Training and Certification.  The Contractor shall meet the NAVSEA 05 training andcertification requirements for CCAT personnel as described in the Personnel QualificationsSection of this SOW.  In addition, the contractor shall develop, implement and document trainingand certification programs as necessary to assist U.S. Navy requirements. 3.1.3    Supervision and Oversight.  The Contractor shall follow all of the CCAT programguidelines and processes as identified by the NAVSEA 05 CCAT Program Manager andNSWCCD Project Engineering Lead. 

3.1.4    CCAT Ship Support Schedule. The CCAT Project Engineering Lead coordinates with theindividual U.S. Navy Type Commanders and ships to formulate a CCAT ship support scheduleby CCAT location on a quarterly basis. The CCAT ship support schedule is then provided to theContractor via CCAT team leads and promulgated to the U.S. Navy ships by naval message. TheContractor’s CCAT team leads are then tasked to coordinate and execute the ship supportschedules with the individual ships and provide the CCAT support package which includescorrosion control work package assist, training, technical assistance, Government owned toolissue, tool repair and new technology introduction. 

3.1.5    CCAT Ship Support Execution.  The following are the primary required elements ofCCAT support to U.S. Navy ships: 

3.1.5.1  CCAT team lead shall contact the ships on the CCAT support schedule in advance of theCCAT support availability to coordinate support and schedule an in-brief. 

3.1.5.2  Prior to the start of a ship’s CCAT support availability execution, conduct an in-briefwith the ship management team to provide specific details of CCAT corrosion control support.In conjunction with in-brief conduct a planning walk-through of spaces and work items withShip’s Force to identify materials and manpower requirements and to prioritize work items inship’s work package. 

3.1.5.3  Conduct classroom training sessions for Ship’s Force personnel performing corrosioncontrol maintenance and specifically address tool use and maintenance, proper surfacepreparation, paint mixing and coating application procedures. 

3.1.5.4  Repair ship’s surface preparation tools (if deemed repairable for less than 10% cost of areplacement) and return to ship when complete.

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 10 of 40 FINAL

 

Page 13: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

 

3.1.5.5  Issue Government owned tools and process consumables from CCAT tool depot/van toShip’s Force as required during ship support availability to support preservation work items inthe ship’s work package. Perform routine maintenance on CCAT tools as required by toolmanufacturer to ensure long service life. Maintain inventory control of Government owned toolsand require ships Force to return all tools to the tool depot/van when CCAT support iscomplete. Maintain an inventory of process consumables and replenish on a routine basis asrequired to ensure tooling is ready for use. 

3.1.5.6  Provide technical expertise and On-The-Job training to Ship’s Force during the executionof the ship’s corrosion control work package. Perform in-process quality checks on the ship’swork items and provide feedback to the ship’s crew on correct processes and procedures. 

3.1.5.7  Introduce new corrosion control technology to the ship including but not limited toadvanced coatings, new materials and improved tools. 

3.1.5.8  Ensure Ship’s Force mixes the coating systems properly and adhere to proper filmthickness application and curing times. 

3.1.5.9  During execution of ship support maintain a log of Ship’s Force work items assisted withand at the completion of the support availability provide information to the ship to support theclose out of the ship’s work candidate form 4790-2K. 

3.1.5.10  Upon completion of CCAT ship support obtain copies of completed work candidatesform 4790-2K. 

3.1.5.11  Upon completion of CCAT ship support hold a completion out-brief with the ship’smanagement team to discuss support provided and feedback on lessons learned. 

3.1.6   CCAT Reporting Procedures.  The contractor team leads shall report on a monthly basisto the CCAT Operations Manager and NSWCCD Project Engineering Lead the number of shipwork items supported, number of tools used (on a daily basis), ship’s tools repaired, and Navypersonnel trained for each fleet asset supported. In addition, upon completion of each U.S. Navyasset (ship or boat) support period a final report shall be completed including the sameinformation with detailed descriptions of work items supported. Detailed descriptions of workitems shall include as a minimum: location/space number; location/space identification; workperformed description; coatings applied; materials and fasteners used; sq. ft. preserved; and shipsforce man-hours utilized.3.2       LOGISTICS and PROGRAM MANAGEMENT SUPPORT 

3.2.1    General Requirements.  This effort is to provide logistical and program managementsupport for the Navy CCAT Program.  The Contractor shall be responsible for providing suitabletechnical and analytical expertise to support ongoing CCAT responsibilities.  The Contractorshall provide an overall lead corrosion control Subject Matter Expert (SME) who is also theCCAT Operations Manager to act as coordinator of task activities to ensure successfulcompletion of contract requirements.

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 11 of 40 FINAL

 

Page 14: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

3.2.2    Specific Requirements.  When identified by the TI the Contractor shall stand up a team sufficient to performthe requirements specified in paragraphs 3.2.2.1 through 3.2.2.8.

3.2.2.1  Subject Matter Expertise and Program Support.  The contractor shall be responsible forsupporting these activities with expert understanding of corrosion control technical issuesaffecting U.S. Navy ship systems, expertise in U.S. Navy concepts of maintenance andimplementation of a formal program to collect CCAT ship support data and conduct criticalityanalysis and problem remediation.  Key facets of support include:  Technical and programmaticsupport at formal IPTs and working groups; assisting in developing a five  (5) year CCATProgram Plan for approval by the U.S. Navy CCAT Program Manager and SME inputs toprogram documentation.  

3.2.2.2 Logistics and Technical Support.  The CCAT Operations Manager is responsible forestablishing a thorough process for identifying program technical requirements based upon therisks and complexities associated with corrosion control maintenance. Key requirements includereview and update of CCAT related technical manuals, adding newly fielded corrosion controlequipment and tools, identifying and incorporating the latest corrosion control technologiesavailable. The Contractor is responsible for supporting execution of a comprehensive corrosioncontrol operation to ensure system/program requirements are addressed from a life cycleperspective.  Inclusive in this approach are actions to identify requirements, conduct verificationand validation, and prepare documentation and guidance.  Ancillary actions include developingand/or updating corrosion control training course(s) for ship’s force personnel, providing ship’sforce with the knowledge and tools to perform corrosion control and to implement appropriatecorrosion control methods. 

3.2.2.3 Management and Administration.  The Contractor shall be responsible for supporting theoverall effectiveness of the technical management program by developing and maintaining acorresponding Work Breakdown Structure (WBS) consistent with program objectives andensuring, at a minimum, quarterly review of progress and labor usage.  Additionally, this includesproviding expert technical advisory assistance to program staff, maintaining programinfrastructure (e.g., databases, project information), and producing associated products (e.gmemoranda, reports, supporting documentation) and deliverables delineated in the WBSactivities.  Key facets of management performance include developing formal processes forreporting performance, ensuring progress of task actions, interfacing with Governmentcustomers, and executing in accordance with defined quality assurance provisions. 

3.2.2.3.1  Studies and Analyses (Other than R&D).  The Contractor shall perform   studies andanalyses as required by applicable Task Instructions (TI). Such studies/analyses may includelogistics/supportability, engineering, financial, operational, etc. Results shall be documented asrequired by the applicable Technical Instruction (TI). 

3.2.2.3.2   Financial Reports.  Preparation of customized financial reports for the CCAT programand shall perform cost and variance analysis to track productive and overhead spending andforecast future trends for both labor and Other Direct Costs (ODCs). 

3.2.2.4  On-site Liaison and Coordination.  The Contractor shall provide a dedicated overall

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 12 of 40 FINAL

 

Page 15: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

CCAT program operations manager and an on-site team lead at each CCAT location as requiredby applicable Task Instructions (TIs).  The CCAT team leads shall assist in identifying andassessing current and projected corrosion problems across the Fleet assets through regularcommunication and coordination with the U.S. Navy Operating Forces. Critical facets ofperformance include providing liaison and management assistance for ensuring CCAT programobjectives are maintained; and providing direct support in the day-to-day operations involved inthe management and execution of the CCAT program.  The CCAT operations manager and teamleads shall possess the necessary skills and military experiences that allow them to workindependently. 

3.2.2.5  Specifications, Procedures and Technical Tools.  The contractor shall review, modify andupdate corrosion control specifications, procedures and technical tools as required. 

3.2.2.6  Operation, Maintenance and Repair.  The Contractor shall operate, repair and maintainCCAT support equipment as required by applicable Technical Instruction (TI). 3.2.2.7  Material Support.  The Contractor shall procure and handle appropriate storage andstaging of all incidental equipment and supplies or associated special purpose tools and testequipment unless specifically included as Government Furnished Material (GFM).3.2.2.8  Technical Support.  The Contractor shall prepare the formal technical presentations anddocumentation including graphics support pertinent to CCAT.3.2.2.9  Conference and Meeting Support.  The Contractor shall provide support for CCATmeetings (only) including, but not limited to, developing briefing/training materials, participatingon sub-teams, and completing action items. The Contractor shall generate and distribute CCATmeeting agendas, meeting minutes and follow up on action items.3.2.2.10  Training Support.  The Contractor shall provide corrosion control fleet training supportto sailors including shipboard, shore side and distance training support.3.2.2.11  Plan of Action and Milestones.  The Contractor shall assist with the development andtracking of Plan of Action and Milestones (POAMs) for related corrosion control programs andprojects.3.2.2.12  Publications. The Contractor shall review and/or develop and submit logistics supportpublications as required by applicable TI. Such publications may include Integrated LogisticsSupport Plans (ILSPs), In-Service Management Plans (IMMP), Technical Manuals (TMs),Interactive Electronic Technical Manuals, Repair Parts and Special Tools Lists. 

4.0       DELIVERABLES 

The contractor shall provide the following deliverables associated with this tasking effort: 

4.1       The Burn Rate Analysis and Incurred Cost Report are summary reports that capture therate at which the money is expended and provides a summary of all costs incurred to date.  Thesereports shall be attached in Wide Area Workflow Receipts and Acceptance (WAWF-RA),beginning 30 days after award and every 30 days thereafter. See the attached Contract DataRequirements List (CDRL), Exhibit A/Data Item A001, for more information on requirements forthese deliverables. 

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 13 of 40 FINAL

 

ldalton
Highlight
Page 16: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

4.2        Progress and Financial Reports: The contractor shall provide a monthly progress report,which shall briefly describe the work performed during each reporting period, together withsignificant results that were achieved.  This report will describe any problems encountered andpropose solutions for consideration for their resolution.  The report shall further provide thecurrent technical and financial status of each effort, and contain a brief outline of workenvisioned/planned for the ensuing reporting period.  The report shall identify the number ofman-hours expended by labor category during the reporting period (including a list of specificcontractor personnel aligned to these labor categories), man-hours expended to date and fiscalyear, percent expended and the miscellaneous support costs incurred during the reporting periodand cumulatively.  Any subcontractor technical progress and financial expenditures shall bereported separately, as attachments to the contractor’s progress report.   Submission of thisreport shall be accomplished via electronic email to the Contracting Officer’s Representative(COR) and the contract Subject Matter Expert (SME). See the attached Contract DataRequirements List (CDRL), Exhibit A/Data Item A002, for more information on requirements forthis deliverable. 

4.3       Monthly Ship Support Summary Report: Provided by CCAT team lead to contractSubject Matter Expert (SME) and includes each ship supported by CCAT during the month asdescribed in the requirements section 3.0 and subparagraphs.  See the attached Contract DataRequirements List (CDRL), Exhibit A/Data Item A002, for more information on requirements forthis deliverable. 

5.0       TRAVEL 

Travel costs will be considered reasonable and allowable only to the extent that they do notexceed, on a daily basis, the maximum per diem rates in effect at the time of the travel.  The JointTravel Regulations (JTR), while not wholly applicable to contractors, shall provide the basis forthe determination as to reasonable and allowable costs.  Maximum use is to be made of the lowestavailable customary standard coach or equivalent airfare accommodations available during normalbusiness hours. Travel related expenses shall be on an as needed basis. All necessary travelmeeting the above criteria shall be approved in advance by the COR. 

6.0       PERSONNEL QUALIFICATIONS 

6.1       General Requirements: The contractor shall be responsible for employing technicallyqualified and trained personnel to perform the tasks to be performed hereunder and whererequested provide resumes and similar work experience to document employee competencies. Inaddition, the contractor shall maintain the personnel, organization and administrative controlnecessary to ensure that the work delivered meets or exceeds the task order specificationrequirements. In the event an individual proposed for performance under the resultant task orderis not currently employed by the offeror, the offeror shall include with its proposal, a letter ofintent signed by that individual who states the individual's intent to accept employment with thatofferor.6.1.1.   The Government reserves the right, during the term of this task order, to request workhistories on any contractor employee for purposes of verifying compliance with this

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 14 of 40 FINAL

 

ldalton
Highlight
ldalton
Highlight
ldalton
Highlight
ldalton
Highlight
Page 17: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

requirement.  Personnel assigned to or utilized by the contractor in the performance of this taskorder shall be fully capable of performing the contemplated functions of the respective laborcategories in an efficient, reliable, and professional manner.6.1.2.   If the contracting officer questions the qualifications or competence of any personperforming under the task order, the burden of proof to sustain that the person is qualified asprescribed herein shall be upon the contractor.6.1.3    Regarding personnel, in the event that there is a follow-on to the resultant task order, anda different successor contractor is selected, the contractor shall allow as many personnel aspracticable to remain on the job to help the successor maintain the continuity and consistency ofthe services required by this task order in accordance with FAR Clause 52.237-3, Continuity ofServices (Jan 1991), of the basic SeaPort contract.   

6.2 KEY PERSONNEL LABOR CATEGORIES AND THE GOVERNMENT'S TARGET /MINIMUM EDUCATION AND EXPERIENCE REQUIREMENTS 

The following labor categories are designated Key Personnel for this task order. Resumes will besubmitted for each category in the quantities indicated in parenthesis by the key categorydescription. In addition, the contractor is responsible for employing those personnel proposedunder the "Key Personnel" categories identified under this task order. Any substitution/additionof personnel under those identified as Key Personnel shall be subject to the Substitution of KeyPersonnel Clause identified under the Basic Seaport Contract.  The Target Education andQualifications for the key labor categories below are as follows. Note: Where necessary,minimum requirements for Key Personnel are identified as well as targets. 

Note: For the categories of Operations Manager and CCAT Team Leaders a minimum has beenspecified with regards to the NACE Certification. 

6.2.1    Senior Program Manager (1 resume) 

Target Education: Bachelor's Degree.Target Experience:  Eight (8) years of experience as a Program Manager supporting Navytechnical programs including the development, repair, installation, modification, operation, testingand maintenance of Government systems. Eight (8) years of experience in scheduling (MicrosoftProject), planning, estimating, project control, Work Breakdown Structure (WBS) management,subcontract management, project progress tracking, Capability Maturity Model Integration(CMMI) concepts, processes, procedures and Earned Value concepts. Knowledge of Navyprograms, organizations, functions, and responsibilities.  Knowledge of Navy programs,organizations and functions.6.2.2  Senior Engineer (1 resume)Minimum Education: Bachelor of Science (BS) Degree in Engineering from an accredited college oruniversity.Target Experience:  Eight (8) years of experience in U.S. Navy corrosion control maintenance andengineering. Knowledge of and experience with Navy corrosion control databases, technicalpublications, procedures and requirements. Knowledge of Navy programs, organizations andfunctions.

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 15 of 40 FINAL

 

ldalton
Highlight
Page 18: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

 

6.2.3  Operations Manager (1 resume) 

Target Education: High School Diploma, related military experience, trade/industrial schoolgraduate or GED equivalent. 

Minimum Certification: National Association of Corrosion Engineers (NACE) Certified CoatingInspector Program (CIP) Level III with peer review. 

Target Experience: Ten (10) years of experience in the corrosion control field supporting U.S.Navy ship and submarine maintenance.  Demonstrate experience with corrosion control issues,solutions, and requirements for both Hull, Mechanical, and Electrical (HM&E) and CombatSystems, Communications, Computers, Command and Control and Internet (C5I) systems andequipment is required.  The candidate should have considerable experience working with andunderstanding constraints associated with shipboard corrosion control and preservationmaintenance.  The candidate should demonstrate knowledge of surface preparation tools,corrosion control techniques and coating systems used on U.S. Navy ships and/or Coast Guardboats. This candidate should demonstrate new corrosion control technologies and how they maybe implemented on U.S. Navy and/or Coast Guard ships/boats.  The candidate shoulddemonstrate experience to effectively manage CCAT Team Leads and the operations of multipleteams. 

Team Leads (8 resumes – one for each CCAT location) 

Target Education: High School Diploma, related military experience, trade/industrial schoolgraduate or GED equivalent.Minimum Certification: NACE Certified Coating Inspector Program (CIP) Level III with peerreview.Target Experience: Ten (10) years of experience in the corrosion control field supporting U.S.Navy ship and submarine maintenance. Experience with corrosion control issues, solutions, andtechnical requirements for HM&E and C5I systems and equipment.  The candidate should haveconsiderable experience working with and understanding constraints associated with shipboardorganizational level corrosion control and preservation maintenance.  The candidate shoulddemonstrate experience with surface preparation tools, corrosion control techniques and coatingsystems used on U.S. Navy ships or in the marine industry. This candidate should demonstrateexperience with new corrosion control technologies and how they may be implemented on U.S.Navy ships.  The candidate should demonstrate experience managing team subordinates,corrosion control activities and be able to communicate effectively with ship leadership, shippersonnel, program leadership, and team members.6.3 NON-KEY PERSONNEL LABOR CATEGORIES AND THE GOVERNMENT'S MINIMUM EDUCATIONAND EXPERIENCE REQUIREMENTS

The following labor categories are designated non-Key Personnel for this task order. The offerormust certify that all proposed personnel meet the prescribed requirements. All non-keypersonnel performing under this task order shall meet the Government’s minimum education,certification and technical experience requirements. Resumes are not required for the non-key

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 16 of 40 FINAL

 

Page 19: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

personnel categories. The minimum education, certification and experience for the respectivenon-key labor categories are as follows:6.3.1 Senior Corrosion Control Technician (Hull, Mechanical and Electrical (HM&E)) (23required):Minimum Education: High School Diploma, related military experience, trade/industrial schoolgraduate or GED equivalent.Minimum Certification: NACE Certified Coating Inspector Program (CIP) Level III with peerreview.Minimum Experience: Seven (7) years of experience in the corrosion control field supporting U.S.Navy ship/submarine maintenance and/or U.S. Coast Guard boat maintenance. The candidateshall have experience with processes and requirements as they pertain to shipboardorganizational level corrosion control maintenance of HM&E systems and ships structure.  Thecandidate shall have extensive knowledge of surface preparation tools, corrosion controltechniques and coating systems used on U.S. Navy and/or Coast Guard ships/submarines/boats.The candidate shall have experience with new corrosion control technologies and how they maybe implemented on U.S. Navy and/or Coast guard ships/submarines/boats. 6.3.2  Corrosion Control Technician (Combat Systems, Communications, Computers, Command and Control andInternet (C5I)) (7 required):

Minimum Education: High School Diploma, related military experience, trade/industrial schoolgraduate or GED equivalent.Minimum Certification: NACE Certified Coating Inspector Program (CIP) Level I.Minimum Experience: Seven (7) years of experience that is related to electronics and combatsystems corrosion control maintenance on U.S. Navy ships/submarines and/or U.S. Coast Guardboats.  The candidate shall have experience with Electromagnetic Environmental Effects includingElectromagnetic Compatibility (EMC) and Electromagnetic Interference (EMI) and methods tomitigate problems including but not limited to proper bonding straps, weather sealing andfastener selection. The candidate shall have experience with processes and requirements as theypertain to shipboard organizational level corrosion control of C5I systems and also must have aworking knowledge of corrosion control technologies and procedures.  The candidate shall havethorough knowledge of surface preparation tools, corrosion control techniques and coatingsystems used on U.S. Navy and/or Coast Guard ships/submarines/boats.6.3.3  Tool Technician (11 required):Minimum Education: High School Diploma, related military experience, trade/industrial schoolgraduate or GED equivalent.Minimum Certification: NACE Certified Coating Inspector Program (CIP) Level I or Navy BasicPaint Inspector (NBPI) course.Minimum Experience: Five (5) years of experience that is related to corrosion control and toolmaintenance on U.S. Navy ships/submarines and/or U.S. Coast Guard boats.  The candidate shallhave experience with surface preparation tool maintenance, repair and consumable selection.  Thecandidate shall have experience repairing and maintaining an extensive variety of surfacepreparation and paint application tools. 6.3.4  Auxiliary Tool Technician (1 required):Minimum Education: High School Diploma, related military experience, trade/industrial schoolgraduate or GED equivalent.

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 17 of 40 FINAL

 

Page 20: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

Mimimum Experience: Three (3) years of experience that is related to corrosion control and  toolmaintenance. The candidate shall have experience with surface preparation tool maintenance,repair and consumable selection. 7.0       OVERTIME7.1       Overtime may be required to ensure essential schedules are met and minimizing theimpact on ships’ availability to perform its mission, due to schedule restrictions caused bylimited periods of ship availability.8.0       CONTRACTOR PERSONNEL IDENTIFICATON                 8.1       In the performance of this task order, contractor employees shall identify themselves ascontractor personnel by introducing themselves or being introduced as contractor personnel andby displaying distinguishing badges or other visible identification for meetings with Governmentpersonnel.  Contractor personnel shall appropriately identify themselves as contractoremployees in telephone conversations and both formal, and informal, written correspondence.9.0       ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION(ECMRA)9.1       The contractor shall report contractor labor hours (including subcontractor labor hours)required for performance of services provided under this task order for the NSWCCD via a securedata collection site. Contracted services excluded from reporting are based on Product ServiceCodes (PSCs). The excluded PSCs are:(1) W, Lease/Rental of Equipment;(2) X, Lease/Rental of Facilities;(3) Y, Construction of Structures and Facilities;(4) S, Utilities ONLY;(5) V, Freight and Shipping ONLY.The contractor is required to completely fill in all required data fields using the following webaddress https://doncmra.nmci.navy.mil.Reporting inputs will be for the labor executed during the period of performance during eachGovernment fiscal year (FY), which runs October 1 through September 30. While inputs may bereported any time during the FY, all data shall be reported no later than October 31 of eachcalendar year. Contractors may direct questions to the help desk, linked athttps://doncmra.nmci.navy.mil.  

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

The data to be furnished here under shall be prepared in accordance with the Contract DataRequirements List (CDRL), DD Form 1423, Exhibit A, attached hereto. 

CDRL No. Title Data Item Description

A001 Funds and Man-Hours Expenditure Report DI-FNCL-80331A

A002 Contractor’s Progress, Management, andStatus Report

DI-MGMT-80227

 

HQ C-2-0002- ACCESS TO PROPRIETARY DATA OR COMPUTER SOFTWARE

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 18 of 40 FINAL

 

ldalton
Highlight
Page 21: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

(NAVSEA)(JUN1994)(a) Performance under this contract may require that the Contractor have access to technical data,computer software, or other sensitive data of another party who asserts that such data orsoftware is proprietary. If access to such data or software is required or to be provided, theContractor shall enter into a written agreement with such party prior to gaining access to suchdata or software. The agreement shall address, at a minimum, (1) access to, and use of, theproprietary data or software exclusively for the purposes of performance of the work requiredby this contract, and (2) safeguards to protect such data or software from unauthorized use ordisclosure for so long as the data or softwareremains proprietary. In addition, the agreement shall not impose any limitation upon theGovernment or its employees with respect to such data or software. A copy of the executedagreement shall be provided to the Contracting Officer. The Government may unilaterally modifythe contract to list those third parties with which the Contractor has agreement(s). (b) The Contractor agrees to: (1) indoctrinate its personnel who will have access to the data orsoftware as to the restrictions under which access is granted; (2) not disclose the data or softwareto another party or other Contractor personnel except as authorized by the Contracting Officer;(3) not engage in any other action, venture, or employment wherein this information will be used,other than under this contract, in any manner inconsistent with the spirit and intent of thisrequirement; (4) not disclose the data or software to any other party, including, but not limitedto, joint venturer, affiliate,successor, or assign of the Contractor; and (5) reproduce the restrictive stamp, marking, or legendon each use of the data or software whether in whole or in part. (c) The restrictions on use and disclosure of the data and software described above also apply tosuch information received from the Government through any means to which the Contractor hasaccess in the performance of this contract that contains proprietary or other restrictive markings. (d) The Contractor agrees that it will promptly notify the Contracting Officer of any attempt byan individual, company, or Government representative not directly involved in the effort to beperformed under this contract to gain access to such proprietary information. Such notificationshall include the name and organization of the individual, company, or Governmentrepresentative seeking access to such information. (e) The Contractor shall include this requirement in subcontracts of any tier which involve accessto information covered by paragraph (a), substituting "subcontractor" for "Contractor" whereappropriate.

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

 

HQ C-2-0059 UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA) (AUG 1994)

If, during the performance of this or any other contract, the contractor believes that any contract

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 19 of 40 FINAL

 

Page 22: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

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

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 20 of 40 FINAL

 

Page 23: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

SECTION D PACKAGING AND MARKING

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

All reports delivered by the Contractor to the Government under this contract shall prominentlyshow on the cover of the report:

(1) name and business address of the Contractor

(2) contract number

(3) task order number

(4) sponsor: (To be specified on each individual Technical Instruction)

(Name of Individual Sponsor)

(To be specified on each individual Technical Instruction)

(Name of Requiring Activity)

(To be specified on each individual Technical Instruction)

(City and State)

Ship all Reports/Data to the Contracting Officer's Representative (COR) and SubjectMatter Expert (SME) identified in Section G.

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

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 21 of 40 FINAL

 

ldalton
Highlight
Page 24: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance will be performed by the Subject Matter Expert (SME) as identifiedin Section G, unless otherwise specified in the Technical Instructions (TIs) issued under thisTask Order.

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 22 of 40 FINAL

 

Page 25: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

SECTION F DELIVERABLES OR PERFORMANCE

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

   

7000 3/11/2016 - 3/10/2017

7001 3/11/2016 - 3/10/2017

9000 3/11/2016 - 3/10/2017

9001 3/11/2016 - 3/10/2017

CLIN - DELIVERIES OR PERFORMANCE

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

   

7000 3/11/2016 - 3/10/2017

7001 3/11/2016 - 3/10/2017

9000 3/11/2016 - 3/10/2017

9001 3/11/2016 - 3/10/2017

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

   

7100 3/11/2017 - 3/10/2018

7200 3/11/2018 - 3/10/2019

7300 3/11/2019 - 3/10/2020

7400 3/11/2020 - 3/10/2021

9100 1/29/2017 - 1/29/2018

9200 3/11/2018 - 3/10/2019

9300 3/11/2019 - 3/10/2020

9400 3/11/2020 - 3/10/2021

SHIP TO ADDRESS:Ship all data item deliverables to the Subject Matter Expert (SME) as specified in the task order.

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 23 of 40 FINAL

 

Page 26: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

SECTION G CONTRACT ADMINISTRATION DATA

Government Point/s of Contact

Contracting Officer Representative (COR)Michelle Cervenak, Code 607Naval Surface Warfare Center, Carderock Division9500 MacArthur BlvdWest Bethesda, MD [email protected]

Subject Matter Expert (SME)James Wigle, Code 61409500 MacArthur Boulevard,  Building 60West Bethesda, MD [email protected](301) 227-8976

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 thatuniquely identifies a unit, activity, or organization.

"Document type" means the type of payment request or receiving report a for creation in WideArea WorkFlow (WAWF).

"Local processing office (LPO)" is the office responsible for payment certification whenpayment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronic process vendor paymentrequests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission ofPayment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractorshall—

(1) Have a designated electronic business point of contact in the Central Contractor Registrationat https://www.acquisition.gov; and

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

(d) WAWF training. The Contractor should follow the training instructions of the WAWFWeb-Based Training Course and use the Practice Training Site before submitting paymentrequests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 24 of 40 FINAL

 

ldalton
Highlight
Page 27: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

WAWF home page at https://wawf.eb.mil/

(e) WAWF methods of document submission. Document submission via web entry, ElectronicData Interchange, or File Transfer Protocol.

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

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

Cost Voucher (Cost Reimbursable). 

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

See Section E.

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

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAACHQ0338

Issue By DoDAACN64498

Admin DoDAACS2404A

Inspect By DoDAACN00167

Ship To CodeN00167

Ship From CodeN/A

Mark For CodeN/A

Service Approver (DoDAAC)N00167

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 25 of 40 FINAL

 

ldalton
Highlight
Page 28: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

Service Acceptor (DoDAAC)N00167

Accept at Other DoDAACN/A

LPO DoDAACN/A

DCAA Auditor DoDAAC           HAA722 

Other DoDAAC(s)N/A

 

(4) Payment request and supporting documentation. The Contractor shall ensure a paymentrequest includes appropriate contract line item and subline item descriptions of the workperformed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevantback-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of eachpayment request.

(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below inthe "Send Additional Email Notifications" field of WAWF once a document is submitted in thesystem.

[email protected]

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding the following contracting activity’s WAWFpoint of contact.

Richard FordE-mail:  [email protected]:  301-227-1116

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

(End of clause)

 

HQ G-2-0009, Supplemental Instructions Regarding Electronic Invoicing (NAVSEA) (SEP2012)

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 26 of 40 FINAL

 

ldalton
Highlight
ldalton
Highlight
ldalton
Highlight
Page 29: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

(a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), asapplicable, at the lowest  level of performance, either at the technical instruction (TI), sub lineitem number (SLIN), or contract line item number (CLIN) level, rather than on a totalcontract/TO basis, and to submit invoices reflecting costs incurred at that level. Supportingdocumentation in Wide Area Workflow (WAWF) for invoices shall include summaries of workcharged during the period covered as well as overall cumulative summaries by individual laborcategories, rates, and hours (both straight time and overtime) invoiced; as well as, a costbreakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. Foother than firm fixed price subcontractors, subcontractors are also required to provide laborcategories, rates, and hours (both straight time and overtime) invoiced; as well as, a costbreakdown of ODCs, materials, and travel invoiced. Supporting documentation may beencrypted before submission to the prime contractor for WAWF invoice submittal.Subcontractors may email encryption code information directly to the Contracting Officer (CO)and Contracting Officer Representative (COR). Should the subcontractor lack encryptioncapability, the subcontractor may also email detailed supporting cost information directly to theCO and COR; or other method as agreed to by the CO.

(b) Contractors submitting payment requests and receiving reports to WAWF using eitherElectronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately sendan email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO email notificationas required herein.

 

252.204-0001 Line Item Specific: Single Funding.  (SEP2009)

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

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------7001 130055299100001 5106783.00  LLA : AA 1761804 8B5B 251 V5P00 0 050120 2D 000000 A00003301762 Standard Number: N0002416WX04933/ACRN AA 2410(a) authority is hereby exercised. Reference TI-01.   9001 130055299100002 1092852.00  LLA : AA 1761804 8B5B 251 V5P00 0 050120 2D 000000 A00003301762 Standard Number: N0002416WX04933/ACRN AA 2410(a) authority is hereby exercised. Reference TI-01.    BASE Funding 6199635.00 Cumulative Funding 6199635.00 

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 27 of 40 FINAL

 

ldalton
Underline
ldalton
Underline
Page 30: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 28 of 40 FINAL

 

Page 31: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

SECTION H SPECIAL CONTRACT REQUIREMENTS

5252.232-9104 ALLOTMENT OF FUNDS (JAN 2008)

(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presentlyavailable and allotted to this contract for payment of fee for incrementally funded contract line itemnumber/contract sub-line item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below. The amount(s)presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINsis set forth below. As provided in the clause of this contract entitled "LIMITATION OF FUNDS" (FAR52.232-22), the CLINs/SLINs covered thereby, and the period of performance for which it is estimated theallotted amount(s) will cover are as follows:

EST. ITEM(S)ALLOTED TOCOST

ALLOTTED TOFEE

PERIOD OFPERFORMANCE

7001 $4,866,383.65 $240,399.35 3/15/16-3/14/17

9001 $1,092,852.00  $0.00 3/15/16-3/14/17

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

(c) CLINs/SLINs are fully funded and performance under these CLINs/SLINs is subject to the clause ofthis contract entitled "LIMITATION OF COST" (FAR 52.232-20).

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

(End of Text)

5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)

(a) Performance of the work hereunder may be subject to written technical instructions signed by theContracting Officer's Representative specified in Section G of this contract. As used herein, technicalinstructions are defined to include the following:

(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, s emphasis, fill in detailsor otherwise serve to accomplish the contractual statement of work.

(2) Guidelines to the Contractor which assist in the interpretation of drawings, spe technical portions ofwork description.

(b) Technical instructions must be within the general scope of work stated in the contract.

  

Technical instructions may not be used to: (1) assign additional work under the contract; (2) direct a change

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 29 of 40 FINAL

 

ldalton
Highlight
ldalton
Highlight
Page 32: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

as defined in the "CHANGES" clause of this contract; (3) increase or decrease the contract price orestimated contract amount (including fee), as applicable, the level of effort, or the time required for contractperformance; or (4) change any of the terms, conditions or specifications of the contract.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of thecontract or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer inwriting within ten (10) working days after the receipt of any such instruction. The Contractor shall notproceed with the work affected by the technical instruction unless and until the Contractor is notified bythe Contracting Officer that the technical instruction is within the scope of this contract.

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

(End of Text)

H-5 Task Order Process.

Ombudsman Description.

The Local Warfare Center Site Deputy for Small Business has been designated as the NAVSEA and relatedProgram Executive Offices Ombudsman for this contract. The NSWCCD Ombudsman will reviewcomplaints from the contractors and ensure that all contractors are afforded a fair opportunity to beconsidered, consistent with the procedures in the contract. Complaints to the NSWCCD Ombudsman mustbe forwarded to:

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

Organizational Conflict of Interest

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

CAR H11 – CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (DEC 2014)

a. In accordance with SECNAVM-5510.30 Chapters 5 and 6, all Contractor personnel that require accessto Department of Navy (DON) information systems and/or work on-site are designated Non-CriticalSensitive/IT-II positions, which require an open investigation or favorable adjudicated National AgencyCheck (NACLC) by the Industrial SecurityClearance Office (DISCO). Investigations should be completedusing the SF-86Form and the SF-87 finger print card. An interim clearance can be granted bythe companySecurity Officer and recorded in the Joint Personnel AdjudicationSystem (JPAS). An open or closedinvestigation with a favorable adjudication isrequired prior to issuance of a badge providing access toNSWCPLD sites and buildings. If an unfavorable adjudication is determined by DISCO all accesswillterminated.  For Common Access Card (CAC) you must have a favorably adjudicated investigation, or afinal security clearance.  A CAC will not be issued to contractors who has an interim security clearance.

b. Within 30 days after contract award, the Contractor shall submit a list of all Contractor personnel,including subcontractor employees, who will have access to DON information systems and/orwork on-site

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 30 of 40 FINAL

 

Page 33: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

at one of the NSWCPLD sites to the appointed Contracting OfficerRepresentative (COR) via email. TheContractor shall provide each employee'sfirst name, last name, contract number, the NSWCPLD technicalcode, worklocation, whether or not the employee has a CAC card and/or swipe card, thesystems theemployee can access (i.e., NMCI, RDT&E), and the name of theContractor's local point of contact, phonenumber and email address. Throughoutthe period of performance of the contract, the Contractor shallimmediatelyprovide any updated information to the COR when any Contractor personnelchanges occurincluding substitutions or departures.

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 31 of 40 FINAL

 

Page 34: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

SECTION I CONTRACT CLAUSES

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

 (a) The Government may extend the term of this contract by written notice to the Contractorwithin 30 days prior to completion of the base period; provided that the Government gives theContractor a preliminary written notice of its intent to extend at least 60 days before the contractexpires. The preliminary notice does not commit the Government to an extension.

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

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

(End of Clause)

252.222-7006 RESTRICTIONS ON THE USE OF MANDATORY ARBITRATIONAGREEMENTS (DEC 2010)

            (a) Definitions. As used in this clause–

“Covered subcontractor” means any entity that has a subcontract valued in excess of $1 million,except a subcontract for the acquisition of commercial items, including commercially availableoff-the-shelf items.

“Subcontract” means any contract, as defined in Federal Acquisition Regulation subpart 2.1, tofurnish supplies or services for performance of this contract or a higher-tier subcontractthereunder. 

            (b) The Contractor—

            (1) Agrees not to–

            (i) Enter into any agreement with any of its employees or independent contractors thatrequires, as a                 condition of employment, that the employee or independent contractor agree to resolvethrough                 arbitration–

            (A) Any claim under title VII of the Civil Rights Act of 1964; or 

            (B) Any tort related to or arising out of sexual assault or harassment, including assault andbattery, 

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 32 of 40 FINAL

 

ldalton
Highlight
Page 35: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

            intentional infliction of emotional distress, false imprisonment, or negligent hiring,supervision, or             retention; or

(ii) Take any action to enforce any provision of an existing agreement with an employee orindependent contractor that mandates that the employee or independent contractor resolvethrough arbitration–

        (A) Any claim under title VII of the Civil Rights Act of 1964; or 

                    (B) Any tort related to or arising out of sexual assault or harassment, includingassault and                         battery, intentional infliction of emotional distress, false imprisonment, ornegligent hiring,                         supervision, or retention; and

(2) Certifies, by signature of the contract, that it requires each covered subcontractor to agree notto enter into, and not to take any action to enforce, any provision of any existing agreements, asdescribed in paragraph (b)(1) of this clause, with respect to any employee or independentcontractor performing work related to such subcontract. 

           (c) The prohibitions of this clause do not apply with respect to a contractor’s orsubcontractor’s                 agreements with employees or independent contractors that may not be enforced in acourt of the                 United States. 

               (d) The Secretary of Defense may waive the applicability of the restrictions ofparagraph (b) of this                 clause in accordance with Defense Federal Acquisition Regulation Supplement222.7404.

(End of clause)

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

(a) The use of overtime is authorized under this contract if the overtime premium cost does notexceed $0 or the overtime premium is paid for work --

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

(2) By indirect-labor employees such as those performing duties in connection with

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 33 of 40 FINAL

 

ldalton
Highlight
Page 36: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

administration, protection, transportation, maintenance, standby plant protection, operation ofutilities, or accounting;

(3) To perform tests, industrial processes, laboratory procedures, loading or unloading oftransportation conveyances, and operations in flight or afloat that are continuous in nature andcannot reasonably be interrupted or completed otherwise; or

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

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

(1) Identify the work unit; e.g., department or section in which the requested overtime will beused, together with present workload, staffing, and other data of the affected unit sufficient topermit the Contracting Officer to evaluate the necessity for the overtime;

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

(3) Identify the extent to which approval of overtime would affect the performance or paymentsin connection with other Government contracts, together with identification of each affectedcontract; and

(4) Provide reasons why the required work cannot be performed by using multishift operationsor by employing additional personnel.

* Insert either “zero” or the dollar amount agreed to during negotiations. The inserted figure doesnot apply to the exceptions in paragraph (a)(1) through (a)(4) of the clause.

(End of Clause)

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting(SEPT 2015)

(a) Definitions. As used in this clause--

Adequate security means protective measures that are commensurate with the consequences andprobability of loss, misuse, or unauthorized access to, or modification of information.

Compromise means disclosure of information to unauthorized persons, or a violation of thesecurity policy of a system, in which unauthorized intentional or unintentional disclosure,modification, destruction, or loss of an object, or the copying of information to unauthorizedmedia may have occurred.

Contractor attributional/proprietary information means information that identifies thecontractor(s), whether directly or indirectly, by the grouping of information that can be tracedback to the contractor(s) (e.g., program description, facility locations), personally identifiableinformation, as well as trade secrets, commercial or financial information, or other commercially

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 34 of 40 FINAL

 

ldalton
Highlight
Page 37: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

sensitive information that is not customarily shared outside of the company.

Contractor information system means an information system belonging to, or operated by or for,the Contractor.

Controlled technical information means technical information with military or space applicationthat is subject to controls on the access, use, reproduction, modification, performance, display,release, disclosure, or dissemination. Controlled technical information would meet the criteria, ifdisseminated, for distribution statements B through F using the criteria set forth in DoDInstruction 5230.24, Distribution Statements on Technical Documents. The term does notinclude information that is lawfully publicly available without restrictions.

Covered contractor information system means an information system that is owned, or operatedby or for, a contractor and that processes, stores, or transmits covered defense information.

Covered defense information means unclassified information that--

(i) Is--

(A) Provided to the contractor by or on behalf of DoD in connection with the performance of thecontract; or

(B) Collected, developed, received, transmitted, used, or stored by or on behalf of the contractorin support of the performance of the contract; and

(ii) Falls in any of the following categories:

(A) Controlled technical information.

(B) Critical information (operations security). Specific facts identified through the OperationsSecurity process about friendly intentions, capabilities, and activities vitally needed byadversaries for them to plan and act effectively so as to guarantee failure or unacceptableconsequences for friendly mission accomplishment (part of Operations Security process).

(C) Export control. Unclassified information concerning certain items, commodities, technology,software, or other information whose export could reasonably be expected to adversely affect theUnited States national security and nonproliferation objectives. To include dual use items; itemsidentified in export administration regulations, international traffic in arms regulations andmunitions list; license applications; and sensitive nuclear technology information.

(D) Any other information, marked or otherwise identified in the contract, that requiressafeguarding or disseminationcontrols pursuant to and consistent with law, regulations, andGovernmentwide policies (e.g., privacy, proprietary business information).

Cyber incident means actions taken through the use of computer networks that result in an actualor potentially adverse effect on an information system and/or the information residing therein.

Forensic analysis means the practice of gathering, retaining, and analyzing computer-related datafor investigative purposes in a manner that maintains the integrity of the data.

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 35 of 40 FINAL

 

Page 38: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

Malicious software means computer software or firmware intended to perform an unauthorizedprocess that will have adverse impact on the confidentiality, integrity, or availability of aninformation system. This definition includes a virus, worm, Trojan horse, or other code-basedentity that infects a host, as well as spyware and some forms of adware.

Media means physical devices or writing surfaces including, but is not limited to, magnetic tapes,optical disks, magnetic disks, large-scale integration memory chips, and printouts onto whichinformation is recorded, stored, or printed within an information system.

Operationally critical support means supplies or services designated by the Government ascritical for airlift, sealift, intermodal transportation services, or logistical support that is essentialto the mobilization, deployment, or sustainment of the Armed Forces in a contingency operation.

Rapid(ly) report(ing) means within 72 hours of discovery of any cyber incident.

Technical information means technical data or computer software, as those terms are defined inthe clause at DFARS 252.227-7013, Rights in Technical Data-Non Commercial Items, regardlessof whether or not the clause is incorporated in this solicitation or contract. Examples of technicalinformation include research and engineering data, engineering drawings, and associated lists,specifications, standards, process sheets, manuals, technical reports, technical orders,catalog-item identifications, data sets, studies and analyses and related information, and computersoftware executable code and source code.

(b) Adequate security. The Contractor shall provide adequate security for all covered defenseinformation on all covered contractor information systems that support the performance of workunder this contract. To provide adequate security, the Contractor shall--

(1) Implement information systems security protections on all covered contractor informationsystems including, at a minimum--

(i) For covered contractor information systems that are part of an Information Technology (IT)service or system operated on behalf of the Government--

(A) Cloud computing services shall be subject to the security requirements specified in the clause252.239-7010, Cloud Computing Services, of this contract; and

(B) Any other such IT service or system (i.e., other than cloud computing) shall be subject to thesecurity requirements specified elsewhere in this contract; or

(ii) For covered contractor information systems that are not part of an IT service or systemoperated on behalf of the Government and therefore are not subject to the security requirementspecified at paragraph (b)(1)(i) of this clause--

(A) The security requirements in National Institute of Standards and Technology (NIST) SpecialPublication (SP) 800-171, ``Protecting Controlled Unclassified Information in NonfederalInformation Systems and Organizations", http://dx.doi.org/10.6028/NIST.SP.800-171 that is ineffect at the time the solicitation is issued or as authorized by the Contracting Officer; or

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 36 of 40 FINAL

 

Page 39: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

(B) Alternative but equally effective security measures used to compensate for the inability tosatisfy a particular requirement and achieve equivalent protection approved in writing by anauthorized representative of the DoD CIO prior to contract award; and

(2) Apply other security measures when the Contractor reasonably determines that suchmeasures, in addition to those identified in paragraph (b)(1) of this clause, may be required toprovide adequate security in a dynamic environment based on an assessed risk or vulnerability.

(c) Cyber incident reporting requirement.

(1) When the Contractor discovers a cyber incident that affects a covered contractor informationsystem or the covered defense information residing therein, or that affects the contractor's abilityto perform the requirements of the contract that are designated as operationally critical support,the Contractor shall--

(i) Conduct a review for evidence of compromise of covered defense information, including, butnot limited to, identifying compromised computers, servers, specific data, and user accounts.This review shall also include analyzing covered contractor information system(s) that were partof the cyber incident, as well as other information systems on the Contractor's network(s), thatmay have been accessed as a result of the incident in order to identify compromised covereddefense information, or that affect the Contractor's ability to provide operationally criticalsupport; and

(ii) Rapidly report cyber incidents to DoD at http://dibnet.dod.mil.

(2) Cyber incident report. The cyber incident report shall be treated as information created by orfor DoD and shall include, at a minimum, the required elements at http://dibnet.dod.mil.

(3) Medium assurance certificate requirement. In order to report cyber incidents in accordancewith this clause, the Contractor or subcontractor shall have or acquire a DoD-approved mediumassurance certificate to report cyber incidents. For information on obtaining a DoD-approvedmedium assurance certificate, see http://iase.disa.mil/pki/eca/Pages/index.aspx.

(d) Malicious software. The Contractor or subcontractors that discover and isolate malicioussoftware in connection with a reported cyber incident shall submit the malicious software inaccordance with instructions provided by the Contracting Officer.

(e) Media preservation and protection. When a Contractor discovers a cyber incident hasoccurred, the Contractor shall preserve and protect images of all known affected informationsystems identified in paragraph (c)(1)(i) of this clause and all relevant monitoring/packet capturedata for at least 90 days from the submission of the cyber incident report to allow DoD torequest the media or decline interest.

(f) Access to additional information or equipment necessary for forensic analysis. Upon requestby DoD, the Contractor shall provide DoD with access to additional information or equipmentthat is necessary to conduct a forensic analysis.

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 37 of 40 FINAL

 

Page 40: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

(g) Cyber incident damage assessment activities. If DoD elects to conduct a damage assessment,the Contracting Officer will request that the Contractor provide all of the damage assessmentinformation gathered in accordance with paragraph (e) of this clause.

(h) DoD safeguarding and use of contractor attributional/proprietary information. TheGovernment shall protect against the unauthorized use or release of information obtained fromthe contractor (or derived from information obtained from the contractor) under this clause thatincludes contractor attributional/proprietary information, including such information submitted inaccordance with paragraph (c). To the maximum extent practicable, the Contractor shall identifyand mark attributional/proprietary information. In making an authorized release of suchinformation, the Government will implement appropriate procedures to minimize the contractorattributional/proprietary information that is included in such authorized release, seeking toinclude only that information that is necessary for the authorized purpose(s) for which theinformation is being released.

(i) Use and release of contractor attributional/proprietary information not created by or for DoD.Information that is obtained from the contractor (or derived from information obtained from thecontractor) under this clause that is not created by or for DoD is authorized to be releasedoutside of DoD--

(1) To entities with missions that may be affected by such information;

(2) To entities that may be called upon to assist in the diagnosis, detection, or mitigation of cyberincidents;

(3) To Government entities that conduct counterintelligence or law enforcement investigations;

(4) For national security purposes, including cyber situational awareness and defense purposes(including with Defense Industrial Base (DIB) participants in the program at 32 CFR part 236);or

(5) To a support services contractor (``recipient'') that is directly supporting Governmentactivities under a contract that includes the clause at 252.204-7009, Limitations on the Use orDisclosure of Third-Party Contractor Reported Cyber Incident Information.

(j) Use and release of contractor attributional/proprietary information created by or for DoD.Information that is obtained from the contractor (or derived from information obtained from thecontractor) under this clause that is created by or for DoD (including the information submittedpursuant to paragraph (c) of this clause) is authorized to be used and released outside of DoD forpurposes and activities authorized by paragraph (i) of this clause, and for any other lawfulGovernment purpose or activity, subject to all applicable statutory, regulatory, and policy basedrestrictions on the Government's use and release of such information.

(k) The Contractor shall conduct activities under this clause in accordance with applicable lawsand regulations on the interception, monitoring, access, use, and disclosure of electroniccommunications and data.

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 38 of 40 FINAL

 

Page 41: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

(l) Other safeguarding or reporting requirements. The safeguarding and cyber incident reportingrequired by this clause in no way abrogates the Contractor's responsibility for other safeguardingor cyber incident reporting pertaining to its unclassified information systems as required by otherapplicable clauses of this contract, or as a result of other applicable U.S. Government statutoryor regulatory requirements.

(m) Subcontracts. The Contractor shall--

(1) Include the substance of this clause, including this paragraph (m), in all subcontracts,including subcontracts for commercial items; and

(2) Require subcontractors to rapidly report cyber incidents directly to DoD athttp://dibnet.dod.mil and the prime Contractor. This includes providing the incident reportnumber, automatically assigned by DoD, to the prime Contractor (or next higher-tiersubcontractor) as soon as practicable.

(End of clause)

 

52.245-1 Government Property (Apr 2012)

52.245-9 Use and Charges (Apr 2012)

252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property (APR2012)

252.245-7002 Reporting Loss of Government Property (APR 2012)

252.245-7003 Contractor Property Management System Administration (APR 2012)

252.245-7004 Reporting, Reutilization, and Disposal (MAR 2015)

252.211-7007 Reporting of Government-Furnished Property (AUG 2012)

 

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 39 of 40 FINAL

 

Page 42: NAVAL SURFACE WARFARE CENTER PHILA …...Philadelphia PA 19112-1403 Craig T Wright/3352 215-897-8275 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C DESTINATION OTHER

SECTION J LIST OF ATTACHMENTS

Exhibit A: DD Form 1423 - Contract Data Requirements Lists (CDRLs) A001-A002.

Exhibit B: DD Form 254 - Contract Security Classification Specification

Attachment 1: Cost Summary Format

Attachment 2: Labor Rate Substantiation Table

Attachment 3: SeaPort-e Standard Ratings Definitions

Attachment 4 - CCAT Sample Labor Matrix

 CONTRACT NO.

 N00178-14-D-7713 DELIVERY ORDER NO.

 EHP1 PAGE

 40 of 40 FINAL