1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3
|
|
- Joshua Cooper
- 8 years ago
- Views:
Transcription
1 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 14-Aug-24 M NR-3005 N/A 6. ISSUED BY CODE M ADMINISTERED BY (If other than Item 6) CODE M67854 MARCORSYSCOM 2200 Lester St Bldg 2200 Quantico VA tammy.faulkner@usmc.mil MARCORSYSCOM 2200 Lester St Bldg 2200 Quantico VA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. MLT Systems, LLC 56 Brittany Lane Stafford VA B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. N D B. DATED (SEE ITEM 13) 51TA0 FACILITY CODE 29-Jul THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)set FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR (b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) FAR (a)(3) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Dan Barrett, Contract Specialist Paul D Rogers, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/dan Barrett 14-Aug-24 BY /s/paul D Rogers 14-Aug-24 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)
2 N D of 3 GENERAL INFORMATION The purpose of this modification is to: 1) Deobligate $10, from firm fixed price travel CLINs 8027AA & 8028AA, 2) Incorporate cost travel CLIN 9000AA, realigning price and funding that was deobligated from CLINs 8027AA & 8028AA in the amount of $10, ) Realign FFP travel CLINs to Cost travel CLINs 9000AA, 9000BA, and 9000CA. 4) Add 1 trip to Ft. Lauderdale, FL to PWS travel matrix. 5) Incorporate to Section I. All other terms and conditions remain unchanged and in full force and effect. The Line of Accounting information is hereby changed as follows: The total amount of funds obligated to the task is hereby increased from $3,025, by $0.00 to $3,025, CLIN/SLIN Type Of Fund From ($) By ($) To ($) 9000AA Fund Type - TBD , , The total value of the order is hereby increased from $3,025, by $30, to $3,055, CLIN/SLIN From ($) By ($) To ($) 8027AA 8, (8,575.00) AA 1, (1,456.00) AA , , The Period of Performance of the following line items is hereby changed as follows: CLIN/SLIN From To 9000AA 8/15/24-8/14/ BA 8/15/25-8/14/26
3 N D of CA 8/15/26-8/14/27
4 N D of 46 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8000 $2,267, AA R Program Management and General Support IAW PWS para (Fund Type - TBD) 8000BA R Program Management and General Support IAW PWS para (Fund Type - TBD) 12.0 MO $62, $755, MO $62, $755, CA R Program Management and General Support IAW PWS para (Fund Type - TBD) 12.0 MO $62, $755, $ AA R425 Task IAW PWS para (Fund Type - TBD) 3.0 EA $70.00 $ BA R425 Task IAW PWS para (Fund Type - TBD) 3.0 EA $70.00 $ CA R425 Task IAW PWS para (Fund Type - TBD) 3.0 EA $70.00 $ $ AA R425 Task IAW PWS para (Fund Type - TBD) 3.0 EA $70.00 $ BA R425 Task IAW PWS para (Fund Type - TBD) 3.0 EA $70.00 $ CA R425 Task IAW PWS para (Fund Type - TBD) 3.0 EA $70.00 $ $ AA R425 Task IAW PWS para (Fund Type - TBD) 3.0 EA $70.00 $ BA R425 Task IAW PWS para (Fund Type - TBD) 3.0 EA $70.00 $ CA R425 Task IAW PWS para (Fund Type - TBD) 3.0 EA $70.00 $ $1, AA R425 Task IAW PWS para (Fund Type - TBD) 12.0 MO $48.00 $ BA R425 Task IAW PWS para (Fund Type - TBD) 12.0 MO $48.00 $576.00
5 N D of 46 Item PSC Supplies/Services Qty Unit Unit Price Total Price 8004CA R425 Task IAW PWS para (Fund Type - TBD) 12.0 MO $48.00 $ $1, AA R425 Task IAW PWS para (Fund Type - TBD) 6.0 EA $70.00 $ BA R425 Task IAW PWS para (Fund Type - TBD) 6.0 EA $70.00 $ CA R425 Task IAW PWS para (Fund Type - TBD) 6.0 EA $70.00 $ $1, AA R425 Task IAW PWS para (Fund Type - TBD) 8.0 EA $70.00 $ BA R425 Task IAW PWS para (Fund Type - TBD) 8.0 EA $70.00 $ CA R425 Task IAW PWS para (Fund Type - TBD) 8.0 EA $70.00 $ $ AA R425 Task IAW PWS para (Fund Type - TBD) 4.0 EA $58.00 $ BA R425 Task IAW PWS para (Fund Type - TBD) 4.0 EA $58.00 $ CA R425 Task IAW PWS para (Fund Type - TBD) 4.0 EA $58.00 $ $ AA R425 Task IAW PWS para (Fund Type - TBD) 2.0 EA $48.00 $ BA R425 Task IAW PWS para (Fund Type - TBD) 2.0 EA $48.00 $ CA R425 Task IAW PWS para (Fund Type - TBD) 2.0 EA $48.00 $ $ AA R425 Task IAW PWS para (Fund Type - TBD) 4.0 EA $70.00 $ BA R425 Task IAW PWS para (Fund Type - TBD) 4.0 EA $70.00 $ CA R425 Task IAW PWS para (Fund Type - TBD) 4.0 EA $70.00 $ $ AA R425 Task IAW PWS para (Fund Type - TBD) 1.0 EA $58.00 $58.00
6 N D of 46 Item PSC Supplies/Services Qty Unit Unit Price Total Price 83BA R425 Task IAW PWS para (Fund Type - TBD) 1.0 EA $58.00 $ CA R425 Task IAW PWS para (Fund Type - TBD) 1.0 EA $58.00 $ $ AA R425 Task IAW PWS para (Fund Type - TBD) 3.0 EA $70.00 $ BA R425 Task IAW PWS para (Fund Type - TBD) 3.0 EA $70.00 $ CA R425 Task IAW PWS para (Fund Type - TBD) 3.0 EA $70.00 $ $5,978, AA R Integrated Logistics SupportIAW PWS para , and (Fund Type - TBD) 85BA R Integrated Logistics SupportIAW PWS para , and (Fund Type - TBD) 12.0 MO $166, $1,992, MO $166, $1,992, CA R Integrated Logistics SupportIAW PWS para , and (Fund Type - TBD) 12.0 MO $166, $1,992, $3, AA R425 Task IAW PWS para (Fund Type - TBD) 12.0 MO $97.00 $1, BA R425 Task IAW PWS para (Fund Type - TBD) 12.0 MO $97.00 $1, CA R425 Task IAW PWS para (Fund Type - TBD) 12.0 MO $97.00 $1, $2, AA R425 Task IAW PWS para (Fund Type - TBD) 20.0 EA $48.00 $ BA R425 Task IAW PWS para (Fund Type - TBD) 20.0 EA $48.00 $ CA R425 Task IAW PWS para (Fund Type - TBD) 20.0 EA $48.00 $ $ AA R425 Task IAW PWS para (Fund Type - TBD) 2.0 EA $70.00 $ BA R425 Task IAW PWS para (Fund Type - TBD) 2.0 EA $70.00 $140.00
7 N D of 46 Item PSC Supplies/Services Qty Unit Unit Price Total Price 88CA R425 Task IAW PWS para (Fund Type - TBD) 2.0 EA $70.00 $ $8, AA R425 Task IAW PWS para (Fund Type - TBD) 40.0 EA $70.00 $2, BA R425 Task IAW PWS para (Fund Type - TBD) 40.0 EA $70.00 $2, CA R425 Task IAW PWS para (Fund Type - TBD) 40.0 EA $70.00 $2, $948, AA R425 Task IAW PWS para (Fund Type - TBD) 12.0 MO $12, $152, BA R425 Task IAW PWS para (Fund Type - TBD) 12.0 MO $33, $397, CA R425 Task IAW PWS para (Fund Type - TBD) 12.0 MO $33, $397, $67, AA R425 Task IAW PWS para (Fund Type - TBD) EA $56.00 $22, BA R425 Task IAW PWS para (Fund Type - TBD) EA $56.00 $22, CA R425 Task IAW PWS para (Fund Type - TBD) EA $56.00 $22, $257, AA R425 Task IAW PWS para (Fund Type - TBD) 12.0 MO $4, $53, BA R425 Task IAW PWS para (Fund Type - TBD) 12.0 MO $8, $102, CA R425 Task IAW PWS para (Fund Type - TBD) 12.0 MO $8, $102, $84, AA R425 Task IAW PWS para (Fund Type - TBD) EA $70.00 $28, BA R425 Task IAW PWS para (Fund Type - TBD) EA $70.00 $28, CA R425 Task IAW PWS para (Fund Type - TBD) EA $70.00 $28, $2, AA R425 Task IAW PWS para (Fund Type - TBD) 12.0 EA $70.00 $840.00
8 N D of 46 Item PSC Supplies/Services Qty Unit Unit Price Total Price 8024BA R425 Task IAW PWS para (Fund Type - TBD) 12.0 EA $70.00 $ CA R425 Task IAW PWS para (Fund Type - TBD) 12.0 EA $70.00 $ $ AA R425 Task IAW PWS para (Fund Type - TBD) 4.0 EA $70.00 $ BA R425 Task IAW PWS para (Fund Type - TBD) 4.0 EA $70.00 $ CA R425 Task IAW PWS para (Fund Type - TBD) 4.0 EA $70.00 $ $3, AA R al Publications DataTasks IAW PWS para (Fund Type - TBD) 8026BA R al Publications DataTasks IAW PWS para (Fund Type - TBD) 21.0 EA $48.00 $1, EA $48.00 $1, CA R al Publications DataTasks IAW PWS para (Fund Type - TBD) 21.0 EA $48.00 $1, $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 LO $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 LO $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 LO $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $0.00
9 N D of 46 Item PSC Supplies/Services Qty Unit Unit Price Total Price 8029BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $0.00
10 N D of 46 Item PSC Supplies/Services Qty Unit Unit Price Total Price 8034AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $0.00
11 N D of 46 Item PSC Supplies/Services Qty Unit Unit Price Total Price 8039 $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $0.00
12 N D of 46 Item PSC Supplies/Services Qty Unit Unit Price Total Price 8044 $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $ $ AA R425 Realigned to costclin 9000AA. (Fund Type - TBD) 0.0 EA $0.00 $ BA R425 Realigned to costclin 9000BA. (Fund Type - TBD) 0.0 EA $0.00 $ CA R425 Realigned to costclin 9000CA. (Fund Type - TBD) 0.0 EA $0.00 $0.00 For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 9000 $120, AA R425 Travel IAW PWS - Base Year. All costs will be reimbursable in accordance with FAR Part 31. TheNTE for this cost-reimbursabletravel SLIN is $40,164. (Fund Type - TBD) 9000BA R425 Travel IAW PWS - Period 1. All costs will bereimbursable in accordance with FAR Part 31. TheNTE for this cost-reimbursabletravel SLIN is $40,164. (Fund Type - TBD) 1.0 LO $40, LO $40, CA R425 Travel IAW PWS - Period 2. All costs will bereimbursable in accordance with FAR Part 31. TheNTE for this cost-reimbursabletravel SLIN is $40,164. (Fund Type - TBD) 1.0 LO $40,164.00
13 N D of 46 Item PSC Supplies/Services Qty Unit Est. Cost
14 N D of 46 SECTION C DESCRIPTIONS AND SPECIFICATIONS PERFORMANCE WORK STATEMENT (PWS) ANNUAL SUPPORT, PRODUCT MANAGER (PDM) COMBAT SUPPORT EQUIPMENT (CSE) 1.0 Scope The scope of this effort is to deliver professional analytical, program management and life cycle logistics management support; technical writing support; economic forecast support; requirements and verification support; and training to support programs and projects within the PdM. Within PdM CSE portfolios, Team Leaders manage 64 programs that vary in size and complexity and include Urgent Need (UN) programs, Abbreviated Acquisition Programs (AAP) and ACAT IV programs. Portfolio breakout is listed below. PdM CSE Family Portfolios: Family of Shelters and Shelter Equipment (FSSE), 25 programs Family of Field Medical Equipment (FFME), 34 programs Family of Combat Field Feeding Systems (FCFF), 4 major TAMCNs programs Family of Combat Containers (FOCC), 4 major TAMCNs programs PdM CSE s portfolios of programs are subject to change through time; however, the scope of effort required will remain the same. Specific programs within each portfolio are described in Appendix Background. PdM CSE s organization is part of Marine Corps Systems Command, a world-class acquisition organization. PdM CSE has the authority and responsibility for the Total Life Cycle Management (TLCM) of assigned Combat Support Equipment programs to support the needs of Marine Forces. Family of Shelters, Family of Combat Field Feeding, and Family of Cargo Containers Team: The Shelters, Combat Field Feeding and Container Teams provide the materiel solution required to protect the Operating Forces from observation (camouflage), adverse climatic environments (rigid/soft wall shelters & equipment), combat hazards and provide the capability to move and store material. Currently there are several Abbreviated Acquisition Program efforts underway, all at different acquisition stages. Family of Field Medical Equipment (FFME) Team: The Marine Corps is also required to provide preventive and critical medical and dental care to all of its service members. Medical capability sets, known as Authorized Medical Allowance Lists (AMALs), Authorized Dental Allowance Lists (ADALs), and medical kits, satisfy this need by providing Medical Battalions, Dental Battalions, and Unit Medical personnel with the equipment, consumables, and medicine required to treat patients in a field or combat environment. There are currently 30 different AMALs/ADAL and four medical kits fielded to Marine Corps units. The Family of Field Medical Equipment (FFME) Team, PM CSE has life-cycle management responsibility for all Marine Corps owned medical equipment and supplies. 2.0 General Requirements All deliverables shall be submitted to the Contracting Officer s Representative (COR) and the COR is responsible for tracking and acceptance. The Contractor employees shall identify themselves as contractor personnel by introducing themselves or being introduced as contractor personnel and displaying distinguishing badges or other visible identification for meetings
15 N D of 46 with Government personnel. In addition, contractor personnel shall appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence. The Contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the United States Marine Corps via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (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 web address Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at Specific Requirements 3.1 Program Management and General Support Funding: PMC: O&M: 100% RDT&E: The Contractor shall prepare, submit, and maintain an Integrated Master Plan (IMP) and an overarching Integrated Master Schedule (IMS) in accordance with Marine Corp Systems Command guidelines for PdM CSE programs IAW CDRL B0. CDRL B0: Integrated Master Plan (IMP) / Integrated Master Schedule (IMS) The Contractor shall submit a Risk Management Plan IAW CDRL B002. CDRL B002: Risk Management Plan The Contractor shall submit a Program Protection Plan IAW with CDRL B003. CDRL B003: Program Protection Plans The Contractor shall summarize technology publications distributed by science and technology organizations IAW CDRL B004. Such support includes writing summaries of data presented at government labs, IPTs, universities and industry. CDRL B004: Publication Reviews
16 N D of The Contractor shall request, compile, and report cost estimates for test and evaluation activities from laboratories and test facilities in support of PdM CSE portfolios IAW CDRL B005. CDRL B005 T&E Cost Estimates The Contractor shall draft Project Requests for the Government for Phase 1 initiation in support of future SBIR efforts; and submit Small Business and Innovative Research (SBIR) documents IAW CDRL B006. CDRL B006: Small Business and Innovative Research (SBIR) The Contractor shall draft and submit, for Government review and approval, an Acquisition Program Baseline IAW CDRL B007. CDRL B007: Acquisition Program Baseline Reserved The contractor shall write, review and submit Decision Brief Slides IAW CDRL B009. CDRL B009: Decision Brief Slides The contractor shall write, review and submit Program Management Review (PMR) slides IAW CDRL B00A. CDRL B00A: Program Management Review (PMR) Slides The contractor shall write, edit and submit Program Quad charts IAW CDRL B00B CDRL B00B: Program QUAD charts The contractor shall write, edit and submit Full Rate Production Briefs IAW CDRL B00C. CDRL B00C: Full Rate Production Brief The contractor shall write, edit and submit to the Government Memorandum For Record (MFR) on programs within portfolios IAW CDRL B00D. CDRL B00D: Memorandum For Record (MFR) The contractor shall submit Trip Reports IAW CDRL B00E. CDRL B00E: Trip Report
17 N D of The Contractor shall submit Talking Point Papers IAW CDRL B00F. CDRL B00F: Talking Point Paper The Contractor shall research, collect and organize data to support the development of Performance Specifications IAW CDRL B00G. CDRL B00G: Performance Specification Data Collection and Organization The Contractor shall research, collect and organize data to support the development of a Requirements Traceability Matrix IAW CDRL B00H. CDRL B00H: Requirements Traceability Matrix (RTM) Data Collection and Organization The Contractor shall research, collect, and organize manufacturing data in support of the development of product verification activities IAW CDRL B00J CDRL B00J: Product Verification Data The Contractor shall research, collect, and organize manufacturing data in support of the development of product validation activities IAW CDRL B00K. CDRL B00K: Product Validation Data () The Contractor shall organize and coordinate delivery of manufacturing data to support the package required to obtain equipment air-worthiness certifications. The Contractor shall coordinate with Naval Air Systems Command (NAVAIR), documenting phone calls and s with each associated class desk at Naval Air Systems Command (NAVAIR) IAW CDRL B00L. CDRL B00L: Air-Worthiness Certifications () The Contractor shall organize and coordinate with manufacturer and/or test agency the delivery of manufacturing data to support the package required to obtain equipment ground transportation certifications IAW CDRL B00M. CDRL B00M: Ground Transportability Certifications () The Contractor shall research, collect and organize manufacturing data to submit in support of the development and drafting of Configuration Management Plan Annexes IAW CDRL B00N. CDRL B00N: Configuration Management Plan Annex () The Contractor shall manage all aspects of these events, to include equipment used in Congressional Marine Day, Industry Conferences, technology demonstrations, and static displays () The Contractor shall write reports in order to trace and verify performance trade-offs between Threshold Requirements and Objective Requirements for the Product Manager IAW CDRL B00P.
18 N D of 46 CDRL B00P: Threshold and Objective Trade-Off Analysis () The Contractor shall report deficiencies in Class II and Class VII materials IAW CDRL B00Q. CDRL B00Q: Class II and Class VII material Report () The Contractor shall conduct Market Research and draft Market Research Summaries IAW CDRL B00R. CDRL B00R: Market Research Summary Reserved () The Contractor shall document the status of deliverables due from Original Equipment Manufacturers (OEMs) IAW CDRL B00T CDRL B00T: Original Equipment Manufactures (OEM) CDRL Report Reserved Reserved () The contractor shall submit Request To Participate (RTP) letters IAW CDRL B00W CDRL B00W: Request To Participate (RTP) () The Contractor shall research, collect and organize manufacturing data to support the development of the Laser Exemption Notice IAW CDRL B00X. CDRL B00X: Laser Exemption Notice () The Contractor shall research, collect and organize manufacturing data to support the development of Li-ion battery safety assessments. This will include such items as battery specifications, technical manuals, charger information, pictures, and Material Safety Data Sheets IAW CDRL B00Y. CDRL B00Y: Li-ion Battery Safety Assessments Data Collection and Organization 3.2 Integrated Logistics Support Funding:
19 N D of 46 PMC: O&M: 100% RDT&E: The Contractor shall, at Marine Corps Logistics Base, Albany, GA and Fort Detrick, Maryland, provide functional and technical support for PdM CSE programs. Support shall consist of writing and submitting Courses of Action (COA) to improve supply and maintenance readiness or resolve Product Quality Deficiency Reports (PQDRs) in accordance with CDRL D0. CDRL D0: Courses of Action Reserved The Contractor shall write and submit for Government approval Independent Logistics Assessments (ILAs) for PdM CSE Programs in accordance with CDRL D003. CDRL D003: Independent Logistics Assessments The Contractor shall write and submit for Government approval Life Cycle Sustainment Plans (LCSP) and LCSP updates for PdM CSE programs in accordance with Marine Corps Systems Command (MARCORSYSCOM) Order 4410 and CDRL D004. CDRL D004: Life Cycle Sustainment Plan The Contractor shall write and submit for Government approval Facility Impact Reports (FIRs) and Facilities Planning/Impact Checklists for PdM CSE programs IAW CDRL D005. CDRL D005: Facility Impact Report and Facilities Planning/Impact Checklist The Contractor shall write and submit readiness posture reports derived from the Marine Corps Readiness Information Tool (MERIT), the Consolidated Storage Program (CSP) database and the Lion Vallen Industries (LVI) database for PdM CSE equipment in accordance with Marine Corps Order (MCO) and CDRL D006. CDRL D006: Readiness Reports The Contractor shall write and submit for Government approval Materiel Fielding Plans for PdM CSE programs in accordance with the MARCORSYSCOM Fielding Process Handbook and CDRL D007. CDRL D007: Materiel Fielding Plans The Contractor shall write and submit for Government approval Disposal Plans for PdM CSE systems and equipment in accordance with the MARCORSYSCOM Interim Guidance for Disposal of Systems and Equipment and CDRL D008.
20 N D of 46 CDRL D008: Disposal Plans Per Acquisition Logistics and Product Support (AC ALPS) IUID Implementation Plan Template instructions, the Contractor shall write and submit for Government approval PdM CSE Item Unique Identification (IUID) Implementation Plans and updates. The Contractor shall update PdM CSE IUID Implementation Plans per the schedule attached to the CDRL in accordance with CDRL D009. CDRL D009: Item Unique Identification Implementation Plans The Contractor shall write and submit for Government approval PdM CSE Manpower, Personnel, and Training (MP&T) analyses and plans in accordance with the MARCORSYSCOM MP&T Requirements Analysis Guide and CDRL D00A. CDRL D00A: Manpower, Personnel and Training Analyses The Contractor shall write and submit charter documents for MP&T Advisory Groups in accordance with the MARCORSYSCOM MP&T Requirements Analysis Guide and CDRL D00B. CDRL D00B: Manpower Personnel and Training Integrated Product Team The Contractor shall write and submit the documents for fielding PdM CSE in accordance with MARCORSYSCOM Acquisition Policy Letter 5-09, Fielding Decision Process, the MARCORSYSCOM Fielding Process Handbook and CDRL D00C. CDRL D00C: Materiel Fielding Process Documents The Contractor shall write and submit reports for Government approval to support PdM CSE Materiel Fielding Conferences in accordance with the MARCORSYSCOM Fielding Process Handbook and CDRL D00D. CDRL D00D: Materiel Fielding Conferences The contractor shall review and submit recommended changes to lesson plans, student handouts, and media packages delivered by a manufacturer as part of a recently awarded acquisition contract to ensure the manufacturer's compliance with NAVMC AND CDRL D00E. CDRL D00E: New Equipment Training The Contractor shall track and report implementation of Engineer Change Proposal (ECPs), Materiel Change (MC) and Modification Work Orders, upgrades and retrofits for PdM CSE equipment in accordance with Military Handbook (MIL-HDBK) 61A (SE), Configuration Management Guidance AND CDRL D00F. CDRL D00F: Equipment Modifications The Contractor shall write and submit for Government approval Marine Corps Stocklists for PDM CSE programs in accordance with the MARCORSYSCOM SL-3 Content Formatting Guide and CDRL D00G. CDRL D00G: Marine Corps Stocklists
21 N D of The Contractor shall write and submit for Government approval documents described in Appendix C of MCO P C for validation and verification of PdM CSE technical manuals or modifications to technical manuals in accordance CDRL D00H. CDRL D00H: Verification and Validation of Technical Manuals The Contractor shall analyze PdM CSE technical Commercial-off-the-Shelf (COTS) manuals for format and content and develop and submit a CRM regarding the manuals nonconformity with MIL-PRF-32216A, Evaluation of COTS Manuals and Preparation of Supplemental Data in accordance with CDRL D00J. For PdM CSE technical manuals, the Contractor shall analyze the manuals for content and develop and submit a CRM regarding the manuals nonconformity with MIL-STD 40051, DoD Standard Practice Technical Manual Preparation in accordance with CDRL D00J. CDRL D00J: Commercial Off-the-Shelf Manuals and Technical Manuals The Contractor shall write and submit for Government approval buy lists for PdM CSE kitchen, shelter, and container programs in accordance with CDRL D00K. CDRL D00K: Buy Lists The Contractor shall track the commitment, obligation, execution, and liquidation of PdM CSE Military Standard Requisitioning and Issue Procedures (MILSTRIP) requisitions in the Standard Accounting, Budgeting, and Reporting System (SABRS) in accordance with CDRL D00L. CDRL D00L: Liquidation of MILSTRIP Requisitions The Contractor shall write and submit for Government approval Logistics Requirements Funding Summaries (LRFSs) for PdM CSE programs in accordance with the CDRL D00M. CDRL D00M: Logistics Resource Funding Summaries (LRFS) The Contractor shall write and submit for Government approval Life Cycle Cost Estimates ((LCCEs) for PdM CSE programs in accordance with the CDRL D00N. CDRL D00N: Life Cycle Cost Estimates (LCCEs) The Contractor shall write and submit for Government approval Cost Analysis Requirements Descriptions (CARDs) for PdM CSE programs in accordance with the CDRL D00P. CDRL D00P: Cost Analysis Requirements Descriptions (CARDs) The Contractor shall write and submit for Government approval reports on the calibration status of Family of Field Medical Equipment (FFME) Test Measurement and Diagnositc Equipment (TMDE) in acordance with CDRL D00Q.
22 N D of 46 CDRL D00Q: Family of Field Medical Equipment Team (FFME) Test Measurement and Diagnostic Equipment (TMDE) The Contractor shall write and submit for Government approval Technical Instructions (TIs), Modification Instructions (MIs), and Supply Instructions (SIs) for PdM CSE Programs in accordance with CDRL D00R. CDRL D00R: Technical Instructions (TIs), Modification Instructions (MIs), and Supply Instructions (SIs) The Contractor shall research, write, and submit for Government approval Catalog Action Requests (CARs) to catalog PdM CSE equipment and supplies, with the exception of medical supplies and equipment and Principal End Items (PEIs), in accordance with CDRL D00S. CDRL D00S: Catalog Action Request The Contractor shall research, write, and submit medical materiel CARs for Government approval using the Defense Medical Logistics Item Identification System (DMLIIS) in accordance with CDRL D00T. CDRL D00T: Catalog Action Requests for Medical Supplies and Equipment The contractor shall write and submit a report with the status of all CARs submitted for PdM CSE in accordance with CDRL D00U. CDRL D00U: Status of Catalog Action Requests The Contract shall, at the Joint Defense Medical Logistic Center, Fort Detrick, MD, submit requests for information from DoD health organizations at Fort Detrick, MD to PdM CSE Government personnel for a response. In turn, the Contractor shall collect responses to PdM CSE Government personnel requests for information from DoD Government health organizations at the Joint Defense Medical Logistic Center, Fort Detrick, MD. The Contractor shall record information requests and responses on the Tasks and Requests section of the Medical Team website ( in accordance with CDRL D00V CDRL D00V: Requests for Information, Joint Defense Medical Logistic Center, Fort Detrick, MD The Contractor shall, at the Joint Defense Medical Logistics Center, Fort Detrick, MD, write and submit Marine Corps Systems Command Program Management Review slides for Joint Standardization Programs in accordance with CDRL D00W CDRL D00W: Program Management Review Slides for Joint Standardization Programs Reserved The Contractor shall analyze MEDLOGCO medical materiel maintenance data in the Defense Medical Logistics Standard Support (DMLSS) System, reports from the field, and inspection results to identify adverse maintenance trends and recommend solutions in accordance with CDRL D0. CDRL D0: Courses of Action
23 N D of There are currently 200 medical equipment operator and maintenance manuals on the Marine Expeditionary Force (MEF) Medical Logistics Knowledgebase (MEF KB) website. The Contractor shall review, load and maintain all medical equipment operator and maintenance manuals on the MEF KB) website ( in accordance with CDRL D00Y. CDRL D00Y: Medical Equipment Operator and Maintenance Manuals The Contractor shall write, submit for Government approval, and upload Government approved documents and changes to the MEF KB and Medical Logistics Online (MLO) ( /default.aspx) websites for the Authorized Medical Allowance List (AMAL) Manager in support of the AMAL Review process and AMAL Review schedule in accordance with CDRL D00Z. CDRL D00Z: AMAL Review Process Documents The Contractor shall, at Camp Lejeune, NC, write and submit for Government approval AMAL, Authorized Dental Allowance List (ADAL) and medical kits packing lists and packing instructions in accordance with CDRL D0 CDRL D0: AMAL, ADAL, Medical Kit Packing Lists and Packing Instructions The Contractor shall reconcile data elements for each AMAL, ADAL and medical kit component stocklist in the MLO against the monthly FEDLOG update and produce reports in accordance with CDRL D1. CRDL D1: MLO Monthly FEDLOG Reconciliation The Contractor shall reconcile data elements for each AMAL, ADAL and medical kit component stocklist in the MLO against the monthly Universal Data Repository (UDR) update and produce the Commodity Class Code Report in accordance with CDRL D2. CRDL D2: MLO Monthly UDR Reconciliation The Contractor shall update MLO stocklist data that results from submission of AMAL/ADAL Line List Change Request Forms (located on the FFME Team Site ( /AMALADAL%20Change%20Requests/AllItems.aspx) approved by the Team Leader and Project Officers in accordance with CDRL D3. CDRL D3: MLO Stocklist Weekly Updates The Contractor shall create and run MLO Reports for FFME in accordance with CDRL D4. CDRL D4: MLO Reports The Contractor shall write, update and submit for Government approval Class VIII Enterprise Management documents, Newsletters, Letters Of Instruction, Naval Messages, Training Packages, Standard Operating Procedures, Desktop Procedures, and Concept of Operations in accordance with CDRL D5.
24 N D of 46 CDRL D5: Class VIII Enterprise Management Documents The Contractor shall write and submit Class VIII Enterprise Management presentations and briefs that will be provided to Senior Government Officials in accordance with CDRL D6. CDRL D6: Class VIII Enterprise Management Presentations and Briefs The Contractor shall write and submit briefs and discussion topics for Class VIII Enterprise Management Integrated Product Team (IPT) meetings. The contractor shall use the presentations and briefs on the Class VIII Management website ( for reference and format in accordance with CDRL D7. CDRL D7: Class VIII Enterprise Management Team The Contractor shall, at track the inventory and maintenance of Marine Corps Class VIII materiel using the Defense Medical Logistics Standard Support System (DMLSS) The Contractor shall create and submit DMLSS medical materiel inventory and medical equipment maintenance status reports for PdM CSE or the MEDLOGCOs in accordance with CDRL D8. CDRL D8: DMLSS Reports The Contractor shall create and post Government approved DMLSS reports to the Class VIII Performance Dashboard in accordance CDRL D9. CDRL D9: Class VIII Performance Dashboard Reports The Contractor shall submit Marine Corps and Defense Logistics Agency (DLA) Prime Vendor Buy Lists for approval by PdM CSE in accordance with CDRL DA. CDRL DA: Marine Corps and DLA Prime Vendor Buy Lists The Contractor shall write and submit Order Detail reports for PdM CSE DLA Prime Vendor procurements using the Cardinal Health DLA Prime Vendor website in accordance with CDRL DB. CDRL DB: DLA Prime Vendor Order Detail Report The Contractor shall write and maintain PdM CSE records for Marine Corps Prime Vendor and DLA Prime Vendor procurements in accordance with CDRL DC. CDRL DC: Marine Corps Prime Vendor and DLA Prime Vendor Procurement Records The Contractor shall write and submit Invoice and Procurement Tracker reports for PdM CSE Marine Corps Prime Vendor and DLA Prime Vendor procurements in accordance with CDRL DD.
25 N D of 46 CDRL DD: Invoice, Procurement, and Materiel Tracker Reports The Contractor shall provide inbound medical materiel shipment notification to the MEDLOGCOs and the FFME Product Support Integrator (PSI) by with the shipping information and the Issue Release/Receipt Document as an attachment in accordance with CDRL DE. CDRL DE: Notification of Inbound Shipments In the weekly PdM CSE Situation Report, the Contractor shall identify to PdM CSE when medical materiel orders are complete and ready for release to the MEDLOGCOs from the FFME PSI in accordance with CDRL DF. CDRL DF: Release of Medical Materiel Shipments The Contract shall write and submit Medical Materiel Tracker reports for PdM CSE Marine Corps Prime Vendor and DLA Prime Vendor procurements in accordance with CDRL DG. CDRL DG: Medical Materiel Tracker Report The Contractor shall provide the Government approved Medical Materiel Tracker Report to the FFME Team PSI to assemble medical materiel shipments for Marine Corps units in accordance with CDRL DH. CDRL DH: Provide Medical Materiel Tracker Report to the FFME Team PSI The Contractor shall host and maintain the MLO web application. This includes maintenance and development of a web-enabled Graphic User Interface as well as a SQL Server database. Languages used include ASP.Net (C#), JavaScript, Cascading Style Sheets (CSS), and Structured Query Language (SQL) The Contractor shall design and implement Medical Logistics Online (MLO) Web Application functionality improvements and quarterly, in contractor format, report on their progress to improve the areas listed in the CDRL in accordance with CDRL DJ. CDRL DJ: Medical Logistics Online (MLO) Web Application and Database Functionality Improvements The Contract shall prepare, write, and submit the documentation/ artifacts (e.g. MS Visio documents, database schematics, etc.) necessary to complete the Defense Information Assurance Certification and Accreditation Process (DIACAP), receive Authority to Operate (ATO). Upon achieving the ATO, the contractor shall assist in the physical transition of the MLO application and its data to the new.mil hosting environment in accordance with CDRL DK. CDRL DK: Medical Logistics Online (MLO) Web Application and Database Transition to.mil Host (OPTION) The Contractor shall conduct Class VIII Enterprise Management Inventory Assurance assist in accordance with CDRL DL.
26 N D of 46 CDRL DL Class VIII Enterprise Management Inventory Assurance The Contractor shall administer and maintain FFME Team web based systems to include the MEF KB ( FFME Team Site ( and MLO ( The Contractor shall administer and maintain these web based systems to allow for (1) a web-based AMAL, ADAL, and Kit Modernization Review Process, (2) the maintenance and dissemination of official AMAL, ADAL, and medical kit stocklists, and (3) delivery of medical component and materiel data to the war fighter The Contractor shall write and submit nineteen DMLSS training packages (Examples of each training package are shown at the following website: /AllItems.aspx) and are provided as an attachment. Upon Government approval of the DMLSS training package, the contractor shall train DMLSS users, one at each MEDLOGCO, through web based training in accordance with CDRL DM. CDRL DM: DMLSS Training Packages (OPTION) The Contractor shall, at Marine Corps Logistics Base Albany,GA, coordinate PdM CSE program logistics efforts with Marine Corps Logistics Command Program logistics efforts that require MARCORLOGCOM support include, publications, trouble calls from units or activities, cataloging materiel, and retrograde shipment from Overseas Contingency Operations: The Contractor shall write and submit a report that updates the status of these efforts in accordance with CDRL DN. CDRL DN: Status of PdM CSE Logistics Efforts with MARCORLOGCOM (OPTION) The Contractor shall submit and track updates to the Total Force Structure Management System (TFSMS) for PdM CSE and run TFSMS Standard reports for PdM CSE IAW CDRL DP. CDRL DP: TFSMS Updates and Reports (OPTION) The Contractor shall write and submit PdM CSE Diminishing Manufacturing Sources and Material Shortages (DMSMS) Plans in accordance with American National Standards Institute (ANSI)/Techamerica STD (Standard for Preparing a DMSMS Management Plan), Military Standard (MIL-STD) 38 Department of Defense (DoD) Standard Practice Parts Management, SD-22 (Guidebook of Best Practices for Implementing a Robust DMSMS Management Program) and CDRL DQ. CDRL DQ: DMSMS Plans Reserved (OPTION) The Contractor shall, at each of the MEDLOGCOs, track the inventory and maintenance of the MEDLOGs medical materiel using the the Defense Medical Logistics Standard Support (DMLSS) System (OPTION) The Contractor shall create and submit DMLSS medical materiel inventory and medical equipment maintenance status reports at each MEDLOGCO in accordance with CDRL DS.
27 N D of 46 CDRL DS: MEDLOGCO Class VIII Asset Visibility (OPTION) The Contractor shall track and report medical materiel shipped from Overseas Contingency Operations (OCOs) to the FFME Product Support Integrator (PSI) and recommend disposition of the medical materiel to the Government (OPTION) The Contractor shall write and submit disposal documents for PdM CSE to dispose of medical materiel in accordance with CDRL DT. CDRL DT: Documents for the Disposition of Medical Materiel (OPTION) The Contractor shall track and report the disposition of OCO medical materiel shipped to the FFME PSI in accordance with CDRL DU. CDRL DU: Disposition of Medical Materiel Report (OPTION) The Contractor shall conduct Class VIII Enterprise Management Inventory Stocking Level and Deferred Items Modeling in accordance with CDRL DV. CDRL DV: Class VIII Enterprise Management Inventory Stocking Level and Deferred Items Modeling 3.3 al Publications Data Tasks. Funding: PMC: O&M: 100% RDT&E: () The Contractor shall create placards, flyers, brochures, logos and program graphics and shall develop and submit Program Books for each system within PdM CSE IAW CDRL E0. CDRL E0: Presentation Material. 3.4 Travel and ODCs estimated travel requirements are outlined below. The contractor must receive COR approval prior to executing travel. Travel costs must be in accordance with FAR 31. Task FSSE-Travel LOCATION Meetings # of Attendees Hollywood, MD 4 Per Month 1 Fairfield, VA 2 Per Month 1
28 N D of 46 LOCATION Duration (Days) # of Attendees # of Trips Arctic NET at I MEF Arctic NET at II MEF Aberdeen Test Center Natick LOGCOM Albany, GA Hill AFB Barstow, CA Panama City, FL Task FCFFS -Travel LOCATION Duration (Days) # of Attendees # of Trips Camp Lejeune, NC Camp Pendleton, CA Task Medical Travel LOCATION Duration (Days) # of Attendees # of Trips Event Camp Pendleton, CA AMAL Review Camp Pendleton, CA Stocking Level Workshop Camp Lejeune, NC AMAL Review Camp Lejeune, NC Stocking Level Workshop Quantico, VA AMAL Review Okinawa, Japan Stocking Level Workshop New Orleans, LA Stocking Level Workshop Quantico, VA and Washington, DC HQMC Briefings Fort Lauderdale, FL MHSRS 4. Security The information provided to the contractor will be unclassified and/or sensitive unclassified information. The contractor is not required or expected to have a Facility Clearance and contractor personnel supporting this effort are not required to possess Personnel Clearance Levels. Any contractor personnel requiring access to U.S. Government sensitive unclassified information shall possess a completed background investigation (minimum of a NACI) for this Public Trust Position. Issuance of Government Common Access Cards (CACs) will be required for all contractor personnel who require a.mil account in the performance of a task and manage For Official Use Only (FOUO) materials. The use of.mil accounts is required; the contractor shall utilize government provided accounts for transferal of such information. Failure to plan for the lead time to commercially procure DoD-accepted certificates and CAC readers or have employees with CAC access for contractors may result in receipt of a show-cause letter for inability to meet contractual obligations. Having.MIL accounts deactivated for inactivity or other violations of the terms of use agreement for NMCI accounts is also considered not meeting contractual obligations. Common Access Cards (CACs) will only be issued to those contractors supporting this contract that have been authorized by the COR. The COR will only authorize CACs for those contractors that meet current Homeland
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 05-Jan-21 N/A N/A 6. ISSUED BY CODE
More informationThe Line of Accounting information is hereby changed as follows:
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 22-May-22 ACQR 2570760 N/A 6. ISSUED BY CODE N62583 7. ADMINISTERED
More informationAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. Contract ID Code Page 1 Of 5 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. Amendment/Modification No. 3. Effective Date 4. Requisition/Purchase Req No. 5. Project No. (If applicable) 14 2014FEB12
More informationServices Provided: Unarmed detention services in support of the Buffalo Detention Facility (BFDF), 4250 Federal Drive, Batavia, New York (NY) 14020
Company Name: Asset Protection Security Services, Inc. Contract Number: ACB-3-C-0002 (ACB3C0002) Solicitation Number: ACB-2-R-0034 (ACB2R0034) Requisition Number: DDP-03-004 (DDP03004) Last Modification
More informationSee Block 16C 00701. Idaho Operations. Idaho Operations. 1955 Fremont Avenue. Idaho Falls ID 83415. x DE-AC07-05ID14517 11/09/2004
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 0335 6. ISSUED BY 1955 Fremont Avenue Idaho Falls ID 83415 BATTELLE ENERGY ALLIANCE, LLC Attn: Dana Storms P.O. BOX 1625 IDAHO FALLS ID 834150001 See
More informationAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. P00010 1. CONTRACT ID CODE J - FFP PAGE OF PAGES 1 of 5 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ.NO. 5. PROJECT NO.
More informationNavy ERP Program Development
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT R 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 02-Jul-2012 1300231777,1300273705,1300273707,1300273
More informationAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. Contract ID Code Page 1 Of 6 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Firm Fixed Price 2. Amendment/Modification No. 3. Effective Date 4. Requisition/Purchase Req No. 5. Project No. (If applicable)
More information11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
1. CONTRACT 10 CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 2 AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (/f applicable) 02 23-Jun-2009 N62583-09-MR-61
More informationAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. Contract ID Code Page 1 Of 5 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Cost No Fee 2. Amendment/Modification No. 3. Effective Date 4. Requisition/Purchase Req No. 5. Project No. (If applicable)
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 25-Jul-2014 M67854-13-MR-1053 N/A
More informationAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. Contract ID Code Page 1 Of 12 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Firm Fixed Price 2. Amendment/Modification No. 3. Effective Date 4. Requisition/Purchase Req No. 5. Project No. (If applicable)
More informationI 6 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REOUISITIONIPURCHASE REO. NO. r' PROJECT NO. (If applicab/e)
11. CONTRACT ID CODE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT ra~e I 6 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REOUISITIONIPURCHASE REO. NO. r' PROJECT NO. (If applicab/e)
More informationAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT OR TASK ORDER
of 1. Amendment Modification No. 2. Effective Date. REQUISITION/PURCHASE REQ. NO. 4. ISSUED BY Norfolk Redevelopment and Housing Authority Purchasing Services Office 201 Granby Street, 7th Floor Norfolk,
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 06-Sep-2013 1300314383-0001 N/A 6.
More informationDIRECTIVE NUMBER 4140.03
Joint Task Force National Capital Region Medical DIRECTIVE NUMBER 4140.03 Incorporating Change 1, May 16, 2012 J-4 SUBJECT: Medical Materiel Management References: See Enclosure 1 1. PURPOSE. This Directive,
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 14-Aug-2015 1300517293 N/A 6. ISSUED
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) -Oct-2013 N4814214RCSP001 N/A 6. ISSUED
More informationDEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT. This handbook is for guidance only. Do not cite this document as a requirement.
NOT MEASUREMENT SENSITIVE MIL-HDBK-512 04 October 2000 DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT This handbook is for guidance only. Do not cite this document as a requirement. AMSC N/A DISTRIBUTION
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 3
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 05-Aug-2015 1300449240 N/A 6. ISSUED
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 28-Sep-2015 1300527924 N/A 6. ISSUED
More informationSmall Business Contracting at Marine Corps Systems Command Needs Improvement
Inspector General U.S. Department of Defense Report No. DODIG-2016-019 NOVEMBER 10, 2015 Small Business Contracting at Marine Corps Systems Command Needs Improvement INTEGRITY EFFICIENCY ACCOUNTABILITY
More information11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I SPANO. 1. CONTRACT ID CODE I PAGEl 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15. PROJECT NO. (If applicable)
More informationDepartment of Defense INSTRUCTION. 1. PURPOSE. In accordance with DoD Directive (DoDD) 5124.02 (Reference (a)), this Instruction:
Department of Defense INSTRUCTION NUMBER 6430.02 August 17, 2011 USD(P&R) SUBJECT: Defense Medical Materiel Program References: See Enclosure 1 1. PURPOSE. In accordance with DoD Directive (DoDD) 5124.02
More information(a) MCO 6700.5, MEDICAL AND DENTAL (Class VIII) MATERIEL SUPPORT OF THE MARINE OPERATIONAL FORCES
DEPARTMENT OF THE NAVY HEADQUARTERS UNITED STATES MARINE CORPS 3000 MARINE CORPS PENTAGON WASHINGTON, DC 20350-3000 NAVMC 4000.2 LPC NAVMC 4000.2 From: Commandant of the Marine Corps To: Distribution List
More informationNavy and Marine Corps Have Weak Procurement Processes for Cost reimbursement Contract Issuance and Management
Inspector General U.S. Department of Defense Report No. DODIG-2014-092 JULY 11, 2014 Navy and Marine Corps Have Weak Procurement Processes for Cost reimbursement Contract Issuance and Management INTEGRITY
More informationSOLICITATION/CONTRACT/ORDER FOR COMMERICAL ITEMS
SOLICITATION/CONTRACT/ORDER FOR COMMERICAL ITEMS 1. REQUISITION NUMBER PAGE 1 OF OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24 & 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER 5. RFQ NUMBER 6.
More informationProject Management Guidelines
Project Management Guidelines 1. INTRODUCTION. This Appendix (Project Management Guidelines) sets forth the detailed Project Management Guidelines. 2. PROJECT MANAGEMENT PLAN POLICY AND GUIDELINES OVERVIEW.
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 04-Feb-2015 Not applicable N/A 6.
More informationDefense Logistics Agency Effectively Managed Continental U.S. Mission-Critical Batteries
Report No. DoDIG-2014-032 I nspec tor Ge ne ral U.S. Department of Defense JA N UA RY 2 7, 2 0 1 4 Defense Logistics Agency Effectively Managed Continental U.S. Mission-Critical Batteries I N T E G R I
More informationPERFORMANCE WORK STATEMENT. for. United States Air Forces in Europe (USAFE)/ Air Forces Africa (AFAFRICA)
PERFORMANCE WORK STATEMENT for United States Air Forces in Europe (USAFE)/ Air Forces Africa (AFAFRICA) Communications Directorate (A6) Task Management Tool (TMT) Support 1 TABLE OF CONTENTS Contract Number
More information7. ADMINISTERED BY (If other than Item 6) CODE
AMENDMENT OF SOLlClTATlONlMODlFlCA'rION OF CONTRACT 2. AMENDMENTIMODIFICATION NO. 1 3. EFFECTIVE DATE 1 4. REQUISI'~ION1PURCHASE REQ. NO. 1 5. PROJECT NO. (If. a~~licable).. Mi 24 I See Block 16c I NOPR
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 29-Sep-25 N36015RC074FS N/A 6. ISSUED
More informationProgram Management Office Provided Adequate Oversight of Two Contracts Supporting the Defense Enterprise Accounting and Management System
Report No. DODIG-2014-006 I nspec tor Ge ne ral U.S. Department of Defense OCTOBER 25, 2013 Program Management Office Provided Adequate Oversight of Two Contracts Supporting the Defense Enterprise Accounting
More informationOPNAVINST 4440.26A N4 5 Jun 2012. Subj: OPERATING MATERIALS AND SUPPLIES AND GOVERNMENT FURNISHED MATERIAL MANAGEMENT
DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 4440.26A N4 OPNAV INSTRUCTION 4440.26A From: Chief of Naval Operations Subj: OPERATING
More informationGOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (GIDEP) REQUIREMENTS GUIDE
GIDEP PUBLICATION 1 GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (GIDEP) REQUIREMENTS GUIDE STATEMENT A APPROVED FOR PUBLIC RELEASE DISTRIBUTION UNLIMITED GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM APRIL 2008
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 13-Feb-2013 4. REQUISITION/PURCHASE REQ. NO. N6890112RCW0002 5. PROJECT NO. (If applicable) N/A 6.
More informationPERFORMANCE WORK STATEMENT (PWS)
PERFORMANCE WORK STATEMENT (PWS) Description of Services 1.0 Scope 1.1 General This Performance Work Statement (PWS) defines the effort required to support the KC-X Program Office, Wright-Patterson AFB,
More information[X] [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority)
1.CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U I 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable
More informationDEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Small Business Process
DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION Small Business Process Contracts Directorate DCMA-INST 119 OPR: DCMA-AQS 1. PURPOSE. This Instruction: a. Reissues and updates DCMA
More informationDFAS Charleston Vendor Pay Code FP P.O. Box 118054 Charleston, SC 29423-8054. Director of Contrac. See the Following Pages
DELIVERY ORDER 1. CONTRACT NO. 2. 5. ISSUED BY CODE N61331 DRAFT 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 12/20/2004 N61331-05-MR-55105 MOD 08/24/2005 6. ADMINISTERED BY CODE N61331 NSWC, PANAMA
More informationIT Asset Management. ProPath. Office of Information and Technology
IT Asset Management ProPath Office of Information and Technology Table of Contents IT Asset Management Process Maps... 1 Process: IT Asset Management... 19 IT Asset Management and Goals... 22... 22 Goals...
More informationDepartment of Defense Fiscal Year (FY) 2014 President's Budget Submission
Department of Defense Fiscal Year (FY) 2014 President's Budget Submission April 2013 Defense Contract Management Agency Justification Book Research, Development, Test & Evaluation, Defense-Wide THIS PAGE
More informationAcquisition. Army Claims Service Military Interdepartmental Purchase Requests (D-2002-109) June 19, 2002
June 19, 2002 Acquisition Army Claims Service Military Interdepartmental Purchase Requests (D-2002-109) Department of Defense Office of the Inspector General Quality Integrity Accountability Additional
More informationORDER FOR SUPPLIES OR SERVICES
ORDER FOR SUPPLIES OR SERVICES PAGE 1 OF7 1. CONTRACT/PURCH ORDER/AGREEMENT NO. 2. DELIVERY ORDER/CALL NO. 3. DATE OF ORDER/CALL 4. REQUISITION/PURCH REQUEST NO. 5. PRIORITY 2016 JAN 21 0061147670 DO-C9
More informationDepartment of Administration Portfolio Management System 1.3 June 30, 2010
E 06/ 30/ 2010 EX AM PL 1. 3 06/ 28/ 2010 06/ 24/ 2010 06/ 23/ 2010 06/ 15/ 2010 06/ 18/ 2010 Portfolio System 1.3 June 30, 2010 Contents Section 1. Project Overview... 1 1.1 Project Description... 1 1.2
More information8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 6 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 23-Aug-2012 251ULO0005 N/A 6. ISSUED BY CODE N00421 7. ADMINISTERED
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) -Dec-2015 1300540900 & 1300541098
More informationBZT52H series. Single Zener diodes in a SOD123F package
Rev. 3 7 December 2010 Product data sheet 1. Product profile 1.1 General description General-purpose Zener diodes in a SOD123F small and flat lead Surface-Mounted Device (SMD) plastic package. 1.2 Features
More informationSubmitted on. 25 February 2003. Prepared for The Defense Logistics Agency Department of Defense
A Joint Environmental Material Management Service (JEMMS) Hazardous Materials (HAZMAT) Distribution Center Location Model for the Continental United States (CONUS) Submitted on 25 February 2003 Prepared
More informationJuly 6, 2015 11(1) CHAPTER 11
July 6, 2015 11(1) CHAPTER 11 Table of Contents Paragraph Page 11-000 Audit of Contractor Compliance with Contract Financial Management Requirements 11-001 Scope of Chapter... 1101 11-100 Section 1 ---
More informationDELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 04/03/2008 MOD 04/03/2008
DELIVERY ORDER FINAL 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. EJP201 ORIG 04/03/2008 MOD 04/03/2008 N62583-08-MR-65514 5. ISSUED BY CODE N62583 6. ADMINISTERED BY CODE S5111A SPECIALTY
More information- ATTACHMENT - PROGRAM MANAGER DUTIES & RESPONSIBILITIES MARYLAND STATE POLICE W00B0400021
- ATTACHMENT - PROGRAM MANAGER DUTIES & RESPONSIBILITIES MARYLAND STATE POLICE W00B0400021 About this document this is a detailed description of typical Project Manager (PM) duties, responsibilities, and
More informationDepartment of Defense Fiscal Year (FY) 2015 Budget Estimates
Department of Defense Fiscal Year (FY) 2015 Budget Estimates March 2014 Defense Contract Management Agency Defense Wide Justification Book Volume 5 of 5 Research,, Test & Evaluation, Defense-Wide THIS
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-Dec-2015 15-MJF-011 N/A 6. ISSUED
More informationSmall Business Contracting at Regional Contracting Office-National Capital Region Needs Improvement
Inspector General U.S. Department of Defense Report No. DODIG-2015-095 MARCH 20, 2015 Small Business Contracting at Regional Contracting Office-National Capital Region Needs Improvement INTEGRITY EFFICIENCY
More informationATTACHMENT 3 SPS PROJECT SENIOR PROGRAM MANAGER (SPM) DUTIES & RESPONSIBILITIES
1. ROLE DEFINITIONS ATTACHMENT 3 SPS PROJECT SENIOR PROGRAM MANAGER (SPM) DUTIES & RESPONSIBILITIES The purpose of this section is to distinguish among the roles interacting with the SPM obtained through
More informationProgram Manager Combat Support Systems. Mr. Jack Cave
Program Manager Combat Support Systems Mr. Jack Cave 22 SEPTEMBER 2015 1 MARCORSYSCOM PEO Land Systems Staff Staff Deputy Commander Resource Management Deputy Commander SIAT Assistant Commander Acquisition
More informationWelcome Package UPDATED July 2015 ` 2
1 Welcome Package UPDATED July 2015 ` 2 Table of Contents 1.0 Introduction to the Subsistence Prime Vendor Program 4 2.0 Introduction to the STORES Customer User Guide.5 3.0 Frequently Asked Questions..7
More informationAcceptance Page 2. Revision History 3. Introduction 14. Control Categories 15. Scope 15. General Requirements 15
Acceptance Page 2 Revision History 3 Introduction 14 Control Categories 15 Scope 15 General Requirements 15 Control Category: 0.0 Information Security Management Program 17 Objective Name: 0.01 Information
More informationReport No. DoDIG-2012-081 April 27, 2012. Navy Organic Airborne and Surface Influence Sweep Program Needs Defense Contract Management Agency Support
Report No. DoDIG-2012-081 April 27, 2012 Navy Organic Airborne and Surface Influence Sweep Program Needs Defense Contract Management Agency Support Additional Copies To obtain additional copies of this
More informationVehicle Identification Numbering System 00.03
Vehicle Identification Numbering System 00.03 IMPORTANT: See Subject 050 for the vehicle identification numbering system for vehicles built before May 1, 2000. Federal Motor Vehicle Safety Standard 115
More information3 3RG78 45 program overview
Overview RG78 45 light curtains and arrays with integrated processing unit for type 4 in accordance with IEC/EN 61496 With "Standard" function package Resolutions: 14, 0, 50, and 90 Protective zone height:
More informationDEFENSE LOGISTICS AGENCY HEADQUARTERS CAMERON STATION ALEXANDRIA, VA 22314
DEFENSE LOGISTICS AGENCY HEADQUARTERS CAMERON STATION ALEXANDRIA, VA 22314 DLAR 4140.48 DLA REGULATION NO. 4140.48 DLA-OS 11, Dec 81 STORAGE OF MILITARY SERVICE-OWNED RETAIL STOCKS IN THE DLA MATERIEL
More informationGAO MAJOR AUTOMATED INFORMATION SYSTEMS. Selected Defense Programs Need to Implement Key Acquisition Practices
GAO United States Government Accountability Office Report to Congressional Addressees March 2013 MAJOR AUTOMATED INFORMATION SYSTEMS Selected Defense Programs Need to Implement Key Acquisition Practices
More information8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 16-Jul-2012 N57025RC00504 N/A 6. ISSUED BY CODE N00244 7. ADMINISTERED
More informationDoD Business Process Reengineering CONSTRUCTION IN PROGRESS REQUIREMENTS DOCUMENT
DoD Business Process Reengineering CONSTRUCTION IN PROGRESS REQUIREMENTS DOCUMENT Office of the Deputy Undersecretary of Defense (Installations & Environment) Business Enterprise Integration Directorate
More informationCourse Objectives: COR 206 - Contracting Officer's Representatives in a Contingency Environment
Course Objectives: COR 206 - Contracting Officer's Representatives in a Contingency Environment (course Learning/Performance Objectives followed by enabling learning objectives) 1. Recognize the duties,
More information10. THIS ACQUISITION IS. (!g UNRESTRICTED OR DIV OF PROCUREMENT SERVICES []SMALL BUSINESS DEMERGING SMALL BUSINESS SIZE STANDARD:
2. CONTRACT NO. - - SOLICITA TION/CONTRACT/ORDER F'" ;OMMERCIAL ITEM :. REQUISITION NUMBEF OF OFFEROR TO COMPLETE BLOCKS ;(, 7, 23, 24, & 30 REQ-2400-0-v~67 rag~ I 8 ~. AWARDI ORDER NUMBER SOLICITATION
More informationAccounting Basics. Logistics Solutions for the Warfighter 1
Accounting Basics Logistics Solutions for the Warfighter 1 Accounting Basics Overview Background Document Numbers Line of Accounting (LOA) Financial Data Elements Logistics Solutions for the Warfighter
More informationFuture Trends in Airline Pricing, Yield. March 13, 2013
Future Trends in Airline Pricing, Yield Management, &AncillaryFees March 13, 2013 THE OPPORTUNITY IS NOW FOR CORPORATE TRAVEL MANAGEMENT BUT FIRST: YOU HAVE TO KNOCK DOWN BARRIERS! but it won t hurt much!
More informationPARTNERSHIP AGREEMENT Between The U.S. Small Business Administration And The Commodity Futures Trading Commission
PARTNERSHIP AGREEMENT Between The U.S. Small Business Administration And The Commodity Futures Trading Commission Sections 7(j) and 8(a) of the Small Business Act (the Act) (15 U.S.C. 636 (j) and 637(a))
More information11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 0002
More informationAcquisition. Controls for the DoD Aviation Into-Plane Reimbursement Card (D-2003-003) October 3, 2002
October 3, 2002 Acquisition Controls for the DoD Aviation Into-Plane Reimbursement Card (D-2003-003) Department of Defense Office of the Inspector General Quality Integrity Accountability Report Documentation
More informationDELIVERY ORDER 2. DELIVERY ORDER NO. ORIG 02/03/2005 MOD 09/09/2005 11. SHIP TO 12. PAYMENT WILL BE MADE BY CODE N68892
DELIVERY ORDER DRAFT 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 02/03/2005 MOD 09/09/2005 N61331-05-MR-55231 5. ISSUED BY CODE N61331 6. ADMINISTERED BY CODE N61331 NSWC, PANAMA
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 31-Mar-21 N0006611RCJ3006 N/A 6. ISSUED
More informationDepartment of Defense INSTRUCTION
Department of Defense INSTRUCTION NUMBER 4151.19 January 9, 2014 USD(AT&L) SUBJECT: Serialized Item Management (SIM) for Life-Cycle Management of Materiel References: See Enclosure 1 1. PURPOSE. In accordance
More informationRequest for Resume (RFR) CATS+ Master Contract All Master Contract Provisions Apply. Section 1 General Information
Section 1 General Information RFR Number: (Reference BPO Number) Functional Area (Enter One Only) M00B5400254 Functional Area 5 - Software Engineering Labor Category/s A single support staff or support
More informationDCAA and the Small Business Innovative Research (SBIR) Program
Defense Contract Audit Agency (DCAA) DCAA and the Small Business Innovative Research (SBIR) Program Judice Smith and Chang Ford DCAA/Financial Liaison Advisors NAVAIR 2010 Small Business Aviation Technology
More informationRAPID RESPONSE PROGRAM
RAPID RESPONSE PROGRAM The Best Acquisition Solution Available To All Federal Agencies Presented by: Dwayne Terry Business Development dwayne.k.terry@us.army.mil LIFEL Page 1 of CONTENTS Organizational
More informationEnterprise Test Management Standards
Enterprise Test Management Standards Version 4.0 09/28/2012 Document Number: FSA_TOADG_STDS_TEST.TMS_001 Document Version Control This section summarizes this document revision history. Each entry includes
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 27-Aug-2015 1300516857 N/A 6. ISSUED
More informationHomeland Security Grants Management Louisiana Emergency Preparedness Association (LEPA)
Homeland Security Grants Management Louisiana Emergency Preparedness Association (LEPA) An LEM Basic Credentialing Course 1 Objectives Using local government management systems perform: Homeland security
More informationStatement of work CDRL, And Tracking Tool (SCATT)
Statement of work CDRL, And Tracking Tool (SCATT) September 2011 1 Agenda Overview & Introduction Brief History SCATT Tool Components SOW Questionnaire CDRL Wizard CDRL Tracking Tool Who uses the SCATT
More informationDepartment of Defense MANUAL
Department of Defense MANUAL NUMBER 5000.04-M-1 November 4, 2011 CAPE SUBJECT: Cost and Software Data Reporting (CSDR) Manual References: See Enclosure 1 1. PURPOSE. This Manual: a. Reissues DoD 5000.04-M-1
More informationCommunity College of Philadelphia Calling Code 218 Employer Scan Client Approved: November 17, 2005 Region (CIRCLE) City MSA
Community College of Philadelphia Calling Code 218 Employer Scan Client Approved: November 17, 2005 Region (CIRCLE) City MSA Zip V0 V1 V2 Month/ Day/ Year of Contact: Business Name: Address: V3 City: V4
More informationSPAWAR HQ ARCHITECTURE AND HUMAN SYSTEMS GROUP Human-Systems Integration/Systems Engineering Support Performance Work Statement
SPAWAR HQ ARCHITECTURE AND HUMAN SYSTEMS GROUP Human-Systems Integration/Systems Engineering Support Performance Work Statement 1.0 INTRODUCTION The Department of the Navy Space and Naval Warfare Systems
More informationNavy s Contract/Vendor Pay Process Was Not Auditable
Inspector General U.S. Department of Defense Report No. DODIG-2015-142 JULY 1, 2015 Navy s Contract/Vendor Pay Process Was Not Auditable INTEGRITY EFFICIENCY ACCOUNTABILITY EXCELLENCE INTEGRITY EFFICIENCY
More informationTechnical Writing For JEM PMR 1 - A Practical Paper
Performance Work Statement (PWS) Joint Project Manager Information Systems (JPM IS) Joint Effects Model (JEM) Increment 1 Software Upgrade and Maintenance Joint Program Manager Information Systems (JPM
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 31-Mar-2015 13003394-0003 N/A 6. ISSUED
More informationSee Block 16C NSSC. x NNX11AA01C 12/27/2010
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 000290 6. ISSUED BY CODE NASA Shared Services Center Bldg. 1111, C Road Stennis Space Center MS 39529-6000 See Block 16C NSSC 1. CONTRACT ID CODE 7. ADMINISTERED
More informationJ 1 6 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. PROJECT NO. (If applicable) 0004 18 -Aug-2014
1. CONTRACT ID CODE PAGE OF PAGES J 1 6 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. PROJECT NO. (If applicable) 0004 18 -Aug-2014 6. ISSUED BY Code OPHA3 7. ADMINISTERED
More informationFEDERAL TRADE COMMISSION. Office of Inspector General
AR 14-00lA FEDERAL TRADE COMMISSION Office of Inspector General Audited Financial Statements for Fiscal Year 2013 Management Letter May 2 8, 2014 UNITED STATES OF AMERICA FEDERAL TRADE COMMISSION WASHINGTON,
More informationGAO AIR FORCE WORKING CAPITAL FUND. Budgeting and Management of Carryover Work and Funding Could Be Improved
GAO United States Government Accountability Office Report to the Subcommittee on Readiness and Management Support, Committee on Armed Services, U.S. Senate July 2011 AIR FORCE WORKING CAPITAL FUND Budgeting
More informationTC-UPDATE (11/10) 52.222-39 252.204-7009. 12. Requirements Regarding Potential Access to Export-Controlled Items
TC-UPDATE (11/10) The following updates reflect changes to various provisions and clauses of U.S. Government acquisition regulations, including the Federal Acquisition Regulations (FAR) and the Department
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 19-Dec-2013 See Section G N/A 6. ISSUED
More informationDRAFT REGULATORY GUIDE
U.S. NUCLEAR REGULATORY COMMISSION August 2012 OFFICE OF NUCLEAR REGULATORY RESEARCH Division 1 DRAFT REGULATORY GUIDE Contact: K. Sturzebecher (301) 251-7494 DRAFT REGULATORY GUIDE DG-1206 (Proposed Revision
More information1. Delete Clause HQ G-2-0007 INVOICE INSTRUCTIONS and ADD the following two Clauses in full text to Section G:
Page 1 of 6 Purpose: The purpose of this modification is to revise invoice instructions in Section G and to incorporate FAR 52.204-99 and FAR 52.232-99 clauses in full text to Section I, and to reinstate
More information1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 25-Jun-2015 1300457912 N/A 6. ISSUED
More informationRequest for Information PM07212011 CONTRACT MANAGEMENT SOLUTION
Request for Information PM07212011 CONTRACT MANAGEMENT SOLUTION July 21, 2011 1 Table of Contents I. Introduction and Purpose of Request For Information... 1 II. Background... 2 III. Description of Information
More information