1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Size: px
Start display at page:

Download "1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2"

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) 05-Oct-2015 N/A N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2404A NSWC, DAHLGREN DIVISION Dahlgren Road Suite 157 Dahlgren VA DCMA Manassas George Carter Way Chantilly VA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. A-T Solutions, Inc Spotsylvania Ave Fredericksburg VA B. DATED (SEE ITEM ) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) 1Y5E9 FACILITY CODE 05-Feb 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) Corrections to Task Order E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Amy T Richards, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/amy T Richards 05-Oct-2015 (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 2 of 2 GENERAL INFORMATION The purpose of this modification is to make the following administrative corrections to Sections B and H. The Line of Accounting information is hereby changed as follows: The total amount of funds obligated to the task is hereby increased from $17,3, by $0.00 to $17,3, The total value of the order is hereby increased from $36,487, by $0.00 to $36,487, The Period of Performance of the following line items is hereby changed as follows: CLIN/SLIN From To 1. In Section B, Paragraph B.5, the Incentive Fee table is revised to reflect the correct amounts for labor hours, target cost, and target fee for CLIN In Section B, Paragraph B.7, the Finalized Fixed Fee table is revised to show the correct amounts for fixed fee and number of man hours for CLIN In Section H, Paragraph H.10, the Funding Profile table is revised to reflect the correct number of funded hours. A conformed copy of this Task Order is attached to this modification for informational purposes only.

3 1 of 79 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 4000 B504 OCONUS The Contractor shall provide OCONUS technical and support services for Naval Expeditionary Forensics & Biometrics in accordance with Section C, Performance Work Statement. (Fund Type - TBD) LH $6,889, B504 Base Period OCONUS Labor Funding (Fund Type - OTHER) 40 B504 Base Period OCONUS Labor Funding (Fund Type - OTHER) Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF 4001 B504 CONUS The Contractor shall provide CONUS technical and support services for Naval Expeditionary Forensics & Biometrics in accordance with Section C, Performance Work Statement. (Fund Type - TBD) LH $5,207, Max Fee Min Fee Government Overrun Share Line Government Underrun Share Line B504 Base Period CONUS Labor Funding (Fund Type - OTHER) B504 Base Period CONUS Labor Funding (Fund Type - OTHER) For ODC Items:

4 2 of 79 Item PSC Supplies/Services Qty Unit Est. Cost 6000 B504 ODC in support of CLIN 4000 and 4001 (Fund Type - TBD) LO B504 Base Period ODC Funding (Fund Type - OTHER) 60 B504 Base Period ODC Funding (Fund Type - OTHER) B504 Base Period ODC Funding (WCF) B504 Base Period ODC Funding (Fund Type - OTHER) For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7000 B504 OCONUS The contractor shall provide OCONUS technical and support services for Naval Expeditionary Forensics & Biometrics in accordance with Section C, Performance Work Statement. (Fund Type - TBD) LH $14,335, B504 Option One OCONUS Labor Funding (Fund Type - OTHER) Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF 7001 B504 CONUS The Contractor shall provide technical and support services for Naval Expeditionary Forensics & Biometrics in accordance with Section C, Performance Work Statement. (Fund Type - TBD) LH $4,094, Max Fee Min Fee Government Overrun Share Line Government Underrun Share Line B504 Option One CONUS Labor Funding (Fund Type - OTHER) For ODC Items:

5 3 of 79 Item PSC Supplies/Services Qty Unit Est. Cost 9000 B504 ODC in support of CLIN 7000 and 7001 (Fund Type - TBD) LO B504 Option One ODC Funding (Fund Type - OTHER) 90 B504 Option One ODC Funding (OPN) NOTE 1: LABOR HOURS (LH) At the time of award the number of labor years listed above (X.X LY) in the Base Period and each Option Period will be changed to coincide with the Level of Effort provided in Section H, SEA (Alt.1) Level of Effort clause and the number of hours reflected in the cost proposal of the successful offeror. NOTE 2: OPTION CLAUSE The OPTION TO EXTEND THE TERM OF THE CONTRACT clause in Section I applies only to the Option CLIN. NOTE 3: ODCs Unburdened costs are specified in Section L. CLAUSES INCORPORATED IN FULL TEXT: The clause entitled LIMITATION OF COST (FAR ) or LIMITATION OF FUNDS (FAR ), as appropriate, shall apply separately and independently to each separately identified estimated cost. B.1 USE WHOLE DOLLARS ONLY All proposals shall be rounded to the nearest dollar. B.2 TYPE OF ORDER This is a Level of Effort (term) type order. CLINS 4000 and 7000 are cost plus fixed fee. CLINs 4001 and 7001 are cost plus incentive fee type. CLINs 6000 and 9000 are cost only, excluding fee. B.3 ADDITIONAL CLINS Additional CLINs may be unilaterally created by the Contracting Officer during the performance of this Task Order to allow for additional SLINs as needed and accommodate the multiple types of funds that may be used under this Order. These modifications will not change the overall level of effort or value of the task order. B.4 HQ B CONTRACT SUMMARY FOR PAYMENT OFFICE (COST TYPE) (NAVSEA) (FEB 1997) This entire task order is cost reimbursable. The Labor CLINs and are Cost Plus Fixed Fee (CPFF), Labor CLINs and are Cost Plus Incentive Fee (CPIF) and ODC CLINs and 9000 are Cost Only. B.5 INCENTIVE FEE Note: Upon award, the successful Offeror s proposed Maximum Incentive Fee and Target Fee percentages, if less than the solicitation stated thresholds, will be incorporated in FAR clause INCENTIVE FEE in Section I.

6 4 of 79 (1) The final target cost, target fee amounts shall be based on the actual level of effort the contractor provides as explained in the following paragraphs. CPIF LABOR ITEMS LABOR HOURS TARGET COST TARGET FEE TOTAL TARGET COST/FEE AMOUNT 4001 $ 5,207, Rate/Hr (Leave blank) $ $3.15 Total Labor 7001 $ 4,094, Rate/Hr (Leave blank) Total Labor (i) The final CPIF target cost for CLIN 4001 and (if and to the extent Options are exercised) Option CLIN 7001 shall be determined by multiplying the allowable hours worked, including subcontractor hours, under the CLIN by the rate/hour in the target cost column including cost of money, in the preceding table. (ii) The final CPIF target fee CLIN 4001 and (if and to the extent Options are exercised) Option CLIN 7001 shall be determined by multiplying the allowable hours worked, including subcontractor hours, under the CLIN by the rate/hour in the target fee column of the preceding table. B.6 HQ B PAYMENT OF FEE(S) (LEVEL OF EFFORT-ALTERNATE I) (NAVSEA) (MAY 2010) (a) For purposes of this contract, fee means target fee in cost-plus-incentive-fee type contracts, base fee in cost-plus-award-fee type contracts, or fixed fee in cost-plus-fixed-fee type contracts for level of effort type contracts. (b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled FIXED FEE (FAR ) or INCENTIVE FEE, (FAR ), as applicable. Such payments shall be submitted by and payable to the Contractor pursuant to the clause of this contract entitled ALLOWABLE COST AND PAYMENT (FAR ), subject to the withholding terms and conditions of the FIXED FEE or INCENTIVE FEE clause, as applicable, and shall be paid fee at the hourly rate specified above per man-hour performed and invoiced. Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract. In no event shall the Government be required to pay the Contractor any amount in excess of the funds obligated under this contract. B.7 IZED FIXED FEE If the total level of effort for CLINs 4000 and 7000 specified in Section H, LEVEL OF EFFORT - ALTERNATE 1 (MAY 2010) is not provided by the Contractor during the period of this order, the Contracting Officer, at its sole discretion, shall finalize fee based on the percent of hours provided in relation to the fixed fee. For example, if 90% of the hours were provided, the contractor is entitled to 90% of the fixed fee. The following table is to be completed by offeror and reflects the hourly rate to be billed. OCONUS LABOR Fixed Fee Amount Number of Man-hours Rate (Fee per man hour) Base 4000 Option The above fee calculation applies to all periods regardless of the level of funding. This task order will be incrementally funded and budgetary constraints may prevent full funding of all periods. The process for finalizing the fixed fee is the same for both fully funded periods and periods funded at less than the estimated total cost-plus-fixed-fee. B.8 HQ B TRAVEL COSTS-ALTERNATE I (NAVSEA) (DEC 2005) (a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs in accordance with FAR The costs to be reimbursed shall be those costs accepted by the cognizant DCAA. (b) Reimbursable travel costs include only that travel performed from the Contractor's facility to the worksite, in and around the worksite, and from the worksite to the Contractor s facility. (c) Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR ; however,

7 5 of 79 Contracting Officer approval shall be required prior to incurring relocation expenses and travel costs incident to relocation. (d) The Contractor shall not be reimbursed for the following (i) travel at U.S. Military Installations where Government transportation is available, (ii) travel performed for personal convenience/errands, including commuting to and from work, and (iii) travel costs incurred in the replacement of personnel when such replacement is accomplished for the Contractor s or employee s convenience.

8 6 of 79 SECTION C DESCRIPTIONS AND SPECIFICATIONS C.1.0 INTRODUCTION SECTION C DESCRIPTIONS AND SPECIFICATIONS Performance Work Statement C.1.1 This is a performance-based acquisition and is structured around the results to be achieved as opposed to the manner by which the work is to be performed. The quality and effectiveness of the services performed hereunder will be evaluated in accordance with the performance standards/acceptance quality and the evaluation methods described in Section H, Special Contract Requirements, and Quality Assurance Surveillance Plan (QASP). C.1.2 The Contractor shall provide the personnel and material, necessary to accomplish task assignments within the work areas described in the SCOPE OF WORK. C.1.3 SCOPE The Contractor shall provide technical and non-technical support to NSWCDD as they and their partners support the global DoD forensics requirements. These requirements will support both CONUS and OCONUS in the work areas listed in this PWS. Every work area will not be employed at every location. C.1.4 Background Joint Expeditionary Forensics Facilities (JEFF) originated in IRAQ where NCIS had established the Law EnForcement Lab (LEFL) and USMC had established the Joint Prosecution and Exploitation Center (JPEC) to perform biometric functions. In August 2006 Vice Chairman of the Joint Chiefs of Staff (VCJCS) directed that a Quick Turn Capabilities Based Assessment (QT-CBA) team to identify capability gaps for the IRAQ Theater of operations. The Joint Requirements Oversight Council (JROC) subsequently approved the results and directed funding to address the capability gap for forensics, Gap 18 which turned into CC-0277 released January In 2007, NSWCDD was assigned as the Technical Direction Agent for Joint Expeditionary Forensics. NSWCDD engaged engineers, communications, program managers, and logisticians to design, develop, and deploy the JEFF labs. NSWCDD established a sustainable mobile expeditionary forensics solution, which was first deployed in February 2008, replacing the LEFL and JPEC. In total 6(six) JEFF labs were deployed to IRAQ. In September 2009 CC-0365 was released, expanding the JEFF labs into Afghanistan where 3(three) labs were deployed. In September 20, all JEFF labs in IRAQ were closed and Operational Control (OPCON) for the Afghanistan JEFF labs were transitioned to the Army. NSWCDD has remained engaged in the forensics and biometrics needs within DoD and has remained a partner with the Army in the operations of the Afghanistan forensics labs. Battlefield forensics and biometrics has become an essential tool for forward deployed forces and NSWCDD will remain engaged in support of the DoD global forensics requirements. The Defense Forensics Scientific Center (DFSC) within the Army is the Executive Agent for all DoD forensics. The DFSC maintains deployable labs called Expeditionary Forensics Labs (EFLs). These labs are deployed to locations throughout the globe to include Afghanistan. In Afghanistan the EFL s fall under the military command of the Combined Joint Task Force (CJTF) PALADIN. The labs in Afghanistan are integrated EFLs and Combined Explosive Exploitation Cells (CEXC labs, with Navy JEFF personnel augmentation. CJTF PALADIN has renamed these labs within Afghanistan only to be Afghanistan Captured Materials Exploitation (ACME) labs. The Navy capability will remain as JEFFs. JEFF personnel will continue to augment the DFSC EFLs and CJTF PALADIN s ACME s. C.2 WORK AREAS C2.1 WORK AREA 1 - Program Management and Technical Support C2.1.1 The Contractor shall provide programmatic support to include development of program plans (CDRL A001), schedules, attendance at and provision of oral briefings, development of implementation plans (CDRL A002) and other written documents that describe planned, ongoing or future operations or tasks related to future forensic capabilities required to support DOD mission objectives.

9 7 of 79 C2.2 WORK AREA 2 - Deployment Planning, Execution and Personnel Support C2.2.1 The Contractor shall perform all necessary actions to prepare Contractor personnel for deployment OCONUS. This shall include, preparation and provision to the Government of documentation containing mandatory personal information so that Contractors may obtain, or be provided, Letter of Introduction and Authorization, Invitation Travel Authorization, Geneva Convention CAC Card and other necessary documentation required for deployment. C The contractor shall only deploy employees who possess a current US Passport. C The contract shall only deploy personnel that pass medical standards for deployment as defined by the latest DoD guidelines for those locations. C2.2.4 The Contractor shall perform necessary planning to ensure that its employees are properly prepared and equipped with necessary personal protective gear for deployment on a schedule that satisfies Government requirements. C2.2.5 The Contractor shall maintain accurate records of all mandatory documentation due dates to ensure its employees documents and approvals do not prematurely expire and are kept current to meet requirements of the Government. C2.2.6 The Contractor shall maintain accurate records pertaining to the whereabouts and status of all OCONUS Contractor personnel. C2.2.7 The Contractor shall ensure that leave schedules of deployed personnel are cleared through the necessary channels to maintain continuity of operations. The Contractor shall advise the Laboratory leadership prior to approving routine leave of its deployed personnel unless such leave is classified as emergency leave. Emergency leave is defined as unplanned leave necessary to attend to any personal situation beyond the individual s control, such as medical, death in the family or other personal situation requiring immediate action. It is understood that the Government will not be approving or disapproving leave for Contractor personnel. C2.3 WORK AREA 3 - Forensics Support C2.3.1 The Contractor shall provide fully qualified personnel to staff any or all forensics facilities. Current forensic facility locations consist of Afghanistan, Bahrain, Djibouti, and Atlanta. Other locations will be required once requirements are derived from the combatant commands. Staffing requirements for a specific forensic facility will be identified by the Government. The specialties of these staffing requirements may vary based on the mission focus of a specific location. Further, the Contractor may be required to temporarily reassign its employees from one location to another to assist with heavy workloads, as determined by the Government. The Contractor shall make the necessary arrangements for their employees to enter, work, and exit the country location of the labs. The government will provide staffing levels and work areas necessary for each location. C2.3.2 Specific forensic facility operations shall be governed by Government-approved procedures. These procedures will be provided as GFI at time of award. The Government reserves the right to unilaterally modify/ update these procedures as necessary. The SOPs may change based on what military service is running the lab. C2.3.3 The Contractor may be required to provide professional forensics advice to other DoD commands/ activities, and provide expert consultative services on specific cases. These consultations may require travel to other locations, both CONUS and OCONUS. In certain scenarios, the Contractor shall be required to train military service members, coalition forces, or local nationals. As part of the training, the Contractor shall develop classroom-training materials (A004) appropriate for the required level of training and the level of technological and scientific understanding of the audience. C2.3.4 All records, reports, databases, etc. developed/maintained by the Contractor in performance of the tasks described within this PWS are the property of the Government. C2.3.5 Work Schedule: A Work Schedule will be established based on current and anticipated caseload requirements at a specific facility. A typical CONUS work schedule will be 40 hours per week, while a typical OCONUS work schedule could be up to 84 hours per week (12 hours/day, 7 days/week). The Government does not guarantee above 40 hours per week, and the Contractor shall be prepared to adjust the work hours to meet caseload

10 8 of 79 demands at the assigned facility. OCONUS personnel are considered "on-call" at all times; however, personnel are not authorized to charge to the order unless called upon for laboratory work performance. C2.3.6 Assessments: Pursuant to DoD Directive e the Executive Agent for DoD forensics is the Department of the Army and the executive Manager within the Army is the DFSC. The DFSC has established a set of standard operating procedures for the use of the forensic technologies and the procedures they require for proficiency within each forensic discipline. All forensic contractors on this task order will be required to follow these SOP's. The Contractor will be required to report to the DFSC (Ft. Gillem, Atlanta, GA) to be instructed on the SOP's and then assessed on their proficiency in using them. All contractors must pass this assessment to be able to work in any lab this contract supports. Failure to comply with the SOP's or failure to pass the assessment will result in removal from this task order. C2.4 WORK AREA 4 - Evidence Management and Handling C2.4.1 The Contractor shall receive, process, safeguard, and dispose of physical evidence delivered to labs. Within evidence management and handling, the evidence custodians and case file managers are responsible. C2.4.2 Custody of Evidence - The Contractor shall ensure that all items received at the laboratory are properly packaged and inventoried, when possible. Items might not be identifiable if received in opaque packaging, and/or in sealed packages. Hazardous materials shall be annotated and marked prior to releasing the item(s) to any discipline. The Contractor shall ensure all proper documentation as established by the implementation of US Army Regulation for Evidence Procedures. For all identifiable evidence received, the Contractor shall ensure each item is inventoried, preserved, safeguarded, and properly disposed of (when authorized) in a timely manner. The Contractor shall, to the best of their ability, protect evidence from loss, deterioration, contamination, or needless damage. C2.4.3 Case File Management - The Contractor shall ensure that all documents and information needed for the case file are received, a case file number is assigned, all required disciplines have submitted analysis/reports/findings in the appropriate timeframe, and the case is entered into the appropriate system(s). The Contractor shall ensure all metrics from each case are maintained in accordance with the documented procedures. C2.4.4 The Contractor shall utilize a government paperless system to perform the evidence management duties. The current paperless system is the Weapons-Technical-Intelligence Exploitation Analysis Tool (WEAT). In the event WEAT has been replaced the Contractor will use the new system. In the event a paperless system is not available at that facility the Contractor shall keep a paper trail and perform evidence custodian and case file management duties as outlined in the documented procedures. An evidence custodian or case file manager is responsible for notifying all personnel of any special handling, classification, and suspense date/time for analysis/reports/findings requirements. C2.4.5 The Contractor shall respond to data calls relating to the stated status of each case and evidence item. C2.4.6 The Contractor shall periodically review case file records to detect and resolve discrepancies. C2.5 WORK AREA 5 - Latent Print Processing and Examination C2.5.1 The Contractor shall be assigned a case for examination. The case file manager or the evidence custodian will provide all specific instructions regarding processing and/or suspense date. C2.5.2 The Contractor shall assume responsibility for evidence while processing and examining. C2.5.3 The Contractor shall photograph all items to document the original condition upon receipt. C2.5.4 The Contractor shall perform analysis techniques to determine the existence of latent prints. The Contractor shall identify, mark, photograph, determine suitability, submit, and if required, perform comparisons. C2.5.5 The Contractor shall process evidence to determine the presence of latent fingerprints using any documented wet and dry laboratory process at their location. Processing methods include, but are not limited to, Cyanoacrylate fuming, stickyside paste, and dyes. C2.5.6 The Contractor shall examine evidence for latent prints using all means available, including, specialized lighting sources, conditions, and magnification. All latent prints discovered shall be marked in a non-destructive manner. The Contractor shall photograph each latent print using photographic equipment capable of producing an

11 9 of 79 image of 1000 dpi or greater. Each photograph of each latent print shall be separately serialized with each evidence item and case. C2.5.7 The Contractor shall examine the photographic image and determine whether the print has sufficient quality to make a comparison, and/or to submit to the Automated Biometric Identification System (ABIS). This determination will be in accordance with documented criteria. C2.5.8 The Contractor shall examine and compare latent prints to known prints. Determining a match shall be based on best professional judgment of the examiner. Another examiner shall verify matches independently. C2.5.9 The Contractor shall document all examination results/findings in the Weapons Technical Intelligence Exploitation Analysis Tool (WEAT) database. A secondary examiner will co-sign in the WEAT tool if verification is agreed, or deliver a separate signed report stating his/her conclusions also in WEAT. C The Contractor shall annotate the case file documentation, detailing the processing techniques and the examination results. C2.5. The Contractor shall perform administrative and/or technical reviews of reports and worksheets. C The Contractor shall ensure, after processing, that all items are returned to the Evidence Custodian for proper storage and any subsequent documentation. C The Contractor shall maintain a clean laboratory and personal workspace environment in accordance with local laboratory procedures. C2.6 WORK AREA 6 - Firearms, Weapons, Ammunition, and Weapons Components Processing For the purpose of this section, Evidence Item shall refer to any weapon, firearm, accessory, ammunition, or component/piece thereof. C2.6.1 The Contractor shall be assigned a case for examination. The case file manager or the evidence custodian will provide all specific instructions regarding processing and/or suspense date. C2.6.2 The Contractor shall assume responsibility for evidence while processing and examining. C2.6.3 The Contractor shall examine and render all evidence items safe. C2.6.4 The Contractor shall provide guidance and expertise to Latent Print Examiners for likely locations of latent prints on each evidence item. This guidance may entail adjusting the firearm/weapon/accessory to expose the surface wherein latent prints can be found. C2.6.5 The Contractor shall examine evidence items for any signs indicating make, model, modifications, place of origin, manufacturer or maker, and serial numbers. The Contractor shall record these observations in the case file documentation. C2.6.6 For evidence items designed to fire projectiles, the Contractor shall determine if it can safely fire projectiles. The Contractor shall clearly tag evidence item as Safe to Fire or NOT Safe to Fire. C2.6.7 If the evidence item is determined safe to fire, the Contractor shall draw appropriate standard reference ammunition and test fire the weapon into a projectile catch pit using remote or direct firing device, as deemed appropriate. The Contractor shall retrieve the projectile and cartridge case (if appropriate), and bag and tag the materials in association with the evidence item number. C2.6.8 The Contractor shall perform a hands-on comparison of projectiles and cartridge cases to assess whether the same firearm likely produced them. C2.6.9 The Contractor shall examine evidence items for unique or indicative toolmarks, using magnification, etching, x-ray, and/or photographic techniques to best exploit the evidence. The Contractor shall observe all Officer In Charge (OIC) directions related to non-destructive testing. C The Contractor shall use photographic equipment to capture still images of each evidence item and relevant key portions of the evidence item, or other exhibits, to support further analysis, conclusions, and documentation.

12 10 of 79 C2.6. The Contractor shall document examination results/findings in the WEAT database. A secondary examiner will co-sign in the WEAT tool if verification is agreed, or deliver a separate signed report stating his/her conclusions also in WEAT. C The Contractor shall annotate the case file documentation, detailing the processing techniques and the examination results. C The Contractor shall perform administrative and/or technical reviews of reports and worksheets. C The Contractor shall ensure, after processing, that all items are returned to the Evidence Custodian for proper storage and any subsequent documentation. C The Contractor shall maintain a clean laboratory and personal workspace environment in accordance with local laboratory procedures. C2.7 WORK AREA 7 - DNA Analysis C2.7.1 The Contractor shall be assigned a case for examination. The case file manager or the evidence custodian will provide all specific instructions regarding processing and/or suspense date. C2.7.2 The Contractor shall assume responsibility for evidence while processing and examining. C2.7.3 Pre-Collection Examination and Planning: The Contractor shall examine evidence in consultation with firearms and latent print analysts (as needed) to ensure proposed collection approach will not negatively impact collection of other forensic data from the evidence. C2.7.4 Collection: The Contractor shall swab or otherwise collect potential DNA samples from evidence using approved procedures designed to minimize the possibility of sample contamination. The Contractor may also be called upon to collect DNA samples from Detainees or other persons for the purpose of subsequent processing and comparison to evidentiary samples. All samples shall be properly packaged, marked and stored in preparation for extraction. C2.7.5 Extraction: The Contractor shall extract DNA from collection samples using procedures designed to minimize the possibility of sample contamination. Procedures being used are determined by who has administrative control of the lab (EFL or JEFF). C2.7.6 Amplification: The Contractor shall amplify DNA using approved procedures designed to minimize the possibility of sample contamination. C2.7.7 Processing: The Contractor shall process amplified DNA using approved procedures designed to minimize the possibility of sample contamination. C2.7.8 Analysis and Comparison: The Contractor shall analyze the electronic data produced by the DNA processing equipment to determine if a likely match exists between DNA collected from evidence to that collected from Detainees or other known persons. C2.7.9 The Contractor shall use photographic equipment to capture still images of each evidence item and relevant key portions of the evidence item, or other exhibits, to support further analysis, conclusions, and documentation. C The Contractor shall document examination results/findings in the WEAT database. A secondary examiner will co-sign in the WEAT tool if verification is agreed, or deliver a separate signed report stating his/her conclusions also in WEAT. C2.7. The Contractor shall annotate the case file documentation, detailing the processing techniques and the examination results. C The Contractor shall perform administrative and/or technical reviews of reports and worksheets. C The Contractor shall ensure, after processing, that all items are returned to the Evidence Custodian for proper storage and any subsequent documentation.

13 of 79 C The Contractor shall maintain a clean laboratory and personal workspace environment in accordance with local laboratory procedures. C2.8 WORK AREA 8 - Forensic Chemistry C2.8.1 The Contractor shall be assigned a case for examination. The case file manager or the evidence custodian will provide all specific instructions regarding processing and/or suspense date. C2.8.2 The Contractor shall assume responsibility for evidence while processing and examining. C2.8.3 Identification - The Contractor shall perform examinations to identify if substances are drug, explosive or other. To determine a substance origin the Contractor shall weigh, sample, and analyze the substance. There are two primary analytical methods for positive identification to meet acceptable forensic standards, Gas Chromatography (GC) or Fourier Transform Infrared (FTIR) Spectroscopy. C2.8.4 Weighing and Sampling: In instances where statutory requirements or sentencing guidelines designate weight thresholds, sufficient specimens will be weighed and analyzed to exceed the threshold. Explosives are more sensitive to presumptive testing equipment only a trace amount of the substance is needed to perform these tests. For chemical analyses, sample selection should contain a representation of the entire sample. When sample size allows, testing should be applied on separate areas of the material to represent the item as a whole. C2.8.5 The Contractor shall compare sample results to a library of known results for the specific instrumentation and chemical being tested. C2.8.6 The Contractor shall use photographic equipment to capture still images of each evidence item and relevant key portions of the evidence item, or other exhibits, to support further analysis, conclusions, and documentation. C2.8.7 The Contractor shall document examination results/findings in the WEAT database. A secondary examiner will co-sign in the WEAT tool if verification is agreed, or deliver a separate signed report stating his/her conclusions also in WEAT. C2.8.8 The Contractor shall annotate the case file documentation, detailing the processing techniques and the examination results. C2.8.9 The Contractor shall perform administrative and/or technical reviews of reports and worksheets. C The Contractor shall ensure, after processing, that all items are returned to the Evidence Custodian for proper storage and any subsequent documentation. C2.8. The Contractor shall maintain a clean laboratory and personal workspace environment in accordance with local laboratory procedures. C2.9 WORK AREA 9 - Intelligence Analysis C2.9.1 The Contractor shall provide subject-matter expertise in the facilitation of biometrics and forensic intelligence related issues, requests for information, tasking, briefings, or other related requirements. C2.9.2 The Contractor shall provide liaison with intelligence community and federal law enforcement agencies as required to effect a joint approach to biometrics issues and targeting priorities. C2.9.3 The Contractor shall assist in collecting, processing and providing reporting of forensic evidence; to include evidence chain of custody, handling and transporting procedures. C2.9.4 The Contractor shall adhere to all evidence chain of custody procedures necessary to build legally viable cases for prosecution and targeting. C2.9.5 The Contractor shall assist in the use of forensics in host Nation court case prosecutions. C2.10 WORK AREA 10 - Information Technology C The Contractor shall perform installation, maintenance, trouble-shooting, and decommissioning of

14 12 of 79 computer components and network hardware. All work on computer systems shall be to maintain the systems within local and DoD policies. C The Contractor shall install, operate, and maintain computer processors, displays, and input and output devices and associate hardware interfaces. C The Contractor shall assist the government in the cleanup and sanitation of computers systems if infected with viruses or classifications spills. The contractor shall provide documentation (CDRL A005) to support the government investigations of these incidents when/if they occur. C The Contractor shall assist in maintaining an accurate computer systems inventory (CDRL A006). This shall be accomplished through performing system inventories on a periodic established by the government. C The Contractor shall perform all necessary modifications to computer systems, such that they conform to local and DoD configuration policies for both software versions and hardware components. C The Contractor shall maintain appropriate certifications to work on government systems at their location. C2. WORK AREA - Engineering and Other Technical Services C2..1 The Contractor shall support the Government in the research, design, development, fabrication, installation, modification, repair, testing, certification and validation of the following systems, subsystems and components associated with the forensics facilities or associated technical programs: portable shelters, containers, electronics, instrumentation, electro-mechanical, mechanical, power and power generation, plumbing, hydraulics, communication, information technology, heating, ventilation and air conditioning systems, and structural. C2..2 The Contractor shall provide engineering support across the full range of operational requirements, both CONUS and OCONUS, to include shipboard/at-sea and military/in-theatre duty-station assignments. Personnel supporting deployed operations shall meet the physical/medical requirements for those assignments. C2..3 The Contractor shall conduct studies and analysis to determine suitability, feasibility, and cost of system modifications. These studies include designing, building, and testing engineering prototypes and fielded systems. C2..4 The Contractor shall coordinate with the government, other contractors, and vendors to ensure maintenance, repairs, and troubleshooting are performed on the systems and subsystems. C2..5 The Contractor shall coordinate or perform installation/de-installation, in-service support, modifications, integration, and preventive/corrective maintenance of systems and subsystems. This could include obtaining specialized training & technical certifications as required for specialized systems and subsystems. C2.12 WORK AREA 12 - Logistical and Installation Services C The Contractor shall support the Government authorized personnel in the receiving, unpacking, inspection, assembly, installation, dismantlement, re-packing, loading for shipment, arrangement of shipping dates, and associated logistical aspects of receiving, installing, and shipping of items and variant/derivative technologies from NSWC Dahlgren (or other designated CONUS sites) to deployed forensic facilities OCONUS. C2.13 WORK AREA 13 - Software Engineering C The Contractor shall assist in the design, development, modification, maintenance, and documentation (A007) of the Weapons-Technical-Intelligence Exploitation Analysis Tool (WEAT), or any derivation of WEAT, database and software application. WEAT is a capability, which allows the electronic submittal of forensic analysis results into a central database. WEAT provides US and coalition forces timely and actionable intelligence in the fight against Counter Improvised Explosive Devices (C-IED). C The Contractor shall continue to maintain WEAT and its operational capabilities in use within the ACME Labs and DFSC. WEAT is a client-server capability developed in ColdFusion, with a Microsoft SQL database backend, running on a webserver using IIS. The Contractor shall assist the government in the installation of additional instances of WEAT at other locations that the government defines. C The Contractor shall assist the government in the development of an Operational Concept Description

15 13 of 79 (OCD) (A008). This description will identify the enterprise architecture for WEAT. It will guide the Contractor in development and release schedules necessary to develop an enterprise solution. WEAT will be expanded to be used by other USG agencies (DOJ, DHS, DOS, etc.) and additional coalition partners. C The Contractor shall document and maintain interoperability with the CENTCOM mandated data repository, Combined Information Data Network Exchange (CIDNE) and the Asymmetric Threat and Tactical Analysis Casebook (ATTAC). C The Contractor shall assist, at the Government s request, in the planning programming, installation, testing, and transition of current and future instances of WEAT. C WEAT is currently developed and deployed on the SIPR side due to the data being ingested and analysis results culminating in the database. The Contractor shall convert primary development of the unclassified core capability to the NIPR. C The Contractor shall document and adhere to a Configuration Management Plan (CMP) (CDRL A009). C The Contractor shall deliver a Software Product Specification (SPS) (CDRL A010). C The Contractor shall develop a Software Requirements Specification (SRS) (CDRL A0) to document the stakeholder and sponsors requirements. C The Contractor shall develop and maintain a WEAT User s Manual (CDRL A012). C2.13. The Contractor shall develop and maintain a Database Design Description (DBDD) (CDRL A013) for WEAT. C The Contractor shall develop and maintain a System Test Plan (STP) (CDRL A014). Each new release of WEAT shall be tested and the Contractor shall produce a System Test Report (STR) (CDRL A015). C The Contractor shall assist in training users on the WEAT capability. Since WEAT is a web based capability and the users are US and coalition forces, training may occur where necessary and approved by the government. C The Contractor shall assist the government with documentation, software and database fixes, and network administration to maintain or attain any WEAT Authority to Operate/Interim Authority to Operate (ATO/ITO). C WEAT will become a program of record and will be required to adhere to the DIACAP process. The Contractor shall assist the government with documentation (CDRL A016) consisting of System Identification Profile (SIP), DIACAP Implementation Plan (DIP), DIACAP Scorecard, and Plan Of Action & Milestones. C2.14 WORK AREA 14 - Inert Ordnance Examination and Documentation The Contractor shall use approved procedures, as defined by the CEXC standard operating procedures, to perform inspections of ordnance components and related items once certified as Inert by EOD technicians. This inspection shall be for the purpose of documenting construction techniques and practices for entry into the WEAT tool. C2.15 DRESS CODE Shirts and Blouses: Clean, serviceable, and worn in the same manner as the uniform service shirt. Shirts and blouses must be collared and may be worn un-tucked provided the bottom of the shirt does not hang below crotch level. Prohibited: Tank top style shirts, jerseys, halter-tops, and tube tops; excessively tight or baggy clothing Trousers: Clean and serviceable full-length trousers, with a belt (if belt loops are present) are the standard.

16 14 of 79 Prohibited: Soiled, frayed, torn, tight, or oversized items; trousers that expose any portion of the underwear or buttocks as well as those that are excessively baggy or hanging off the buttocks Footwear: Appropriate serviceable footwear will be worn. Prohibited: Open-toed shoes, shower shoes (rubber thong style flip flops), Crocs, bare feet, etc., are prohibited away from living areas. Prohibited Clothing which has been altered, cut or is otherwise worn in a manner to present an abbreviated covering, or sexually provocative appearance. Articles of clothing where the midriff is exposed and any garment, to include caps and hats, inscribed, printed or bearing patches with slogans, words, pictures, symbols, or print which may be interpreted by a reasonable person to be profane, suggestive or obscene. Garments that are supportive of or oriented towards the glamorization of alcohol, or any other illegal activity, including the use of illegal or illicit drugs. Any garment bearing designs, insignias, patches or print that may be interpreted to be directly and clearly derogatory to any ethnic, racial or religious group, military service or nation or to the flag or symbol of any nation. Shorts of any type are allowed in the living areas only. C.3.0 Progress Reporting, Deliverables, and Other Task Order Management In support of the technical and business management of this Task Order, the Contractor shall comply with the following requirements. C.3.1 Monthly Progress Report (CDRL A017) C The Contractor shall submit a Monthly Progress Report by the 15 th of the month following the month being reported on. C.3.2 In Progress Review (IPR) C The Contractor shall participate in both formal and informal IPRs of work being performed. IPRs shall be conducted at the overall Task Order level or for specific projects/work areas/tis. Reviews shall be scheduled by the Government. At the time the review is scheduled, the Government will communicate the specific purpose of the review and advise the Contractor as to the desired content of the presentation. The Contractor shall provide copies of slides presented to all attendees. An initial formal IPR is planned within 60 days of the Task Order award date and will follow the agenda agreed to by the Task Order s COR. Subsequent formal IPRs shall be held approximately every 90 days thereafter unless waived by the Government. C.4.0 PLACE OF PERFORMANCE C.4.1 The place of performance for this effort shall be at the Contractor s facility and in Government Spaces located in domestic and foreign locations. C.5.0 OTHER DIRECT COSTS (ODC) C.5.1 Travel The Government may require the Contractor to perform Temporary Duty assignment (TDY) travel as required in the performance of this PWS to include CONUS and OCONUS travel to hazardous locations (e.g., CENTCOM, AFRICON, PACOM, etc.). The numbers of trips and numbers of personnel traveling shall be limited to the minimum required to accomplish work requirements and shall be coordinated with the government PM. The Contractor shall conduct all travel in accordance with FAR , "Travel Costs," and the Joint Travel

17 15 of 79 Regulations (JTR). The Contractor shall provide trip reports for all travel not directly associated to performing forensics technical work. C.5.2 Materials and Equipment During the performance of this task order it may be necessary for the contractor to procure materials to respond to the mission requirements listed in the Performance Work Statement. This task order is issued under a services contract and the procurement of materials of any kind that are not directly related to and necessary for performance may be determined to be unallowable costs pursuant to FAR Part 31. The term material includes supplies, parts, equipment, hardware, and Information Technology (IT) resources including hardware, services, and software. Any material provided by the contractor is subject to the requirements of the FAR, DFARS, and the applicable Department of Navy regulations and instructions. Charges related to materials costs may include general and administrative (G&A) expenses but shall not include fee or profit. The Contractor shall provide a monthly materials acquisition report (CDRL A003) to the TPOC and the Contract Specialist that shows all items ordered during the month. This report shall be delivered within 15 days after the end of each month. This report shall include the following information: Identification of item; whether or not the item was procured on a competitive basis; justification for sole source; source selected; unit price; quantity ordered; total price; shipping costs and anticipated/actual receipt date. C Costs Expressly Not Allowed for Direct Charge The costs of general purpose business expenses required for the conduct of normal business operations will not be considered allowable direct costs in the performance of the contract. General purpose business expenses include but are not limited to the costs for items such as telephones (including cell phones) and telephone charges, copy machines, word processing equipment, personal computers, and other office equipment and supplies. C List of Materials Approved for Purchase The types of materials described in paragraph C below shall be the only ones approved for purchase under this task order. C Materials List The types of items provided in Attachment J.2 are authorized for purchase upon the government identifying the need and once the Contractor has complied with approval requirements as stated in paragraph C.5.2 above and C below. Personal Protective Gear - Based on current conditions, the following items are allowable as a direct charge to the Task Order if they are not provided by the Government: boots, Kevlar Helmet (Rated DOJ Level III or IV), Flak Vest (Rated DOJ Level IIIa or IV), kevlar plates, tinted safety glasses (prescription authorized), clear safety glasses (prescription authorized), gloves, survival knife, flashlight (Surefire model), 2 set of dress code appropriate - pants, shirt, belt, 1 set rain gear (pants and coat), and 1 set cold weather gear (coat and pants). Materials not fitting the descriptions listed in this section and the attachment may not be purchased unless mutually agreed to by both the Government (PCO and COR) and contractor and subsequently added to the task order by modification. C Information Technology (IT) Resources IT Resources shall not be purchased unless DoD and Navy purchasing procedures have been satisfied and approvals obtained. IT resources include personal computers (PC s), laptops, printers, software, servers, hubs, routers, phones, fax machines, and any related maintenance, telecommunications, training, or other support services. C Approvals Prior written approval from the Contracting Officer shall be required for all purchases of materials under the following circumstances: (1) A purchase of materials that are above $3,000 but no more than $10,000 per individual item purchase may be

18 16 of 79 executed with COR review and written approval. Advance PCO approval is not required. (2) A purchase of materials that exceeds $10,000 per individual purchase may NOT be executed unless the COR reviews the proposed purchase and the PCO issues written approval. (c) Separate multiple purchases of amounts valued below those thresholds stated in this section shall not be submitted to circumvent the COR and PCO review and approval procedure. Splitting purchase requirements to defeat purchasing thresholds shall not be approved. C Procedure for Obtaining COR and CO Approval To obtain COR and/or PCO approval, the contractor shall: (a) Submit a written request for purchase of materials to the COR through . The COR shall review the request. If it is in accordance with C above and requires PCO approval, the COR shall submit the request via the Contract Specialist to the PCO for review and approval. (b) Minimum requirements for a written request for purchase are as follows (1) Complete description of the material to be purchased (2) Quantity (3) Unit Cost and Total Cost (4) Estimated Delivery/Freight charges (5) Any associated service charges such as assembly, configuration, packing, etc. (6) An explanation of the need for the material (7) List the competitive quotes received from potential suppliers (8) The basis for the selection of the selected supplier (9) Explanation of the determination of price reasonableness regarding the selected supplier costs (10) If the procurement is sole sourced to a particular supplier or manufacturer, include the rationale for limiting the procurement to that supplier or manufacturer. () The contractor may seek the assistance of the Contract Specialist for guidance on item 10 above. (c) Once the COR and/or CO have reviewed the request, the Government shall notify the contractor of the outcome. Issues or details may be discussed with the Contract Specialist acting on behalf of the CO until a final Government determination is made as to whether to approve, modify, or reject the purchase. (d)the contractor is required to possess and maintain an adequate Property Management System throughout performance. C Disposition of Materials Upon completion of the period of performance, all material associated with this Order that is purchased by the contractor and not depleted during the performance of the Order shall become the property of the Federal Government. The contractor shall transfer all materials not depleted to the COR by way of a Material Inspection and Receiving Report (DD250). C.6 SECURITY The Department of Defense Contract Security Classification Specification (DD Form 254) (Attachments J.1) provides the security classification requirements for this order. The contractor shall obtain facility and personnel security clearances as required by the Department Industrial Security Program prior to starting to work on tasks requiring clearances. Access to classified spaces and material and generation of classified material shall be in

19 17 of 79 accordance with the attached DD Form 254. Execution of this effort under this PWS requires the Contractor to have access to classified information, systems, system data/products, and detailed analysis of systems up to TOP SECRET/SCI. While working on classified tasks, the Contractor shall safeguard all classified materials in accordance with applicable Government and industrial security regulations. All deliverables associated with this contract shall be in compliance with the DD Form 254. Work will be performed at the SECRET and TS-SCI levels. Specific labor categories required for the TS SCI clearances are required for Program Manager, Senior Systems Analyst, and the Information Technology Analyst. C.7 ELECTRONIC SPILLAGES (a) Electronic spillages (ES) are unacceptable and pose a risk to national security. An electronic spillage is defined as classified data placed on an information system (IS), media or hardcopy document possessing insufficient security controls to protect the data at the required classification level, thus posing a risk to national security (e.g., sensitive compartmented information (SCI) onto collateral, Secret onto Unclassified, etc). The contractor's performance as it relates to ES will be evaluated by the Government. ES reflects on the overall security posture of the Government and a lack of attention to detail with regard to the handling of classified information of IS security discipline and will be reflected in the contractor's performance rating. In the event that a contractor is determined to be responsible for an ES, all direct and indirect costs incurred by the Government for ES remediation will be charged to the contractor. (b) NSWCDD Command Security will continue to be responsible for the corrective action plan in accordance with the security guidance reflected on the DOD Contract Security Classification Specification - DD254. Command Security will identify the contractor facility and contract number associated with all electronic spillages during the investigation that involve contractor support. Command Security will notify the Contracts Division with the contractor facility name and contract number, incident specifics and associated costs for clean-up. The Contracting Officer will be responsible to work with the Contractor Facility to capture the costs incurred during the spillage clean up. The Contractor is also responsible for taking Information Security Awareness training annually, via their Facility Security Officer (FSO), as part of the mandatory training requirements. If a spillage occurs additional training will be required to prevent recurrence. C.8 INFORMATION SECURITY AND COMPUTER SYSTEM USAGE In accordance with U.S. Navy policy, any personnel, including the contractor, who utilizes DOD-owned systems, shall assume responsibility for adherence to restrictions regarding internet and usage. Navy policy prohibits racist, sexist, threatening, pornographic, personal business, subversive or politically partisan communications. All personnel, including the contractor, are accountable and must act accordingly. DOD computer systems are monitored to ensure that the use is authorized, to facilitate protection against unauthorized access, and to verify security procedures, survivability and operational security. During monitoring, information may be examined, recorded, copied, and used for authorized purposes. All information, including personal information, placed on or sent over a DOD system may be monitored. Use of a DOD system constitutes consent to monitoring. Unauthorized use may result in criminal prosecution. Evidence of unauthorized use collected during monitoring may be used as a basis for recommended administrative, criminal or adverse action. C.9 SENSITIVE, PROPRIETARY, AND PERSONAL INFORMATION Work under this contact may require that personnel have access to Privacy Information. Contractor personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code. Section 552a and applicable agency rules and regulations. Access to and preparation of sensitive information subject to privacy Act and Business Sensitive safeguarding and destruction may be required in the execution of tasking associated with this contract. Administratively sensitive information/data must not be shared outside of the specific work areas. All personnel with access to privacy act data in support of this contract must sign a privacy act certification. C.10 NON-DISCLOSURE AGREEMENTS (NDAs) (a) NDAs may be utilized to allow for access to company sensitive/proprietary data. For tasks requiring NDAs the contractor shall obtain appropriate agreements for all of their employees that are associated with the task requiring such an agreement. (b) Contractor personnel may be required, from time to time to sign non-disclosure statements as applicable to

20 18 of 79 specific PWS tasking. The COR will notify the contractor of the number and type of personnel that will need to sign the Non-Disclosure Agreements. The signed Non-Disclosure Agreements shall be executed prior to accessing data or providing support for information that must be safeguarded and shall be returned to the COR for endorsement and retention. Copies of all executed NDAs shall be provided to the COR. C. NON-PERSONAL SERVICES/INHERENTLY GOVERNMENTAL FUNCTIONS (a) The Government will neither supervise contractor employees nor control the method by which the contractor performs the required tasks. The Government will not direct the hiring, dismissal or reassignment of contractor personnel. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services or give the perception that personal services are being provided. If the contractor feels that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Contracting Officer immediately in accordance with the clause (b) Inherently-Governmental functions are not within the scope of this Task Order. Decisions relative to programs supported by the contractor shall be the sole responsibility of the Government. The contractor may be required to attend technical meetings for the Government; however, they are not, under any circumstances, authorized to represent the Government or give the appearance that they are doing so. C.12 IDENTIFICATION BADGES The contractor shall be required to obtain identification badges from the Government for all contractor personnel requiring regular access to Government property. The identification badge shall be visible at all times while employees are on Government property. The contractor shall furnish all requested information required to facilitate issuance of identification badges and shall conform to applicable regulations concerning the use and possession of the badges. The contractor shall be responsible for ensuring that all identification badges issued to contractor employees are returned to the appropriate Security Office within 48 hours following completion of the Task Order, relocation or termination of an employee, and upon request by the Contracting Officer. C.13 CONTROL OF CONTRACTOR PERSONNEL The contractor shall comply with the requirements of NAVSEA and NSWCDD instructions regarding: performance in Government facilities. All persons engaged in work while on Government property shall be subject to search of their persons (no bodily search) and vehicles at any time by the Government, and shall report any known or suspected security violations to the appropriate Security Department. Assignment, transfer, and reassignment of contractor personnel shall be at the discretion of the contractor. However, when the Government directs, the contractor shall remove from contract performance any person who endangers life, property, or national security through improper conduct. All contractor personnel engaged in work while on Government property shall be subject to the Standards of Conduct contained in SECNAVINST J. C.14 DIGITAL DELIVERY OF DATA (a) Delivery by the Contractor to the Government of certain technical data and other information is now frequently required to be made in digital form rather than in hardcopy form. The method of delivery of such data and/or other information (i.e., in electronic, digital, paper hardcopy, or other form) shall not be deemed to affect in any way either the identity of the information (i.e., as technical data or computer software ) or the Government s and the Contractor s respective rights therein. (b) Whenever technical data and/or computer software deliverables required by this contract are to be delivered in digital form, any authorized, required, or permitted markings relating to the Government s rights in and to such technical data and/or computer software must also be digitally included as part of the deliverable and on or in the same medium used to deliver the technical data and/or software. Such markings must be clearly associated with the corresponding technical data and/or computer software to which the markings relate and must be included in such a way that the marking(s) appear in human-readable form when the technical data and/or software is accessed and/or used. Such markings must also be applied in conspicuous human-readable form on a visible portion of any physical medium used to effect delivery of the technical data and/or computer software. Nothing in this paragraph shall replace or relieve the Contractor s obligations with respect to requirements for marking technical data and/or computer software that are imposed by other applicable clauses such as, where applicable and without limitation, DFARS and/or DFARS

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

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 information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 3

1. 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 information

The Line of Accounting information is hereby changed as follows:

The 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 information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. 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 information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT 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 information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT 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 information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT 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 information

See Block 16C 00701. Idaho Operations. Idaho Operations. 1955 Fremont Avenue. Idaho Falls ID 83415. x DE-AC07-05ID14517 11/09/2004

See 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 information

Services Provided: Unarmed detention services in support of the Buffalo Detention Facility (BFDF), 4250 Federal Drive, Batavia, New York (NY) 14020

Services 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 information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT 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 information

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

11. 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 information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

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) -Oct-2013 N4814214RCSP001 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

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) 11-Dec-2015 15-MJF-011 N/A 6. ISSUED

More information

CHAPTER 23. Contract Management and Administration

CHAPTER 23. Contract Management and Administration Date Issued: June 12, 2009 Date Last Revised: September 28, 2015 CHAPTER 23. Contract Management and Administration Table of Contents CHAPTER 23. Contract Management and Administration... 23-1 23.1 Policy...

More information

[X] [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority)

[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 information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT OR TASK ORDER

AMENDMENT 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 information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

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) 06-Sep-2013 1300314383-0001 N/A 6.

More information

DFAS Charleston Vendor Pay Code FP P.O. Box 118054 Charleston, SC 29423-8054. Director of Contrac. See the Following Pages

DFAS 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 information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT 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 information

DoD Financial Management Regulation Volume 10, Chapter 11 February 1996 CHAPTER 11 PAYMENT AS REIMBURSEMENT FOR PERSONAL EXPENDITURES

DoD Financial Management Regulation Volume 10, Chapter 11 February 1996 CHAPTER 11 PAYMENT AS REIMBURSEMENT FOR PERSONAL EXPENDITURES CHAPTER 11 PAYMENT AS REIMBURSEMENT FOR PERSONAL EXPENDITURES 1101 PERSONAL EXPENSES 110101. General A. Military and civilian personnel should avoid using their own funds to pay for the government's obligations.

More information

3-0127 ADMINISTRATION & FINANCE August 2010 FEDERAL PROPERTY MANAGEMENT STANDARDS

3-0127 ADMINISTRATION & FINANCE August 2010 FEDERAL PROPERTY MANAGEMENT STANDARDS [ FEDERAL PROPERTY MANAGEMENT STANDARDS 3-0127 ADMINISTRATION & FINANCE August 2010 1.01 The Director of Budget Operations through the Associate Vice President for Administration and Finance is designated

More information

8.OFFER DUE DATE: 2:00pm September 18, 2008 12. PAYMENT DISCOUNT TERMS

8.OFFER DUE DATE: 2:00pm September 18, 2008 12. PAYMENT DISCOUNT TERMS TASK ORDER UNDER GENERAL SERVICES ADMINISTRATION (GSA) FEDERAL SUPPLY SCHEDULE CONTRACT 1.REQUISITION NUMBER PAGE 1 OF 19 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 7. FOR SOLICITATION INFORMATION CONTACT:

More information

NC SBI QUALITY ASSURANCE PROGRAM

NC SBI QUALITY ASSURANCE PROGRAM NC SBI QUALITY ASSURANCE PROGRAM for the SBI Reviewed by: Deputy Assistant Director Bill Weis Date: Approved by: Assistant Director Jerry Richardson Date: Originating Unit: SBI Effective Date: July 25,

More information

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

11. 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 information

WRITTEN STATEMENT OF MR. RICHARD T. GINMAN DIRECTOR, DEFENSE PROCUREMENT AND ACQUISITION POLICY BEFORE

WRITTEN STATEMENT OF MR. RICHARD T. GINMAN DIRECTOR, DEFENSE PROCUREMENT AND ACQUISITION POLICY BEFORE HOLD UNTIL RELEASED BY THE HOUSE COMMITTEE ON OVERSIGHT AND GOVERNMENT REFORM WRITTEN STATEMENT OF MR. RICHARD T. GINMAN DIRECTOR, DEFENSE PROCUREMENT AND ACQUISITION POLICY BEFORE UNITED STATES HOUSE

More information

Navy ERP Program Development

Navy 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 information

Defense Contract Management Agency Operation Enduring Freedom/Operation New Dawn Operation and Maintenance, Defense-Wide

Defense Contract Management Agency Operation Enduring Freedom/Operation New Dawn Operation and Maintenance, Defense-Wide I. Description of Operations Financed: The DCMA maintains a presence in theater to support the Army s Logistics Civil Augmentation Program (LOGCAP) and Air Force Contract Augmentation Program (AFCAP),

More information

GENERAL TERMS AND CONDITIONS OF PURCHASE Supplement 2 Government Contract Provisions from the Department of Defense FAR Supplement TC-003 ( 10/15)

GENERAL TERMS AND CONDITIONS OF PURCHASE Supplement 2 Government Contract Provisions from the Department of Defense FAR Supplement TC-003 ( 10/15) GENERAL TERMS AND CONDITIONS OF PURCHASE Supplement 2 Government Contract Provisions from the Department of Defense FAR Supplement TC-003 ( 10/15) 1. When the materials, and products ( goods ) or services,

More information

PERFORMANCE 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) 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 information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

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) 27-Aug-2015 1300516857 N/A 6. ISSUED

More information

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 5105.64 January 10, 2013 DA&M SUBJECT: Defense Contract Management Agency (DCMA) References: See Enclosure 1 1. PURPOSE. Pursuant to the authority vested in the Secretary

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

Position Classification Standard for Supply Clerical and Technician Series, GS-2005. Table of Contents

Position Classification Standard for Supply Clerical and Technician Series, GS-2005. Table of Contents Position Classification Standard for Supply Clerical and Technician Series, GS-2005 Table of Contents SERIES DEFINITION... 2 EXCLUSIONS... 2 OCCUPATIONAL INFORMATION... 2 DISTINGUISHING BETWEEN SUPPLY

More information

SUBCONTRACTOR TASK ORDER

SUBCONTRACTOR TASK ORDER lfi* I? r?:.-r, BMT Designers & Planners SUBCONTRACTOR TASK ORDER -.I CONTRACT: NO0 178-04-D-4023 SUBCONTRACTOR: Oldenburg Group Incorporated CUSTOMER: Tyrone Jones, Code 2 120 DELIVERY ORDER: FDO 118/FD0120

More information

Department of Defense MANUAL. Procedures for Ensuring the Accessibility of Electronic and Information Technology (E&IT) Procured by DoD Organizations

Department of Defense MANUAL. Procedures for Ensuring the Accessibility of Electronic and Information Technology (E&IT) Procured by DoD Organizations Department of Defense MANUAL NUMBER 8400.01-M June 3, 2011 ASD(NII)/DoD CIO SUBJECT: Procedures for Ensuring the Accessibility of Electronic and Information Technology (E&IT) Procured by DoD Organizations

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

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) 06-May-2013 N5701213RC0017B N/A 6.

More information

SAMPLE ESCROW AGREEMENT APPLICATION SOFTWARE SOURCES CODE

SAMPLE ESCROW AGREEMENT APPLICATION SOFTWARE SOURCES CODE Attachment F SAMPLE ESCROW AGREEMENT APPLICATION SOFTWARE SOURCES CODE This AGREEMENT between. (hereinafter ) located at, (hereinafter Escrow Agent ) whose main office is located at,, and,, (hereinafter

More information

ORDER FOR SUPPLIES OR SERVICES (FINAL)

ORDER FOR SUPPLIES OR SERVICES (FINAL) ORDER FOR SUPPLIES OR SERVICES () 1 OF 2 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCH REQUEST NO. 5. PRIORITY 2014 Sep 29 1300454141 Unrated 6. ISSUED BY CODE N00164 7. ADMINISTERED BY CODE S0302A 8.

More information

POLICY TITLE: Employee Drug and Alcohol Testing POLICY NO: 403.50 PAGE 1 of 7

POLICY TITLE: Employee Drug and Alcohol Testing POLICY NO: 403.50 PAGE 1 of 7 POLICY TITLE: Employee Drug and Alcohol Testing POLICY NO: 403.50 PAGE 1 of 7 It is the intent of the board of trustees of this district to promote an alcohol and drug-free workplace, thereby enhancing

More information

I 6 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REOUISITIONIPURCHASE REO. NO. r' PROJECT NO. (If applicab/e)

I 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 information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 8523.01 April 22, 2008 ASD(NII)/DoD CIO SUBJECT: Communications Security (COMSEC) References: (a) DoD Directive C-5200.5, Communications Security (COMSEC) (U),

More information

Customer: Address: Support Contact:

Customer: Address: Support Contact: MaxxVault MaxxDocs Software Subscription and Support Agreement 3340 Veterans Memorial Highway Suite 400 Bohemia, NY 11716 631-446-4800 www.maxxvault.com Customer: Address: Support Contact: Effective Date:

More information

LAW ENFORCEMENT PROGRAM ACCREDITATION MANAGER (PROGRAM SPECIALIST 4)

LAW ENFORCEMENT PROGRAM ACCREDITATION MANAGER (PROGRAM SPECIALIST 4) From: To: Subject: Date: Galvan, Jodie Galvan, Jodie Emailing: Job Bulletin Tuesday, June 30, 2015 10:15:40 AM State of Washington Dept. of Fish and Wildlife invites applications for the position of: Accreditation

More information

Additional Terms And Conditions E-2D Advanced Hawkeye (AHE) Pilot Production (Prime Contract No. N00019-03-C-0057)

Additional Terms And Conditions E-2D Advanced Hawkeye (AHE) Pilot Production (Prime Contract No. N00019-03-C-0057) Additional Terms And Conditions E-2D Advanced Hawkeye (AHE) Pilot Production (Prime Contract No. N00019-03-C-0057) All of the additional terms and conditions set forth below are incorporated in and made

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 23-Apr-2013 6. ISSUED BY CODE N63394

More information

Statement of Work. for. Temporary Service Personnel. Rev. 0. October 5, 2015

Statement of Work. for. Temporary Service Personnel. Rev. 0. October 5, 2015 Statement of Work for Temporary Service Personnel Rev. 0 October 5, 2015 Waste Isolation Pilot Plant Carlsbad, New Mexico 1.0 INTRODUCTION AND BACKGROUND The Waste Isolation Pilot Plant (WIPP) is a U.S.

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 5015.02 February 24, 2015 DoD CIO SUBJECT: DoD Records Management Program References: See Enclosure 1 1. PURPOSE. This instruction reissues DoD Directive (DoDD)

More information

7.50 PURCHASING POLICY ON ITEMS UNDER $10,000 7.51 PURCHASING POLICY ON ITEMS OF $10,000 OR MORE 7.60 USE OF PHYSICAL FACILITIES BY OUTSIDE GROUPS

7.50 PURCHASING POLICY ON ITEMS UNDER $10,000 7.51 PURCHASING POLICY ON ITEMS OF $10,000 OR MORE 7.60 USE OF PHYSICAL FACILITIES BY OUTSIDE GROUPS 7.00 BUDGETING 7.10 AUDITING 7.20 BANKING 7.30 PETTY CASH 7.40 TRAVEL 7.50 PURCHASING POLICY ON ITEMS UNDER $10,000 7.51 PURCHASING POLICY ON ITEMS OF $10,000 OR MORE 7.60 USE OF PHYSICAL FACILITIES BY

More information

HUMAN RESOURCES PROCEDURE 10.5

HUMAN RESOURCES PROCEDURE 10.5 HUMAN RESOURCES PROCEDURE 10.5 Subject: Master Facilities Planning and Construction Committee Date: August 10, 2011 Pages: 14 Replaces Procedure Dated: N/A Purpose The purpose of the Master Facility Planning

More information

r...;;..;.~..;..;;...----t 8. ADDRESS OFFER TO (If other than Item 7) SOLICITATION

r...;;..;.~..;..;;...----t 8. ADDRESS OFFER TO (If other than Item 7) SOLICITATION SOLICITATION, OFFER, AND AWARD 3. SOLICITATION NUMBER. ISSUED BY CODE NAVAL SURF ACE WARFARE CENTER 17632 DAHLGREN ROAD, SUITE 157 DAHLGREN, VA 22448-5110 Email: NOTE: In sealed bid solicitations "offer"

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

FEDERAL PROPERTY MANAGEMENT PROCEDURE GUIDE

FEDERAL PROPERTY MANAGEMENT PROCEDURE GUIDE FEDERAL PROPERTY MANAGEMENT PROCEDURE GUIDE Purpose The Federal Property Management Procedure Guide provides basic procedures for the management of federal property under North Dakota State University

More information

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions Flexible Circuits Inc. Purchase Order Standard Terms and Conditions 1. Acceptance- This writing, together with any attachments incorporated herein, constitutes the final, complete, and exclusive contract

More information

Services Agreement. Rev 12/10/08 TC v08 1

Services Agreement. Rev 12/10/08 TC v08 1 Services Agreement This Agreement is entered into by, herein referred to as Client, and Computer Crews, a Colorado Corporation, hereinafter referred to as Service Provider. The Parties agree as follows:

More information

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Small Business Process

DEPARTMENT 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 information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

THE UNDER SECRETARY OF DEFENSE 3010 DEFENSE PENTAGON WASHINGTON, DC 20301 3010

THE UNDER SECRETARY OF DEFENSE 3010 DEFENSE PENTAGON WASHINGTON, DC 20301 3010 THE UNDER SECRETARY OF DEFENSE 3010 DEFENSE PENTAGON WASHINGTON, DC 20301 3010 ACQUlsmON, TECHNOLOGY AND LOG ISTICS AUG 1 0 2011 MEMORANDUM FOR SECRETARIES OF THE MILITARY DEPARTMENTS CHAIRMAN OF THE JOINT

More information

DELIVERY 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 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

The State of DoD Biometrics

The State of DoD Biometrics The State of DoD Biometrics Biometrics Consortium Conference 22 Sep 2010 Mr Tom Dee Director, Defense Biometrics Director, JRAC OSD (AT&L), DDR&E thomas.dee@osd.mil 1 Agenda What We ve Done Biometrics

More information

EnCase Implementation Statement of Work

EnCase Implementation Statement of Work EnCase Implementation Statement of Work This Statement of Work ( SOW ) is an agreement by and between Guidance Software, Inc., a Delaware corporation ( GSI ) and ( Customer ), and each party

More information

BUYING AGENCY AGREEMENT

BUYING AGENCY AGREEMENT THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred

More information

COST PLUS AWARD FEE CONTRACT ADMINISTRATION DESKGUIDE

COST PLUS AWARD FEE CONTRACT ADMINISTRATION DESKGUIDE COST PLUS AWARD FEE CONTRACT ADMINISTRATION DESKGUIDE 1. Introduction. This Guide does not cover all aspects of administering a cost plus award fee (CPAF) contract. As all of the Directorates of Contracting

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

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 13-Feb-2013 4. REQUISITION/PURCHASE REQ. NO. N6890112RCW0002 5. PROJECT NO. (If applicable) N/A 6.

More information

PARTICIPATION AGREEMENT For ELECTRONIC HEALTH RECORD TECHNICAL ASSISTANCE

PARTICIPATION AGREEMENT For ELECTRONIC HEALTH RECORD TECHNICAL ASSISTANCE PARTICIPATION AGREEMENT For ELECTRONIC HEALTH RECORD TECHNICAL ASSISTANCE THIS AGREEMENT, effective, 2011, is between ( Provider Organization ), on behalf of itself and its participating providers ( Providers

More information

UNITED STATES POSTAL SERVICE. postal agreement with the department of defense

UNITED STATES POSTAL SERVICE. postal agreement with the department of defense UNITED STATES POSTAL SERVICE postal agreement with the department of defense PUBLICATION 38 February 1980 FOREWORD Postal service for all branches of the Armed Forces is provided jointly by the U.S. Postal

More information

Primal Innovation, LLC 201 Tech Drive Sanford, FL 32771 6627. Small, Veteran Owned, Service-Disabled Business (407) 697-3161. www.primalinnovation.

Primal Innovation, LLC 201 Tech Drive Sanford, FL 32771 6627. Small, Veteran Owned, Service-Disabled Business (407) 697-3161. www.primalinnovation. Text File for Schedules Input Program Primal Innovation, LLC 201 Tech Drive Sanford, FL 32771 6627 Small, Veteran Owned, Service-Disabled Business (407) 697-3161 www.primalinnovation.com Table of Contents

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and between: The

More information

Information Resources Security Guidelines

Information Resources Security Guidelines Information Resources Security Guidelines 1. General These guidelines, under the authority of South Texas College Policy #4712- Information Resources Security, set forth the framework for a comprehensive

More information

Ohio Supercomputer Center

Ohio Supercomputer Center Ohio Supercomputer Center IT Business Continuity Planning No: Effective: OSC-13 06/02/2009 Issued By: Kevin Wohlever Director of Supercomputer Operations Published By: Ohio Supercomputer Center Original

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 1322.19 March 14, 2013 USD(P&R) SUBJECT: Voluntary Education Programs in Overseas Areas References: See Enclosure 1. 1. PURPOSE. This instruction: a. Reissues DoD

More information

Air Force Research Laboratory Grants Terms and Conditions September 2009 Awards to International Educational Institutions and Non-Profit Organizations

Air Force Research Laboratory Grants Terms and Conditions September 2009 Awards to International Educational Institutions and Non-Profit Organizations Air Force Research Laboratory Grants Terms and Conditions September 2009 Awards to International Educational Institutions and Non-Profit Organizations PART I. Article 1. Administrative Information and

More information

General Terms and Conditions of Purchase

General Terms and Conditions of Purchase General Terms and Conditions of Purchase Supplement 1 Federal Acquisition Regulation (FAR) Government Contract Provisions 1. When the materials or products furnished are for use in connection with a U.S.

More information

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 5400.11 October 29, 2014 DCMO SUBJECT: DoD Privacy Program References: See Enclosure 1 1. PURPOSE. This directive: a. Reissues DoD Directive (DoDD) 5400.11 (Reference

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 3204.01 August 20, 2014 USD(AT&L) SUBJECT: DoD Policy for Oversight of Independent Research and Development (IR&D) References: See Enclosure 1 1. PURPOSE. This

More information

TITLE III INFORMATION SECURITY

TITLE III INFORMATION SECURITY H. R. 2458 48 (1) maximize the degree to which unclassified geographic information from various sources can be made electronically compatible and accessible; and (2) promote the development of interoperable

More information

How To Write A Short Form Prime Prime Prime Contract Between A Contractor And Owner

How To Write A Short Form Prime Prime Prime Contract Between A Contractor And Owner SHORT FORM PRIME CONTRACT BETWEEN OWNER & CONTRACTOR This Agreement ( Contract ) is made this day of, 20, between ( Contractor ) and ( Owner ) at The work described in Section 1 below shall be performed

More information

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 5105.36 February 28, 2002 Certified Current as of November 21, 2003 SUBJECT: Defense Contract Audit Agency (DCAA) DA&M References: (a) Title 10, United States Code

More information

Lawrence Police Department Administrative Policy. August 2013

Lawrence Police Department Administrative Policy. August 2013 Lawrence Police Department Administrative Policy SUBJECT Competencies APPLIES TO All Personnel EFFECTIVE DATE REVISED DATE August 2013 APPROVED BY Chief of Police TOTAL PAGES 4 POLICY CHAPTER 10 Competencies

More information

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER F-35 / JSF LRIP 8 Production (Combines Prime Contract #: N00019-13-C-0008,

More information

This revision replaces AF Form 40A with AF Form 1289 in Attachment 3. A bar ( ) indicates a revision from the previous version.

This revision replaces AF Form 40A with AF Form 1289 in Attachment 3. A bar ( ) indicates a revision from the previous version. BY ORDER OF THE SECRETARY OF THE AIR FORCE AIR FORCE INSTRUCTION 36-8002 1 JULY 1998 Personnel TELECOMMUTING GUIDELINES FOR AIR FORCE RESERVISTS AND THEIR SUPERVISORS COMPLIANCE WITH THIS PUBLICATION IS

More information

EnCase Implementation Statement of Work

EnCase Implementation Statement of Work EnCase Implementation Statement of Work This Statement of Work ( SOW ) is an agreement by and between Guidance Software, Inc., a Delaware corporation ( GSI ) and ( Customer ), and each party

More information

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION INTRODUCTION This is an AGREEMENT between you and Field Solutions, LLC ( Field Solutions ) that defines the terms and conditions for Field Solutions to engage you to provide services to our customers as

More information

Data Management Policies. Sage ERP Online

Data Management Policies. Sage ERP Online Sage ERP Online Sage ERP Online Table of Contents 1.0 Server Backup and Restore Policy... 3 1.1 Objectives... 3 1.2 Scope... 3 1.3 Responsibilities... 3 1.4 Policy... 4 1.5 Policy Violation... 5 1.6 Communication...

More information

CONTRACT ADMINISTRATION AND MANAGEMENT GUIDE

CONTRACT ADMINISTRATION AND MANAGEMENT GUIDE CONTRACT ADMINISTRATION AND MANAGEMENT GUIDE STATE OF IDAHO DEPARTMENT OF ADMINISTRATION DIVISION OF PURCHASING REVISED 01 01 14 Table of Contents I. Purpose... 1 II. Overview of Contract Management and

More information

USE OF MANAGEMENT AND OPERATING CONTRACTOR EMPLOYEES FOR SERVICES TO NNSA IN THE WASHINGTON, D.C., AREA

USE OF MANAGEMENT AND OPERATING CONTRACTOR EMPLOYEES FOR SERVICES TO NNSA IN THE WASHINGTON, D.C., AREA NNSA SUPPLEMENTAL DIRECTIVE NA SD O 350.2 Approved: USE OF MANAGEMENT AND OPERATING CONTRACTOR EMPLOYEES FOR SERVICES TO NNSA IN THE WASHINGTON, D.C., AREA NATIONAL NUCLEAR SECURITY ADMINISTRATION Office

More information

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. N00178-07-D-4925 EJP2 02/13/2008 N62583-08-NR-55094

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. N00178-07-D-4925 EJP2 02/13/2008 N62583-08-NR-55094 DELIVERY ORDER 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. FINAL 02/13/2008 N62583-08-NR-55094 5. ISSUED BY CODE N62583 6. ADMINISTERED BY CODE S2404A SPECIALTY CENTER ACQUISITIONS NAVFAC

More information

FAIR Act Inventory Functions and Service Contract Inventory Product Service Codes Crosswalk Attachment I

FAIR Act Inventory Functions and Service Contract Inventory Product Service Codes Crosswalk Attachment I Product Service Code (PSC) Recommended PSC Definition FAIR Function Codes and Definitions 1 B510 Study/Environmental Assessments - Organized, analytical assessments/evaluations in support of policy development,

More information

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee AGREEMENT FOR CONSULTING SERVICES This Agreement is made between the Association of Amherst Students (Association)

More information

FirstCarolinaCare Insurance Company Business Associate Agreement

FirstCarolinaCare Insurance Company Business Associate Agreement FirstCarolinaCare Insurance Company Business Associate Agreement THIS BUSINESS ASSOCIATE AGREEMENT ("Agreement"), is made and entered into as of, 20 (the "Effective Date") between FirstCarolinaCare Insurance

More information

Request for Proposals

Request for Proposals Request for Proposals Procurement of a Utility Billing System Issue date: September 14, 2015 Owner: City of Evans 1100 37 th Street Evans, CO 80634 Page 1 of 12 Table of Contents I. Introduction 3 II.

More information

TOOLING DEFINITIONS, COST AND AUDIT GUIDELINES

TOOLING DEFINITIONS, COST AND AUDIT GUIDELINES INTRODUCTION AND SCOPE This document sets forth the rights of Lear Corporation or its subsidiaries or affiliates (Lear) with regard to the auditing of 1) tooling paid for by Lear and used either (a) by

More information

One Hundred Twelfth Congress of the United States of America

One Hundred Twelfth Congress of the United States of America S. 3454 One Hundred Twelfth Congress of the United States of America AT THE SECOND SESSION Begun and held at the City of Washington on Tuesday, the third day of January, two thousand and twelve An Act

More information

Legislative Language

Legislative Language Legislative Language SEC. 1. COORDINATION OF FEDERAL INFORMATION SECURITY POLICY. (a) IN GENERAL. Chapter 35 of title 44, United States Code, is amended by striking subchapters II and III and inserting

More information

Standards for Private Maritime Security Company (PMSC) Accreditation

Standards for Private Maritime Security Company (PMSC) Accreditation Standards for Private Maritime Security Company (PMSC) Accreditation This document is an executive summary of the Security Association for the Maritime Industry (SAMI) Accreditation Programme, a standard

More information

Request for Proposal

Request for Proposal Request for Proposal Solicitation #: 290836 Date Issued: July 7, 2016 Issued To: Offerors This Request for Proposal (RFP) is issued under the authority of the Department of Energy Prime Contract DE-AC06-09RL14728.

More information

DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898-5000

DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898-5000 DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898-5000 Enterprise Services Solutions Directorate [Insert date, but DO NOT ISSUE on Friday

More information

LABOR PERMITS, TAXES, CERTIFICATIONS

LABOR PERMITS, TAXES, CERTIFICATIONS DATE: Company: ATT: Fax No. : Phone No. : STANDARD TERMS AND CONDITIONS FOR FIELD SERVICE Dear Customer: ITEC is in receipt of your request for on-site service(s) (hereinafter Services ) by an ITEC Field

More information

4 FAH-2 H-210 CHECK STOCK, SIGNATURE DIE, INTERNAL CONTROLS AND FILE MANAGEMENTS

4 FAH-2 H-210 CHECK STOCK, SIGNATURE DIE, INTERNAL CONTROLS AND FILE MANAGEMENTS 4 FAH-2 H-200 CHECK STOCK, SIGNATURE DIE, INTERNAL CONTROLS AND FILE MANAGEMENTS 4 FAH-2 H-210 REQUISITIONING, RECEIVING, AND CONTROLLING CHECK STOCK, AND SIGNATURE DIE (Office of Origin: CGFS/FPRA/FP)

More information

How DCMA Helps To Ensure Good Measurements

How DCMA Helps To Ensure Good Measurements How DCMA Helps To Ensure Good Measurements Speaker/Author: Robert Field Defense Contract Management Agency 605 Stewart Avenue Garden City, New York 11530 Email: robert.field@dcma.mil Phone: (516) 228-5886;

More information

Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER

Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER CONDITIONS AND INSTRUCTIONS A HARDCOPY OF THIS DOCUMENT MAY NOT BE THE DOCUMENT IN EFFECT. SEE CFMC DOCUMENT LIBRARY FOR CURRENT REVISION. 1.

More information