1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2
|
|
|
- Everett Wheeler
- 10 years ago
- Views:
Transcription
1 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 28-Sep N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S3915A NAVSUP FLC Norfolk, Detachment Philadelphia 700 Robbins Avenue, Bldg. 2B Philadelphia PA [email protected] DCMA SURFACE COMMUNICATION AND SUPPORT SYSTEMS PHILADELPHIA 700 ROBBINS AVENUE, BLDG. 4-A, P.O. BOX PHILADELPHIA PA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. CLIENT SOLUTION ARCHITECTS LLC 112 Chiltern Way Mechanicsburg PA B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) 3ESN1 FACILITY CODE 28-Sep THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)set FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR (b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) FAR Option to Extend the Term of the Contract E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Mary Lou Dickens, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/mary Lou Dickens 23-Sep-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 exercise option Period II (CLINS 80 and 90) with a Period of Performance from 28 Sept 2015 through 27 Mar A conformed copy of this Task Order is attached to this modification for informational purposes only. The Line of Accounting information is hereby changed as follows: The total amount of funds obligated to the task is hereby increased from $1,872, by $680, to $2,553, CLIN/SLIN Type Of Fund From ($) By ($) To ($) Fund Type - OTHER Fund Type - OTHER , , , , The total value of the order is hereby increased from $1,872, by $680, to $2,553, CLIN/SLIN From ($) By ($) To ($) , , , , The Period of Performance of the following line items is hereby changed as follows: CLIN/SLIN From To
3 1 of 20 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price 8000 R706 Base period WSS ERP and legacy system support services (Fund Type - OTHER) 8001 R706 WSS ERP and legacy systems support services Option I (Fund Type - OTHER) 80 R706 WSS ERP and legacy systems support services Option II (Fund Type - OTHER) 6.0 MO $171, $1,6, MO $139, $839, MO $112, $677, For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 9000 R706 Travel is support of CLIN 8000 (Fund Type - OTHER) 1.0 LO $3, R706 Travel in support of CLIN 8001 (Fund Type - OTHER) 1.0 LO $3, R706 Travel in support of CLIN 80 (Fund Type - OTHER) 1.0 LO $3,000.00
4 2 of 20 SECTION C DESCRIPTIONS AND SPECIFICATIONS Navy Enterprise Resource Planning System Background: The Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS) organization initiated implementation of the Navy Enterprise Resource Planning (NAVY ERP) Program in This new system has completely changed the framework of the Navy s information technology system. The system was designed to incorporate the latest commercial technology into the Navy s supply and financial operations to garner economies and efficiencies in the management of the Navy s inventory. Due to the complexity of the Navy logistic operations, the NAVY ERP Program evolved into a unique system with little or no comparison to the private sector. As with any new system of this magnitude, there are several issues that need to be addressed. Principal among these are the many transactions that fail to successfully process. These transactions fail for a variety of reasons and must be corrected and successfully processed back into the system. This is a critical step in the process, and if not properly completed, the entire system will be rendered ineffective. The failed transactions were an expected outcome of the introduction of this new system, and a process to analyze causes of these failures and to identify solutions is ongoing. In the interim, the failed transactions needed correction. NAVY ERP implementation also resulted in some loss of legacy functionality associated with Stock in Transit (SIT), Carcass Tracking (CT), Unreconciled Balances (URBs), Supply Discrepancy Reports (SDRs) and Commercial Asset Visibility (CAV). Workarounds are in place pending defect resolution and Engineering Change Proposal (ECP) completions. Scope: NAVSUP WSS is responsible for ensuring functionality of NAVY ERP to properly manage the Navy s inventory. This requires expertise in: 1) understanding of NAVY ERP and its relationship to the legacy systems being replaced; 2) the identification of system anomalies, disconnects to interfaces, and the necessary corrective actions; 3) the assessment of potential problem areas; 4) future needs resulting from new business practices; and 5) the ability to provide recommendations for improvement and the subsequent communication of these results. To effectively accomplish these tasks, a full understanding of NAVY ERP is necessary. Intermediate Document (IDOC) is a standard data structure for electronic data interchange (EDI) between application programs written for the popular SAP business system or between a SAP application and an external program. NAVY ERP is the Navy s version of SAP. Thousands of IDOC transactions are processed daily in NAVY ERP. However, a considerable number of IDOCs fail to process correctly and require analysis to correct and rework into the system. The contractor shall possess a thorough knowledge of NAVY ERP IDOC processing and be able to analyze the reasons for failure and make the necessary adjustments to allow the IDOCs to process successfully in NAVY ERP. Business functionality in the areas of SIT, CT, URBs, SDRs, and CAV was also negatively impacted with the new system. Workarounds are in place pending defect resolution and ECP completions, but analysis is required to further identify causes, recommend corrections or system enhancements, and assist in the performance of interim workarounds to ensure proper accountability of inventory. The contractor must have a working knowledge of these functions. This document describes the level of analysis necessary to correctly review existing business processes to ensure that proposed solutions effectively and efficiently meet the requirements of NAVSUP WSS. Services and products delivered by the contractor shall consist of failed IDOC, SIT, CT, and URB analysis/resolution and assistance with SDRs and CAV. This expertise is required to identify discrepancies and provide rapid resolutions to ensure no degradation in customer support.
5 3 of 20 Performance Objectives: The contractor shall provide the necessary expertise to assist NAVSUP WSS in ensuring that failed IDOCS and open SIT/CT records are maintained at an acceptable level. Expertise in the NAVY ERP system and Navy Supply Systems is required. It is expected that separate teams will be created to process a variety of transactions that have failed to process through NAVY ERP. The teams will be led by one team leader knowledgeable in system design, NAVY ERP, SAP, and Navy logistics policies and procedures to include SIT, CT, URBs, SDRs, and CAV. The contractor will provide the necessary leadership and direction to the various contractor teams in evaluating the progress in performing the assigned functions, and will be required to understand each of the NAVY ERP functional areas and be able to foster communication across the teams. The contractor will also be required to monitor performance, recognize deficiencies, adjust workload, respond to both technical and logistics issues that arise, and provide recommendations to resolve problems. The efforts within this contract will be in coordination with NAVSUP s and DON s ongoing Financial Improvement and Audit Readiness (FIAR) efforts, as well as the financial improvement initiatives for the Office of the Under Secretary of Defense (Comptroller). Detailed Tasks: The Contractor is required to perform the following tasks: 1. Assign team members to the separate processing teams in accordance with their abilities. The contractor shall assign workload accordingly. 2. Using the information technology tools created to assist the NAVY ERP process, the Contractor shall process failed transactions in an expeditious and accurate manner. The contractor shall provide individuals trained in the latest techniques and monitor their productivity. 3. SIT reconciliation by follow-up action to identify proof of shipment, transportation, and proof of delivery information that ultimately results in proof of receipt. This includes multiple inventory movement scenarios performed by the Fleet, Defense Logistics Agency (DLA), other organic entities and commercial vendors. Requires knowledge of the Electronic Retrograde Management System (erms), to include the NAVSUP WSS In-Transit Accountability (NITA) module. 4. Recommend corrections to open SIT records when identified as instances of systemic problem. Government approved recommendations will be referred back to the contractor to execute changes to the SIT records. 5. Assist in the closure of Carcass Tracking records. Ensure sites with the physical inventory report a receipt. Research open exchange issues and Point of Entry (POE) issues, as required. 6. Reconcile URBs/inventory balances with reporting sites as identified via Unit Identification Codes (UICs). This includes, but is not limited to, the identification and causes of perpetual out-of-balance situations and recommendations for improvement. 7. Monitor SDRs via the PDREP system and assist with facilitation of corrective action. 8. Review and reconcile disconnects within CAV; assist Navy personnel in the planning and preparation of inventories which includes analyzing contracts, SIT, URBs, Dues, and CAV data prior to a site visit; following up on findings identified during inventories to ensure reconciliation; make entries in the CAV system, as necessary, to reconcile records based upon inventory results; monitor and assist in correcting any discrepancies. 9. The Contractor shall: a) review various Functional Design Specifications (FDS s) in an effort to develop solutions to identified system failures; b) perform coordination across the various contractor teams to determine causes for failed IDOCs, open CT and SIT records, and URBs, c) relay findings regarding SDRs and CAV, and d) be responsible to ensure ideas are shared and workload is balanced among all team members.
6 4 of The Contractor shall develop and implement methods to achieve cross-training in the various functional areas with the goal of gaining efficiencies. 11. The contractor must provide monthly status reports documenting the productivity, potential systemic problems, a plan of action and recommendations for improvement. 12. The contractor shall attend meetings with the Government as necessary to identify and gather data needed to complete assigned tasks and to describe, justify or recommend changes to processes. This may include detailed functional and programming meetings with any government entity or contractor currently conducting work in support of NAVY ERP. Performance Standard: 1. Timeliness. Contractor shall deliver products within deadlines identified by the Government Technical Point of Contact (TPOC). 2. Accuracy. Products shall be factually accurate, complete, and in accordance with Navy standards and policies, as well as other standards and deliverables as mutually agreed to by both the Government and contractor. 3. Quality. Products shall be free of spelling and grammatical errors, formatted appropriately, and fully coordinated with any stakeholders. 4. Compatibility. All products must be fully compatible with the Navy Marine Corps Intranet (NMCI) format for Microsoft Word, Excel, PowerPoint, Access, program Manager and other application programs used by the Program. No product will be incompatible with the program s standard applications. Performance Deliverables: The contractor shall provide the following deliverables in accordance with the schedule provided. Deliverables shall be in contractor format and delivered to the Government Technical Point of Contact (TPOC). Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow (WAWF) -- Receipt and Acceptance. Deliverables: 1. Monthly Status Report: The Monthly Status Report must address support of the Performance Objectives described above, particularly in relation to the program office Integrated Master Schedule. The report should include quantitative and qualitative measures of performance for each effort (e.g. IDOCs, SIT resolution, etc.). 2. Monthly Status Report Due Date: Within ten working days following the month end. 3. All reports should be submitted electronically to the Government Technical Point of Contact (TPOC) in standard Microsoft format. Monitoring Method: 1. Government review and assessment of deliverables and products. 2. Monthly reports. QUALITY ASSURANCE SURVEILLANCE PLAN
7 5 of 20 Purpose: To ensure that the Government has an effective and systematic method of surveillance for the services in the PWS. The QASP will be used primarily as a tool to verify that the contractor is performing all services required by the PWS in a timely, accurate and complete fashion. 1. Critical performance processes and requirements. Critical to the performance of providing services to Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS) services is the timely, accurate and thorough completion of all contract requirements. 2. Performance Standards a. Schedule - The due dates for deliverables and the actual accomplishment of the schedule will be assessed against original due dates and milestones established for the contract or task order(s). b. Deliverables The deliverables required to be submitted will be assessed against the specifications for the deliverables detailed in the contract/task order(s) and the Quality Control Plan (QCP), if required by the contract, for the required content, quality, timeliness, and accuracy. c. Past Performance - In addition to any schedule, deliverables, and cost aspects of performance discussed above, pursuant to FAR 42.15, the Government will assess the contractor s record of conforming to contract requirements and to standards of good workmanship, the contractor s adherence to contract schedules including the administrative aspects of performance, the contractor s history of reasonable and cooperative behavior and commitment to customer satisfaction, and the contractor s business-like concern for the interest of the customer. 3. Surveillance methods: The primary methods of surveillance used to monitor performance of this contract will include, but not be limited to, random or planned sampling, periodic or inspection, and validated customer complaints. 4. Performance Measurement: Performance will be measured in accordance with the following table: Performance Element Performance Requirement Surveillance Method Frequency Acceptable Quality Level Contract Deliverables Overall Contract Performance Invoicing Contract deliverables furnished as prescribed in the PWS, attachments, CDRLs, Task Orders, etc., as applicable. Overall contract performance of sufficient quality to earn a Satisfactory (or higher) rating in the COR s annual report on Contractor Performance Monthly invoices per contract procedures are timely and accurate. Inspection by the COR Assessment by the COR Review & acceptance of the invoice 100% inspection of all contract deliverables. Annual Monthly >95% of deliverables submitted timely and without rework required. All performance elements rated Satisfactory (or higher) 100% accuracy If performance is within acceptable levels, it will be considered to be satisfactory. If not, overall performance may be considered unsatisfactory. Incentives/Disincentives: The COR s makes an annual report on Contractor Performance (CPARS or other annual report). The contractor s failure to achieve satisfactory performance under the contract/task order, reflected in the COR s annual report, may result in termination of the contract/task order and may also result in the loss of future Government contracts/task orders. The contractor s failure to achieve satisfactory performance under the contract/task order may result in the non-exercise of available options. For each item that does not meet acceptable levels, the Government may issue a Contract Discrepancy Report (CDR). CDRs will be forwarded to the Contracting Officer with a copy sent to the contractor. The contractor must reply in writing within 5 days of receipt identifying how future occurrences of the problem will be prevented. Based upon the contractor s past performance and plan to solve the problem, the Contracting Officer will determine if any further action will be taken.
8 6 of 20 In accordance with the inspection of services provisions of the contract, the contractor will be incentivized to provide quality products in a timely manner since the Government can require the Contractor, at no additional cost, to replace or correct work that fails to meet contract requirements. Government Furnished Information (GFI): The Government TPOC will provide the contractor with and/or arrange for the delivery to the contractor all relevant Government information needed for project performance. Key Personnel: The Contractor must be knowledgeable in NAVY ERP and SAP systems, have previous experience in project management, have a working knowledge of the Navy Supply System, and have expert knowledge of NAVY ERP. The Contractor shall provide a list of the key personnel resources assigned to this task order, along with their resumes. Other experts may be utilized to augment key personnel. However, substitute or additional personnel must be approved in advance by the Navy TPOC and must conform to the mandatory security requirements. The contractor shall not replace key personnel without written consent from the TPOC. The Navy reserves the right to accept or reject any of the substitute personnel. Characteristics of Key Personnel include: 1. Knowledge in the following databases including, but not limited to; NAVY ERP, erms/nita, Defense Supply System (DSS), CAV-Organic Repair Management (ORM), PDRep (for SDRs), and R-Supply. 2. Knowledge of Navy Supply Chain and MILSTRIP Procedures. 3. Proficiency in Microsoft Office products Security: All contractor personnel shall be U.S. citizens. The contractor shall ensure that all personnel requiring access to any DoD information system meet the minimum criteria specified in DoD R, DoD personnel Security program. All contractor personnel requiring access to the Government workspaces will complete a National Agency Check (NAC). Contractor personnel should be aware at all times of any unusual persons or packages in their work area and immediately report these to the building security staff. If contractor personnel become aware of any person seeking unauthorized access to Controlled Unclassified Information materials, they should immediately report this to the TA and the TPOC. Contractor personnel will be in compliance with the Navy Information Assurance Security publication 1A Pub of May Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems (May 2010) Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) DoD Implementation of Homeland Security Presidential Directive 12 (HSPD-12) dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives. This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform certain unclassified both non-sensitive and sensitive duties. It is the responsibility of the command/facility where the work is performed to ensure compliance. The contractor shall designate an employee to serve as the Contractor s Security Representative. Within three work days after contract award, the contractor shall provide to the Navy Command s Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor s Security Representative. The Contractor s Security Representative shall be the primary point of contact on any security
9 7 of 20 matter. The Contractor s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer. This clause applies to contractor, who require IT-II privelegd access to a DoN or DoD unclassified computer/network, access to Public Health Information, provide support associated with fiduciary duties, or performing duties that have been identified by DON as National Security Positions when are under CNO (N09N2) purview (as advised by the command security manager). To obtain a favorable determination, for assignment to a National Security Position each contractor employee must have a favorably completed National Agency Check with Local Credit Checks (NACLC) which consists of a NACI including a FBI fingerprint check plus credit and law enforcement checks. Each contractor employee is required to complete: SF-86 Questionnaire for National Security Positions (or equivalent OPM investigative product) Two FD-258 Applicant Fingerprint Cards Original Signed Release Statements Failure to provide the required documentation at least 30 days prior to the individual s start date shall result in delaying the individual s start date. To maintain continuing authorization for an employee to access a DoD unclassified computer/network, have access to sensitive unclassified information, and/ or Public Health Information the contractor shall ensure that the individual employee has a current requisite background investigation. The Contractor s Security Representative shall be responsible for initiating reinvestigations as required and ensuring that background investigations remain current (not older than 10 years) throughout the contract performance period. IT Systems Access When access to IT systems is required for performance of the contractor employee s duties, such employees shall in-process with the Navy Command s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command s Security Manager at least 30 days prior to the individual s start date. Failure to provide the required documentation at least 30 days prior to the individual s start date shall result in delaying the individual s start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. Security Approval Process The Contractor s Security Representative shall ensure that each individual employee pending assignment shall accurately complete the required forms for submission to the Navy Command Security Manager. The Contractor s Security Representative shall screen the investigative questionnaires for completeness and accuracy and for potential suitability/security issues prior to submitting the request to the Navy Command s Security Manager. Forms and fingerprint cards may be obtained from the Navy Command s Security Manager. These required items, shall be forwarded to the Navy Command's Security Manager for processing at least 30 days prior to the individual employee s anticipated date for reporting for duty. The Navy Command s Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy Command s Security Manager may render the contract employee ineligible for the assignment. A favorable review of the questionnaire and advance fingerprint results are required as an interim measure prior to the contract employee start date. An unfavorable determination made by the Navy Command s Security Manager is final and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. If contractor employees already possess a current favorably adjudicated investigation, the Navy Command s Security Manager will use the Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS). The contractor shall include the IT Position Category per SECNAV M for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee s performance under the contract. The Navy Command s Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a determination. When a favorable determination is not made, contractor employees shall not be permitted to
10 8 of 20 work on this contract effort and if already working on the contract shall be removed immediately. The potential consequences of any requirements under this clause including denial of access for a proposed contractor employee who fails to obtain a favorable determination in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have physical access to a federally controlled facility and/or access to a federally-controlled information system/network and/or access to government information. Travel: There may be a need for travel to Mechanicsburg PA for one or two of the team members. REIMBURSEMENT OF TRAVEL COSTS (OCT 1998) (a) Travel (1) Area of Travel. Performance under this contract may require travel by contractor personnel. If travel, domestic or overseas, is required, the contractor is responsible for making all needed arrangements for his personnel. This includes but is not limited to the following: Medical Examinations, Immunization, Passports, visas, etc., Security Clearances. All contractor personnel required to perform work on any U.S. Navy vessel will have to obtain boarding authorization from the Commanding Officer of the vessel prior to boarding. (2) Travel Policy. The Government will reimburse the contractor for allowable travel costs incurred by the contractor in performance of the contract and determined to be in accordance with FAR subpart 31.2, subject to the following provisions: Travel required for tasks assigned under this contract shall be governed in accordance with rules set forth for temporary duty travel in FAR (3) Travel. Travel, subsistence, and associated labor charges for travel time are authorized, whenever a task assignment requires work to be accomplished at a temporary alternate worksite. Travel performed for personal convenience and daily travel to and from work at contractor s facility will not be reimbursed. (4) Per Diem. Per diem for travel on work assigned under this contract will be reimbursed to employees consistent with company policy, but not to exceed the amount authorized in the Department of Defense Joint Travel Regulations. (5) Shipboard Stays. Whenever work assignments require temporary duty aboard a Government ship, the contractor will be reimbursed at the per diem rates identified in paragraphs C8101.2C or C B(6) of the DOD Joint Travel Regulations, Volume 2. (6) Air/Rail Travel. In rendering the services, the contractor shall be reimbursed for the actual costs of transportation incurred by its personnel not to exceed the cost of tourist class rail, or plane fare, to the extent that such transportation is necessary for the performance of the services hereunder and is authorized by the Ordering Officer. Such authorization by the Ordering Officer shall be indicated in the order or in some other suitable written form. NOTE: To the maximum extent practicable without the impairment of the effectiveness of the mission, transportation shall be tourist class. In the event that only first class travel is available, it will be allowed, provided justification therefore is fully documented and warranted.
11 9 of 20 (7) Private Automobile. The use of privately owned conveyance within the continental United States by the traveler will be reimbursed to the contractor at the mileage rate allowed by Joint Travel Regulations. Authorization for the use of privately owned conveyance shall be indicated on the order. Distances traveled between points shall be shown in standard highway mileage guides. Any deviations from distance shown in such standard mileage guides shall be explained by the traveler on his expense sheet. (8) Car Rental. The contractor shall be entitled to reimbursement for car rental, exclusive of mileage charges, as authorized by each order, when the services are required to be performed outside the normal commuting distance from the contractor s facilities. Car rental for TDY teams will be limited to a rate of one car for every four (4) persons on TDY at one site. Experience Requirements: The contractor shall demonstrate: 1. Experience in recommending innovative solutions to business and technical issues facing the Government that will assist NAVSUP WSS in the enhancement of NAVY ERP program performance. 2. The necessary skills/knowledge in the following databases including, but not limited to; NAVY ERP, erms/nita, Defense Supply System (DSS), CAV-Organic Repair Management (ORM), PDRep (for SDRs), and R-Supply. 3. The ability to maintain schedule and quality of deliverables with minimal Government oversight or rework of deliverables. 4. Experience of continuous and effective integration and interaction with internal and external organizations and activities. 5. Expert knowledge of logistics, the Navy Supply System and the Navy s process of monitoring material: recording issues, receipts, condition code changes, unreconciled balances, contract data (NIIN, PIIN, SPIN, CLIN), and material movement transactions. This would include the failed IDOCs, CT, SIT, URBs, SDRs, and CAV. A background in Navy logistics is required at the SME level. Knowledge of the Navy reporting and tracking systems, identified herein, is required. 6. Knowledge of the Navy s legacy data conversion process and its subsequent effect on current business operations. 7. Knowledge of the line-item reporting process within NAVY ERP. Period of Performance: Base Period: 28 September 2014 through 27 March 2015 Option I: 28 March 2015 through 27 September 2015 Option II: 28 September 2015 through 27 March 2016 Place of Performance: Naval Supply Systems Command Weapon Systems Support 700 Robbins Avenue Building 1 Philadelphia, PA 19111
12 10 of Carlisle Pike Building 311 Mechanicsburg, PA 17055
13 11 of 20 SECTION D PACKAGING AND MARKING
14 12 of 20 SECTION E INSPECTION AND ACCEPTANCE The Task Order Manager (TOM) identified in Section G is the only person empowered to inspect and accept work under this task order. Upon completion of all work and final submission of all data items, the contrator's Senior Techncial Representative shall prepare and sign a Certificate of Final Acceptance memorandum, and submit it to the TOM for signature. The contractor shall include the fully signed memorandum with its final invoice.
15 13 of 20 SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows: /28/2014-3/27/ /28/2015-9/27/ /28/2015-3/27/ /28/2014-3/27/ /28/2015-9/27/ /28/2015-3/27/2016 CLIN - DELIVERIES OR PERFORMANCE The periods of performance for the following Items are as follows: /28/2014-3/27/ /28/2015-9/27/ /28/2015-3/27/ /28/2014-3/27/ /28/2015-9/27/ /28/2015-3/27/2016 Services to be performed hereunder will be provided at (insert specific address and building etc.)
16 14 of 20 SECTION G CONTRACT ADMINISTRATION DATA Contracting Officer Representative MS. Regina McDuffie [email protected] Phila, PA Contracting Officer's Representative. As prescribed in , use the following clause: CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) (a) Definition. Contracting officer's representative means an individual designated in accordance with subsection of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions. (b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract. (End of clause) APPOINTMENT OF CONTRACTING OFFICER S REPRESENTATIVE (FISC DET PHILA) (OCT 1992) (a) The Contracting Officer hereby designates the following individual as Contracting Officer s Representative(s) (COR) for this contract: Ms. Regina McDuffie NAME N8316 CODE [email protected] MAIL ADDRESS Phone Number (b) The COR will act as the Contracting Officer s representative for technical matters, providing technical direction and discussion as necessary with respect to the specification or statement of work, and monitoring the progress and quality of contractor performance. The COR is not an Administrative Contracting Officer and does not have authority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place of performance, delivery schedule, or any other terms and conditions of the contract (or delivery/task order), or to direct the accomplishment of effort which goes beyond the scope of the statement of work in the contract (or delivery/task order). (c) It is emphasized that only a Contracting officer has the authority to modify the terms of the contract, therefore, in no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract between the contractor and any other person be effective or binding on the Government. When/if,
17 15 of 20 in the opinion of the contractor, an effort outside the existing scope of the contract (or delivery/task order) is requested, the contractor shall promptly notify the PCO in writing. No action shall be taken by the contractor under such direction unless the PCO or ACO has issued a contractual change or otherwise resolved the issue Wide Area WorkFlow Payment Instructions. See DoD Class Deviation 2013-O0005, Wide Area WorkFlow Payment Instructions, issued on January 22, This deviation authorizes contractors performing work under contracts administered by ONR Regional Offices to use PayWeb, while it is being phased out, as an alternate method of sending submissions to Wide Area Workflow in addition to the more commonly used methods listed in DFARS This deviation remains in effect until September 30, As prescribed in (b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS , Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall (1) Have a designated electronic business point of contact in the System for Award Management at and (2) Be registered to use WAWF at following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). -- Select Invoice 2-in-1 for FFP Services Only -- Select Combo for Supplies, or Supplies AND FFP Services. -- Select Cost Voucher for all Cost Type Contracts.
18 16 of 20 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N00383 (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Field Name in WAWF Routing Data Table* Pay Official DoDAAC HQ0337 Issue By DoDAAC N00189 Admin DoDAAC S3915A Inspect By DoDAAC N00383 Ship To Code - Ship From Code - Mark For Code - Service Approver (DoDAAC) N00383 Service Acceptor (DoDAAC) N00383 Accept at Other DoDAAC - LPO DoDAAC N00383 DCAA Auditor DoDAAC - Other DoDAAC(s) - Data to be entered in WAWF (*Contracting Officer: Insert applicable DoDAAC information or See schedule if multiple ship to/acceptance locations apply, or Not applicable. ) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF notifications. The Contractor shall enter the address identified below in the Send Additional Notifications field of WAWF once a document is submitted in the system. [email protected] (Contracting Officer: Insert applicable addresses or Not applicable. ) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity s WAWF point of contact. [email protected] (Contracting Officer: Insert applicable information or Not applicable. ) (2) For technical WAWF help, contact the WAWF helpdesk at (End of clause)
19 17 of 20 Accounting Data SLINID PR Number Amount LLA : AA 97X4930 NC1E F COST CODE: A SDN NUMBER: N PR LLA : AA 97X4930 NC1E F COST CODE: A SDN NUMBER: N PR012 BASE Funding Cumulative Funding MOD LLA : AA 97X4930 NC1E F Standard Number: COST CODE; A SDN: N PR LLA : AB 97X4930 NC1E F Standard Number: COST CODEA SDN : N PR00117 MOD 01 Funding Cumulative Funding MOD LLA : AB 97X4930 NC1E F Standard Number: N PR00320 COST CODE: A LLA : AB 97X4930 NC1E F Standard Number: N PR00320 COST CODE: A MOD Funding Cumulative Funding
20 18 of 20 SECTION H SPECIAL CONTRACT REQUIREMENTS N/A
21 19 of 20 SECTION I CONTRACT CLAUSES 09RA OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2008) (a) The Government may extend the term of this contract by written notice to the Contractor 15 days prior to the contract expiration. (b) clause. If the Government exercises this option, the extended contract shall be considered to include this option (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 18 months Enterprise-wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Services provided via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which is October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at End of Clause
22 20 of 20 SECTION J LIST OF ATTACHMENTS
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
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)
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 29-Sep-25 N36015RC074FS N/A 6. ISSUED
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) 04-Feb-2015 Not applicable N/A 6.
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
1. Delete Clause HQ G-2-0007 INVOICE INSTRUCTIONS and ADD the following two Clauses in full text to Section G:
Page 1 of 6 Purpose: The purpose of this modification is to revise invoice instructions in Section G and to incorporate FAR 52.204-99 and FAR 52.232-99 clauses in full text to Section I, and to reinstate
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
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
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 04-Apr-2012 H91269-1354-18-000 N/A 6. ISSUED BY CODE N00189
ORDER FOR SUPPLIES OR SERVICES
ORDER FOR SUPPLIES OR SERVICES PAGE 1 OF7 1. CONTRACT/PURCH ORDER/AGREEMENT NO. 2. DELIVERY ORDER/CALL NO. 3. DATE OF ORDER/CALL 4. REQUISITION/PURCH REQUEST NO. 5. PRIORITY 2016 JAN 21 0061147670 DO-C9
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
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.
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
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 09-Sep-2014 N6169015RCA4001 N/A 6.
Public Vouchers. Further information is available in the Information for Contractors Manual under Enclosure 5
Public Vouchers Further information is available in the Information for Contractors Manual under Enclosure 5 The views expressed in this presentation are DCAA's views and not necessarily the views of other
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
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...
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) 31-Mar-21 N0006611RCJ3006 N/A 6. ISSUED
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
ORDER FOR SUPPLIES OR SERVICES (FINAL)
ORDER FOR SUPPLIES OR SERVICES () 1 OF 3 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCH REQUEST NO. 5. PRIORITY 2013 Sep 30 N5702513RC026CG Unrated 6. ISSUED BY CODE N00244 7. ADMINISTERED BY CODE S2404A
Table of Contents. Section G: Contract Administration Data Mod: AA20: (Verizon) 10/05/09-GS11T08BJD6001
Section Table of Contents Section G: Contract Administration Data Mod: AA20: (Verizon) 10/05/09- Page G.1 Contract Administration 1 G.1.1 Government Points of Contact 1 G.1.1.1 Procuring Contracting Officer
INSTALLATION REPORT OF AUDIT
INSTALLATION REPORT OF AUDIT F2010-0034-FCI000 Impresa Contract Implementation 309th Maintenance Wing Hill AFB UT Hill Area Audit Office 8 March 2010 Executive Summary INTRODUCTION OBJECTIVES In January
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
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 6 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 23-Aug-2012 251ULO0005 N/A 6. ISSUED BY CODE N00421 7. ADMINISTERED
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)
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) 25-Jun-2015 1300457912 N/A 6. ISSUED
ACQUISITION ALERT 11-04. Delegation of Invoice Approval Authority
February 2, 2011 ACQUISITION ALERT 11-04 Delegation of Invoice Approval Authority This Acquisition Alert is being transmitted to all NOAA Heads of Contracting Offices (HCOs) for dissemination within their
Chapter 10 Receiving, Inspection, Acceptance Testing and Acceptance or Rejection
Chapter 10 Receiving, Inspection, Acceptance Testing and Acceptance or Rejection Table of Contents Receiving, Inspection, Acceptance Testing and Acceptance or Rejection...1 Chapter 10...3 Receiving, Inspection,
Evaluation of Defense Contract Management Agency Actions on Reported DoD Contractor Business System Deficiencies
Inspector General U.S. Department of Defense Report No. DODIG-2016-001 OCTOBER 1, 2015 Evaluation of Defense Contract Management Agency Actions on Reported DoD Contractor Business System Deficiencies INTEGRITY
DEFENSE CONTRACT AUDIT AGENCY DEPARTMENT OF DEFENSE 8725 JOHN J. KINGMAN ROAD, SUITE 2135 FORT BELVOIR, VA 22060-6219
DEFENSE CONTRACT AUDIT AGENCY DEPARTMENT OF DEFENSE 8725 JOHN J. KINGMAN ROAD, SUITE 2135 FORT BELVOIR, VA 22060-6219 IN REPLY REFER TO PSP 730.8.B.1/2010-003 February 18, 2011 11-PSP-003(R) MEMORANDUM
July 6, 2015 11(1) CHAPTER 11
July 6, 2015 11(1) CHAPTER 11 Table of Contents Paragraph Page 11-000 Audit of Contractor Compliance with Contract Financial Management Requirements 11-001 Scope of Chapter... 1101 11-100 Section 1 ---
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
DEPARTMENTAL DIRECTIVE
ADMINISTRATIVE COMMUNICATIONS SYSTEM U.S. DEPARTMENT OF EDUCATION DEPARTMENTAL DIRECTIVE OM:5-101 Page 1 of 17 (07/16/2010) Distribution: All Department of Education employees Approved by: /s/ Winona H.
Navy Construction / Facilities Management Invoice
Invoicing Receipt Acceptance Property Transfer Navy Construction / Facilities Management Invoice To learn how to electronically submit and take action on irapt documents through simulations and step-by-step
CONTRACTOR INVOICE REVIEW AND APPROVAL PROCESS
SECTION XVI. CONTRACTOR INVOICE REVIEW AND APPROVAL PROCESS For purposes of this Guidebook, the terms "voucher" and "invoice" are used interchangeably. A. PURPOSE The purpose of this document is to provide
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
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
Accounting System Requirements
Accounting System Requirements Further information is available in the Information for Contractors Manual under Enclosure 2 The views expressed in this presentation are DCAA's views and not necessarily
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
Defense Contract Audit Agency: What Do They Do and How Does It Affect ME as a Resource Manager? (Breakout #63)
Defense Contract Audit Agency: What Do They Do and How Does It Affect ME as a Resource Manager? (Breakout #63) Pat Fitzgerald Director Defense Contract Audit Agency The views expressed in this presentation
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.
INTERNAL CONTROL MATRIX FOR AUDIT OF BILLING SYSTEM CONTROLS Version No. 4.2 August 2006
INTERNAL CONTROL MATRIX FOR AUDIT OF BILLING SYSTEM CONTROLS Version No. 4.2 August 2006 1. MANAGEMENT REVIEWS The contractor should have policies and procedures for periodic monitoring of the billing
Small Business Contracting at Marine Corps Systems Command Needs Improvement
Inspector General U.S. Department of Defense Report No. DODIG-2016-019 NOVEMBER 10, 2015 Small Business Contracting at Marine Corps Systems Command Needs Improvement INTEGRITY EFFICIENCY ACCOUNTABILITY
IEC Electronics Terms and Conditions
IEC Electronics Terms and Conditions 1. General: This Purchase Order is placed subject to these terms and conditions including those within the Purchase Order. The terms of any proposal referred to in
Navy s Contract/Vendor Pay Process Was Not Auditable
Inspector General U.S. Department of Defense Report No. DODIG-2015-142 JULY 1, 2015 Navy s Contract/Vendor Pay Process Was Not Auditable INTEGRITY EFFICIENCY ACCOUNTABILITY EXCELLENCE INTEGRITY EFFICIENCY
DOECAA Spring Conference Presentation. Cost Reimbursement Contracting Issues - DOE Proposed Business System Rule
DOECAA Spring Conference Presentation Cost Reimbursement Contracting Issues - DOE Proposed Business System Rule Mary Karen Wills, CPA Director/Leader, BRG Government Contracts 2014 Berkeley Research Group
DLA Corporate Intern Program
DLA Corporate Intern Program The Program is a 2-year corporate training program designed to train entry-level personnel for subsequent advancement to the journey-level in professional, administrative,
Agreement Number: F.E.I.D. Number: Procurement Number: D.M.S. Catalog Class Number:
Page 1 of 9 Agreement Number: F.E.I.D. Number: Procurement Number: D.M.S. Catalog Class Number: This Master University Agreement ( Agreement ), entered into this day of, ( Effective Date ), between the
POST AWARD CONTRACT MANAGEMENT
POST AWARD CONTRACT MANAGEMENT POST AWARD CONTRACT MANAGEMENT Overview of Types of Contracts and Award Methods Understanding the Contract Contents of the Contract Contract Performance Designating an agency
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
Pre-Award Accounting Systems
Pre-Award Accounting Systems 2013 National SBIR Conference Christopher Andrezze, CPA Special Assistant to the Deputy Director May 16, 2013 The views expressed in this presentation are DCAA's views and
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,
General Purpose Commercial Information Technology Equipment, Software and Services
GENERAL SERVICES ADMINISTRATION Federal Supply Service Authorized Federal Supply Schedule Price List On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option
Monitoring Subcontracts. The views expressed in this presentation are DCAA's views and not necessarily the views of other DoD organizations
Monitoring Subcontracts The views expressed in this presentation are DCAA's views and not necessarily the views of other DoD organizations Subcontracts What should a contractor know about subcontracting:
MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security
MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security 1. PURPOSE This memorandum sets forth an understanding of contract audit coverage and related audit
Blanket Purchase Agreement Attachment C Ordering Guide. DLT Solutions/Autodesk. Blanket Purchase Agreement (BPA): N00104-12-A-ZF30
DLT Solutions/Autodesk Blanket Purchase Agreement (BPA): N00104-12-A-ZF30 1 Version Dated: January 23, 2015 DOD ESI BPA ORDERING GUIDE This Ordering Guide has been developed by the DoD ESI team to assist
DFARS Procedures, Guidance, and Information
PGI 245.1 - GENERAL PGI 245.102-70 Policy. (Added July 23, 2010) (1) A basic principle of the Federal Acquisition Regulations System is that, upon contract award, contractors bring all the necessary organization,
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.
Navy and Marine Corps Have Weak Procurement Processes for Cost reimbursement Contract Issuance and Management
Inspector General U.S. Department of Defense Report No. DODIG-2014-092 JULY 11, 2014 Navy and Marine Corps Have Weak Procurement Processes for Cost reimbursement Contract Issuance and Management INTEGRITY
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.
CITY OF HIGHLAND PARK
REQUEST FOR PROPOSALS CONSULTING SERVICES FOR THE PROCUREMENT OF AN ELECTRONIC DOCUMENT MANAGEMENT SYSTEM CITY OF HIGHLAND PARK PLEASE COMPLETE ATTACHMENT 1 RFP ACKNOWLEDGEMENT FORM AND RETURN TO THE CITY
4.0 Receiving Process
4.0 Receiving Process Delivery of requested products or services marks a transition in the Purchase-to-Pay process from a purchasing activity to a payables activity. All purchases must be received to release
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
http://agnis/sites/amsissuances/shared%20documents/201.1.htm
Page 1 of 11 Directive 201.1 11/4/91 ASSISTANCE DOCUMENTS AND MEMORANDUMS OF UNDERSTANDING TABLE OF CONTENTS Page I. PURPOSE... 2 II. REPLACEMENT HIGHLIGHTS... 2 III. POLICY... 2 IV. DEFINITIONS... 2 V.
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) 02-Jun-2011 1300142129 N/A 6. ISSUED
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice
Basic Financial Requirements for Government Contracting
Basic Financial Requirements for Government Contracting 2014 National SBIR/STTR Conference The views expressed in this presentation are DCAA's views and not necessarily the views of other DoD organizations
MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security
MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security 1. PURPOSE This memorandum sets forth an understanding of contract audit coverage and related audit
Department of Defense INSTRUCTION
Department of Defense INSTRUCTION NUMBER 7640.02 April 15, 2015 IG DoD SUBJECT: Policy for Follow-Up on Contract Audit Reports References: See Enclosure 1 1. PURPOSE. This instruction reissues DoD Instruction
QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)
Attachment 5 SOL09000002 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) for the Federal Communications Commission Washington, DC TABLE OF CONTENTS 1.0 INTRODUCTION... 2 1.1 PURPOSE... 2 1.2 PERFORMANCE MANAGEMENT
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
February 3, 2016 12(1) CHAPTER 12
February 3, 2016 12(1) CHAPTER 12 Table of Contents Paragraph Page 12-000 Auditing Contract Termination, Delay/Disruption, and Other Price Adjustment Proposals or Claims 12-001 Contract Terminations and
JOHN HART GENERATING STATION REPLACEMENT PROJECT. Schedule 9. Quality Management
JOHN HART GENERATING STATION REPLACEMENT PROJECT Schedule 9 Quality Management SCHEDULE 9 QUALITY MANAGEMENT TABLE OF CONTENTS 1. QUALITY MANAGEMENT SYSTEM... 1 1.1 Quality Management System...1 1.2 Project
Contract Number: GS-35F-155CA Contract Period: January 28, 2015 January 27, 2020
GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE AUTHORIZED FEDERAL SUPPLY SCHEDULE PRICE LIST ON-LINE ACCESS TO CONTRACT ORDERING INFORMATION, TERMS AND CONDITIONS, UP-TO- DATE PRICING, AND THE
DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 05/13/2008 MOD 05/19/2008
DELIVERY ORDER FINAL 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 05/13/2008 MOD 05/19/2008 N62583-08-MR-66626 5. ISSUED BY CODE N62583 6. ADMINISTERED BY CODE S4801A SPECIALTY CENTER
Department of Veterans Affairs VA Directive 0710 PERSONNEL SECURITY AND SUITABILITY PROGRAM
Department of Veterans Affairs VA Directive 0710 Washington, DC 20420 Transmittal Sheet June 4, 2010 PERSONNEL SECURITY AND SUITABILITY PROGRAM 1. REASON FOR ISSUE: To revise Department of Veterans Affairs
DFAS Wide-Area Workflow Issues
DFAS Wide-Area Workflow Issues Mark Shvartzman Sr. Project Manager, CEM, CEA Southern California Edison Presented at the Spring FUPWG Meeting April 20, 2011 What We Are Going to Discuss How the WAWF works
Strategic Implications of the New DFARS Business System Rule Co-presented by Venable LLP and Argy, Wiltse & Robinson June 12, 2012
Strategic Implications of the New DFARS Business System Rule Co-presented by Venable LLP and Argy, Wiltse & Robinson June 12, 2012 1 Panelists Robert A. ( Rob ) Burton, Partner, Venable LLP A 30-year veteran
Post Award Accounting System Audit at Nonmajor Contractors
Activity Code 17741 Version 3.1, dated November 2015 B-01 Planning Considerations Post Award Accounting System Audit at Nonmajor Contractors Audit Specific Independence Determination Members of the audit
