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) -Dec & N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S3915A NAVAL SURFACE WARFARE CENTER PHILA NSWCPD Philadelphia PA Karen.Johnson2@navy.mil DCMA 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. NDI Engineering 100 Grove Rd. Thorofare NJ B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) 4X596 FACILITY CODE 04-Jun 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) IAW FAR Clause Limitation of Funds 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) John L Striano, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/john L Striano -Dec-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 1. The purpose of this modification is to (1) exercise option Year Two CLIN 4200; (2) provide incremental funding; (3) revise section G clause; and (4) note changes to section G. (1) Year Two CLIN 4200 is hereby exercised. As a result, the total value of the order is hereby increased from $9,712, by $3,759, to $13,471, (2) Provide incremental funding in the amount of $69, as follows: CLIN/SLIN Type of Fund From ($) By ($) To ($) OMN , , (Labor associated with TI 41) OMN , , (Labor associated with TI 41) OMN , , (Labor associated with TI 41) OMN , , (Labor associated with TI 41) OMN , , (Labor associated with TI 41) OMN , , (Labor associated with TI 41) OMN , , (Labor associated with TI 41) OMN , , (Labor associated with TI 41) OMN , , (Labor associated with TI 41) OMN , , (Labor associated with TI 41) OMN , , (Labor associated with TI 41) OMN (Labor associated with TI 41) OMN , , (Labor associated with TI 41) OMN , , (Labor associated with TI 41) OMN , , (Labor associated with TI 41) OMN , , (Labor associated with TI 41) As a result, the total amount of funds obligated to the task is hereby increased from $7,842, by $69, to $7,911, It is estimated the funding under this order will cover the cost of performance associated with TI 41 through 03 June The total amount of funding obligated and available for payment under this task order is $7,911, In accordance with contract clause , the Government is not obligated to reimburse the contractor for any costs incurred in excess of $7,911, unless additional funds are made available and obligated under this order in a subsequent modification. (3) Revise Section G clause entitled "SEA clause Allotment of Funds - Alternate 1 (Jan 2008)" to read as follows: ITEMS(S) ALLOTTED TO COST ($) ALLOTTED TO FEE ($) , , , , , , , , , , , , , , , (4) SUMMARY OF CHANGES to the accounting and Appropriation Data added to Section G as follows: MOD ED BA R D CX D0640P IAW TI EE BA R D CX D0801P IAW TI EF BA R D CX D0578P IAW TI EG BA R D CX D0507P IAW TI EH BA A R D C859PL 4002A6BCMRSP IAW TI EJ BA R D CX D0024P IAW TI EK BA R D CX D0871P IAW TI EL BA R D CX D0087P IAW TI EM 97X4930 NH1Q F A IAW TI EN 97X4930 NH1Q F A IAW TI EP 97X4930 NH1Q F A IAW TI EQ 97X4930 NH1Q F A IAW TI ER 97X4930 NH1Q F A IAW TI ES 97X4930 NH1Q F A IAW TI ET 97X4930 NH1Q F A IAW TI EU 97X4930 NH1Q F C IAW TI 41. MOD Funding Cumulative Funding The contractor is not authorized to start performance associated with the funding cited in TI (Technical Instruction) until the TI is signed by the Contracting Officer, the Contracting Officer's Representative and the Contractor. 3. The end of task order performance is 03 June 2016, assuming all options are exercised. 4. All other terms and conditions of this task order remain unchanged. **A conformed copy of this task order is attached to this modification for informational purposes only.

3 1 of 53 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 R425 Provide engineering, technical, logistics, maintenance, installation/ alterations and program support in support of HM&E ship systems maintenance and performance (Fund Type - TBD) 1.0 LO $3,346, $4,4.38 $3,580, R425 Incremental Funding under CLIN 4000 in the amount of $180, See TI# 01 (O&MN,N) R425 Incremental Funding under CLIN 4000 in the amount of $108, See TI# 04 (Fund Type - OTHER) R425 Incremental Funding under CLIN 4000 in the amount of $9, See TI# 03 (SCN) R425 Incremental Funding under CLIN 4000 in the amount of $47, See TI# 04 (Fund Type - OTHER) R425 Incremental Funding under CLIN 4000 in the amount of $130, See TI# 05 (O&MN,N) R425 Incremental Funding under CLIN 4000 in the amount of $880, See TI# 06 (O&MN,N) R425 Incremental Funding under CLIN 4000 in the amount of $16, See TI# 06 (O&MN,N) R425 Incremental Funding under CLIN 4000 in the amount of $220, See TI# 06, Rev. 1 (O&MN,N) R425 Incremental Funding under CLIN 4000 in the amount of $65, See TI# 7. (RDT&E) R425 Incremental Funding under CLIN 4000 in the amount of $34, See TI# 9. (O&MN,N) R425 Incremental Funding under CLIN 4000 in the amount of $40, See TI# 9. (O&MN,N)

4 2 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 Incremental Funding under CLIN 4000 in the amount of $50, See TI# 9. (O&MN,N) R425 Incremental Funding under CLIN 4000 in the amount of $55, See TI# 8. (SCN) R425 Incremental Funding under CLIN 4000 in the amount of $36, See TI# 8 rev 1. (SCN) R425 Incremental Funding under CLIN 4000 in the amount of $202, See TI# 10. (RDT&E) R425 Incremental Funding under CLIN 4000 in the amount of $2, See TI# 11. (SCN) R425 Incremental Funding under CLIN 4000 in the amount of $34, See TI# 12. (RDT&E) R425 Incremental Funding under CLIN 4000 in the amount of $62, See TI# 13. (O&MN,N) R425 Incremental Funding under CLIN 4000 in the amount of $98, See TI# 14. (SCN) R425 Incremental Funding under CLIN 4000 in the amount of $450, See TI# 15. (OPN) R425 Incremental Funding under CLIN 4000 in the amount of $475, See TI# 15. (OPN) R425 Incremental Funding under CLIN 4000 in the amount of $287, See TI# 16. (O&MN,N) 4000 R425 Incremental Funding under CLIN 4000 in the amount of $30, See TI# 16. (O&MN,N) R425 Incremental Funding under CLIN 4000 in the amount of $65, See TI# 17. (OPN) 4100 R425 Same as CLIN Option 1. (Fund Type - TBD) 1.0 LO $3,427, $9, $3,667, R425 Incremental Funding under CLIN 4100 in the amount of $294, See TI# 17. (OPN)

5 3 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 Incremental Funding under CLIN 4100 in the amount of $37, See TI# 18. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $12,400. See TI# 18. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $24, See TI# 18. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $16, See TI# 19. (SCN) R425 Incremental Funding under CLIN 4100 in the amount of $8, See TI# 19. (SCN) R425 De-obligate from $4, to $0.00 due to WBS error. See TI# 19. (SCN) R425 Incremental Funding under CLIN 4100 in the amount of $5, See TI# 19. (SCN) R425 Incremental Funding under CLIN 4100 in the amount of $75, See TI# 20. (RDT&E) R425 Incremental Funding under CLIN 4100 in the amount of $45, See TI# 21. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $5, See TI# 21. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $3, See TI# 22. (SCN) R425 Incremental Funding under CLIN 4100 in the amount of $1, See TI#. (SCN) R425 Incremental Funding under CLIN 4100 in the amount of $107, See TI# 22. (SCN) R425 Incremental Funding under CLIN 4100 in the amount of $2, See TI# 24. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $4, See TI# 24. (O&MN,N)

6 4 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 Incremental Funding under CLIN 4100 in the amount of $20, See TI# 24. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $3, See TI# 24. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $6, See TI# 24. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $10, See TI# 24. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $200, See TI# 25. (OPN) R425 Incremental Funding under CLIN 4100 in the amount of $29, See TI# 22. (SCN) 4100 R425 Incremental Funding under CLIN 4100 in the amount of $2, See TI# 24. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $20, See TI# 24 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $3, See TI# 24 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $9, See TI# 24 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $22, See TI# 24 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $3, See TI# 24 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $14, See TI# 24 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $11, See TI# 24 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $19, See TI# 24 rev 1. (O&MN,N)

7 5 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 Incremental Funding under CLIN 4100 in the amount of $16, See TI# 24 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $2, See TI# 24 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $11, See TI# 24 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $5, See TI# 24 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $25, See TI# 24 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $4, See TI# 24 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $300, See TI# 26. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $70, See TI# 27. (SCN) R425 Incremental Funding under CLIN 4100 in the amount of $70, See TI# 27. (SCN) R425 Incremental Funding under CLIN 4100 in the amount of $88, See TI# 28. (Fund Type - OTHER) R425 Incremental Funding under CLIN 4100 in the amount of $111, See TI# 29. (RDT&E) R425 Incremental Funding under CLIN 4100 in the amount of $212, See TI# 29. (RDT&E) R425 Incremental Funding under CLIN 4100 in the amount of $26, See TI# 30. (O&MN,N) R425 Funds in the amount of $4, realign from SLIN See TI 19 rev 1. (SCN) R425 Incremental Funding under CLIN 4100 in the amount of $1, See TI# 32. (O&MN,N)

8 6 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 Incremental Funding under CLIN 4100 in the amount of $8, See TI# 32. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $4, See TI# 32. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $16, See TI# 32. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $21, See TI# 32. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $13, See TI# 32. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $14, See TI# 32. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $5, See TI# 32. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $5, See TI# 32. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $1, See TI# 32. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $2, See TI# 32. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $7, See TI# 32. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $50, See TI# 33. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $46, See TI# 34. (RDT&E) R425 Incremental Funding under CLIN 4100 in the amount of $147, See TI# 35. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $427, See TI# 35. (O&MN,N)

9 7 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 Incremental Funding under CLIN 4100 in the amount of $57, See TI# 36. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $59, See TI# 31. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $7, See TI# 32 rev 1. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $17, See TI# 38. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $29, See TI# 39. (O&MN,N) R425 Incremental Funding under CLIN 4100 in the amount of $50, See TI# 37. (OPN) R425 Incremental Funding under CLIN 4100 in the amount of $227, See TI# 40. (O&MN,N) 4200 R425 Same as CLIN Option 2. (Fund Type - TBD) 1.0 LO $3,513, $245, $3,759, R425 Incremental Funding under CLIN 4200 in the amount of $8, See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $3, See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $2, See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $1, See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $24, See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $4, See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $5, See TI# 41. (O&MN,N)

10 8 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 Incremental Funding under CLIN 4200 in the amount of $1, See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $3, See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $2, See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $2, See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $ See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $2, See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $4, See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $3, See TI# 41. (O&MN,N) R425 Incremental Funding under CLIN 4200 in the amount of $1, See TI# 41. (O&MN,N) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000 R425 Support Costs for CLIN 4000, NTE $1,2, for Travel, Other Direct Costs and Materials During the Period From Date of Award Through 12 Months After Date of Award. (Fund Type - TBD) 1.0 LO $1,2, R425 Incremental Funding under CLIN 6000 in the amount of $20, See TI# 01 (O&MN,N) R425 Incremental Funding under CLIN 6000 in the amount of $811, See TI# 02 (OPN) R425 Incremental Funding under CLIN 6000 in the amount of $20, See TI# 05 (O&MN,N) R425 Incremental Funding under CLIN 6000 in the amount of $30, See TI# 06 (O&MN,N) R425 Incremental Funding under CLIN 6000 in the amount of $30, See TI# 06, Rev. 1 (O&MN,N)

11 9 of 53 Item PSC Supplies/Services Qty Unit Est. Cost R425 Incremental Funding under CLIN 6000 in the amount of $4, See TI# 7. (RDT&E) R425 Incremental Funding under CLIN 6000 in the amount of $1, See TI# 8 rev 1. (SCN) R425 Incremental Funding under CLIN 6000 in the amount of $3, See TI# 8 rev 1. (SCN) R425 Incremental Funding under CLIN 6000 in the amount of $26, See TI# 10. (RDT&E) R425 Incremental Funding under CLIN 6000 in the amount of $ See TI# 11. (SCN) R425 Incremental Funding under CLIN 6000 in the amount of $3, See TI# 12. (RDT&E) R425 Incremental Funding under CLIN 6000 in the amount of $20, See TI# 13. (O&MN,N) R425 Incremental Funding under CLIN 6000 in the amount of $261, See TI# 15. (OPN) 6100 R425 Same as CLIN Support Costs for CLIN 4000, NTE $1,2, for Travel, Other Direct Costs and Materials. - Option 1. (Fund Type - TBD) 1.0 LO $1,2, R425 Incremental Funding under CLIN 6100 in the amount of $67, See TI# 15. (OPN) R425 Incremental Funding under CLIN 6100 in the amount of $40, See TI# 17. (OPN) R425 Incremental Funding under CLIN 6100 in the amount of $16, See TI# 18. (O&MN,N) R425 Incremental Funding under CLIN 6100 in the amount of $4, See TI# 19. (SCN) R425 Incremental Funding under CLIN 6100 in the amount of $100, See TI# 26. (O&MN,N) R425 Incremental Funding under CLIN 6100 in the amount of $10, See TI# 29. (RDT&E) R425 Incremental Funding under CLIN 6100 in the amount of $2, See TI# 34. (RDT&E) R425 Incremental Funding under CLIN 6100 in the amount of $47, See TI# 35. (O&MN,N) R425 Incremental Funding under CLIN 6100 in the amount of $ See TI# 31. (O&MN,N) R425 Incremental Funding under CLIN 6100 in the amount of $ See TI# 38. (O&MN,N) R425 Incremental Funding under CLIN 6100 in the amount of $3, See TI# 37. (OPN) R425 Incremental Funding under CLIN 6100 in the amount of $22, See TI# 40. (O&MN,N)

12 10 of 53 Item PSC Supplies/Services Qty Unit Est. Cost 6200 R425 Same as CLIN Support Costs for CLIN 4000, NTE $1,2, for Travel, Other Direct Costs and Materials. - Option 2. (Fund Type - TBD) 1.0 LO $1,2, Option "This is a competitive procurement. If the solicitation should result in a single offer, the Government reserves the right to re-solicit this procurement in order to enhance competition. "Note: If fee is included in the pass through rate for subcontractor labor costs, the prime contractor is requested to identify what percentage of the pass through costs is considered fee in their cost proposal. The maximum labor pass through rate ( which includes all adders and any prime contractor fee applied to subcontractor labor costs) shall not exceed 8%. LEVEL OF EFFORT: The level of effort for the performance of this contract is based upon an anticipated total estimated level of effort of 64,200 man-hours, of direct labor. The estimated composition of man-hours of direct labor can be found in the chart below. On Site Labor refers to labor performed at NSWCCD in Philadelphia, PA and Off Site Labor refers to labor performed at the Norfolk and San Diego Shipyards. YEAR 1 YEAR 2 YEAR 3 Labor Category Reg. Hrs. OT Reg. Hrs. OT Reg. Hrs. OT Program Manager* 1, , ,000 0 Senior Mech. Engr.* 3, , , Senior Elec. Engr.* 3, , , Senior Structural Engr. Quality Assurance Sp. 1, , , , , , Project Engineer 3, , ,000 0 Senior Designer/CADD Senior Designer/Modeler 4, , , , , ,000 0 Mechanical Engr. Tech. 3, , , Elec. Engr. Tech. 4, , , Junior Engineer 2, , , CAD/CAM Operator 4, , ,000 0 Technical Writer 1, , ,000 0

13 11 of 53 Logistician 4, , ,000 0 Program Support Asst. 4, , ,000 0 Site Foreman 3, , , Electrician 3, , , Marine Machinist 2, , , Welder/Brazier 3, , , Pipe Fitter 3, , , Sheet Metal Worker 3, , , Clerk 3, , , Total Hours (each yr.) *Denotes Key Personnel Bold denotes off-site personnel 59,500 4,700 59,500 4,700 59,500 4,700 It is noted that your proposal submission shall include a completed "Direct Labor Rate Substantiation" Table with attached supporting documentation as applicable. A sample table has been included as an attachment to the RFP. Offerors are to propose on the labor categories and hour estimates provided as the Level of Effort. Offerors who propose other than what is specified may be considered nonresponsive. Payment of Fee (a) The Government shall make payments to the Contractor, subject to and in accordance with the clause contained in the base IDIDq contract entitled "Limitaiton of Funds", FAR Such payments shall be equal to the allowable cost of each invoice submitted by the payable to the Contractor pursuant to the clause of the base IDIQ entitled "Allowable Cost and Payment", FAR Total fees paid to the Contractor for performance of work under this task order shall not exceed the fee amount set forth in the task order. (b) In the event of discontinuance of the work under this task order in accordance with the clause of the IDIQ contract wntitled "Limitation of Funds", FAR or "Limitation of Cost", FAR , as applicable, the fee shall be equitably adjusted by mutual agreement to reflect the diminution of work. If the adjusted fee is less than the sum of all fee payments made to the contractor under this task order, the Contractor shall repay the excess amount to the Government. If the adjusted fee exceeds all payments made to the Contractor under this task order, the Government shall be required to pay the Contractor any amount in excess of hte funds obligated.

14 12 of 53 SECTION C DESCRIPTIONS AND SPECIFICATIONS STATEMENT OF WORK Provide engineering, technical, logistics, maintenance, installation/alterations and program support services to the Naval Surface Warfare Center, Carderock Division, in support of HM&E ship systems maintenance and performance. This task order will include but not limited to ShipAlts, TempAlts, AER s, system repairs, system operability testing, drawings and technical manuals development, material fabrication and support for surface ship, watercraft and submarine systems. Tasks will include but not limited to SSNs, SSBNs, and SSGN s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships, and will include acquisition support and conduct ship checks to develop drawings for installing controls related equipment, sensing, testing and system repairs and up-grades. Functions include engineering, technical and logistics support for propulsion and power systems and in-service systems and equipment, refurbishment and testing of electrical and electrical control equipment, program management, engineering, technical and implementation coordination support for equipment upgrades and ship modernization initiatives, and Direct Fleet Support for afloat units at the waterfront. Services will be rendered as required in Philadelphia and ports and facilities on the East Coast, West Coast, and Far East. The contractor shall develop and revise technical engineering drawings, sketches, layouts, charts, and graphic materials in support of HM&E ship system design and test facilities. Drawings will include but not be limited to system diagrams, machinery/equipment arrangements, piping arrangements and details, structural and foundation drawings, electrical diagrams, and details of utilities connections. BACKGROUND The Naval Surface Warfare Center, Carderock Division (NSWCCD), Code 937 is the In Service Engineering Agent (ISEA) for surface ship and submarine steam and diesel driven electrical power generation systems. The purpose of this task order is to provide NSWCCD Code 937 with the requisite engineering and technical services to perform the functions under their cognizance for surface ships and submarines. To accomplish this mission, NSWCCD-SSES utilizes extensive resources to conduct its business to the best advantage of the Navy, Fleet and other Federal Agency maritime assets. The engineering and technical support services are accomplished in all areas where U.S. Navy ships operate and are home-ported. These services are accomplished in whole or in phases that minimize interruption in ship operating schedules while maximizing the capacity of Type Commander and NAVSEA agencies to upgrade and modernize systems. 1.1 APPLICABLE DOCUMENTS: a. Work performed under this Task Order shall be in accordance with the requirements set forward in the following references: b. c. d. e. f. g. h. i. j. k. l. m. n. o. Military Standards Military Specifications Ship Alterations Records (SAR) General Specifications for Overhaul of Surface Ships (GSO) - NAVSEA S9AA0-AB-GOS-010 Fleet Modernization Program (FMP) Management & Operations Manual - NAVSEA SL720- AA-MAN_010/FMP Ship Alterations Accomplished by AIT NAVSEA Technical Specification B/C NSWCCD Code 915 Quality Assurance (QA) Manual date March 99 NSWCCD Code 915 Alteration/Industrial work Instruction C Dated 09 April 99 Requirements for Welding Brazing Procedures & Performance Qualifications NAVSEA S9074-AQ-G1B- 010/248 Ship Installations Drawings (SIDs): As Required Manuals, Technical: General Style And Format Of (Work Package Concept) - MIL-DTL-81927C, dated 26 Nov 1997 Standard Practice for Manuals, Technical: General Style and Format - MIL-STD-38784(1), dated 1 Dec 2000 Interactive Electronic Technical Manuals - MIL-PRF-87269A dated 15 Aug 2000, Data Base, Revisable Manuals, Technical: General Acquisition and Development Requirements - MIL-DTL-24784

15 13 of 53 p. q. r. s. Guide for User Maintenance of NAVSEA Technical Manuals - S0005-AA-GYD-030 Guide for Quality Assurance of NAVSEA Technical Manuals - S0005-AA-GYD-070 NSTM 700 and 772 NVR 2.0 ENGINEERING SUPPORT a. Develop/revise Test Procedures using Microsoft Word 2003 or compatible software on PC or compatible system using Microsoft Windows XP 2002 or higher. b. Convert scanned drawings to editable AutoCad files using Raster Design 2005 or higher. c. Provide engineering support for ongoing modifications and upgrades to Code 937 cognizant systems and equipment. d. Provide engineering support for resolving emergent technical issues associated with Code 937 cognizant systems and equipment. e. Provide engineering support for material, equipment and systems evaluation and assist in the solicitation and procurement of new and replacement equipment and parts. f. Provide engineering, design and technical support to commercial and NSWCCD-SSES land base and test facilities. The designs may be applicable to either new or existing installations. g. Provide on-site engineering and technical personnel to provide program support and to perform Direct Fleet Support and Distance Support functions and to support equipment and systems assessment and testing at commercial facilities, land base and test site facilities, and aboard ships as required. h. Provide configuration, assessment, testing, training and logistics support of HM&E systems aboard SSNs, SSBNs, and SSGN s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships as required. 2.1 DRAWING DEVELOPMENT AND REVISION SUPPORT A. General Requirements a. Develop/revise engineering drawings using the latest version of AutoCad software in conjunction with ship-works programs to integrate and utilize shipyard drawing standards and ship s parts database. b. Create functional prototype 3-D assemblies and details on a computer system using Inventor R9 or higher. c. Develop layouts and charts on a computer system using Visio 2003 or higher. d. Provide engineering and technical drawing support for HM&E ship system conversions, overhauls, alterations, modifications, installations, repairs and removal of shipboard systems installed on SSNs, SSBNs, and SSGN s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships. Conceptual Design a. b. c. Perform, as required, investigations of Ship Systems and support utilities to determine adequacy of existing resources relative to the proposed T&E program/project. Develop, as required, engineering sketches and/or layout drawings of proposed equipment and systems. Perform structural engineering studies, analysis, calculations and assessments for development of conceptual, preliminary or detailed designs for replicating actual shipboard systems and equipments to be installed at commercial facilities, land base and test site facilities. The designs may be applicable to new or existing installations.

16 14 of 53 Preliminary Design a. Conduct surveys of the proposed Ship Systems to identify required modifications to existing equipment and utilities. Surveys include spatial, utilities and structural implications relative to material, weight, handling, stowage, installation, repair and operation of equipment. b. Provide technical personnel to perform pre-installation design ship checks on designated ships to verify current configuration of spaces, equipment, utilities and power interfaces. c. Prepare design ship check report and provide copies of ship check notes, sketches and drawing redlines. d. Develop machinery arrangement concepts and drawings, utilities interface requirements, and preliminary drawings of mechanical, electrical, fluid, and structural/foundation systems. Computer based models in AutoCAD of the systems shall be created, as required, to evaluate piping, structural and rigging concepts and interface requirements. e. Develop ShipAlt installation drawings consisting of equipment, structural and electrical rip-out drawings, and fabrication and installation drawings for equipment and systems, signal and power cabling isometrics, block diagrams and schematic diagrams as appropriate for the installation. f. Prepare detailed specifications, suitable for competitive procurement, of all mechanical, electrical, fluid and structural components and equipments. Material specifications shall meet military, commercial and industrial standards as applicable. g. Develop a preliminary construction schedule (PERT diagram) for ship systems and equipment utilizing the latest software available and compatible with NSWCCD-SSES. h. Develop rigging concepts for installation and removal of major equipment and structures. i. Conduct Electromagnetic Interference (EMI) surveys as required. j. Deliver preliminary drawings for NSWCCD-SSES and Planning Yard review. Incorporate drawing review comments as required. k. Incorporate post-installation and/or as-built drawing red-lines to reflect ship conditions as required. Detailed Design a. Develop a complete drawing package which provides sufficient assembly, manufacturing details and associated information to permit fabrication, installation and operation of the systems and equipment. The drawing package will include but not be limited to, system diagrams, machinery/equipment arrangements, piping arrangements and details, structural and foundation drawings, electrical diagrams and details of utilities connections. All drawings must be generated in AutoCAD Version 200i or later. b. Prepare drawing schedule which will control and direct an orderly development of detailed design to support material ordering and the construction schedule. c. Update the preliminary list of material and equipment, identifying land base/test site components, cost and source information. Prepare new specifications for competitive procurement if not developed during preliminary design. d. Prepare technical reports on commercial, land base and test site fluid, mechanical, electrical and structural systems as required. These reports shall provide descriptions, diagrams, assumptions, design rationale, analyses and supporting calculations. e. Develop, as required, functional checkout, test, operating and maintenance procedures for systems and equipment. f. Ensure reliability of the design by providing qualified personnel, as required, to support the fabrication, installation and operation of the system and equipment. Support for fabrication, installation and operation of the system and equipment may be required on-site at NSWCCD-SSES. Additional on-site support may be required for preventative and corrective maintenance, and test and evaluation support. g. Conduct Finite Element Analysis (FEA) as required. h. Provide computational analysis for dynamic and static environmental operating conditions for complete stress analysis. i. Modify existing designs to accommodate the inclusion of new or modified equipment as

17 15 of 53 j. required. Provide Mission Readiness Panel (MRP) support such as EOSS diagrams, egress routes and other documentation that may be needed. B. Graphics a. b. Prepare graphic materials, as required, in support of NSWCCD-SSES test facilities and Ship Systems design. Develop orientation/presentation materials in support of NSWCCD-SSES land base/test facilities and Ship System designs as required. 2.2 TECHNICAL MANUAL DEVELOPMENT AND REVISION REQUIREMENTS SUPPORT a. Provide technical manual development and revision support for HM&E systems conversions, overhauls, alterations, modifications, installations, repairs and removal of associated equipment installed on SSNs, SSBNs, and SSGN s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships. b. Revise and change Interactive Electronic Tech Manual (IETMs) and hardcopy Technical Manuals (TMs) to reflect TM feedbacks NAVSEA/NSWCCD advisories and trip reports, hardware configuration changes resulting from alteration installations, and improvement and standardization programs via paper or electronically. Develop and prepare correspondence to Technical Manual Deficiency Evaluation Report originators as required by individual task instructions. c. Convert paper copies of TMs to Standard Generalized Markup Language (SGML) files, as required, using the latest or required version of the NAVSEA C2 DTD. The Contractor shall use the latest version of ArborText to edit the Standard Generalized Markup Language files if required, publish using NAVSEA Publishing System and provide a linked PDF file. d. Update Standard Generalize Markup Language files using the latest version of ArborText editor to reflect issued TM changes. All updates shall be performed using the NSWCCD-SSES JCALS server and modifying the instance or instances of the Standard Generalize Markup Language file required. e. Perform and track data collection efforts for items such as TMs and logistic support technical documentation. Duplication of data items is required. f. Develop drawings and illustrations on Computer Aided Design (CAD) networks that are compatible with Navy computer aided logistic support (CALS) requirements. 2.3 TECHNICAL SUPPORT a. The contractor shall provide shipboard technical support for 937 cognizant systems and equipment. This shall include HM&E systems condition assessments and equipment grooming, shipboard testing, and equipment upgrades. b. The contractor shall provide on-site support at the Code 937 land base/test facility at NSWCCD Philadelphia to build/refurbish electrical and electrical control equipment and to assist in maintaining the facility s testing infrastructure. c. The contractor shall coordinate the identification, procurement, staging and delivery of GFM associated with Code 937 cognizant equipment upgrades. d. The contractor shall conduct ship visits to inspect and test shipboard systems and equipments to support efforts as directed by the COR via Technical Instructions (TIs). e. The contractor shall provide on-site technical personnel to perform Code 937 Direct Fleet Support and Distant Support functions, and to support ongoing equipment assessment and grooms, and shipboard testing. f. Provide support to update system components and assist in the solicitation and procurement of new and

18 16 of 53 replacement equipment and parts. g. Provide technical and repair support to accomplish assignments in support of HM&E systems conversions, overhauls, alterations, modifications, installations, repairs and removal of surface ship and submarine steam and diesel driven electrical power generation systems and associated equipment installed on SSNs, SSBNs, and SSGN s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships. h. Provide teams of knowledgeable people familiar with overall fleet maintenance philosophies, as well as logistical specialists familiar with Integrated Logistic Support (ILS) procedures and functions of the ship's Logistics Support Center (LSC)/Maintenance Support Center (MSC), and CAD familiar with fleet database management systems. i. Provide POA&M for all Alterations Installations upon assignment of task. j. Analyze and assess shipboard cargo/weapons handling system readiness data. k. Provide all contractor-furnished material, pre-fabrication, and consumables in order to meet installation milestones. l. Provide required qualified QA personnel to accomplish quality assurance verification of all material, prefabrication and on board installation. m. Provide required skilled trade personnel and schedule to accomplish prefabrication of parts. n. Perform shipboard installations in accordance with instructions and procedure as set forth by NSWCCD-SSES, Code 937. o. Perform equipment/system level testing and light-off, and assist as directed by on-site In-Service Engineering Agents. p. Develop Quality Assurance (QA) Plans, which outline the in-process control procedures (IPCP) that specify the critical elements and requirements of NAVSEA Standard Items (NSI). q. Review and sign the Industrial/Alteration Pre-Start Checklist prior to the start of each installation. r. The Government oversight representative will provide the document, will also sign, and will incorporate into the alteration Completion Report Record. s. Provide (1) set of red-lined drawings to the ship and (1) set of red-lined drawings to NSWCCD -SSES, Code 937 at the completion of all alterations. t. Provide all Installation and Condition Reports to NSWCCD-SSES, Code 937 at completion of each installation. u. Provide engineering, technical and logistical support in identification and correction of faults and material condition discrepancies to assure that propulsion and power systems and associated equipment is in safe and proper operating condition. v. Provide technical in-process review of work progress identifying specific deficiencies and recommending corrective action for items identified. w. Develop recommendations for effective test and quality assurance practices in the performance of propulsion and power systems equipment and associated systems maintenance. x. Provide and maintain engineering evaluations and recommended changes or improvements to ship propulsion and power systems equipment and associated systems, continuing status of failures, visit reports and changes on equipment material condition. y. Provide information to update Current Ships Maintenance Projects (CSMP) to respective ships and NSWCCD-SSES, Code 937 in automated data transfer format compatible with existing shipboard systems. Develop

19 17 of 53 Automated Work Requests (AWRs) for all outstanding discrepancies as part of the currently used maintenance management system. z. Review logistical documentation and assist Ship's Force to prepare appropriate feedback forms (e.g., 4790/CK, Technical Manual Deficiency Report (TMDER)) to document deficiencies. This includes Consolidated Shipboard Allowance List (COSAL) support for proper Allowance Parts List (APL) coverage, identification material requisitions for items that are required to correct discrepancies, preparation of Planned Maintenance System (PMS) feedback reports to correct inadequate or erroneous PMS documentation and preparation of Technical Manual Deficiency Evaluation Reports (TMDERs) to correct technical manual deficiencies. Assist in the update of the CSMP with deferrals and validated completed action items in accordance with specified uploading procedures as identified by the Navy Management System Support Office. Report errors found in existing drawings, system operating procedures, and maintenance requirements. aa. Develop and provide qualified ship propulsion and power systems, and associated equipment personnel and training teams, as requested. Location and Level of Effort In addition to supporting Philadelphia site, the contractor supports ships in locations as specified in section 5, and in other locations as required by the COR via TI. 2.4 LOGISTICS MAINTENANCE AND DEVELOPMENT REQUIREMENTS SUPPORT a. Provide logistics support for HM&E systems conversions, overhauls, alterations, modifications, installations, repairs and removal of steam and diesel driven electrical power generation systems equipment and associated systems installed on SSNs, SSBNs, and SSGN s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships. Tasks will encompass all aspects of the data management discipline and will be done within the processes established by the Government to manage the configuration of data. The workflow will encompass four progressive status categories of digital data files. (1) Working data, where the data is under the originator's control only. (2) Released data, where the working data has been approved by the Government and has been released for its intended use, and is now subject to configuration control procedures. (3) Submitted data, where released data has been formally submitted to the Government for approval. (4) Approved data, where submitted data has been approved for its intended use by the Government. b. c. Data Identification: As specified and requested, an analysis of each assignment conducted to identify and Document potential data requirements. Data requirements shall be requested from all program participants via data call, shall compile received data requirements, shall participate in data requirements reviews, and shall prepare final data requirements lists Data Acquisition. (1) Review delivered data items for form, content, adherence to schedule, correct distribution. Provide analyses and written recommendations, with supporting evidence for the recommendations. Provide technical services necessary to transition master documentation. All documentation shall be prepared in accordance with specifications identified in the individual task instructions. (2) Participate in actions required to define digital data for delivery to or access by the Government in general, and for configuration management data in particular. With interactive access, the emphasis is on Government access to contractor maintained databases. (3) Apply configuration management principles to ensure the integrity of digital representations of product information and other data and enhance good data management practice. The concepts are described, as follows, based on elements and principles expressed in EIA Standard 649: (a) Document identification

20 18 of 53 (b) Data status level management (c) Data and product configuration relationships (d) Data version control & management of review, comment, annotation, & disposition (e) (f) Digital data transmittal Data access control (g) Data Tracking: Obtain and record data on management and engineering documents for the maintenance of the data management tracking system as specified in the individual task instructions. (h) Technical Data Maintenance. Maintain data status changes in configuration and data management systems such as, but not limited to, Configuration and Data Management Support System (CADMSS), Configuration and Data Satellite (CADSAT), AUTOSERD, or SERMIS as specified by individual task instructions. Receive, record, and input GF documents, verify the data inputs, and return the documents for Government disposition. For existing systems, written operating instructions or desk book procedures may be provided with the individual task instructions. Attend working sessions to resolve problems in the areas of maintenance and operation of data management systems. (i) Provide support to ensure that technical data access is provided in a timely manner and to ensure that it is accurate data for the customers. This support includes the evaluation and status of current technical data, and assistance in the identification, evaluation and purification of the master technical data. (j) Assess life cycle logistics, technical, and production data pertinent to US Navy shipboard engineering systems, subsystems, components, and equipment and support equipment. Prepare recommendations for incorporation into Management Information Systems that will accommodate on-line access and cross referencing of related information. Recommendations shall be consistent and compatible with approved NAVSEA hardware/software applications. (k) Provide detailed information that adequately defines the proposed acquisition strategy and establishes a basis for an effective Technical Data Package management program. (l) Conduct logistics review group audits focused upon the technical data process. 2.5 TECHNICAL AND FINANCIAL REPORTS a. Progress and Financial Reports: A monthly progress and financial report will be submitted to Contracting Officer Representative (COR) with a copy to the Contracting Officer. In addition, a separate report of the number of man-hours charged to the task order will be submitted monthly to the COR. b. Technical Reports: Technical reports and conclusions reflecting the work will be prepared and delivered to the Government when and in the form required by the Contracting Officer Representative. c. Final Delivery: The delivery date of the last of the Progress, Technical and Financial Reports shall not be later than one month after the end date of the task order. d.other Reports: There may be a need for other specific reports, test plans, evaluation reports or documentation created as an integral part of a task order under this contract. Report format, contents and delivery requirements will be specified at the time of technical instruction issuance. e.travel Reports: For any remote travel required, the contractor will report the destination, number of travelers, duration of stay, task milestones completed, site points of contact, ship, and hull number visited. 3.0 DELIVERABLES: The contractor shall provide the following deliverables associated with this tasking effort: A. The Burn Rate Analysis Report is a summary report that captures the rate at which the money is expended.

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

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

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 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

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

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

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-May-2015 N/A N/A 6. ISSUED BY CODE

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

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

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

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

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

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

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

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

[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

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

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. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 01 02-Jul-2009

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

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

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

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

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

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

Environmental Management Consolidated Business Center (EMCBC) Subject: Contractor Invoice Review and Approval

Environmental Management Consolidated Business Center (EMCBC) Subject: Contractor Invoice Review and Approval Date 05/18/12 Environmental Management Consolidated Business Center (EMCBC) Subject: Contractor Invoice Review and Approval Implementing Procedure APPROVED: _(Signature on File) EMCBC Director ISSUED BY:

More information

STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers

STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers Answers to questions submitted, but not included in this set of Q&As,will be provided in a subsequent posting of Q&As in the near future. As the

More information

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

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

More information

Schedule 871 GSA Professional Engineering Services (PES)

Schedule 871 GSA Professional Engineering Services (PES) Product and Process Development PPD Consultants GENERAL SERVICES ADMINISTRATION Federal Supply Service AUTHORIZED FEDERAL SUPPLY SCHEDULE PRICE LIST On-line access to contract ordering information, terms

More information

Software Quality Subcontractor Survey Questionnaire INSTRUCTIONS FOR PURCHASE ORDER ATTACHMENT Q-201

Software Quality Subcontractor Survey Questionnaire INSTRUCTIONS FOR PURCHASE ORDER ATTACHMENT Q-201 PURCHASE ORDER ATTACHMENT Q-201A Software Quality Subcontractor Survey Questionnaire INSTRUCTIONS FOR PURCHASE ORDER ATTACHMENT Q-201 1. A qualified employee shall be selected by the Software Quality Manager

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) 04-Feb-2015 Not applicable N/A 6.

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 2. 6. ISSUED BY CODE 3. EFFECTIVE DATE 15-Aug-2013 1. CONTRACT ID CODE U 4. REQUISITION/PURCHASE REQ. NO. 1300291889 PAGE OF PAGES 1 2 5. PROJECT NO(.If

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) 09-Jan-2014 1300395392, 1300396463

More information

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

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) 16-Jul-2012 N57025RC00504 N/A 6. ISSUED BY CODE N00244 7. ADMINISTERED

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

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

GENERAL SERVICES ADMINISTRATION Federal Supply Schedule Authorized Federal Supply Schedule

GENERAL SERVICES ADMINISTRATION Federal Supply Schedule Authorized Federal Supply Schedule GENERAL SERVICES ADMINISTRATION Federal Supply Schedule Authorized Federal Supply Schedule On line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create

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

ORDER FOR SUPPLIES OR SERVICES

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

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

Solicitation 1210-014. Web Hosting Services for the Disaster Volunteer Network. State of California

Solicitation 1210-014. Web Hosting Services for the Disaster Volunteer Network. State of California Solicitation 1210-014 Web Hosting Services for the Disaster Volunteer Network State of California Oct 12, 2012 4:28:36 PM PDT p. 1 Bid 1210-014 Web Hosting Services for the Disaster Volunteer Network Bid

More information

Construction Management Standards of Practice

Construction Management Standards of Practice Construction Management Standards of Practice 2010 Edition Advancing Professional Construction/ Program Management Worldwide. 7926 Jones Branch Drive, Suite 800 McLean, VA 22102-3303 USA 703.356.2622 703.356.6388

More information

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

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) 28-Sep-2015 1300527924 N/A 6. ISSUED

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

Internal Surveillance

Internal Surveillance Page 1 of 18 Internal Surveillance A contract having Earned Value Management System (EVMS) requires the contractor to maintain an effective management control system consistent with EVM industry standards

More information

10. THIS ACQUISITION IS. (!g UNRESTRICTED OR DIV OF PROCUREMENT SERVICES []SMALL BUSINESS DEMERGING SMALL BUSINESS SIZE STANDARD:

10. THIS ACQUISITION IS. (!g UNRESTRICTED OR DIV OF PROCUREMENT SERVICES []SMALL BUSINESS DEMERGING SMALL BUSINESS SIZE STANDARD: 2. CONTRACT NO. - - SOLICITA TION/CONTRACT/ORDER F'" ;OMMERCIAL ITEM :. REQUISITION NUMBEF OF OFFEROR TO COMPLETE BLOCKS ;(, 7, 23, 24, & 30 REQ-2400-0-v~67 rag~ I 8 ~. AWARDI ORDER NUMBER SOLICITATION

More information

Exhibit F. VA-130620-CAI - Staff Aug Job Titles and Descriptions Effective 2015

Exhibit F. VA-130620-CAI - Staff Aug Job Titles and Descriptions Effective 2015 Applications... 3 1. Programmer Analyst... 3 2. Programmer... 5 3. Software Test Analyst... 6 4. Technical Writer... 9 5. Business Analyst... 10 6. System Analyst... 12 7. Software Solutions Architect...

More information

How To Work For T-Solutions

How To Work For T-Solutions PRIME CONTRACTOR Prime Name Rite-Solutions, Inc. Prime POC Ken Haner POC Phone Number 860-599-1938 POC E-mail Address khaner@ritesolutions.com INFORMATION TO BE COMPLETED BY TEAM MEMBER: TEAM MEMBER INFORMATION

More information

Dynamic Concepts, Inc.

Dynamic Concepts, Inc. Dynamic Concepts, Inc. GENERAL SERVICES ADMINISTRATION Federal Acquisition Service 2015 Authorized Federal Supply Schedule Price List (In Accordance with Modification PS-0018 - Prices Effective 03/05/2015)

More information

DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT. This handbook is for guidance only. Do not cite this document as a requirement.

DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT. This handbook is for guidance only. Do not cite this document as a requirement. NOT MEASUREMENT SENSITIVE MIL-HDBK-512 04 October 2000 DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT This handbook is for guidance only. Do not cite this document as a requirement. AMSC N/A DISTRIBUTION

More information

AP1000 European 18. Human Factors Engineering Design Control Document

AP1000 European 18. Human Factors Engineering Design Control Document 18.2 Human Factors Engineering Program Management The purpose of this section is to describe the goals of the AP1000 human factors engineering program, the technical program to accomplish these goals,

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

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

Contract Compliance and the Federal Acquisition Regulation (FAR)

Contract Compliance and the Federal Acquisition Regulation (FAR) Contract Compliance and the Federal Acquisition Regulation (FAR) ORA CERTIFICATE PROGRAM (MODULE 11) 27 MAY 2015 Learning Objectives Participants will learn about the history of the Federal Acquisition

More information

CQR-1 CONTRACTOR QUALITY REQUIREMENTS for CONSTRUCTION SERVICES

CQR-1 CONTRACTOR QUALITY REQUIREMENTS for CONSTRUCTION SERVICES 1.0 SCOPE CQR-1 CONTRACTOR QUALITY REQUIREMENTS for CONSTRUCTION SERVICES This document establishes the minimum quality program requirements for a contractor providing equipment, material, and construction

More information

ADMINISTRATIVE SUPPORT AND CLERICAL OCCUPATIONS SIN 736 1

ADMINISTRATIVE SUPPORT AND CLERICAL OCCUPATIONS SIN 736 1 Following are the Contractor Site and Government Site Labor Categories for SIN 736-1, SIN 736-1, and SIN 736-5. Please do not hesitate to contact us at gsataps@amdexcorp.com if you have any questions ADMINISTRATIVE

More information

REQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office

REQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office REQUEST FOR PROPOSALS (RFP) - Construction Management Services From: Germantown School District Project: Germantown School District Addition & Renovations to Rockfield Elementary School N132 W18473 Rockfield

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) 25-Jun-2015 1300457912 N/A 6. ISSUED

More information

Request for Proposal Permitting Software

Request for Proposal Permitting Software Request for Proposal Permitting Software Date Issued: October 7, 2015 Proposals Due no later than: 2:00pm EST on November 10, 2015 Page 1 of 10 Revised 10/5/2015 TABLE OF CONTENTS Section I Introduction

More information

7. ADMINISTERED BY (If other than Item 6) CODE

7. ADMINISTERED BY (If other than Item 6) CODE AMENDMENT OF SOLlClTATlONlMODlFlCA'rION OF CONTRACT 2. AMENDMENTIMODIFICATION NO. 1 3. EFFECTIVE DATE 1 4. REQUISI'~ION1PURCHASE REQ. NO. 1 5. PROJECT NO. (If. a~~licable).. Mi 24 I See Block 16c I NOPR

More information

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS Carmel Unified School District ( District ) hereby invites qualified telecommunication specialists to submit proposals ( Proposals )

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

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) 09-Jan-2014 RP000713RC00CG N/A 6.

More information

Navy and Marine Corps Have Weak Procurement Processes for Cost reimbursement Contract Issuance and Management

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

More information

Quality System Manual

Quality System Manual Chalmers & Kubeck, Inc. Quality System Manual ISO 9001:2008 Control #:00 Rev. 4 (02-01-11) Chalmers & Kubeck, Inc. Quality System Manual Scope Chalmers & Kubeck Inc. is a job shop that performs new manufacturing

More information

Federal Supply Service Authorized Federal Supply Schedule Pricelist

Federal Supply Service Authorized Federal Supply Schedule Pricelist Federal Supply Service Authorized Federal Supply Schedule Pricelist On line access to contract ordering information, terms and conditions, up to date pricing, and the option to create an electronic delivery

More information

Enterprise Scheduler Rev. 0 Bid #24078582. Scope of Work

Enterprise Scheduler Rev. 0 Bid #24078582. Scope of Work Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of Work / Specifications IV. Terms and Conditions - Special V. Appendices to Scope of Work (if required) VI. Bidding Schedule

More information

Audit Management Software Solution

Audit Management Software Solution 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of

More information

DGS-30-300 (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS

DGS-30-300 (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS Issue Date: July 10, 2015 RFP: LFCC-F-18161AE Title: Virginia Community College System Lord Fairfax Community College, Fauquier Campus Construct Academic

More information

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 0003 06/15/2016 NM-16-01304

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 0003 06/15/2016 NM-16-01304 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 79 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

More information

Request for Resume (RFR) CATS II Master Contract. All Master Contract Provisions Apply

Request for Resume (RFR) CATS II Master Contract. All Master Contract Provisions Apply Section 1 General Information RFR Number: (Reference BPO Number) Functional Area (Enter One Only) F50B2400062 6 Systems/Facilities Management and Maintenance Labor Category A single support resource may

More information

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Michigan Department Of Transportation 5100B (05/13) CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2 REQUISITION NUMBER DUE DATE TIME DUE MDOT PROJECT MANAGER JOB

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) 31-Mar-21 N0006611RCJ3006 N/A 6. ISSUED

More information

Pricing Catalog For Information Technology (IT) Services

Pricing Catalog For Information Technology (IT) Services Pricing Catalog For Information Technology (IT) Services An ISO 9001:2000 Registered Company Glotech, Inc. is a minority-owned 8(a) certified small business offering engineering and computer services to

More information

Quality Assurance QUALITY ASSURANCE PLAN

Quality Assurance QUALITY ASSURANCE PLAN Revision 2 Page 1 of 40 QUALITY ASSURANCE PLAN PLAN APPROVALS: Jeff Shouse Signature on File DIRECTOR OF QUALITY ASSURANCE DIRECTOR OF QUALITY ASSURANCE (signature) DATE Rodney Baltzer Signature on File

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

Position Classification Standard for Traffic Management Series, GS-2130. Table of Contents

Position Classification Standard for Traffic Management Series, GS-2130. Table of Contents Position Classification Standard for Traffic Management Series, GS-2130 Table of Contents SERIES DEFINITION... 2 EXCLUSIONS... 2 OCCUPATIONAL INFORMATION... 2 TITLES... 5 EVALUATING POSITIONS... 5 GRADE

More information

The NOSB Marine Science Program

The NOSB Marine Science Program Performance Work Statement for Services to Develop an Electronic Database System Request for Quote (RFQ) A GENERAL INFORMATION The Consortium for Ocean Leadership (COL) manages a national academic competition

More information

Advanced Integrated Technologies, LLC

Advanced Integrated Technologies, LLC Advanced Integrated Technologies, LLC Anchor Innovation, Inc. BAE Systems Technology Solutions & Services Barbaricum LLC Bowie State University Camber Corporation Installation, Shipboard Systems and Equipment,

More information

Rail Network Configuration Management

Rail Network Configuration Management Division / Business Unit: Function: Document Type: Enterprise Services Engineering Procedure Rail Network Configuration Management Applicability ARTC Network Wide SMS Publication Requirement Internal /

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

Designer Quality Control Plan Guidelines

Designer Quality Control Plan Guidelines Designer Quality Control Plan Guidelines Guidelines, as defined for this manual, are detailed minimum requirement to implement a Designer Quality Control Plan 7/9/2014 Quality Control Plan Acknowledgement

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

SEAPORTE SUBCONTRACTOR DATA SHEET

SEAPORTE SUBCONTRACTOR DATA SHEET PRIME CONTRACTOR Prime Name Rite-Solutions, Inc. Prime POC Ken Haner POC Phone Number 860-599-1938 POC E-mail Address khaner@ritesolutions.com INFORMATION TO BE COMPLETED BY TEAM MEMBER: TEAM MEMBER INFORMATION

More information

COLLABORATE. CONNECT. COMPLETE. Contract Schedule for GSA Contract No. GS-23F-0001S

COLLABORATE. CONNECT. COMPLETE. Contract Schedule for GSA Contract No. GS-23F-0001S COLLABORATE. CONNECT. COMPLETE. Contract Schedule for GSA Contract No. GS-23F-0001S Professional Engineering Services (PES) Federal Supply Schedule 871 Special Item Numbers (SIN): 871-1...Strategic Planning

More information

informing technology decisions

informing technology decisions Technical Capabilities and Business Profile informing technology decisions Cardinal Engineering LLC Rev April 2015 213 Duke of Gloucester Street Annapolis, MD 21401 Phone: (202) 506-3962 E-mail: info@cardinalengineeringllc.com

More information

10SC007878. See Block 16C 00518. x DE-AC05-06OR23100 12/21/2005

10SC007878. See Block 16C 00518. x DE-AC05-06OR23100 12/21/2005 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 183 6. ISSUED BY Oak Ridge U.S. Department of Energy P.O. Box 2001 Oak Ridge TN 37831 CODE See Block 16C 00518 1. CONTRACT ID CODE 10SC007878 7. ADMINISTERED

More information

Superconducting Magnet Division

Superconducting Magnet Division Magnet Division Specification Specification Number: SMD-MAG-1001 Superconducting Magnet Division Revision: A Procedure for Preparation and Processing of ECR/ECN Prepared by: Design Group Supervisor: Production

More information

GENERAL SERVICES ADMINISTRATION Federal Acquisition Service Complete Facilities Maintenance And Management Services SCHEDULE PRICE LIST

GENERAL SERVICES ADMINISTRATION Federal Acquisition Service Complete Facilities Maintenance And Management Services SCHEDULE PRICE LIST GENERAL SERVICES ADMINISTRATION Federal Acquisition Service Complete Facilities Maintenance And Management Services SCHEDULE PRICE LIST Special Item Numbers (SIN S) 811-002 and 811-003 (Non-Union Labor

More information

Project Management Procedures

Project Management Procedures 1201 Main Street, Suite 1600 Columbia, South Carolina 29201 Project Management Procedures Start Up The grant becomes effective upon return of one copy of the grant award executed by the Chief Executive

More information

ORDER FOR SUPPLIES OR SERVICES IMPORTANT: Mark all packages and papers with contract and/or order numbers. 1. DATE OF ORDER 11/14/2007

ORDER FOR SUPPLIES OR SERVICES IMPORTANT: Mark all packages and papers with contract and/or order numbers. 1. DATE OF ORDER 11/14/2007 ORDER FOR SUPPLIES OR SERVICES IMPORTANT: Mark all packages and papers with contract and/or order numbers. 1. DATE OF ORDER 11/14/2007 2. CONTRACT NO. N033C055340 (If any) 3. ORDER NO. 4. REQUISITION/REFERENCE

More information

SPAWAR HQ ARCHITECTURE AND HUMAN SYSTEMS GROUP Human-Systems Integration/Systems Engineering Support Performance Work Statement

SPAWAR HQ ARCHITECTURE AND HUMAN SYSTEMS GROUP Human-Systems Integration/Systems Engineering Support Performance Work Statement SPAWAR HQ ARCHITECTURE AND HUMAN SYSTEMS GROUP Human-Systems Integration/Systems Engineering Support Performance Work Statement 1.0 INTRODUCTION The Department of the Navy Space and Naval Warfare Systems

More information

Decision. Sygnetics, Inc. Matter of: B-404535.5. File: Date: August 25, 2011

Decision. Sygnetics, Inc. Matter of: B-404535.5. File: Date: August 25, 2011 United States Government Accountability Office Washington, DC 20548 Comptroller General of the United States Decision Matter of: File: Sygnetics, Inc. Date: August 25, 2011 Tony Tarkowski for the protester.

More information

MEDFORD FABRICATION CSC, INC. Quality System Manual. Date of issue: 03/25/2010 Revision : F

MEDFORD FABRICATION CSC, INC. Quality System Manual. Date of issue: 03/25/2010 Revision : F MEDFORD FABRICATION CSC, INC Quality System Manual Date of issue: 03/25/2010 Revision : F Table of Contents System Description 1.0 Introduction 2.0 Company Quality Policy 3.0 Organization Charts 4.0 Quality

More information

074-8432-552 Page 1 of 7 Effective Date: 12/18/03 Software Supplier Process Requirements

074-8432-552 Page 1 of 7 Effective Date: 12/18/03 Software Supplier Process Requirements Page 1 of 7 Software Supplier Process Requirements 1.0 QUALITY SYSTEM FRAMEWORK 1.1 QUALITY POLICY The Seller shall document and implement a quality program in the form of Quality manual or detailed Quality

More information

GSA SCHEDULE: PROFESSIONAL ENGINEERING SERVICES (PES) - FSC GROUP 871 CONTRACT # - GS-10F-0254U

GSA SCHEDULE: PROFESSIONAL ENGINEERING SERVICES (PES) - FSC GROUP 871 CONTRACT # - GS-10F-0254U GSA SCHEDULE: (PES) - FSC GROUP 871 CONTRACT # - GENERAL SERVICES ADMINISTRATION Federal Supply Service Authorized Federal Supply Schedule Price List On-line access to contract ordering information, terms

More information

GENERAL SERVICES ADMINISTRATION Federal Acquisition Service Mission Oriented Business Integrated Services (MOBIS) SCHEDULE PRICE LIST

GENERAL SERVICES ADMINISTRATION Federal Acquisition Service Mission Oriented Business Integrated Services (MOBIS) SCHEDULE PRICE LIST GENERAL SERVICES ADMINISTRATION Federal Acquisition Service Mission Oriented Business Integrated Services (MOBIS) SCHEDULE PRICE LIST SIN 874-7 Interior Systems, Inc., dba ISI Professional Services 1201

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) 02-Jun-2011 1300142129 N/A 6. ISSUED

More information

Request for Proposal Environmental Management Software

Request for Proposal Environmental Management Software Request for Proposal Date Issued: November 4, 2010 Due Date: December 1, 2010 @ 2:00:00 p.m. (local time), Contact Information: Jeff Yanew Planning & Engineering Telephone: (780) 418-6615 Fax: (780) 458-1974

More information