1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
|
|
|
- Oswald Watts
- 10 years ago
- Views:
Transcription
1 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 09-Jan-2014 RP000713RC00CG N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2404A NAVSUP FLC San Diego, Code Cummings Road San Diego CA [email protected] DCMA Manassas BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. American Systems Corporation Parkeast Circle Chantilly VA B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) FACILITY CODE 27-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) 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). [X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: (a) [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Jack Baker, Director of Contracts Brian W ODonnell, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/jack Baker 15-Jan-2014 BY /s/brian W ODonnell 15-Jan-2014 (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 GENERAL INFORMATION FLC-SD Code 220 Contract Negotiator: Brian O Donnell, Telephone: ; [email protected] Requisition Numbers: RP000713RC00CG, Amendment 01. Authority: (a) Administrative Modification Type: Bilateral Distribution: Jack Baker (American Systems); Gretchen Schreiber (American Systems); Diane Stegner (American Systems); Erin Ballowe (American Systems); Stephen Bonwich (American Systems); Hyuk Byun (American Systems); Grant Kluzak (COR). Modification : The purpose of this modification is to add clause Security Requirements (Aug 1996) to the Task Order in compliance with Deputy Assistant Secretary of the Navy-Acquisition and Procurement (DASN(AP)) memo Use of Federal Acquisition Regulations (FAR) Clause , Security Requirements, dated 24 October Section I: 1. Clause Security Requirements (Aug 1996) is added in full text. As a result of the above changes, the total funding for this task order remains the same at $7,854,801. As a result of the above changes, the total Task Order ceiling remains the same at $7,854,801. All other Task Order terms and conditions remain the same. The conformed Task Order is contained in EDA and the Seaport-E portal. A conformed copy of this Task Order is attached to this modification for informational purposes only.
3 1 of 31 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For Cost Type Items: 4000 Engineering $0.00 Readiness Assist Teams (ERAT) Support Services Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 Base Period Labor 1.0 LO $3,639, $197, $3,836, (O&MN,N) 4101 R425 Base Period 1.0 LO $210, $10, $221, Overtime (O&MN,N) 41 R425 Base Period Surge 1.0 LO $354, $19, $373, Labor (O&MN,N) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost Prime and $0.00 Subcontractor Travel and Materials with Applicable Burden Excluding Fee 6100 R425 Base Period ODCs 1.0 LO $3,107, (O&MN,N) 61 R425 Base Period Surge 1.0 LO $315, ODCs (O&MN,N) For Cost Type Items: 7000 Engineering $0.00 Readiness Assist Teams (ERAT) Support Services Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 Option Period LO $3,632, $196, $3,829, Labor (O&MN,N) Option
4 2 of R425 Option Period LO $210, $10, $220, Overtime (O&MN,N) Option 71 R425 Option Period LO $353, $19, $372, Surge Labor (O&MN,N) Option 7200 R425 Option Period LO $3,631, $196, $3,828, Labor (O&MN,N) Option 7201 R425 Option Period LO $210, $10, $220, Overtime (O&MN,N) Option 72 R425 Option Period LO $353, $19, $372, Surge Labor (O&MN,N) Option 7300 R425 DELETED (O&MN,N) 1.0 LO $0.00 $0.00 $0.00 Option 7301 R425 DELETED (O&MN,N) 1.0 LO $0.00 $0.00 $0.00 Option 73 R425 DELETED (O&MN,N) 1.0 LO $0.00 $0.00 $0.00 Option For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost Prime and $0.00 Subcontractor Travel and Materials with Applicable Burden Excluding Fee 9100 R425 Option Period LO $3,1, ODCs (O&MN,N) Option 91 R425 Option Period LO $315, Surge ODCs (O&MN,N) Option 9200 R425 Option Period LO $3,101, ODCs (O&MN,N) Option 92 R425 Option Period LO $315,458.00
5 3 of 31 Surge ODCs (O&MN,N) Option 9300 R425 DELETED (O&MN,N) 1.0 LO $0.00 Option 93 R425 DELETED (O&MN,N) 1.0 LO $0.00 Option LEVEL OF EFFORT (COST TYPE CONTRACT) (a) The level of effort for the performance of this contract during the period from the start of contract performance to 12 months thereafter is based upon 111,056 (including overtime and 10% surge) estimated manhours of direct labor. If all options are exercised by the government, the level of effort for the performance of this contract will be increased by an additional 222,112 (including overtime and surge, if exercised) option year 1 and 2 estimated manhours of direct labor, for a total level of effort of 333,168 (including overtime and surge) estimated manhours of direct labor (hereinafter referred to as the Estimated Total Hours ). (b) The estimated composition by labor category of the Estimated Total Hours is as follows: Table B-1: ERAT Support Proposed Annual Direct Labor Estimates Labor Category CLIN 4100 CLIN 7100 CLIN 7200 Total ERAT Program Director 2,080 2,080 2,080 6,240 Team Lead 12,480 12,480 12,480 37,440 Subject Matter Expert Trainer 79,040 79,040 79, ,120 Project Planner 2,080 2,080 2,080 6,240 Team Lead (Overtime) ,160 Subject Matter Expert Trainer 4,560 4,560 4,560 13,680 (Overtime) 10% Surge 10,096 10,096 10,096 30,288 Total 111, , , ,168 *The estimated level-of-effort hours in the table above will be used for comparison purposes during proposal evaluation, but do not necessarily reflect the number of hours that will be incurred during performance of the Task Order. (c) The Estimated Total Hours include subcontracting hours but exclude holidays, sick leave, vacation days and other absences. (d) The number of manhours expended per month shall be commensurate with the effort ordered and the required delivery date of such effort. The number of manhours expended per month may fluctuate in pursuit of the technical objective, provided that such fluctuation does not result in the utilization of the total manhours of effort prior to the expiration of the term thereof. The number of manhours for any labor category may be utilized by the contractor for any other labor category if necessary in performance of the contract. (e) The contractor shall not be obligated to continue performance beyond the Estimated Total Hours, except that the Contracting Officer may require the contractor to continue performance in excess of the Estimated Total Hours until the total estimated cost has been expended. The government will not be obligated to pay fee on any hours expended in excess of the Estimated Total Hours. Any hours expended in excess of the Estimated Total Hours shall be excluded from all fee computations and adjustments. The Contracting Officer may also require the contractor to continue performance in excess of the total estimated cost until the estimated Total
6 4 of 31 Hours have been expended. In no event, however, will the Contracting Officer, pursuant to this paragraph (e), require the contractor to continue performance in excess of the Estimated Total hours if the Contracting Officer is requiring or has required the contractor to continue performance in excess of the total estimated cost. Nor will the Contracting Officer, pursuant to this paragraph (e), require the contractor to continue performance in excess of the total estimated cost if the Contracting Officer is requiring or has required the contractor to continue performance in excess of the Estimated Total Hours. The Contracting Officer may extend the period of performance in order to expend either the total estimated cost or the Estimated Total Hours. If this contract is subject to the Service Contract Act, in no event will the Contracting Officer, pursuant to this paragraph (e), extend the period of performance such that the period of performance, as extended, will exceed three years. (f) If at any time during the performance of this contract the contractor expends in excess of 85% of the available estimated manhours of direct labor, the contractor shall immediately notify the Contracting Officer in writing. Nothing herein shall be construed to alter or waive any of the rights or obligations of either party pursuant to the clause entitled Limitation of Cost and/or Limitation of Funds". PAYMENT OF FIXED FEE CPFF CONTRACT (a) The fixed fee specified herein, subject to any adjustment required by other provisions of this contract and subject to the provision for withholding of 15 percent of the fee as set forth in the clause entitled "Fixed Fee", will be paid in installments to be paid at the time of each provisional payment on account of the allowable cost. The amount of each such payment of fee is to be in the same ratio to the total fixed fee as the related provisional payment on account of allowable cost is to the estimated cost of the contract/delivery order.the balance of the fixed fee shall be payment in accordance with other clauses of this contract.
7 5 of 31 SECTION C DESCRIPTIONS AND SPECIFICATIONS Enterprise-wide Contractor Manpower Reporting Application The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ERAT Support Services 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 runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at PERFORMANCE WORK STATEMENT SECTION C DESCRIPTIONS AND SPECIFICATIONS ENGINEERING READINESS ASSIST TEAM (ERAT) 1.0 INTRODUCTION The requirement is for Commander Naval Surface Forces, Pacific (CNSP) Engineering Readiness Assist Team (ERAT) support services. ERAT is mainly operated at customer sites in Continental United States (CONUS) at San Diego, CA; Everett, WA; Pearl Harbor. HI; and Outside Continental United States (OCONUS) locations at Sasebo, Japan; Yokosuka. Japan; and Manamah, Bahrain. The ERAT will be primarily stationed in San Diego, CA. The ERAT are scheduled to visit CNSP ships at most U.S. Navy fleet homeport locations. The ERAT concept started several years ago and prepares ships for deployment, combat operations and significant ship events. ERAT assists ships in developing sound engineering practices and good material condition, which leads to successful Inspection Surveys (INSURVs), Light Off Assessments (LOAs) and Equipment Operational Capabilities (EOCs). The teams provide sailor centric deck plate training assessments, reporting, analysis, recommendations, fixes and post-action reporting with crews as they prepare for major evolutions, certifications and inspections. The teams identify performance/operational weaknesses through an assessment and then provide training to correct those identified weaknesses and improve operational readiness for Dock Landing Ships (LSDs), Amphibious Transport Docks (LPD-17s), Mine Counter Measure Ships (MCMs), Guided Missile Destroyers (DDGs), Guided Missile Cruisers (CGs), Guided Missile Frigates (FFGs), General Purpose Assault Ships (LHAs), Multiple Purpose Assault Ships (LHDs), Amphibious Command Ships (LCCs) and Amphibious Transport Docks (LPD-4s) class crews. 2.0 SCOPE The Performance Work Statement (PWS) describes the technical, engineering, logistical and support services that are required to support the CNSP mission to maintain and provide operational war-fighting assets to the Fleet Commanders. ERAT events are training evolutions, partnering with the crews to improve technical knowledge, operational understanding, performance during assessments, and ultimately, enhanced readiness. Contractor shall provide deck plate observation support, ERAT Curriculum support, ERAT Training support, ERAT Metrics support, ERAT Engineering Analysis support, ERAT Scheduling support and ERAT Administrative support. Contractor will be required to perform extensive CONUS and OCONUS travel to conduct at sea operations, provide services for ships, and to conduct tailored training events on customer-specified ships. 2.1 Definition of Acronyms ACRONYM 3MC AN/SQQ 32 AQL ATG AWR DEFINITION Maintenance Material Management Coordinator Variable Depth Mine hunting Sonar Acceptance Quality Limits Afloat Training Group Automatic Work Request
8 6 of 31 BMD CASREP CDRL CG CNSL CNSP CO CONUS COR CSMP CSOSS CSSQT DD Form DDG EOSS ERAT esoms FFG GSE GSM INSURV ISIC LCC LHA LHD LOA LPD LSD MCM MFOM OCONUS PKI PMS PWS QASP RFP T/A TPOC TYCOM Ballistic Missile Defense Casualty Report Contract Data Requirements List Guided Missile Cruiser Commander Naval Surface Forces U.S. Atlantic Fleet Commander Naval Surface Forces U.S. Pacific Fleet Commanding Officer Continental United States Contracting Officer Representative Current Ship Maintenance Project Combat Systems Operational Sequencing System Combat Systems Ships Qualifications Testing Department of Defense Form Guided Missile Destroyer Engineering Operational Sequencing System Engineering Readiness Assist Team Electronic Shift Operations management System Guided Missile Frigate Gas Turbine System Technician (Electrical) Gas Turbine System Technician (Mechanical) Inspection Survey Immediate Superior In Command Amphibious Command Ship Assault Ship (General Purpose) Assault Ship (Multiple Purpose) Light Off Assessment Amphibious Transport Dock Dock Landing Ship Mine Counter Measures Ship Maintenance Figure of Merit Outside Continental United States Public Key Infrastructure Planned Maintenance System Performance Work Statement Quality Assurance Surveillance Plan Request For Proposal Type Assist Technical Point of Contact Type Commander 3.0 TASKINGS 3.1 ERAT ASSESSMENT SUPPORT (DAILY): On average, ERAT support assessment shall be conducted over a 5 day period. On average, 134 CONUS ERAT visits and 42 OCONUS ERAT visits are conducted per year. Note, contractor will require a SIPRnet account to access specific Navy instructions/regulations.
9 7 of Contractor shall collect data through observation and by meeting with ship s engineering watch standers, primary assistants, Engineering Officers, Combat Systems and Deck personnel. Based on this data, contractor shall review, discuss and document shortfalls, implementation problems, resources and insufficiencies related to assessments of shipboard material and operations of related equipment in the areas of engineering, deck and combat systems. During these assessments, the Contractor shall work with the ship s crew and observe, inspect and provide recommended techniques to the Ship's Commanding Officer for improved material condition. Based on these assessments, Contractor shall develop and provide written repair recommendations of all documented discrepancies to the Commanding Officer (CO) at the completion of each visit. Deliverable: ERAT material readiness assessments Contractor shall review ship s Current Ship Maintenance Project (CSMP) prior to arriving on board and provide a list of recommended material corrections to ship s Maintenance Material Management Coordinator (3MC) and CO. Deliverable: List of recommended material corrections based on review of CSMP Contractor shall identify and provide recommendations for resolution of ship s imminent material failure items. Deliverable: Identification and recommendations for imminent material failure items Contractor shall identify and provide an overall listing of each visited ship s material discrepancies. Deliverable: List of ship s overall material discrepancies Contractor shall identify and provide recommendations for repair parts needed. After approval, contractor shall generate maintenance ready Automatic Work Requests (AWRs) for material discrepancies noted and not corrected during the course of the visit. Contractor shall provide to the ship maintenance team for approval and inclusion in the ship s CSMP. Contractor shall also provide recommendations for repair prioritization. Deliverable: None, since it is generated via an AWR Contractor shall identify and recommend maintenance items requiring CASREP or Type Assist (T/A) 1 work assignment to the Commanding Officer, Port Engineer and Chief Engineer, First LT and Combat Systems Officer at conclusion of each visit. Deliverable: Items requiring CASREP or T/A 1 work assignment Contractor shall identify T/A 4 and Non T/A 4 jobs at conclusion of visit that were identified but not documented on Automatic Work Requests (AWR) to the CO and Port Engineer. Deliverable: T/A 4 and Non T/A 4 jobs not documented on AWRs During the visit, Contractor shall work with the ship s crew to train and provide immediate feedback on the crew s ability to conduct Light Off, hot and cold checks. The contractor will facilitate an observed Light Off and provide feedback and monitor the adherence to proper procedures for bringing a propulsion plant online and getting underway. Contractor shall provide written recommendations for corrective actions and improvements to these procedures to the CO at the completion of each session. Deliverable: Light Off, hot and cold check improvement recommendations to the CO During the visit, Contractor shall work with the ship s crew and observe, advise, and guide practice sessions on the crew s ability to inspect, rig and operate deck related equipment. The contractor will facilitate an observed Deck Evolution and provide feedback and monitor the adherence to proper procedures for preparing for deck operations inport and at-sea. Contractor shall provide written recommendations for corrective actions and improvements to these procedures to the CO at the completion of each session. Deliverable: Inspect, rig and operate deck related equipment improvement recommendations to the CO. 3.2 ERAT CURRICULUM SUPPORT (PER ERAT VISIT): Contractor shall develop and provide a Government-owned tailored curriculum for ship specific classroom training utilizing existing Basic Gas Turbine Systems Mechnical/Eletrical (GSM/GSE), Machinist Mate, Electrician, Enginemen, Hull Technician, Damage Controlmen, Boatswain Mate, Variable Depth Mine Hunting
10 8 of 31 Sonar (AN/SQQ 32) Technical Manual, Mine Neutralization Vehicle Technical Manual, and associated Tactical Memos and instructions. This tailored curriculum will include basic to advanced operations of Gas Turbine, Diesel, and Steam Propulsion and Electrical Plant, Material Assessment, Documentation, and Repair Procedures, AEGIS baseline capabilities (e.g. Ballistic Missile Defense (BMD)) and Ships Self Defense System, CSOSS, Advanced Combat Direction System and Close Control Approach Radar technician / operator functions. The tailored curriculum will cover basic engineering plant familiarization, deck and combat systems familiarization and progress through theory and systems. Deliverable: Subject matter curriculum The Contractor shall incorporate into the curriculum applicable lessons learned from Deck conferences, working groups, and other sources as provided by the government Contractor shall incorporate into the curriculum lessons learned from Combat Systems Ships Qualifications Testing (CSSQT), Hot Wash Ups, AEGIS and SSDS lessons learned conferences, Baseline Program reviews, and other sources as provided by the government Contractor shall incorporate into the cirriculum lessons learned from recent waterfront experiences for continuous process improvement. 3.3 ERAT TRAINING SUPPORT (DAILY): Contractor shall provide training to ship s force based on the curriculum developed under 3.2 and supplement with up to two weeks of deckplate training, inport or at sea Contractor shall provide training to ship s force on proper documentation of material discrepancies with the crew, focusing on an assessment of how it happened, an identification of the root cause and how it can be prevented in the future Contractor shall provide training to ship s 3MC and other personnel as necessary in shipboard Maintenance Material Management (3M) operations, shipbaord Tag-Out system and use of esoms (Electronic Shift Operations Management System) Contractor shall provide training to ship s 3MC and other personnel as necessary on significant ship life cycle events (Light Off Assessment, Inspection Survey (INSURV), major overhauls, etc.). Training shall include preparing the ship s force on how to assess material readiness, providing instruction on conducting repairs and reporting material readiness assessments in compliance with existing instructions. 3.4 ERAT METRICS SUPPORT (PER ERAT VISIT): Contractor shall develop an assessment of each visited crew s Level of Knowledge on ERAT associated topics, including pre and post training tests, to compare level of knowledge improvements. Contractor will analyse the results of the pre and post tests and provide assessments of the knowledge gained expressed in metrics. These metrics should capture the overall improvements made in each visited ship s Combat Systems/Weapons System, Deck, and Engineering Department s technical knowledge, material assessment, and evolution expertise. Metrics should also identify any potential issues or recommendations for improvement Contractor shall develop follow-up, post-training tests to ascertain knowledge retention for six and twelve months after completion of training Contractor shall evaluate metrics and identify recommendations for continuous training improvement opportunities, and future areas for additional, focused training. Sources may include Casulaty Reports (CASREPs), Maintenance Figure of Merit (MFOM), Planned Maintenance Systm (PMS) records and/or Afloat Training Group (ATG) assessment results Contractor shall document changes in equipment casualties, stemming from maintenance and/or operational lapses by the crew, and develop metrics from ship visit to ship visit. Deliverable: Pre and Post Test results along with Metrics Analysis.
11 9 of ERAT ENGINEERING ANALYSIS SUPPORT (DAILY): Contractor shall analyze Engineering Operational Sequencing System (EOSS) validation through crew observation and crew training. Contractor shall identify and report any shortfalls in EOSS procedures as well as document any material deficiencies that require correction by the customer Contractor shall analyze Combat Systems Operational Sequencing System (CSOSS) validation through crew observation and crew training. Contractor shall identify and report any shortfalls in EOSS procedures as well as document any material deficiencies that require correction by the customer Contractor shall analyze deck event (RAS, FAS, Anchoring, Boat launch and recovery, Well Deck operations, Rigging, etc) validation through crew training. Contractor shall identify and report any shortfalls in deck event procedures as well as document any material deficiencies that require correction by the customer. 3.6 SCHEDULING SUPPORT (DAILY): Contractor shall develop optimum scheduling time frames to ensure sufficient scheduling time for ERAT support. Contractor shall submit a final schedule of ERAT assignments to the N44 Waterfront Engagement Officer. Contractor shall obtain approval of the schedule from the COR and the CNSP N44/Immediate Supervisor in Command (ISIC). Once approvals are obtained, the contractor shall implement and update the schedule. Contractor will serve as a single POC between ships and ERAT as a help desk representative facilitating the proper personnel to meet the ship s requirements. Deliverable: Contractor shall provide ships commanding officer and Type Commander (TYCOM) with End of Ride reports to include team comments, type dicrepencies, and recommendations. 3.7 ADMINISTRATIVE SUPPORT (DAILY) except as noted: Contractor shall provide annual ERAT conference planning management for a joint conference with the CNSL ERAT and ATG. Contractor shall prepare required documentation necessary for conference approvals. (Conferences are scheduled twice annually) Contractor shall provide internal program management support in each of the fleet concentration areas, including preparation of travel documentation in compliance with JFTR, preparation of country clearance messages, coordination of COR travel authorization, dissemination of messages, development of all ERAT briefs, and tracking of all ERAT schedules The Contractor shall be tasked with attending prescribed ERAT events and seminars and answering questions real-time on issues related to ERAT as well as providing lessons learned that can be incorporated into curriculum, training and guidance. Deliverable: Documentation for conference approvals. 4.0 SECURITY REQUIREMENTS 4.1 The contractor shall ensure that all of its personnel that work on this contract are US. Citizens 4.2 All personnel assigned to ERAT shall have and maintain a SECRET clearance or higher. 4.3 The contractor shall have the ability to receive, log, track and store classified documents, up to CONFIDENTIAL, in accordance with applicable regulations. 4.4 The contractor shall have office(s) and storage facilities approved for classified material, the ability to work with CONFIDENTIAL material at its office(s), and provide computer resources cleared to the CONFIDENTIAL Level for document generation. 4.5 The contractor shall have the ability to communicate via signed and encrypted with the government using Public Key Infrastructure (PKI) and other software as directed.
12 10 of The contractor shall establish procedures for the safe and orderly backup of computers and network data pertaining to the programs supported and maintain both on-site and off-site backups using standard commercial data backup procedures. 5.0 PERFORMANCE STANDARDS 5.1 The required performance standards and/or quality levels are included in the Quality Assurance Surveillance Plan(QASP). The three critical areas items that will be used to measure performance success are schedule performance, on-time CDRL completion and quality. The Performance Requirements Summary Tables provided in the QASP identify each of the three areas in more detail and includes the specific method of surveillance, inspection cycle, performance requirements, performance standard/aql, sampling procedure and inspection procedure. 6.0 CONTRACT DATA REQUIREMENTS LIST (CDRL) 6.1 The data to be furnished hereunder shall be prepared in accordance with the Contract Data Requirements List, DD Form 1423, located in the RFP, Section J, Attachment # UNIT PRICES ON ALL CONTRACTS/ORDERS Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. REIMBURSEMENT OF TRAVEL COSTS (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.
13 11 of 31 (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. (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.
14 12 of 31 SECTION D PACKAGING AND MARKING 1.0 GENERAL There are no packaging or marking requirements for the services to be provided in response to the Task Order unless otherwise indicated by the Contracting Officer Representative(COR). All requirements for packaging and marking of documents associated with these services shall be packaged, packed and marked in accordance with Section D of the MAC contract. 2.0 DATA PACKAGE LANGUAGE 2.1 All unclassified data shall be prepared for shipment in accordance with best commercial practices. 2.2 Classified reports, data, and documentation shall be prepared for shipment in accordance with National Industrial Security Programming Operating Manual (NISPOM), DoD M dated January MARKING OF REPORTS 3.1 All reports delivered by the Contractor to the Government under this Task Order shall prominently show on the cover of the report the following information: Name and business address of the Contractor Contract Number Task Order Number Sponsoring Activity All Deliverables shall be packaged and marked IAW Best Commercial Practice
15 13 of 31 SECTION E INSPECTION AND ACCEPTANCE Inspection and acceptance shall be performed in accordance with the basic MAC contract. In accordance with Section E of the MAC contract, all cost reimbursement MAC terms are incorporated at the Task Order level for any ordered items. These include the following clauses from Section E of the MAC contract: Inspection of Services-Cost Reimbursement (Apr 1984) F.O.B. Destination (Nov 1991) Material and Inspection Receiving Report (Mar 2008)
16 14 of 31 SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows: /27/2013-9/26/ /27/2013-9/26/ /27/2013-9/26/ /27/2013-9/26/ /27/2013-9/26/2014 PERIOD OF PERFORMANCE Services to be furnished hereunder shall be performed and completed as follows: SLIN Funding Base or Option # PoP 4100/6100 O&MN Base 9/27/2013-9/26/ /9100 O&MN Option 1 9/27/2014-9/26/ /9200 O&MN Option 2 9/27/2015-9/26/ /9300 O&MN DELETED DELETED 4101 O&MN Base Overtime 9/27/2013-9/26/ O&MN Option 1 Overtime 9/27/2014-9/26/ O&MN Option 2 Overtime 9/27/2015-9/26/ O&MN DELETED DELETED 41/61 O&MN Base Surge 9/27/2013-9/26/ /91 O&MN Option 1 Surge 9/27/2014-9/26/ /92 O&MN Option 2 Surge 9/27/2015-9/26/ /93 O&MN DELETED DELETED *Option 1 and 2 Period of Performance is dependent upon exercising the options in accordance with listed in Section I of the solicitation. DELIVERY OF DATA (OCT 1992) Place and time of delivery of data shall be as specified on the CDRL (Contract Data Requirements List) which is an exhibit to this contract, unless delivery is deferred at the Government s option by written order of the Contracting Officer.
17 15 of 31 SECTION G CONTRACT ADMINISTRATION DATA INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling Once activated, the vendor shall self-register at the web site Vendor training is available on the Internet at Additional support can be obtained by calling the NAVY WAWF Assistance Line: WAWF (9293). (2) WAWF Vendor Quick Reference Guides are located at the following web site: (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC s, must be entered for completion of the invoice in WAWF: Routing Table Contracting Officer Notes WAWF Invoice Type Cost Voucher -- Select 2-in-1 for FFP Services Only. -- Select Combo for Supplies, or Supplies AND FFP Services. -- Select Cost Voucher for all Cost Type Contracts. If none of the above applies, please call WAWF (9293). Contract Number -(Enter Contract Number) Delivery Order Number -(Enter DO Number) Issuing Office DODAAC N044 - (Enter DODAAC of the activity issuing the contact.) Admin Office DODAAC S2404A -(Enter Contract Admin Office DODAAC) RP0007 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) -(Enter Inspector DODAAC (plus extension if applicable.)) Ship To DoDAAC (for Combo), RP (Enter DODAAC (plus extension, if applicable.)) Service Acceptor DODAAC (for 2 in 1), Service Approver DODAAC (Cost Voucher) Acceptance At Other -(Enter Other Acceptance Address if different from above (plus extension if applicable)) Local Processing Office (Certifier) - Enter LPO DODAAC (Local Admin) (plus extension, if applicable)) or leave blank. DCAA Office DODAAC (Used HAA47F -(Enter DCAA Office DODAAC when Applicable) on Cost Voucher s only) - Check on DCAA website:
18 16 of 31 Paying Office DODAAC HQ Enter Paying Office DODAAC located on Contract.) Acceptor/COR Address [email protected] -(Enter the Acceptor address for this Contract if applicable) (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by . If the invoice and/or receiving report are delivered in the as an attachment it must be provided as a.pdf, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following addresses for the WAWF automated invoice notification to the following points of contact: Name Phone Role Grant Kluzak [email protected] Reviewer CONTRACT ADMINISTRATION FUNCTIONS In addition to the Contract Administration functions authorized by FAR 42.3, the Administrative Contracting Officer ACO) at [ ] is authorized to perform the following administrative functions as checked below: [ ] Negotiate or negotiate and execute supplemental agreements incorporating contractor proposals resulting from change orders issued under the Changes clause. Before completing negotiations, coordinate any delivery schedule change with the Principal Contracting Officer (PCO). [ ] Negotiate prices and execute priced exhibits for unpriced orders issued by the PCO under basic ordering agreements. [ ] Negotiate or negotiate and execute supplemental agreements changing contract delivery schedules. [ ] Negotiate or negotiate and execute supplemental agreements providing for the deobligation of unexpended dollar balances considered excess to known contract requirements. [ ] Issue amended shipping instructions and, when necessary, negotiate and execute supplemental agreements incorporating contractor proposals resulting from these instructions. [ ] Negotiate changes to interim billing prices. [ ] Negotiate and definitize adjustments to contract prices resulting from exercise of the Economic Price Adjustment Clause. [ ] Execute supplemental agreements on firm-fixed price supply contracts to reduce required contract line item quantities and deobligate excess funds when notified by the contractor of an inconsequential delivery shortage, and it is determined that such action is in the best interests of the Government, notwithstanding the default provisions of the contract. Such action will be taken only upon the written request of the contractor and, in no event shall the total downward contract price adjustment resulting from an inconsequential delivery shortage exceed $ or 5 percent of the contract price, whichever is less. [ ] Execute supplemental agreements to permit a change in place of inspection at origin specified in firm fixed-price
19 17 of 31 supply contracts awarded to nonmanufacturers, as deemed necessary to protect the Government's interests. [ ] Prepare evaluations of contractor performance in accordance with subpart Any additional contract administration functions not listed in 42.3(a) and (b), or not otherwise delegated, remain the responsibility of the contracting office. CONTRACTUAL AUTHORITY AND COMMUNICATIONS (a) Functions: The Contracting Officer for this contract is identified on the basic contract. Only the Contracting Officer can change the basic contract, and the Contracting Officer maintains primacy over the contract and all its task orders. The Contracting Officer of this Task Order is a warranted Contracting Officer of the Fleet Logistics Center, San Diego, CA. Unless otherwise noted, all references to "Contracting Officer" in the text of this task order and the basic contract refer to the Task Order Contracting Officer. The Government reserves the right to administratively transfer authority over this task order from the individual named below to another Contracting Officer at any time. (b) Authority: The Contracting Officer is the only person authorized to approve changes in any of the requirements of this task order and, notwithstanding provisions contained elsewhere in this task order, the said authority remains solely the Contracting Officer's. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer. No order, statement, or conduct of any Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this task order shall constitute a change under the Changes clause of this task order and no adjustment will be made in the task order price to cover any increase in charges incurred as a result thereof. (c) The Task Order Contracting Officer is: Name: James Browley Phone: [email protected] (d) The Task Order Negotiator is: Name: Brian O'Donnell Phone: [email protected] (e) Ombudsman for NAVSUP is: Name: Captain Chris Parker Phone: [email protected] CONTRACTOR'S SENIOR TECHNICAL REPRESENTATIVE (JUN 2011) The contractor's senior technical representative, point of contact for performance under this task order is: Name: Robert Cole Title: Director, ERAT Mailing Address: Bldg CEP-86, Naval Station Norfolk, Chesapeake VA Telephone: FAX: [email protected] LINE ITEM SPECIFIC: SEQUENTIAL ACRN ORDERR (SEP 2009) The payment office shall make payment in sequential ACRN order within the line item, exhausting all funds in the previous ACRN before paying from the next ACRN using the following sequential order: Alpha/Alpha;Alpha /numeric; numeric/alpha; and numeric/numeric.
20 18 of 31 Accounting Data SLINID PR Number Amount RP000713RC0CG LLA : AA BD S D C0CG P00073NU000Q Standard Number: RP000713RC0CG 4101 RP000713RC0CG LLA : AA BD S D C0CG P00073NU000Q Standard Number: RP000713RC0CG 41 RP000713RC0CG LLA : AA BD S D C0CG P00073NU000Q Standard Number: RP000713RC0CG 6100 RP000713RC0CG LLA : AA BD S D C0CG P00073NU000Q Standard Number: RP000713RC0CG 61 RP000713RC0CG LLA : AA BD S D C0CG P00073NU000Q Standard Number: RP000713RC0CG BASE Funding Cumulative Funding MOD 01 Funding 0.00 Cumulative Funding MOD Funding 0.00 Cumulative Funding
21 19 of 31 SECTION H SPECIAL CONTRACT REQUIREMENTS ORGANIZATIONAL CONFLICT OF INTEREST The Organizational Conflict of Interest clause in the contractor's basic Seaport-E MAC contract is incorporated by reference. Award will only be made to an offeror that has no organizational conflict of interest as defined in FAR 9.5 or that the Government determines has provided a satisfactory mitigation plan. Offerors are advised that technical proposals may be evaluated without consideration of any proposed subcontractor which is deemed to have an organizational conflict of interest. ORGANIZATIONAL CONFLICT OF INTEREST A. INTRODUCTION In accordance with Federal Acquisition Regulations (FAR Part 9.5), both the contractor and the Contracting Officer have an affirmative duty to identify and mitigate actual and potential organizational conflicts of interest. The contract requires the contractor, herein defined, to provide Engineering Readiness Assist Team (ERAT) support services to CNSP, an activity end-user. The purpose of this Organizational Conflict of Interest clause ( OCI Clause or clause ) is to ensure that the opinions and recommendations provided in this contract are inherently reliable and non-biased; and it will also ensure that information received or developed during performance of this contract will not be improperly exploited to affect competition or released in contravention of the Trades Secret Act or the Privacy-Act. B. DEFINITIONS (1) "Contractor" means the firm awarded this contract or task order and shall include any affiliate, employee, agent, subcontractor (at any tier), officer, subsidiary or parent contractor. (2) "Offeror" means any firm engaged in, or having a known or prospective interest in, participating as an offeror in response to any solicitation related to or resulting from the procurement. (3) "Interest" means organizational or financial interest; (4) "Term of this task order" means the period of performance of any task order issued with this restriction, including any extensions thereto; and (5) Contracting Officer is the warranted Government official signing this contract or task order; he or she will be identified by name and will be signing the contract or task-order provision incorporating this Organizational Conflict of Interest clause. B. WARRANTY AGAINST EXISTING CONFLICTS OF INTEREST By submitting a proposal in response to this contract, the Contractor warrants that neither it, nor its affiliates, is an interested offeror in any solicitation requiring it to provide products/services to be evaluated under this contract.by submitting a proposal in response to this contract, the Contractor warrants that neither it, nor its affiliates, is an interested offeror in any solicitation where access to listed program business sensitive information, budgetary information, or technical documentation may give it an unfair [e.g. the independent cost estimate] advantage in developing a competitive proposal for that solicitation, or the contractor may be unable or potentially unable to render impartial assistance or advice to the Government, or the Contractor is otherwise not considered objective or impartial. [In no event may the contractor refuse to provide services/support in accordance with contract terms because of a potential or actual organizational conflict of interest that could affect future competitive acquisitions.] C. PROSPECTIVE RESTRICTIONS ON CONTRACTING: The Contractor, as broadly defined above, agrees that until such time as the current contract is completed, neither it nor its affiliates shall: a) propose in response to any requirements arising out of this contract; b) create for themselves an interest in any contract related to or resulting from the current consulting contract; or, c) consult or discuss with any potential offeror any aspects of work under the contract. The Contractor, as broadly defined herein, is prohibited from providing to Navy any repairs or industrial repair services, advanced planning for repair services, or repair or alternation engineering services for any ship system, component, end item or part thereof for any Navy ship as a result of recommended repairs or changes that directly result from an ERAT event/visit, for the life of the contract.
22 20 of 31 This is a prospective provision and the contractor shall be responsible for identifying any potential conflicts that shall arise during the course and scope of the ERAT task order. However, the contractor shall not be allowed to refuse scope or work services based on a potential or actual conflict of interest. These restrictions, as others set forth herein, shall be for the period of performance of the ERAT task order, inclusive of options. Nothing in these restrictions shall operate to preclude the Contractor, as broadly defined herein, from participating in a follow-on contract or task order to this procurement. As indicated in the definition of Contractors, these terms and conditions shall be binding at all tiers to include subcontractors, who shall agree in writing to these terms and conditions in their respective subcontracts. D. RESTRICTIONS ON DISCLOSURE The Contractor agrees and understands that it may have access to business sensitive information, to include, but not limited to budget estimates, allocations/appropriations data, project or program cost estimates, and contract cost estimates. Contractor and its affiliates shall not, under any circumstances, disclose or exploit in any way data used or accessed during the course and scope of this contract. Further, Contractor shall abide by the restrictions imposed by the Privacy-Act clause, incorporated herein by reference: FAR , Privacy Act Notification. Far , Privacy Act. In accordance with FAR , Contractor may access third-party procurement sensitive or trade-secret information after execution of an agreement with the third-party agreeing to protect the information from unauthorized use or disclosure. Contractor shall immediately notify the Contracting Officer if it has been tasked to access such data; and, it shall promptly execute an agreement with any third-party providing that data, prior to reviewing, manipulating or otherwise, accessing such data. If no agreement is reached (copy to be furnished to the contracting officer), the Contractor shall cease and desist any further actions resulting in accessing third party tradesecret information and contact the Contracting Officer for further guidance. If Contractor will access third-party procurement sensitive or trade-secret information, it shall require its affiliates as defined herein to execute a document defining any financial holdings. If an affiliate has in fact a financial conflict of interest (i.e. holds an interest in any such third party and/or a competitor to that third party), the contractor shall replace that affiliate or employee in accordance with contract terms and conditions, as set forth herein. Contractor shall report such action to the Contracting Officer. Under no circumstances shall any such data be commercially exploited and/or otherwise released to any party without the express approval of the Contracting Officer. E. GOVERNMENT REMEDY The Contractor agrees that any breach or violation of the warranties, restrictions, disclosures or non-disclosures set forth in this conflict of interest clause shall constitute a material and substantial breach of terms, conditions, and provisions of this task order and that the Government may, in addition to any other remedy available, terminate the contract for default. Further, the Contractor understands that this clause may serve as support to the contracting officer/office for finding the contractor ineligible for award. See FAR Part 9, Responsibility determination(s). NOTIFICATION OF USE OF FORMER/RETIRED MILITARY AND/OR SENIOR EXECUTIVE SERVICE PERSONNEL If the contractor intends to use the services of a former or retired Flag or General Officer, or former or retired member of the Senior Executive Service in the performance of this contract and/or any task order issued under this contract, the contractor shall notify the contracting officer of the name of such individual including a description of the services such individual will be performing, the military branch from which individual retired or separated, and their rank or SES position at time of separation. Such notification shall be provided in writing prior to performance of services under the contract and/or task order by such individual. LIMITATION OF LIABILITY - INCREMENTAL FUNDING This contract is incrementally funded and the amount currently available for payment hereunder is limited to $7,854,801 inclusive of fee. It is estimated that these funds will cover the cost of performance through 26 September Subject to the provisions of the clause entitled Limitation of Funds (FAR ) of the General Provisions of this contract, no legal liability on the part of the Government for payment in excess of $7,854,801 shall arise unless additional funds are made available and are incorporated as a modification to this contract. SUBSTITUTION OR ADDITION OF PERSONNEL
23 21 of 31 (a) The offeror agrees to assign to the contract those persons whose resumes, personnel data forms or personnel qualification statements were submitted as required in Section L to fill the requirements of the contract. No substitution or addition of personnel shall be made except in accordance with this clause. (b) The offeror agrees that: *during the contract performance period, no personnel substitutions will be permitted unless such substitutions are necessitated by an individual s sudden illness, death or termination of employment. In any of these events, the contractor shall promptly notify the contracting officer and provide the information required by paragraph (d) below. (c) If personnel for whatever reason become unavailable for work under the contract for a continuous period exceeding thirty (30) working days, or are expected to devote substantially less effort to the work than indicated in the proposal, the contractor shall propose a substitution of such personnel, in accordance with paragraph (d) below. (d) All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least fifteen (15) days (thirty (30) days if a security clearance must be obtained) prior to the proposed substitution. Each request shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, a complete resume for the proposed substitute and any other information required by the Contracting Officer to approve or disapprove the proposed substitution. All proposed substitutes (no matter when they are proposed during the performance period) shall have qualifications equal to or higher than the qualifications of the person being replaced. (e) In the event a requirement to increase the specified level of effort for a designated labor category, but not the overall level of effort of the contract occurs, the offeror shall submit to the Contracting Officer a written request for approval to add personnel to the designated labor category. The information required is the same as that required for paragraph (d) above. The additional personnel shall have qualifications greater than or equal at least one (1) of the individuals proposed for the designated labor category. (f) The Contracting Officer shall evaluate requests for substitution and addition of personnel and promptly notify the offeror, in writing, of whether the request is approved or disapproved. (g) If the Contracting Officer determines that suitable and timely replacement of personnel who have been reassigned, terminated or have otherwise become unavailable to perform under the contract is not reasonably forthcoming or that the resultant reduction of productive effort would impair the successful completion of the contract or the delivery order, the contract may be terminated by the Contracting Officer for default or for the convenience of the Government, as appropriate. Alternatively, at the Contracting Officer s discretion, if the Contracting Officer finds the contractor to be at fault for the condition, he may equitably adjust (downward) the contract price or fixed fee to compensate the Government for any delay, loss or damage as a result of the contractor s action. TECHNICAL DIRECTION (a) When necessary, technical direction or clarification concerning the details of specific tasks set forth in the contract shall be given through issuance of Technical Direction Letters (TDLs) by the Contracting Officer s Representative (COR). (b) Each TDL shall be in writing and shall include, as a minimum, the following information: (1) Date of TDL; (2) Contract and TDL number; (3) Reference to the relevant section or item in the statement of work; (4) Signature of COR; (5) A copy shall be sent to the Contracting Officer for review. (c) Each TDL issued hereunder are subject to the terms and conditions of this contract; and in no event shall technical directions constitute an assignment of new work or changes of such nature as to justify any adjustment to the fixed fee, estimated costs, or delivery terms under the contract. In the event of a conflict between a TDL
24 22 of 31 and this contract, the contract shall control. (d) When, in the opinion of the contractor, a technical direction calls for effort outside the contract statement of work, the Contractor shall notify the COR and the Contracting Officer thereof in writing within two (2) working days of having received the technical direction in question. The Contractor shall undertake no performance to comply with the technical direction until the matter has been resolved by the Contracting Officer through formal contract modification or other appropriate action. (e) Oral technical directions may be given by the COR only in emergency circumstances, and provided that any oral technical direction is reduced to writing by the COR within two (2) working days of its issuance. (f) Amendment to a TDL shall be in writing and shall include the information set forth in paragraph (b) above. A TDL may be amended orally only by the COR in emergencies; oral amendments shall be confirmed in writing within two (2) working days from the time of the oral communication amending the TDL by a TDL modification. (g) Any effort undertaken by the Contractor pursuant to oral or written technical directions issued other than in accordance with the provisions herein shall be at the Contractor s risk of not recovering related costs incurred and corresponding proportionate amount of fixed fee, if any. LIABILITY INSURANCE (COST TYPE CONTRACTS) The following types of insurance are required in accordance with the clause entitled INSURANCE-LIABILITY TO THIRD PERSONS (FAR ) and shall be maintained in the minimum amounts shown: (1) Comprehensive General Liability: $200,000 per person and $500,000 per accident for bodily injury. No property damage general liability insurance is required. (2) Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000 per accident for property damage. Comprehensive form of policy is required. (3) Standard Workmen s Compensation and Employer s Liability Insurance (or, where maritime employment is involved, Longshoremen s and Harbor Worker's Compensation Insurance) in the minimum amount of $100,000. COST LIMITATION CEILINGS ON INDIRECT RATES If an offeror proposes cost limitation ceilings on indirect rates the offeror is advised that the Government may evaluate the offeror s cost proposal accordingly. The decision to propose cost limitation ceilings is the offeror s decision. In the event the offeror proposes indirect rate limitations, these same ceiling rate limitations may be incorporated into any resultant contract without discussion. Under any cost reimbursement contract, the indirect rates billed shall be limited to the ceiling rate(s) identified in the contract. Any costs incurred above ceiling rates are not allowable. APPOINTMENT OF CONTRACTING OFFICER S REPRESENTATIVE (a) The Contracting Officer hereby designates the following individual as Contracting Officer s Representative(s) (COR) for this contract: Name: Grant Kluzak Code: N44A Mailing Address: 3985 Cummings Road, Building 116, Floor 3, Room 301, San Diego CA Telephone: [email protected] (b) In the absence of the COR named above, all responsibilities and functions assigned to the COR shall be the responsibility of the alternate COR acting on behalf of the COR. The Contracting Officer hereby appoints the following individual as the alternate COR: Name:
25 23 of 31 Code: Mailing Address: Telephone: (c) 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). (d) 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, 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. TRUSTWORTHINESS SECURITY - NAVY CONTRACT/TASK ORDERS Purpose: Reference is hereby made to Navy awarded contracts requiring contractor access to Navy information systems, sensitive unclassified information or areas critical to the operations of the command. Although these contracts are not classified and therefore contractor employees are not required to have obtained a National Agency Check (NAC) trustworthiness determination, the Department of the Navy (DON) has determined that all DON information systems are sensitive regardless of whether the information is classified or unclassified. Contractors whose work involves access to sensitive unclassified information warrants a judgement of an employee's trustworthiness. Therefore, all personnel accessing DON computer systems must undergo a National Agency Check to verify their trustworthiness. Also, Commands will include Facility Access Determination (FAD) program requirements in the contract specifications when trustworthiness determinations will be required on the contractor employees. The following addresses those requirements for Trustworthiness Security: --Each contractor employee will have a favorably completed National Agency Check (NAC). --If contractor personnel currently have a favorably adjudicated NAC the contractor will notify the Security Manager of the command they will visit utilizing OPNAV 5521/27 Visit Request form. The visit request will be renewed annually or for the duration of the contract if less than one year. --If no previous investigation exists the contractor personnel will complete the requirement for a Trustworthiness NAC. --In accordance with NAVSUPINST A, if the contractor employee is a Foreign National prior approval of the Network Security Officer (NSO) is required. Access may be granted to Foreign Nationals who have a need to know and at least one of the following applies: (a) Foreign National is employed by DOD, or (b) Foreign National possesses a current Functional Accreditation approved by the Navy International Program Office (NAVIPO), or (c) Foreign National possesses a current Visit Request Form (OPNAV 5521/27 (1-73) as defined in OPNAVINST H), which is on file with the requesting activity. The Trustworthiness NAC is processed through the command Security Manager. The NAC will be processed through the use of the Electronic Personnel Security Questionnaire (EPSQ) SF 85P. The EPSQ software can be downloaded at the Defense Security Service (DSS) website The contractor should provide the completed EPSQ electronically (electronic mail/diskette) to the Command Security Manager along with the original signed release statements and two applicant fingerprint cards (FD 258). The responsibility for providing the fingerprint cards rests with the contractor. The Security Manager will review the form for completeness, accuracy and suitability issues. The completed SF 85P along with attachments will be forwarded to
26 24 of 31 (DSS) who will conduct the NAC. The Department of the Navy Central Adjudication Facility will provide the completed investigation to the requesting command security manager for the trustworthiness determination. The command will provide written notification to the contractor advising whether or not the contractor employee will be admitted to command areas or be provided access to unclassified but sensitive business information. Trustworthiness determinations are the sole prerogative of the commanding officer of the sponsor activity. If the commanding officer determines, upon review of the investigation, that allowing a person to perform certain uties or access to certain areas, would pose an unacceptable risk, that decision is final. No due process procedures are required. The contractor employee shall take all lawful steps available to ensure that information provided or generated pursuant to this arrangement is protected from further disclosure unless the agency provides written consent to such disclosure. SUP 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 contractoremployees 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 requirement to control access to sensitive information applies to all US government IT systems and/or areas where unclassified but sensitive information may be discussed, displayed or maintained. DON policy prescribes that all unclassified data that has not been approved for public release and is stored on mobile computing devises must be treated as sensitive data and encrypted using commercially available encryption technology. Whenever granted access to sensitive information, contractor employees shall follow applicable DoD/DoN instructions, regulations, policies and procedures when reviewing, processing, producing, protecting, destroying and/or storing that information. Operational Security (OPSEC) procedures and practices must be implemented by both the contractor and contract employee to protect the product, information, services, operations and missions related to the contract. 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 matter. The Contractor s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer. Non-Sensitive Positions Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc...) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements: Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the US (as required by The Deputy Secretary of Defense DTM or its subsequent DoD instruction) and Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a Federal Bureau of Investigation (FBI) fingerprint check prior to installation access.
27 25 of 31 To be considered for a favorable trustworthiness determination, the Contractor s Security Representative must submit for all employees each of the following: SF-85 Questionnaire for Non-Sensitive Positions Two FD-258 Applicant Fingerprint Cards Original Signed Release Statements The contractor shall ensure each individual employee has a current favorably completed NACI. The Contractor s Security Representative shall be responsible for initiating reinvestigations as required. 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. Sensitive Positions Contractor employee whose duties require accessing a DoD unclassified computer/network, working with sensitive unclassified information (either at a Government or contractor facility), or physical access to a DoD facility must be a US citizen and possess a favorable trustworthiness determination prior to installation access.to obtain a favorable trustworthiness determination, 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 applying for a trustworthiness determination is required to complete: SF-85P Questionnaire for Public Trust Positions 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, and/or have access to sensitive unclassified 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 s 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
28 26 of 31 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 position of trust determination. When a favorable determination is not made, contractor employees shall not be permitted to 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 trustworthiness 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 for working in non-sensitive positions, with sensitive information, and/or on Government IT systems. 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.
29 27 of 31 SECTION I CONTRACT CLAUSES To preclude unrealistic rates being proposed, American Systems agrees to adhere to cost limitation ceilings on indirect rates to that originally proposed in its Final Proposal Revision dated 9/11/2013. These same ceiling rate limitations are incorporated into the Task Order. Under any cost reimbursement contract, the indirect rates billed shall be limited to the ceiling rate(s) identified during Final Proposal Revisions. Any costs incurred above ceiling rates are not allowable. Note: The following clauses are incorporated by reference in this Task Order; however, all applicable clauses incorporated by reference in the basic MAC contract also apply. CLAUSES INCORPORATED BY REFERENCE PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACTS AWARDS (JUL 2010) LIMITATIONS ON PASS-THROUGH CHARGES (OCT 2009) NONDISPLACEMENT OF QUALIFIED WORKERS UNDER SERVICE CONTRACTS (JAN 2013) NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) EMPLOYMENT ELIGIBILITY VERIFICATION (JAN 2009) PRIVACY ACT NOTIFICATION (APR 1984) PRIVACY ACT (APR 1984) INSURANCE LIABILITY TO THIRD PERSONS (MAR 1996) PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT AND VEGETATION (APR 1984) SUBCONTRACTS (OCT 2010) USE AND CHARGES (AUG 2010) LIMITATION OF LIABILITY-SERVICES (FEB 1997) COMMERCIAL BILL OF LADING NOTATIONS (FEB 2006) para (a) fill-in: Fleet Logistics Center San Diego para (b) fill-in: Fleet Logistics Center San Diego para (b) fill-in: Task Order Number TBD para (b) fill-in: ACO (DCMA Office) designated on page 1 of the Task Order RESTRICTIONS ON THE USE OF MANDATORY ARBITRATION AGREEMENTS (DEC 2010) RIGHTS IN TECHNICAL DATA--NONCOMMERCIAL ITEMS (NOV 1995) RIGHTS IN BID OR PROPOSAL INFORMATION (JUN 1995) TECHNICAL DATA-WITHHOLDING OF PAYMENT (MAR 2000)
30 28 of VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (SEP 1999) SUPPLEMENTAL COST PRINCIPLES (DEC 1991) INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION (JAN 2008) MATERIAL MANAGEMENT AND ACCOUNTING SYSTEM (JUL 2009) CLAUSES INCORPORATED BY FULL TEXT: SECURITY REQUIREMENTS (AUG 1996) (a) This clause applies to the extent that this contract involves access to information classified Confidential, Secret, or Top Secret. (b) The Contractor shall comply with (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD M); and (2) Any revisions to that manual, notice of which has been furnished to the Contractor. (c) If, subsequent to the date of this contract, the security classification or security requirements under this contract are changed by the Government and if the changes cause an increase or decrease in security costs or otherwise affect any other term or condition of this contract, the contract shall be subject to an equitable adjustment as if the changes were directed under the Changes clause of this contract. (d) The Contractor agrees to insert terms that conform substantially to the language of this clause, including this paragraph (d) but excluding any reference to the Changes clause of this contract, in all subcontracts under this contract that involve access to classified information 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 within 30 days prior to completion of the base period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three years PAYMENT FOR OVERTIME PREMIUMS (JULY 1990) (a) The use of overtime is authorized under this contract if the overtime premium does not exceed ***15,840 hours (5,280 hours/annum)*** or the overtime premium is paid for work (1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment, or occasional production bottlenecks of a sporadic nature; (2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation, maintenance, standby plant protection, operation of utilities, or accounting; (3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completed otherwise; or (4) That will result in lower overall costs to the Government. (b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for contract completion and shall
31 29 of 31 (1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together with present workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime; (2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule; (3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with identification of each affected contract; and (4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel. * Insert either zero or the dollar amount agreed to during negotiations. The inserted figure does not apply to the exceptions in paragraph (a)(1) through (a)(4) of the clause AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the avilability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available by the Contracting Officer for this contract and until the contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer CONTINUITY OF SERVICES (JAN 1991) (a) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue them. The Contractor agrees to (1) Furnish phase-in training; and (2) Exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. (b) The Contractor shall, upon the Contracting Officer s written notice, (1) furnish phase-in, phase-out services for up to 90 days after this contract expires and (2) negotiate in good faith a plan with a successor to determine the nature and extent of phase-in, phase-out services required. The plan shall specify a training program and a date for transferring responsibilities for each division of work described in the plan, and shall be subject to the Contracting Officer s approval. The Contractor shall provide sufficient experienced personnel during the phase-in, phase-out period to ensure that the services called for by this contract are maintained at the required level of proficiency. (c) The Contractor shall allow as many personnel as practicable to remain on the job to help the successor maintain the continuity and consistency of the services required by this contract. The Contractor also shall disclose necessary personnel records and allow the successor to conduct on-site interviews with these employees. If selected employees are agreeable to the change, the Contractor shall release them at a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. (d) The Contractor shall be reimbursed for all reasonable phase-in, phase-out costs (i.e., costs incurred within the agreed period after contract expiration that result from phase-in, phase-out operations) and a fee (profit) not to exceed a pro rata portion of the fee (profit) under this contract SUBMISSION OF TRANSPORTATION DOCUMENTS FOR AUDIT (FEB 2006) para (c) fill-in: ACO (DCMA Office) designated on page 1 of the Task Order (a) The Contractor shall submit to the address identified below, for prepayment audit, transportation documents on which the United States will assume freight charges that were paid (1) By the Contractor under a cost-reimbursement contract; and (2) By a first-tier subcontractor under a cost-reimbursement subcontract thereunder. (b) Cost-reimbursement Contractors shall only submit for audit those bills of lading with freight shipment charges exceeding $100. Bills under $100 shall be retained on-site by the Contractor and made available
32 30 of 31 for on-site audits. This exception only applies to freight shipment bills and is not intended to apply to bills and invoices for any other transportation services. (c) Contractors shall submit the above referenced transportation documents to (To be filled in at time of award by Contracting Officer) REPORTING REQUIREMENTS A status report shall be submitted on a monthly basis to the Procuring Contracting Officer, Contracting Officer's Representative, Ordering Officer (if applicable) and Administrative Contracting Officer. The report shall provide the number of hours expended, the total cost incurred to date, data status and delivery status. AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address of the Contracting Officer is: James Browley, Operational Forces Support Division Director, FLCSD San Diego Code 220, 3985 Cummings Road, Building 116-3rd Floor-South End, San Diego CA
33 31 of 31 SECTION J LIST OF ATTACHMENTS Attachment #1 Contract Administration Plan (CAP) Attachment #3 Quality Assurance Surveillance Plan (QASP) Attachment #4 Contract Data Requirements List (CDRLs) Attachment #2 Contract Security Classification Specification (DD254)
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
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
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
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. 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
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
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
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
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) 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) 11-Dec-2015 15-MJF-011 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) 02-Jun-2011 1300142129 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) 31-Mar-21 N0006611RCJ3006 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
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)
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
Defense Acquisition Regulations System, DOD 252.227 7018
Defense Acquisition Regulations System, DOD 252.227 7018 *****Enter none when all data or software will be submitted without restrictions. Date lllllllllllllllllllll Printed Name and Title lllllllllll
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
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
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
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
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
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
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
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
CAP CONSULTING SERVICES AGREEMENT
CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,
BUYING AGENCY AGREEMENT
THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred
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
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...
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
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
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
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
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
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
RFP-00118 ADDENDUM NO. 1
INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1 ST Street Suite 1300 Miami, Florida 33128-1974 Telephone: 305-375-4725 Fax: (305) 375-5688 RFP-00118 ADDENDUM NO. 1 DATE: March 26,
DCAA and the Small Business Innovative Research (SBIR) Program
Defense Contract Audit Agency (DCAA) DCAA and the Small Business Innovative Research (SBIR) Program Judice Smith and Chang Ford DCAA/Financial Liaison Advisors NAVAIR 2010 Small Business Aviation Technology
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
COST PLUS AWARD FEE CONTRACT ADMINISTRATION DESKGUIDE
COST PLUS AWARD FEE CONTRACT ADMINISTRATION DESKGUIDE 1. Introduction. This Guide does not cover all aspects of administering a cost plus award fee (CPAF) contract. As all of the Directorates of Contracting
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
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 ---
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
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. TxDOT 9628622 INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION This specification is a product of the Texas
DCAA Audit R 4 Rights to Records, Requirements & Remedies
San Diego Chapters Present DCAA Audit R 4 Rights to Records, Requirements & Remedies A Seminar with Panel Discussion and Audience Participation February 18, 2009 This Morning s Agenda 8:30 Introduction
Course Objectives: COR 206 - Contracting Officer's Representatives in a Contingency Environment
Course Objectives: COR 206 - Contracting Officer's Representatives in a Contingency Environment (course Learning/Performance Objectives followed by enabling learning objectives) 1. Recognize the duties,
Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
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
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
General Terms and Conditions of Purchase
General Terms and Conditions of Purchase Supplement 1 Federal Acquisition Regulation (FAR) Government Contract Provisions 1. When the materials or products furnished are for use in connection with a U.S.
Contract Number: GS 35F-0755N
GENERAL SERVICES ADMINISTRATION Authorized Federal Supply Service Information Technology Schedule Pricelist General Purpose Commercial Information Technology Equipment, Software and Services SIN 132-51
QSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
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:
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:
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
Commonwealth of Kentucky, hereinafter referred to at the University or as the First Party, and
Rev. 2/11 UNIVERSITY OF KENTUCKY STANDARD CONTRACT FOR PERSONAL SERVICES THIS CONTRACT is made and entered into this day of, 20, by and between UNIVERSITY OF KENTUCKY, (Agency) Personal Service Contract
INVOICE/FINANCING REQUEST AND CONTRACT FINANCIAL REPORTING INSTRUCTIONS FOR NIH COST-REIMBURSEMENT CONTRACTS, NIH(RC)-4
INVOICE/FINANCING REQUEST AND CONTRACT FINANCIAL REPORTING INSTRUCTIONS FOR NIH COST-REIMBURSEMENT CONTRACTS, Format: Submit payment requests on the Contractor s self-generated form in the manner and format
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
DCAA Our Role. Laura Cloyd-Hall, CPA, MBA John D. Mollohan II, CPA, CFE. Page 1. DCAA 1965-2015: Celebrating 50 Years of Excellence
DCAA Our Role Laura Cloyd-Hall, CPA, MBA John D. Mollohan II, CPA, CFE DCAA 1965-2015: Celebrating 50 Years of Excellence Page 1 Topics About DCAA Typical DCAA Audits for Small Businesses Basic Roles of
Request for Proposals
Will County Treasurer Request for Proposals Merchant Services, ACH, and Online Bill Payment Brian S. McDaniel 3/5/2014 Introduction General Rules The Will County Treasurer will consider proposals from
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING
Agreement for Professional Emergency Services. professional emergency and related services provided at (hospital name) Hospital be
Agreement for Professional Emergency Services This Agreement, made and effective on (effective date) by and between (name of hospital) Hospital, Inc., located at (address of hospital), (city, state and
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
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
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
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
PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])
PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM Sec. (Statutory authority: Executive Law, 200, 369-i[5]) 252.1 Definitions. 252.2 State agency responsibilities: purpose, scope and applicability.
PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
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
GENERAL TERMS AND CONDITIONS OF PURCHASE Supplement 2 Government Contract Provisions from the Department of Defense FAR Supplement TC-003 ( 10/15)
GENERAL TERMS AND CONDITIONS OF PURCHASE Supplement 2 Government Contract Provisions from the Department of Defense FAR Supplement TC-003 ( 10/15) 1. When the materials, and products ( goods ) or services,
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals
Addendum 529 (5/13) Page 1 of 5
Additional Terms and Conditions E-2D Full Rate Production (FRP) Lot 2 (Prime Contract No. N00019-13-C-9999) All of the additional terms and conditions set forth below are incorporated in and made part
PURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS This purchase order is subject to the following terms and conditions. The terms and conditions herein set forth constitute an offer by Purchaser and may be accepted
REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.
REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO. DCJM-2015-Q-0006 12-2-2014 5A. ISSUED BY: Department on Disability Services Office of s and
