1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
|
|
|
- Randall Reynolds
- 10 years ago
- Views:
Transcription
1 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U EFFECTIVE DATE 13-Feb REQUISITION/PURCHASE REQ. NO. N RCW PROJECT NO. (If applicable) N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2404A Naval Medical Logistics Command DCMA Manassas COMMANDING OFFICERNAVAL MEDICAL LOGISTICS COMMAND BATTLEVIEW PARKWAY, SUITE 200 Neiman Street MANASSAS VA Fort Detrick MD [email protected] NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. General Dynamics Information Technology, Inc Jermantown Road Fairfax VA B. DATED (SEE ITEM 11) CAGE CODE 07MU1 FACILITY CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) 29-Sep THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)set FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR (b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) In accordance with FAR E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Thea R Hofgesang, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/thea R Hofgesang 13-Feb-2013 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN STANDARD FORM 30 (Rev ) PREVIOUS EDITION UNUSABLE Prescribed by GSA FAR (48 CFR)
2 2 of 2 GENERAL INFORMATION The purpose of this modification is to deobligate unused funds in the amount of $5, from RCP N RCW0002 (Amendment 03) for closeout. Other administrative changes are included. A conformed copy of this Task Order is attached to this modification for informational purposes only. The Line of Accounting information is hereby changed as follows: The total amount of funds obligated to the task is hereby decreased from $641, by $5, to $636, CLIN/SLIN Type Of Fund From ($) By ($) To ($) 6000 O&MN,N 5, (5,000.00) 0.00 The total value of the order is hereby decreased from $641, by $5, to $636, CLIN/SLIN From ($) By ($) To ($) , (5,000.00) 0.00
3 1 of 36 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For FFP Items: Item Supplies/Services Qty Unit Unit Price Total Price Program of Record LH $92.51 $174, (POR) Database Administator/Prog rammer Services - Medrupmis Base Year M134 MEDRU PMIS (O&MN,N) 5001 Program of Record LH $94.36 $178, (POR) Database Administator/Prog rammer Services - Year 1 (O&MN,N) 5002 Program of Record LH $96.25 $181, (POR) Database Administator/Prog rammer Services - Year 2 (O&MN,N) 5003 Program of Record LH $98.18 $185, (POR) Database Administator/Prog rammer Services - Year 3 (O&MN,N) 5004 Program of Record LH $ $189, (POR) Database Administator/Prog rammer Services - Year 4 (O&MN,N) 50 Program of Record LH $63.92 $120, (POR) Programmer Analyst Services - Medbolts Base Year EK14 MEDBO LTS (O&MN,N)
4 2 of Program of Record (POR) Programmer Analyst Services - Medbolts Year 1 (O&MN,N) 5007 Program of Record (POR) Programmer Analyst Services - Medbolts Year 2 (O&MN,N) 5008 Program of Record (POR) Programmer Analyst Services - Medbolts Year 3 (O&MN,N) 5009 Program of Record (POR) Programmer Analyst Services - Medbolts Year 4 (O&MN,N) 5010 Program of Record (POR) Database Administator Services - Medbolts Base Year EK14 MEDBO LTS (O&MN,N) 5011 Program of Record (POR) Database Administator Services - Medbolts Year 1 (O&MN,N) 5012 Program of Record (POR) Database Administator Services - Medbolts Year 2 (O&MN,N) 5013 Program of Record (POR) Database Administator Services LH $65.20 $123, LH $66.50 $125, LH $67.83 $128, LH $69.19 $130, LH $60.42 $114, LH $61.63 $116, LH $62.86 $118, LH $64.12 $121,8.56
5 3 of 36 Medbolts Year 3 (O&MN,N) 5014 Program of Record (POR) Database Administator Services - Medbolts Year 4 (O&MN,N) 5015 Program of Record (POR) Database Administator/Prog rammer Services - ITS/Bumis Base Year M124 BUMIS $113, L1694 ITS $113, (O&MN,N) 5016 Program of Record (POR) Database Administator/Prog rammer Services - ITS/Bumis Year 1 (O&MN,N) 5017 Program of Record (POR) Database Administator/Prog rammer Services - ITS/Bumis Year 2 (O&MN,N) 5018 Program of Record (POR) Database Administator/Prog rammer Services - ITS/Bumis Year 3 (O&MN,N) 5019 Program of Record (POR) Database Administator/Prog rammer Services - ITS/Bumis Year 4 (O&MN,N) LH $65.40 $123, LH $ $226, LH $ $231, LH $125. $236, LH $ $240, LH $ $245, For ODC Items:
6 4 of 36 Item Supplies/Services Qty Unit Est. Cost Travel - Base 1.0 LO $0.00 Year NTE $5, This is a Cost CLIN, not CPFF. Costs are incurred and reimbursed IAW the Joint Travel Regulation and FAR Part EK14 MEDBO LTS M134 MEDRU PMIS M124 BUMIS L1694 ITS (O&MN,N) 6001 Travel LO $5, Year 1 NTE $5, This is a Cost CLIN, not CPFF. Costs are incurred and reimbursed IAW the Joint Travel Regulation and FAR Part 31. (O&MN,N) 6002 Travel LO $5, Year 2 NTE $5, This is a Cost CLIN, not CPFF. Costs are incurred and reimbursed IAW the Joint Travel Regulation and FAR Part 31. (O&MN,N) 6003 Travel LO $5, Year 3 NTE $5, This is a Cost CLIN, not CPFF. Costs are
7 5 of 36 incurred and reimbursed IAW the Joint Travel Regulation and FAR Part 31. (O&MN,N) 6004 Travel LO $5, Year 4 NTE $5, This is a Cost CLIN, not CPFF. Costs are incurred and reimbursed IAW the Joint Travel Regulation and FAR Part 31. (O&MN,N)
8 6 of 36 SECTION C DESCRIPTIONS AND SPECIFICATIONS Performance Work Statement for Program of Record (POR) Technical Support for Medical Boards On-Line Tracking System (MEDBOLTS), Medical Reserves Utilization Program Management Information System (MEDRUPMIS), Bureau of Medicine and Surgery Manpower Information System II (BUMIS II), and Immunization Tracking System (ITS) for the Navy Medicine Information Systems Support Activity (NAVMISSA) Program Management Directorate 1.0 Purpose The purpose of this performance work statement (PWS) is to identify the programmatic support required/needed to maintain the Medical Boards On-Line Tracking System (MEDBOLTS), Medical Reserve Utilization Program Management Information System (MEDRUPMIS), Bureau of Medicine and Surgery Manpower Information System II (BUMIS II), and Immunization Tracking System (ITS) for the Navy Medicine Information Systems Support Activity (NAVMISSA). 2.0 Background NAVMISSA is Navy Medicine s center for information management and information technology (IM/IT). The Commanding Officer (CO) is responsible for the organization and management of the command to accomplish its mission effectively and economically. The Chief Information Officer (CIO) of the Bureau of Medicine & Surgery (BUMED) is the functional lead for all Navy Medical IM/IT activities. NAVMISSA s mission is to provide and coordinate the operation and centralized control of integrated automated information systems (AIS) on a world-wide basis, as directed by the CIO BUMED and higher authority; to cooperate with other government agencies in AIS matters; and to collect, analyze and provide health care and other related data in support of the Naval Medical (NAVMED) department requirements. The MEDBOLTS is a standardized, automated, WEB based application for the management of medical board information Navy Council of Personnel Boards and Physical Evaluation Board Disability Evaluation system findings. The application tracks all military service members who have Limit Duty status. Military service member s medical boards are tracked from date of referral for a medical board to the completion of the board. Historically, 3840 labor hours (LHs) per year have been required to maintain MEDBOLTS. The Medical Reserve Utilization Program (MEDRUP) is Navy Medicine s solution for implementation of the Navy Total Force Policy. MEDRUPMIS is used to support the integration of the medical reserves in Program 32 (8 Naval Reserve Naval Hospitals), Program 46 (4 Naval Reserve Fleet Hospitals), and Dental Augmentation (11 Naval Reserve Dental
9 7 of 36 Commands) into the full spectrum of Navy Medicine s operational requirements. This Web-based application provides more efficient utilization of reserve medical professionals. The system allows BUMED to integrate over 9,000 medical reservists into direct support of the mission of Navy Medicine. Historically, 1920 labor hours (LHs) per year have been required to maintain MEDRUPMIS. The BUMIS II is a headquarters level system that provides an online inventory of personnel assigned to Navy Medicine. It includes Navy Medicine specific fields for these personnel such as medical education, health care specialty, sub-specialties earned, additional qualifications awarded, assignments, and training skills. BUMIS II also provides personnel planners at headquarters level with data so they can track trends in gains, losses, and skill mix of medical personnel. The data is pivotal for the development of personnel strength plans, promotion plans, accession plans, and training plans and is also used for ad hoc queries responding to inquiries about medical department officer force from both inside and outside the Navy medical department. BUMIS II maintains separate Personnel and Billets databases for Active Officers.BUMIS II is also the vehicle for processing special pays to the Commissioned Officers within the Medical Department. Historically, 960 labor hours (LHs) per year have been required to maintain BUMIS II. The ITS is a stand-alone system which serves as the central immunization repository for Navy Medicine. The ITS receives immunization transaction files from users of the Shipboard Non-Tactical Automated Data Processing (SNAP) Automated Medical System (SAMS). It then decrypts, processes, and translates these files into an HL7 format receivable by the Defense Enrollment Eligibility Reporting System (DEERS). Historically, 960 labor hours (LHs) per year have been required to maintain ITS. 3.0 Scope, Objective, and Tasks 3.1 Scope The scope of this PWS is to provide continued programmatic support and services for the MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS. 3.2 Objectives The objective of this PWS is to provide the technical scope and associated tasks for the MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS support. Additionally, the objective of this PWS is to provide continuing support and services for NAVMISSA. 3.3 Specific Tasks Task 1 - Program Management Assistance and Support. The Contractor shall provide expert assistance and support in the planning, documentation, implementation, and monitoring of events and activities relating to programmatic support of MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS. Specific expertise is required in planning, data analysis, coordination, evaluation, and preparation of documents, briefings, and issue papers relating to MEDBOLTS, MEDRUPMIS,
10 8 of 36 BUMIS II, and ITS activities. The Contractor shall develop, review, update, and maintain all MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS programmatic, technical specification, CM, and IA documents. The Contractor shall assist in coordinating and managing the day-to-day management of various MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS activities and events supporting NAVMISSA including interfaces and coordination with Common Access Card (CAC) when required. The Contractor shall keep the Government Program Manager informed of status of this task on an informal basis or prepare and submit reports as determined by the government. Deliverables: Monthly Progress Report (Del 2) Monthly System Usage Report (Del 3) Programmatic, Technical Specification, Configuration Management (CM), and Information Assurance (IA) Documents (Del 4) Task 2 - Configuration Management Assistance and Support. The Contractor shall provide expert assistance and support in the planning, documentation, implementation, and monitoring of events and activities relating to the MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS CM. The Contractor shall develop, review, update, and maintain all MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS programmatic, technical specification, CM, and IA documents. Specific expertise is required in planning, data analysis, coordination, evaluation, and preparation of documents, briefings, and issue papers relating to the MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS CM activities. The Contractor shall assist in coordinating and managing the day-to-day management of various CM activities and events supporting MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS. Such activities include data management, configuration identification, interface management, configuration control, configuration status accounting, and configuration audits of MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS including interfaces and coordination with CAC when required. The Contractor shall keep the government informed of status of this task on an informal basis or prepare and submit reports as determined by Government Program Manager. Deliverables: Programmatic, Technical Specification, CM, and IA Documents (Del 4) Configuration Management (Del 5) Task 3 - Database Administration Management and Support. The Contractor shall provide support services to execute maintenance, perform government requested and required modifications, and testing on those modifications on both primary and secondary MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS databases. The Contractor shall engineer and streamline the stored procedures and/or triggers to ensure the efficiency and effectiveness of the MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS application. The Contractor shall provide custom report support, ad-hoc report support, canned report support, back-up database administrator services, performance tuning of the database processes and monitoring database application logs for all MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS databases. The Contractor shall provide modifications to existing Microsoft FORM templates for all NAVMED forms ( ,
11 9 of 36 GGt2, etc) (MEDBOLTS only). The Contractor shall update the Navy and Marine Corp UICs and ICD-9 tables as needed (MEDBOLTS only). The Contractor shall verify, via post installation testing and reporting, that all Information Assurance Vulnerability (IAV) and System Security updates have been applied to the MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS database and Web application hardware and software, and the applications and databases are operationally available. The Contractor shall update the application MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS Web pages (Production and Test/QA), if applicable, to ensure the Web pages are up to date with current information, guidance, and points of contacts. The Contractor shall develop, review, update, and maintain all MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS programmatic, technical specification, CM, and IA documents. Programmatic, Technical Specification, CM, and IA Documents (Del 4) Database Administration Management and Support (Del 6) Task 4 - Tier III Help Desk Support. The Contractor shall provide Tier III Help Desk support and respond to Incident Responses (IR) presented in the form of Tier III Tickets initiated by the NAVMISSA Consolidated Call Center (CCC). Tier III addresses problems that require changes or interaction in the MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS software or the data base. (Del 7) Tier III Help Desk support is defined as: Resolution of problems that require specialized knowledge or in-depth information such as hardware/software or network integration issues. Tier III Help Desk support shall include all trouble calls not solved at the CCC, functional and technical assistance in the application of new or updated versions of vendor software, licensure compliance, maintenance agreement processing, and CAC/PKI compliance activities. Tier III Help Desk Support shall include the following activities: Resolution of all Tier III Trouble Tickets from the CCC. Correct all problems arising from the application s interaction with the database, the operating system, and Web serving software such as Microsoft Internet Information Server (IIS), and Microsoft Transaction Server (MTS). Creation of specialized reports for the Military Medical Treatment Facilities (MTFs). Confirm or change priority of call. If the call is Tier III, perform root cause analysis and identify appropriate preventive/corrective action. Coordinate actions as required to resolve the problem. Record actions and resolution in the Navy-provided problem management system. Notify Government Program Manager of any Tier III problem that is not resolved within five (5) business days to resolve issues and close problems as soon as possible. Coordinate involvement with any outside vendor if required to fix any problem. Use of any outside vendors must be approved in advance by NAVMISSA. For all resolved calls, the contractor shall document the resolution, update the problem
12 10 of 36 management system, record resolution method, notify user by established notification procedure and close the ticket upon completion of the necessary actions.
13 11 of 36 Deliverables: Trouble Ticket Status Report (Del 8) Monthly Chart of Trouble Tickets (Del 9) Task 5 - Performance Monitoring. The Contractor shall report monthly to the MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS Government Program Manager on the status of the project from a schedule standpoint. This report can be included with the report on performance and customer interactions. Maintain monitoring system to capture workload data to include types of trouble calls, volume of trouble calls, response time to trouble calls, support level required to address problem (i.e. Tier III), skill level and man-hours of personnel required to address each call. (Del 10) Task 6 - Utilize Best Practices and Applicable Regulations. The Contractor shall follow the current best industry practices for project management within the guidelines of Department of Defense (DoD) acquisitions regulations and NAVMISSA policies. The Contractor shall ensure that Navy s interests in medical information system are reflected in planning, life-cycle management, organizing, directing, and resource control. The Contractor shall perform in such a manner so as to ensure the MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS applications provide the best overall value to the government based on cost, schedule, performance, and customer service. Task 7 - Training Support. The Contractor shall provide input and planning for sustainment training of users and administrators of the deployed system. The Contractor shall also develop and perform on-site and on-line training for future system upgrades or modifications, to include import/export reports and system access. (Del 11) Task 8 - Maintenance Support. The Contractor shall provide input and planning for maintenance of hardware and software as necessary over the lifecycle of the system. This includes support for software maintenance releases. (Del 12) Task 9 - BUMIS II Specific Support. The Contractor shall oversee the import and export application transmissions consisting of the following: (Del 13) Weekly Import (Active Officer Personnel) Weekly Export (AQ, BN and FI TAC s) Monthly Import (Active Officer BILLETS) Monthly Import (Reserve Officer Billets) Monthly Import (Enlisted Personnel) Monthly Import (Reserve Enlisted Personnel) Monthly Import (Reserve Billet Personnel) Monthly Import (Civilian Personnel) Monthly Import (Address Table) Annual export to DMDC
14 12 of 36 Task 10 - ITS Specific Support. The Contractor shall ensure that the entire automated process of opening all Navy-wide s received, ingesting into the HL7 processing application, transmitting to DEERS, retrieving from DEERS, recording in the repository, and files sent back to the end-user performs as designed. If and when the process is interrupted, the Contractor shall be able to perform systematic steps to troubleshoot the program and have the program operational within reasonable time limits. (Del 14) 4.0 Deliverables The contractor shall provide all deliverables via electronic media/mail. The Contractor shall minimize delivery costs, utilizing Internet delivery for electronic media to the maximum extent possible and utilizing commercial overnight delivery only when absolutely necessary to fulfill a time critical requirement. Electronic media shall be delivered (hand-carried or U.S. Mail) on CD-ROM to the address in paragraph 4.6 or via the Internet to the electronic mail address in paragraph 4.6. All requirements and duties described in the PWS shall be initiated and completed within the established schedule/guideline. All deliverables shall be the property of the Government at the end of the period of performance. 4.1 Program Management Plan The Contractor shall develop and deliver a Program Management Plan (PMP), Quality Control Plan (QCP), and Work Breakdown Structure (WBS). The Government Program Manager and Contractor shall review the performance metrics on a monthly basis. The Contractor shall incorporate the tasks and standards of this document along with the PMP and WBS into the QCP. The PMP, WBS, and QCP shall be reviewed by the Government Program Manager at the initial kick-off meeting. (Del 1) 4.2 Monthly Progress Report The Contractor shall furnish a monthly progress report (MPR) that includes a contract identification statement and the period of performance. The MPR shall detail the status of the project, and issues or problems that impact the tasking. The MPR shall document problems encountered and report the resultant impact (e.g., changes to the Installation and Implementation Schedules). The MPR shall include the current cost. In addition, the Contractor shall provide major accomplishments (customer support) for the reporting period and their government furnished equipment inventory. The Contractor shall not provide documentation or information pertaining to other Task Orders. (Del 2) 4.3 Monthly System Usage Report The Contractor shall furnish a monthly system usage report. This report can be included in the Monthly Status Report. (Del 3) 4.4 Programmatic Documents The Contractor shall develop, review, update, and/or maintain all MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS programmatic, technical specification, CM, and IA documents such as Users Guide, Standard Operating Procedures (SOP), and DoD IA Certification and Accreditation Plan (DIACAP) Documents, Contingency Plans, data dictionary, and online help files (Del 4)
15 13 of Deliverables Schedule Table 3 Deliverables Schedule DEL NO. DESCRIPTION ELECTRONIC COPIES 1. Task Order Program Management Plan with the following: 1 to COR 1 to Government Program Manager Work Breakdown Structure (WBS) with the reporting of priorities and milestones for: o Critical reports, events and/or products where Government information is required, subsequent Contractor activity dependencies o Current organization position or situation 2. Monthly Progress Report 1 to COR 1 to Government Program Manager 3. Monthly System Usage Report 1 to COR 1 to Government Program Manager Reference Para. DUE DATE 4.1 NLT 30 days after start 3.3 Task Task 1, th day of each month 15 th day of each month 4. Programmatic, Technical Specification, 1 to COR 3.3 Task 1, As required Configuration Management (CM), and 1 to Government Task 2, and Information Assurance (IA) Documents, Program Manager Task 3, 4.4 such as: Programmatic Documents Users Guides Standard Operating Procedures (SOP) Technical Specification Documents Contingency Plans Continuity of Operations Test Plans and Standard Operating Procedures Information Assurance Documents DoD IA Certification and Accreditation Plan (DIACAP) Documents Configuration Management Documents Data dictionary Interface Control Documents (ICD) Online help files 5. Configuration Management 1 to COR 3.3 Task 2 As required Planning, documentation, 1 to Government implementation, and monitoring support Program Manager Manage and coordinate day-to-day activities Status Reports 6. Database Administration Management and Support 1 to COR 1 to Government 3.3 Task 3 As required Support Services for primary and Program Manager secondary (COOP) servers and databases Streamline stored procedures and trigger efficiency and effectiveness
16 14 of 36 DEL NO. DESCRIPTION Reports, performance, and monitoring support Modifications to existing Microsoft FORM templates for all NAVMED forms (MEDBOLTS only) Update Navy and Marine Corp UICs ICD-9 tables (MEDBOLTS only) Information Assurance Vulnerability (IAV) and System Security update, testing, and verification Web page updates for all application environments at primary and backup (COOP) locations and ELECTRONIC COPIES 7. Tier III Help Desk Support 1 to COR 1 to Government Program Manager 8. Trouble Ticket Status Report 1 to COR 1 to Government Program Manager 9. Monthly Chart of Trouble Tickets 1 to COR 1 to Government Program Manager 10. Performance Monitoring Report 1 to COR 1 to Government Program Manager 11. Training support and materials 1 to COR 1 to Government Program Manager 12. Hardware and Software Maintenance Support Lifecycle maintenance Software maintenance releases 13. Oversee BUMIS II import and export application transmissions 14. Monitor ITS automated processing of all Navy-wide received and ingested, transmitting to/from DEERS, repository recording, and file send back to end-user performs as designed Troubleshoot and resolve any issues with this automated process 1 to COR 1 to Government Program Manager 1 to COR 1 to Government Program Manager 1 to COR 1 to Government Program Manager Reference Para. DUE DATE 3.3 Task 4 As required 3.3 Task 4 15 th day of each month 3.3 Task 4 15 th day of each month 3.3 Task 5 15 th day of each month 3.3 Task 7 When developed 3.3 Task 8 As requested 3.3 Task 9 As required 3.3 Task 10 As required 4.6 Delivery Address The Contractor shall submit all deliverables to the following addresses via electronic mail: MEDBOLTS Program Manager Name: Terry Carlisle, Deputy, PMD Organization: NAVMISSA Program Management Directorate Address: 300 Convent Street, Suite 1100
17 15 of 36 San Antonio, TX 782 Phone Number: (210) Fax Number: (210) Address: MEDRUPMIS Program Manager Name: Brian Schafer, Department Head, Business Programs Organization: NAVMISSA Program Management Directorate Address: 300 Convent Street, Suite 1100 San Antonio, TX 782 Phone Number: (210) Fax Number: (210) Address: BUMIS II Program Manager Name: LT Jeremy Landvater Organization: NAVMISSA Program Management Directorate Address: 300 Convent Street, Suite 1100 San Antonio, TX 782 Phone Number: (210) Fax Number: (210) Address: ITS Program Manager Name: LT Jeremy Landvater Organization: NAVMISSA Program Management Directorate Address: 300 Convent Street, Suite 1100 San Antonio, TX 782 Phone Number: (210) Fax Number: (210) Address: Contracting Officer s Representative/Task Order Manager: Name: Harold Burkett(COR) Organization: NAVMISSA, Acquisition Support Address: 300 Convent Street, Suite 1100 San Antonio, TX 782 Phone Number: (210) Fax Number: (210) Address: [email protected] 4.7 Client Acceptance Period The COR will manage PWS tasks and deliverables to ensure that tasks are completed. The COR will have 7 workdays to review draft deliverables and make comments. The Contractor shall have 5 workdays to make corrections. Upon receipt of all final deliverables, the COR will have 5
18 16 of 36 workdays to reject the corrected deliverable and return it per delivery instructions. 4.8 Contractor Furnished Facilities, Supplies and Services The Government shall furnish facilities, supplies, or other unique services for this PWS. The Contractor shall arrange regularly scheduled staff meetings or any other meetings necessary to support tasks to this PWS with concurrence from the COR. The Contractor shall be responsible for coordinating changes to the scheduled meetings with Government Program Manager. The Contractor shall coordinate all supervision of Contractor personnel and perform all Contractor related administrative functions. All task-related requests of the Contractor shall be communicated through the COR. 4.9 Section 508 Requirement The Contractor shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d). Specifically, the procurement, development, maintenance, or integration of electronic and information technology (EIT) under this contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at CFR part Government Furnished Resources 5.1 Government Furnished Equipment (GFE)/Government Furnished Information (GFI) The Government will make available all required hardware and software which include servers, workstations (PCs), operating system(s), networking materials, and other components as needed for maintenance and enhancements support as necessary to perform the tasks identified in this PWS Security The Contractor shall support the Government in an effort to meet security requirements. The Contractor shall support as directed, and within the scope of the contract, required security changes and updates recommended by the government security review team Hours of Work The Contractor shall provide support services, as described herein, to the Government during the normal NAVMISSA workweek of Monday through Friday, excluding Government/Navy observed holidays. The Contractors shall work a five (5) day, eight (8) hour per day work week unless specifically authorized otherwise by the Government Program Manager or COR. Work performed on federal holidays not recognized by the Contractor, as well as weekends, shall be pre-approved by the Government Program Manager or COR for work on-site or off-site prior to the execution of said work Facilities, Supplies and Services The Government will provide the appropriate tools and equipment necessary to ensure the Contractor can perform the tasks identified in this PWS.
19 17 of Requests for Documentation and Meeting The Contractor shall accommodate the need for timely cooperation in the overall project and understand that time is of the essence, particularly regarding requests for documentation and informational meetings. The Contractor shall coordinate actively and responsively with Government personnel. The Contractor shall coordinate and be cooperative with other Contractors. Failure to coordinate precludes effective performance of this PWS. 5.3 Work Products All products including files, software and other information provided, created, produced, or developed under this work statement are the sole property of the Government and shall be returned upon completion of this PWS unless the Contractor is expressly granted permission to retain the materials for continued development or publication. 5.4 Identification of Contractor Employees The contractor shall require contractor employees to identify themselves as contractor personnel by introducing themselves or being introduced as contractor personnel and displaying distinguishing badges or other visible identification for meetings with Government personnel. In addition, the contractor shall require contractor personnel to appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence. 6.0 Administrative Considerations 6.1 Task Management Task Management Management of this task order shall be performed through the COR. The COR shall be responsible for coordinating all task order related matters within the client organization. This includes ensuring that client-supplied items specified in this task order are available when needed, and for apprising of any problems with the Contractor that may affect delivery or costs of completed work. This effort is contemplated for a non-personal services contract Contract Officer Representative Harold Burkett (COR) NAVMISSA, Acquisition Support 300 Convent Street, Suite 1100 San Antonio, TX 782 COMM: FAX: [email protected] 6.2 Period of Performance The period of performance for this effort is one (1) year for authority to proceed with four (4)
20 18 of 36 one year option periods as described below: Name Start End Base Period 1 October September Period 1 October September Period 1 October September Period 1 October September Period 1 October September Place of Performance: The Contractor shall perform the primary activities of DBA/System Admin support in this PWS at the Contractor s site. The Government shall provide the appropriate tools and equipment necessary to ensure the Contractor can perform the tasks within the PWS, which includes laptop computers, servers, and peripherals. Database upgrades, monthly maintenance, and database backup will be performed as tasks described within the PWS Phase Out In anticipation of contract expiration, the incumbent Contractor shall provide any information and/or materials pertaining to the Tasks of this contract to the incoming contractor as requested by the COR. 6.5 Personnel Qualifications and Responsibilities Database Administrator (DBA)/Programmer Minimum Education: Associate's degree in related field Minimum/General Experience: Must have four (4) or more years of IT experience including demonstrated experience with database design, data modeling, database administration, database programming, and system administration. Four (4) or more years experience for the applications specified for each of the following programs: MEDBOLTS: Oracle PL/SQL Developer/SQLPlus, Oracle 10g R2 or higher, Oracle Enterprise Manager, C# using.net 1.1 or higher, Visual Studios 20, Microsoft Access/Excel 2007, Microsoft IIS 6.0, Microsoft Transaction Server. Historically, 1920 labor hours (LHs) per year have been required for a Database Administrator/Programmer to maintain MEDBOLTS. MEDRUPMIS: Oracle PL/SQL Developer/SQLPlus, Oracle 10g R2 or higher, Oracle Discoverer, Oracle Enterprise Manager,.NET 1.0 or higher, Visual Studios 20, Microsoft Access/Excel 2007, Microsoft IIS 6.0, Microsoft Transaction Server, Classic ASP, Visual Interdev 6.0. Historically, 1920 labor hours (LHs) per year have been required for a Database Administrator/Programmer to maintain MEDRUPMIS. BUMIS: Microsoft SQL Server 20, Microsoft SQL/T-SQL, Microsoft Data Transformation Services (DTS), Microsoft SQL Enterprise Manager, Microsoft Access/Excel Historically,
21 19 of labor hours (LHs) per year have been required for a Database Administrator/Programmer to maintain BUMIS II. ITS: Oracle PL/SQL Developer/SQLPlus, Oracle 10g R2 or higher, Oracle Enterprise Manager, Microsoft Access/Excel 2007, and Microsoft SQL Server 20, Microsoft SQL/T-SQL, Microsoft Data Transformation Services (DTS), Microsoft SQL Enterprise Manager. Historically, 960 labor hours (LHs) per year have been required for a Database Administrator/Programmer to maintain BUMIS II. Functional Responsibility: Under general supervision, responsible for installing, configuring, and maintaining operating system workstations and servers, including Web servers, in support of business processing requirements. Performs software installations and upgrades to operating systems and layered software packages. Schedules installations and upgrades and maintains them in accordance with established IT policies and procedures. Monitors and tunes system to achieve optimum performance level. Ensures workstation/server data integrity by evaluating, implementing, and managing appropriate software and hardware solutions. Ensures data/media recoverability by implementing a schedule of system backups and database archive operation. Supports media management through internal methods, procedures or through offsite storage and retrieval services. Develops and promotes standard operating procedures. Conducts routine hardware and software audits of workstations and servers to ensure compliance with established standards, polices, and configuration guidelines. Develops and maintains a comprehensive operating system hardware and software configuration database/library of all supporting documentation Programmer Analyst Minimum Education: B.A. or B.S degree in Computer Science or Information Management Minimum/General Experience: Must have ten (10) years in the IT field, including at least five (5) years of IT software management experience. At least five (5) years of experience in direct supervision of IT software development, integration maintenance projects, and/or telecommunications management. Additional experience required in Oracle 10g R2 or higher, Oracle Enterprise Manager, C#, Visual Studios 20, Microsoft Access/Excel Historically, 1920 labor hours (LHs) per year have been required for a Program Analyst to maintain MEDBOLTS. Functional Responsibility: Performs day-to-day management of assigned projects that involve teams of data processing and other information system and management professionals who have previously been involved in analyzing, designing, integrating, testing, documenting, converting, extending, and implementing automated information and telecommunications systems. Demonstrates proven skills in these technical areas addressed by the delivery order to be managed. Organizes, directs, and coordinates the planning and productions of all activities associated with assigned delivery order projects. Demonstrates writing and oral communication skills. 6.6 Contractor Training: The Contractor shall adhere to the DoD, DoN, Military Health System (MHS), and NAVMISSA
22 20 of 36 security, personnel, and all training policies within NAVMISSA. The Contractor shall complete all Government provided training as required by the Government training officer. The Contractor shall adhere to all procedures for operating in military installation and/or utilizing government network environment. Training required by NAVMISSA shall be at the expense of the Government unless otherwise specified in the PWS. 6.7 Clearances Privacy Act Information included in this PWS is protected by the provisions of the Privacy Act of All Contractor personnel assigned to this PWS shall take the proper precautions to protect the information from disclosure Security Clearance/IT Level Requirements Contractor personnel shall have the appropriate security clearance and/or IT designation(s) for access to sensitive but unclassified data. The Contractor is responsible for obtaining and maintaining the appropriate security clearance and/or IT designation(s) level for each of their contract employees prior to the commencement of any contract that supports NAVMISSA. Contractor personnel shall have a minimum of an adjudicated National Agency Check (NAC) Security Clearance, or higher, as granted by the Defense Industrial Security Clearance Office (DISCO), the Department of the Navy Central Adjudication Facility (DONCAF) or by the Department of Hearing and Appeals (DOHA), and will comply with Security/IT access authorization requirements. In addition, Contractor personnel shall possess the appropriate security and/or IT designation(s) relative to the task and position assignment. Contractor personnel shall handle and safeguard any information in accordance with appropriate DoD security regulations. Any security violation will be reported immediately to the respective Government Program Manager as appropriate. 7.0 General/Miscellaneous 7.1 Travel General Performance under this PWS may require the Contractor to travel, domestic or overseas. The Government will reimburse the contractor for travel expenses subject to the current Federal Acquisition Regulation (FAR) and Joint Travel Regulation (JTR). All Contractor travel shall be coordinated with and approved by the primary or alternate COR prior to incurring any travel expenses. The Contractor shall identify personnel who will be traveling in sufficient time to obtain the lowest possible rates for airfare, rental car, and lodging. For long distance travel, a minimum of 5 business days advance notice from the travel commencement date is required. The travel request shall be in writing ( ) and contain the name of the Contractor, reason for travel, dates, location, and estimated travel costs. Contractor invoices (along with associated receipts) shall support all travel reimbursement requests. Actual travel costs will be reported to the COR by person, by trip, within 5 business days of completion of travel. The Government will not
23 21 of 36 reimburse local travel and related expenses to the Contractor for daily travel to or from work (place of performance). Trip reports shall be submitted by the Contractor to the Government Program Manager and COR. Prior to Government required travel, additional funding for travel will be added through modification of the task order. Temporary Additional Duty a.) The contractor may be required to travel Temporary Additional Duty (TAD) inside and outside of the assigned local area, in support of this PWS. Any travel shall be approved in advance by the COR or ACOR. Travel costs are reimbursable in accordance with FAR Reference (a) 2. b.) For TAD travel, the contractor shall submit the following information to the COR: Task order #, name of traveler(s) with title, date and place of travel, purpose of travel, method of travel, and estimated cost of total travel. Costs shall be allowable only if the following information is documented IAW FAR (7). Travel vouchers that shall include proof of payment for all travel cost reimbursements. A travel estimate form will be provided by the COR to facilitate this requirement. 8.0 Organizational Conflicts of Interests (Services) It is the contractor s responsibility to notify the Contracting Officer of any potential Organizational Conflict Of Interest (OCI). In the event that an OCI exists the contractor shall propose a Mitigation plan that shall be reviewed and accepted by the Contracting Officer prior to continuance of the work that presents an OCI. Should the proposed Mitigation Plan not be accepted by the Contracting Officer, the Government may terminate this contract, disqualify the Contractor from subsequent related contractual efforts, and pursue any remedies as may be permitted by the law or this contract. 9.0 Independent Contractor The services rendered by the Contractor are provided in the capacity as an independent, non-personal service Contractor. The Government retains no direct supervision over the services rendered. The Contractor shall be solely responsible for any and all liability caused by the acts or omissions of its agents or employees. The Contractor shall not in any manner represent or infer that he or she is an instrument or agent of the United States Government. The contractor will comply with all federal and state laws, Department of Defense, Department of Navy, Bureau of Medicine and Surgery (BUMED), and NMLC regulations, instructions policies and procedures. ORGANIZATIONAL CONFLICT OF INTEREST (JAN 1992) (NAVSUP) This clause provides examples of certain organizational conflicts of interest which are prescribed by Federal Acquisition Regulation Subpart 9.5. The two (2) underlying principles which this clause seeks to avoid are preventing the existence of conflicting roles that might bias a
24 22 of 36 contractor's judgment and preventing unfair competitive advantage. The following subsections prescribe certain limitations on contracting as the means of avoiding, neutralizing or mitigating organizational conflicts of interest. If, under this contract, the contractor will provide systems engineering and technical direction for a system, but does not have overall contractual responsibility for its development, integration, assembly, checkout or production, the contractor shall not be awarded a subsequent contract to supply the system or any of its major components, or to act as consultant to a supplier of any system, subsystem, or major component utilized for or in connection with any item or other matter that is (directly or indirectly) the subject of the systems engineering and technical direction. The term of this prohibition shall endure for the entire period of this contract and for two (2) years thereafter. If, under this contract, the contractor will prepare and furnish complete specifications covering nondevelopmental items, to be used in a competitive acquisition, the contractor shall not be permitted to furnish these items, either as a prime or subcontractor. The term of this prohibition shall endure for the entire period of this contract performance and for either two (2) years thereafter or the duration of the initial production contract whichever is longer. This rule shall not apply to contractors who furnish specifications or data at Government request or to situations in which contractors act as Government representatives to help Government agencies prepare, refine or coordinate specifications, provided this assistance is supervised and controlled by Government representatives. If, under this contract, the contractor will prepare or assist in preparing a work statement to be used in competitively acquiring a system or services, the contractor shall not supply the system, its major components, or the service unless the contractor is the sole source, the contractor has participated in the development and design work, or more than one contractor has been involved in preparing the work statement. The term of this prohibition shall endure for the length of this contract. If, under this contract, the contractor will provide technical evaluation of products or advisory and assistance services, the contractor shall not provide such services if the services relate to the contractor's own or a competitor's products or services unless proper safeguards are established to ensure objectivity. If, under this contract, the contractor gains access to proprietary or source selection information of other companies in performing advisory assistance services for the Government, the contractor agrees to protect this information from unauthorized use or disclosure and to refrain from using the information for any purpose other than that for which it was furnished. A separate agreement shall be entered into between the contractor and the company whose proprietary information is the subject of this restriction. A copy of this agreement shall be provided to the Contracting Officer. Contractors shall sign a Non Disclosure Agreement at the start of their performance on the contract.
25 23 of 36 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) 1. Purpose This quality assurance surveillance plan (QASP) is to ensure that the Government has an effective and systematic method of surveillance for the services in the PWS entitled Technical Support for Medical Boards On-Line Tracking System (MEDBOLTS), Medical Reserves Utilization Program Management Information System (MEDRUPMIS), Bureau of Medicine and Surgery Manpower Information System II (BUMIS II), and Immunization Tracking System (ITS) for the Navy Medicine Information Systems Support Activity (NAVMISSA), Program Management Directorate. The QASP will be used primarily as a tool to verify that the contractor is performing all services required by the PWS in a timely, accurate and complete fashion. 2. Critical performance processes and requirements. Critical to the performance of the programmatic support required to maintain MEDBOLTS, MEDRUPMIS, BUMIS II, and ITS is the timely, accurate and thorough completion of all contract/task order requirements. 3. Performance Standards a. Schedule - The due dates for deliverables and the actual accomplishment of the schedule will be assessed against original due dates and milestones established for the contract or task order(s). b. Deliverables The deliverables required to be submitted will be assessed against the specifications for the deliverables detailed in the contract/task order(s) and the QASP for the required content, quality, timeliness, and accuracy. c. Cost - The Contracting Officer s Representative (COR) will review monthly cost vouchers to monitor the contractor s expenditures throughout the contract and/or task order performance period(s). Also, the COR will analyze the impact on cost of any inaccurate management assertions, acceleration of the due dates for the financial reports, or the lack of personnel. d. Past Performance - In addition to any schedule, deliverables, and cost aspects of performance discussed above, pursuant to FAR 42.15, the Government will assess the contractor s record of conforming to contract requirements and to standards of good workmanship, the contractor s adherence to contract schedules including the administrative aspects of performance, the contractor s history of reasonable and cooperative behavior and commitment to customer satisfaction, and the contractor s business-like concern for the interest of the customer. 4. Surveillance methods: The primary methods of surveillance used to monitor performance of this contract will include, but not be limited to, random or planned sampling, periodic or 100% inspection, and validated customer complaints.
26 24 of Performance Measurement: Performance will be measured in accordance with the following table: Performance Element Performance Requirement Surveillance Method Frequency Acceptable Quality Level Contract Deliverables Overall Contract Performance Contract deliverables furnished as prescribed in the PWS. Overall contract performance of sufficient quality to earn a Satisfactory (or higher) rating in the COR s annual report on Contractor Performance Inspection by the COR 100% inspection of all contract deliverables. >95% of deliverables submitted timely and without rework required. Assessment by the COR Annual All performance elements rated Satisfactory (or higher) Invoicing Monthly invoices per contract procedures are timely and accurate. Review & acceptance of the invoice Monthly 100% accuracy If performance is within acceptable levels, it will be considered to be satisfactory. If not, overall performance may be considered unsatisfactory. Incentives/Disincentives: The COR s makes an annual report on Contractor Performance (CPARS or other annual report). The contractor s failure to achieve satisfactory performance under the contract/task order, reflected in the COR s annual report, may result in termination of the contract/task order and may also result in the loss of future Government contracts/task orders. The contractor s failure to achieve satisfactory performance under the contract/task order may result in the non-exercise of available options. For each item that does not meet acceptable levels, the Government may issue a Contract Discrepancy Report (CDR). CDRs will be forwarded to the Contracting Officer with a copy sent to the contractor. The contractor must reply in writing within 5 days of receipt identifying how future occurrences of the problem will be prevented. Based upon the contractor s past performance and plan to solve the problem, the Contracting Officer will determine if any further action will be taken. In accordance with contract clause FAR , the Inspection of Services series, the contractor will be incentivized to provide quality products in a timely manner since the Government can require the Contractor, at no additional cost, to replace or correct work that fails to meet contract requirements.
27 25 of 36 SECTION D PACKAGING AND MARKING
28 26 of 36 SECTION E INSPECTION AND ACCEPTANCE Inspection Terms Inspect at - Government Inspect by - Government Acceptance Terms Accept at - Government Accept by - Government
29 27 of 36 SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows: /1/2011-9/30/ /1/2011-9/30/ /1/2011-9/30/ /1/2011-9/30/ /1/2011-9/30/2012 CLIN - DELIVERIES OR PERFORMANCE CLIN October September 2012 CLIN October September 2013 CLIN October September 2014 CLIN October September 2015 CLIN October September 2016 CLIN October September 2012 CLIN October September 2013 CLIN October September 2014 CLIN October September 2015 CLIN October September 2016 CLIN October September 2012 CLIN October September 2013 CLIN October September 2014 CLIN October September 2015 CLIN October September 2016 CLIN October September 2012 CLIN October September 2013 CLIN October September 2014 CLIN October September 2015 CLIN October September 2016 CLIN October September 2012 CLIN October September 2013 CLIN October September 2014 CLIN October September 2015 CLIN October September 2016 Services to be performed hereunder will be provided at: NAVMISSA 300 CONVENT ST., STE 1100 SAN ANTONIO TX TEL:
30 28 of 36 SECTION G CONTRACT ADMINISTRATION DATA CONTRACT ADMINISTRATION PLAN (CAP) In order to expedite the administration of this contract, the following delineation of duties is provided. The names, addresses and phone numbers for these offices or individuals are included elsewhere in the contract award document. The office or individual designated as having responsibility should be contacted for any questions, clarifications, or information regarding the administration function assigned. 1. The Procuring Contract Office (PCO) is responsible for: a. All pre-award duties such as solicitation, negotiation and award of contracts. b. Any information or questions during the pre-award stage of the procurement. c. Freedom of Information inquiries. d. Changes in contract terms and/or conditions. e. Post award conference. 2. The Contract Administration Office (CAO) is responsible for matters specified in the FAR and DFARS except those areas otherwise designated as the responsibility of the Contracting Officer's Representative (COR) or someone else herein. 3. The paying office is responsible for making payment of proper invoices after acceptance is documented. 4. The Contracting Officer's Representative (COR) is responsible for interface with the contractor and performance of duties such as those set forth below. It is emphasized that only the PCO/CAO has the authority to modify the terms of the contract. 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. If in the opinion of the contractor an effort outside the scope of the contract is requested, the contractor shall promptly notify the PCO in writing. No action may be taken by the contractor unless the PCO or CAO has issued a contractual change. The COR duties are as follows: a. Technical Interface (1) The COR is responsible for all Government technical interface concerning the contractor and furnishing technical instructions to the contractor. These instructions may include: technical advice/recommendations/clarifications of specific details relating to technical aspects of contract requirements; milestones to be met within the general terms of the contract or specific subtasks of the contract; or, any other interface of a technical nature necessary for the contractor to perform the work specified in the contract. The COR is the point of contact through whom the contractor can relay questions and problems of a technical nature to the PCO. (2) The COR is prohibited from issuing any instruction which would constitute a contractual change. The COR
31 29 of 36 shall not instruct the contractor how to perform. If there is any doubt whether technical instructions contemplated fall within the scope of work, contact the PCO for guidance before transmitting the instructions to the contractor. b. Contract Surveillance (1) The COR shall monitor the contractor's performance and progress under the contract. In performing contract surveillance duties, the COR should exercise extreme care to ensure that he/she does not cross the line of personal services. The COR must be able to distinguish between surveillance (which is proper and necessary) and supervision (which is not permitted). Surveillance becomes supervision when you go beyond enforcing the terms of the contract. If the contractor is directed to perform the contract services in a specific manner, the line is being crossed. In such a situation, the COR's actions would be equivalent to using the contractor's personnel as if they were government employees and would constitute transforming the contract into one for personal services. (2) The COR shall monitor contractor performance to see that inefficient or wasteful methods are not being used. If such practices are observed, the COR is responsible for taking reasonable and timely action to alert the contractor and the PCO to the situation. (3) The COR will take timely action to alert the PCO to any potential performance problems. If performance schedule slippage is detected, the COR should determine the factors causing the delay and report them to the PCO, along with the contractor's proposed actions to eliminate or overcome these factors and recover the slippage. Once a recovery plan has been put in place, the COR is responsible for monitoring the recovery and keeping the PCO advised of progress. (4) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to the contract you are responsible for completing a Contractor Performance Assessment Report (CPAR) in the CPARS Automated Information System (AIS). The initial CPAR, under an eligible contract, must reflect evaluation of at least 180 days of contractor performance. The completed CPAR, including contractor comments if any, (NOTE: contractors are allowed 30 days to input their comments) should be available in the CPARS AIS for reviewing official (PCO) review no later than 270 days after start of contract performance. Subsequent CPARs covering any contract option periods should be ready at 1-year intervals thereafter. c. Invoice Review and Approval/Inspection and Acceptance (1) The COR is responsible for quality assurance of services performed and acceptance of the services or deliverables. The COR shall expeditiously review copies of the contractor's invoices or vouchers, certificate of performance and all other supporting documentation to determine the reasonableness of the billing. In making this determination, the COR must take into consideration all documentary information available and any information developed from personal observations. (2) The COR must indicate either complete or partial concurrence with the contractor's invoice/voucher by executing the applicable certificate of performance furnished by the contractor. The COR must be cognizant of the invoicing procedures and prompt payment due dates detailed elsewhere in the contract. (3) The COR will provide the PCO and the CAO with copies of acceptance documents such as Certificates of Performance.
32 30 of 36 (4) The COR shall work with the Contractor to obtain and execute a final invoice no more than 60 days after completion of contract performance. The COR shall ensure that the invoice is clearly marked as a Final Invoice. d. Contract Modifications. The COR is responsible for developing the statement of work for change orders or modifications and for preparing an independent government cost estimate of the effort described in the proposed statement of work. e. Administrative Duties (1) The COR shall take appropriate action on technical correspondence pertaining to the contract and for maintaining files on each contract. This includes all modifications, government cost estimates, contractor invoices/vouchers, certificates of performance, DD 250 forms and contractor's status reports. (2) The COR shall maintain files on all correspondence relating to contractor performance, whether satisfactory or unsatisfactory, and on trip reports for all government personnel visiting the contractor's place of business for the purpose of discussing the contract. (3) The COR must take prompt action to provide the PCO with any contractor or technical code request for change, deviation or waiver, along with any supporting analysis or other required documentation. f. Government Furnished Property. When government property is to be furnished to the contractor, the COR will take the necessary steps to insure that it is furnished in a timely fashion and in proper condition for use. The COR will maintain adequate records to ensure that property furnished is returned and/or that material has been consumed in the performance of work. g. Security. The COR is responsible for ensuring that any applicable security requirements are strictly adhered to. h. Standards of Conduct. The COR is responsible for reading and complying with all applicable agency standards of conduct and conflict of interest instructions. i. Written Report/Contract Completion Statement. (1) The COR is responsible for timely preparation and submission to the PCO, of a written, annual evaluation of the contractors performance. The report shall be submitted within 30 days prior to the exercise of any contract option and 60 days after contract completion. The report shall include a written statement that services were received in accordance with the Contract terms and that the contract is now available for close-out. The report shall also include a statement as to the use made of any deliverables furnished by the contractor.
33 31 of 36 (2) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to the contract you are responsible for completing a final Contractor Performance Assessment Report (CPAR) in the CPARS with 30 days of contract completion. (3) The COR is responsible for providing necessary assistance to the Contracting Officer in performing Contract Close-out in accordance with FAR 4.804, Closeout of Contract Files. 5. The Technical Assistant (TA), if appointed, is responsible for providing routine administration and monitoring assistance to the COR. The TA does not have the authority to provide any technical direction or clarification to the contract. Duties that may be performed by the TA are as follows: a. Identify contractor deficiencies to the COR. b. Review contract deliverables, recommend acceptance/rejection, and provide the COR with documentation to support the recommendation. c. Assist in preparing the final report on contractor performance for the applicable contract in accordance with the format and procedures prescribed by the COR. d. Identify contract noncompliance with reporting requirements to the COR. e. Review contractor status and progress reports, identify deficiencies to the COR, and provide the COR with recommendations regarding acceptance, rejection, and/or Government technical clarification requests. f. Review invoices and provide the COR with recommendations to facilitate COR certification of the invoice. g. Provide the COR with timely input regarding technical clarifications for the statement of work, possible technical direction to provide the contractor, and recommend corrective actions. h. Provide detailed written reports of any trip, meeting, or conversation to the COR subsequent to any interface between the TA and contractor. Accounting Data SLINID PR Number Amount N RCW LLA : AA D CW EK14Q
34 32 of 36 Standard Number: N RCW N RCW LLA : AA D CW EK14Q Standard Number: N RCW0002 BASE Funding Cumulative Funding MOD 01 Funding 0.00 Cumulative Funding MOD N RCW0002 ( ) LLA : AA D CW EK14Q Standard Number: N RCW N RCW LLA : AA D CW EK14Q Standard Number: N RCW N RCW LLA : AA D CW EK14Q Standard Number: N RCW N RCW LLA : AA D CW EK14Q Standard Number: N RCW0002 MOD 02 Funding 0.00 Cumulative Funding MOD 03 Funding 0.00 Cumulative Funding MOD 04 Funding 0.00 Cumulative Funding MOD 6000 N RCW0002 ( ) LLA : AA D CW EK14Q Standard Number: N RCW0002 MOD Funding Cumulative Funding
35 33 of 36 SECTION H SPECIAL CONTRACT REQUIREMENTS N/A
36 34 of 36 SECTION I CONTRACT CLAUSES OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2000) (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 five years AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability 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 to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) SUP INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (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 ing BUMED WAWF support at [email protected]. (2) WAWF Vendor Quick Reference Guides are located at the following web site: /wawf_overview/vendor_information (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets,
37 35 of 36 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 DODAACs must be entered for completion of the invoice in WAWF: ROUTING TABLE WAWF Invoice Type (2-in-1, Combo, or Cost Voucher) Combo CONTRACT NO. Issuing Office DoDAAC N62645 Admin Office DoDAAC N62645 Inspector DoDAAC (usually when Inspector & Acceptor are different people) N/A Ship To DoDAAC (for Combo), Service Acceptor DoDAAC (for 2-in-1), Service Approver DoDAAC (for Cost Voucher) N68901 Acceptance At Other DoDAAC N/A Local Processing Office (Certifier) DoDAAC N68901 DCAA Office DoDAAC (Used on Cost Voucher s only) N/A Paying Office DoDAAC HQ0248 Acceptor/COR Address [email protected] (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 Harold Burkett - [email protected] - WAWF Acceptor
38 36 of 36 SECTION J LIST OF ATTACHMENTS
The Line of Accounting information is hereby changed as follows:
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 22-May-22 ACQR 2570760 N/A 6. ISSUED BY CODE N62583 7. ADMINISTERED
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
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)
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
APPLICATION FOR THE E911 RURAL COUNTY GRANT PROGRAM
APPLICATION FOR THE E911 RURAL COUNTY GRANT PROGRAM W Form 1A, incorporated by reference in Florida Administrative Code Rule 60FF1-5.002 Rural County Grants, E911 Rural County Grant Application, effective
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
STATEMENT OF WORK. This Statement of Work (SOW) describes database programming and administration services defined as follows:
STATEMENT OF WORK 1. Scope This order will provide highly skilled Database Programming and Administration support for the unclassified Information Systems group at the Naval Research Laboratory s Naval
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
GSA Marketing. Snapshot Data
GSA Marketing Snapshot Data GSA Schedule Number: 70 GSA Contract Number: GS-35F-0546Y Contract Period: 08/01/2012-07/31/2017 Contract Administrator: Stephanie Erhueh; [email protected] Contractor
PERFORMANCE WORK STATEMENT. for. United States Air Forces in Europe (USAFE)/ Air Forces Africa (AFAFRICA)
PERFORMANCE WORK STATEMENT for United States Air Forces in Europe (USAFE)/ Air Forces Africa (AFAFRICA) Communications Directorate (A6) Task Management Tool (TMT) Support 1 TABLE OF CONTENTS Contract Number
PERFORMANCE WORK STATEMENT (PWS) 3 Aug 15 EXECUTIVE SUMMARY FOR AFAEMS / AFVEC / AI PORTAL HELPDESK SUPPORT AIR FORCE ACQUSITION TRAINING OFFICE
PERFORMANCE WORK STATEMENT (PWS) FOR AFAEMS / AFVEC / AI PORTAL HELPDESK SUPPORT 3 Aug 15 Name: Organization: AIR FORCE ACQUSITION TRAINING OFFICE SAF/AQH-ATO Address: 555 E STREET WEST, JBSA RANDOLPH,
Functional Area 3. Skill Level 301: Applications Systems Analysis and Programming Supervisor (Mercer 1998 Job 011)
Functional Area 3 Skill Level 301: Applications Systems Analysis and Programming Supervisor (Mercer 1998 Job 011) Description: Supervises activities of all applications systems analysis and programming
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
RAPID RESPONSE PROGRAM
RAPID RESPONSE PROGRAM The Best Acquisition Solution Available To All Federal Agencies Presented by: Dwayne Terry Business Development [email protected] LIFEL Page 1 of CONTENTS Organizational
PERFORMANCE WORK STATEMENT (PWS)
PERFORMANCE WORK STATEMENT (PWS) Description of Services 1.0 Scope 1.1 General This Performance Work Statement (PWS) defines the effort required to support the KC-X Program Office, Wright-Patterson AFB,
MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET UCC and CPC MDOS Letters to FileNet PROJECT MANAGER STATEMENT OF WORK (SOW)
MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET UCC and CPC MDOS Letters to FileNet PROJECT MANAGER STATEMENT OF WORK (SOW) A Pre-Qualification Program was developed to provide a mechanism for
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...
U.S. General Services Administration Federal Supply Service Authorized Federal Supply Schedule Price List
U.S. General Services Administration Federal Supply Service Authorized Federal Supply Schedule Price List Contract No. GS-10F-0125T Contract Period: 02/05/2007 to 02/04/2017 Price List Effective October
CLASS SPECIFICATION Systems Support Analyst II
San Diego Unified Port District Class Code: B211-UE03 CLASS SPECIFICATION Systems Support Analyst II FLSA Status: EEOC Job Category: Classified: Union Representation: Exempt Professionals No Unrepresented
United States Department of State Global Financial Management System (GFMS) Privacy Impact Assessment
United States Department of State Global Financial Management System (GFMS) Privacy Impact Assessment CGFS/DCFO/GFMS 1. Contact Information Privacy Impact Assessment (PIA) Department of State Privacy Coordinator
Service Schedule for CLOUD SERVICES
Service Schedule for CLOUD SERVICES This Service Schedule is effective for Cloud Services provided on or after 1 September 2013. Terms and Conditions applicable to Cloud Services provided prior to this
CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)
Michigan Department Of Transportation 5100B (05/13) CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2 REQUISITION NUMBER DUE DATE TIME DUE MDOT PROJECT MANAGER JOB
DOT.Comm Oversight Committee Policy
DOT.Comm Oversight Committee Policy Enterprise Computing Software Policy Service Owner: DOTComm Operations Effective Date: TBD Review Schedule: Annual Last Review Date: Last Revision Date: Approved by:
Program Management Office Provided Adequate Oversight of Two Contracts Supporting the Defense Enterprise Accounting and Management System
Report No. DODIG-2014-006 I nspec tor Ge ne ral U.S. Department of Defense OCTOBER 25, 2013 Program Management Office Provided Adequate Oversight of Two Contracts Supporting the Defense Enterprise Accounting
HIPAA BUSINESS ASSOCIATE AGREEMENT
HIPAA BUSINESS ASSOCIATE AGREEMENT This HIPAA Business Associate Agreement ("BA AGREEMENT") supplements and is made a part of any and all agreements entered into by and between The Regents of the University
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,
Department of Defense MANUAL. Procedures for Ensuring the Accessibility of Electronic and Information Technology (E&IT) Procured by DoD Organizations
Department of Defense MANUAL NUMBER 8400.01-M June 3, 2011 ASD(NII)/DoD CIO SUBJECT: Procedures for Ensuring the Accessibility of Electronic and Information Technology (E&IT) Procured by DoD Organizations
Please Note: Temporary Graduate 485 skills assessments applicants should only apply for ANZSCO codes listed in the Skilled Occupation List above.
ANZSCO Descriptions This ANZSCO description document has been created to assist applicants in nominating an occupation for an ICT skill assessment application. The document lists all the ANZSCO codes that
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
Exhibit to Data Center Services Service Component Provider Master Services Agreement
Exhibit to Data Center Services Service Component Provider Master Services Agreement DIR Contract No. DIR-DCS-SCP-MSA-002 Between The State of Texas, acting by and through the Texas Department of Information
OCCUPATIONAL GROUP: Information Technology. CLASS FAMILY: Security CLASS FAMILY DESCRIPTION:
OCCUPATIONAL GROUP: Information Technology CLASS FAMILY: Security CLASS FAMILY DESCRIPTION: This family of positions provides security and monitoring for the transmission of information in voice, data,
Independent Security Operations Oversight and Assessment. Captain Timothy Holland PM NGEN
Independent Security Operations Oversight and Assessment Captain Timothy Holland PM NGEN 23 June 2010 Independent Security Operations Oversight and Assessment Will Jordan NGEN Cyber Security 23 June 2010
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.
Legislative Language
Legislative Language SEC. 1. COORDINATION OF FEDERAL INFORMATION SECURITY POLICY. (a) IN GENERAL. Chapter 35 of title 44, United States Code, is amended by striking subchapters II and III and inserting
Table of Contents. Section G: Contract Administration Data Mod: AA20: (Verizon) 10/05/09-GS11T08BJD6001
Section Table of Contents Section G: Contract Administration Data Mod: AA20: (Verizon) 10/05/09- Page G.1 Contract Administration 1 G.1.1 Government Points of Contact 1 G.1.1.1 Procuring Contracting Officer
SAMPLE PWS FOR HRC MEO
PERFORMANCE WORK STATEMENT Human Resources Command (HRC) 1. Contract No. HRSOLUTIONS WILL COMPLETE 2. Requisition No. HRSOLUTIONS WILL COMPLETE 3. Amendment No. N/A 4. Scope. This task order requires that
Request for Proposals (RFP) Managed Services, Help Desk and Engineering Support for Safer Foundation www.saferfoundation.org
Request for Proposals (RFP) Managed Services, Help Desk and Engineering Support for Safer Foundation www.saferfoundation.org IMPORTANT NOTICE All proposal question and inquiries must be sent by email to
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
CASE MATTER MANAGEMENT TRACKING SYSTEM
for the CASE MATTER MANAGEMENT TRACKING SYSTEM September 25, 2009 Contact Point Mr. Donald A. Pedersen Commandant (CG-0948) (202) 372-3818 Reviewing Official Mary Ellen Callahan Chief Privacy Officer Department
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:
ADMINISTRATIVE SUPPORT AND CLERICAL OCCUPATIONS SIN 736 1
Following are the Contractor Site and Government Site Labor Categories for SIN 736-1, SIN 736-1, and SIN 736-5. Please do not hesitate to contact us at [email protected] if you have any questions ADMINISTRATIVE
How To Write A Contract For Software Quality Assurance
U.S. Department of Energy Washington, D.C. NOTICE DOE N 203.1 Approved: Expires: 06-02-01 SUBJECT: SOFTWARE QUALITY ASSURANCE 1. OBJECTIVES. To define requirements and responsibilities for software quality
EnCase Implementation Statement of Work
EnCase Implementation Statement of Work This Statement of Work ( SOW ) is an agreement by and between Guidance Software, Inc., a Delaware corporation ( GSI ) and ( Customer ), and each party
ONLINE BANKING AGREEMENT AND DISCLOSURE
ONLINE BANKING AGREEMENT AND DISCLOSURE REDNECK BANK, A DIVISION OF BANK OF THE WICHITAS P.O. BOX 852 MUSTANG, OK 73064 Redneck Bank & Bank of the Wichitas are the same financial institution. Deposits
CHAPTER 59A-23 WORKERS COMPENSATION MANAGED CARE ARRANGEMENTS 59A-23.001 Scope. 59A-23.002 Definitions. 59A-23.003 Authorization Procedures.
CHAPTER 59A-23 WORKERS COMPENSATION MANAGED CARE ARRANGEMENTS 59A-23.001 Scope. 59A-23.002 Definitions. 59A-23.003 Authorization Procedures. 59A-23.004 Quality Assurance. 59A-23.005 Medical Records and
PRIVACY IMPACT ASSESSMENT (PIA) For the
PRIVACY IMPACT ASSESSMENT (PIA) For the Naval Audit Service Information Management System (NASIMS) Department of the Navy - DON/AA - NAVAUDSVC SECTION 1: IS A PIA REQUIRED? a. Will this Department of Defense
Project Management Procedures
1201 Main Street, Suite 1600 Columbia, South Carolina 29201 Project Management Procedures Start Up The grant becomes effective upon return of one copy of the grant award executed by the Chief Executive
GENERAL SERVICES ADMINISTRATION Federal Supply Schedule Authorized Federal Supply Schedule
GENERAL SERVICES ADMINISTRATION Federal Supply Schedule Authorized Federal Supply Schedule On line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create
Subj: DEFENSE MEDICAL HUMAN RESOURCE SYSTEM INTERNET
^ ^T (ir DEPARTMENT OF THE NAVY BUREAU OF MEDICINE AND SURGERY 2300 E STREET NW WASHINGTON DC 20372.5300 I N REPLY REr To BUMED-M 1 BUMED INSTRUCTION 5312.3 From: Chief, Bureau of Medicine and Surge ry
ATTACHMENT 3 SPS PROJECT SENIOR PROGRAM MANAGER (SPM) DUTIES & RESPONSIBILITIES
1. ROLE DEFINITIONS ATTACHMENT 3 SPS PROJECT SENIOR PROGRAM MANAGER (SPM) DUTIES & RESPONSIBILITIES The purpose of this section is to distinguish among the roles interacting with the SPM obtained through
- ATTACHMENT - PROGRAM MANAGER DUTIES & RESPONSIBILITIES MARYLAND STATE POLICE W00B0400021
- ATTACHMENT - PROGRAM MANAGER DUTIES & RESPONSIBILITIES MARYLAND STATE POLICE W00B0400021 About this document this is a detailed description of typical Project Manager (PM) duties, responsibilities, and
Corporate Property Automated Information System CPAIS. Privacy Impact Assessment
Corporate Property Automated Information System CPAIS Privacy Impact Assessment May 2003 CONTENTS Background...3 Access to the Data...5 Maintenance of Administrative Controls...9 1 Introduction The Office
Department of Defense INSTRUCTION. DoD and Department of Veterans Affairs (VA) Health Care Resource Sharing Program
Department of Defense INSTRUCTION NUMBER 6010.23 January 23, 2012 Incorporating Change 1, Effective October 3, 2013 USD(P&R) SUBJECT: DoD and Department of Veterans Affairs (VA) Health Care Resource Sharing
Department of Defense DIRECTIVE
Department of Defense DIRECTIVE NUMBER 5400.11 October 29, 2014 DCMO SUBJECT: DoD Privacy Program References: See Enclosure 1 1. PURPOSE. This directive: a. Reissues DoD Directive (DoDD) 5400.11 (Reference
PHASE 9: OPERATIONS AND MAINTENANCE PHASE
PHASE 9: OPERATIONS AND MAINTENANCE PHASE During the Operations and Maintenance Phase, the information system s availability and performance in executing the work for which it was designed is maintained.
SECTION J. List of attachments. 1. Labor Category Descriptions (29 pages) 2. List of Acronyms (2 pages) 3. Experience Format (1 Page)
SECTION J List of attachments ATTACHMENT NO. TITLE 1. Labor Category Descriptions (29 pages) 2. List of Acronyms (2 pages) 3. Experience Format (1 Page) 4. Company Profile (1 Page) 5. Past Performance
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
GSA SCHEDULE: PROFESSIONAL ENGINEERING SERVICES (PES) - FSC GROUP 871 CONTRACT # - GS-10F-0254U
GSA SCHEDULE: (PES) - FSC GROUP 871 CONTRACT # - GENERAL SERVICES ADMINISTRATION Federal Supply Service Authorized Federal Supply Schedule Price List On-line access to contract ordering information, terms
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.
EnCase Implementation Statement of Work
EnCase Implementation Statement of Work This Statement of Work ( SOW ) is an agreement by and between Guidance Software, Inc., a Delaware corporation ( GSI ) and ( Customer ), and each party
Kaiser Permanente Affiliate Link Provider Web Site Application
Kaiser Foundation Health Plan of Colorado Kaiser Permanente Affiliate Link Provider Web Site Application FOR PROVIDERS CONTRACTED WITH KAISER IN THE COLORADO REGION ONLY Page 1 of 7 Kaiser Permanente Affiliate
CASH MANAGEMENT POLICIES AND PROCEDURES HANDBOOK
F-1 CASH MANAGEMENT POLICIES AND PROCEDURES HANDBOOK APPENDIX F. PROMPT PAYMENT REQUIREMENTS Section 1.0 General This appendix to the Handbook establishes Department of Commerce policies and procedures
CHAPTER 267. BE IT ENACTED by the Senate and General Assembly of the State of New Jersey:
CHAPTER 267 AN ACT concerning third party administrators of health benefits plans and third party billing services and supplementing Title 17B of the New Jersey Statutes. BE IT ENACTED by the Senate and
HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) TERMS AND CONDITIONS FOR BUSINESS ASSOCIATES
HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) TERMS AND CONDITIONS FOR BUSINESS ASSOCIATES I. Overview / Definitions The Health Insurance Portability and Accountability Act is a federal law
JOB DESCRIPTION CONTRACTUAL POSITION
Ref #: IT/P /01 JOB DESCRIPTION CONTRACTUAL POSITION JOB TITLE: INFORMATION AND COMMUNICATIONS TECHNOLOGY (ICT) SECURITY SPECIALIST JOB SUMMARY: The incumbent is required to provide specialized technical
DEPARTMENTAL DIRECTIVE
ADMINISTRATIVE COMMUNICATIONS SYSTEM U.S. DEPARTMENT OF EDUCATION DEPARTMENTAL DIRECTIVE OM:5-101 Page 1 of 17 (07/16/2010) Distribution: All Department of Education employees Approved by: /s/ Winona H.
FIRST REPUBLIC BANK ONLINE BANKING AGREEMENT
FIRST REPUBLIC BANK ONLINE BANKING AGREEMENT I. Introduction This Agreement between you and First Republic Bank ("Bank"), governs the use of the Bank's Internet Banking services ("Online Banking"). These
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
PROJECT MANAGEMENT PLAN TEMPLATE < PROJECT NAME >
PROJECT MANAGEMENT PLAN TEMPLATE < PROJECT NAME > Date of Issue: < date > Document Revision #: < version # > Project Manager: < name > Project Management Plan < Insert Project Name > Revision History Name
Your Software Quality is Our Business. INDEPENDENT VERIFICATION AND VALIDATION (IV&V) WHITE PAPER Prepared by Adnet, Inc.
INDEPENDENT VERIFICATION AND VALIDATION (IV&V) WHITE PAPER Prepared by Adnet, Inc. February 2013 1 Executive Summary Adnet is pleased to provide this white paper, describing our approach to performing
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
United States Air Forces Europe (USAFE) Theater Battle Management Core Systems (TBMCS) Unit Level Support
United States Air Forces Europe (USAFE) Theater Battle Management Core Systems (TBMCS) Unit Level Support 1.0 DESCRIPTION OF SERVICES: 1.1. Purpose: HQ United States Air Forces Europe (USAFE) Directorate
MAILGUARD, WEBGUARD AND EMAIL ARCHIVING SERVICE SCHEDULE
MAILGUARD, WEBGUARD AND EMAIL ARCHIVING SERVICE SCHEDULE 1. APPLICABILITY This Service Schedule is applicable only to the COF for the purchase of Mail Guard, Web Guard and Mail Archiving Services, to the
CLASS SPECIFICATION Systems Support Analyst I
San Diego Unified Port District Class Code: B837-UE03 CLASS SPECIFICATION Systems Support Analyst I FLSA Status: EEOC Job Category: Classified: Union Representation: Exempt Professionals No Unrepresented
ITIL Roles Descriptions
ITIL Roles s Role Process Liaison Incident Analyst Operations Assurance Analyst Infrastructure Solution Architect Problem Manager Problem Owner Change Manager Change Owner CAB Member Release Analyst Test
BUSINESS ASSOCIATE AGREEMENT
BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT ( Agreement ) is entered into by and between (the Covered Entity ), and Iowa State Association of Counties (the Business Associate ). RECITALS
SEALED BID REQUEST FOR INFORMATION
Department of Buildings and General Services Purchasing & Contract Administration 10 Baldwin St. Agency of Administration Montpelier VT 05633 [phone] 802-828-2210 [Fax] 802-828-2222 www.bgs.state.vt.us
1 OPPORTUNITY SUMMARY
REQUEST FOR PROPOSALS: MANAGED SERVICES FOR INFRASTRUCTURE AND IT SUPPORT SERVICES Posting Date: Thursday, January 7, 2016 Due Date: Friday, February 5, 2016 1 OPPORTUNITY SUMMARY The Massachusetts Clean
REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES
REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES July 25, 2012 I. INTRODUCTION The Corporation for Public Broadcasting (CPB) is interested in selecting an experienced firm specializing in benefit
Department of Defense INSTRUCTION
Department of Defense INSTRUCTION NUMBER 1322.19 March 14, 2013 USD(P&R) SUBJECT: Voluntary Education Programs in Overseas Areas References: See Enclosure 1. 1. PURPOSE. This instruction: a. Reissues DoD
