PERFORMANCE WORK STATEMENT (PWS)
|
|
|
- Barbra McDowell
- 9 years ago
- Views:
Transcription
1 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, OH, weapon system acquisition and sustainment activities. This task order shall involve Acquisition Program Management Support for the entire acquisition effort Task Proposal The Contractor shall provide a Proposal in response to this PWS. This effort shall be proposed on a Time-and-Materials (T&M) basis in accordance with the task order schedule. Only upon Contracting Officer authorization and funding of a Contract Line item (CLIN) shall the Contractor proceed with any effort. The Contractor shall provide firm labor rates, estimated labor amounts, and a ceiling price for each CLIN, in accordance with Attachment 2, Labor Category Rate Matrix (see Appendix A, Workload Estimate) Period of Performance The period of performance for this PWS will be twelve (12) months from date of award. Performance shall take place at the facilities of the Contractor and its subcontractors as applicable, and on or off-site from Government locations Contract Management The Contractor shall establish processes and assign appropriate resources to effectively administer the task order. Duties include, but are not limited to, responding to Government requests for contractual actions in a timely fashion, and maintaining proper/accurate timekeeping records of personnel assigned to work on the task orders Performance under this order shall be documented in accordance with the Data Requirements of Section Government Furnished Equipment/Material/Facilities The Government will provide adequate physical work space for required on-site support and will furnish the following to facilitate on-site support: desk, phone, computer equipment (to include all necessary hardware & software), an electronic mail ( ) account, use of the Government telephone, facsimile machine, copier usage, as required by these positions Government personnel will be made available to provide technical input, answer questions, review completed draft deliverables, provide feedback, and provide shipping directions for deliverable products. 1.3 Inspection and Acceptance / Free-On-Board (FOB) Inspection / Acceptance shall be at destination and FOB shall be destination. 1.4 Security Contractor Visitor Group Security Agreement
2 88TH ABW/IPD will coordinate a Contractor Visitor Group Security Agreement between the Contractor containing specific actions to be taken by each party to protect classified information involved in contract performance. The Agreement will outline responsibilities in the following areas: Contractor security supervision; Standard Practice Procedures; access, accountability, storage, and transmission of classified material; marking requirements; security education; personnel security clearances; reports; security checks; security guidance; emergency protection; protection of government resources; DD Forms 254; periodic security reviews; and other responsibilities as required Contract Security Overarching contract security requirements, and Contractor access to classified information, shall be as specified in the basic DD Form 254 for this task order. All contractor personnel with access to unclassified information systems, including , shall have at a minimum a favorable National Agency Check with Inquiries (NACI) OPSEC Requirements. A Program Protection Plan (PPP) and supporting annexes will be provided as Government Furnished Information (GFI). The contractor will follow guidance in the PPP and annexes for protection of Critical Program Information (CPI) identified in the PPP. The contractor will, as requested by the government, provide input to updates of the PPP and associated annexes. Any modifications or deviations to the PPP or annexes will be made in writing by the Program Manager (PM). Requests for clarification of the PPP or annexes will be made by the contractor to the PM not later than thirty (30) days from receipt of the PPP, its annexes, or updates thereof. 1.5 Hours of Operation Normal Hours KC-X Program Office normal hours of operation are Monday through Friday, 0800 to 1700, except federal holidays. The Contractor shall have the flexibility to schedule individuals outside the normal hours, with prior approval of the Contracting Officer, to support the KC-X Program Office mission. In no case, however, shall on-site support be provided outside normal hours when there are no Government employees in the work area Holidays The Contractor is not required to provide service on the following U.S. Federal holidays: New Year s Day Independence Day Veterans Day Martin Luther King Day Labor Day Thanksgiving Day Presidents Day Columbus Day Christmas Day Memorial Day 1.6 Quality Control The Contractor shall provide quality services/products and management oversight of all processes. The Contractor shall provide accurate data/reports and meet task order objectives, with emphasis on overall success and positive impact to the acquisition program and organizational mission. The Contractor shall provide for the management and support of personnel, to include training, guidance, and supervision of qualified personnel to accomplish the task order The Government will evaluate the Contractor s performance in accordance with a Performance Plan. The Quality Assurance Personnel (QAP) and designated alternates are representatives of the Contracting Officer (CO) and will participate in the administration of this task order. For purposes of this task order, the terms QAP and Contracting Officer Representative (COR) are interchangeable The QAP or alternate will inform the Contractor when discrepancies occur and will request corrective action. The QAP or alternate will make a notation of the discrepancy with
3 the date, time and discrepancy that was noted; and request the authorized Contractor representative to provide the appropriate correction action. 1.7 Business Relations The Contractor shall successfully integrate and coordinate all activity needed to execute the task order, including the timeliness, completeness and quality of problem identification, corrective actions plans, proposal submittals, timely identification of issues in controversy, effective/responsive management of subcontractors, customer satisfaction, and professional and ethical behavior of the Contractor management personnel. 1.8 Safety Requirements The Contractor is solely responsible for compliance with all federal, state and local laws, the Occupational, Safety and Health Act (OSHA) (Public Law ) and the resulting standards, OSHA Standards 29 CFR 1910 and 1926, as applicable, and the protection of their employees. Additionally, the Contractor is responsible for the safety and health of all subcontractor employees. 2.0 Services Summary (SS) *CPARS = Contractor Performance Assessment Reporting System 3.0 Base Support and Services 3.1 The support and services of this contract shall require collocation of Government and Contractor staffs in a Government furnished facility. The Government shall provide a facility on Wright- Patterson AFB, OH currently designated as Building 558 and Building 570, Area B. This office space shall include office furniture, office equipment (copiers, fax machine), telephones and computer workstations The Contractor shall establish and implement methods of tracking all keys/key cards/building access cards/badges issued to the Contractor by the Government. The Contractor shall ensure that keys/key cards are not lost, misplaced, duplicated, nor used by unauthorized persons. The Contractor shall turn-in any issued keys by personnel who no longer require access to locked areas. The Contractor shall report to the QAP or Contracting Officer any occurrences of lost or duplicated keys The Contractor shall prohibit the use of Government issued keys by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor's employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer The Contractor shall conduct end-of-day security checks of their work areas including but not limited to ensuring computers are shut down, desks are cleared and appropriate doors are locked. The Contractor shall not be responsible for performing end of the day security for office areas occupied by Government employees or other Contractors. The Contractor shall support Force Protection Security Operations for building security including but not limited to roving patrols, door monitoring, end-of-day security checks, and posting Force Protection signs. The Contractor shall not be responsible for Point of Entry ID checks during Force Protection elevation The Contractor shall be responsible for safeguarding all Government property provided for Contractor use and shall be responsible for any damage, maintenance, or replacement of any Government property due to negligence of service provider personnel.
4 3.2 The Government shall provide the Contractor access to the Local Area Network (LAN). Through the LAN, the Government shall provide the Contractor access to unclassified Government data and information applicable to accomplishing the KC-X mission Contractors requiring access to unclassified computer systems or networks for employees and/or Contractor owned ADPE shall comply with specific network access requirements and ADPE restrictions Computer and Network Access Requirements for Users and Equipment - Compliance with the instructions listed below is mandatory when performance under this contract requires access to Air Force unclassified computer systems or networks (stand alone or networked) and/or when Contractor-owned Automated Data Processing Equipment (ADPE) will be used to access Air Force unclassified computer systems or networks (stand alone or networked) Foreign Nationals - HQ AFMC approval is required for network connectivity or access to a Government system by foreign nationals. Foreign nationals shall not be authorized interim access to unclassified Government automated information systems Account Revalidation - Each Contractor employee, representative, or subcontractor employee authorized user shall revalidate their account information yearly. ASC/WK will provide instructions to all users, directing them to the appropriate web location containing forms and instructions. A compliance suspense date will be established. Accounts that are not revalidated after the established suspense date shall be disabled. 3.3 Emergency Medical Service - The Government will provide emergency medical treatment and emergency patient transportation service for Contractor personnel who are injured or become critically ill during on-site performance of this contract. The Contractor shall reimburse the Government for the cost of medical treatment and patient transportation service at the current inpatient or outpatient treatment rate, as appropriate. 3.4 Security Police - The Government will provide general on-base Security Police service. Security Police telephone extension is 911 for emergencies, and (937) for routine calls. 3.5 Continuation of Essential Department of Defense (DoD) Contractor Service During Crisis. All services to be performed under the contract have been determined to be non-essential for performance during crisis. However, according to Department of Defense Instruction (DoDI) , Continuation of Essential DOD Contractor Services during a crisis and Air Force implementation thereof, some services may be required to support an activation or exercise of contingency plans outside the normal duty hours. The base could be closed because of security problems or other events. Should one of these situations occur, the CO would determine services required during the crisis. Unless otherwise notified by the Government, the Contractor should listen to, or watch, one of the local television or radio stations for notification of a possible base closure. The Contractor shall not receive any other form of notification of a base closure from the Government, unless contacted by the Contracting Officer or the QAP. The Contractor is responsible for notifying his/her employees. The Contractors do not report when the base is closed. 4.0 Labor Categories Contractor shall propose labor categories and a labor hour mix to meet the requirements in this PWS. Proposal response to this PWS will be evaluated to see if the proposed labor category and associated labor hour mix is appropriate for this effort and the total price is reasonable. Respondent shall use the Contractor s General Services Administration (GSA) Management, Organizational, and Business Improvement Services (MOBIS) schedule, GSA contract GS-10F-0233V, or other appropriate GSA schedule. 5.0 Requirements
5 The tasks described in this section identify those services the Contractor may be required to perform. The Contractor shall assist in identifying and resolving support requirements for the entire acquisition effort for the KC-X Program Office. 5.1 Acquisition Program Management Support The Contractor shall apply knowledge and experience in acquisition program management philosophy, policies, and procedures to Air Force systems, subsystems, and equipment procurement activities, post award project/program management tasks, and acquisition programs throughout their life cycles. The Contractor shall assign personnel at Senior Analyst, Subject Matter Expert, and Program Manager levels, as required, to provide services as described below in execution of its Acquisition Program Management Support mission Acquisition Program Management Support Documents The Contractor shall develop and/or maintain the following: Provide Contractor specific Test and Evaluation Master Plans (TEMPs), one for each Contractor in the KC-X source selection Provide Memorandum of Agreements (MOAs) for all non-signatory Participating Test Organizations (PTOs) Develop test execution metrics plan Provide vendor-specific Cost Analysis Requirements Documents (CARDs) Provide Draft documents for Milestone status briefings, Defense Acquisition Board (DAB) briefings, and Acquisition Strategy Panel (ASP) briefings to include status and coordination briefings and an integrated documentation schedule. Ensure materials conform with DoDI and the updated AFI directions Provide a U.S.C 2366b Compliance Certification document which incorporates KC-X acquisition and procurement strategy changes Provide a Clinger-Cohen Compliance Certification document which incorporates KC-X acquisition and procurement strategy changes Provide an Interoperability Certification which incorporates KC-X acquisition and procurement strategy changes Provide a Systems Engineering Plan (SEP) which incorporates KC-X acquisition and procurement strategy changes Provide consolidated list of Government test requirements that will be provided to the Contractor for incorporation and de-confliction when developing the Integrated Test Plan (ITP) (CDRL). Will require someone with a DOORS license, access to the current KC-X CDDSRD DOORS database, and the knowledge to enter and manipulate the test data. Provide Integrated Test Event Matrix (ITEM) consolidation, de-confliction, efficiency analysis and prioritization for multiple test organizations inputs Provide an updated DOORS database to include Capability Development Document (CDD) to System Requirements Document (SRD) to System Specification traceability. Provide a Corrosion Prevention Control Plan (CPCP) Provide other KC-X acquisition program management related studies and analysis, as directed by the Contracting Officer All reports shall be in accordance with CDRL A Acquisition Program Management Support Services The Contractor shall assist in the identification of requirements to support the acquisition, sustainment, and supportability required for the KC-X system. Contractor shall support management of the acquisition, modification, and support of all requirements. The
6 Contractor shall accomplish studies and analyses when new requirements are identified or when changes to existing support concepts are anticipated. These analyses shall include recommendations to enable the Government to make informed decisions Assigned personnel shall participate in developing long term weapon system supportability approaches that further Government acquisition strategy goals and objectives. The Contractor may be required to accomplish or review logistics support documentation that includes the following: Integrated Logistics Support Plans, Technical Orders, Technical Manuals, Electronic Technical Manuals, Illustrated Parts Breakdowns, and work specifications to ensure the documentation meets Government logistics support requirements. The Contractor shall participate in integrated logistics support management team meetings, program management reviews, and other related meetings. In addition, the Contractor shall assist the Government in performing logistics support analysis tasks The Contractor shall perform technical engineering requirements associated with procurement, sustainment, modification, and performance of specific systems or sub-systems; provide technical guidance, data analysis, reports, assist in the coordination of all technical activities to include system analysis and facilities. The Contractor shall perform analyses of sustainment or related Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues and recommend suitable replacements The Contractor shall also perform engineering evaluations of prime and subcontractor recommendations for operational and support issues such as: evaluations of Advance Change Study Notices (ACSNs), Engineering Change Proposals (ECPs), Contractor Change Proposals (CCPs), Federal Aviation Administration (FAA) Bulletins and related documents. This also includes participation at technical interchange meetings, design reviews, program management reviews, and other meetings as required The Contractor shall assist in defining test requirements, developing test plans and procedures, perform tests (e.g., structural integrity, electrical) on aircraft subsystems (e.g. structures, avionics), document test results, and analyze test documentation The Contractor shall assist the Government in accomplishing the review of delivered PME and SE engineering data that includes engineering drawings, performance specifications, software configuration documentation, interface control documentation, and commercial item descriptions to ensure the deliverable documentation meets USAF technical and programmatic requirements. The Contractor shall develop and submit product data or perform configuration management activities as specified on individual Tasks The Contractor shall assist the Government in documenting proposal evaluations during the KC-X source selection All functions related to Acquisition Program Management Support shall be on an advisory basis only. Please be advised that since the awardee of this task order will provide technical direction, specifications, work statements, and evaluation services, some restrictions on future activities of the awardee may be required in accordance with FAR Contractor personnel performing such services shall be required to sign a nondisclosure agreement. (See Appendix B KC-X Source Selection Non-Disclosure Agreement ) 6.0 Program Travel 6.1 The Contractor shall perform all travel necessary to accomplish the tasks contained in this task order. At a minimum, the Contractor shall be prepared to travel in conjunction with studies, vendor site visits, and to provide support at Government meetings. All travel requirements shall be approved in advance by the Contracting Officer or the QAP. The Contractor shall be responsible for making all travel arrangements.
7 6.2 Costs for transportation may be based upon mileage rates, actual costs incurred, or a combination thereof, provided the method used results in a reasonable charge. Travel costs shall be considered reasonable and allowable only to the extent that they do not exceed on a daily basis, the maximum per diem rates in effect at the time of the travel. No indirect or labor costs shall be allowed under the Travel CLIN. The Joint Travel Regulations (JTR), while not wholly applicable to Contractors shall provide the basis for the determination as to reasonable and allowable. Maximum use is to be made of available customary standard coach or equivalent airfare accommodations available during normal business hours. Exceptions to these guidelines shall be approved in advance by the Contracting Officer or his/her designee. 7.0 Data Requirements 7.1 The Contractor shall provide Monthly Contractor s Progress, Status and Management Reports (CDRL A001) 7.2 When requested by the Contracting Officer or as otherwise specified within this PWS, the Contractor shall provide the data required and specified in each task described in Paragraph 5.1.1above (CDRL A002) 8.0 Government Use of Data Reference DFARS clause (b)(1)(ii) Rights in Technical Data - Noncommercial Items: The Government shall have unlimited rights to "Studies, analyses, test data, or similar data produced for this contract, when the study, analysis, test or similar work was specified as an element of performance." 9.0 Organizational Conflict of Interest All functions related to Acquisition Support shall be on an advisory basis only. Please be advised that since the awardee of this task order will provide systems engineering, technical direction, specifications, work statements, and/or evaluation services, some restrictions on future activities of the awardee may be required in accordance with FAR 9.5. Contractor personnel shall be required to sign a Non-disclosure statement. (Appendix B) 10.0 Contractor Identification Contractor employees shall identify themselves as Contractor personnel by introducing themselves or being introduced as Contractor personnel and displaying distinguishable badges or other visible identification for meetings with Government personnel. In addition, Contractor personnel shall appropriately identify themselves as Contractor employees in telephone conversations and in formal and informal written correspondence.
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
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,
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
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
Selected Troublesome/Unacceptable Clauses Related to Information Release and Foreign Nationals
Selected Troublesome/Unacceptable Clauses Related to Information Release and Foreign Nationals (Note: Please review the applicable clause in the most current version available to you to ensure you have
Accredited Continuing Medical Education and Continuing Education for Clinicians
Accredited Continuing Medical Education and Continuing Education for Clinicians REQUEST FOR PROPOSAL RFP # PCO-ACME&CEC2014 August 5, 2014 KEY DATES Request for Proposal Released August 5, 2014 Deadline
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
PURCHASE ORDER TERMS AND CONDITIONS FOR MANUFACTURING MANAGEMENT PROGRAMS MIL-STD-1528A APPENDIX 2
08/27/91 PURCHASE ORDER TERMS AND CONDITIONS FOR MANUFACTURING MANAGEMENT PROGRAMS MIL-STD-1528A APPENDIX 2 1. The Seller, upon acceptance of this purchase order, shall establish and/or maintain a Manufactured
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
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
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
DEPARTMENT OF THE AIR FORCE HEADQUARTERS AERONAUTICAL SYSTEMS CENTER (AFMC) WRIGHT-PATTERSON AIR FORCE BASE OHIO
DEPARTMENT OF THE AIR FORCE HEADQUARTERS AERONAUTICAL SYSTEMS CENTER (AFMC) WRIGHT-PATTERSON AIR FORCE BASE OHIO BULLETIN AWB 002A 17 May 2011 ((supersedes AWB-002) United States Air Force (USAF) Airworthiness
Office of Small and Disadvantage Business Utilization (OSDBU) Logistics Support Contract
Office of Small and Disadvantage Business Utilization (OSDBU) Logistics Support Contract 1. Introduction. The Department of Veteran Affairs (VA) Office of Small and Disadvantaged Business Utilization (OSDBU)
UNITED STATES DEPARTMENT OF EDUCATION OFFICE OF INSPECTOR GENERAL. September 24, 2010
UNITED STATES DEPARTMENT OF EDUCATION OFFICE OF INSPECTOR GENERAL September 24, 2010 AUDIT SERVICES FINAL ALERT MEMORANDUM TO: Danny Harris Chief Information Officer Office of the Chief Information Officer
Software Quality Subcontractor Survey Questionnaire INSTRUCTIONS FOR PURCHASE ORDER ATTACHMENT Q-201
PURCHASE ORDER ATTACHMENT Q-201A Software Quality Subcontractor Survey Questionnaire INSTRUCTIONS FOR PURCHASE ORDER ATTACHMENT Q-201 1. A qualified employee shall be selected by the Software Quality Manager
GENERAL SERVICES ADMINISTRATION Federal Acquisition Service Mission Oriented Business Integrated Services (MOBIS) SCHEDULE PRICE LIST
GENERAL SERVICES ADMINISTRATION Federal Acquisition Service Mission Oriented Business Integrated Services (MOBIS) SCHEDULE PRICE LIST SIN 874-7 Interior Systems, Inc., dba ISI Professional Services 1201
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
Rights upon Delivery or When? Holly Emrick Svetz i
Rights upon Delivery or When? Holly Emrick Svetz i For years, contractors have given government employees assess to technical data that is not a deliverable under the contract -- in slides at design review,
MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security
MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security 1. PURPOSE This memorandum sets forth an understanding of contract audit coverage and related audit
Department of Defense INSTRUCTION. SUBJECT: Information Assurance (IA) in the Defense Acquisition System
Department of Defense INSTRUCTION NUMBER 8580.1 July 9, 2004 SUBJECT: Information Assurance (IA) in the Defense Acquisition System ASD(NII) References: (a) Chapter 25 of title 40, United States Code (b)
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
MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security
MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security 1. PURPOSE This memorandum sets forth an understanding of contract audit coverage and related audit
DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT. This handbook is for guidance only. Do not cite this document as a requirement.
NOT MEASUREMENT SENSITIVE MIL-HDBK-512 04 October 2000 DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT This handbook is for guidance only. Do not cite this document as a requirement. AMSC N/A DISTRIBUTION
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...
Department of Defense INSTRUCTION
Department of Defense INSTRUCTION NUMBER 7750.07 October 10, 2014 DoD CIO SUBJECT: DoD Forms Management Program References: See Enclosure 1 1. PURPOSE. This instruction: a. Reissues DoD Instruction (DoDI)
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
ScerIS Support Options
ScerIS Support Options Table of Contents Maintenance and Support... 3 Maintenance... 3 Support and Value Added Services... 4 Support and Value Added Services Pricing... 4 ScerIS Holidays... 8 Telephone
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
This revision replaces AF Form 40A with AF Form 1289 in Attachment 3. A bar ( ) indicates a revision from the previous version.
BY ORDER OF THE SECRETARY OF THE AIR FORCE AIR FORCE INSTRUCTION 36-8002 1 JULY 1998 Personnel TELECOMMUTING GUIDELINES FOR AIR FORCE RESERVISTS AND THEIR SUPERVISORS COMPLIANCE WITH THIS PUBLICATION IS
SPAWAR HQ ARCHITECTURE AND HUMAN SYSTEMS GROUP Human-Systems Integration/Systems Engineering Support Performance Work Statement
SPAWAR HQ ARCHITECTURE AND HUMAN SYSTEMS GROUP Human-Systems Integration/Systems Engineering Support Performance Work Statement 1.0 INTRODUCTION The Department of the Navy Space and Naval Warfare Systems
Defense Security Service
Defense Security Service Electronic Fingerprint Capture Options for Industry Version 2.0 January 2013 Issuing Office: Defense Security Service Russell Knox Building 27130 Telegraph Rd Quantico VA 22134
Acquisition Guide Chapter 42.5 Attachment 1 CMP Template. CONTRACT MANAGEMENT PLAN TEMPLATE (Optional) CONTRACT MANAGEMENT PLAN
CONTRACT MANAGEMENT PLAN TEMPLATE (Optional) CONTRACT MANAGEMENT PLAN CONTRACTING ACTIVITY NAME CONTRACT NUMBER DATE Name Contracting Officer Office Symbol, Telephone Number Date Name Head of Contracting
Colocation Center Policies & Procedures
Integra Integra Telecom, Inc. has adopted the following Policies and Procedures related to our Colocation Services and use of our Colocation Centers. The Policies and Procedures are subject to change as
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
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
GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (GIDEP) REQUIREMENTS GUIDE
GIDEP PUBLICATION 1 GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (GIDEP) REQUIREMENTS GUIDE STATEMENT A APPROVED FOR PUBLIC RELEASE DISTRIBUTION UNLIMITED GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM APRIL 2008
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 ---
HVAC MAINTENANCE AND REPAIR SERVICE SPECIFICATIONS
GENERAL PROVISIONS General Requirements Contract Validity Period Option to Extend Subcontracting Estimated Quantities Experience Requirements Work Notification Permits Character of Workers and Equipment
TC-UPDATE (11/10) 52.222-39 252.204-7009. 12. Requirements Regarding Potential Access to Export-Controlled Items
TC-UPDATE (11/10) The following updates reflect changes to various provisions and clauses of U.S. Government acquisition regulations, including the Federal Acquisition Regulations (FAR) and the Department
Department of Defense MANUAL
Department of Defense MANUAL NUMBER 5000.04-M-1 November 4, 2011 CAPE SUBJECT: Cost and Software Data Reporting (CSDR) Manual References: See Enclosure 1 1. PURPOSE. This Manual: a. Reissues DoD 5000.04-M-1
Authorized Federal Supply Schedule Mission Oriented Business Integrated Services (MOBIS) Schedule Price List FSC Group: 874 FSC Class: R499
Authorized Federal Supply Schedule Mission Oriented Business Integrated Services (MOBIS) Schedule Price List FSC Group: 874 FSC Class: R499 On-line access to contract ordering information, terms and conditions,
Uncontrolled Document
SOUTHWEST RESEARCH INSTITUTE QUALITY SYSTEM MANUAL July 2015 Revision 5 Quality System Manual Page iii TABLE OF CONTENTS 1.0 PURPOSE... 1 2.0 SCOPE... 1 3.0 TERMS AND DEFINITIONS... 2 4.0 QUALITY MANAGEMENT
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
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
NOAALINK EXAMPLE. U.S. Department of Commerce NOAA
NOAALINK EXAMPLE U.S. Department of Commerce NOAA IT Service Support Performance Work Statement 1/1/2014 Page 1 of 15 PART 1 INFORMATION 1.0 Detailed PWS Information 1.01 Background: The National Oceanic
Old Phase Description New Phase Description
Prologue This amendment of The FAA and Industry Guide to Product Certification (CPI Guide) incorporates changes based on lessons learned and supports the broader use of this guide by providing additional
Time-and-Materials and Labor-Hour Contracts The New Policies
Time-and-Materials and Labor-Hour Contracts The New Policies Overview: Time-and-materials and labor-hour (T&M/LH) contracts are the least preferred contract types, but they may play an important role in
Cost and Software Data Reporting (CSDR) Manual
DoD 5000.04 M 1 Cost and Software Data Reporting (CSDR) Manual April 18, 2007 Cost Analysis Improvement Group FOREWORD This Manual reissues DoD 5000.4-M-1 (Reference (a)) pursuant to the authority of DoD
Subj: Appointment as a Contracting Officer's Technical Representative (COTR)
Attachment (1) Agency/Component letterhead Subj: Appointment as a Contracting Officer's Technical Representative (COTR) From: (Insert name of Contracting Officer) To: (Insert name of prospective COTR)
3-0127 ADMINISTRATION & FINANCE August 2010 FEDERAL PROPERTY MANAGEMENT STANDARDS
[ FEDERAL PROPERTY MANAGEMENT STANDARDS 3-0127 ADMINISTRATION & FINANCE August 2010 1.01 The Director of Budget Operations through the Associate Vice President for Administration and Finance is designated
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
Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15
S PRINGFIELD UTILITY BOARD Electric Service Center Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 Proposals Due: March 12, 2015 @ 2:00 pm Technical Questions RFP
Washington, DC 20024. Contract period: 04.16.2013 to 04.15.2018 North Star Group, LLC. 600 Maryland Ave SW, Suite 860E
Contract Vehicle Schedule 874 Mission Oriented Business Integrated Services (MOBIS) Contract #: GS10F0205U For more information on ordering from Federal Supply Schedules click on the FSS Schedules button
Department of Defense DIRECTIVE. SUBJECT: Management of the Department of Defense Information Enterprise
Department of Defense DIRECTIVE SUBJECT: Management of the Department of Defense Information Enterprise References: See Enclosure 1 NUMBER 8000.01 February 10, 2009 ASD(NII)/DoD CIO 1. PURPOSE. This Directive:
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.
Project Management Plan for
Project Management Plan for [Project ID] Prepared by: Date: [Name], Project Manager Approved by: Date: [Name], Project Sponsor Approved by: Date: [Name], Executive Manager Table of Contents Project Summary...
DOECAA Spring Conference Presentation. Cost Reimbursement Contracting Issues - DOE Proposed Business System Rule
DOECAA Spring Conference Presentation Cost Reimbursement Contracting Issues - DOE Proposed Business System Rule Mary Karen Wills, CPA Director/Leader, BRG Government Contracts 2014 Berkeley Research Group
DLA Corporate Intern Program
DLA Corporate Intern Program The Program is a 2-year corporate training program designed to train entry-level personnel for subsequent advancement to the journey-level in professional, administrative,
Additional Terms And Conditions Taiwan Air Force (TAF) E-2T Aircraft Retrofit of TW 1-4 (Prime Contract No. N00019-09-C-0040)
Additional Terms And Conditions Taiwan Air Force (TAF) E-2T Aircraft Retrofit of TW 1-4 (Prime Contract No. N00019-09-C-0040) All of the additional terms and conditions set forth below are incorporated
City facilities that are currently part of the System are listed below. Other City facilities may be added in the future.
Equipment and Building Services Department, Security Division Introduction The City of Dallas (City) Equipment and Building Service (EBS) Security Division is requesting Bids to provide Security System
FedRAMP Standard Contract Language
FedRAMP Standard Contract Language FedRAMP has developed a security contract clause template to assist federal agencies in procuring cloud-based services. This template should be reviewed by a Federal
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
Statement Of Objectives (SOO) Information Guide
Statement Of Objectives (SOO) Information Guide 20 Jun 03 Prepared by OC-ALC/AE (ACE) TABLE OF CONTENTS SECTION PARAGRAPH/TITLE 1. Introduction:... 1 2. Purpose:... 1 3. SOO Development Process:... 1 4.
EDGE Auditor Examination
Candidate Information Bulletin EDGE Auditor Examination EXCELLENCE IN DESIGN FOR GREATER EFFICIENCIES IFC (International Finance Corporation), a member of the World Bank Group that focuses on private sector
10/30/2015. Procurement Under the New Requirements. Why This Session Is Needed. Lesson Overview & Module Objectives. Changes to conflict of interest
Requirements Procurement under the New Requirements 1 1 Why This Session Is Needed New provisions in Uniform Guidance Changes to conflict of interest requirements in Uniform Guidance Distinctions between
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
Department of Defense MANUAL
Department of Defense MANUAL NUMBER 7600.07 August 3, 2015 IG DoD SUBJECT: DoD Audit Manual References: See Enclosure 1 1. PURPOSE. This manual: a. Reissues DoD 7600.07-M (Reference (a)) in accordance
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
Classification Appeal Decision Under section 5112 of title 5, United States Code
U.S. Office of Personnel Management Office of Merit Systems Oversight and Effectiveness Classification Appeals and FLSA Programs Atlanta Oversight Division 75 Spring Street, SW., Suite 1018 Atlanta, GA
Commanding Officer and Executive Officer. Information and Personnel Security Reference Handbook
Commanding Officer and Executive Officer Information and Personnel Security Reference Handbook Assistant for Information and Personnel Security (N09N2) Office of the Chief of Naval Operations Governing
DEFENSE IN FORMATION SYSTEMS AGENCY
EQUIPMENT DISA INSTRUCTION 270l658* FORT MEADE, MARYLAND 20755-0549 System (DPAS) as the property accountability system of record. 6.1 All DISA owned property shall be accounted for in the Defense Property
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,
[SUBPART 239.99 CLOUD COMPUTING (DEVIATION 2015-O0011) Prescribes policies and procedures for the acquisition of cloud computing services.
Attachment #1 [SUBPART 239.99 CLOUD COMPUTING (DEVIATION 2015-O0011) 239.9900 Scope of subpart. (DEVIATION 2015-O0011) Prescribes policies and procedures for the acquisition of cloud computing services.
EPA Classification No.: CIO-2150.3-P-09.1 CIO Approval Date: 08/06/2012 CIO Transmittal No.: 12-003 Review Date: 08/06/2015
Issued by the EPA Chief Information Officer, Pursuant to Delegation 1-19, dated 07/07/2005 INFORMATION SECURITY INTERIM MAINTENANCE PROCEDURES V1.8 JULY 18, 2012 1. PURPOSE The purpose of this procedure
Camar Aircraft Products Co. QUALITY MANUAL Revision D
QUALITY MANUAL Revision D Gujll'y Manual Introduction The purpose of this manual is to describe the Quality Assurance Program implemented by Camar Aircraft Products Co. (hereafter referred to as C.A.P.C.)
Automated Office Systems Support Quality Assurance Plan. A Model DRAFT. December 1996
Quality Assurance Plan A Model DRAFT United States Department of Energy Office of Nonproliferation and National Security Title Page Document Name: Publication Date: Draft, ontract Number: Project Number:
INTERNAL CONTROL MATRIX FOR AUDIT OF BILLING SYSTEM CONTROLS Version No. 4.2 August 2006
INTERNAL CONTROL MATRIX FOR AUDIT OF BILLING SYSTEM CONTROLS Version No. 4.2 August 2006 1. MANAGEMENT REVIEWS The contractor should have policies and procedures for periodic monitoring of the billing
14 FAH-2 H-110 CONTRACTING OFFICER'S REPRESENTATIVE HANDBOOK
14 FAH-2 H-100 CONTRACTING OFFICER'S REPRESENTATIVE HANDBOOK 14 FAH-2 H-110 GENERAL (Office of Origin: A/OPE) 14 FAH-2 H-111 PURPOSE This handbook provides guidance and information to Department of State
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
Attachment II FLOW-DOWN CLAUSES APPLICABLE TO PURCHASE ORDERS INVOLVING FUNDS FROM A FEDERAL GOVERNMENT CONTRACT OR GRANT
Attachment II FLOW-DOWN CLAUSES APPLICABLE TO PURCHASE ORDERS INVOLVING FUNDS FROM A FEDERAL GOVERNMENT CONTRACT OR GRANT If the Order involves funds from a Federal government contract or funds from a
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
MODEL SCHEDULING SPECIFICATION
MODEL SCHEDULING SPECIFICATION Introduction (Not part of the specification) Before implementation, we recommend that your contract and this provision be reviewed and modified to ensure compatibility with
Department of Veterans Affairs VHA HANDBOOK 7701.01. Washington, DC 20420 August 24, 2010 OCCUPATIONAL SAFETY AND HEALTH (OSH) PROGRAM PROCEDURES
Department of Veterans Affairs VHA HANDBOOK 7701.01 Veterans Health Administration Transmittal Sheet Washington, DC 20420 August 24, 2010 OCCUPATIONAL SAFETY AND HEALTH (OSH) PROGRAM PROCEDURES 1. REASON
How To Paint A State Police Cruiser
Request for Proposal For: STATE OF NEW HAMPSHIRE DEPARTMENT OF SAFETY DIVISION OF STATE POLICE PAINTING OF STATE POLICE VEHICLES PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract
