SUBCONTRACTOR TASK ORDER



Similar documents
Attachment II FLOW-DOWN CLAUSES APPLICABLE TO PURCHASE ORDERS INVOLVING FUNDS FROM A FEDERAL GOVERNMENT CONTRACT OR GRANT

General Terms and Conditions of Purchase

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

COMMUNICATIONS & POWER INDUSTRIES ( CPI ) TERMS AND CONDITIONS OF PURCHASE

1. Delete Clause HQ G INVOICE INSTRUCTIONS and ADD the following two Clauses in full text to Section G:

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER

NATIONAL STEEL AND SHIPBUILDING COMPANY SPECIAL TERMS AND CONDITIONS LX(R) PROGRAM N C-2409

Supplement 1 Federal Acquisition Regulation (FAR) Government Contract Provisions

Purchase Requisition & Purchase Order Policy

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

SAMPLE SERVICES CONTRACT

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

NPSA GENERAL PROVISIONS

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 04/03/2008 MOD 04/03/2008

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

Project Management Procedures

Islamabad, Pakistan Date: August 20, 2015 To: Offeror Page 1 of 8

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

How To Work For A City Of Germany Project

Exhibit 1 to Part 3 Project-Specific Terms

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

CAP CONSULTING SERVICES AGREEMENT

WASHINGTON SUBURBAN SANITARY COMMISSION

DFAS Charleston Vendor Pay Code FP P.O. Box Charleston, SC Director of Contrac. See the Following Pages

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

ADDENDUM A1. Subcontractor Insurance Requirements

GENERAL TERMS AND CONDITIONS OF PURCHASE Supplement 2 Government Contract Provisions from the Department of Defense FAR Supplement TC-003 ( 10/15)

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS

CHAPTER 23. Contract Management and Administration

Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services

CONTRACT INSURANCE REQUIREMENTS

TC-UPDATE (11/10) Requirements Regarding Potential Access to Export-Controlled Items

CONSULTANT AGREEMENT

EXHIBIT D INSURANCE REQUIREMENTS

TRANSPORTATION AGREEMENT

Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

Contract Clauses Appendix B: Contract

Consultants Services, Lump-Sum Remuneration

CONSULTANT AGREEMENT

LABOR PERMITS, TAXES, CERTIFICATIONS

Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS

Public Vouchers. Further information is available in the Information for Contractors Manual under Enclosure 5

Terms and Conditions for Purchase Orders for Recycling Materials

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.

Accounting System Requirements

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011

CHECKLIST FOR INSURANCE REVIEWS

b. Deliverables Prepare and deliver draft report ( copies); Prepare and deliver final report (

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

IEC Electronics Terms and Conditions

Page 1 of 7. Corporate Form CC009 Rev 13, Dated 31 Jan 2015

7.4.1 Be required to make exhaustive or continuous on-site reviews;

TEXAS FAIR PLAN PRODUCER REQUIREMENTS AND PERFORMANCE STANDARDS

Attachment 32c THE FOLLOWING PROVISIONS APPLY: Applies to orders of any amount

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

Additional Purchase Order Terms and Conditions (Fixed Price) Joint STARS LRIP (Prime Contract No. F C-0035)

ARTICLE 11. INSURANCE AND BONDS

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

The Line of Accounting information is hereby changed as follows:

The AIA B Standard Form of Agreement between the Owner and Architect is hereby amended as follows:

CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)

NORTH CAROLINA STATE UNIVERSITY AGREEMENT

IMO General Terms and Conditions

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

STANDARD SERVICES CONTRACT FOR USE WITH USAID FUNDS

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

PUBLIC POWER CORPORATION S.A. DISTRIBUTION

Quotations for Small Purchases (QSP) CONDITIONS TO QUOTE

INVOICE/FINANCING REQUEST INSTRUCTIONS FOR NIH COST-REIMBURSEMENT TYPE CONTRACTS, NIH(RC)-1

ESCROW AGREEMENT WITNESSETH:

CITY OF LEAWOOD. Independent Contractor Agreement

How To Write A Contract Between College And Independent Contractor

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

MEMORANDUM OFFICE OF THE COUNTY EXECUTIVE COUNTY OF PLACER

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee

Transcription:

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 TI 019 SUBCONTRACT NO.: NO0 1 78-04-D-4023-20 TASK ORDER NO: 2755-0 19-20 Auth Amt LABOR FEE ODc TOTAL HRS Current Mod: $738,229.17 $59,058.33 $30,016.00 $827,303.50 9,194.8 Cumulative: $738,229.17 $59,058.33 $30,016.00 $827,303.50 9,194.8 PERIOD OF PERFORMANCE: August 05,2008 to March 3 1,2009 Funded Amt: LABOR FEE ODC TOTAL HRS Current Mod:$738,229.17 $59,058.33 $30,016.00 $827,303.50 9,194.8 Cumulative $738,229.17 $59,058.33 $30,016.00 $827,303.50 9,194.8 Fee Billing Rate = $6.42/per hour STATEMENT OF WORK: Perfom work in accordance with the statement of work and OGI's cost proposal. Note that this task order is fully funded. The current funded ceiling is a not-to-exceed amount. Any charges incurred by the subcontractor in excess of this funded amount will be solely at the risk of the subcontractor. DELIVERABLES AND SCHEDULE: Deliverables per attached statement of work and in accordance with BMT Designers & Planners, Inc. Subcontract Agreement NO0 178-04-D-4023-20. TASK ORDER MODIFICATIONS: ACCEPTED: Oldenburg Group Incorporated B& &5;L Designers & Planners, Inc. Name: Title: Name: Title: Gayle P. Reid Vice President, Finance Date: Date: January 14,2009

Code 21 SEAPORT, Contract #: N00178-04-D-4023 FDOl Technical Instruction #: 01 9R2 TITLE: Advanced Electric Replenishment System PURPOSE: The Operational Logistics (OPLOG) program helps conduct technology development and integration efforts with cross-platform applicability. The Advanced Electric Replenishment System (AERS) concept provides increased capability and life cycle cost savings over the current Navy standard UNREP equipment. Under this tasking, the performance requirements will be defined, sub-systems alternatives will be analyzed, a scalable system that meets future capacity requirements will be designed, including all appropriate documentation. INSTRUCTIONSIGUIDELINES: In order to support Section 2, Task 1, Task 2, and Task 4 of the Statement of Work, the contractor shall incorporate the following InstructionslGuidelines: Instruction 1: System Performance Interfaces and Design Requirements - Collaborate with OPLOG, end users and key vendors to determine AERS system performance, and ship interface requirements. Use trade studies to translate performance and interface requirements into design requirements. Document requirements and track individual component requirements. Instruction 2: System Design - Design an AERS and provide review for technical warrant holders. Provide design drawings for manufacturing. Instruction 3: System Modeling - Conduct system stress modeling and analysis on the winches for design load, shock and vibration. GOVERNMENT FURNISHED INFORMATION (GFI): The contractor will be furnished with all pertinent documentation within five (5) working days of funding provided. This GFI shall be returned to the Government with-in thirty (30) days after completion of this instruction or with submission of the final report. PERIOD OF PERFORMANCE: Period of performance is through 3 1 March 2009. TECHNICAL POINTS OF CONTACT (TPOCs): NSWCCD TPOC is Tyrone Jones, Code 2120, Carderock Division, Naval Surface Warfare Center, 9500 MacArthur Boulevard, West Bethesda, Maryland 20817-5700, phone (301) 227-43 83, fax (30 1) 227-43 83, email: tyrone.l.jones@navy.mil DELIVERABLES: Status Report: Monthly status reports of activities conducted under this Technical Instruction including a summary of work completed, labor hours expended, funding expended, and balance. Technical Report(s): Rev 2 18 August 2008

Report documenting: System Performance, Interface and Design requirements- 2 November 2008 AERS Design Drawings - 30 November 2008 Results of System Stress Modeling and Analysis - 15 March 2009 SECURITY REQUIREMENTS: Instruction. There is no classified work anticipated under this Technical SERVICES INFORMATION: The contractor shall not exercise personal judgement on behalf of the Government. The Government will not assign tasks or prepare work schedules but will allow the contractor to meet delivery schedules established in the contradorder. The Government will not exercise control or direct day to day contractor performance. TECHNICAL INSTRUCTION: Technical Instructions (TIs) means written guidance or specific task directions to the contractor within the scope of the task order statement of work. TIs include: (1) directions to the contractor that suggest pursuit of certain lines of inquiry, shift work emphasis, fill-in details or otherwise serve to accomplish the statement of work; and (2) guidelines to the contractor that assist in the interpretation of drawings, specifications, or technical portions of work description. TIs may not be used to (1) assign additional work; (2) direct a change as defined in the "Changes" clause of the base contract; (3) increase or decrease the contract andl or task order price or estimated contract and/or task order amount (including fee), as applicable, the level of effort, or the time required for task order performance; or (4) change any of the terms, conditions or specifications of the task order. Rev 2 18 August 2008

COST AND FEE Subcontractor fee shall not exceed 8% of labor cost and is to be billed at the hourly rate of $6.42 for each hour expended. Estimated cost and fee shall be paid in accordance with FAR 52.216-7 entitled "Allowable Cost and Payment". In addition see Special Contract Requirements, Payment of Fixed-Fee under Indefinite Quantity Contracts which is included as part of this order. LEVEL OF EFFORT PURCHASE ORDER The Subcontractor shall provide and maintain an accounting system, acceptable to the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort provided in fulfillment of the level of effort obligations of this Purchase Order. (a) The Subcontractor agrees to provide the total level of effort specified in the next sentence in performance of the work described in the SOW of this Purchase Order The total funded level of effort for the performance of this Purchase Order shall be 9,194.8 total man-hours of direct labor. (b) If the total level of effort specified in paragraph (a) above is not provided by the Subcontractor during the period of this contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract as follows: Fee Reduction = Fee (Required LOE - Expended LOE) Required LOE or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable, require the Subcontractor to continue to perform the work until the total number of man-hours of direct labor specified in paragraph (a) above shall have been expended, at no increase in the fee of this contract. Subcontractor may furnish man-hours up to five percent in excess of the total man-hours specified in paragraph (a) above, provided that the additional effort is furnished within the term hereof, and provided further that no increase in the estimated cost or fee is required. TRAVEL If the subcontractor is required to travel to fulfill the requirements of the task order, all authorized travel expenses shall be in accordance with the current version of the Joint Travel Regulations. The cost for travel, if authorized, will be part of other direct costs under CLIN 3000.

TRAINING The Government will not allow costs, nor reimburse costs associated with the subcontractor training employees in an effort to attain and/or maintain minimum personnel qualification requirements of this contract. Other training may be approved on a case-by-case basis by the COR. Attendance at workshops or symposiums are considered training for purposes of this clause. OFFICE EOUIPMENT/INFORMATION TECHNOLOGY The cost of acquisition of General Purpose Office Equipment and IT shall not be allowable as direct charges to this contract. The subcontractor is expected to have the necessary facilities to perform the requirements of this purchase order, including any necessary GPOE and IT. GPOE means equipment normally found in a business office such as desks, chairs, typewriters, calculators, file cabinets, etc. IT means any equipment or interconnected system or subsystem of equipment that is used in the automatic acquisition, storage, manipulation, movement, control, display, switching, interchange, transmission, or reception of data or information. IT includes computers, ancillary equipment, software, firmware and similar products, services (including support services), and related resources. SUBCONTRACTS Subcontractor shall not Subcontract for any of the work to be performed under this Purchase Order without the prior written approval of the D&P Contracting Officer. KEY PERSONNEL The Subcontractor agrees that a partial basis for award of this purchase order is the list of key personnel proposed in its' cost proposal. The Subcontractor may not add or delete any key personnel without the prior written permission of D&P Program Manager. MODIFICATIONS TO PURCHASE ORDERS Purchase Orders may be modified by written agreement between D&P and the Subcontractor. Orders may be modified verbally by the D&P Contracting Officer only. Verbal Modifications will be confirmed by issuance of a written Modification within five (5) business days from the time of the verbal communication modifying the Purchase Order.

PURCHASE ORDER ITEM CEILING AMOUNTS There are not-to-exceed ceiling amounts for labor dollars, other direct costs (odc)/travel dollars, and fee dollars for each Purchase Order. These ceilings may not be exceeded unless authorized by the D&P Contracting Officer and issuance of a written Modification to the Purchase Order. The transfer or commingling of costs between item numbers is not permissible. Should the Subcontractor expend hnds in excess of any item ceiling, the Subcontractor does so at its own risk. D&P is not obligated to pay any amounts in excess of any authorized item amount. Each Purchase Order shall state a ceiling price or a not-to-exceed arnount(s) by item number, which shall represent the maximum liability of D&P for the Subcontractors performance of such order. DELIVERABLES The deliverables as specified in the Purchase Order shall be delivered to the D&P Program Manager specifically andlor mailed to: D&P Program Manger: Edward Jones, BMT Designers & Planners, Inc., 2120 Washington Boulevard, Suite 200, Arlington, Virginia 22204. 703-920-7070 x 264. ejones@dandp.com Copies shall also be provided to the D&P TPOC identified in each technical instruction. INVOICE INSTRUCTIONS & PAYMENT D&P will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system. Invoices for supplies/services rendered under this Purchase Order by the Subcontractor shall be submitted electronically to mwilkins@,dandp.com with a copy to ktowns@dandp.com. Attachments created in any Microsoft Office product may be attached to your invoice, e.g., backup documentation, travel receipts, timesheets, etc. The contractor shall submit invoices for payment based upon actual amounts incurred per contract terms itemized by the Purchase Order Item number for both the current and the cumulative time periods. Hours must also be identified for both the current and cumulative periods by labor category. The name, phone number and e-mail address of the Subcontractor's point of contact in the case of a defective invoice shall be included. Invoices will be paid with 10 working days of receipt of payment from the government which includes subcontractors invoice. All submitted invoices must be approved and signed by an authorized official of the Subcontractor who shall certify that "the costs claimed are correct, allowable and allocable to the Purchase Order in accordance with FAR Part 3 1" and that the subcontractor has in it's possession records for all charges to this purchase order, including timekeeping records, that substantiate all invoices submitted to D&P for payment. Such records will be made available to cognizant government agency for audit upon request until 3 years after final payment hereunder.

REQUIRED INSURANCE (a) The following types of insurance are required in accordance with the clause entitled "INSURANCE - LIABILITY TO THIRD PERSONS" and shall be maintained in the minimum amounts shown: (I) Comprehensive General Liability: $100,000 per person and $500,000 per accident for bodily injury. (2) Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000 per accident for property damage. Comprehensive form of policy is required. (3) Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritime employment is involved, Longshoremen's and Harbor Worker's Compensation Insurance) in the minimum amount of $1 00,000. (b) The Subcontractor shall provide D&P with a copy of coverage as identified above, and shall identify D&P as the certificate holder. Failure to comply with this requirement will delay the processing of your invoices. The policies for such insurance shall contain an endorsement requiring at least thirty (30) days written notice from the insurance company to both the Contractor and Subcontractor before cancellation or change in the coverage, scope, or amount of any policy. REPORTS The Subcontractor shall prepare a monthly Ship Integration and Design progress report. The progress report shall indicate the amount expended and the number of labor hours used during the reporting period and the cumulative amount expended and labor hours used to date. In addition, the progress report shall include a description of any problems encountered during the reporting period. GOVERNMENT FURNISHED INFORMATION, EQUIPMENT AND MATERIALS (GFI, GFE, GFM) Government Furnished Information (GFI). GFI, if applicable, will be provided to the Subcontractor 30 days after contract award or as it becomes available: GFI shall consist of access to ship, machinery, equipment, vehicle design data, test data, test plans, production procedures, costing data, and program plans. ORGANIZATION CONFLICT OF INTEREST (NAVSEA)(JUL 2000) ORGANIZATION CONFLICT OF INTEREST (NAVSEA)(JUL 2000) is hereby incorporated into this task order. CLAUSES INCORPORATED BY REFERENCE: 52.203-3 52.202-1 Gratuites Definitions APR 1984 DEC 2001

52.222-37 52.222-37 52.222-41 52.222-43 52.223-6 52.223-14 52.225-8 52.225-13 52.226-1 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans Service Contract Act Of 1965, As Amended Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) Drug-Free Workplace Toxic Chemical Release Reporting Duty-Free Entry Restriction on Certain Foreign Purchases Utilization Of Indian Organizations And Indian-Owned DEC 2001 DEC 2001 MAY 1989 MAY 1989 MAY 2001 AUG 2003 FEB 2000 JCrN 2003 JCrN 2000 52.233-1 52.233-3 Disputes Protest After Award JUL 2002 AUG 1996

252.225-70 12 252.225-703 1 Preference For Certain Domestic Commodities Secondary Arab Boycott Of Israel FEB 2003 APR 2003

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990) (a) The use of overtime is authorized under this purchase order if the overtime premium cost does not exceed $0