• No results found

SECTION B SUPPLIES OR SERVICES AND PRICES

N/A
N/A
Protected

Academic year: 2021

Share "SECTION B SUPPLIES OR SERVICES AND PRICES"

Copied!
90
0
0

Loading.... (view fulltext now)

Full text

(1)

N00178-05-D-4527 M803 2014 Jul 01 1300434363, 1300434364 Unrated

6. ISSUED BY CODEN00421 7. ADMINISTERED BY CODE

S2101A 8. DELIVERY FOB Naval Air Warfare Center Aircraft Division (PAX Annex 1)

22299 Exploration Drive, Suite 301 Lexington Park MD 20653-2058

DCMA Baltimore

217 EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD 21202-5299

DESTINATION OTHER

(See Schedule if other)

9. CONTRACTOR CODE1GNA4 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule

11. X IF BUSINESS IS Research and Engineering Development, LLC

48015-2 Pine Hill Run Road Lexington Park MD 20653-2557

X SMALL 12. DISCOUNT TERMS

Net 30 Days

WIDE AREA WORK FLOW

SMALL DISADVANTAGED X WOMEN-OWNED 13. MAIL INVOICES TO THE ADDRESS IN BLOCK

See Section G

14. SHIP TO CODE 15. PAYMENT WILL BE MADE BY CODE

HQ0338 MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. See Section D DFAS Columbus Center,South Entitlement Operations

P.O. Box 182264 Columbus OH 43218-2264 16. TYPE O F ORDER DELIVERY/ CALL X

This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract. PURCHASE

Reference your furnish the following on terms specified herein.

ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. Research and Engineering Development,

LLC

Lea Weaver

Authorized Company Representative

_____________________________________ _____________________________________ ______________________________________________ ____________________________

NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED

(YYYYMMDD) If this box is marked, supplier must sign Acceptance and return the following number of copies:

17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE See Schedule

18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY ORDERED/ ACCEPTED *

21. UNIT 22. UNIT PRICE 23. AMOUNT See Schedule

*If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle.

24. UNITED STATES OF AMERICA 25. TOTAL $13,503,094.01

26.

DIFFERENCES BY:/s/Rebecca J Wathen 07/01/2014

CONTRACTING/ORDERING OFFICER 27a. QUANTITY IN COLUMN 20 HAS BEEN

INSPECTED RECEIVED

ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS

NOTED: ___ ___________________________________________________

b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE c. DATE d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28. SHIP NO. 29. D.O. VOUCHER NO. 30. INITIALS

PARTIAL 32. PAID BY 33. AMOUNT VERIFIED CORRECT FOR

f. TELEPHONE g. E-MAIL ADDRESS FINAL

31. PAYMENT 34. CHECK NUMBER

36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. COMPLETE

a. DATE b. SIGNATURE AND TITLE OF CERTIFYING OFFICER PARTIAL 35. BILL OF LADING NO. FULL

37. RECEIVED AT 38. RECEIVED BY (Print) 39. DATE RECEIVED 40. TOTAL

CON-TAINERS 41. S/R ACCOUNT NUMBER 42. S/R VOUCHER NO. DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE.

(2)

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES For Cost Type Items:

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

4001 AC65 Irregular WarfareSupport Services in accordance with PBWS (Base Year) (Fund Type - OTHER)

1.0 LO $7,590,556.98 $498,465.76 $8,089,022.74

4002 AC65 Option for Increased Capacity Irregular WarfareSupport Services (Base Year) (FundType - OTHER)

1.0 LO $759,055.70 $49,846.58 $808,902.28

Option

4003 AC65 Contract Data in accordance with PBWS and Exhibit A (Base Year) (Not

Separately Priced) (Fund Type - OTHER)

1.0 LO $0.00 $0.00 $0.00

4004 AC65 OPSEC Data in accordance with PBWS and Exhibit A (Base Year) (Not Separately Priced) (Fund Type - OTHER)

1.0 LO $0.00 $0.00 $0.00

4101 AC65 Irregular WarfareSupport Services in accordance with PBWS (OptionYear One) (Fund Type - OTHER)

1.0 LO $7,775,901.25 $510,684.32 $8,286,585.57

Option

4102 AC65 Option for Increased Capacity Irregular WarfareSupport Services (Option Year One)(Fund Type - OTHER)

1.0 LO $777,590.13 $51,068.43 $828,658.56

Option

4103 AC65 Contract Data in accordance with PBWS and Exhibit A (Option Year One) (Not Separately Priced) (Fund Type - OTHER)

1.0 LO $0.00 $0.00 $0.00

Option

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

6001 AC65 Other Direct Costs (ODC) in accordance with PBWS (Base Year) (Fund Type - OTHER)

1.0 LO $5,414,071.27

6002 AC65 Option for Increased Capacity ODCs (Base Year) (FundType - OTHER) 1.0 LO $541,407.13

Option

6101 AC65 Other Direct Costs (ODC) in accordance with PBWS (Option YearOne) (Fund Type -OTHER)

1.0 LO $5,414,071.27

(3)

Item PSC Supplies/Services Qty Unit Est. Cost

6102 AC65 Option for Increased Capacity ODCs (Option Year One)(Fund Type -OTHER)

1.0 LO $541,407.13

Option

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7201 AC65 Irregular WarfareSupport Services in accordance with PBWS (OptionYear Two) (Fund Type - OTHER)

1.0 LO $7,966,424.46 $523,238.25 $8,489,662.71

Option

7202 AC65 Option for Increased Capacity Irregular WarfareSupport Services (Option Year Two)(Fund Type - OTHER)

1.0 LO $796,642.45 $52,323.83 $848,966.28

Option

7203 AC65 Contract Data in accordance with PBWS and Exhibit A (Option Year Two) (Not Separately Priced) (Fund Type - OTHER)

1.0 LO $0.00 $0.00 $0.00

Option

7301 AC65 Irregular WarfareSupport Services in accordance with PBWS (OptionYear Three) (FundType - OTHER)

1.0 LO $8,160,690.19 $536,050.09 $8,696,740.28

Option

7302 AC65 Option for Increased Capacity Irregular WarfareSupport Services (Option Year Three) (Fund Type- OTHER)

1.0 LO $816,069.02 $53,605.01 $869,674.03

Option

7303 AC65 Contract Data in accordance with PBWS and Exhibit A (Option Year Three) (Not Separately Priced) (Fund Type - OTHER)

1.0 LO $0.00 $0.00 $0.00

Option

7401 AC65 Irregular WarfareSupport Services in accordance with PBWS (OptionYear Four) (Fund Type - OTHER)

1.0 LO $8,359,596.83 $549,170.25 $8,908,767.08

Option

7402 AC65 Option for Increased Capacity Irregular WarfareSupport Services (Option Year Four) (Fund Type - OTHER)

1.0 LO $835,959.68 $54,917.03 $890,876.71

Option

7403 AC65 Contract Data in accordance with PBWS and Exhibit A (Option Year Four) (Not Separately Priced) (Fund Type - OTHER)

(4)

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Option

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9201 AC65 Other Direct Costs (ODC) in accordance with PBWS (Option YearTwo) (Fund Type -OTHER)

1.0 LO $5,414,071.27

Option

9202 AC65 Option for Increased Capacity ODCs (Option Year Two)(Fund Type -OTHER)

1.0 LO $541,407.13

Option

9301 AC65 Other Direct Costs (ODC) in accordance with PBWS (Option YearThree) (Fund Type- OTHER)

1.0 LO $5,414,071.27

Option

9302 AC65 Option for Increased Capacity ODCs (Option Year Three) (Fund Type-OTHER)

1.0 LO $541,407.13

Option

9401 AC65 Other Direct Costs (ODC) in accordance with PBWS (Option YearFour) (Fund Type - OTHER)

1.0 LO $5,414,071.27

Option

9402 AC65 Option for Increased Capacity ODCs (Option Year Four) (Fund Type -OTHER)

1.0 LO $541,407.13

(5)

SECTION C DESCRIPTIONS AND SPECIFICATIONS

Clauses specified in Section C of the basic SeaPort-e contract are hereby fully and expressly incorporated into this task order.

Item 4001 and Option Items 4101, 7201, 7301, 7401, 4002, 4102, 7202, 7302 and 7402 - The contractor shall provide the supplies and services in accordance with the Section C Performance-Based Work Statement (PBWS). Item 6001 and Option Items 6101, 9201, 9301, 9401, 6002, 6102, 9202, 9302 and 9402 - The contractor shall provide material and travel in accordance with paragraph 7.0 in the PBWS.

Items 4003 and 4004 and Option Items 4103, 7203, 7303 and 7403 - The contract data to be furnished hereunder shall be in accordance with Exhibit (A), DD Form 1423, Contract Data Requirements List (CDRL) and paragraph 6.0 in the PBWS.

Statement of Work (SOW) - Support Requirements for Rapid Reaction Response Capability and Irregular Warfare

1.0 INTRODUCTION

Various Government agencies including Department of Defense (DoD), Department of Homeland Security (DHS), Intelligence Community and state & local law enforcement entities have tasked the Naval Air Warfare Center/Aircraft Division (NAWCAD) to develop and support CONUS and OCONUS rapid reaction to specific mission gaps related to global war on terrorism. This on-going requirement has created a need within NAWCAD for expertise in development, engineering, analysis, integration and deployment of air systems and other technologies, such as specialized roll-on/roll-off mission kits. NAWCAD has an immediate requirement for contractor support for these rapid reaction, time-critical missions.

2.0 SCOPE

This SOW delineates the tasks the contractor shall perform. The contractor shall provide/deliver qualified

personnel, material, facilities, equipment, software, and other supplies and services necessary to support the Navy in the rapid deployment of systems that will meet special mission requirements. The contractor shall perform rapid prototyping, rapid integration, installation, rapid acquisition, and rapid deployment of special systems, subsystems, support and spares. The contractor shall also support systems configurations, flight clearances, operational

validation, and training/mission rehearsals. The specific support required by this contract is in specialized, classified mission areas involving rapid response requirements and irregular warfare. This support will require an extremely fast turn-around to meet Special Operations schedules and objectives.

The contractor shall provide specified functions to support all requirements of various projects and lab efforts. These functions include performance of systems analysis, functional allocations, synthesis, and evaluation efforts necessary to transform an operational need into a rapid reaction that results in an effective, affordable, and operable system. The contractor shall perform the following task areas: advanced technology searches and investigations, research and analyses, design reviews, trade studies, mockup assessments, advisory panels and working groups, laboratory support, various organizational support, incremental verification, demonstrations, and test and evaluation. The contractor will also assist in the development of new laboratory and field facility test procedures and then sustain operations for the resultant capabilities.

The contractor shall also rapidly acquire equipment, mission avionics/electronics, and unique, specialized services to support Government rapid response projects as outlined in paragraph 4.5, Rapid Acquisition, below.

Per FAR 7.503(a), this contract shall not be used for the performance of Inherently Governmental Functions (IGF). Guidelines for IGF can be found in the Office of Management and Budget, Office of Federal Procurement Policy Letter 11-01, Performance of Inherently Governmental and Critical Functions, at the following link: http://www.gpo.gov/fdsys/pkg/FR-2011-09-12/html/2011-23165.htm.

(6)

3.0 APPLICABLE DIRECTIVES

PL 100-235, Section 3(d) (4), National Security Act National Security Decision Directive 298, 22 Jan 1998 DODD 5000.1 Defense Acquisition

DODI 5000.2 Defense Acquisition Management Polices DODI 5000.2M Defense Acquisition Management Reports DOD-STD-490 Specification Practices; Notices 1 and 2 DOD-STD-2167 Defense System Software Development OPNAVINST 1500.8 Navy Training Requirements

OPNAV1NST 3710.7 (series) General Naval Aviation Training and Operational Manual OPNAVINST 3750.6R Naval Aviation Safety Program

OPNAVINST 4790.2 (series) The Naval Aviation Maintenance Program (NAMP) DOD-D-1000 Drawings, Engineering and Associated Lists

DOD-STD-100 Engineering Drawing Practices

DOD-STD-1000 Drawings, Engineering and Associated Lists ANSI Y14.5M Dimensioning and Tolerance Standards MIL-STD-973 Configuration Management

MIL-STD-1840 Automated Interchange of Technical Information MIL-STD-499 Systems Engineering

4.0 REQUIREMENTS 4.1 Innovation

The contractor shall maintain and integrate both a Warfighter liaison network and innovation cell. The liaison network shall maintain a constant relationship with key Special Operations Commands and relevant sponsors in the Office of the Secretary of Defense as well as the DoD agency and service staffs associated with rapid response

requirements, Irregular Warfare, and Special Operations. The innovation cell shall take the findings of the Warfighter liaison activities and coordinate the search for technology solutions. These solutions shall be drawn from various government laboratories or by leveraging existing technology from projects of record as well as Industry Research & Development (R&D) initiatives. The innovation cell shall focus on mature technologies which are capable of being integrated into a Warfighter solution in 6 months to a year. The Warfighter liaison network shall work to obtain operational command endorsements and to develop Tactics, Techniques and Procedures (TTP) for these solutions and to introduce them to a warfighting area of responsibility (AoR) for Combat Validation (CV).

4.2 Concept Demonstration

The contractor shall plan, develop, assess and validate requirements, specifications, hardware and software selections, including commercial off-the-shelf (COTS), Government furnished equipment (GFE), and locally fabricated components for integration of specialized systems by providing:

4.2.1 Requirement Definition and Concept Refinement.

The contractor shall develop systems performance requirements from approved Capabilities Development Document provided by AIR-4.5 or applicable Project Office sponsor.

4.2.2 Technical Requirements.

The contractor shall perform engineering analyses pertaining to systems and system controls/automation considered for inclusion in these platforms. These analyses will provide AIR-4.5 with prediction data relative to anticipated platform performance. The contractor shall support AIR-4.5-hosted meetings and reviews to include Design Reviews, Technical Interchange Meetings, Systems Integration, and Working Group meetings. The contractor shall prepare draft agendas, meeting minutes, and trip reports. The contractor shall produce presentation materials, prepare, and present materials on subjects pertaining to the specialized systems being developed and deployed. 4.2.3 Operational Analysis.

(7)

The contractor shall perform detailed performance requirements analyses based on operational requirements. Analyses will be used to determine operational utilization, system performance requirements, interoperability and operational concerns (e.g., threats, terrain, political circumstances, the opposition).

4.2.4 Technologies Insertion.

The contractor shall assess the application of technology inserts into platforms/vehicle, systems, and subsystems for special missions concerning available technology, technology maturity, technical cost and schedule risk, and platform applicability. The assessment shall consider both the application of COTS technologies and

R&D/Technology & Science (T&S) developments to ensure appropriate levels of technology availability, maturity and stability, interfaces, protocols, and support requirements for proposed specialized systems configurations. 4.2.5 Validation of Technologies Insertion.

Platform-specific recommendations and option papers shall be prepared to validate technology insertion objectives. Independent technology considerations and commonality efficiencies shall be included in the analyses.

4.2.6 Survivability Engineering.

The contractor shall provide survivability engineering support and technical expertise in the assessment of systems, subsystems, and technologies to support these special missions. These survivability functions may include survivability analyses, dynamic survivability testing, incorporation of signature reduction technologies (Radio Frequency (RF), Infra-Red (IR), visual, and acoustic), static and dynamic signature testing, incorporation of vulnerability reduction technologies, and vulnerability testing including live fire testing.

4.3 Rapid Prototyping

The contractor shall support state-of-the-art rapid prototyping techniques as well as traditional engineering processes to quickly create tangible prototypes of target designs and system interfaces. The contractor shall provide design support and determine the installation and modification method and/or requirements for equipment into new or existing specialized systems. The design shall provide all requirements peculiar to the affected platforms and/or systems.

4.3.1 Systems.

The contractor shall support rapid prototyping of systems/subsystems to include sensors, controls, displays, communications systems, weapons systems, and survivability enhancements that will meet the specialized mission requirements. These systems and subsystems will be designed and developed to be easily integrated into aircraft, unmanned vehicles, boats, ground vehicles and missionized trailers.

4.3.2 Operating and Interface Software.

The contractor shall support rapid prototyping for developing/applying operating and interface software to meet mission performance objectives. The prototyped software shall demonstrate and validate efficient and effective operation of the specialized systems, subsystems, and equipments.

4.3.3 Personal Equipment.

The contractor shall support rapid prototyping for personal equipment to include defensive/survivability ensembles and man-mounted equipment, personnel-donned sensor equipment, mission-aid systems, and innovative offensive personal equipment/systems.

4.4 Rapid Integration

The contractor shall integrate systems in a rapid, effective manner employing engineering functions to support the requirements of various projects. The project engineering functions include performance of the system analysis, functional allocations, synthesis, and evaluation efforts necessary to transform an operational need into an effective

(8)

and affordable operational system. Included, is the overall integration of all requirements in a manner that optimizes total system performance, quality, cost-effectiveness, and supportability. The contractor shall provide full support equipment (SE) support for the specialized systems to include aircraft, unmanned vehicles, boats, ground vehicles, trailers and semi-submersibles, and the associated weapons systems, sensors, communications systems, and

survivability enhancements. As directed, the contractor shall fully integrate avionics and self defense subsystems into the basic weapons system to meet designated mission performance/survivability requirements.

4.4.1 Integration of Acquired Equipments.

The contractor shall perform engineering reviews and analyses of government furnished data pertaining to new or modified avionics and/or sensors to determine the optimal approach to incorporate changes, enhancements, planned product improvements, and new capabilities. This task shall include, but not be limited to, combining independent components or subsystems on particular configurations of weapons systems. The scope of this task shall include interfaces, modes of operations of equipment, mission computers, protocols, power, signal conditioning, sensors, controls and displays, and electro-magnetic interference (EMI) issues. The contractor will provide required support to AIR-4.5 Management in the form of process logic and flow charts of integration input and output requirements, levels of responsibility, and levels of action. The contractor shall support design and configuration concepts to meet or exceed the requirements of the equipment. This support includes the systems and basic design engineering review of changes in configuration as proposed in Class I and II Engineering Change Proposals (ECPs), Requests for Deviation or Waiver (RFDs/RFWs), and Rapid Action Minor Engineering Changes (RAMECs) for assigned development and production projects.

4.4.2 Integration of Locally Prototyped Equipment.

The contractor shall perform detailed performance requirements analyses using operational scenarios and system functional requirements as baselines. The performance analyses will identify the specific capabilities required at the system and subsystem levels. These analyses will include review of proposed systems modifications. The contractor shall conduct mission timeline analyses to estimate Systems Performance as it relates to crew task loading. The contractor shall perform analyses leading to the determination of task partitioning and their effects on all of the engineering domains. The contractor shall identify functional requirements of operating systems necessary to the efficient and effective execution of the mission. The contractor shall conduct required trade-offs between existing technologies and new technology insertion.

4.5 Rapid Reaction Development and Integration

The contractor shall acquire specialized systems/subsystems to perform special rapid response and irregular warfare demonstrations; operating both with government and contractor personnel, a variety of manned and unmanned vehicles including aircraft (manned and unmanned (UAV)), boats (manned and unmanned (UUV, USV)), ground vehicles, operation centers and semi-submersibles, and the associated specialized systems, sensors, communications systems, and survivability enhancements that will meet the mission requirements. This shall include

support/supportability required to operate the system for an extended period both CONUS and OCONUS. The contractor shall integrate facilities that are capable of being remotely located with unique equipment, and specialized subject matter experts to support specific rapid response and irregular warfare missions. This includes purchasing unique, specialized services or support that is deemed mission critical to rapid deployment and cannot be acquired in any other reasonable manner.

Per FAR 7.503(a), this contract shall not be used for the performance of Inherently Governmental Functions (IGF). Guidelines for IGF can be found in the Office of Management and Budget, Office of Federal Procurement Policy Letter 11-01, Performance of Inherently Governmental and Critical Functions, at the following link: http://www.gpo.gov/fdsys/pkg/FR-2011-09-12/html/2011-23165.htm.

4.5.1 Acquisition Support.

The Contractor shall provide acquisition support in accordance to the Defense Acquisition Program Procedures (DoD 5000.2). Some TDLs involve initiating a project with unknown equipment and materials. Some items may not be available for acquisition by the government due to limited time and/or the uniqueness of the item. In such

(9)

circumstances to meet this requirement, the Contractor shall specify, acquire, and integrate various systems equipment and material. Dependant on the TDLs PWS, the equipment and/or material may include, at a

minimum, secure systems such as sensors, visualization, communications, and processing equipment. Acquisition selection factors shall include price, availability, reliability, and supportability within current assets. The contractor shall provide all support data and cost estimates necessary to justify a fair and reasonable price per item procured. The contractor shall have an adequate accounting system to track all items and the acquisition status per task order and per item. Unless otherwise noted, all items procured by the contractor shall be stored at the contractor’s facilities and transported by the contractor as directed.

4.5.2 Acquisition Performance.

Specified systems/subsystems shall be purchased and integrated with Intelligence, Surveillance, and Reconnaissance (ISR) and other GFE systems and demonstrated/evaluated for surveillance, reconnaissance, target identification, imagery collection and communications intercepts and target finish capabilities.

4.5.3 Operations Support.

The contractor shall participate in all team planning and strategy meetings and keep a current tracking list of actions to be completed. The Contractor shall provide project support, technical, configuration, design review, budgetary, production, and acquisition support. The contractor shall provide Project Management, Project Engineering, independent assessments, data, and recommendations to support AIR-4.5.

4.5.4 Program Planning.

When tasked, the contractor shall provide support for the preparation of Plan of Action and Milestones for projects based on inputs from project leadership or requirements documents. The contractor shall provide support to identify major milestones, schedules, and relevant information on resource requirements for the applicable Life Cycle phase. The contractor shall provide support in the development of performance requirements for the applicable domains Systems Integration. The contractor shall perform detailed performance requirements analyses based on operational scenarios. Analyses will be used to determine operational utilization, system performance requirements,

interoperability, and operational concerns. The contractor shall provide support for scheduling organized by

functional area, subsystems, and task requirements. Based on the schedule, the contractor shall provide assistance in establishing milestones corresponding to tangible products and procurement cycle requirements.

4.5.5 Project Development.

When tasked, the contractor shall provide support for the development of Engineering Program Plan and Charter detailing support required for AIR-4.5 to meet its mission commitments, in accordance with DoD 5000 series policy. The contractor shall provide support for the development of Project Performance Specifications and Performance Statements of Work in support of all systems integration principal domains.

4.5.6 Documentation.

The contractor shall review technical documentation and project Contract Data Requirements List (CDRL) deliverables supporting special projects and other AIR-4.5 related projects to include Systems Integration Plans, Training Plans, Manpower Analysis, Engineering Project Plans, Engineering System Analysis Reports, and dynamic Simulation Plans. The contractor shall conduct engineering analyses to support development/review of the following specifications/requirements:

• Joint Service Specification Guides • System Specifications

• Performance Specifications

• User / Computer Software Interface Specifications • Software Project Performance Requirements • Test/Verification Specifications

• Production Specifications

(10)

4.6 Incremental Performance Verification and Validation (V&V)

The contractor shall support the entire incremental V&V process, including development and demonstration validation of the specialized systems. This support will include, but is not limited to, up front analyses, conducting testing, and reporting. In support of the V&V effort, the contractor shall provide support personnel to operate and maintain systems during validation and verification. The contractor will also provide project engineering support required to test and validate the functions of the system in accordance with a government-developed V&V plan.

4.6.1 Development of V&V Requirements.

The contractor shall prepare V&V requirements and analyses that identify test activities required to verify compliance with platform/training system/functional and performance requirements. As part of these analyses, the contractor shall develop a V&V matrix that identifies system functional requirements and test activities that demonstrate satisfactory compliance.

4.6.2 V&V Preparation.

The contractor shall provide/review AIR-4.5 detailed V&V plans and procedures. The contractor shall research and prepare recommended resources and equipment/material lists for items needed during testing.

4.6.3 V&V Set-up.

The contractor shall design, develop, fabricate, integrate, and/or modify, maintain, and calibrate off-the-shelf or specialized state-of-the-art simulation and modeling systems, test equipment or system components, and other interfaces necessary to conduct testing and/or simulations prescribed in approved test plans.

4.6.4 V&V Execution.

The contractor shall operate required test equipment and participate in test pre-briefs and de-briefs as well as collect, reduce, and analyze both ground, flight, and simulation verification data, providing statistical analyses in accordance with approved test plans. Demonstrations shall address operator and maintainer interfaces.

4.6.5 V&V Reports.

The contractor shall provide AIR-4.5 V&V reports in accordance with published NAVAIR processes and documents.

4.7 Test & Evaluation (T&E)

The contractor, when tasked, shall support the entire T&E process, including test support of new and modified system and their integration into a final product. This support is not limited to but will include up front analyses, test conduct, and reporting.

4.7.1 Development of Requirements.

The contractor shall prepare T&E requirements and analyses that identify test activities required to verify compliance with platform/training system/functional and performance requirements. As part of these analyses, the contractor shall develop a T&E matrix that identifies system functional requirements and test activities that demonstrate satisfactory compliance.

4.7.2 Test & Evaluation Preparation.

The contractor shall provide/review detailed test plans and procedures. The contractor shall research and prepare recommended resources and equipment/material lists for items needed during testing.

(11)

The contractor shall design, develop, fabricate, integrate, and/or modify, maintain, and calibrate off-the-shelf or specialized state-of-the-art simulation and modeling systems, test equipment or system components and other interfaces necessary to conduct testing and/or simulations prescribed in approved test plans.

4.7.4 Test & Evaluation Execution.

The contractor shall operate required test equipment and participate in test pre-briefs and de-briefs as well as collect, reduce and analyze both ground, flight and simulation test data, providing statistical analyses in accordance with approved test plans.

4.7.5 Evaluation and Reports.

The contractor shall provide T&E reports in accordance with published NAVAIR processes and documents.

4.8 Laboratory/Facilities Support

The contractor shall provide support to AIR-4.5 laboratory facilities. The contractor will provide engineering and project support including software/hardware development, configuration, technical and engineering coordination control, documentation librarian, and computer networking in accordance with existing directives and specifications. The contractor shall perform analyses and integration of advanced technology simulation equipment and

technologies in accordance with Systems Integration/Performance mission requirements. Specific support tasks follow:

4.8.1 Facility Coordination.

The contractor shall research, analyze, and define weapon systems/platform systems requirements and design

implementation for specific project support. The contractor shall identify AIR-4.5 laboratory and simulation facilities that may be tasked to accomplish experiments, studies, and simulations to determine platform requirements and design implementations.

4.8.2 Simulation Studies and Analysis

The contractor shall prepare a simulation plan addressing the need for evaluation of advanced system concepts including multisensor correlation. The plan shall include simulator functional definition, task plans, schedules, resources, and interfaces with AIR-4.6’s Crewstation Technology Lab (CTL).

4.8.3 Laboratory Methodologies/Operations.

The contractor shall provide support for the development of new laboratory methodologies and standard operating procedures for system requirements to meet lab objectives. The contractor shall support the operation of laboratory equipment, instrumentation, facilities, and/or aircraft systems during simulation and laboratory tests in accordance with approved test plans/aircraft operating and maintenance manuals.

4.8.4 Laboratory Maintenance.

The contractor shall maintain laboratory facilities, systems administration, specialized test equipment, cable harnesses, instrumentation connections, off-the-shelf test equipment, peculiar test equipment, and other interfaces (hardware, fiber optic, coaxial, etc.) integral to test article assessment.

4.8.5 Laboratory Documentation.

The contractor shall prepare draft reports and messages in accordance with existing directives and equipment and/or maintain records of other associated NAVAIR and DOD documentation.

4.9 Training

The contractor shall provide services to support exercise, operational, and training support at the Federal, State, and Local levels. The contractor shall have an understanding of integrating National level assets into applicable

(12)

training, operational and exercise activities. The contractor shall have knowledge and experience working with functional, full-scale, and tabletop exercises supporting domestic preparedness and the interrelationship with first responders. The contractor shall coordinate and/or provide operational systems training and mission training as required.

4.9.1 The contractor shall support the planning of the exercises (training activities), both CONUS and OCONUS. Additionally, the contractor shall be required to provide support for the organize and support the utilization of facilities, equipment, airspace, commercial bandwidth (e.g. SATCOM) and handle range management and support issues at all levels.

4.9.2 Operational system training shall address operator/maintainer interfaces with the system including normal and degraded modes of operation.

4.9.3 Mission training shall include the operating environment, threats, political concerns, and special operating considerations. As required, the contractor shall provide mission rehearsal aids to enhance mission performance. 4.9.4 Whenever possible, the contractor shall provide dual use operator and maintainer manuals to familiarize, practice and operate/maintain new or modified systems. Manuals shall alert the user to system peculiarities by using warnings, cautions, and notes and performance graphs where necessary to ensure proper system use.

4.10 Rapid Deployment

The contractor shall provide the above stated support requirements in order for the Government to rapidly deploy and support special missions within the US and its borders abroad in the air, on land, and on/under the sea. 4.10.1 Deployed Forces Support.

At-sea and OCONUS tests may require the contractor to provide hardware and software to the Government for installation and test on selected delivery platforms or to forward-deployed locations in operational environments for extended periods of time. During these periods, controlled tests are usually conducted in different areas of interest to provide a composite picture of system performance. During controlled testing, contractor personnel shall be capable of operating the systems and collecting the required data. As specified in Technical Direction Letters (TDLs), the contractor shall provide limited on-the-job training to Government personnel. The contractor shall also be capable of supplying on-board technical, operational, and maintenance support during these operational tests.

4.10.2 The contractor shall support communication/coordination with the end-user organization. The contractor shall support schedules and provide status updates to the end-user organization.

4.10.3 The contractor shall coordinate delivery to and acceptance by the end-user organization.

4.10.4 As required, the contractor shall provide ongoing field support of the delivered systems to the end-user organization.

4.10.5 As required, the contractor shall consult with the end-user on operation and/or tactical changes/adjustments as a result of lessons learned during early field deployment.

4.11 Logistic/Configuration Management

The contractor shall perform Logistic/Configuration Management (CM) support for project engineering.

4.11.1 The contractor shall be able to provide any necessary integrated logistics support (ILS) required per system or equipment. The majority of DoD and other federal agency systems are supported to ensure a sufficient life cycle period by maintaining configuration management. Item support, training, technical manuals, periodic maintenance, calibration, and collection of reliability data are all necessary ILS items.

4.11.2 The contractor shall implement the six primary configuration management (CM) disciplines as follows: (1) CM planning

(13)

(2) Configuration identification (3) Configuration control (4) Interface management (5) Configuration audits

(6) Configuration status accounting

The contractor shall define, organize, and establish all processes, procedures, and support systems required to accomplish this task. The contractor shall formulate CM requirements, including project execution and procurement aspects, for new start developments and modification projects in accordance with the criteria of NAVINST 4130.1B, MIL-STD-973 and appropriate CM commercial standards.

4.12 Data Handling

While performing under this contract, it is probable that the contractor will have access to system performance, Naval force structure, program/business sensitive, and pre-decisional material/data, which shall not be disclosed to any entity, government or otherwise, outside of AIR-4.5 unless specifically indicated in TDLs or authorized in writing by the Contracting Officer. The contractor shall not use for purposes other than performance under this contract; nor shall the contractor release, reproduce, distribute, or publish any data or analysis that is provided as Government Furnished Information (GFI) or produced in the performance of this contract; nor shall the contractor authorize others to do so, without written permission of the Contracting Officer. Further, the contractor shall, within 15 days after the effective date of this contract, obtain and provide to the Contracting Officer’s Representative (COR) signed Non-Disclosure Agreements (NDAs) with each subcontractor and consultant (CDRL A0012). Additionally, the contractor agrees to place in each subcontract affected by these provisions the necessary language to bind the subcontractor by these terms and conditions.

5.0 Labor Categories and Qualifications

The contractor shall provide personnel having professional and technical experience necessary to

ensure accomplishment of the tasks specified in this performance-based work statement. The following list represents those labor categories identified by the Government as associated with the contract.

Program Manager (Key - Prime Only)

(SECRET Clearance Eligible*)

Senior Operational Specialist (Key) (SECRET Clearance Eligible*) Operational Specialist

(SECRET Clearance Eligible*) Engineering Consultant (Key) (SECRET Clearance Eligible*) Senior Systems Specialist (Key) (SECRET Clearance Eligible*) Systems Specialist

(SECRET Clearance Eligible*) Senior Engineer (Key)

(SECRET Clearance Eligible*) Engineer

(SECRET Clearance Eligible*) Senior Engineering Specialist (SECRET Clearance Eligible*)

(14)

Engineering Specialist (SECRET Clearance Eligible*) Senior Engineering Technician (SECRET Clearance Eligible*) Engineering Technician (SECRET Clearance Eligible*) Support Specialist

(SECRET Clearance Eligible*) Project Analyst (SECRET Clearance Eligible*) Senior Computer Scientist (SECRET Clearance Eligible*) Computer Scientist

(SECRET Clearance Eligible*) Senior Logistician

(SECRET Clearance Eligible*) Logistician

(SECRET Clearance Eligible*) Senior Training Specialist (SECRET Clearance Eligible*) Training Specialist

(SECRET Clearance Eligible*) Engineering Intern

(SECRET Clearance Eligible*)

* It is noted that ALL labor categories have the potential to require attaining a TOP SECRET level security clearance.

6.0 Contract Data Requirements

Data deliverables shall be dependent on the tasking and may include, but are not limited to, one or more of the following:

· Scientific and Technical Reports (CDRL A001) · Technical Report – Study/Services (CDRL A002) · Conference Agendas (CDRL A003)

· Briefing Materials (CDRL A004) · Key Events Schedule (CDRL A005) · Management Plan (CDRL A006)

· Report, Record of Meeting/ Minutes (CDRL A007) · Unofficial Travel Reports (CDRL A008)

· Status Report (CDRL A009) · Presentation Material (CDRL A010)

· Operations Security (OPSEC) Plan (CDRL A011) · Non-Disclosure Agreement (Company) (CDRL A0012)

(15)

7.1 Travel

The contractor shall travel, as required, during the performance of this contract. The Government shall reimburse the contractor for allowable travel costs, exclusive of fee, incurred by the contractor in performance of the contract in accordance with FAR Subpart 31.2 and with rules set forth for temporary duty travel in the Department of Defense Joint Travel Regulations, Volume II, for civilian personnel. Travel and subsistence are authorized for travel beyond a 50-mile radius of the contractor's office or regular work site whenever a task assignment requires work to be accomplished at a temporary alternate work site. Travel other than local travel must receive prior written

authorization by the Contracting Officer’s Representative (COR). The COR has the ability to disapprove travel if deemed unnecessary. The contractor is responsible for making all travel arrangements for its personnel. The costs associated with obtaining passports for contractor personnel shall not be billed as a direct charge to this contract. The cost for travel will be reimbursed in accordance with the ODC CLINs included in this contract. The

Government shall reimburse the contractor for allowable travel costs, exclusive of fee, incurred by the contractor in performance of the contract in accordance with FAR Subpart 31.2.

Contractor required access to Government owned facilities will be authorized with the proper clearances and visit requests. Travel to various worldwide locations to attend meetings, monitor testing, conduct necessary validation and verification exercises and develop technical findings may require passport and country clearances. The contractor shall provide all necessary information, as required, to support such clearances and visit requests.

Travel requirements are anticipated to be primarily within the continental United States (CONUS) but are not limited to CONUS. Based on the historical nature of travel associated with this effort, typical travel requirements are anticipated to be 20% of the effort when tasking is associated with irregular warfare acquisition.

7.2 Material

The contractor shall purchase material as required/applicable during the performance of this contract. Material estimates are based on a per annum not-to-exceed amount. Material shall be purchased in accordance with NAVAIR clause 5252.242-9515 (RESTRICTION ON THE DIRECT CHARGING OF MATERIAL). All material

purchased by the contractor under this task order becomes the property of the Federal Government. The Government shall reimburse the contractor for allowable material costs, exclusive of fee, incurred by the contractor in performance of the contract in accordance with FAR Subpart 31.2.

8.0 OPERATIONS SECURITY (OPSEC) PLAN

8.1 The classification level of the requirements outlined herein is Top Secret . The contractor shall provide Operations Security (OPSEC) protection for all classified information (as defined by FAR 4.401) and sensitive information (as defined by Section 3(d)(4) of PL 100-235 (101 Stat 1727)), pursuant to the National Security Decision Directive 298 of 22 January 1988 and DFARS clause 252.239-7016. In order to meet this requirement, the contractor shall develop, implement and maintain a facility level OPSEC plan and program to protect classified and sensitive information, to be used at a contractor's and subcontractor's facilities during the performance of this contract. The OPSEC Plan shall be submitted in accordance with CDRL A011.

9.0 TECHNICAL DIRECTION LETTERS

9.1 The use of Technical Direction Letters (TDLs) may be necessary at times to provide specific technical direction to the contractor within the context of the PBWS. The use of TDLs will be executed in accordance with NAVAIR Clause 5252.242-9502 (Technical Direction) as incorporated in the order.

(16)

SECTION D PACKAGING AND MARKING

Clauses specified in Section D of the basic SeaPort-e contract are hereby fully and expressly incorporated into this task order.

All deliverables shall be submitted to the Contracting Officer's Representative (COR) at the address indicated in Section G, Clause 5252.201-9501.

Item 4001 and Option Items 4101, 7201, 7301, 7401, 4002, 4102, 7202, 7302 and 7402 - Packaging and marking are not applicable to these items.

Item 6001 and Option Items 6101, 9201, 9301, 9401, 6002, 6102, 9202, 9302 and 9402 - Packaging and marking shall be in accordance with best commercial practice.

Items 4003 and 4004 and Option Items 4103, 7203, 7303 and 7403 - The data to be furnished hereunder shall be packaged and marked in accordance with Exhibit (A), DD Form 1423, Contract Data Requirements List (CDRL).

HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990)

All reports delivered by the Contractor to the Government under this contract shall prominently show on the cover of the report:

(1) name and business address of the Contractor (2) contract number

(3) contract dollar amount

(4) whether the contract was competitively or non-competitively awarded

(5) sponsor: (Name of Individual Sponsor)

(Name of Requiring Activity)

(City and State)

(17)

SECTION E INSPECTION AND ACCEPTANCE

Clauses specified in Section E of the basic SeaPort-e contract are hereby fully and expressly incorporated into this task order.

Item 4001 and 6001 and Option Items 4101, 7201, 7301, 7401, 4002, 4102, 7202, 7302, 7402 6101, 9201, 9301, 9401, 6002, 6102, 9202, 9302 and 9402 – Inspection and acceptance shall occur upon acceptance of all Exhibit (A) CDRLs. Additionally, the Government will monitor the contractor's performance to ensure compliance with contract requirements, inclusive of terms and conditions, in accordance with the Quality Assurance Surveillance Plan (QASP) attached to the task order.

Items 4003 and 4004 and Option Items 4103, 7203, 7303 and 7403 - Inspection and acceptance shall be in accordance with Exhibit (A), DD Form 1423, Contract Data Requirements List (CDRL). Acceptance shall be performed by the first addressee listed in the distribution list under Block 14 and in accordance with Block 16 of the DD Form 1423.

CLIN Description Contract Year Inspection At Inspection By Acceptance At Acceptance By

All CLINS Various Entire PoP Destination Government Destination Government

5252.246-9529 SURVEILLANCE OF SERVICES AND TIME RECORDS (NAVAIR) (JUL 1998)

(a) The official(s) designated in paragraph (b) shall be responsible for appropriate surveillance of all services to be performed under this contract. In so doing, such official(s) shall (1) review the accuracy and approve or disapprove the contractor’s time and attendance records of all workers assigned under the contract, and (2) make frequent periodic visits to the work site to check on the presence of workers whose time is charged thereto.

(b) Name: Mr. Terry Witte

Activity: Naval Air Warface Center - Aircraft Division, AIR-4.5

Address: Advanced Maritime Technology Center, B1485, 47069 Whalen Road, Patuxent River, MD 20685

Phone: 301-757-6963

(c) When performance is at a Government site, the contractor’s representative shall contact the Government representative named above upon arrival and departure from the work site. If access to a security area is required, the designated Government representative will provide continuous escort service for the contractor’s representative.

5252.246-9514 INSPECTION AND ACCEPTANCE OF TECHNICAL DATA AND INFORMATION (NAVAIR) (FEB 1995)

Inspection and acceptance of technical data and information will be performed by the Procuring Contracting Officer (PCO) or his duly authorized representative. Inspection of technical data and information will be performed by ensuring successful completion of the requirements set forth in the DD Form 1423, Contract Data Requirements List (CDRL) and incorporation/resolution of Government review comments on the data items. Acceptance will be evidenced by execution of an unconditional DD Form 250, Material Inspection and Receiving Report, as

appropriate, and/or upon receipt of a second endorsement acceptance by the PCO on the attachment to this contract entitled NAWCTSD 4330/60 Data Item Transmittal/Acceptance/Rejection Form. The attached form will not be used for high cost data such as drawings, specifications, and technical manuals.

(18)

SECTION F DELIVERABLES OR PERFORMANCE

The periods of performance for the following Items are as follows:

4001 7/3/2014 - 7/2/2015

4003 7/3/2014 - 7/2/2015

4004 7/3/2014 - 7/2/2015

6001 7/3/2014 - 7/2/2015

Clauses specified in Section F of the basic SeaPort-e contract are hereby fully and expressly incorporated into this task order.

CLIN - DELIVERIES OR PERFORMANCE

The periods of performance for the following Items are as follows:

4001 7/3/2014 - 7/2/2015

4003 7/3/2014 - 7/2/2015

4004 7/3/2014 - 7/2/2015

6001 7/3/2014 - 7/2/2015

The periods of performance for the following Option Items are as follows:

4002 7/3/2014 - 7/2/2015 4101 7/3/2015 - 7/2/2016 4102 7/3/2015 - 7/2/2016 4103 7/3/2015 - 7/2/2016 6002 7/3/2014 - 7/2/2015 6101 7/3/2015 - 7/2/2016 6102 7/3/2015 - 7/2/2016 7201 7/3/2016 - 7/2/2017 7202 7/3/2016 - 7/2/2017 7203 7/3/2016 - 7/2/2017 7301 7/3/2017 - 7/2/2018 7302 7/3/2017 - 7/2/2018 7303 7/3/2017 - 7/2/2018 7401 7/3/2018 - 7/2/2019 7402 7/3/2018 - 7/2/2019 7403 7/3/2018 - 7/2/2019 9201 7/3/2016 - 7/2/2017 9202 7/3/2016 - 7/2/2017 9301 7/3/2017 - 7/2/2018

(19)

9302 7/3/2017 - 7/2/2018

9401 7/3/2018 - 7/2/2019

9402 7/3/2018 - 7/2/2019

Services to be performed hereunder will be provided at (insert specific address and building etc.)

5252.247-9505 TECHNICAL DATA AND INFORMATION (NAVAIR) (FEB 1995)

Technical Data and Information shall be delivered in accordance with the requirements of the Contract Data Requirements List, DD Form 1423, Exhibit A, attached hereto, and the following:

(a) The contractor shall concurrently deliver technical data and information per DD Form 1423, Blocks 12 and 13 (date of first/subsequent submission) to all activities listed in Block 14 of the DD Form 1423 (distribution and addresses) for each item. Complete addresses for the abbreviations in Block 14 are shown in paragraph (g) below. Additionally, the technical data shall be delivered to the following cognizant codes, who are listed in Block 6 of the DD Form 1423: Not Applicable.

(b) Partial delivery of data is not acceptable unless specifically authorized on the DD Form 1423, or unless approved in writing by the PCO.

(c) The Government review period provided on the DD Form 1423 for each item commences upon receipt of all required data by the technical activity designated in Block 6.

(d) A copy of all other correspondence addressed to the Contracting Officer relating to data item requirements (i.e., status of delivery) shall also be provided to the codes reflected above and the technical activity responsible for the data item per Block 6, if not one of the activities listed above.

(e) The PCO reserves the right to issue unilateral modifications to change the destination codes and addresses for all technical data and information at no additional cost to the Government.

(f) Unless otherwise specified in writing, rejected data items shall be resubmitted within thirty (30) days after receipt of notice of rejection.

(g) DD Form 1423, Block 14 Mailing Addresses: Naval Air Warfare Center - Aircraft Division Advanced Maritime Technology Center Building 1485

47069 Whalen Road Patuxent River, MD 20685

Contracting Officer's Representative: Terry Caulley

11RA Ddl-F40 CONTRACTOR NOTICE REGARDING LATE DELIVERY

In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, he/she shall immediately notify, in writing, the Task Order Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however such notice shall not be construed as a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract.

(20)

The services to be performed herein shall be performed primarily at Naval Air Warfare Center Aircraft Division, Patuxent River, MD and its nearby surrounding areas (i.e. Lexington Park, MD and St. Inigoes, MD). While on travel, tasking may require work to be accomplished on or nearby other government facilities CONUS and OCONUS.

(21)

SECTION G CONTRACT ADMINISTRATION DATA

Clauses specified in Section G of the basic SeaPort-e contract are hereby fully and expressly incorporated into this task order.

5252.201-9501 DESIGNATION OF CONTRACTING OFFICER’S REPRESENTATIVE (COR) (NAVAIR) (OCT 1994)

(a) The Contracting Officer has designated [Terry Caulley] as the authorized Contracting Officer’s Representative (COR) for this contract.

(b) The duties of the COR are limited to the following: See Attachment.

5252.242-9511 CONTRACT ADMINISTRATION DATA (NAVAIR)(MAR 2008)

(a) Contract Administration Office.

(1) Contract administration functions (see FAR 42.302 and DFARS 242.302) are assigned to: See the ADMINISTERED BY Block on the face page of the contract or modification.

(2) Contract administration functions withheld, additional contract administration functions assigned, or special instructions (see FAR 42.202) are: [not applicable] or as delineated by Procuring Contracting Officer (PCO) correspondence.

(b) Inquiries regarding payment should be referred to: MyInvoice at https://myinvoice.csd.disa.mil//index.html.

252.204-0002 Line Item Specific: Sequential ACRN Order. (SEP 2009)

The payment office shall make payment in sequential ACRN order within the line item, exhausting all funds in the previous ACRN before paying from the next ACRN using the following sequential order: Alpha/Alpha;

Alpha/numeric; numeric/alpha; and numeric/numeric.

HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (APR 2011)

(a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OF PAYMENT REQUESTS” (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract. This web-based system located at https://wawf.eb.mil provides the technology for government contractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted for payment.

(b) It is recommended that the person in your company designated as the Central Contractor Registration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for the submission of invoices, use the online training system for WAWF at http://wawftraining.com. The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the training system should be reviewed. Vendor documentation is available under Resources at http://wawftraining.com.

(c) The designated CCR EB point of contact is responsible for activating the company’s CAGE code on WAWF by calling 1-866-618-5988. Once the company is activated, the CCR EB point of contact will self-register under the company’s CAGE code on WAWF and follow the instructions for a group administrator. After the company is

(22)

set-up on WAWF, any additional persons responsible for submitting invoices must self-register under the company’s CAGE code at https://wawf.eb.mil.

(d) The contractor shall use the following document types, DODAAC codes and inspection and acceptance locations when submitting invoices in WAWF:

Type of Document(s) (contracting officer check all that apply) Invoice (FFP Supply & Service)

Invoice and Receiving Report Combo (FFP Supply) Invoice as 2-in-1 (FFP Service Only)

X Cost Voucher (Cost Reimbursable, T&M , LH, or FPI) Receiving Report (FFP, DD250 Only)

DODAAC Codes and Inspection and Acceptance Locations (contracting officer complete appropriate information as applicable)

Issue DODAAC N00421

Admin DODAAC *Block 6 of TO cover Pay Office DODAAC *Block 12 of TO cover

Inspector DODAAC N00421

Service Acceptor DODAAC N00421 Service Approver DODAAC N00421 Ship To DODAAC See Section F

DCAA Auditor DODAAC TBD

Inspection Location See Section E Acceptance Location See Section E

Attachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g., backup documentation, timesheets, etc. Maximum limit for size of each file is 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes.

(e) The Contractor agrees to segregate costs incurred under this task order at the lowest level of performance, either task or subtask, rather than on a total task order basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in WAWF for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as a cost breakdown of ODCs (materials and travel), by line item task or subtask. Subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer and Contracting Officer Representative. Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and Contracting Officer Representative; or other method as agreed to by the Contracting Officer.

(23)

(f) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will be prompted to send additional email notifications. Click on “Send More Email Notification” and add the acceptor/receiver email addresses noted below in the first email address block, and add any other additional email addresses desired in the following blocks. This additional notification to the government is important to ensure that the

acceptor/receiver is aware that the invoice documents have been submitted into WAWF.

Send Additional Email Notification To:

terry.caulley@navy.mil

terry.witte@navy.mil

rebecca.wathen@navy.mil

(g) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shall process invoices/cost vouchers for payment per contract terms. Contractors approved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF. Final voucher submission will be approved by the ACO. (h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number or the NUWCDIVNPT WAWF point of contact, Jerry Palmer at 401-832-4964 or gerard.palmer@navy.mil. For payment status, log into WAWF, scroll to the bottom of the page, and click on the link for “Pay Status (myinvoice – External Link)”. Call or e-mail Barbara Sangeado at 401-832-4952 or barbara.sangeado@navy.mil only if you cannot get the answer through the WAWF Website.

SEA 5252.216-9122 LEVEL OF EFFORT (DEC 2000)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the work described in Sections B and C of this contract. The total level of effort for the performance of this contract shall be 451,200 total man-hours of direct labor, including subcontractor direct labor for those subcontractors specifically

identified in the Contractor's proposal as having hours included in the proposed level of effort.

(b) Of the total man-hours of direct labor set forth above, it is estimated that 0 man-hours are uncompensated effort. Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additional compensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillment of the level of effort obligations under this contract.

(c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performed in direct support of this contract and shall not include time and effort expended on such things as (local travel to and from an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at an employee's residence or other non-work locations (except as provided in paragraph (j) below), or other time and effort which does not have a specific and direct contribution to the tasks described in Sections B and C.

(d) The level of effort for this contract shall be expended at an average rate of approximately __1735 man-hours___ [Yearly number of labor hours divided by 52 weeks]hours per week. It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective, provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the term hereof, except as provided in the following paragraph.

(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such an extent that the total man hours of effort specified above would be used prior to the expiration of the term, the Contractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefits which would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together with an offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms and conditions of this contract and any additions or changes required by then current law, regulations, or directives, and that the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. The

(24)

Contractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Any agreement to accelerate will be formalized by contract modification.

(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor such that the total man hours of effort specified in paragraph (a) above would be used prior to the expiration of the term. This order shall specify the acceleration required and the resulting revised term. The Contractor shall acknowledge this order within five days of receipt.

(g) If the total level of effort specified in paragraph (a) above is not provided by the Contractor 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 x ((Required LOE minus Expended LOE)divided by 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 Contractor 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.

(h) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative Contracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated and uncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shall indicate on each invoice the total level of effort claimed during the period covered by the invoice, separately identifying compensated effort and uncompensated effort, if any.

(i) Within 45 days after completion of the work under each separately identified period of performance hereunder, the Contractor shall submit the following information in writing to the Contracting Officer with copies to the cognizant Contract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number of man hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the number of man hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for the period. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, in the case of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced to recover excess funds and, in the case of an underrun in hours specified as the total level of effort; and (6) a calculation of the appropriate fee reduction in accordance with this clause. All submissions shall include subcontractor information. (j) Notwithstanding any of the provisions in the above paragraphs, the Contractor 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.

09RA HQ B-2-0015 PAYMENTS OF FEE(S) (LEVEL OF EFFORT) (NAVSEA)(MAY 1993)

(a) For purposes of this contract, “fee” means “target fee” in cost-plus-incentive-fee type contracts, “base fee” in cost-plus-award-fee type contracts, or “fixed fee” in “cost-plus-fixed-fee type contracts for level of effort type contracts.

(b) The Government shall make payment to the Contractor, subject to and in accordance with the clause in this contract entitled “FIXED FEE” (FAR 52.216-8) or “INCENTIVE FEE” (FAR 52.216-10), as applicable. Such payments shall be equal to * percent ( * % ) of the allowable cost of each invoice submitted by and payable to the Contractor pursuant to the clause of this contract entitled “ALLOWABLE COST AND PAYMENT” (FAR 52.216-7) subject to the withholding terms and conditions of the “FIXED FEE” or “INCENTIVE FEE” clause, as applicable (percentage of fee is based on fee dollars divided by estimated cost dollars, including facilities capital cost of money). Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract.

(c) The fee(s) specified in Section B, and payment thereof, is subject to adjustment pursuant to paragraph (g) of the special contract requirements entitled “LEVEL OF EFFORT.” If the fee(s) is reduced and the reduced fee(s) is less than the sum of all fee payments made to the Contractor under this contract, the Contractor shall repay the

(25)

excess amount to the Government. If the final adjusted fee exceeds all payments made to the Contractor under this contract, the Contractor shall be paid the additional amount, subject to the availability of funds. In no event shall the Government be required to pay the Contractor any amount in excess of the funds obligated under this contract at the time of the discontinuance of work.

(d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid until the contract has been modified to reduce the fee(s) in accordance with the “LEVEL OF EFFORT” special contract requirements, or until the Procuring Contracting Officer has advised the paying office in writing that no fee adjustment is required. *To be incorporated and completed at the Task Order Level, as appropriate.

09RA HQ B-2-0020 TRAVEL COSTS - ALTERNATE I (NAVSEA) (DEC 2005)

(a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs in accordance with FAR 31.205-46. The costs to be reimbursed shall be those costs accepted by the cognizant DCAA. (b) Reimbursable travel costs include only that travel performed from the Contractor's facility to the worksite, in and around the worksite, and from the worksite to the Contractor's facility.

(c) Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR 31.205-35; however, Contracting Officer approval shall be required prior to incurring relocation expenses and travel costs incident to relocation.

(d) The Contractor shall not be reimbursed for the following daily local travel costs: (i) travel at U.S. Military Installations where Government transportation is available,

(ii) travel performed for personal convenience/errands, including commuting to and from work, and

(iii) travel costs incurred in the replacement of personnel when such replacement is accomplished for the Contractor's or employee's convenience.

11RA HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995) (Applicable at Task Order Level)

(a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and

the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the contract, except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law.

(b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered.

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS

(a) Definitions. As used in this clause—

(1) “Contract financing payment” and “invoice payment” have the meanings given in section 32.001 of the Federal Acquisition Regulation.

References

Related documents

(2010): high-level quantitative study on relational management; used FORT 2x2 matrix (extent of substitution by the vendor versus strategic impact of the outsourced IT), arguing

Rand, DA (1999) ‘Correlation equations and pair ap- proximations for spatial ecologies’, in Advanced Ecolog- ical

Using data on the six most important European mutual fund countries we find that the European industry is still lagging the US industry when it comes to both total asset size and

Citigroup, the new name created out of Citicorp and Travelers Group, was now able to service its customers with a wide variety of products, which is extremely important in

All actual LSAT questions printed within this work are used with the permission of Law School Admission Council, Inc., Box 2000, Newtown, PA 18940, the copyright owner.. LSAC does

Severity of harm Curable injury with- out incapa- city to work (reversible) Curable injury with incapacity to work (reversible) Slight, permanent injury to health

Persepsi pensyarah terhadap e-pembelajaran dari aspek sikap, kemahiran teknologi dan juga bidang kepakaran dikaji bagi mengetahui keperluan pensyarah untuk menggunakan prototaip

The lift to drag ratio increases as the angle of attack increased on both wings, for rear wing the lift to drag ratio is reduced when compared to that of front wing due to