1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

Size: px
Start display at page:

Download "1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3"

Transcription

1 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 17-Mar-2017 N/A N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S3915A NAVAL SURFACE WARFARE CENTER PHILA DCMA PHILADELPHIA SCD: C NSWCPD Philadelphia PA derek.diep@navy.mil ROBBINS AVENUE, BLDG. 4-A, P.O. BOX PHILADELPHIA PA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. NDI Engineering 100 Grove Rd. Thorofare NJ B. DATED (SEE ITEM 11) CAGE CODE 4X596 FACILITY CODE 19-Mar-2015 [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS / -EHQ5 10B. DATED (SEE ITEM 13) [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)set FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR (b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) IAW FAR (b) 'Mutual Agreement of the Parties' E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Joseph T Zulli, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/joseph T Zulli 17-Mar-2017 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)

2 -EHQ5 2 of 3 GENERAL INFORMATION The purpose of this modification is to extend the Period of Performance of the CLIN/SLINs listed below. This modification is being created at no cost to the Government. Accordingly, said Task Order is modified as follows: 1) The total amount of funds obligated to the task is hereby increased from $5,534, by $0.00 to $5,534, ) The total value of the order is hereby increased from $9,859, by $0.00 to $9,859, ) The Period of Performance of the following line items is hereby changed as follows: CLIN/SLIN From To 7101AA 3/1/2016-3//2017 3/1/2016-3// AB 3/1/2016-3//2017 3/1/2016-3// AD 3/1/2016-3//2017 3/1/2016-3// AE 3/31/2016-9/30/2016 3/31/2016-3// AG 5//2016-3/17/2017 5//2016-4/30/ AH 5//2016-3/17/2017 5//2016-4/30/ AJ 5//2016-3/17/2017 5//2016-4/30/ AK 5//2016-3/17/2017 5//2016-4/30/ AL 5//2016-3//2017 5//2016-5/17/ AM 5//2016-3//2017 5//2016-3// AN 7/21/2016-3//2017 7/21/2016-3// AP 7/21/2016-3//2017 7/21/2016-3// AQ 7/21/2016-3//2017 7/21/2016-3// AR 7/21/2016-3//2017 7/21/2016-3// AS 7/21/2016-3//2017 7/21/2016-7/20/ AT 7/21/2016-3//2017 7/21/2016-7/20/ AU 7/21/2016-3//2017 7/21/2016-7/20/ AV 8/2/2016-3//2017 8/2/2016-8/1/ AW 8/2/2016-3//2017 8/2/2016-8/1/ AX 8/3/2016-3//2017 8/3/2016-8/1/ AY 9/23/2016-3//2017 9/23/2016-9/22/ AZ 9/23/2016-3//2017 9/23/2016-9/22/ BA 9/23/2016-3//2017 9/23/2016-9/22/ BB 9/23/2016-3//2017 9/23/2016-3// BC 9/23/2016-3//2017 9/23/2016-3// BD 9/23/2016-3//2017 9/23/2016-3// BE 9/23/2016-3/17/2017 9/23/2016-3//20

3 -EHQ5 3 of BF 9/23/2016-3/17/2017 9/23/2016-3// BG 9/22/2016-3/17/2017 9/22/2016-3// BH 9/23/2016-3//2017 9/23/2016-9/22/ BJ 9/23/2016-3//2017 9/23/2016-9/22/ BK 9/23/2016-3/17/2017 9/23/2016-9/22/ BL 11/30/2016-3// /30/2016-3// BM 11/30/2016-3// /30/ /29/ BN 1/20/2017-3//2017 1/20/2017-3// BP 1/20/2017-3//2017 1/20/2017-3// BQ 2/1/2017-3//2017 2/1/2017-1/31/ BR 2/2/2017-3//2017 2/2/2017-3// AA 3/1/2016-3//2017 3/1/2016-3// AB 3/1/2016-3//2017 3/1/2016-3// AC 3/1/2016-3//2017 3/1/2016-3// AD 3/1/2016-3//2017 3/1/2016-3// AG 5//2016-3/17/2017 5//2016-3// AN 7/21/2016-3//2017 7/21/2016-3// AP 7/21/2016-3//2017 7/21/2016-3// BB 9/23/2016-3//2017 9/23/2016-3// BC 9/23/2016-3//2017 9/23/2016-3// BD 9/23/2016-3//2017 9/23/2016-3// BL 11/30/2016-3// /30/2016-3// BN 1/20/2017-3//2017 1/20/2017-3// BR 2/2/2017-3//2017 2/2/2017-3//20 4) All other terms and conditions remain unchanged.

4 -EHQ5 1 of 45 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 7000 R425 Engineering and technical services for logistics and program support for HM&E systems and equipment onboard US Naval ships, submarines and USCG vessels in accordance with the attached Statement of Work (SOW); See Section C. (Fund Type - TBD) 1.0 LO $1,646, $131, $1,778, R425 Incremental Funding for CLIN 7000 in the amount of $80, (O&MN,N) R425 Incremental Funding for CLIN 7000 in the amount of $37, (SCN) R425 Incremental Funding for CLIN 7000 in the amount of $275, (SCN) R425 Incremental Funding for CLIN 7000 in the amount of $275, (SCN) R425 Incremental Funding for CLIN 7000 in the amount of $30, (O&MN,N) R425 Incremental Funding for CLIN 7000 (SCN) R425 Incremental Funding for CLIN 7000 (RDT&E) R425 Incremental Funding for CLIN 7000 (O&MN,N) R425 Incremental Funding for CLIN 7000 (SCN) R425 Incremental Funding for CLIN 7000 (RDT&E) R425 Incremental Funding for CLIN 7000 (SCN) R425 Incremental Funding for CLIN 7000 (NDSF) R425 Incremental Funding for CLIN 7000 (SCN) R425 Incremental Funding for CLIN 7000 (SCN) R425 Incremental Funding for CLIN 7000 (O&MN,N)

5 -EHQ5 2 of 45 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 Incremental Funding for CLIN 7000 (O&MN,N) R425 Incremental Funding for CLIN 7000 (SCN) 7000 R425 Incremental Funding for CLIN 7000 (O&MN,N) R425 Incremental Funding for CLIN 7000 (SCN) R425 Incremental Funding for CLIN 7000 (O&MN,N) 7001 Engineering and technical services for logistics and program support for HM&E systems and equipment onboard US Naval ships, submarines and USCG vessels in accordance with the attached Statement of Work (SOW); See Section C. 7001AA R425 Engineering and technical services for logistics and program support for HM&E systems and equipment onboard US Naval ships, submarines and USCG vessels in accordance with the attached Statement of Work (SOW); See Section C. TI 16 Rev 01 (RDT&E) 7001AB R425 Engineering and technical services for logistics and program support for HM&E systems and equipment onboard US Naval ships, submarines and USCG vessels in accordance with the attached Statement of Work (SOW); See Section C. (RDT&E) 7001AC R425 Engineering and technical services for logistics and program support for HM&E systems and equipment onboard US Naval ships, submarines and USCG vessels in accordance with the attached Statement of Work (SOW); See Section C. TI 02 (RDT&E) 7100 R425 Engineering and technical services for logistics and program support for HM&E systems and equipment onboard US Naval ships, submarines and USCG vessels in accordance with the attached Statement of Work (SOW); See Section C. Option Year 1. (Fund Type - TBD) 7101 Engineering and technical services for logistics and program support for HM&E systems and equipment onboard US $352, LO $166, $13, $0, LO $103, $8, $112, LO $55, $4, $60, LO $678, $54, $733,2.50 $2,806,024.00

6 -EHQ5 3 of 45 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF Naval ships, submarines and USCG vessels in accordance with the attached Statement of Work (SOW); See Section C. 7101AA R425 Engineering and technical services for logistics and program support for HM&E systems and equipment onboard US Naval ships, submarines and USCG vessels in accordance with the attached Statement of Work (SOW); See Section C. TI16-05 (SCN) 7101AB R425 Engineering and technical services. TI FY (SCN) 7101AC R425 Engineering and technical services. (SCN) 7101AD R425 Engineering and technical services. TI FY16-06 (SCN) 7101AE R425 Engineering and technical services for logistics and program support for HM&E systems and equipment onboard US Naval ships, submarines and USCG vessels in accordance with the attached Statement of Work (SOW); See Section C. TI FY U.S.C. 2410(a) is hereby invoked (RDT&E) 7101AF R425 Engineering and technical services for logistics and program support for HM&E systems and equipment onboard US Naval ships, submarines and USCG vessels in accordance with the attached Statement of Work (SOW); See Section C. TI FY POP extension TI-FY16-10 Rev 1 until April 3, U.S.C. 2410(a) is hereby invoked. (O&MN,N) 7101AG R425 This funding is in support of TI FY (SCN) 7101AH R425 This funding is in support of TI FY (SCN) 7101AJ R425 This funding is in support of TI FY (SCN) 7101AK R425 This funding is in support of TI FY (SCN) 7101AL R425 This funding is in support of TI FY U.S.C. 2410(a) is hereby invoked (O&MN,N) 7101AM R425 This funding is in support of TI FY (SCN) 1.0 LO $67, $5, $73, LO $68, $5, $73, LO $68, $5, $73, LO $252, $20,3.70 $272, LO $69, $5, $75, LO $78, $6, $85, LO $0.00 $0.00 $ LO $9, $ $10, LO $32, $2, $35, LO $13, $1, $15, LO $69, $5, $75, LO $92, $7, $100,000.00

7 -EHQ5 4 of 45 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7101AN R425 This funding is in support of TI FY16-12 (SCN) 7101AP R425 This funding is in support of TI FY16-13 (SCN) 7101AQ R425 This funding is in support of TI FY16-14 (SCN) 7101AR R425 This funding is in support of TI FY16-15 (SCN) 7101AS R425 This funding is in support of TI FY U.S.C. 2410(a) is hereby invoked. (O&MN,N) 7101AT R425 This funding is in support of TI FY U.S.C. 2410(a) is hereby invoked. (O&MN,N) 7101AU R425 This funding is in support of TI FY U.S.C. 2410(a) is hereby invoked. (O&MN,N) 7101AV R425 This funding is in support of TI FY The Contractor is not authorized to start work until they have received a fully executed Technical Instructions from a Contracting Officer. 10 U.S.C. 2410(a) is hereby invoked. (O&MN,N) 7101AW R425 This funding is in support of TI FY The Contractor is not authorized to start work until they have received a fully executed Technical Instructions from a Contracting Officer. 10 U.S.C. 2410(a) is hereby invoked. (O&MN,N) 7101AX R425 This funding is in support of TI FY The Contractor is not authorized to start work until they have received a fully executed Technical Instructions from a Contracting Officer. 10 U.S.C. 2410(a) is hereby invoked. (O&MN,N) 7101AY R425 This funding is in support of TI FY (OPN) 7101AZ R425 This funding is in support of TI FY (OPN) 7101BA R425 This funding is in support of TI FY U.S.C. 2410(a) is hereby invoked. (OPN) 7101BB R425 This funding is in support of TI FY (SCN) 1.0 LO $111, $8, $120, LO $74, $5, $80, LO $62, $4, $67, LO $53, $4, $58, LO $50, $4, $54, LO $11, $ $12, LO $71, $5, $77, LO $60,5.19 $4, $65, LO $,5.52 $1, $20, LO $99, $7, $107, LO $, $1, $19, LO $14, $1, $16, LO $175, $14,0.15 $9, LO $123, $9, $133,000.00

8 -EHQ5 5 of 45 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7101BC R425 This funding is in support of TI FY (SCN) 7101BD R425 This funding is in support of TI FY16-28 (SCN) 7101BE R425 This funding is in support of TI FY16-30 (SCN) 7101BF R425 This funding is in support of TI FY (SCN) 7101BG R425 This funding is in support of TI FY (SCN) 7101BH R425 This funding is in support of TI FY U.S.C. 2410(a) is hereby invoked. (O&MN,N) 7101BJ R425 This funding is in support of TI FY U.S.C. 2410(a) is hereby invoked. (O&MN,N) 7101BK R425 This funding is in support of TI FY U.S.C. 2410(a) is hereby invoked. (O&MN,N) 7101BL R425 This funding is in support of TI FY17-01 (RDT&E) 7101BM R425 This funding is in support of TI FY U.S.C. 2410(a) is hereby invoked. (O&MN,N) 7101BN R425 This funding is in support of TI (SCN) 7101BP R425 This funding is in support of TI FY (SCN) 7101BQ R425 This funding is in support of TI FY U.S.C. 2410(a) is hereby invoked. (O&MN,N) 7101BR R425 This funding is in support of TI FY (SCN) 7200 R425 Engineering and technical services for logistics and program support for HM&E systems and equipment onboard US Naval ships, submarines and USCG vessels in accordance with the attached Statement of Work (SOW); See Section C. Option Year 2. (Fund Type - TBD) 7201 Option Year II in support of CLIN AA R425 This funding is in support of TI FY17-06 (OPN) 1.0 LO $82, $6, $89, LO $29, $2, $31, LO $85,5.19 $6, $92, LO $83, $6, $90, LO $46, $3, $50, LO $47, $3, $51, LO $46, $3, $50, LO $46, $3, $50, LO $139, $11,5.19 $151, LO $,5.52 $1, $20, LO $41, $3, $45, LO $23, $1, $25, LO $,5.52 $1, $20, LO $125, $10, $135, LO $2,434, $194, $2,628, $284, LO $107, $8, $116,100.00

9 -EHQ5 6 of 45 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7201AB R425 This funding is in support of TI FY (OPN) 7201AC R425 This funding is in support of TI FY17-10 (RDT&E) 7201AD R425 This funding is in support of TI FY17-10 (RDT&E) 1.0 LO $37, $2, $40, LO $81, $6,5.52 $88, LO $37, $2, $40, For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 9000 R425 ODC's in support of CLIN (Fund Type - TBD) 1.0 LO $153, R425 Incremental Funding for CLIN 9000 in the amount of $10, (O&MN,N) R425 Incremental Funding for CLIN 9000 in the amount of $5, (SCN) R425 Incremental Funding for CLIN 9000 in the amount of $25, (SCN) R425 Incremental Funding for CLIN 9000 in the amount of $25, (SCN) R425 Incremental Funding for CLIN 9000 (RDT&E) R425 Incremental Funding for CLIN 9000 (O&MN,N) R425 Incremental Funding for CLIN 9000 (SCN) R425 Incremental Funding for CLIN 9000 (NDSF) R425 Incremental Funding for CLIN 9000 (O&MN,N) R425 Incremental Funding for CLIN 9000 (O&MN,N) 9001 $3, AA R425 ODC in support of CLIN $ AB R425 ODC in support of CLIN 7001 (RDT&E) 1.0 LO $3, R425 ODC's in support of CLIN Estimated cost of ODC's is projected to be $425, Option Year 1. (Fund Type - TBD) 9101 ODC's in support of CLIN Estimated cost of ODC's is projected to be $425, Option Year LO $551, $143, AA R425 Funding in support of TI FY (SCN) 1.0 LO $2, AB R425 Funding in support of TI FY (SCN) 1.0 LO $10, AC R425 Funding in support of TI FY16-05 REV 01. (SCN) 1.0 LO $10, AD R425 Funding in support of TI FY (SCN) 1.0 LO $10, AG R425 ODC in support of CLIN TI FY (SCN) 1.0 LO $40,000.00

10 -EHQ5 7 of 45 Item PSC Supplies/Services Qty Unit Est. Cost 9101AN R425 ODC in support of CLIN 7101AN. Funding in support of TI FY16-12 (SCN) 9101AP R425 ODC in support of CLIN 7101AP. Funding in support of TI FY16-13 (SCN) 9101BB R425 ODC in support of CLIN 7101BB. This funding is in support of TI FY (SCN) 9101BC R425 ODC in support of CLIN 7101BC This funding is in support of TI FY16-27 (SCN) 9101BD R425 ODC in support of CLIN 7101BD This funding is in support of TI FY16-28 (SCN) 1.0 LO $7, LO $5, LO $13, LO $8, LO $3, BL R425 This funding is in support of TI FY (RDT&E) 1.0 LO $15, BN R425 This funding is in support of TI FY (SCN) 1.0 LO $5, BR R425 This funding is in support of TI FY (SCN) 1.0 LO $13, R425 ODC's in support of CLIN Estimated cost of ODC's is projected to be $425, Option Year 2. (Fund Type - TBD) 1.0 LO $411, Option Year II in support of CLIN 9200 $14, AB R425 This funding is in support of TI FY (OPN) 1.0 LO $2, AC R425 This funding is in support of TI FY17-10 (RDT&E) 1.0 LO $12, This is a competitive procurement. If the solicitation should result in a single offer, the Government reserves the right to re-solicit this procurement in order to enhance competition. The Seaport Organizational Conflict of Interest Clause from the basic contract is hereby invoked in the resultant task order. NOTE: If fee is included in the pass through rate for subcontractor labor costs, the prime contractor is requested to identify what percentage of the pass through cost is considered fee in their cost proposal. The maximum labor pass through rate (which is inclusive of all costs derived by applying any indirect rate to subcontracting costs plus any prime contractor fee applied to subcontractor labor costs) shall not exceed 8% to the total proposed subcontracting costs. SUPPORT COSTS

11 -EHQ5 8 of 45 Offerors may propose G&A on top of ODC estimates. However, Offerors shall not "back into" the ODC amount. If G&A is not proposed on top of ODCs as part of the cost proposal, it shall not be asked for after submission of the proposal or post-award. SUPPORT COSTS INCLUDING MATERIAL AND TRAVEL AND OTHER DIRECT SUPPORT COSTS, IF ANY, WILL BE REIMBURSED ON THE BASIS OF ACTUAL REASONABLE AND ALLOWABLE COSTS INCURRED PLUS G&A AND/OR MATERIAL HANDLING. THESE COSTS ARE NOT SUBJECT TO FEE.

12 -EHQ5 9 of 45 SECTION C DESCRIPTIONS AND SPECIFICATIONS 1.0 BACKGROUND: STATEMENT OF WORK ACQUISITION ILS (NSWCCD-SSES CODE 94.1) LOGISTICS AND PROGRAM MANAGEMENT SUPPORT The Naval Surface Warfare Center Carderock Division (NSWCCD) Philadelphia Code 94.1 provides program level management and leadership for NSWCCD Philadelphia cognizant logistics, and acquisition support programs and initiatives. This includes the planning, development, production, procurement, and sustainment of logistic products for Hull, Mechanical and Electrical (HM&E) systems and equipment to be installed on US Navy new acquisition /construction ships and submarines and coordination of Integrated Logistics Support (ILS) updates associated with life-cycle sustainment planning and execution for shipboard HM&E system and equipment. To assist in establishing program goals thresholds and objectives for the minimum number of cost, schedule, and performance parameters that describes the program over its life cycle, Code 94.1 works closely with the logistic division and technical codes throughout the NSWCCD Philadelphia organization and with new construction and in-service Program Executive Office (PEO) sponsors at NAVSEA. To execute its responsibilities, Code 94.1 requires the support of logistics, program, administrative, and engineering personnel to assist in the support areas delineated in this Statement of Work (SOW). This support shall be provided for the Program Offices in Philadelphia, PA, Washington, DC and Pascagoula, MS and, as needed, at the following locations: Mechanicsburg, PA; Norfolk, VA; Bath, ME; Panama City, FL; Slidell, LA; San Diego, CA; Port Hueneme, CA; Keyport, WA; Japan; Sigonella; and underway on US Navy Ships, Submarines and Carriers, and US Coast Guard Cutters. NSWCCD Code 94.1 has responsibility of the projects for which written work assignments are hereinafter called Technical Instructions (TIs). 2.0 SCOPE: The objective of this statement of work is to provide support of logistics functional areas to the NSWCCD, for planning, implementation and management of HM&E new acquisition/construction systems and initiatives. Services performed by the Contractor shall include various logistics support tasks necessary for continued operational readiness of the organization. Services required include: Acquisition, Engineering, and Logistics Program Support and Associated Analysis. 3.0 APPLICABLE DOCUMENTS: 3.1 Defense Acquisition Guidebook (DAG) dated July 29, 2011 ( 3.2 DOD Directive : The Defense Acquisition System ( 3.3 DOD INST : Operation of the Defense Acquisition System ( /whs/directives) 3.4 MIL-HDBK-50-2A: Acquisition Logistics Handbook ( /qsdocdetails.aspx) 3.5 MIL-HDBK : Guidance for Acquisition of Training Data Products and Services (

13 -EHQ5 10 of MIL-HDBK : Instructional Systems Development/Systems Approach to Training and Education ( 3.7 MIL-HDBK : Development of Interactive Multimedia Instruction (IMI) ( 3.8 MIL-HDBK : Advanced Distributed Learning (ADL) Products and Sy stems ( 3.9 MIL-M-38784: Manuals, Technical: General Style and Format Requirements ( MIL-P-24534: Planned Maintenance Subsystem: Development of Maintenance Requirement Cards, Maintenance Index Pages, and Associated Documents ( MIL-STD-482: Configuration Status Accounting Data Elements and Related Features ( MIL-STD-1522/1561: Provisioning Procedures and Technical Documentation ( NAVEDTRA 130 Series: Task Based Curriculum Development Manual ( NAVEDTRA 131 Series: Personnel Performance Profile Based Curriculum Development Manual ( NAVEDTRA 136: Naval Education and Training Command Integrated Learning Environment Course Development and Life-cycle Maintenance ( /aim/newtoaim.ashx) 3.16 NAVEDTRA 137: Job Duty Task Analysis Management Manual ( /aim/newtoaim.ashx) 3.17 NAVEDTRA 138: Naval Education and Training Command Front End Analysis Management Manual ( 3. NAVSEA B Ship s Maintenance and Material Management (3-M) System Policy ( OPNAVINST B: Naval Training System Requirements ( 4.0 PERFORMANCE REQUIREMENTS: 4.1 Acquisition Programs Support The Contractor shall assist Navy Sponsors by providing program planning and support for, but not limited to, CVN-78/79, DDG 51, DDG1000, LCS, LHA-6, LHA-7/8, LCC(R), JHSV, SCX(R),LSD(X) and SSC platforms. This shall consist of participation in logistics planning, execution and delivery to ensure a smooth program transition from the acquisition/production phases to the life cycle sustainment phase of said platforms The Contractor shall support the acquisition logistics elements (maintenance planning; manpower and personnel, supply support; support and test equipment; technical data; training and training support; facilities; packaging, handling, storage and transportation; computer resources support; and design interface) for U.S. Navy Program Office overseeing new

14 -EHQ5 11 of 45 construction/acquisition ship platforms/programs and HM&E systems. The Contractor shall accomplish the following actions relative to each of the ten acquisition logistics elements: Conduct trend analysis, and generate performance metrics on ILS products across programs to determine patterns across platforms, identifying areas for potential cost saving initiatives and reducing total ownership cost. Assist Command in workload resource planning based on program milestones and schedules Analyze shipbuilder proposed changes/modifications/design alternatives to identify logistics impacts and issues, and provide cost effective resolutions for reduction in total ownership cost and develop the applicable logistics support packages necessary to meet such results for system availability and supportability requirements Participate in Integrated Logistics Support Management (ILSM) meetings, program management reviews, and other related meetings, as directed. In addition, assist the Government in performing Logistics Support Analysis (LSA). Provide general program support such as; develop briefing packages, white papers and technical reports for assessing requirements and compliance The Contractor may be required to develop or review logistics support documentation that includes: Life Cycle Sustainment Plans, Interim Support Plans, Manpower Personnel and Training Support (MP&T) Planning Documents, Major Acquisition Milestones Monitoring, and other documented strategies for ILS products to ensure the documentation concurs with DOD policies and directives. 4.2 Logistics Support The Contractor shall develop, validate and/or update ILS documentation and planned ILS products associated with HM&E systems on Navy ships, support shall include, Configuration, Obsolescence, Reliability-Centered Maintenance (RCM), Planned Maintenance System (PMS), Provisioning & Technical Documentation (PTD), Technical Manuals, Training, SISCAL, and Operational Sequencing System (OSS) The Contractor shall provide logistics support to resolve HM&E logistics issues during the post-delivery phase while still in the SCN window. This support will include the review of existing and/or to develop new ILS documentation to support ship alterations, as needed; identify logistics discrepancies to the sponsor; provide technical services necessary to transition from acquisition phase to in-service The Contractor shall coordinate, update and/or provide Standard Generalized Markup Language (SGML) data modifications to NAVSEA Standard Navy Integrated Publishing Process (SNIPP) approved Class 2 Electronic Technical Manual (ETM) suite including Technical Manual Identification Number Requests (TMIN-Rs) and Technical Manual Deficiency Evaluation Reports (TMDERs). This support will include coordination and input of SGML data into the TM Track database, verification of input, and assist in the resolution of TMDERs The Contractor shall provide program administrative support to include receiving, distributing and coordinating acquisition Contract Deliverable Requirements Lists (CDRLs) across platforms to ensure timely submissions to the Navy Program Offices; preparation of reports, white papers, and power point presentations; and provide analyses and written recommendations, with supporting evidence as required. 4.3 Manpower, Personnel and Training Support (MP&T) The Contractor shall conduct, develop and review Front End Analyses (FEA) using the Training Planning Process Methodology (TRPPM) process, Navy Training Systems Plans (NTSPs), and Manpower related documents to include Preliminary Ship Manpower Documents (PSMDs), and

15 -EHQ5 12 of 45 Ship Manpower Documents (SMDs) installed on new acquisition/program /new construction ships and vessels for HM&E systems and equipment The Contractor shall conduct and support trainings audits/surveys aboard DOD, Homeland Security, or other vessels to assess training sufficiency The Contractor shall provide Subject Matter Expertise for MP&T to determine life cycle solutions/executions strategies. Act as the primary assistant to the MP&T Logistics Element Manager (LEM) in coordinating program execution of sponsor MP&T efforts. The Contractor shall accomplish the following actions relative to this requirement: Coordinate with MP&T stakeholders regarding program execution of cognizant MP&T efforts, to ensure the development, maintenance and execution of MP&T products and plans are in accordance with Navy policy and procedures Ensure all configuration/engineering changes are assessed for MP&T impacts to include Training Devices/Technical Training Equipment (TTE), Operator and Maintenance Courses of Instruction (COIs), and Manpower/Manning The Contractor shall develop, coordinate, and facilitate correct training objectives to include Navy Curriculum/Interactive Multimedia Instructional (IMI) courses in accordance with Navy Training Requirements Documentation Manual (NTRDM). The Contractor shall also provide all application programming to support NAVEDTRA-series instructions requirements using Authoring Instructional Media (AIM II) Content Planning Module (CPM)/Learning Objective (LO) Module, and Shared Courseware Object Reference Model (SCORM) requirements. This support will include delivery of curriculum materials; the AIM database, Instructors Guide, Student Guides and supporting documentation. 4.4 Planned Maintenance Support The Contractor shall develop/analyze Planned Maintenance System (PMS) data trends and provide in-service Hull, Mechanical and Electrical PMS Technical Feedback support to include the coordination, assignment, and tracking of In-Service Engineering Agent Technical Feedbacks The Contractor shall update and provide Maintenance Index Page and Maintenance Requirement Card modifications to Navy Sea Logistics Center. 4.5 Engineering Program Support The Contractor shall provide engineering support to review and update ILS documentation for NSWCCD cognizant systems installed at Navy test facilities and onboard surface ships and submarines to include drawings, technical manuals and engineering change proposals The Contractor shall provide engineering and logistics administrative support to review and update presentations, white papers, engineering technical data, drawings and manuals for NSWCCD HM&E systems installed at Navy test facilities and/or onboard surface ships and vessels. This support may include historical record management, submission of requisitions and scheduling. 5.0 DELIVERABLES The acceptance of deliverables and satisfactory work performance required herein must be based on the timeliness, accuracy and standards as specified in the requirements per this task order. The Client Representative/Contracting Officer's Representative (COR) reserves the right to prioritize work, provide guidance, and negotiate any changes in delivery dates. The Client Representative/COR will review the Contractor deliverables in accordance with all specifications stated in this task order. Only the authorized representative has the authority to inspect, accept or reject deliverables. Final

16 -EHQ5 13 of 45 inspection and acceptance of all work performed, reports and other deliverables will be performed at the place of delivery. 5.1 Monthly Performance Summary Report: The Contractor shall provide monthly performance summary reports to the COR, to include status for each Technical Instruction. The report will account for expenditures to date, the status regarding hours and dollars remaining on the task, the status of ongoing efforts, scheduled/accomplished milestones, task order performance, and percent of completion of the work and any problems anticipated. (CDRL A001) 5.2 Technical Reports: The Contractor shall provide technical reports and conclusions reflecting the work accomplished under each task set forth. These reports will be prepared and delivered to the Government when and in the form required by the COR, as identified in the Technical Instruction letters. (CDRL A002) 5.3 Travel Reports: The Contractor shall submit travel reports for all remote travel. The travel report shall include the destination, number of travelers, duration of stay, task milestones completed, site points of contact, ship, actions taken and a synopsis of events which occurred. (CDRL A003) 5.4. Burn Rate Analysis Report: The Burn Rate Analysis Report is a summary report that captures the rate at which the money is expended. This report shall be attached in Wide Area Workflow Receipts and Acceptance (WAWF-RA), beginning 30 days after award and every 30 days thereafter. A template of this report is provided as Attachment 2 of the RFP. (CDRL A004) 5.5. Incurred Cost Report: The Incurred Cost Report is a report that captures a summary of all costs incurred to date. This report shall be attached in Wide Area Workflow Receipts and Acceptance (WAWF-RA), beginning 30 days after award and every 30 days thereafter. A template of this report is provided as Attachment 3 of the RFP. (CDRL A005) 5.6. Other: There may be a need for other specific reports, plans, analysis or documentation created as an integral part of a task order under this contract. Report format, contents and delivery requirements will be as specified in the Technical Instruction (TI) Final Delivery: The Contractor shall provide the final delivery of the last above reports on the date specified in the Technical Instructions. ALL OF THE ABOVE DELIVERABLES SHALL BE SUBMITTED TO THE CONTRACTING OFFICER'S REPRESENTATIVE (COR), UNLESS OTHERWISE SPECIFIED IN INDIVIDUAL TECHNICAL INSTRUCTIONS. 6.0 PERSONNEL REQUIREMENTS 6.1 The following statements define general instruction for the qualifications of key personnel and non-key personnel. 1. The contractor shall be responsible for the employment of trained and technically qualified personnel to perform the tasks to be ordered hereunder by this statement of work. In addition, the contractor is responsible for organizational and administrative controls necessary to ensure that performance meets or exceeds all contract specification requirements and those set forth in the task order. a. The government reserves the right, during the life of this contract, to request work histories on any contractor employee for purposes of verifying compliance with this requirement. Personnel assigned to or utilized by the contractor in the performance of this contract shall meet the experience, educational, or background requirements set forth herein and are fully capable of performing the functions of the respective labor categories in an efficient, reliable, and

17 -EHQ5 14 of 45 professional manner. If the contracting officer questions the qualifications or competence of any person performing under the contract, the burden of proof to sustain that the person is qualified as prescribed herein shall be upon the contractor. b. All contractor personnel are required to comply with computer security requirements applicable to the Government s computer systems being used or accessed by them during the performance of this task order. When a decision is made known to a contractor employee that the employee will no longer need access to a Government computer system (due to dismissal, reassignment, or resignation), it is the responsibility of the contractor to immediately notify the Contracting Officer Representative (COR) that the individual will not be permitted access to the computer system and its data files. c. The appropriate level of clearance will be required in order to access specific compartments onboard ship in addition to government facilities. d. When requested, the contractor shall provide resumes and similar work experience to document employee competencies. e. In the event an individual proposed for performance under the resultant contract is not currently employed by the offeror, the offeror shall include with the listing, a letter of intent signed by that individual which states the individual's intent to accept employment with that offeror within thirty (30) days of contract award if the contract is awarded to the offeror. f. The work history of each employee must contain experience directly related to the task and functions he/she intends to perform under this task order. The Government reserves the right, during the term of this task order, to request work histories on any contractor employee for purposes of verifying compliance with this requirement. If the contracting officer questions the qualifications or competence of any personnel performing under the task order, the burden of proof to sustain that the person is qualified as prescribed herein shall be upon the contractor. 2. Key Personnel The following labor categories are designated Key Personnel for this task order. Please note accredited herein means; Accredited by an accreditation agency listed as nationally recognized by the U.S. Department of Education. Substitution of key personnel shall be in accordance with the Substitution of Key Personnel Clause in the basic contract. The target qualifications for the respective key labor categories are as follows (asterisks denote key personnel): NOTE: Under Key Personnel, qualifications prefixed with shall are considered minimums. a. Program Manager* (1 Resume): Education: Individual should possess a Bachelor s Degree from an accredited college or university. Experience: Should have ten (10) years experience in DoD Logistics Management to include five (5) years experience in major program management, U.S. Navy program experience along with working knowledge of U.S. Navy organizations, including their infrastructure, responsibilities, programs and initiatives is preferred. In addition, should have direct experience with acquisition logistics planning and execution through the program life cycle phases of US Naval ships and equipment. More recent experience is preferred. b. Senior Acquisition Logistics Management Specialist* (2 Resumes): Education: Individual should possess a Bachelor s Degree from an accredited college or university. Experience: Experience should include ten (10) years supporting logistics programs for DoD/Homeland Security Systems/ equipment to include three (3) or more years in DoD Major Program Logistics. Working knowledge of U.S. Navy organizations and programs preferred.

18 -EHQ5 15 of 45 c. Acquisition Logistics Management Specialist* (3 Resume): Education: Individual should possess a Bachelor s Degree from an accredited college or university. Experience: Experience should include five (5) years logistics support of DoD systems and equipment, two (2) or more years in DoD Major Program Logistics. Working knowledge of U.S. Navy organizations and programs preferred. d. Training and Development Specialist* (2 Resume): Education: Individual should possess a Bachelor s Degree from an accredited college or university with two (2) years experience in DoD training development; or a High School diploma or equivalent. Experience: Experience should include five (5) years demonstrating knowledge of DoD/ Homeland Security manpower, personnel, and training, to include establishing training needs, developing objectives and training programs, applying the Instructional System Development (ISD) process, analysis, design, develop, and prepare training manuals, presentation materials, and courses of study related to the operation or maintenance of shipboard systems and equipment. In addition to working knowledge of the Navy s training organizational structure, front end analysis, curriculum development, and training system installation plans. 3. Non-Key Personnel The minimum qualification for the respective non-key labor categories are as follows: e. Senior Engineer: Education: Individual shall possess a Bachelor s of Science Degree in engineering, science or related technical discipline from an accredited college or university and have ten (10) years experience as outlined below. Experience: Experience shall be ten (10) years in one of the following two areas: 1) design, implementation, testing or maintenance of systems and equipment in support of DoD surface ships or submarines; 2) development, updating and publishing of logistics documentation for systems and equipment in support of DoD surface ships or submarines. Working knowledge of the NSWCCD Philadelphia organization and the processes used by NSWCCD to field, maintain and logistically support shipboard HM&E systems and equipment is preferred. f. Engineer: Education: Individual shall possess a Bachelor s of Science Degree in engineering, science or related technical discipline from an accredited college or university and have five (5) years experience as outlined below. Experience: Experience shall be five (5) years in design, implementation, testing or maintenance of systems and equipment in support of DoD equipment; U.S. Navy experience preferred. g. Equipment Specialist: Education: Individual shall possess a High School diploma or equivalent and have ten (10) years experience as outlined below. Experience: Experience shall include ten (10) years of military or DoD civilian experience which provides an in-depth knowledge of military systems maintenance and operation; U.S. Navy experience preferred. Two (2) or more years experience coordinating design/logistics products for the operational testing facility of military HM&E systems and equipment; U.S. Navy preferred.

19 -EHQ5 16 of 45 h. Logistician: Education: Individual shall possess a Bachelor s Degree from an accredited college or university; or a High School diploma or equivalent with two (2) years experience as outlined below. Experience: Experience shall include supporting logistics programs for DoD systems to include the development, updating or use of ILS products for HM&E systems/equipment. Working knowledge of naval and commercial logistical databases, e.g. TDMIS, CDMD-OA, Haystack, Wind chill, etc. is preferred. i. Program Support Assistant: Education: Individual shall possess a Bachelor s Degree from an accredited college or university and one (1) year experience in a related position; or a High School diploma or equivalent and minimum three (3) years experience as outlined below. Experience: The experience shall include clerical or administrative support to include scheduling, filing, the use of computers in a broad range of applications such as word processing, and spreadsheet data entry, and other general office duties related to the Statement of Work. j. Consulting Analyst: Education: Individual shall possess a Bachelor s Degree from an accredited college or university and five (5) years experience as related to the statement of work; or a High School diploma or equivalent and ten (10) years experience as outlined below. Experience: The experience shall include: collecting data and conducting analysis, providing HM&E systems subject matter expertise for use in developing ILS products for new acquisition/ programs. k. Instructional Systems Designer: Education: Individual shall possess a Bachelor s Degree from an accredited college or university with five (5) years experience as outlined below. Experience: The experience shall include five (5) years of curriculum/education development, to include experience as an Instructional System Designer on adult education oriented course development. Working knowledge of military training and writing; U.S. Navy is preferred. l. Manpower, Personnel and Training (MP&T) Specialist: Education: Individual shall possess a Bachelor s Degree from an accredited college or university with minimum three (3) years experience; or a High School diploma or equivalent and five (5) years prior military or DoD civilian service with logistics/training background as outlined below. Experience: The experience shall include working knowledge of military ranks and ratings; functional familiarization with NTSP, FEA, TRRPM; and prior U.S. Navy experience with ship modification/engineering/ manpower is preferred. m. Clerk: Education: Individual shall possess a High School diploma or equivalent and one (1) year experience as outlined below. Experience: The experience shall include working in clerical or administrative support to include typing, filing, receiving incoming calls and other general office duties related to the Statement of Work.

20 -EHQ5 17 of 45 n. Word Processor Operator: Education: Individual shall possess a High School diploma or equivalent and one (1) year experience as outlined below. Experience: The experience shall include the use of computers in a broad range of applications such as word processing, editing and data entry, and other duties related to the Statement of Work. 7.0 PLACES OF PERFORMANCE It is anticipated that a majority of the work under this task order will be performed in Philadelphia, PA, (80%) with the remaining 20% at the following locations: Washington, DC and Pascagoula, MS, Mechanicsburg, PA; Norfolk, VA; Bath, ME; Panama City, FL; Slidell, LA; San Diego, CA; Port Hueneme, CA; Keyport, WA; Japan; Sigonella; and underway on U.S. Navy Ships, Submarines and Carriers, and US Coast Guard Cutters. 8.0 TRAVEL The Contractor shall perform all travel necessary to accomplish the tasks contained in this task order. At a minimum, the Contractor shall be prepared to travel in conjunction with vendor site visits, and to provide support at Government meetings. The Contractor shall be responsible for making all travel arrangements. Costs for transportation may be based upon mileage rates, actual costs incurred, or a combination thereof, provided the method used results in a reasonable charge. Travel costs will be considered reasonable and allowable only to the extent that they do not exceed on a daily basis, the maximum per diem rates in effect at the time of the travel. The Joint Travel Regulations (JTR), while not wholly applicable to contractors shall provide the basis for the determination as to reasonable and allowable. 9.0 OVERTIME The contractor shall submit to the Contracting Officer Representative (COR), a request to work overtime in support of meeting task milestones and needs of the Navy. The Contracting Officer s Representative (COR), will authorize overtime on a case-by-case basis SECURITY REQUIREMENTS Due to the possible sensitive work and areas in which work may be performed, all Contractor s key personnel shall have or ability to secure a security clearance at the SECRET level. Classified documents and reports received or generated by the Contractor shall be classified up to and including the Secret Level in accordance with the DD Form 254 Contractor Security Classification Specification. CONTRACTOR IDENTIFICATION The Contractor employees shall identify themselves as Contractor personnel by introducing themselves or being introduced as Contractor personnel and displaying distinguishable badges or other visible identification for meetings with Government personnel. In addition, Contractor personnel shall appropriately identify themselves as Contractor employees in telephone conversations and in formal and informal written correspondence CONTRACTING OFFICER'S REPRESENTATIVE (COR): The Contracting Officer Representative (COR) for this task order will be identified at time of award SUBJECT MATTER EXPERT (SME): The Subject Matter Expert (SME) for this task order will be identified at time of award.

21 -EHQ5 of Enterprise-wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) S, Utilities ONLY; (5) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 04-Nov-2013 Various N/A 6. ISSUED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 25-May-2016 N4175615WX50449 N/A 6.

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 19-Aug-2009 92053303, 92053304 N/A

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 08-Nov-2016 N/A N/A 6. ISSUED BY CODE

More information

ORDER FOR SUPPLIES OR SERVICES (FINAL)

ORDER FOR SUPPLIES OR SERVICES (FINAL) ORDER FOR SUPPLIES OR SERVICES () 1 OF 2 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCH REQUEST NO. 5. PRIORITY 2013 Sep 30 TBD Unrated 6. ISSUED BY CODE N39430 7. ADMINISTERED BY CODE S0514A 8. DELIVERY

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 17-Jun-2015 1300469135-0001,1300498514,1300501091,13

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-Jul-2014 1300446476 N/A 6. ISSUED

More information

Binders, Data Storage Medium, De-Greaser, Deliverable/Documentation Consumables, Dividers, Electronic

Binders, Data Storage Medium, De-Greaser, Deliverable/Documentation Consumables, Dividers, Electronic Bolts, Boxes, Brackets, Braces, Brads, C-E Cases, Conduits, Electrical Boxes, End Fittings, Face Plates, Fiberglass, Foam Inserts, Handles, Heat Shrink, Hinges, Interior/Exterior Mounts, Intermediate Distribution

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 27 16-Jan-2009

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J 1 6 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable)

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 01-Dec-2015 1300319331 N/A 6. ISSUED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 07-Oct-2009 See Section G N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 4

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 4 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 4 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 25-Aug-2016 See General Information

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 15-Nov-2016 1300604083 N/A 6. ISSUED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 18-Jul-2017 1300396920 N/A 6. ISSUED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 24-Feb-2017 1300582879 N/A 6. ISSUED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 30-Sep-2016 M0008112SU00086 N/A 6.

More information

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 04-Oct-2012 N/A N/A 6. ISSUED BY CODE N61331 7. ADMINISTERED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 05-Mar-2018 1300699929 N/A 6. ISSUED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 16-Jun-2017 1300630850 N/A 6. ISSUED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 03-Aug-2016 See Section G N/A 6. ISSUED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 17-Jan-2013 N/A N/A 6. ISSUED BY CODE

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 21-Jul-2014 1300396320 N/A 6. ISSUED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 1300582879 N/A 6. ISSUED BY CODE N00014

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 28-Oct-2015 1300446296-0002 1300489610-0004

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 14-Jun-2017 N/A N/A 6. ISSUED BY CODE

More information

Ekagra Partners, LLC. Contractor Site Rates

Ekagra Partners, LLC. Contractor Site Rates ITEM DESCRIPTION U/M Contract Year 1 2 3 4 5 6 7 8 9 10 0001 AA01 Administrative Assistant Level I $45.36 $46.81 $48.31 $49.86 $51.45 $53.10 $54.80 $56.55 $58.36 $60.23 0001 AA02 Administrative Assistant

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 12-Mar-2013 4. REQUISITION/PURCHASE REQ. NO. 1300139313 5. PROJECT NO. (If applicable) N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 27-Jun-2015 N/A N/A 6. ISSUED BY CODE

More information

CIO SP3 Company Site Rates Contractor Site Hourly Rate Page 1 of 5

CIO SP3 Company Site Rates Contractor Site Hourly Rate Page 1 of 5 0001 AA01 Administrative Assistant Level I $44.77 $46.00 $47.27 $48.57 $49.54 $50.41 $51.29 $51.80 $52.32 $52.32 0001 AA02 Administrative Assistant Level II $54.53 $56.03 $57.57 $59.15 $60.33 $61.39 $62.46

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 31-Aug-2014 1300369081 N/A 6. ISSUED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE4. REQUISITION/PURCHASE REQ. NO.5. PROJECT NO. (If applicable) 25-Jun-2013251ULO1002N/A 6. ISSUED BY

More information

$98.22 $ $ $ $ $ $ $ $ $ AG02 Business Process Reengineering Specialist Level II HR

$98.22 $ $ $ $ $ $ $ $ $ AG02 Business Process Reengineering Specialist Level II HR ITEM DESCRIPTION U/M 1 2 3 4 5 6 7 8 9 10 0002 AA01 Administrative Assistant Level I $40.08 $41.08 $42.36 $43.50 $44.72 $46.28 $47.90 $49.58 $51.31 $53.11 0002 AA02 Administrative Assistant Level II $46.33

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 01-Dec-2014 13062011 N/A 6. ISSUED

More information

HP Attachment_J 1_(Pricing_Tables) Ammendment 0001 rev EN Contractor Site Hourly Rate Page 1 of 4

HP Attachment_J 1_(Pricing_Tables) Ammendment 0001 rev EN Contractor Site Hourly Rate Page 1 of 4 Escalation rate* 1.013880214 1.03953 1.07198 1.10655 1.14196 1.1785 1.21621 1.25513 1.2953 1.32797 0001 AA01 Administrative Assistant Level I $27.70 $28.41 $29.18 $30.04 $30.92 $31.83 $32.76 $33.73 $34.72

More information

PERFORMANCE WORK STATEMENT (PWS) Logistics Support for the Theater Aviation Maintenance Program (TAMP) Equipment Package (TEP)

PERFORMANCE WORK STATEMENT (PWS) Logistics Support for the Theater Aviation Maintenance Program (TAMP) Equipment Package (TEP) PERFORMANCE WORK STATEMENT (PWS) Logistics Support for the Theater Aviation Maintenance Program (TAMP) Equipment Package (TEP) 1.0 MISSION OBJECTIVE: Provide sustainment and logistics support to the Theater

More information

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 5205.16 September 30, 2014 Incorporating Change 2, August 28, 2017 USD(I) SUBJECT: The DoD Insider Threat Program References: See Enclosure 1 1. PURPOSE. In accordance

More information

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2 AMENDMENT/MODIFICATION NO 3 EFFECTIVE DATE 4 REQUISITION/PURCHASE REQ NO 5 PROJECT NO (If applicable) 17-Sep-2012 See Section G N/A 6 ISSUED BY

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 25-Nov-2015 1300534620 N/A 6. ISSUED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-Jul-2016 1192 9943-994 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 4

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 4 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 4 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 21-Feb-23 1300335065 N/A 6. ISSUED

More information

TECHNICAL INSTRUCTION (NAVSEA TEMPLATE)

TECHNICAL INSTRUCTION (NAVSEA TEMPLATE) TECHNICAL INSTRUCTION (NAVSEA TEMPLATE) Ref: (a) NAVSEA 5252.242-9115 (TECHNICAL INSTRUCTIONS) Enclosure (if : [] This Technical Instruction (TI) is issued pursuant to reference (a) from my capacity as

More information

NAVSEA STANDARD ITEM CFR Part 61, National Emission Standards for Hazardous Air Pollutants

NAVSEA STANDARD ITEM CFR Part 61, National Emission Standards for Hazardous Air Pollutants NAVSEA STANDARD ITEM ITEM NO: 009-01 DATE: 01 OCT 2017 CATEGORY: I 1. SCOPE: 1.1 Title: General Criteria; accomplish 2. REFERENCES: 2.1 Standard Items 2.2 40 CFR Part 61, National Emission Standards for

More information

MEDIA CONTACTS. Mailing Address: Phone:

MEDIA CONTACTS. Mailing Address: Phone: MEDIA CONTACTS Mailing Address: Defense Contract Management Agency Attn: Public Affairs Office 3901 A Avenue Bldg 10500 Fort Lee, VA 23801 Phone: Media Relations: (804) 734-1492 FOIA Requests: (804) 734-1466

More information

Capabilities Presentation

Capabilities Presentation Capabilities Presentation Corporate Profile Established in 1977 Small Business (FAR subpart 19.001) Over 300 Professional Staff Members DUNS Number - 094744138 Cage Code - 1W582 Primary NAICS (541330,

More information

DOD INVENTORY OF CONTRACTED SERVICES. Actions Needed to Help Ensure Inventory Data Are Complete and Accurate

DOD INVENTORY OF CONTRACTED SERVICES. Actions Needed to Help Ensure Inventory Data Are Complete and Accurate United States Government Accountability Office Report to Congressional Committees November 2015 DOD INVENTORY OF CONTRACTED SERVICES Actions Needed to Help Ensure Inventory Data Are Complete and Accurate

More information

Rapid Development and Integration of Remote Weapon Systems to Meet Operational Requirements Abstract October 2009

Rapid Development and Integration of Remote Weapon Systems to Meet Operational Requirements Abstract October 2009 Small Arms Air Platform Integration Rapid Development and Integration of Remote Weapon Systems to Meet Operational Requirements Abstract 8851 28-October 2009 Joseph Burkart Crane Division, Naval Surface

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 15-Dec-2014 1300315610 N/A 6. ISSUED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 08-May-2015 N6426710RX00011 N/A 6.

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-Jan-2018 13002455-0001, 1300196551-0001,1300183

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 20-Mar-24 1300398415 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 02-Jul-2013 M67854-12-R-0524 N/A 6.

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 12-Aug-2015 See section G N/A 6. ISSUED

More information

As required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), Contracting Officers must

As required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), Contracting Officers must As required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), Contracting Officers must disseminate information on proposed contract actions

More information

SUBPART ORGANIZATIONAL AND CONSULTANT CONFLICTS OF INTEREST (Revised December 29, 2010)

SUBPART ORGANIZATIONAL AND CONSULTANT CONFLICTS OF INTEREST (Revised December 29, 2010) SUBPART 209.5 ORGANIZATIONAL AND CONSULTANT CONFLICTS OF INTEREST (Revised December 29, 2010) 209.570 Limitations on contractors acting as lead system integrators. 209.570-1 Definitions. Lead system integrator,

More information

Subj: MISSION, FUNCTIONS AND TASKS OF DIRECTOR, STRATEGIC SYSTEMS PROGRAMS, WASHINGTON NAVY YARD, WASHINGTON, DC

Subj: MISSION, FUNCTIONS AND TASKS OF DIRECTOR, STRATEGIC SYSTEMS PROGRAMS, WASHINGTON NAVY YARD, WASHINGTON, DC DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 IN REPLY REFER TO OPNAVINST 5450.223B N87 OPNAV INSTRUCTION 5450.223B From: Chief of Naval Operations

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 12-May-2015 1300495975 N/A 6. ISSUED

More information

Commonwealth of Pennsylvania

Commonwealth of Pennsylvania Commonwealth of Pennsylvania Date: November 7, 2013 Subject: PLCB Regulatory Affairs System Solicitation Number: 20121101 Proposal Due 1:00 p.m. on December 11, 2013 Date/Time: Addendum Number: 2 To All

More information

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE N: RDT&E Ship & Aircraft Support

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE N: RDT&E Ship & Aircraft Support Exhibit R-2, RDT&E Budget Item Justification: PB 212 Navy DATE: February 211 COST ($ in Millions) FY 21 FY 211 Base PE 65863N: RDT&E Ship & Aircraft Support OCO Total FY 213 FY 214 FY 215 FY 216 Navy Page

More information

Disadvantaged Business Enterprise Supportive Services Program

Disadvantaged Business Enterprise Supportive Services Program ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Equipment and Procurement Division REQUEST FOR PROPOSALS (RFP) No: 15-001P Disadvantaged Business Enterprise Supportive Services Program Proposals must

More information

PROPOSAL GUIDE NAVAL SHIPBUILDING AND ADVANCED MANUFACTURING (NSAM) CENTER OF EXCELLENCE (COE) 22 February 2018 ADVANCED TECHOLOGY INTERNATIONAL

PROPOSAL GUIDE NAVAL SHIPBUILDING AND ADVANCED MANUFACTURING (NSAM) CENTER OF EXCELLENCE (COE) 22 February 2018 ADVANCED TECHOLOGY INTERNATIONAL PROPOSAL GUIDE NAVAL SHIPBUILDING AND ADVANCED MANUFACTURING (NSAM) CENTER OF EXCELLENCE (COE) 22 February 2018 ADVANCED TECHOLOGY INTERNATIONAL CONTENTS 1 PREFACE... 2 2 INTRODUCTION... 2 3 BACKGROUND...

More information

OPNAVINST A N Oct 2014

OPNAVINST A N Oct 2014 DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 3501.360A N433 OPNAV INSTRUCTION 3501.360A From: Chief of Naval Operations Subj: DEFENSE

More information

THE UNDER SECRETARY OF DEFENSE 3010 DEFENSE PENTAGON WASHINGTON, DC

THE UNDER SECRETARY OF DEFENSE 3010 DEFENSE PENTAGON WASHINGTON, DC THE UNDER SECRETARY OF DEFENSE 3010 DEFENSE PENTAGON WASHINGTON, DC 20301-3010 ACQUISITION, TECHNOLOGY AND LOGISTICS DEC 0 it 2009 MEMORANDUM FOR SECRETARIES OF THE MILITARY DEPARTMENTS CHAIRMAN OF THE

More information

How to do Business with NAVAL FACILITIES ENGINEERING COMMAND for Architect Engineer Contracts

How to do Business with NAVAL FACILITIES ENGINEERING COMMAND for Architect Engineer Contracts How to do Business with NAVAL FACILITIES ENGINEERING COMMAND for Architect Engineer Contracts Washington Navy Yard 1322 Patterson Avenue SE Washington DC 20374-5065 GENERAL INFORMATION: STEP 1: Obtain

More information

GED PLUS Support Services

GED PLUS Support Services Volume I: Technical and Management 8 June 2011 Response to Call Order Request for Proposal NGB-EDU GED PLUS Support Services In accordance with FAR 52.215-1(e), this proposal includes data that shall not

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 04-May-2017 N0024217RC005F1 N/A 6.

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 5000.55 November 1, 1991 SUBJECT: Reporting Management Information on DoD Military and Civilian Acquisition Personnel and Positions ASD(FM&P)/USD(A) References:

More information

Department of Defense MANUAL

Department of Defense MANUAL Department of Defense MANUAL NUMBER 5000.04-M-1 November 4, 2011 Incorporating Change 1, Effective April 18, 2018 CAPE SUBJECT: Cost and Software Data Reporting (CSDR) Manual References: See Enclosure

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 24-Mar-2014 M67854-12-R-0574 N/A 6.

More information

Report to Congress on Distribution of Department of Defense Depot Maintenance Workloads for Fiscal Years 2015 through 2017

Report to Congress on Distribution of Department of Defense Depot Maintenance Workloads for Fiscal Years 2015 through 2017 Report to Congress on Distribution of Department of Defense Depot Maintenance Workloads for Fiscal Years 2015 through 2017 Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics

More information

Rapid Development and Integration of Remote Weapon Systems to Meet Operational Requirements Abstract May 2011

Rapid Development and Integration of Remote Weapon Systems to Meet Operational Requirements Abstract May 2011 Small Arms Air Platform Integration Rapid Development and Integration of Remote Weapon Systems to Meet Operational Requirements Abstract 12109 25-May 2011 Joseph Burkart Crane Division, Naval Surface Warfare

More information

Department of the Navy Annual Review of Acquisition of Services Policy and Oversight

Department of the Navy Annual Review of Acquisition of Services Policy and Oversight 1.0 Component-specific Implementation of Better Buying Power (BBP) 2.0 Better Buying Power (BBP) 2.0 challenges Department of Defense (DOD) acquisition professionals to achieve greater efficiency and productivity

More information

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES Generator Sizing and Installation Proposal Due Date: June 26, 2017 Proposal Due Time: 2:00 P.M. Released May 23, 2017 Table of Contents

More information

RFP No. FY2017-ACES-02: Advancing Commonwealth Energy Storage Program Consultant

RFP No. FY2017-ACES-02: Advancing Commonwealth Energy Storage Program Consultant Massachusetts Clean Energy Center Request for Proposals (RFP): Advancing Commonwealth Energy Storage Program Consultant 1. PROGRAM SUMMARY AND GOALS RFP FY2017-ACES-02 Release Date: June 1, 2017 Applications

More information

NAVSEA STANDARD ITEM CFR Part 61, National Emission Standards for Hazardous Air Pollutants

NAVSEA STANDARD ITEM CFR Part 61, National Emission Standards for Hazardous Air Pollutants NAVSEA STANDARD ITEM ITEM NO: 009-01 DATE: 18 JUL 2014 CATEGORY: I 1. SCOPE: 1.1 Title: General Criteria; accomplish 2. REFERENCES: 2.1 40 CFR Part 61, National Emission Standards for Hazardous Air Pollutants

More information

OPNAVINST E N97 7 Nov 2017

OPNAVINST E N97 7 Nov 2017 DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON DC 20350-2000 OPNAVINST 1540.51E N97 OPNAV INSTRUCTION 1540.51E From: Chief of Naval Operations Subj: SUBMARINE

More information

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS PIMA ASSOCIATION OF GOVERNMENTS 2014-2016 TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS Proposals may be obtained by contacting: Pima Association of Governments 1 E. Broadway Blvd, Ste.401 Tucson, AZ 85701

More information

PREPARATION OF A DD FORM 254 FOR SUBCONTRACTING. Cal Stewart ISP

PREPARATION OF A DD FORM 254 FOR SUBCONTRACTING. Cal Stewart ISP PREPARATION OF A DD FORM 254 FOR SUBCONTRACTING Cal Stewart ISP WHAT IS THE DD FORM 254? Contract document that provides classification guidance to Contractors who perform on U.S. Government classified

More information

UNCLASSIFIED UNCLASSIFIED

UNCLASSIFIED UNCLASSIFIED : February Exhibit R, RDT&E Budget Item Justification: PB 119: Research, Development, Test & Evaluation, / BA : Advanced Component Development & Prototypes (ACD&P) COST ($ in Millions) FY R1 Program Element

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 04-Jan-2018 Various N/A 6. ISSUED

More information

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION Prepared By: Madera County Transportation Commission 2001 Howard Road, Suite 201 Madera, California

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 30-Sep-2016 See Section G N/A 6. ISSUED

More information

DOD INSTRUCTION DEPOT SOURCE OF REPAIR (DSOR) DETERMINATION PROCESS

DOD INSTRUCTION DEPOT SOURCE OF REPAIR (DSOR) DETERMINATION PROCESS DOD INSTRUCTION 4151.24 DEPOT SOURCE OF REPAIR (DSOR) DETERMINATION PROCESS Originating Component: Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics Effective: October

More information

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN REQUEST FOR PROPOSAL (RFP) #1314-15 CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN Request for Proposal must be received no later than January 3, 2014 at 2:00 pm CARRI MATSUMOTO

More information

Open FAR Cases as of 2/9/ :56:25AM

Open FAR Cases as of 2/9/ :56:25AM Open FAR Cases as of 11:56:25AM 2018-010 (S) Use of Products and Services of Kaspersky Lab Implements section 1634 of the NDAA for FY 2018. Section 1634 prohibits the use of products and services developed

More information

RESOLUTION NUMBER 2877

RESOLUTION NUMBER 2877 RESOLUTION NUMBER 2877 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PERRIS, STATE OF CALIFORNIA SETTING FORTH POLICIES INTENDED TO OBTAIN CONSISTENCY AND UNIFORMITY IN THE ADMINISTRATION OF THE FEDERALLY

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 10-May-2016 N/A N/A 6. ISSUED BY CODE

More information

PUBLIC LAW OCT. 1, 1986

PUBLIC LAW OCT. 1, 1986 PUBLIC LAW 99-433-OCT. 1, 1986 GOLDWATER-NICHOLS DEPARTMENT OF DEFENSE REORGANIZATION ACT OF 1986 100 STAT. 992 PUBLIC LAW 99-433-OCT. 1, 1986 Public Law 99-433 99th Congress An Act Oct. 1. 1986 [H.R.

More information

DOING BUSINESS WITH THE OFFICE OF NAVAL RESEARCH. Ms. Vera M. Carroll Acquisition Branch Head ONR BD 251

DOING BUSINESS WITH THE OFFICE OF NAVAL RESEARCH. Ms. Vera M. Carroll Acquisition Branch Head ONR BD 251 DOING BUSINESS WITH THE OFFICE OF NAVAL RESEARCH Ms. Vera M. Carroll Acquisition Branch Head ONR BD 251 1 Report Documentation Page Form Approved OMB No. 0704-0188 Public reporting burden for the collection

More information

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS 201 North Forest Avenue Independence, Missouri 64050 (816) 521-5300 [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS Sealed proposals will be received by the Independence School District

More information

Request for Proposal NYISO SGIG DBA RFP #: 12-7 NYISO DOE Smart Grid Investment Grant - Database Administrator Issued: February 2, 2012

Request for Proposal NYISO SGIG DBA RFP #: 12-7 NYISO DOE Smart Grid Investment Grant - Database Administrator Issued: February 2, 2012 10 Krey Boulevard Rensselaer, NY 12144 Request for Proposal NYISO SGIG DBA RFP #: 12-7 NYISO DOE Smart Grid Investment Grant - Database Administrator Issued: February 2, 2012 I. INTRODUCTION A. Overview

More information

CERTIFICATION OF THE AVIATION CAPABILITY OF SHIPS OPERATING AIRCRAFT

CERTIFICATION OF THE AVIATION CAPABILITY OF SHIPS OPERATING AIRCRAFT DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 IN REPLY REFER TO OPNAVINST 3120.28C N86 OPNAV INSTRUCTION 3120.28C From: SUbj: Chief of Naval

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 20-Mar-24 1300403394 N/A 6. ISSUED

More information

Department of Defense Policy and Guidelines for Acquisitions Involving Environmental Sampling or Testing November 2007

Department of Defense Policy and Guidelines for Acquisitions Involving Environmental Sampling or Testing November 2007 Department of Defense Policy and Guidelines for Acquisitions Involving Environmental Sampling or Testing November 2007 This document will be maintained and routinely updated on the Defense Procurement

More information

Contract Oversight for the Broad Area Maritime Surveillance Contract Needs Improvement

Contract Oversight for the Broad Area Maritime Surveillance Contract Needs Improvement Report No. D-2011-028 December 23, 2010 Contract Oversight for the Broad Area Maritime Surveillance Contract Needs Improvement Additional Copies To obtain additional copies of this report, visit the Web

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 5230.27 November 18, 2016 Incorporating Change 1, September 15, 2017 USD(AT&L) SUBJECT: Presentation of DoD-Related Scientific and Technical Papers at Meetings

More information

DEPARTMENT 20 OVERVIEW AND CONTRACTS FORECAST

DEPARTMENT 20 OVERVIEW AND CONTRACTS FORECAST DEPARTMENT 20 OVERVIEW AND CONTRACTS FORECAST Debra Dezendorf Machinery Programs & Platforms Acquisition Manager 11 May 2016 Department 20 Machinery Programs & Platforms Mission Statement: Provide program

More information

Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT. Business and Noninstructional Operations FEDERAL GRANT FUNDS

Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT. Business and Noninstructional Operations FEDERAL GRANT FUNDS Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT AR 3230(a) Business and Noninstructional Operations FEDERAL GRANT FUNDS Allowable Costs Prior to obligating or spending any federal grant funds,

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 01-Oct-2016 N0024417RC002F1 N/A 6.

More information

Below are five basic procurement methods common to most CDBG projects:

Below are five basic procurement methods common to most CDBG projects: PROCUREMENT PROCESS I. INTRODUCTION Recipients of Community Development Block Grant (CDBG) funds will procure a variety of items, materials and services throughout the duration of their projects. Section

More information