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

Size: px
Start display at page:

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

Transcription

1 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 24-Mar-2014 M R-0574 N/A 6. ISSUED BY CODE M ADMINISTERED BY (If other than Item 6) CODE M67854 MARCORSYSCOM 2200 Lester St Bldg 2200 Quantico VA MARCORSYSCOM 2200 Lester St Bldg 2200 Quantico VA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. URS Federal Technical Services, Inc Seneca Meadows Parkway Suite 300 Germantown MD B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) FACILITY CODE 27-Sep THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [X] 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: [ ] D. OTHER (Specify type of modification and authority) 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) Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE BY 25-Mar STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)

2 2 of 2 GENERAL INFORMATION The purpose of this modification is to: 1) Fully fund CLINs 5002AJ and 5002AK; and, 2) Delete DFARs Limitation of Government's Obligation Clause. All other terms and conditions remain unchanged. The Line of Accounting information is hereby changed as follows: The total amount of funds obligated to the task is hereby increased from to. CLIN/SLIN Type Of Fund From ($) By ($) To ($) 5002AJ O&MN,N 5002AK O&MN,N by The total value of the order is hereby increased from. by $0.00 to

3 1 of 32 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price PM Intel Support Services. SLINs are for funding only. Base Year. Period of Performance for the SLINs includes a stop work period from 09 October 2012 to 26 November 2012, during which no service was provided. 5000AA R425 TPCS. 5000AB R425 WFVPS. 5000AC R425 DCGS. shall perform IAW 3.1 through 3.5. (Fund Type - TBD) shall perform IAW 3.1 through 3.5. (Fund Type - TBD) shall perform IAW 3.1 through 3.5. (Fund Type - TBD) 5001 PM Intel Support Services. SLINs are for funding only. Option Year AA R425 DCGS.

4 2 of AB R425 DCGS. 5001AC R425 JSTARS. 5001AD R425 CESAS. 5001AE R425 CESAS. 5001AF R425 TCAC. 5001AG R425 IAS. 3.1 to 3.5. (RDT&E) 3.1 to 3.5. (RDT&E) 3.1 to 3.5. (O&MN,N) 3.1 to 3.5. (RDT&E) 3.1 to 3.5. (RDT&E) 3.1 to 3.5. (PMC) 3.1 to 3.5. (PMC)

5 3 of AH R425 TEG. 5001AJ R425 IBR. 5001AK R425 MSIDS. 3.1 to 3.5. (O&MN,N) 3.1 to 3.5. (PMC) 3.1 to 3.5. (PMC) 5001AL R425 P-SIR Shared. 3.1 to 3.5. (PMC) 5001AM R425 DCGS - Shared. 5001AN R425 TPCS. 5001AP R425 RREP. 3.1 to 3.5. (O&MN,N) Optional Task 1 - PWS Para to 3.4. (O&MN,N) Optional Task 1 - PWS Para 3.6.

6 4 of to 3.4. (PMC) 5002 PM Intel Support Services. SLINs are for funding only. Option Year AA R425 DCGS. 5002AB R425 DCGS. 5002AC R425 JSTARS. 5002AD R425 CESAS. 5002AE R425 CESAS. 3.1 to 3.5. (RDT&E) 3.1 to 3.5. (O&MN,N) 3.1 to 3.5. (O&MN,N) 3.1 to 3.5. (O&MN,N) 3.1 to 3.5. (RDT&E)

7 5 of AF R425 TCAC. 5002AG R425 IAS. 5002AH R425 TEG. 5002AJ R425 IBR. 5002AK R425 MSIDS. 3.1 to 3.5. (RDT&E) 3.1 to 3.5. (O&MN,N) 3.1 to 3.5. (O&MN,N) 3.1 to 3.5. (O&MN,N) 3.1 to 3.5. (O&MN,N) 5002AL R425 P-SIR Shared. 3.1 to 3.5. (PMC) 5002AM R425 DCGS - Shared.

8 6 of AN R425 TPCS. 5002AP R425 RREP. 3.1 to 3.5. (PMC) Optional Task 1 - PWS Para to 3.4. (RDT&E) Optional Task 1 - PWS Para to 3.4. (O&MN,N) 5003 R425 Travel and ODCs. (Fund Type - TBD) 5004 R425 Travel and ODCs. Option Year 1. (O&MN,N) 5005 R425 Travel and ODCs. Option Year 2. (O&MN,N) For FFP / NSP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price CDRLs. $0.00 For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price R425 Travel and ODCs. Additional funding for CLIN (O&MN,N)

9 7 of R425 Travel and ODCs. Additional funding for CLIN (O&MN,N)

10 8 of 32 SECTION C DESCRIPTIONS AND SPECIFICATIONS Performance Work Statement for PM MARINE INTELLIGENCE (PMM Intel) 1.0 Scope. The Program Manager Marine Intelligence (PMM Intel), Marine Corps Systems Command (MCSC), acts as the central agent for the research, development, acquisition, and life cycle management of intelligence, surveillance, and reconnaissance systems throughout the Marine Corps and Supporting Establishment. Programs within PMM Intel fall within all phases of the acquisition process. The scope of this effort is to provide logistics, program management, financial management, and engineering support. Performance of this task order will require interfacing with Government personnel, Space and Naval Warfare Center Atlantic, (SPAWAR) Charleston SC, the Naval Surface Warfare Center, Crane IN, Marine Corps Combat Development Center (MCCDC), Headquarters Marine Corps, Intelligence Department, national intelligence agencies, and other contractors supporting PMM Intel. 1.1 Background. PMM Intel leads the Marine Corps effort in the research and development, acquisition, and sustainment of cutting edge tactical intelligence collection, processing, and dissemination equipment as well as ground Electronic Warfare (EW) systems. The Program Manager (PM) is dedicated to delivering integrated and interoperable intelligence capabilities to the Marine Operating Forces in order to accomplish their war-fighting mission. PMM Intel is committed to developing modular and scalable intelligence capabilities that provide our Operating Forces with a smaller, more adaptable footprint, capable of responding to any crisis environment. The PM is also responsible for providing materiel solutions for urgent war fighting requirements. Our future focus must enable Marine Corps operating concepts, such as Enhanced Company Operations, supported by the Company Level Intelligence Cell, to provide key waypoints on the Marine Corps Intelligence Surveillance and Reconnaissance (ISR) Roadmap. To ensure maximum mission success, we emphasize functional capability areas described by the Marine Corps Intelligence, Surveillance and Reconnaissance (ISR) Enterprise (MCISR-E), specifically focusing on Persistent ISR and Distributed Common Ground/Surface Station (DCGS). Interoperability within and across these functional areas supports an enterprise architecture across which data may flow freely and rapidly, through all phases of the intelligence cycle, to users at all levels of the Marine Air GroundTask Force (MAGTF). In support of the MCISR-E roadmap, PMMI experiments with relevant technologies to develop future capabilities; seeks appropriate exercise venues to gather system performance data and user feedback; makes maximum use of available engineering resources; and develops stakeholder relationships to expand our pool of technical expertise. The status of PMM Intel s projects, organizational structure, and information assurance are attached as separate documents and should be considered throughout this PWS (see below). Attachment 1: PMM Intel Project s Status Attachment 2: PMM Intel Organizational Chart Attachment 3: PMM Intel Information Assurance Program s Status 2.0 General Requirements. The PWS outlines tasks for the contractor to complete. However, the support capability required by the Government depends on each program s status within the acquisition life cycle. The support capability required by the Government for each program will change throughout the life of this contract as each

11 9 of 32 program progresses through its respective acquisition life cycle. shall monitor each program s status within the acquisition life cycle and provide the required support capability when necessary. During performance of this PWS, contractor employees shall identify themselves as contractor personnel by introducing themselves or being introduced as contractor personnel and displaying distinguishing badges or other visible identification for meetings with Government personnel. In addition, contractor personnel shall appropriately identify themselves as contractor employees in meetings, telephone conversations, and in both formal and informal written correspondence. It is the contractor s responsibility to arrange all non-disclosure agreements necessary to interface with other contractors to accomplish the PMM Intel s mission in support of this PWS in accordance with FAR Copies of all non-disclosure agreements required for this contract shall be provided to the Government. will maintain and update a recommended list of personnel that require either a Common Access Card (CAC) or External Certificate Authority care (ECA) for the Contracting Officer s Representative s (COR s) approval. shall assess and provide recommendations on improvements to PMMI processes, taking into consideration Service and Joint processes. 3.0 Specific Requirements. shall provide the support described below to PMM Intel. PMM Intel requires support at the Tier 0, Tier I, and Tier II levels. Tier 0 is the Program Manager and Assistant Program Manager level. Tier I is the Product Manager level. Tier II is the Team Lead and Project level per MCSC CONOPS. The nature of the support required for each task statement will depend on the tier being supported and acquisition stage of the particular program. Where the contractor provides support for multiple tiers on the same program, the contractor shall ensure that it provides an independent review capability, such that work performed by contractor personnel in support of one tier is not reviewed by the same contractor personnel in support of another tier. shall participate in Integrated Product Team (IPT) meetings, working groups, reviews, and meetings to support each competency and program. CDRL B001 CONFERENCE MINUTES / CONFERENCE/MEETING MINUTES/ TRIP REPORT CDRL B002 CONFERENCE AGENDA / CONFERENCE/MEETING AGENDA CDRL B003 CONTRACTOR S PROGRESS, STATUS AND MANAGEMENT REPORT /MONTHLY PROGRAM MANAGEMENT REPORT CDRL B004 INTEGRATED MASTER SCHEDULE (IMS) / INTEGRATED MASTER SCHEDULE (IMS) / INTEGRATED MASTER PLAN shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the PMM Intel via a secure data collection site. 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 Program Management and General Support.

12 10 of shall draft, update, and review program documentation, briefs, and presentations shall draft, review, and update Business Strategies and Plans shall monitor, review, draft, and update Acquisition Strategies and Plans shall review, draft, and update the PMMI risk management program, risk registries, risk migration plans, and documentation shall draft, update, and review technology development strategies shall draft, maintain, and update program Security Classification Guide shall draft, maintain, and update Post Implementation Review plans shall draft, maintain, and update the Program Protection Plans shall draft, maintain, and update Acquisition Program Baselines shall draft, maintain, and update Cost Analysis Requirements Documents shall draft, maintain, and update the Naval Probability of Program Success (PoPS) briefs shall develop and maintain the Integrated Master Schedules and Integrated Master Plans for each program and competency within the PMMI portfolio using Microsoft Project shall draft, maintain, and update the Acquisition Decision Memoranda tracking shall monitor, maintain, and update the Spend Plans shall develop and draft Program Management correspondence shall develop, monitor, and draft the Work Breakdown Structure (WBS) shall update and maintain the PMM Intel TOPIC site shall update and maintain the PM Fact Book shall develop, update, and maintain the contents of the PMMI MCEITS Sharepoint sites for each program and competency area. 3.2 Logistics Support shall draft and update deployment/fielding plans shall monitor and execute the warranty program shall recommend, review, and draft Logistics Support plans shall monitor Post Deployment Software Support plans shall develop and monitor spares programs shall develop, monitor, and update the Item Unique Identification (IUID) plans shall recommend, review, and draft Performance Based Logistics activities shall draft and review Life Cycle Logistics Planning shall draft Reliability Centered Maintenance (RCM) shall draft and review maintenance strategies.

13 11 of shall execute, review, and draft Independent Logistics Assessments shall draft and review Levels of Repair Analysis (LORA) shall draft and review Supportability Strategies shall draft and review In-Service Management Plans shall draft and review In-Service Management Agreements shall maintain and update the Total Force Structure Management System (TFSMS) shall maintain, update, and perform corrective action on the Cataloging Action Requests shall maintain and update the Technical Manuals, Supply Instructions, and Modification Instructions shall analyze and report on support equipment requirements shall analyze and report on Diminishing Manufacturing Sources and Material Shortages shall analyze and report on reliability, availability and maintainability approaches shall analyze and report business case analyses, Facilities Plans, and Maintenance Plans shall review and provide recommendations on Original Equipment Manufacturer (OEM) Contract Data Requirement List (CDRL) deliverables, once the proper non-disclosure agreements have been obtained and delivered to the Government in accordance with FAR Engineering Support. shall update and maintain a schedule that identifies all System Engineering (SE) Technical review events within PMMI to include Milestone Assessment Team (MAT) events, Independent Logistics Assessments (ILAs) events, Technical Readiness Assessments (TRA) events, and Operational Test Readiness Review (OTRR) events shall draft and review engineering documentation in support of the acquisition milestone cycle for both systems and software. All documentation shall be in compliance with the DoD 5000 and MCSC processes to include the System Engineering Plan (SEP), Programmatic Environment Safety Health Evaluation (PESHE), IA, and Information Support Plan (ISP shall draft, analyze, review, and update system and software performance specifications for compliance with the requirement shall review, maintain, and update the Requirements Traceability Matrices (RTM) in support of both systems and software shall monitor the RTM process for validation and verification in support of both systems and software shall monitor the requirements development and analyses and shall draft recommendations for the user interface design, training, and support infrastructure shall conduct, analyze, report, and provide recommendations on market research and assemble and present technical data to support engineering and design shall monitor and recommend updates to the Configuration Management process shall analyze, report, and provide recommendations on Original Equipment Manufacturer s (OEM s) or government conducted engineering modeling and simulations shall track, review, and comment on Engineering Change Proposals (ECP s).

14 12 of shall develop and draft test and evaluation plans shall draft and review developmental and operational testing (DT and OT) results relating to verification and validation requirements. shall analyze and report on the integrator s developmental testing shall draft and review safety, hazard, and environmental analyses, assessments, and documentation. All documentation shall be in compliance with MCSC Order B and MIL-STD-882D shall maintain, update, and perform corrective action on the Configuration Management Information Systems (CMIS), Interactive Electronic Technical Manuals, and other electronic data and media shall draft and update the PMMI Human Systems Integration (HIS) Plan, PMMI Manpower, Personnel, and Training plans, and HSI input for engineering and test documentation shall draft user-centered design tasks and metrics, measures of performance, and measures of effectiveness shall review and analyze workflow data and draft Operational Sequence diagrams shall analyze, report, review, and update Manpower, Personnel, and Training information to support manpower estimates, training strategies and media, user centered support and support infrastructures such as training pipelines, MOS roadmaps, Personnel, Maintenance, and support structures shall analyze, update, and maintain functional flow block diagrams, failure analysis reports, performance data, and interface control requirements and documentation shall analyze, recommend and report trend analyses of new and emerging technologies; emerging engineering concepts and requirements; rapid technology insertion opportunities; and interface implications and functional enhancements required due to technology insertion shall recommend and draft Small Business Innovation Research topics shall review, recommend, and draft Technology Transition Agreements shall draft, review, analyze, and recommend Functional and Physical Configuration Audits (FCA/PCA) shall draft, review, and validate PMMI Information Support Plans (ISPs). ISPs shall be compliant with the CJCSI series, DODI 4630, and the Joint and DODAF architectural requirements shall review and update the baseline controls based on Mission Assurance Category (MAC) and classification for tactical systems. shall make recommendations on applicability and implementation The Contractor shall review, recommend, and draft information assurance (IA) controls within systems in the early stages of development per attachment (3) The Contractor shall maintain and update the enterprise Certification and Accreditation Tracking tool within DoD and the USMC, which is MCCAST/Xacta, and security scanning tools for Windows, Linux, and Unix mapped to the DoD 8500, DCID 6/3, and NIST regulations to augment the available security scanning tools that streamline testing of systems throughout the DoD The Contractor shall maintain, develop, and draft IA certification documentation in accordance with DoD Instruction Resource Management Support shall develop and draft reports, documents and briefs with program inputs per programmatic requirement using Program Budget Documentation Database (PBDD), Program Budgeting Information System (PBIS), Standard Accounting Budgeting Reporting System (SABRS), and Navy Headquarters System (NHS).

15 13 of shall develop and draft Funding Action Requests (FARs), Procurement Request (PR) Packages, and funding documents shall reconcile travel order vouchers using SABRS and DTS shall monitor and report abnormal financial conditions in SABRS shall develop and draft status of funds reports shall maintain baseline budget execution information shall provide recommendations based on program input in response to Military Intelligence Program (MIP) reporting requirements, funding taskers, Command taskers, and PM reviews shall research, review, and analyze program financial information such as funding document status, funding streams, appropriation usage, and execution delays shall upload, monitor, and input data into PR Builder for the program shall review and monitor Program Objective Memorandum (POM) initiatives and shall maintain and update POM documentation shall review and recommend on the Planning, Programming, Budget, and Execution (PPBE) process and the tri-annual research and closeout process shall draft supplemental funding actions in coordination with the program office shall draft supplemental execution reports in support of weekly Command reporting requirements shall review, analyze, and update spreadsheets, and databases in the Financial Integrated Database System (FIDS) database shall recommend, update, and draft variance explanations for phasing plans shall maintain, update, and perform corrective action on funding documents in support of tri-annual reviews and for audit readiness shall maintain and update triannual review information and Unliquidated Obligation records shall maintain and update the FIDS configuration control board, FIDS system administration, training material, and documentation shall design and maintain Graphic User Interface (GUI) enhancements in support of FIDS shall provide FIDS help desk support for thirty (30) users. 3.5 Logistics Support (Albany, GA). shall provide sustainment logistics support for PMM Intel materiel and equipment. shall draft technical supply support instructions; support the development of inventory and repair stock listings; and maintain and update automated systems, PDREP, TFSMS, MERIT, and MICAPS. shall assess Intelligence Systems to mitigate supply and maintenance shortfalls shall develop documentation for depot level planning and engineering change proposals shall support Technical Management Publication reviews and validation/verification to ensure the system is properly documented for the Marine Corps Operators and Maintainers shall maintain and update the Cataloging Action Requests shall maintain and update Total Force Structure Management System data.

16 14 of shall maintain and update provisioning efforts for all programs shall participate in the planning IPTs for fielding shall recommend and draft maintenance plans shall recommend and draft supportability plans and concepts shall review and research Engineering Change Proposals and Modification Work Orders shall update the baseline for configuration of Principal End Items (PEIs) and major components shall maintain and update the databases: Marine Interactive Computer-Aided Provisioning System, Subsystem 10, and Item Application File. 3.6 Optional Task: Tier II SIGINT EW Team (Classified Programs). will require a Top Secret Facility Clearance in order to exercise Optional Task 1. This option supports the TPCS and RREP programs. All requirements in paragraphs 2.0, 3.0, 3.1, 3.2, 3.3 and 3.4 apply to this optional task. The Contractor will not be required to maintain or operate a Sensitive Compartmented Information Facility (SCIF) at their location. Initially, the contractor will be required to provide employees with the ability to obtain and maintain Secret clearance eligibility. Once Optional Task 1 is exercised, certain employees will be required to perform at the Top Secret/Sensitive Compartmented Information (TS/SCI) level. The prime Contractor and all sub-contractors (through the prime) shall certify in writing to the Government that personnel supporting this contract are "Qualified U.S. Contractors" per DoD Directive M Chapter 2 Section 2. Qualified U.S. Contractors are restricted to U.S. citizens, persons admitted lawfully into the United States for permanent residence, and are located in the United States. All personnel identified on the certification and/or supporting this contract shall be in compliance with Department of Defense, Department of the Navy, and Marine Corps Information and Personnel Security Policy to include completed background investigations (as required) prior to start. TS/SCI Clearance/Access Requirement. Contractors assigned to support the TPCS and RREP programs will be required to obtain and maintain access to TS/SCI. Individuals will be indoctrinated in order to perform their work on a periodic basis (less than 15% of the workweek) inside the Marine Corps System Command (MCSC) SCIF as well as attend meetings at other government sites (Space and Naval Warfare System Command (SPAWAR)/Marine Corps Intelligence Agency (MCIA)). SCI involvement entails unescorted access into SCI spaces, and access to SCI materials and/or systems (Joint Worldwide Intelligence Communication System, JWICS). There will be electronic SCI products created, used, and stored under this contract at Government locations. The MCSC Special Security Officer provides SCI contract support (Joint Personnel Adjudication System - SCI Security Management Office) for required Contractor employees. The Contractors requiring access to SCI will require Director of Central Intelligence Directive (DCID) 6/4 eligibility determination made by the Department of the Navy Central Adjudication Facility (DONCAF). Copies of SF-86s will be required for all employees requiring TS/SCI access. 4.0 Facilities, Other Direct Charges (ODCs), and Travel Requirements. Work efforts in support of this task effort will be accomplished primarily at the Contractor s facilities. This task will require the Contractor to provide facilities for meetings and IPTs (e.g., personnel), throughout the course of performance to support the scope of activities. Such facilities are not reimbursed as ODCs. Laptops, cellular equipment/services, and other items of convenience are not reimbursable as ODCs. All Government printing requirements MUST be done by or through the local Document Automation and Production Service (DAPS, now called DLA Document Services) CONUS and OCONUS travel must be reimbursed in accordance with the JTR. Locations for the majority of meetings will occur at Marine Corps Systems Command or local vicinity. Per Diem shall be in accordance with

17 15 of 32 LOCATION NUMBER OF TRIPS ANTICIPATED IN BASE NUMBER OF TRIPS ANTICIPATED IN OPTION 1 NUMBER OF TRIPS ANTICIPATED IN OPTION 2 ESTIMATED DURATION Camp Pendleton, CA Days Camp Lejeune, NC Days Okinawa Days SPAWAR CHS Days Warfare Center CRANE, IN Days Hawaii Days Reserve Stations (various) Days Various (market research) Days U.S. Citizens Accompanying the Forces - OCONUS X APO/FPO/MPO/Postal Services DFACs Mil Issue Equip Authorized Weapon Excess Baggage MILAIR X Billeting Fuel Authorized X MWR CAAF Govt Furnished Meals X Resuscitative Care X Controlled Access Card (CAC)/ID Card Military Banking Transportation X Commissary Military Clothing All Dependents Authorized Military Exchange None 4.0 Security. All Contractor personnel must have a Secret Clearance except where Top Secret is required. The prime Contractor and all sub-contractors (though the prime Contractor) shall certify in writing to the Government that personnel supporting this contract are "Qualified U.S. Contractors" per DoD Directive M Chapter 2 Section 2. Qualified U.S. Contractors are restricted to U.S. citizens, persons admitted lawfully into the United States for permanent residence, and are located in the United States. All personnel identified on the certification and/or supporting this contract shall be in compliance with Department of Defense, Department of the Navy, and Marine Corps Information and Personnel Security Policy to include completed background investigations (as required) prior to start. The Contractor shall have a valid Top Secret Facility Clearance. This contract shall include a DoD

18 16 of 32 Contract Security Classification Specification (DD Form 254) as an attachment. The Government shall assist the Contractor in gaining access to Government agencies and installations related to the systems in question. 5.0 Exhibits/Attachments/Enclosures. Exhibit B CDRL(s) 1423 Attachment 1: PMM Intel Project s Status Attachment 2: PMM Intel Organizational Chart Attachment 3: PMM Intel Information Assurance Program s Status Attachment 4: CAO CONOPs Attachment 5: Performance Requirements Survey (PRS)

19 17 of 32 SECTION D PACKAGING AND MARKING All Deliverables shall be packaged and marked IAW Best Commercial Practice.

20 18 of 32 SECTION E INSPECTION AND ACCEPTANCE Inspection and Acceptance for this task order shall be conducted by the Government at Destination. The following FAR clauses are hereby incorporated by reference into this task order: FAR , "Inspection of Supplies -- Fixed Price" (AUG 1996). FAR , "Inspection of Services -- Fixed Price" (AUG 1996).

21 19 of 32 SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows: 5000AA 9/30/2012-3/14/ AB 9/30/2012-3/14/ AC 9/30/2012-3/14/ AA 3/15/2013-3/14/ AB 3/15/2013-3/14/ AC 3/15/2013-3/14/ AD 3/15/2013-3/14/ AE 3/15/2013-3/14/ AF 3/15/2013-3/14/ AG 3/15/2013-3/14/ AH 3/15/2013-3/14/ AJ 3/15/2013-3/14/ AK 3/15/2013-3/14/ AL 3/15/2013-3/14/ AM 3/15/2013-3/14/ AN 4/15/2013-3/14/ AP 4/15/2013-3/14/ AA 3/15/2014-3/14/ AB 3/15/2014-3/14/ AC 3/15/2014-3/14/ AD 3/15/2014-3/14/ AE 3/15/2014-3/14/ AF 3/15/2014-3/14/ AG 3/15/2014-3/14/ AH 3/15/2014-3/14/ AJ 3/15/2014-3/14/ AK 3/15/2014-3/14/ AL 3/15/2014-3/14/ AM 3/15/2014-3/14/ AN 3/15/2014-3/14/ AP 3/15/2014-3/14/ /30/2012-3/14/ /15/2013-3/14/ /15/2014-3/14/ /15/2013-3/14/ /15/2013-3/14/2014 CLIN - DELIVERIES OR PERFORMANCE The periods of performance for the following Items are as follows:

22 20 of AA 9/30/2012-3/14/ AB 9/30/2012-3/14/ AC 9/30/2012-3/14/ AA 3/15/2013-3/14/ AB 3/15/2013-3/14/ AC 3/15/2013-3/14/ AD 3/15/2013-3/14/ AE 3/15/2013-3/14/ AF 3/15/2013-3/14/ AG 3/15/2013-3/14/ AH 3/15/2013-3/14/ AJ 3/15/2013-3/14/ AK 3/15/2013-3/14/ AL 3/15/2013-3/14/ AM 3/15/2013-3/14/ AN 4/15/2013-3/14/ AP 4/15/2013-3/14/ AA 3/15/2014-3/14/ AB 3/15/2014-3/14/ AC 3/15/2014-3/14/ AD 3/15/2014-3/14/ AE 3/15/2014-3/14/ AF 3/15/2014-3/14/ AG 3/15/2014-3/14/ AH 3/15/2014-3/14/ AJ 3/15/2014-3/14/ AK 3/15/2014-3/14/ AL 3/15/2014-3/14/ AM 3/15/2014-3/14/ AN 3/15/2014-3/14/ AP 3/15/2014-3/14/ /30/2012-3/14/ /15/2013-3/14/ /15/2014-3/14/ /15/2013-3/14/ /15/2013-3/14/2014 Services to be performed hereunder will be provided at the Marine Corps Systems Command, Quantico, VA or the contractor's local facility.

23 21 of 32 SECTION G CONTRACT ADMINISTRATION DATA MARCORSYSCOM WAWF INSTRUCTIONS TO CONTRACTORS WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS , Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at (2) Be registered to use WAWF at following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). (Contracting Officer: Insert applicable document type(s). Note: If a ``Combo'' document type is identified but not supportable by the Contractor's business systems, an ``Invoice'' (stand-alone) and ``Receiving Report'' (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (Contracting Officer: Insert inspection and acceptance locations or ``Not applicable.'') (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF

24 22 of 32 Pay Official DoDAAC M67443 Issue By DoDAAC M67854 Admin DoDAAC M67854 Inspect By DoDAAC M67854 Ship To Code Not Applicable Ship From Code Not Applicable Mark For Code Not Applicable Service Approver (DoDAAC) M67854 Service Acceptor (DoDAAC) M67854 Accept at Other DoDAAC Not Applicable LPO DoDAAC Not Applicable DCAA Auditor DoDAAC Not Applicable Other DoDAAC(s) Not Applicable Contract Number - (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF notifications. The Contractor shall enter the address identified below in the ``Send Additional Notifications'' field of WAWF once a document is submitted in the system. COR name and WAWF backup name (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Not Applicable (2) For technical WAWF help, contact the WAWF helpdesk at (End of clause) NOTE: The POCs identified above are for WAWF issues only. Any other contracting questions/problems should be addressed to the POC identified in Section A of the contract. Accounting Data SLINID PR Number Amount AA M RCSRJ82 AA A2A D M RCSRJ8262QH

25 23 of AB M RC04Y68 AB D 4747BS 2RC04Y68125W 5000AC M RCSNR47 AC A2A D M RCSNR4762QH 5003 M RC04Y68 AB D 4747BS 2RC04Y68125W BASE Funding Cumulative Funding MOD 01 Funding 0.00 Cumulative Funding MOD 02 Funding 0.00 Cumulative Funding MOD AA M RCR3CA3 AD M7BV D C RCR3CA3123K 5001AB M RCR3CA4 AE M7BV D C RCR3CA4123K 5001AC M RCBG749 AF A2A D M RCBG74912QH 5001AD M RCR3BJ3 AG M7AA D C RCR3BJ3123I 5001AE M RCR3BJ3 AG M7AA D C RCR3BJ3123I 5001AF M RC24H06 AH D 4747B1 3RC24H06124U 5001AG M RC24H06 AH D 4747B1 3RC24H06124U 5001AH M RCBC775 AJ A2A D M RCBC77512OL 5001AJ M RC24G69 AK D RC24G6912ZQ 5001AK M RC24G69 AK D RC24G6912ZQ 5001AL M RC24G81 AL D RC24G81126T 5001AM M RCAN778 AM A2A D M RCAN77812QH

26 24 of AP M RC24H52 AN D RC24H52123S 5004 M RCAR771 AP A2A D M RCAR77112QH MOD 03 Funding Cumulative Funding MOD AA M RCR3CA3 AD M7BV D C RCR3CA3123K 5001AB M RCR3CA4 AE M7BV D C RCR3CA4123K 5001AC M RCBG749 AF A2A D M RCBG74912QH 5001AD M RCR3BJ3 AG M7AA D C RCR3BJ3123I 5001AE M RCR3BJ3 AG M7AA D C RCR3BJ3123I 5001AH M RCBC775 AJ A2A D M RCBC77512OL 5001AM M RCAN778 AM A2A D M RCAN77812QH 5001AN M RCZJ899 AQ A2A D M RCZJ89912QH 5007 M RCDZC30 AR A2A D M RCDZC3012QH 50 M RCAR595 AS A2A D M RCAR59512QH MOD 04 Funding Cumulative Funding MOD 05 Funding 0.00 Cumulative Funding MOD 06 Funding 0.00 Cumulative Funding MOD AA M RCR4BY9 AT M7BV D C RCR4BY9123K Standard Number: M RCR4BY9

27 25 of AB M RCBC907 AU A2A D M RCBC90712OL Standard Number: M RCBC AC M RCBG900 BE A2A D M RCBG90012QH Standard Number: M RCBG AD M RCDZ915 AV A2A D M RCDZ91512QH Standard Number: M RCDZ AE M RCDZ915 AV A2A D M RCDZ91512QH Standard Number: M RCDZ AF M RCR4BZ2 BG M7AA D C RCR4BZ2123I Standard Number: M RCR4BZ2 5002AG M RCAN903 AW A2A D M RCAN90312QH Standard Number: M RCAN AH M RCBC906 AX A2A D M RCBC90612OL Standard Number: M RCBC AJ M RCBH921 AY A2A D M RCBH92112QH Standard Number: M RCBH AK M RCAQ920 AZ A2A D M RCAQ92012QH Standard Number: M RCAQ AL M RC44305 BC D RC Standard Number: M RC AM M RC44366 BF D RCBG Standard Number: M RC AN M RCR4BZ0 BA M7AA D C RCR4BZ0123I Standard Number: M RCR4BZ0 5002AP M RCBB913 BB A2A D M RCBB91312QH Standard Number: M RCBB M RCAM185 BD A2A D M RCAM18512QH Standard Number: M RCAM185 MOD 07 Funding

28 26 of 32 Cumulative Funding MOD 5002AJ M RCBH921 AY A2A D M RCBH92112QH Standard Number: M RCBH AK M RCAQ920 AZ A2A D M RCAQ92012QH Standard Number: M RCAQ920 MOD Funding Cumulative Funding

29 27 of 32 SECTION H SPECIAL CONTRACT REQUIREMENTS SECTION H. SPECIAL CONTRACT PROVISIONS. H.1 Contracting Officer s Representative (COR) The Contracting Officer has designated a Contracting Officer s Representative in accordance with DFARS (2). The COR is not authorized to negotiate changes, direct the contractor, or obligate the Government. The COR for this task order is: All Contract Data Requirements List (CDRL) deliverables are to be submitted to the COR, and the COR is responsible for tracking and acceptance. H. 2 Identification of Contractor Employees Contractor employees shall identify themselves as contractor personnel by introducing themselves or being introduced as contractor personnel and displaying distinguishing badges or other visible identification for meetings with Government personnel. In addition contractor personnel shall appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence. H.3 Organizational Conflict of Interest (OCI) Limitation of Future Contracting. The Contracting Officer has determined that this acquisition may give rise to a potential conflict of interest. Prospective Offerors should read FAR Subpart Organizational and Consultant Conflicts of Interest. This task may involve systems engineering and technical direction for the PMM Intel program that will preclude Contractor involvement in future efforts. The restrictions upon future contracting are as follows: If the Contractor, under the terms of this task order, or through the performance of tasks pursuant to this task order, is required to provide systems engineering and technical direction for a system or helps to develop specifications or statements of work to be used in a competitive acquisition, the Contractor shall be ineligible to supply the system or major components of the system as a prime Contractor and shall be precluded from being a Subcontractor or consultant to a supplier of the system or any of its major components under an ensuing Government contract. This restriction shall remain in effect for a reasonable time, sufficient to avoid unfair competitive advantage or potential bias (this time shall in no case be less than the duration of the initial production contract). To the extent that the work under this contract requires access to proprietary, business confidential, or financial data of other companies, and as long as these data remain proprietary or confidential, the Contractor shall protect the data from unauthorized use and disclosure and agrees not to use it to compete with those other companies. (a) "Organizational Conflict of Interest" means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the government, or the person s objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage. "Person" as used herein includes corporations, partnerships, joint ventures, and other business enterprises. (b) warrants that to the best of its knowledge and belief, and except as otherwise set forth in the contract, the contractor does not have any organizational conflict of interest(s) as defined in paragraph (a). (c) It is recognized that the effort to be performed by the Contractor under this contract may create a potential organizational conflict of interest on the instant contract or on a future acquisition. In order to avoid potential conflict of interest, and at the same time to avoid prejudicing the best interest of the government, the right of the contractor to participate in future procurement of equipment and/or services that are the subject of any work under this contract shall be limited as described below in accordance with the requirements of FAR 9.5.

30 28 of 32 (d) (1) agrees that it shall not release, disclose, or use in any way that would permit or result in disclosure to any party outside the government any information provided to the contract by the government during or as a result of performance of this contract. Such information includes, but is not limited to, information submitted to the government on confidential basis by other persons. Further, the prohibition against release of government provided information extends to cover such information whether or not in its original form, e.g., where the information has been included in contractor generated work or where it is discernible from materials incorporating or based upon such information. This prohibition shall not expire after a given period of time. (2) agrees that it shall not release, disclose, or use in any way that would permit or result in disclosure or any party outside the government any information generated or derived during or as a result of performance of this contract. This prohibition shall expire after a period of three years after completion of performance of this contract. (3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate of the contractor, any subcontractor, consultant, or employee of the contractor, any joint venture involving the contractor, any entity into or with which it may merge or affiliate, or any successor or assign of the contractor. The terms of paragraph (f) of the Special Contractor Requirement relating to notification shall apply to any release of information in contravention of this paragraph (d). (e) further agrees that during the performance of this contract and for a period of three years after completion of performance of this contract, the contractor, any affiliate of the contractor, any subcontractor, consultant, or employee of the contractor, any joint venture involving the contractor, any entity into or with which it may subsequently merge or affiliate or any other successor or assign of the contractor, shall not furnish to the United States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractor or as a subcontractor, any system, component or services which is the subject of the work to be performed under this contract. This exclusion does not apply to any re-competition for those systems, components, or services on the basis of work statements growing out of the effort performed under this contract, from a source other than the contractor, subcontractor affiliate, or assign of either, during the course of performance of this contract or before the three year period following completion of this contract has lapsed, the contractor may, with the authorization of the cognizant contracting officer, participate in a subsequent procurement for the same system, component, or service. In other words, the contractor may be authorized to compete for procurement(s) for systems, components or services subsequent to an intervening procurement. (f) agrees that, if after award, it discovers an actual or potential organizational conflict of interest; it shall make immediate and full disclosure in writing to the contracting officer. The notification shall include a description of the actual or potential organizational conflict of interest, a description of the action, which the contractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevant information that would assist the contracting officer in making a determination on this matter. Notwithstanding this notification, the government may terminate the contract for the convenience of the government if determined to be in the best interest of the government. (g) Notwithstanding paragraph (f) above, if the contractor was aware, or should have been aware, of an organizational conflict of interest prior to the award of this contract or becomes, or should become aware of an organizational conflict or interest after award of this contract and does not make an immediate and full disclosure in writing to the contracting officer, the government may terminate this contract for default. (h) If the contactor takes any action prohibited by this requirement or fails to take action required by this requirement, the government may terminate this contract by default. (i) The contracting officer's decision as to the existence or nonexistence of the actual or potential organization conflict of interest shall be final and is not subject to the clause of this contract entitled "DISPUTES" (FAR ). (j) Nothing in this requirement is intended to prohibit or preclude the contractor from marketing or selling to the United States Government its product lines in existence on the effective date of this contract; nor, shall this requirement preclude the contractor from participating in any research and development. Additionally, sale of catalog or standard commercial items are exempt from this requirement. (k) shall promptly notify the contracting officer, in writing, if it has been tasked to evaluate or advise the government concerning its own products or activities or those of a competitor in order to ensure proper

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

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) 30-Sep-2016 M0008112SU00086 N/A 6.

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) 18-Jul-2017 1300396920 N/A 6. ISSUED

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 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) 17-Jun-2015 1300469135-0001,1300498514,1300501091,13

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

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) 1300582879 N/A 6. ISSUED BY CODE N00014

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 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) 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) 14-Jun-2017 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) 20-Mar-24 1300398415 N/A 6. ISSUED

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

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) 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 DATE4. REQUISITION/PURCHASE REQ. NO.5. PROJECT NO. (If applicable) 25-Jun-2013251ULO1002N/A 6. ISSUED BY

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

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

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

WARFIGHTER MODELING, SIMULATION, ANALYSIS AND INTEGRATION SUPPORT (WMSA&IS)

WARFIGHTER MODELING, SIMULATION, ANALYSIS AND INTEGRATION SUPPORT (WMSA&IS) EXCERPT FROM CONTRACTS W9113M-10-D-0002 and W9113M-10-D-0003: C-1. PERFORMANCE WORK STATEMENT SW-SMDC-08-08. 1.0 INTRODUCTION 1.1 BACKGROUND WARFIGHTER MODELING, SIMULATION, ANALYSIS AND INTEGRATION SUPPORT

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

Item UNIQUE IDENTIFICATION (IUID) JRIB July 2005

Item UNIQUE IDENTIFICATION (IUID) JRIB July 2005 Item UNIQUE IDENTIFICATION (IUID) JRIB July 2005 Overview UID Directive Timeline Acquisition Program UID Data Governance and Standard Financial Information Structure Property Management CONOPS Integration

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

(Revised January 15, 2009) DISCLOSURE OF INFORMATION (DEC 1991)

(Revised January 15, 2009) DISCLOSURE OF INFORMATION (DEC 1991) (Revised January 15, 2009) 252.204-7000 Disclosure of Information. As prescribed in 204.404-70(a), use the following clause: DISCLOSURE OF INFORMATION (DEC 1991) (a) The Contractor shall not release to

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

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 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

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

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 12-Mar-2013 4. REQUISITION/PURCHASE REQ. NO. 1300139313 5. PROJECT NO. (If applicable) N/A 6. ISSUED

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 4140.67 April 26, 2013 Incorporating Change 1, October 25, 2017 USD(AT&L) SUBJECT: DoD Counterfeit Prevention Policy References: See Enclosure 1 1. PURPOSE. In

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

10. THIS ACQUISITION IS X UNRESTRICTED SET ASIDE: % FOR HUBZONE SB 8(A) 18a. PAYMENT WILL BE MADE BY

10. THIS ACQUISITION IS X UNRESTRICTED SET ASIDE: % FOR HUBZONE SB 8(A) 18a. PAYMENT WILL BE MADE BY SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER M67854-05-A-5180 25-Aug-2009 7. FOR SOLICITATION

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) 05-Mar-2014 M6785412R0568 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

FOR OFFICIAL USE ONLY

FOR OFFICIAL USE ONLY FOR OFFICIAL USE ONLY Naval Audit Service Audit Report Vendor Legitimacy This report contains information exempt from release under the Freedom of Information Act. Exemption (b)(6) applies. Releasable

More information

ORDER FOR SUPPLIES OR SERVICES

ORDER FOR SUPPLIES OR SERVICES ORDER FOR SUPPLIES OR SERVICES Form Approved OMB No. 0704-0187 Expires Aug 31, 1992 Page 1 of 8 1. CONTRACT/PURCH ORDER NO. 2. DELIVERY ORDER NO. 3. DATE OF ORDER 4. REQUISITION/PURCH REQUEST NO. 5. PRIORITY

More information

DFARS Procedures, Guidance, and Information

DFARS Procedures, Guidance, and Information (Revised October 30, 2015) PGI 225.3 CONTRACTS PERFORMED OUTSIDE THE UNITED STATES PGI 225.370 Contracts requiring performance or delivery in a foreign country. (a) If the acquisition requires the performance

More information

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE N: Consolidated Afloat Network Ent Services(CANES) FY 2012 OCO

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE N: Consolidated Afloat Network Ent Services(CANES) FY 2012 OCO Exhibit R-2, RDT&E Budget Item Justification: PB 2012 Navy DATE: February 2011 COST ($ in Millions) FY 2010 FY 2013 FY 2014 FY 2015 FY 2016 To Program Element 46.823 63.563 12.906-12.906 15.663 15.125

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

Defense Logistics Agency Instruction. Organic Manufacturing

Defense Logistics Agency Instruction. Organic Manufacturing References: Refer to Enclosure 1. Defense Logistics Agency Instruction Organic Manufacturing DLAI 3210 Effective August 20, 2003 Modified March 3, 2010 Logistics Operations and Readiness 1. PURPOSE. This

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 3200.12 August 22, 2013 Incorporating Change 1, October 10, 2017 USD(AT&L) SUBJECT: DoD Scientific and Technical Information Program (STIP) References: See Enclosure

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) 11-Jan-2018 13002455-0001, 1300196551-0001,1300183

More information

RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT

RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT Page 1 of 5 RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT This attachment is designed for use with awards under Contract N00019-12-C-2000 The following Buyer s terms and conditions are revised to

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

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

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

MCO A C Apr Subj: ASSIGNMENT AND UTILIZATION OF CENTER FOR NAVAL ANALYSES (CNA) FIELD REPRESENTATIVES

MCO A C Apr Subj: ASSIGNMENT AND UTILIZATION OF CENTER FOR NAVAL ANALYSES (CNA) FIELD REPRESENTATIVES C 396 14 Apr 2008 MARINE CORPS ORDER 5223.3A From: Commandant of the Marine Corps To: Distribution List Subj: ASSIGNMENT AND UTILIZATION OF CENTER FOR NAVAL ANALYSES (CNA) FIELD REPRESENTATIVES Ref: (a)

More information

FISCAL YEAR FAMILY SELF-SUFFICIENCY PROGRAM GRANT AGREEMENT (Attachment to Form HUD-1044) ARTICLE I: BASIC GRANT INFORMATION AND REQUIREMENTS

FISCAL YEAR FAMILY SELF-SUFFICIENCY PROGRAM GRANT AGREEMENT (Attachment to Form HUD-1044) ARTICLE I: BASIC GRANT INFORMATION AND REQUIREMENTS 1 1 1 1 1 1 1 1 0 1 0 1 0 1 0 1 FISCAL YEAR 01 FAMILY SELF-SUFFICIENCY PROGRAM GRANT AGREEMENT (Attachment to Form HUD-) ARTICLE I: BASIC GRANT INFORMATION AND REQUIREMENTS 1. This Agreement is between

More information

(2) DLA, DLA-J336, DSN , COMM

(2) DLA, DLA-J336, DSN , COMM ATTACHMENT TO ADC 400 Elimination of the DLMS-MILSTRAP Logistics Asset Support Estimate (LASE) Process no Longer Required by the DOD Components (DLMS/MILSTRAP/MILSTRIP) (staffed by PDC 400 as a follow

More information

2016 Major Automated Information System Annual Report

2016 Major Automated Information System Annual Report 2016 Major Automated Information System Annual Report Global Combat Support System-Marine Corps Logistics Chain Management Increment 1 (GCSS-MC LCM Inc 1) Defense Acquisition Management Information Retrieval

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

NDIA Expeditionary Warfare Conference Program Manager Marine Intelligence

NDIA Expeditionary Warfare Conference Program Manager Marine Intelligence NDIA Expeditionary Warfare Conference Program Manager Marine Intelligence 1 Program Manager Col Dave Burton Deputy Program Manager Mr. Scott Adams Admin Ms. Ashley Newton APM - Program Management Mr. Tom

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 8320.02 August 5, 2013 DoD CIO SUBJECT: Sharing Data, Information, and Information Technology (IT) Services in the Department of Defense References: See Enclosure

More information

DoDI ,Operation of the Defense Acquisition System Change 1 & 2

DoDI ,Operation of the Defense Acquisition System Change 1 & 2 DoDI 5000.02,Operation of the Defense Acquisition System Change 1 & 2 26 January & 2 February 2017 (Key Changes from DoDI 5000.02, 7 Jan 2015) Presented By: T.R. Randy Pilling Center Director Acquisition

More information

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 7600.2 March 20, 2004 IG, DoD SUBJECT: Audit Policies References: (a) DoD Directive 7600.2, "Audit Policies," February 2, 1991 (hereby canceled) (b) DoD 7600.7-M,

More information

UNCLASSIFIED

UNCLASSIFIED Exhibit R-2, RDT&E Budget Item Justification : May 2009 R-1 Item Nomenclature Distributed Common Ground/Surface Systems/PE 0305208K ($ in millions) FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 FY 2013 FY 2014

More information

Headquarters Air Combat Command (HQ ACC) 9th Reconnaissance Wing. Performance Work Statement (PWS) for

Headquarters Air Combat Command (HQ ACC) 9th Reconnaissance Wing. Performance Work Statement (PWS) for Headquarters Air Combat Command (HQ ACC) 9th Reconnaissance Wing Performance Work Statement (PWS) for 69 RG Information Technologist Support Services Revision 2.0, Dated: 27 September 2017 1.0 INTRODUCTION/BACKGROUND:

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-Sep-2013 1300192892-0003 N/A 6.

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

COMPLIANCE WITH THIS PUBLICATION IS MANDATORY THIS DOCUMENT IS AVAILABLE AT THE FOLLOWING URL:

COMPLIANCE WITH THIS PUBLICATION IS MANDATORY THIS DOCUMENT IS AVAILABLE AT THE FOLLOWING URL: ARMY REGULATION 40-660 DLAR 6025.01 NAVSUPINST 10110.8D AIR FORCE INSTRUCTION 48-161_IP MARINE CORPS ORDER 10110.38D 6 SEPTEMBER 2018 DOD HAZARDOUS FOOD AND NONPRESCRIPTION DRUG RECALL SYSTEM COMPLIANCE

More information

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO Exhibit R-2, RDT&E Budget Item Justification: PB 2013 Navy DATE: February 2012 COST ($ in Millions) FY 2011 FY 2012 Total Program Element 9.334 6.602 - - - - - - - 0.000 15.936 9.334 6.602 - - - - - -

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

DFARS Procedures, Guidance, and Information

DFARS Procedures, Guidance, and Information PGI 209 Contractor Qualifications (Revised January 30, 2012) PGI 209.1--RESPONSIBLE PROSPECTIVE CONTRACTORS PGI 209.105-1 Obtaining Information. GSA's Excluded Parties List System (EPLS), which is available

More information

Ammunition Peculiar Equipment

Ammunition Peculiar Equipment Army Regulation 700 20 Logistics Ammunition Peculiar Equipment Headquarters Department of the Army Washington, DC 17 March 2015 UNCLASSIFIED SUMMARY of CHANGE AR 700 20 Ammunition Peculiar Equipment This

More information

DEPARTMENT OF THE NAVY DEPUTY CHIEF INFORMATION OFFICER MARINE CORPS ROLES AND RESPONSIBILITIES

DEPARTMENT OF THE NAVY DEPUTY CHIEF INFORMATION OFFICER MARINE CORPS ROLES AND RESPONSIBILITIES DEPARTMENT OF THE NAVY HEADQUARTERS UNITED STATES MARINE CORPS 3000 MARINE CORPS PENTAGON WASHINGTON, DC 20350-3000 MCO 5400.52 C4 MARINE CORPS ORDER 5400.52 From: To: Subj: Ref: Commandant of the Marine

More information

ORDER FOR SUPPLIES OR SERVICES PAGE 1 OF 24

ORDER FOR SUPPLIES OR SERVICES PAGE 1 OF 24 1. CONTRACT/PURCH ORDER/AGREEMENT NO. 6. ISSUED BY AFRL/PK USAF/AFMC AFRL WRIGHT RESEARCH SITE 2130 EIGHTH STREET, BUILDING 45 WRIGHT-PATTERSON AFB OH 45433-7541 GAIL NYIKON 937-255-0263 gail.nyikon@us.af.mil

More information

Performance Work Statement A History of Engineer Operations in World War I

Performance Work Statement A History of Engineer Operations in World War I Performance Work Statement A History of Engineer Operations in World War I 1. GENERAL DESCRIPTION The Office of History, Headquarters, U.S. Army Corps of Engineers (USACE) is preparing a series of relatively

More information

Award and Administration of Multiple Award Contracts for Services at U.S. Army Medical Research Acquisition Activity Need Improvement

Award and Administration of Multiple Award Contracts for Services at U.S. Army Medical Research Acquisition Activity Need Improvement Report No. DODIG-2012-033 December 21, 2011 Award and Administration of Multiple Award Contracts for Services at U.S. Army Medical Research Acquisition Activity Need Improvement Report Documentation Page

More information

DEPARTMENT OF DEFENSE CONTRACT SECURITY CLASSIFICATION SPECIFICATION

DEPARTMENT OF DEFENSE CONTRACT SECURITY CLASSIFICATION SPECIFICATION 1. CLEARANCE AND SAFEGUARDING DEPARTMENT OF DEFENSE CONTRACT SECURITY CLASSIFICATION SPECIFICATION a. FACILITY CLEARANCE REQUIRED b. LEVEL OF SAFEGUARDING REQUIRED Print TOP SECRET (The requirements of

More information

DCMA Manual PROGRAM SUPPORT LIFE CYCLE

DCMA Manual PROGRAM SUPPORT LIFE CYCLE DCMA Manual 3101-01 PROGRAM SUPPORT LIFE CYCLE Office of Primary Responsibility: Program Support Capability Effective: October 23, 2017 Releasability: Cleared for public release New Issuance Implements:

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

Title:F/A-18 - EA-18 Aircraft / System Program Protection Implementation Plan

Title:F/A-18 - EA-18 Aircraft / System Program Protection Implementation Plan DATA ITEM DESCRIPTION Title:F/A-18 - EA-18 Aircraft / System Program Protection Implementation Plan Number: Approval Date: 20100716 AMSC Number: N9153 Limitation: N/A DTIC Applicable: N/A GIDEP Applicable:

More information

Ontario School District 8C

Ontario School District 8C Ontario School District 8C Request for Proposals: Content Management System 195 SW 3 rd Ave Ontario, Oregon 97914 Tel: 541-889-5374 Fax: 541-889-8553 tstephan@ontario.k12.or.us Bidding Window Opens: April

More information

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 Purpose These guidelines are intended to guide the procurement of goods and consultant services

More information

Subj: SUPPLY CHAIN INTEGRATION; MARINE CORPS PARTICIPATION IN THE DEFENSE LOGISTICS AGENCY (DLA) WEAPON SYSTEM SUPPORT PROGRAM (WSSP)

Subj: SUPPLY CHAIN INTEGRATION; MARINE CORPS PARTICIPATION IN THE DEFENSE LOGISTICS AGENCY (DLA) WEAPON SYSTEM SUPPORT PROGRAM (WSSP) DEPARTMENT OF THE NAVY HEADQUARTERS UNITED STATES MARINE CORPS 3000 MARINE CORPS PENTAGON WASHINGTON, DC 20350-3000 Canc: Jan 2016 MCBul 4105 LPC-2 MARINE CORPS BULLETIN 4105 From: Commandant of the Marine

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

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

UNCLASSIFIED. UNCLASSIFIED Navy Page 1 of 8 R-1 Line #152

UNCLASSIFIED. UNCLASSIFIED Navy Page 1 of 8 R-1 Line #152 Exhibit R2, RDT&E Budget Item Justification: PB 2015 Navy Date: March 2014 1319: Research, Development, Test & Evaluation, Navy / BA 6: RDT&E Management Support COST ($ in Millions) Prior Years FY 2013

More information

SUBPART PRESCRIPTION OF FORMS (Revised October 1, 2000)

SUBPART PRESCRIPTION OF FORMS (Revised October 1, 2000) SUBPART 253.2--PRESCRIPTION OF FORMS (Revised October 1, 2000) 253.204 Administrative matters. 253.204-70 DD Form 350, Individual Contracting Action Report. Policy on use of a DD Form 350 is in 204.670-2.

More information

UNDER DPAS(15 CFR 350) 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. M C Oct 2006

UNDER DPAS(15 CFR 350) 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. M C Oct 2006 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES AWARD/CONTRACT UNDER DPAS(15 CFR 350) 1 20 2. CONT RACT (Proc. Inst. Ident.) NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. M67854-07-C-1000

More information

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Proposals. For RFP # 2011-OOC-KDA-00 Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2011-OOC-KDA-00 Issue Date: Month, Day, 2011 Response Date: Month, Day, 2011 Page 1 of 14 Table of Contents Page

More information

Army Rapid Innovation Fund Broad Agency Announcement

Army Rapid Innovation Fund Broad Agency Announcement Army Rapid Innovation Fund Broad Agency Announcement Announcement No.: W911NF-11-R-0017 Issue Date: 30 September 2011 Page 1 of 36 TABLE OF CONTENTS Page No. 1.0 General Information..... 5 1.1 Introduction..........5

More information

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 5230.24 March 18, 1987 USD(A) SUBJECT: Distribution Statements on Technical Documents References: (a) DoD Directive 5230.24, subject as above, November 20, 1984 (hereby

More information

Naval Sea Systems Command Did Not Properly Apply Guidance Regarding Contracting Officer s Representatives

Naval Sea Systems Command Did Not Properly Apply Guidance Regarding Contracting Officer s Representatives Inspector General U.S. Department of Defense Report No. DODIG-2016-063 MARCH 18, 2016 Naval Sea Systems Command Did Not Properly Apply Guidance Regarding Contracting Officer s Representatives Mission Our

More information

UNCLASSIFIED R-1 ITEM NOMENCLATURE. FY 2014 FY 2014 OCO ## Total FY 2015 FY 2016 FY 2017 FY 2018

UNCLASSIFIED R-1 ITEM NOMENCLATURE. FY 2014 FY 2014 OCO ## Total FY 2015 FY 2016 FY 2017 FY 2018 Exhibit R-2, RDT&E Budget Item Justification: PB 2014 Navy DATE: April 2013 COST ($ in Millions) Years FY 2012 FY 2013 # ## FY 2015 FY 2016 FY 2017 FY 2018 Navy Page 1 of 7 R-1 Line #203 To Program Element

More information

Part 1: Employment Restrictions After Leaving DoD: Personal Lifetime Ban

Part 1: Employment Restrictions After Leaving DoD: Personal Lifetime Ban POST-GOVERNMENT SERVICE EMPLOYMENT RESTRICTIONS (RULES AFFECTING YOUR NEW JOB AFTER DoD) For Military Personnel E-1 through O-6 and Civilian Personnel who are not members of the Senior Executive Service

More information

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 City of Hinesville 115 East ML King Jr Drive Hinesville, GA 31313 Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 Closing Date: December 20,

More information

potential unfair competitive advantage conferred to technical advisors to acquisition programs.

potential unfair competitive advantage conferred to technical advisors to acquisition programs. rfrederick on DSK6VPTVN1PROD with HEARING 230 potential unfair competitive advantage conferred to technical advisors to acquisition programs. SEC. 896. SURVEY ON THE COSTS OF REGULATORY COMPLIANCE. (a)

More information

Department of Defense

Department of Defense Department of Defense DIRECTIVE SUBJECT: Under Secretary of Defense for Intelligence (USD(I)) NUMBER 5143.01 November 23, 2005 References: (a) Title 10, United States Code (b) Title 50, United States Code

More information

Report No. D May 14, Selected Controls for Information Assurance at the Defense Threat Reduction Agency

Report No. D May 14, Selected Controls for Information Assurance at the Defense Threat Reduction Agency Report No. D-2010-058 May 14, 2010 Selected Controls for Information Assurance at the Defense Threat Reduction Agency Report Documentation Page Form Approved OMB No. 0704-0188 Public reporting burden for

More information

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services Date: June 15, 2017 REQUEST FOR PROPOSALS For: As needed Plan Check and Building Inspection Services Submit Responses to: Building and Planning Department 1600 Floribunda Avenue Hillsborough, California

More information

DEPARTMENT OF THE NAVY HEADQUARTERS UNITED STATES MARINE CORPS WASHINGTON, DC MCO C C2I 15 Jun 89

DEPARTMENT OF THE NAVY HEADQUARTERS UNITED STATES MARINE CORPS WASHINGTON, DC MCO C C2I 15 Jun 89 DEPARTMENT OF THE NAVY HEADQUARTERS UNITED STATES MARINE CORPS WASHINGTON, DC 20380-0001 MCO 3093.1C C2I MARINE CORPS ORDER 3093.1C From: Commandant of the Marine Corps To: Distribution List Subj: INTRAOPERABILITY

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

Contract Security Classification Specification. DD-254 Guidance

Contract Security Classification Specification. DD-254 Guidance Contract Security Classification Specification DD-254 Guidance DD 254 Roadmap Justification Step by Step Common DSS findings Why a DD-254? The document provides the basis for a contractor to have a facility

More information