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) 05-Mar-2014 M R0568 N/A 6. ISSUED BY CODE M ADMINISTERED BY (If other than Item 6) CODE M67854 MARCORSYSCOM 2200 Lester St Bldg 2200 Quantico VA tammy.faulkner@usmc.mil 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. Delta Resources 1235 Jefferson Davis Hgwy; Crystal Gateway I, Suite 3 Arlington, VA B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) 1SHX5 FACILITY CODE 28-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. [ ] [ ] 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). [X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR (a)(3) [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 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) Christopher W. Renz, Authorized Company Representative Paul D Rogers, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/christopher W. Renz 08-Mar-2014 BY /s/paul D Rogers 11-Mar-2014 (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 2 of 2 GENERAL INFORMATION The purpose of this modification is to revise the CLIN structure and to exercise and fully fund CLINs 5001CH CN and 5002CB. 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 by CLIN/SLIN Type Of Fund From ($) By ($) To ($) 5001CH 5001CJ 5001CK 5001CL 5001CM 5001CN 5002CB The total value of the order is hereby increased from $6,564,6.83 by $380, to CLIN/SLIN From ($) By ($) To ($) 5001CH 5001CJ 5001CK 5001CL 5001CM 5001CN 5002CB

3 1 of 75 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price R425 Transition. 1.0 EA The contractor shall perform in accordance with PWS Para 4.2. (Fund Type - TBD) 5001 PdM ES Support. 5001AA R425 R2C Support. 4.0 MO The contractor shall perform in accordance with PWS Para 3.1. (Fund Type - TBD) 5001AB R425 MCM Support. 4.0 MO The contractor shall perform in accordance with PWS Para 3.2. (Fund Type - TBD) 5001AC R425 Construction and Material Handling Equipment Support. 4.0 MO The contractor shall perform in accordance with PWS Para 3.3. (Fund Type - TBD) 5001AD R425 On-Site Liasion and Warranty Support. 4.0 MO The contractor shall perform in accordance with PWS Para 3.5. (Fund Type - TBD) 5001AE R425 Information 4.0 MO

4 2 of 75 Assurance Support. The contractor shall perform in accordance with PWS Para 3.6. (Fund Type - TBD) 5001AF R425 Technical Management Support. 4.0 MO The contractor shall perform in accordance with PWS Para 3.7. (Fund Type - TBD) 5001AG R425 ESE Support. 4.0 MO The contractor shall perform in accordance with PWS Para 3.4. (Fund Type - TBD) 5001BA R425 R2C Support MO The contractor shall perform in accordance with PWS Para 3.1. (Fund Type - TBD) 5001BB R425 MCM Support MO The contractor shall perform in accordance with PWS Para 3.2. (Fund Type - TBD) 5001BC R425 Construction and Material Handling Equipment Support MO The contractor shall perform in accordance with PWS Para 3.3. (Fund Type - TBD) 5001BD R425 On-Site Liasion and Warranty Support MO

5 3 of 75 The contractor shall perform in accordance with PWS Para 3.5. (Fund Type - TBD) 5001BE R425 Information Assurance Support MO The contractor shall perform in accordance with PWS Para 3.6. (Fund Type - TBD) 5001BF R425 Technical Management Support MO The contractor shall perform in accordance with PWS Para 3.7. (Fund Type - TBD) 5001BG R425 ESE Support MO The contractor shall perform in accordance with PWS Para 3.4. (Fund Type - TBD) 5001CA R425 R2C Support. 1.0 MO The contractor shall perform in accordance with PWS Para 3.2. (Fund Type - TBD) 5001CB R425 MCM Support. 1.0 MO The contractor shall perform in accordance with PWS Para 3.2. (Fund Type - TBD) 5001CC R425 Construction and Material Handling Equipment Support. 1.0 MO The contractor shall perform in accordance with

6 4 of 75 PWS Para 3.3. (Fund Type - TBD) 5001CD R425 On-Site Liaison and Warranty Support. 1.0 MO The contractor shall perform in accordance with PWS Para 3.5. (Fund Type - TBD) 5001CE R425 Information Assurance Support. 1.0 MO The contractor shall perform in accordance with PWS Para 3.6. (Fund Type - TBD) 5001CF R425 Technical Management Support. 1.0 MO The contractor shall perform in accordance with PWS Para 3.7. (Fund Type - TBD) 5001CG R425 ESE Support MO The contractor shall perform in accordance with PWS Para 3.4. (Fund Type - TBD) Option 5001CH R425 R2C Support. 1.0 EA The contractor shall perform in accordance with PWS Para 3.1. (Fund Type - TBD) 5001CJ R425 MCM Support. 1.0 EA The contractor shall perform in accordance with PWS Para 3.2. (Fund Type - TBD)

7 5 of CK R425 Construction and Material Handling Equipment Support. 1.0 EA The contractor shall perform in accordance with PWS Para 3.3. (Fund Type - TBD) 5001CL R425 On-Site Liasion and Warranty Support. 1.0 EA The contractor shall perform in accordance with PWS Para 3.5. (Fund Type - TBD) 5001CM R425 Information Assurance Support. 1.0 EA The contractor shall perform in accordance with PWS Para 3.6. (Fund Type - TBD) 5001CN R425 Technical Management Support. 1.0 EA The contractor shall perform in accordance with PWS Para 3.7. (Fund Type - TBD) 5001CP R425 R2C Support MO The contractor shall perform in accordance with PWS Para 3.1. (Fund Type - TBD) Option 5001CQ R425 MCM Support MO The contractor shall perform in accordance with PWS Para 3.2. (Fund Type - TBD) Option

8 6 of CR R425 Construction and Material Handling Equipment Support MO The contractor shall perform in accordance with PWS Para 3.3. (Fund Type - TBD) Option 5001CS R425 On-Site Liasion and Warranty Support MO The contractor shall perform in accordance with PWS Para 3.5. (Fund Type - TBD) Option 5001CT R425 Information Assurance Support MO The contractor shall perform in accordance with PWS Para 3.6. (Fund Type - TBD) Option 5001CU R425 Technical Management Support MO 5002 Travel. The contractor shall perform in accordance with PWS Para 3.7. (Fund Type - TBD) Option 5002AA R425 Travel. (Fund Type - TBD) 5002BA R425 Travel. (Fund Type - TBD) 5002CA R425 Travel. Option (Fund Type - TBD) 5002CB R425 Travel. Option 1.0 LO 1.0 LO 1.0 LO 1.0 LO

9 7 of 75 (Fund Type - TBD) 5002CC R425 Travel. Option (Fund Type - TBD) Option 1.0 LO For FFP / NSP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price CDRLs. Base Period CDRLs.Option Year One CDRLs. Option Year Two.

10 8 of 75 SECTION C DESCRIPTIONS AND SPECIFICATIONS Performance Work Statement (PWS) Annual Support for Product Manager (PdM) Engineer Systems (ES) Vision Statement Product Manager (PdM) Engineer Systems (ES) will acquire the systems and equipment needed by multi-capable Marine Air/Ground Task Forces to fight and win our Nation's battles. The PdM will fulfill its unique mission while adhering to Marine Corps values and enduring principles enabling Marines to succeed in uncertain, chaotic and austere environments. The PdMs workforce, processes and solutions will reflect the Corps' reliance on naval deployment, leaner equipment, versatility and innovation. The PdM will equip and sustain the nation's expeditionary "Force of Choice." 1 Introduction Product Manager Engineer Systems supports Program Manager Combat Service Support (PM CSS), part of Marine Corps Systems Command, which serves as the Commandant's agent for acquisition and sustainment of systems and equipment used to accomplish the Marine Corps warfighting mission. 1.1 Mission The mission of the program office is to provide resources, mentoring, coaching, processes, and professional development to our customer, which includes Operating Forces, Project Teams, and other organizations, and to add value to processes that enable teams to satisfy customer requirements. 1.2 Background This is a combined effort to facilitate development and staffing of programmatic documentation to Acquisition and Milestone Decision Authorities. The program office is responsible for all technical and business requirements associated with current and future USMC engineer systems and related programs. This includes research and development, testing, procurement, and fielding of combat capabilities; as well as sustainment/modernization of legacy assets. An overview of the program office and individual programs can be found at /sites/gtes/pmeng/.the program office needs assistance in the areas of strategic acquisition planning including identification of compliance issues with acquisition strategies for review/consideration by the government, cost estimation, business case analysis, training curriculum development, and programmatic documentation development. The Engineer Systems program management office manages approximately 45 programs of record plus emerging requirements. It is a fast-paced program office with a substantial quantity of deliverable items. 1.3 Scope

11 9 of 75 The scope of this effort is to provide the program office with on-going programmatic support. Support includes Cost Estimation, Acquisition and Business Analyses, Man Power Training Analyses and Services, Logistic Services, Warranty Support, Test Support, and Information Assurance Analyses for the Route Reconnaissance and Clearance (R2C) Team, Mobility and Countermobility (MCM) Team, Construction and Material Handling Equipment (CE/MHE) Team, and the Engineer Support Equipment (ESE) Team. 2 General Requirements The contractor shall support the Product Manager, Engineer Systems (PdM ES) in Cost Estimation, Acquisition and Business Analyses, Man Power Training Analyses and Services, Logistic Services, Warranty Support, Test Support, and Information Assurance Analyses. The specific requirements and associated tasks will enable the Integrated Products Teams (IPTs) to successfully plan and execute acquisition programs in support of validated Marine Corps requirements. Overall outcomes provide required documentation and subject matter expertise needed to attain milestone decisions in accordance with DoD requirements, instructions, and directives. Associated tasks include hosting meetings and reviews, providing meeting minutes, and conducting necessary research and data collection to perform the appropriate analyses in support of the PWS requirements. MARADMIN 672/10 ( /MARADMIN aspx) provides guidance on authorized sources of PKI certificates. The contractor must procure assets with PKI authentication for use with commercially available PKI certificates, a list of vendors can be found in MARADMIN 672/10. Contractor personnel must have in their possession the commercially procured certificates and register with the authentication server. Failure to plan for the lead time to commercially procure DoD-accepted certificates for contractors may result in receipt of a show-cause letter for inability to meet contractual obligations. Contractors might want to consider commercially procuring PIV (personal identity verification) cards with DoD-accepted certificates. Issuance of Government Common Access Cards (CACs) will be limited, and it is the intent of the Government not to issue any CACs to the contractor unless absolutely needed and Commercial PKI/PIV will not work on a government system that needs to be accessed. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for PdM Engineering Services 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 Non-Personal Services

12 10 of 75 The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Contracting Officer's Representative (COR) and/or the Procuring Contracting Officer (PCO) immediately. 2.4 Subcontract Management The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations with its subcontractors. Contractors may add subcontractors to their team after notification to the Procuring Contracting Officer (PCO) or Contracting Officer Representative (COR). The PCO must approve any cross teaming arrangements proposed after contract award. 2.6 Location and Hours of Work Accomplishment of the results contained in this PWS requires work at Quantico, VA and at various contractor, subcontractor, and Government facilities (mainly in the continental United States but including OCONUS locations including Afghanistan). Normal workdays are Monday through Friday except US Federal Holidays. Workers typically work eight (8) hours per day, 40 hours per week. Flextime workers start not earlier than 00 and not later than Core hours of work are from 0900 to 1500 daily. All employees are expected to be available during core hours. 3 Performance Requirements The following section specifies the Performance Objectives and Performance Elements for the contract. 3.1 Route Reconnaissance and Clearance Support Route Reconnaissance and Clearance (R2C) Team is comprised of 3 Increments (Inc) of systems and subsystems supporting freedom of maneuver efforts by engineers. The contractor shall provide support for the twenty-three (23) programs that are in various stages of the acquisition life cycle and range from Abridged Acquisition Programs (AAPs) to Acquisition Category (ACAT) IV (T). All deliverable dates are estimates by fiscal year quarter with final dates to be determined by the program office during task initiation The contractor shall develop acquisition documentation The contractor shall develop the Acquisition Program Baseline (APB) for Inc II of R2C during 1st Quarter Fiscal Year 13 (1QFY13) and develop the APB for Inc III of R2C during the

13 11 of 75 4QFY13. Additionally, the contractor shall update the Inc II APB in the 4QFY13. B001 Acquisition Program Baseline The contractor shall develop an Acquisition Strategy / Acquisition Plan for Low Metallic Signature Mine Detector (LMS MD) in 1QFY13 and Inc III of R2C 4QFY13. B002 Acquisition Strategy / Acquisition Plan The contractor shall develop and maintain an Integrated Master Schedule (IMS) (B003 Integrated Master Schedule) and Quad Charts (B005 Program Quad Charts) for all twenty-three (23) programs within R2C, the IMS and Quad Charts shall be submitted 1QFY13 and updated throughout the period of performance. Performance Standards STD: Information and methodology provided is credible and auditable by independent parties within the government. AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: No errors within the document to include methodology, logic, grammar, equations, tables, graphics, charts, and spelling AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Completes actions within specified deadlines AQL: All documents will be submitted to the Government within the prescribed times for draft and final documents Deliverables B001 Acquisition Program Baseline B002 Acquisition Strategy / Acquisition Plan B003 Integrated Master Schedule B005 Program Quad Charts The contractor shall develop logistic documentation The contractor shall develop Life Cycle Sustainment Plans (LCSPs) for the Husky Mounted Mine Detection System and the VMR2 Dual-Sensor Mine Detector in 1QFY13. In 4QFY13, the contractor shall develop the LCSP for Inc II of R2C. The contractor shall update the LMS MD LCSP in 2QFY13. (D003 Life Cycle Sustainment Plan) The contractor shall conduct and document a Reliability Centered Maintenance Analysis for Inc II of R2C in 4QFY13. (D004 Reliability Centered Maintenance Analysis) The contractor shall develop and maintain a Configuration Management (CM) Plan for

14 12 of 75 the HMDS in 1QFY13. In 4QFY13, the contractor shall develop and maintain CM Plans for Inc II of R2C and LMS MD. (A001 Configuration Management Plan) The contractor shall conduct and document Man Power and Training Assessments for Inc III of R2C in 4QFY13 and LMS MD in 2QFY13 (F003 Man Power and Training Assessment). Additionally, Man Power and Training Plans for VMR2 in 1QFY13, Inc II of R2C in 3QFY13, and Inc III of R2C and LMS MD in 4QFY13 shall be developed by the contractor (F001Man Power and Training Plan) The contractor shall develop Item Unique Identification (IUID) Plans for HMDS in 1QFY13 and for Inc II of R2C in 4QFY13. (D001Item Unique Identification Plan) The contractor shall develop and update equipment Reset Plans for the R2C Team. Plans shall be developed in 1QFY13 and updated each quarter thereafter. (D002 Rest Plan) Performance Standards STD: Completes actions within specified deadlines AQL: All documents will be submitted to the government within the prescribed times for draft and final documents STD: Information and methodology provided is credible and auditable by independent parties within the government. AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: No errors within the document to include methodology, logic, grammar, equations, tables, graphics, charts, and spelling AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document Deliverables A001 Configuration Management Plan D001 Item Unique Identification Plan D002 Rest Plan D003 Life Cycle Sustainment Plan D004 Reliability Centered Maintenance Analysis F001 Man Power and Training Plan F003 Man Power and Training Assessment The contractor shall support testing as follows The contractor shall draft, review, and update Test and Evaluation Master Plans (TEMP) for the LMS MD 1QFY13 and Inc III of R2C in 4QFY13 (A0 Draft Test and Evaluation Master Plan). Additionally, the contractor shall update and review Developmental Test Plans and review Operational Test Plans for the LMS MD 2QFY13 and for Inc III of R2C in 4QFY13

15 13 of 75 (A005 Developmental Test Plans). The contractor shall coordinate agendas, review and update requirements and validations documented in the RTM (A004 Requirements Traceability Matrix), update charters (A002 TIWG Charter), and write meeting minutes in support of the Test Integration working Group (TWIG) for the programs. The contractor shall monitor testing events and provide Test Incident Tracking Reports. (A003 Test Incident Tracking Report) Performance Standards STD: Information and methodology provided is credible and auditable by independent parties within the government. AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: No errors within the document to include methodology, logic, grammar, equations, tables, graphics, charts, and spelling AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Completes actions within specified deadlines AQL: All documents will be submitted to the Government within the prescribed times for draft and final documents Deliverables A002 TIWG Charter A003 Test Incident Tracking Report A004 Requirements Traceability Matrix A005 Developmental Test Plans A0 Draft Test and Evaluation Master Plan The contractor shall develop cost and decision analysis documentation The contractor shall develop Cost Analysis Requirements Descriptions (CARD) for Inc III of R2C in 4QFY13 and LMS MD in 2QFY13 (B0 Cost Analysis Requirements Description). CARDs shall be developed in accordance with DoD 5000 series and SECNAVINST requirements. The CARD will document the programs acquisition and sustainment strategies providing a foundation upon which the LCCE is developed. The contractor shall ensure that all required programmatic sections (per the above references) are documented and vetted through the appropriate Subject Matter Experts (SMEs) within PdM ES The contractor shall provide supporting documentation and inputs relevant to their analysis and conclusions for presentations of findings and results to respective decision-making authorities The contractor shall develop Business Case Analyses for Inc III of R2C in 2QFY13, LMS MD in 3QFY13 and Light Weight Mine Detector (LWMD) 4QFY13. (B007 Business Case

16 14 of 75 Analysis) The contractor shall develop Program Life Cycle Cost Estimates (PLCCE) in accordance with SECNAVINST The Government Study Director for the PLCCEs will be determined by the Assistant Commander for Programs. Cost models shall be accurate providing empirical data researched and analyzed by the contractor. PLCCEs will include cost risk and sensitivity under both combined and discrete "what-if" scenarios and cost and schedule drivers. The cost models shall offer appropriate cross-checks for significant cost elements. All cost models will be presented in ACE-IT and Microsoft Excel The contractor shall develop PLCCEs for Inc III of R2C 4QFY13, LMS MD 4QFY13, and LWMD 4QFY13. The LCCE will be used to support programmatic decisions and to provide information necessary for interim programmatic strategy and business decisions. The cost model shall assist the PdM by providing accurate, empirical data that is produced by the defined development process and outputs from the LCCE model. The Contractor shall, in cooperation with the project office (PO), develop the ground rules and assumptions that establish the parameters of the LCCE as well as provide analysis to assess cost, risk and sensitivity under what if scenarios. The resulting rationale will further support programmatic decisions. (B008 Life Cycle Cost Estimate) The contractor shall support the estimates with analytic excursions, including phased what-if analysis, CAIV analysis, and ongoing risk analysis The contractor shall identify and obtain approval for use of all inclusive cost, schedule, performance, and technology driven elements (including the Work Breakdown Structure (WBS)/Cost Element Structure (CES), logical impacts and associated risks from the AC Prog representative. Support the development of : Section C of the Acquisition program baseline Agreement (APBA) Probability of Success (PoPS) health Assessments DoN Gate and MCSC Program Reviews and Milestone Decisions The contractor shall develop Logistics Requirements and Funding Summary (LRFS) for Inc III of R2C 4QFY13, LMS MD 2QFY13, and LWMD 4QFY13. (B009 Logistics Requirements and funding Summary) Performance Standards STD: Information and methodology provided is credible and auditable by independent parties within the government. AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: No errors within the document to include methodology, logic, grammar, equations, tables, graphics, charts, and spelling

17 15 of 75 AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Completes actions within specified deadlines AQL: All documents will be submitted to the Government within the prescribed times for draft and final documents Deliverables B0 Cost Analysis Requirements Description B007 Business Case Analysis B008 Life Cycle Cost Estimate B009 Logistics Requirements and Funding Summary 3.2 Mobility and Countermobility Support The Mobility Countermobility (MCM) Team has twenty-one (21) programs and 43 TAMCNs that are in various stages of the acquisition life cycle and lifecycle support, ranging from AAPs to ACAT III. All deliverable dates are estimates by fiscal year quarter with final dates to be determined by the program office during task initiation The contractor shall develop acquisition documentation The contractor shall develop an Acquisition Program Baselines (APB) for MKIII Bridge Erection Boat (BEB) 1QFY13. (B001 Acquisition Program Baseline) In 3QFY1,3 the contractor shall develop an Acquisition Strategy / Acquisition Plan for MKIII BEB. (B002 Acquisition Strategy / Acquisition Plan) The contractor shall develop, maintain, and update an Integrated Master Schedule (IMS) for the MKIII BEB with initial submission in 1QFY13. (B003Integrated Master Schedule) The contractor shall develop and update Quad Charts for all 21 programs with MCM as required. (B005 Program Quad Charts) The contractor shall conduct daily analyses of documentation development and procurements supporting program status updates, using expenditure data, readiness data form logisticians, and schedule updates. Monitoring and reporting of analysis will support POM initiative development, Stakeholder information requests on the current and planned status of programs, Inputs for the weekly MCM Situation Report and the development of Program Transition plans. Performance Standards STD: Information and methodology provided is credible and auditable by independent parties within the government. AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document

18 16 of 75 STD: No errors within the document to include methodology, logic, grammar, equations, tables, graphics, charts, and spelling AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Completes actions within specified deadlines AQL: All documents will be submitted to the government within the prescribed times for draft and final documents Deliverables B001 Acquisition Program Baseline B002 Acquisition Strategy / Acquisition Plan B003 Integrated Master Schedule B005 Program Quad Charts The contractor shall develop logistic documentation The contractor shall develop Life Cycle Sustainment Plans (LCSPs) for the MK154 Mine Clearance Launcher 1QFY13 and the MKIII BEB 3QFY13. (D003 Life Cycle Sustainment Plan) The contractor shall conduct and document a Reliability Centered Maintenance Analysis for MK154 Mine Clearance Launcher 4QFY13. (D004 Reliability Centered Maintenance Analysis) The contractor shall develop and maintain a Configuration Management (CM) Plan for the MK154 2QFY13. (A001Configuration Management Plan) The contractor shall develop New Equipment Training (NET) for the MKIII M9 ACE in 1QFY13 and execute five (5) training sessions with a 1:10- student ratio (estimate 20 students per class no smaller than 10 per class) upon Government approval of the training documents. Locations for the NET are Camp Lejeune NC, Camp Pendleton CA, Battle Creek MI, Folsom PA, and Millington TN with the facilities and equipment for the training being Governmentfurnished. (F002 New Equipment Training) The contractor shall develop and update equipment Reset Plans for the MCM Team. The plans shall be developed in 1QFY13 and updated each quarter thereafter. (D002 Reset Plan) The contractor shall conduct logistic analyses supporting readiness analyses using Total Force Structure Management System (TFSMS), Marine Corps Equipment Readiness Information Tool (MERIT), Supported Activities Supply System (SASSY), Global Combat Support System - Marine Corps (GCSS MC). The contractor shall develop and interpret RAM metrics, Parts research, monitoring and reporting provisioning statuses, monitoring and reporting training & manpower statuses, and monitoring and reporting Technical Manual (TM) Status. Performance Standards

19 17 of 75 STD: No errors within the training package to include methodology, logic, grammar, equations, tables, graphics, charts, and spelling. No deviation from allotted time. AQL: One review of the training package as draft with no more than 10 errors and no errors in final delivered document. Training delivered on schedule. STD: Information and methodology provided is credible and auditable by independent parties within the government. AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Completes actions within specified deadlines AQL: All documents will be submitted to the Government within the prescribed times for draft and final documents Deliverables A001 Configuration Management Plan D002 Rest Plan D003 Life Cycle Sustainment Plan D004 Reliability Centered Maintenance Analysis F002 New Equipment Training The contractor shall support testing The contractor shall review the Test Strategy (TES) and draft, review and update the TEMP (A0 Draft Test and Evaluation Master Plan) The contractor shall review and update Developmental Test Plans for the MK154 Mine Clearance Launcher 3QFY13 (A005 Developmental Test Plans) The contractor shall coordinate agendas, review and update requirements and validations documented in support of the TIWG for the programs in the RTM (A004 Requirements Traceability Matrix), updating charters (A002 TIWG Charter), and providing meeting minutes. The contractor shall monitor testing events and provide Test Incident Tracking Reports. (A003Test Incident Tracking Report) Performance Standards STD: No errors within the document to include methodology, logic, grammar, equations, tables, graphics, charts, and spelling AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Information and methodology provided is credible and auditable by independent parties within the government.

20 18 of 75 AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Completes actions within specified deadlines AQL: All documents will be submitted to the government within the prescribed times for draft and final documents Deliverables A002 TIWG Charter A003 Test Incident Tracking Report A004 Requirements Traceability Matrix A005 Developmental Test Plans A0 Draft Test and Evaluation Master Plan The contractor shall develop cost and decision analysis documentation The contractor shall develop Cost Analysis Requirements Descriptions (CARD) for MK154 in 4QFY13 (B0 Cost Analysis Requirements Description). CARDs shall be developed in accordance with DoD 5000 series and SECNAVINST requirements. The CARD will document the programs acquisition and sustainment strategies providing a foundation upon which the LCCE is developed. The contractor shall ensure that all required programmatic sections (per the above references) are documented and vetted through the appropriate Subject Matter Experts (SMEs) within PdM ES The contractor shall provide supporting documentation and inputs relevant to their analysis and conclusions for presentations of findings and results to respective decision-making authorities The contractor shall develop Business Case Analyses for MKIII BEB 1QFY13. (B007 Business Case Analysis) The contractor shall develop Program Life Cycle Cost Estimates (PLCCE) in accordance with SECNAVINST The Government Study Director for the PLCCEs will be determined by the Assistant Commander for Programs. Cost models shall be accurate providing empirical data researched and analyzed by the contractor. PLCCEs will include cost risk and sensitivity under both combined and discrete "what-if" scenarios and cost and schedule drivers. The cost models shall offer appropriate cross-checks for significant cost elements. All cost models will be presented in ACE-IT and Microsoft Excel The contractor shall develop PLCCEs for MK154 4QFY13. The LCCE will be used to support programmatic decisions and to provide information necessary for interim programmatic strategy and business decisions. The cost model shall assist the PdM by providing accurate, empirical data that is produced by the defined development process and outputs from the LCCE model. The Contractor shall, in cooperation with the project office (PO), develop the ground rules and assumptions that establish the parameters of the LCCE as well as provide analysis to

21 19 of 75 assess cost, risk and sensitivity under what if scenarios. The resulting rationale will further support programmatic decisions. (B008 Life Cycle Cost Estimate) The contractor shall support the estimates with analytic excursions, including phased what-if analysis, CAIV analysis, and ongoing risk analysis The contractor shall identify and obtain approval for use of all inclusive cost, schedule, performance, and technology driven elements (including the Work Breakdown Structure (WBS)/Cost Element Structure (CES), logical impacts and associated risks from the AC Prog representative. Support the development of : Section C of the Acquisition program baseline Agreement (APBA) Probability of Success (PoPS) health Assessments DoN Gate and MCSC Program Reviews and Milestone Decisions The contractor shall develop Logistics Requirements and Funding Summary (LRFS) for MK154 4QFY13. (B009 Logistics Requirements and funding Summary) Performance Standards STD: No errors within the document to include methodology, logic, grammar, equations, tables, graphics, charts, and spelling AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Information and methodology provided is credible and auditable by independent parties within the Government. AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Completes actions within specified deadlines AQL: All documents will be submitted to the Government within the prescribed times for draft and final documents Deliverables B0 Cost Analysis Requirements Description B007 Business Case Analysis B008 Life Cycle Cost Estimate B009 Logistics Requirements and Funding Summary 3.3 Construction and Material Handling Equipment Support The Construction and Material Handling Equipment Support Team has twenty-three (23) programs that are in various stages of the acquisition life cycle ranging from AAPs to ACAT III.

22 20 of 75 All deliverable dates are estimates by fiscal year quarter with final dates to be determined by the program office during task initiation The contractor shall develop acquisition documentation The contractor shall develop the Acquisition Program Baseline (APB) for Extended Boom Forklift (EBFL) during first quarter FY13 (1QFY13) and an APB for the D6K Tract Type Tractor 2QFY13. (B001 Acquisition Program Baseline) The contractor shall develop Acquisition Strategy / Acquisition Plans (AS/AP) for EBFL, Light Tractor in 1QFY13, in 2QFY13. The contractor shall update the AS/AP for the Laser Leveling System (LLS). In 3QFY13, the contractor shall update the AS/AP for the Light Capability Rough Terrain Forklift (LCRTF). (B002Acquisition Strategy / Acquisition Plan) The contractor shall develop and update Integrated Master Schedules (IMS) (B003 Integrated Master Schedule) and Quad Charts (B005 Program Quad Charts) for each of the 23 programs within MHE/CE as required. Performance Standards STD: No errors within the document to include methodology, logic, grammar, equations, tables, graphics, charts, and spelling AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Completes actions within specified deadlines AQL: All documents will be submitted to the government within the prescribed times for draft and final documents STD: Information and methodology provided is credible and auditable by independent parties within the government. AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document Deliverables B001 Acquisition Program Baseline B002 Acquisition Strategy / Acquisition Plan B003 Integrated Master Schedule B005 Program Quad Charts The contractor shall develop logistic documentation The contractor shall develop Life Cycle Sustainment Plans (LCSPs) for the EBFL in 2QFY13, LLS and MCTWS in 3QFY13, and LCRTF in 2QFY13. In 3QFY13, the contractor shall develop LCSPs for the D6K and 2QFY13 for HYEX. (D003 Life Cycle Sustainment Plan) The contractor shall conduct and document Man Power and Training Assessments for

23 21 of 75 EBFL in 4QFY13 and D6K in 1QFY14. (F003 Man Power and Training Assessment) The contractor shall update the Man Power and Training Plans (MPTPs) for the HYEX in 2QFY13. In 1QFY14 the contractor shall develop Man Power and Training Plans for the D6K and the EBFL in 2QFY14. (F001) Man Power and Training Plan The contractor shall develop the Item Unique Identification (IUID) Plans for EBFL, D6K, LLS, and HYEX in 3QFY13. (D001Item Unique Identification Plan) The contractor shall develop and update equipment Reset Plans for the MHE/CE Team projects. The plans shall be developed in 1QFY13 and updated each quarter thereafter. (D002 Reset Plan) Performance Standards STD: No errors within the document to include methodology, logic, grammar, equations, tables, graphics, charts, and spelling AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Information and methodology provided is credible and auditable by independent parties within the government. AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Completes actions within specified deadlines AQL: All documents will be submitted to the government within the prescribed times for draft and final documents Deliverables D001 Item Unique Identification Plan D002 Rest Plan D003 Life Cycle Sustainment Plan F001 Man Power and Training Plan F003 Man Power and Training Assessment The contractor shall support testing The contractor shall draft, review and update Test and Evaluation Master Plans (TEMP) for the LCRTF CPK, LLS, EBFL and D6K 2QFY13 and update them in 2QFY13 and 3QFY13. The contractor shall draft, review and update Test and Evaluation Master Plans (TEMP) for the Matting 4QFY13. (A0 Draft Test and Evaluation Master Plan) The contractor shall conduct data collection, after action reviews, and assist in compiling information and data Limited User Evaluations (LUE) in all 4 quarters of FY13 for the HYEX, LLS, D6K, and EBFL by. (A007 Limited User Evaluation)

24 22 of The contractor shall review and update requirements and validations documented in the RTM in all 4 quarters of FY13 for the HYEX, LLS, D6K, and EBFL. (A004 Requirements Traceability Matrix) The contractor shall monitor test events and submit Test Incident Tracking Reports of the LCRTF CPK, Matting, EBFL, D6K, LLS, HYEX, and MCTWS during all 4 quarters of FY13. (A003 Test Incident Tracking Report and A008 Test Support) Performance Standards STD: No errors within the document to include methodology, logic, grammar, equations, tables, graphics, charts, and spelling AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Information and methodology provided is credible and auditable by independent parties within the government. AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: No errors within the document to include methodology, logic, grammar, equations, tables, graphics, charts, and spelling AQL: All documents will be submitted to the government within the prescribed times for draft and final documents Deliverables A003 Test Incident Tracking Report A004 Requirements Traceability Matrix A0 Draft Test and Evaluation Master Plan A007 Limited User Evaluation A008 Test Support The contractor shall develop cost and decision analysis documentation The contractor shall develop Cost Analysis Requirements Descriptions (CARD) for EBFL, LLS, D6K, LCRTF, and HYEX in 1QFY13 and will be updated thereafter each quarter (B0 Cost Analysis Requirements Description). CARDs shall be developedin accordance with DoD 5000 series and SECNAVINST requirements. The CARD will document the programs acquisition and sustainment strategies providing a foundation upon which the LCCE is developed. The contractor shall ensure that all required programmatic sections (per the above references) are documented and vetted through the appropriate Subject Matter Experts (SMEs) within PdM ES The contractor shall provide supporting documentation and inputs relevant to their analysis and conclusions for presentations of findings and results to respective decision-making

25 23 of 75 authorities The contractor shall develop Business Case Analyses for EBFL and D6K in 1QFY13. (B007 Business Case Analysis) The contractor shall develop Program Life Cycle Cost Estimates (PLCCE) in accordance with SECNAVINST The Government Study Director for the PLCCEs will be determined by the Assistant Commander for Programs. Cost models shall be accurate providing empirical data researched and analyzed by the contractor. PLCCEs will include cost risk and sensitivity under both combined and discrete "what-if" scenarios and cost and schedule drivers. The cost models shall offer appropriate cross-checks for significant cost elements. All cost models will be presented in ACE-IT and Microsoft Excel The contractor shall develop PLCCEs for EBFL, D6K, LLS, HYEX, and LCRTF in 2QFY13 and will update them 4QFY13. The LCCE will be used to support programmatic decisions and to provide information necessary for interim programmatic strategy and business decisions. The cost model shall assist the PdM by providing accurate, empirical data that is produced by the defined development process and outputs from the LCCE model. The Contractor shall, in cooperation with the project office (PO), develop the ground rules and assumptions that establish the parameters of the LCCE as well as provide analysis to assess cost, risk and sensitivity under what if scenarios. The resulting rationale will further support programmatic decisions. (B008 Life Cycle Cost Estimate) The contractor shall support the estimates with analytic excursions, including phased what-if analysis, CAIV analysis, and ongoing risk analysis The contractor shall identify and obtain approval for use of all inclusive cost, schedule, performance, and technology driven elements (including the Work Breakdown Structure (WBS)/Cost Element Structure (CES), logical impacts and associated risks from the AC Prog representative. Support the development of : Section C of the Acquisition program baseline Agreement (APBA) Probability of Success (PoPS) health Assessments DoN Gate and MCSC Program Reviews and Milestone Decisions The contractor shall develop Logistics Requirements and Funding Summary (LRFS) for EBFL, D6K, LLS, HYEX, and LCRTF 3QFY13. (B009 Logistics Requirements and funding Summary) Performance Standards STD: No errors within the document to include methodology, logic, grammar, equations, tables, graphics, charts, and spelling AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document

26 24 of 75 STD: Information and methodology provided is credible and auditable by independent parties within the government. AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document STD: Completes actions within specified deadlines AQL: All documents will be submitted to the government with the prescribed times for draft and final documents Deliverables B0 Cost Analysis Requirements Description B007 Business Case Analysis B008 Life Cycle Cost Estimate B009 Logistics Requirements and Funding Summary 3.4 Engineer Support Equipment (Optional Task 1) The support for Engineer Support Equipment (ESE) and the travel supporting ESE detailed in the subparagraphs below are optional tasks. The Engineer Support Equipment Team has fifteen (15) programs that are in various stages of the acquisition life cycle. There is one planned program to enter the acquisition life cycle during this period. All programs are AAPs. All deliverable dates are estimates by fiscal year quarter with final dates to be determined by the program office during task initiation The contractor shall develop acquisition documentation The contractor shall develop and update quarterly the Integrated Master Schedules (IMS) (B003 Integrated Master Schedules) and Program Briefings (B010 Program Briefs) for each of the 15 programs within ESE The contractor shall develop and update monthly the Action Tracker for each of the 15 programs within ESE. (B011 Action Tracker ) The contractor shall update annual Spend Plans and TFSMS reports of fielding status for each of the programs in fielding within ESE each quarter. (B010 Program Briefs) The contractor shall update the Acquisition Program Baseline (APB) documents for the 600 GPM Pump (600 GPMP), Bulk Liquid Equipment (BLE), and the Lightweight Water Purification System (LWPS) in 1QFY13. (B001 Acquisition Program Baseline) The contractor shall update the Acquisition Program Baseline (APB) documents for the Tactical Fuel System (TFS), Containerized Batch Laundry (CBL) and the Family of Expeditionary Fuel System (FEFS) in 2QFY13. (B001 Acquisition Program Baseline) The contractor shall update the Acquisition Program Baseline (APB) documents for the Tactical Water Purification System (TWPS) and Petroleum Quality Analysis System (PQAS)

27 25 of 75 in 3QFY13. The contractor shall update the Acquisition Program Baseline (APB) documents for the Fire Suppression System (FSS) in 4QFY13. (B001 Acquisition Program Baseline) The contractor shall update the Acquisition Program Baseline (APB) documents for the Portable Fuel Analyzer (PFA) in 3QFY13. The contractor shall update the Acquisition Program Baseline (APB) documents for the Container Batch Laundry (CBL) and Water System Support Equipment (WSSE) in 4QFY13. (B001 Acquisition Program Baseline) The contractor shall update the Acquisition Strategy / Acquisition Plan (AS/AP) documents for the Bulk Liquid Equipment (BLE) and the Lightweight Water Purification System (LWPS) in 1QFY13. The contractor shall update the Acquisition Strategy / Acquisition Plan (AS/AP) documents for the 600 GPM Pump (600 GPMP) in 3QFY13. (B002 Acquisition Strategy / Acquisition Plan) The contractor shall update the Acquisition Strategy / Acquisition Plan (AS/AP) documents for the Tactical Fuel System (TFS) and Containerized Batch Laundry (CBL) in 2QFY13 and the Family of Expeditionary Fuel System (FEFS) in 3QFY13. (B002 Acquisition Strategy / Acquisition Plan) The contractor shall update the Acquisition Strategy / Acquisition Plan (AS/AP) documents for the Tactical Water Purification System (TWPS) and Petroleum Quality Analysis System (PQAS) in 3QFY13. The contractor shall update the Acquisition Strategy / Acquisition Plan (AS/AP) documents for the Fire Suppression System (FSS) in 4QFY13. (B002 Acquisition Strategy / Acquisition Plan) The contractor shall update the Acquisition Strategy / Acquisition Plan (AS/AP) documents for the Portable Fuel Analyzer (PFA) in 3QFY13. The contractor shall update the Acquisition Strategy / Acquisition Plan (AS/AP) documents for the Container Batch Laundry (CBL) and Water System Support Equipment (WSSE) in 4QFY13. (B002 Acquisition Strategy / Acquisition Plan) The contractor shall develop a new APB (B001 Acquisition Program Baseline), AS/AP (B002 Acquisition Strategy / Acquisition Plan), IMS (B003 Integrated Master Schedule), Program Briefing (B010 Program Briefs), and Action Tracker (B011Action Tracker) for the Small Unit Water Purification (SUWP) in 3QFY13. Performance Standards STD: Completes actions within specified deadlines AQL: All documents will be submitted to the government within the prescribed times for draft and final documents STD: Information and methodology provided is credible and auditable by independent parties within the government. AQL: One review of the document as draft with no more than 10 errors and no errors in final delivered document

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

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

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

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

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) 05-Mar-2018 1300699929 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) 01-Dec-2014 13062011 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

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

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

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 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

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

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

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

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

2016 Major Automated Information System Annual Report

2016 Major Automated Information System Annual Report 2016 Major Automated Information System Annual Report Deliberate and Crisis Action Planning and Execution Segments Increment 2A (DCAPES Inc 2A) Defense Acquisition Management Information Retrieval (DAMIR)

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) 21-Jul-2014 1300396320 N/A 6. ISSUED

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 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

Doing Business With The Marine Corps System Command (MARCORSYSCOM) 2010 APBI Conference

Doing Business With The Marine Corps System Command (MARCORSYSCOM) 2010 APBI Conference Doing Business With The Marine Corps System Command (MARCORSYSCOM) 2010 APBI Conference MCSC Contracts (CT) Mission Statement: To contribute to the warfighting mission of the United States Marine Corps

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

Cryptologic & Cyber Systems Division Contract/Acquisition Forecast

Cryptologic & Cyber Systems Division Contract/Acquisition Forecast 2014 AFCEA Alamo Ace Cryptologic & Cyber Systems Division Contract/Acquisition Forecast Mark D. Adams Chief of Contracts AFLCMC/HNCK 30 October 2014 HNC/PA Clearance: 20 October 2014 1 Outline Vision/Mission

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

Incomplete Contract Files for Southwest Asia Task Orders on the Warfighter Field Operations Customer Support Contract

Incomplete Contract Files for Southwest Asia Task Orders on the Warfighter Field Operations Customer Support Contract Report No. D-2011-066 June 1, 2011 Incomplete Contract Files for Southwest Asia Task Orders on the Warfighter Field Operations Customer Support Contract Report Documentation Page Form Approved OMB No.

More information

Force Projection ~ Project Management Office

Force Projection ~ Project Management Office Force Projection ~ Project Management Office Project Manager COL Timothy G. Goddette (Incoming - COL Steve Myers) Deputy PM Acquisition: Ms. Patricia Plotkowski Deputy PM Logistics: Mr. Dan Lorentz Deputy

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

Program Manager Training Systems PM 203

Program Manager Training Systems PM 203 13-14 May 2008 Program Manager Training Systems PM 203 Col Frank L. Kelley, Program Manager Brian S. Kummer, Business & Operations Manager Mission: To improve the Warfighting effectiveness of the MAGTF

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

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

Department of Defense DIRECTIVE. SUBJECT: Standardization of Mobile Electric Power (MEP) Generating Sources

Department of Defense DIRECTIVE. SUBJECT: Standardization of Mobile Electric Power (MEP) Generating Sources Department of Defense DIRECTIVE NUMBER 4120.11 April 13, 2004 SUBJECT: Standardization of Mobile Electric Power (MEP) Generating Sources ASD(P&L) References: (a) DoD Directive 4120.11, "Standardization

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

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 5000.59 January 4, 1994 Certified Current as of December 1, 2003 SUBJECT: DoD Modeling and Simulation (M&S) Management Incorporating Change 1, January 20, 1998 USD(A&T)

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 213 Army DATE: February 212 24: Research, Development, Test & Evaluation, Army COST ($ in Millions) FY 211 FY 212 Total FY 214 FY 215 FY 216 FY 217 Army

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

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

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

JAVELIN ANTITANK MISSILE

JAVELIN ANTITANK MISSILE JAVELIN ANTITANK MISSILE Army ACAT ID Program Total Number of Systems: Total Program Cost (TY$): Average CLU Cost (TY$): Average Missile Cost (TY$): Full-rate production: 4,348 CLUs 28,453 missiles $3618M

More information

Joint Committee on Tactical Shelters Bi-Annual Meeting with Industry & Exhibition. November 3, 2009

Joint Committee on Tactical Shelters Bi-Annual Meeting with Industry & Exhibition. November 3, 2009 Joint Committee on Tactical Shelters Bi-Annual Meeting with Industry & Exhibition November 3, 2009 Darell Jones Team Leader Shelters and Collective Protection Team Combat Support Equipment 1 Report Documentation

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

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 8140.01 August 11, 2015 Incorporating Change 1, July 31, 2017 DoD CIO SUBJECT: Cyberspace Workforce Management References: See Enclosure 1 1. PURPOSE. This directive:

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 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

SUBJECT: Army Directive (Implementation of Acquisition Reform Initiatives 1 and 2)

SUBJECT: Army Directive (Implementation of Acquisition Reform Initiatives 1 and 2) S E C R E T A R Y O F T H E A R M Y W A S H I N G T O N MEMORANDUM FOR SEE DISTRIBUTION SUBJECT: Army Directive 2017-22 (Implementation of Acquisition Reform Initiatives 1 and 2) 1. References. A complete

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 213 Army DATE: February 212 COST ($ in Millions) FY 211 FY 212 FY 214 FY 215 FY 216 FY 217 To Complete Program Element 125.44 31.649 4.876-4.876 25.655

More information

2016 Major Automated Information System Annual Report

2016 Major Automated Information System Annual Report 2016 Major Automated Information System Annual Report Defense Enterprise Accounting and Management System-Increment 1 (DEAMS Inc 1) Defense Acquisition Management Information Retrieval (DAMIR) UNCLASSIFIED

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

The South African Council for the Project and Construction. Management Professions (SACPCMP)

The South African Council for the Project and Construction. Management Professions (SACPCMP) The South African Council for the Project and Construction Management Professions (SACPCMP) Registration Rules for Construction Health and Safety Officers in Terms of Section 18 (1) (c) of the Project

More information

MCO D C Sep 2008

MCO D C Sep 2008 C 19 MARINE CORPS ORDER 3902.1D From: Commandant of the Marine Corps To: Distribution List Subj: MARINE CORPS STUDIES SYSTEM Ref: (a) SECNAVINST 5223.1C (b) SECNAV M-5214.1 Encl: (1) The Marine Corps Studies

More information

Defense Health Agency PROCEDURAL INSTRUCTION

Defense Health Agency PROCEDURAL INSTRUCTION Defense Health Agency PROCEDURAL INSTRUCTION NUMBER 6025.08 Healthcare Operations/Pharmacy SUBJECT: Pharmacy Enterprise Activity (EA) References: See Enclosure 1. 1. PURPOSE. This Defense Health Agency-Procedural

More information

a. To promulgate policy on cost analysis throughout the Department of the Navy (DON).

a. To promulgate policy on cost analysis throughout the Department of the Navy (DON). SECNAV INSTRUCTION 5223.2A THE SECRETARY OF THE NAVY WASHINGTON DC 20350 1000 SECNAVINST 5223.2A ASN(FM&C): NCCA ij E ~~ (W -~ 20/12 From: Subj: Ref: Encl: Secretary of the Navy DEPARTMENT OF THE NAVY

More information

DEPARTMENT OF THE NAVY HEADQUARTERS UNITED STATES MARINE CORPS 3000 MARINE CORPS PENTAGON WASHINGTON, DC

DEPARTMENT OF THE NAVY HEADQUARTERS UNITED STATES MARINE CORPS 3000 MARINE CORPS PENTAGON WASHINGTON, DC DEPARTMENT OF THE NAVY HEADQUARTERS UNITED STATES MARINE CORPS 3000 MARINE CORPS PENTAGON WASHINGTON, DC 20350-3000 MCO 3100.4 PLI MARINE CORPS ORDER 3100.4 From: To: Subj: Commandant of the Marine Corps

More information

RDT&E BUDGET ITEM JUSTIFICATION SHEET (R-2 Exhibit) June 2001

RDT&E BUDGET ITEM JUSTIFICATION SHEET (R-2 Exhibit) June 2001 PE NUMBER: 0604617F PE TITLE: Agile Combat Support BUDGET ACTIVITY RDT&E BUDGET ITEM JUSTIFICATION SHEET (R-2 Exhibit) June 2001 PE NUMBER AND TITLE 05 - Engineering and Manufacturing Development 0604617F

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

DoD Countermine and Improvised Explosive Device Defeat Systems Contracts for the Vehicle Optics Sensor System

DoD Countermine and Improvised Explosive Device Defeat Systems Contracts for the Vehicle Optics Sensor System Report No. DODIG-2012-005 October 28, 2011 DoD Countermine and Improvised Explosive Device Defeat Systems Contracts for the Vehicle Optics Sensor System Report Documentation Page Form Approved OMB No.

More information

Report No. D September 25, Transition Planning for the Logistics Civil Augmentation Program IV Contract

Report No. D September 25, Transition Planning for the Logistics Civil Augmentation Program IV Contract Report No. D-2009-114 September 25, 2009 Transition Planning for the Logistics Civil Augmentation Program IV Contract Additional Information and Copies To obtain additional copies of this report, visit

More information

PRODUCT MANAGEMENT/ PRODUCT DIRECTOR OFFICE TEAM OF THE YEAR (05 LEVEL)

PRODUCT MANAGEMENT/ PRODUCT DIRECTOR OFFICE TEAM OF THE YEAR (05 LEVEL) Assistant Secretary of the Army for Acquisition, Logistics, and Technology 2016 Army Acquisition Executive s (AAE) Excellence in Leadership Award PRODUCT MANAGEMENT/ PRODUCT DIRECTOR OFFICE TEAM OF THE

More information

ACQUISITION OF THE ADVANCED TANK ARMAMENT SYSTEM. Report No. D February 28, Office of the Inspector General Department of Defense

ACQUISITION OF THE ADVANCED TANK ARMAMENT SYSTEM. Report No. D February 28, Office of the Inspector General Department of Defense ACQUISITION OF THE ADVANCED TANK ARMAMENT SYSTEM Report No. D-2001-066 February 28, 2001 Office of the Inspector General Department of Defense Form SF298 Citation Data Report Date ("DD MON YYYY") 28Feb2001

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

Subj: DEPARTMENT OF THE NAVY POLICY ON INSENSITIVE MUNITIONS

Subj: DEPARTMENT OF THE NAVY POLICY ON INSENSITIVE MUNITIONS DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 8010.13E N96 OPNAV INSTRUCTION 8010.13E From: Chief of Naval Operations Subj: DEPARTMENT

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

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

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

UNCLASSIFIED R-1 ITEM NOMENCLATURE

UNCLASSIFIED R-1 ITEM NOMENCLATURE Exhibit R-2, RDT&E Budget Item Justification: PB 213 Navy DATE: February 212 COST ($ in Millions) FY 211 FY 212 FY 214 FY 215 FY 216 FY 217 To Complete Program Element 25.229.872.863 7.6 8.463.874.876.891.96

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

National Guard Priority Equipment Synchronization Mr Rick F. Yates ARNG-RMQ

National Guard Priority Equipment Synchronization Mr Rick F. Yates ARNG-RMQ National Guard Priority Equipment Synchronization Mr Rick F. Yates ARNG-RMQ 703-607-7891 rickey.f.yates.civ@mail.mil RMQ Overview ARNG-RMQ The Materiel Programs Division (RMQ) is the Army National Guard

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) 1300582879 N/A 6. ISSUED BY CODE N00014

More information

DEPARTMENT OF THE NAVY HEADQUARTERS UNITED STATES MARINE CORPS 3000 MARINE CORPS PENTAGON WASHINGTON DC

DEPARTMENT OF THE NAVY HEADQUARTERS UNITED STATES MARINE CORPS 3000 MARINE CORPS PENTAGON WASHINGTON DC DEPARTMENT OF THE NAVY HEADQUARTERS UNITED STATES MARINE CORPS 3000 MARINE CORPS PENTAGON WASHINGTON DC 20350-3000 Canc: Jan 2018 MCBul 3900 CD&I (CDD) MARINE CORPS BULLETIN 3900 From: Commandant of the

More information

Information Technology

Information Technology September 24, 2004 Information Technology Defense Hotline Allegations Concerning the Collaborative Force- Building, Analysis, Sustainment, and Transportation System (D-2004-117) Department of Defense Office

More information

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 15 R-1 Line #222

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 15 R-1 Line #222 Exhibit R-2, RDT&E Budget Item Justification: PB 2015 Air Force : March 2014 3600: Research, Development, Test & Evaluation, Air Force / BA 7: Operational Systems Development COST ($ in Millions) (+) #

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

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE BB: Special Operations Aviation Systems Advanced Development

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE BB: Special Operations Aviation Systems Advanced Development Exhibit R-2, RDT&E Budget Item Justification: PB 2013 United States Special Operations Command DATE: February 2012 COST ($ in Millions) FY 2011 FY 2012 Total FY 2014 FY 2015 FY 2016 FY 2017 To Complete

More information

OPNAVINST C N43 18 Jun Subj: NAVY EXPEDITIONARY TABLE OF ALLOWANCE AND ADVANCED BASE FUNCTIONAL COMPONENT POLICY

OPNAVINST C N43 18 Jun Subj: NAVY EXPEDITIONARY TABLE OF ALLOWANCE AND ADVANCED BASE FUNCTIONAL COMPONENT POLICY DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 4040.39C N43 OPNAV INSTRUCTION 4040.39C From: Chief of Naval Operations Subj: NAVY

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 214 Army DATE: April 213 24: Research,, Test & Evaluation, Army BA 5: System & Demonstration (SDD) COST ($ in Millions) Years FY 212 FY 213 # PE 64746A:

More information

HQMC 7 Jul 00 E R R A T U M. MCO dtd 9 Jun 00 MARINE CORPS POLICY ON DEPOT MAINTENANCE CORE CAPABILITIES

HQMC 7 Jul 00 E R R A T U M. MCO dtd 9 Jun 00 MARINE CORPS POLICY ON DEPOT MAINTENANCE CORE CAPABILITIES HQMC 7 Jul 00 E R R A T U M TO MCO 4000.56 dtd MARINE CORPS POLICY ON DEPOT MAINTENANCE CORE CAPABILITIES 1. Please insert enclosure (1) pages 1 thru 7, pages were inadvertently left out during the printing

More information

Subj: THREAT SUPPORT TO THE DEFENSE ACQUISITION SYSTEM

Subj: THREAT SUPPORT TO THE DEFENSE ACQUISITION SYSTEM DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 3811.1F N2N6 OPNAV INSTRUCTION 3811.1F From: Chief of Naval Operations Subj: THREAT

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

DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON DC

DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON DC DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON DC 20350-2000 OPNAVINST 8011.9C N81 OPNAV INSTRUCTION 8011.9C From: Chief of Naval Operations Subj: NAVAL MUNITIONS

More information

2016 Major Automated Information System Annual Report

2016 Major Automated Information System Annual Report 2016 Major Automated Information System Annual Report Tactical Mission Command (TMC) Defense Acquisition Management Information Retrieval (DAMIR) UNCLASSIFIED Table of Contents Common Acronyms and Abbreviations

More information

Report No. DoDIG June 13, Acquisition of the Navy Organic Airborne and Surface Influence Sweep Needs Improvement

Report No. DoDIG June 13, Acquisition of the Navy Organic Airborne and Surface Influence Sweep Needs Improvement Report No. DoDIG-2012-101 June 13, 2012 Acquisition of the Navy Organic Airborne and Surface Influence Sweep Needs Improvement Additional Copies To obtain additional copies of this report, visit the Web

More information

UNCLASSIFIED. UNCLASSIFIED Office of Secretary Of Defense Page 1 of 8 R-1 Line #163

UNCLASSIFIED. UNCLASSIFIED Office of Secretary Of Defense Page 1 of 8 R-1 Line #163 Exhibit R-2, RDT&E Budget Item Justification: PB 2015 Office of Secretary Of Defense Date: March 2014 0400: Research, Development, Test &, Defense-Wide / BA 6: RDT&E Management Support COST ($ in Millions)

More information

Army National Guard & Reserve Equipment Appropriation (NGREA 101) Mr. Andy Tate ARNG-RMQ

Army National Guard & Reserve Equipment Appropriation (NGREA 101) Mr. Andy Tate ARNG-RMQ Army National Guard & Reserve Equipment Appropriation (NGREA 101) Mr. Andy Tate ARNG-RMQ 703-601-6918 andrew.j.tate4.civ@mail.mil Authority/Intent of NGREA NGREA is a special Defense Appropriation (procurement)

More information

UNCLASSIFIED R-1 ITEM NOMENCLATURE

UNCLASSIFIED R-1 ITEM NOMENCLATURE Exhibit R-2, RDT&E Budget Item Justification: PB 2013 Navy DATE: February 2012 COST ($ in Millions) FY 2011 FY 2012 FY 2014 FY 2015 FY 2016 FY 2017 Navy Page 1 of 8 R-1 Line #83 To Program Element - -

More information

UNCLASSIFIED. FY 2016 Base FY 2016 OCO

UNCLASSIFIED. FY 2016 Base FY 2016 OCO Exhibit R-2, RDT&E Budget Item Justification: PB 2016 Air Force : February 2015 3600: Research, Development, Test & Evaluation, Air Force / BA 5: System Development & Demonstration (SDD) COST ($ in Millions)

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

The South African Council for the Project and Construction. Management Professions (SACPCMP)

The South African Council for the Project and Construction. Management Professions (SACPCMP) The South African Council for the Project and Construction Management Professions (SACPCMP) Registration Rules for Construction Health and Safety Managers in Terms of Section 18 (1) (c) of the Project

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

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San Felipe Road, San Jose, CA 95135 REQUEST FOR QUALIFICATIONS G2010.0069 ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

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

Commanding General LAW 2200 Lester Street, Suite 120 Quantico, VA Fax:

Commanding General LAW 2200 Lester Street, Suite 120 Quantico, VA Fax: Description of document: Requested date: Released date: Posted date: Source of document: Minutes from United States Marine Corps (USMC) Joint Non-Lethal Weapon (JNLW) Program NL Crowd Control Dispersal

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

EXHIBIT A SPECIAL PROVISIONS

EXHIBIT A SPECIAL PROVISIONS EXHIBIT A SPECIAL PROVISIONS The following provisions supplement or modify the provisions of Items 1 through 9 of the Integrated Standard Contract, as provided herein: A-1. ENGAGEMENT, TERM AND CONTRACT

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

KC-46A Tanker DoD Budget FY2013-FY2017. RDT&E U.S. Air Force

KC-46A Tanker DoD Budget FY2013-FY2017. RDT&E U.S. Air Force KC-46A Tanker DoD Budget FY2013-FY2017 RDT&E U.S. Air Force Exhibit R-2, RDT&E Budget Item Justification: PB 2013 Air Force DATE: February 2012 FY 2013 FY 2013 FY 2013 Cost To COST ($ in Millions) FY 2011

More information