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

Size: px
Start display at page:

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

Transcription

1 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U EFFECTIVE DATE 12-Mar REQUISITION/PURCHASE REQ. NO PROJECT NO. (If applicable) N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2404A SPAWAR Systems Center, Pacific Hull Street San Diego CA martha.jackman@navy.mil DCMA Manassas BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. General Dynamics Information Technology, Inc Jermantown Road Fairfax VA B. DATED (SEE ITEM 11) CAGE CODE 07MU1 FACILITY CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. N D B. DATED (SEE ITEM 13) 22-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) 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) (b)(1) [ ] 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) Simone R Lucy, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/simone R Lucy 12-Mar-2013 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN STANDARD FORM 30 (Rev ) PREVIOUS EDITION UNUSABLE Prescribed by GSA FAR (48 CFR)

2 N D of 2 GENERAL INFORMATION The purpose of this modification is to correct the Period of Performance dates for CLINS 6001, 4003 and 6003 in Section F. They were not updated to reflect the modified dates. Accordingly, said Task Order is modified as follows: A conformed copy of this Task Order is attached to this modification for informational purposes only. The Line of Accounting information is hereby changed as follows: The total amount of funds obligated to the task is hereby increased from $9,527,1.96 by $0.00 to $9,527,1.96. The total value of the order is hereby increased from $9,527,1.96 by $0.00 to $9,527,1.96.

3 N D of 33 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF Code 80 Director 1.0 LO $1,554, of Corporate Operations Project Management, Analysis and Processs Improvement Support (OTHER) For ODC Items: Item Supplies/Services Qty Unit Est. Cost ODC/Travel 1.0 LO $7, (OTHER) For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF Code 80 Director 1.0 LO $1,732, of Corporate Operations Project Management, Analysis and Process Improvement Support (OTHER) 4001 Code 80 Director 1.0 LO $1,710, of Corporate Operations Project Management, Analysis and Process Improvement Support (OTHER) 4002 Code 80 Director 1.0 LO $1,811, of Corporate Operations

4 N D of 33 Project Management, Analysis and Process Improvement Support (OTHER) Incremental Funding for CLIN 4002 (OTHER) Incremental Funding for CLIN 4002 (OTHER) 4003 Code 80 Director 1.0 LO $2,655, of Corporate Operations Project Management, Analysis and Process Improvement Support (OTHER) Incremental funding (OTHER) Incremental funding (OTHER) Realignment of funds from Base Year to OY4 (OTHER) Realignment of funds from OY1 to OY4 (OTHER) Realignment of funds from OY2 to OY4 (OTHER) Realignment of funds from OY3 to OY4 (OTHER) Additional increment of funding for OY4 (OTHER) For ODC Items: Item Supplies/Services Qty Unit Est. Cost

5 N D of ODC/Travel 1.0 LO $12, (OTHER) 6001 ODC/Travel 1.0 LO $14, (OTHER) 6002 ODC/Travel 1.0 LO $9, (OTHER) Incremental Funding for CLIN 6002 (OTHER) 6003 ODC/Travel 1.0 LO $18, (OTHER) Incremental funds for ODCs and Travel (OTHER) B-1 ADDITIONAL SLINS Additional SLINs will be unilaterally created by the Contracting Officer during performance of this Task Order to accommodate the multiple types of funds that will be used under this Order. B-2 FEE DETERMINATION AND PAYMENT (LEVEL OF EFFORT) (a) Total Estimated Hours. The total number of hours of direct labor (including overtime and subcontract hours), but excluding holiday, sick leave, vacation and other excused absence hours) estimated to be expended under this task order is hours each for CLIN 4003 for a combined total of The direct labor hours include zero uncompensated overtime labor hours. (b) Computation of Fee. The fee per direct labor hour is computed by dividing the fixed fee amount shown in Section B by the number of estimated hours. (c) Modifications. If the contracting officer determines, for any reason, to adjust the task order amount or the estimated total hours set forth above, such adjustments shall be made by task order modification. Any additional hours will be fee bearing, and the additional negotiated fee will be divided by the additional estimated hours to determine a new fee (applicable to the additional hours only). If the fee for these additional hours is different from that of the original estimated hours, these hours shall be kept separate from the original estimated total hours. The estimated cost of the task order may be increased by written modification, if required, due to cost overruns. This increase in cost is not fee bearing and no additional hours will be added. (d) Payment of Fee. The Government shall pay fixed fee to the contractor on each direct labor hour performed by the

6 N D of 33 contractor or subcontractor, at the rate of $ for CLIN 1000, $ for CLIN 4000, $ for CLIN 4001, $ for CLIN 4002 and $ for CLIN 4003 per labor hour invoiced by the contractor subject to the contract s Fixed Fee clause, provided that the total of all such payments shall not exceed eighty-five percent (85%) of the fixed fee specified under the task order. Any balance of fixed fee shall be paid to the contractor, or any overpayment of fixed fee shall be repaid by the contractor, at the time of final payment. Nothing herein shall be construed to alter or waive any of the rights or obligations of either party pursuant to the FAR Limitation of Cost or FAR Limitation of Funds clauses, either of which is incorporated herein by reference. NOTE: The fee shall be paid to the prime contractor at the per hour rate specified in this paragraph regardless of whether the contractor or subcontractor is performing the work. B-3 ALLOTMENT OF FUNDS (JAN 1989) ( ) This clause is not applicable to CLINs 4000, 6000, 4001, and 6001 which are fully funded. (a) This contract is incrementally funded with respect to both cost and fee. (b) The amounts presently available and allotted to this contract for payment of fee, as provided in the Section I clause of this contract entitled Fixed Fee, are as follows: ITEM(S) ALLOTTED TO FIXED FEE 4003 $ (c) The amounts presently available and allotted to this contract for payment of cost, subject to the Section I Limitation of Funds clause, the items covered thereby and the period of performance which it is estimated the allotted amount will cover are as follows: ITEM(S) ALLOTTED TO COST PERIOD OF PERFORMANCE 4003 $ (d) The parties contemplate that the Government will allot additional amounts to this contract from time to time by unilateral contract modification, and any such modification shall state separately the amounts allotted for cost and for fee, the items covered thereby, and the period of performance the amounts are expected to cover.

7 N D of 33 SECTION C DESCRIPTIONS AND SPECIFICATIONS C-1 SPECIFICATIONS/STATEMENT OF WORK (DEC 1998) (SPAWAR C-301) Work under this order shall be performed in accordance with the below Statement of Work, Code 80 Director of Corporate Operations Project Management, Analysis and Process Improvement Support, and Exhibit A, Contract Data Requirements List (CDRL). 1.0 INTRODUCTION The Department of the Navy, Space and Naval Warfare Systems Center, San Diego (SSC San Diego), Code 80, Director of Corporate Operations is acquiring project management, analysis, and process improvement support to achieve Center-level strategic goals. 2.0 BACKGROUND SSC San Diego leadership, with support from the Strategic Management Office (SMO), are responsible for setting strategic goals and objectives, developing performance plans, ensuring execution, and tracking results. These tasks range from long-term strategic planning to mid and short-term tactical/operational results. In addition, SSC San Diego is part of larger communities, most notably the Space and Naval Warfare Systems Command (SPAWAR), Navy Network War Command (NETWAR), U.S. Navy Enterprise Network (FORCEnet) Enterprise (NNFE), and the Virtual Systems Command (SYSCOM). SSC San Diego leaders are involved in strategic planning efforts at the Navy, Assistant Secretary of the Navy (ASN) Research, Development & Acquisition (RDA) and NNFE levels. Within SSC San Diego, there are ongoing efforts underway to align the component organizations to achieve the greatest benefit in terms of providing more capability to the warfighter for the resources expended. As a staff support office located within SSC San Diego, Code 80, Director of Corporate Operations reports directly to the Technical Director, Code 01. In this role, Corporate Operations supports strategic management efforts for all of SSC San Diego. Due to recent changes in the organization, efforts are focusing on creating a Competency Aligned Organization (CAO) within Team SPAWAR. These recent developments have resulted in a higher level of experienced support staff requirements. As an adjunct to integrating the efforts of Senior Leaders within SSC San Diego, the Director of Corporate Operations has been leading an effort to develop, document and implement Team SPAWAR strategic management processes that are integrated externally and internally. This effort involves collaboration across Team SPAWAR s strategic management offices and represents a significant support need. 3.0 SCOPE The objective of this task order is to obtain the full range of management support services for Corporate Operations in executing its responsibilities in providing

8 N D of 33 outstanding strategic management support services to the Technical Director, and SSC San Diego leaders and the strategic management functional community. The range of services required span subject matter expertise to administrative support with skill sets and experience that match Corporate Operation s need to support organizational level strategic planning, business planning, strategic and operational execution, performance measurement, change management, and strategic communications that lead to Team SPAWAR and SSC San Diego becoming higher performing organizations. 4.0 APPLICABLE DIRECTIVES Office of Personnel Management (OPM) Operating Manual Qualification Standards for General Schedule Positions Code of Federal Regulations Title 5, Chapters 302 and 307 SSCSDINST Contractor Access for Project Cabrillo Enterprise Resource Planning (ERP) System 5.0 PERFORMANCE REQUIREMENTS The contractor shall provide support services to the Director of Corporate Operations, Code General Requirements Staffing (Overhead). Contractor staff shall coordinate their efforts and provide seamless support to the government File Sharing (Overhead). For all unclassified material, the contractor shall save final versions of all documents and briefs to a centrally located share area, on a designated government computer system for access by all members of Corporate Operations. To ensure file sharing, the contractor shall use an operating system compatible with the Navy Marine Corps Intranet (NMCI) system Contractor Focal Point (Overhead). Contractor shall provide one point of contact for the task. This person shall serve as the primary liaison with the government regarding day-to-day performance Corporate Operations Coordination (Overhead). Contractor shall keep the Director of Corporate Operations apprised of all tasks they are performing. Contractor personnel may directly interface with senior government personnel. Ensuring an appropriate level of tasking for all Corporate Operations and Front Office Support tasks is the responsibility of the Director of Corporate Operations. The Director of Corporate Operations is also responsible for prioritizing tasks when necessary. 5.2 Corporate Operations, Administrative Support, Project Analysis and Management Forums/Meetings Support (Overhead). Contactor shall schedule meetings, arrange meeting rooms, send meeting invitations, draft and/or send messages related to

9 N D of 33 the meeting, check availability of invited participants, coordinate with executive assistants, coordinate with briefers to obtain briefing material, post read aheads to internal websites, and arrange VTCs. Additional requirements may include arranging parking, coordinating with Security, assisting with badging, creating name tents, ensuring appropriate government office supplies are available (post-its, pens, pads, etc.) and preparing meeting rooms. Many forums require contractor support during meetings to display briefing material, take notes, capture action items, publish minutes and coordinate refreshments. When meetings are offsite, the contractor shall coordinate with personnel at the site to ensure appropriate meeting arrangements are made. The contractor may be periodically required to travel to meeting locations offsite in and out of the San Diego area Meeting Content (All Forums/Meetings) (Overhead). Corporate Operations assists in the development of meeting content related to the execution of the strategic management process. The contractor shall make recommendations on meeting content and shall prepare briefing material, white papers, and distribute as appropriate. Upon request by the Director of Corporate Operations, the contractor shall attend selected meetings Corporate Operations Supported Meetings (Overhead). Contractor shall provide administrative and logistics support services for Executive Operations and Corporate Operations forums including, as a minimum, the following senior-level meetings: Executive Board, Corporate Board, Strategic Management Meetings, Executive Staff Meetings, Steering Committee Meetings, Competency Aligned Organization (CAO) Strategy Meetings, Code 80 Internal Offsite and Staff Meetings, Strategic Management Lean Six Sigma (LSS) projects Corporate Operations (Overhead). Contractor shall perform routine administrative tasks in support of Corporate Operations to ensure the proper functioning of the office. These tasks include preparing orders for supplies, preparing requests for copier and printer maintenance, preparing requests for facilities support, and acting as the office point of contact for repair and maintenance personnel. The contractor shall also be responsible for file maintenance, in both hard copy and electronic form. This includes working with the Corporate Operations staff and making recommendations on the optimal structure for filing. The contractor shall be responsible for managing space on electronic share areas and storing archived data on CDs or other suitable media. Old files shall be maintained centrally and be easily accessible to all staff, with a secure back-up file maintained within Corporate Operations. 5.3 Corporate Operations, Strategic Analysis and Total Force Management Total Force Management (Overhead). Contractor shall provide management support of SSC San Diego efforts to meet corporate data requirements, provide input for the preparation of responses to various data calls, manage duties effectively in a high-stress environment, and perform multiple assignments/tasks. The contractor shall

10 N D of 33 provide input to SSC San Diego senior management in working special business projects and/or conducting special management studies. This support may include efforts in any number of subject areas to include (as a minimum) general finance/budget, human resources, technical, and SSC San Diego strategic planning ERP Access (Overhead). Contractor position requires ERP access to perform assigned duties and responsibilities and will be required to comply with guidance set forth in SSCSDINST Corporate Operations, Strategic Products Support and Communications Strategic Documents (Overhead). The Director of Corporate Operations is responsible for supporting and advising the SSC San Diego executives on the creation of documents that describe the organization s strategy, business goals and organizational operations. Besides the services described in prior sections, the contractor shall create draft and edit final documents for consistent content and proper grammar. The contractor shall work with the executive management team to ensure documents are complete and accurate. The primary documents produced on a recurring basis are the Strategic Plan and the Business Plan Strategic Management Process (SMP) (Overhead). Contractor shall support efforts to document and improve the SMP. Specific efforts related to standardization, documentation and improvement of the SMP are as follows: Support SSC San Diego business and technical work process improvement and documentation. Perform analyses and make recommendations in support of workforce planning and human resources issues. Support the development of technical processes and training materials and courses for systems engineering. Perform analyses and make recommendations in support of SSC San Diego business and financial operations Process Improvement (Overhead). Contactor shall participate in other process design and improvement activities focused on processes within SSC San Diego. The contractor shall provide input for documenting processes and shall provide input for the team in using LSS and other business best practices to improve the process Governance Structure (Overhead). Contractor shall support the development of a governance structure that supports SMP implementation. This includes defining and documenting the forums that should occur, their frequency and general content of each. The contractor shall provide input for drafting and updating charters, instructions and other material in support of the governance construct Offsite and Staff Meetings (Overhead). As a government and contractor team, SSC San Diego conducts periodic offsite meetings in order to apply strategic management concepts to internal operations. Contractor personnel shall attend and participate in these sessions, and provide input for improving the internal operations of the SMP.

11 N D of Electronic Command Information Center (ECIC) General (Overhead). Contractor shall be responsible for ensuring current and relevant strategic management information is accessible to the SSC San Diego workforce through the internal website Special Purpose Portals (Overhead). Contractor is responsible for maintaining special access portals, such as the Leadership Portal and NNFE portal. The contractor shall be responsible for posting information in a timely manner and for removing information that is not current All Hands Communications (Overhead). Contractor shall draft messages related to strategic topics for release by SSC San Diego leadership. The contractor shall also prepare briefing material for SSC San Diego leadership use in communicating strategic information to the workforce Executive and Management Level Strategic Messages (Overhead). Contractor shall draft messages in support of strategic initiatives and meetings in support of the Director of Corporate Operations External Communications (Overhead). Contractor shall coordinate and prepare briefs, white papers and other material in support of briefs to customers and stakeholders external to SSC San Diego Research and Analysis on Special Topics (Overhead). Contractor shall perform special research and analysis in areas related to the strategic management of SSC San Diego. The contractor shall prepare reports and briefing material Briefing Materials Analysis (Overhead). Contractor shall develop analyses and briefing materials describing SSC San Diego productivity, efficiency, and effectiveness of SSC San Diego Technical Director (TD). The contractor shall coordinate strategic planning analysis initiatives and develop input from SSC San Diego to SPAWAR to support preparations for visits by senior Navy managers, including Chief of Naval Operations (CNO) Other Special Products, Projects and Services (Overhead). Contractor shall provide support to special projects and initiatives. All contractor efforts shall be coordinated with the Director of Corporate Operations to ensure accomplishment and prioritization of overall tasking Executive Interviews on the Strategic Management Process (Overhead). Contractor shall provide input for preparing, conducting, documenting and analyzing the results of executive interviews to assess the performance of Team SPAWAR. The contractor shall prepare briefing material that documents the results of the interviews and provides recommendations for improved performance Alignment Assessment and other Survey Data (Overhead). Contractor shall review and analyze the results of surveys and assessments performed by contractors and organizations outside Corporate Operations. The contractor shall provide input for

12 N D of 33 Corporate Operations in tying this data into strategic goals and initiatives and assessing the effectiveness of the strategic management process. 5.5 Corporate Operations, Base Realignment and Closure Office Support Base Realignment and Closure (BRAC) Office (Direct). Contractor shall provide analysis and administrative support to a multitude of efforts primarily focused on management of work force and managerial administrative support. These efforts will support and address both SSC San Diego command management requirements and work in support of execution of other efforts. The contractor shall coordinate, participate, and deliver products to include reports, presentations, and other items in support of the tasking. The contractor shall perform the following functions: Data Analysis, Data Communication, Data Management, Data Entry, and participate in planning and coordination for SSC San Diego responses to BRAC data calls. 5.6 Total Force Manpower Management System (TFMMS) Support Total Force Manpower Management System (TFMMS) Support (Overhead). Contractor shall provide Total Force Management support for a multitude of efforts. These efforts include, but are not limited to, workforce tracking and execution, efforts in support of Commercial Activity (CA) studies, administrative management support, data collection and management, and data entry into various commercial and Navy specific data systems Manpower Data Analysis and Verification (Overhead). Contractor shall perform updates and management to the Total Force Manpower Management System (TFMMS), maintain monthly Billet Identification Number (BIN) updates from codes. Contactor shall also assimilate data and prepare TFMMS Micro Manpower Change Application (TMMCA) packets for processing through TFMMS, validate the Activity Manning Document (AMD) against all changes, analyze AMD to confirm all changes have been made, and conduct quarterly comparison of TFMMS and Defense Civilian Personnel Data System (DCPDS) data. 5.7 Corporate Operations, Competency Aligned Organization (CAO) Support CAO Support (Overhead). These efforts include documenting and re-aligning SSC San Diego, as a Business Unit, to meet CAO alignment execution requirements Administrative and Technical Support (Overhead). Contractor shall provide administrative and technical support to the SSC San Diego 5.0 National Engineering Leads, to include 5.0, 5.2, 5.3, 5.5, and 5.6 (5.X). The contractor shall support Senior Management positions to enable Team SPAWAR s efforts to move to a CAO. In addition, support will be in coordination with the Director of Corporate Operations, Operation Analysis, and Competency Alignment Transition Manager. This support will require development and monitoring of the overarching and specific CAO tasks. Support will include the following:

13 N D of Planning and Organization (Overhead). Monitor and track calendar of events, including supporting relevant 5.X events, preliminary review/screening of incoming tasks, and development of an Action Item tracker, to include review assignment/progress on a regular basis with National/Deputy leads (includes externally directed actions and internally generated actions) Development and Maintenance (Overhead). Development and maintenance of operational repository of 5.X documentation (e.g., Competency Development Models (CDM), policies, training materials, etc.) Operational Repository (Overhead). Development and maintenance of operational repository of all 5.X personnel (Subject Matter Experts (SME), Technical Agents (TAE), Warrant Holders (WH), Engineers, Scientists, Technicians, Line Managers, other), which aligns with Skills Inventory Database or N-ERP equivalent Configuration Management (Overhead). Configuration management of all documents generated to support CAO tasking across the 5.X competencies Implementation Strategies (Overhead). Development and documentation of 5.X implementation strategies and plan(s) Communication and Coordination (Overhead). Coordinate and facilitate standing and adhoc 5.X meetings (e.g., weekly telecom, preps for 5.X events, etc). Communicate and coordinate with 5.X team members regarding information exchange and current implementation strategies. Tasking for 5.2 lead will also involve additional coordination efforts with the 5.9 and 4.0 competency leadership Plan or Action and Milestone (Overhead). Tasking includes weekly, or as needed, coordination efforts with the SSC San Diego and SSC Charleston CAO Transition Managers. Coordination of 5.X CAO tasks, via the Transition Managers, must align with the Team SPAWAR and 5.X Plan of Action and Milestones (POA&M). Communication and outreach products will be developed and aligned to the Center s implementation schedule to include or consider all the identified Competency areas. 5.8 Human Resources Office College Recruitment, Administrative Support College Recruitment Office (Overhead). Contractor shall provide analysis and administrative support to the College Recruitment Office in evaluating applicant education and experience in order to determine qualifications for entry-level science and engineering positions. Normally, approximately applications are received weekly via U.S. mail, career fairs, , and job website and on campus recruitment. The contractor shall apply government regulations (e.g., Office of Personnel Management (OPM) Operating Manual, Qualification Standards for General Schedule Positions, and Code of Federal Regulations Title 5, Chapters 302 and 307) concerning qualification requirements in performing these tasks. 5.9 Human Resources Office Awards Department, Administrative Support

14 N D of Awards Program Administrator (Overhead).Contractor shall provide administrative support in the coordination of civilian incentive (monetary, non-monetary and honorary) awards in direct support of the SSC San Diego Civilian Incentive Awards Administrator and the SPAWAR Awards Program Manager. Duties will include providing assistance to the Awards Program Administrator in all areas of the Awards program, including invitations, RSVPs, guest lists, security check-in for guests, certificates and artifacts, room set-up and break down, catering, organizing agenda, creating programs and standard ceremony procedures Coordination of Efforts (Overhead). Contractor shall coordinate efforts with the Human Resources Office (HRO) - Point Loma Complex to compute length of service awards for Team SPAWAR employees serviced by the local HRO office (includes SSC San Diego employees) Manage End-to-End Process (Overhead). Contractor shall manage the end-to-end process of distributing command retirements including receipt and maintenance of information sheets from the Human Resource Office - Point Loma Complex; ordering the retirement certificates from the Technical Information Division, maintaining stock and distribution of framed aerial photo of Point Loma, sending checklists to Department Administrative Assistants and distribution of all artifacts. Maintain and record process and paperwork for all monetary awards such as Center Monetary Awards, Invention Awards, Special Act Awards, On the Spot Awards, Beneficial Suggestions Awards, and other various incentive awards Awards Processing and Tracking (Overhead). Contractor shall provide input for developing methods for processing all personnel awards including implementation and maintenance of database and matrixes to track recipient award history. Provide input for maintenance and updating the SSC San Diego Employee Recognition Incentive Awards Program web page Office Supply Management (Overhead). Contractor shall provide input for the coordination of purchase requests for office supplies and all other materials and services needed in support of the Awards Program and maintain a record of supply requests. Organize and monitor supply room, manage and maintain all awards files and logs including correspondence and credit card logs for awards Enterprise Resource Planning (ERP) Access (Overhead). Contactor position requires ERP access to perform assigned duties and responsibilities and will be required to comply with guidance set forth in SSCSDINST Public Affairs Office, Program Coordinator Command Visitor

15 N D of Command Visits Coordinator (Overhead). The contractor shall provide an experienced protocol, visits/meeting coordinator and corporate communications advisor. The contractor will co-lead both the technical and organizational aspects of the SSC San Diego command visits program. Tasks include interfacing with SPAWAR, the Center s senior leadership, and other high-level DoD commands in developing outcome driven VIP visit agendas, orchestrating participation by various technical codes and support staff, and managing all follow-up activities. Ability to work effectively in a high-stress environment and perform multiple simultaneous assignments and tasks is required. Contractor services shall include the following: 1. Provide technical expertise to SSC San Diego in developing agendas that meet the interests and requirements of the VIP visitor and are consistent with the interests of SSC San Diego. 2. Evaluate, arrange and execute appropriate logistics needed for visiting dignitaries. 3. Plan and execute logistics for Center-hosted meetings. 4. Provide technical expertise to the Command Visits Officer and Corporate Communications Office in managing the Official Representation Fund. 5. Brief SSC San Diego leadership on technical details of VIP visit/meeting status. 6. Execution of SSC official ceremonies. 7. Contribute to efforts to educate and inform senior decision makers across all government agencies, industry and in the local community. 6.0 DELIVERABLES The Contractor shall be required to deliver reports, data, and software/firmware in accordance with the Department of Navy Policy on Digital Product/Technical Data, dated 23 October 2004 and as specified in the Contract Data Requirements List, DD Form GOVERNMENT FURNISHED PROPERTY The Government will provide desk space, NMCI desktop computer(s), and administrative office supplies to the on-site contractor support personnel. 8.0 SECURITY The nature of this task requires access to SECRET and unclassified information in accordance with the DD Form 254, Department of Defense Contract Security Classification Specification. The work performed by the contractor will include access to SECRET and unclassified data, information, and spaces. The contractor will be required

16 N D of 33 to attend meetings classified at SECRET and unclassified levels. 8.1 Operations Security All work is to be performed in accordance with DOD and Navy Operations Security (OPSEC) requirements and in accordance with the OPSEC attachment to the DD 254. Note: If foreign travel is required, all outgoing Country/Theater clearance message requests equire submission to the SSC San Diego Foreign Travel Office. A Request for Foreign Travel form is required for each traveler in advance of the travel to initiate the release of a clearance message at least 35 days in advance of departure. Each traveler must also submit a Personal Protection Plan and have a Level-1 Antiterrorism/Force Protection briefing within one-year of departure and a country specific briefing within 90-days of departure. 9.0 NAVY MARINE CORPS INTRANET (NMCI) The nature of this task does not require contractors to procure NMCI seats for personnel working at the contractor site BEST PRACTICES Not applicable 11.0 TECHNICAL POINT OF CONTACT Task Order Manager: Patrick Cameron, Code patrick.cameron@navy.mil Phone: (619) TRAVEL Out of town travel is anticipated as follows: Two to three trips, one or two persons to SSC Charleston (meeting duration 3 to 4 days). Two to three trips, one or two persons to Washington DC (meeting duration 3 to 4 days). Additional travel may be required at the direction of the government. Occasional local travel between installations may be required in the course of conducting normal business. C-2 QUALITY ASSURANCE PLAN (1) Objective: The purpose of this plan is to provide a quality assurance plan for the services contracted under this Task Order. This plan provides a basis for the Task Order Manager (TOM) to evaluate the quality of the contractor s performance. The oversight provided for in this plan, and the remedy established, will help ensure that service levels are of high quality throughout the task order term. (2) Performance Standards: a. The deliverables under this task order will be consistently technically accurate. b. The services delivered under this task order will be consistently of high quality.

17 N D of 33 c. The contractor s cost control efforts under this task order will be consistently effective (applicable to cost reimbursement task orders). d. The contractor will be consistently responsive to Government customers in its performance of this task order. e. For the purposes of this plan, consistently is defined as generally holding true, persistently over time, and/or overall uniformly. (3) Evaluation Methods: The TOM will conduct performance evaluations based on the standards in paragraph 2 above using the following technique: a. During the performance period of the task order, the TOM will continually and proactively monitor contractor efforts and obtain input from other Government personnel with performance oversight functions to ascertain the level of compliance with the Performance Standards. b. Every 12 months after the effective date of the task order, a Contractor Performance Assessment Report (CPAR) will be prepared to document the results of the efforts performed under paragraph 3.a. above. (4) Remedy a. If the annual Performance Evaluation indicates that the contractor has not met one or more of the Performance Standards, the following negative remedy becomes effective: the CPAR will reflect the negative evaluation for the applicable Performance Standard. b. This is a significant negative remedy as the CPAR is a key part of the Performance Monitoring process which determines the contractor s ability to earn term extensions to its basic SeaPort-e contract in accordance with the Award Term provisions contained therein. C-3 SECURITY REQUIREMENTS (DEC 1999) (SPAWAR C-313) The work to be performed under this contract as delineated in the DD Form 254, Attachment No. 1, involves access to and handling of classified material up to and including SECRET. In addition to the requirements of the FAR Security Requirements clause, the Contractor shall appoint a Security Officer, who shall (1) be responsible for all security aspects of the work performed under this contract, (2) assure compliance with the National Industry Security Program Operating Manual (DODINST M), and (3) assure compliance with any written instructions from the SPAWARSYSCOM Security Officer. C-4 WORKWEEK (DEC 1999) (SPAWAR C-316) a) All or a portion of the effort under this contract will be performed on a Government installation. The normal work week for Government employees at the Space and Naval Warfare Systems Center, San Diego (SSC San Diego) is Monday through Thursday 7:15 AM to 4:45 PM and Friday 7:15 AM to 3:45 PM with every other Friday a non-work day. Work at this Government installation shall be performed by the contractor within the normal work hours at SSC San Diego unless different hours are specified. The Contractor is not required to maintain the same hours as Government employees; however, contractor employees performing work at SSC San Diego must work during the normal workweek. The following is a list of holidays observed by the Government. Name of Holiday and Time of Observance

18 N D of 33 New Year s Day, 1 January Martin Luther King Jr. Day, Third Monday in January Presidents Day, Third Monday in February Memorial Day, Last Monday in May Independence Day, 4 July Labor Day, First Monday in September Columbus Day, Second Monday in October Veteran's Day, 11 November Thanksgiving Day, Fourth Thursday in November Christmas Day, 25 December (b) If any of the above holidays occur on a Saturday or a Sunday, then such holiday shall be observed by the Contractor in accordance with the practice as observed by the assigned Government employees at the using activity. (c) If the Contractor is prevented from performance as the result of an Executive Order or an administrative leave determination applying to the using activity, such time may be charged to the contract as direct cost provided such charges are consistent with the Contractor s accounting practices. (d) This contract does not allow for payment of overtime during the normal workweek for employees who are not exempted from the Fair Labor Standards Act unless expressly authorized by the Ordering Officer. Under Federal regulations the payment of overtime is required only when an employee works more than 40 hours during a week. Therefore, during the SSC San Diego off-friday (36 hour) week overtime will not be paid for non-exempt employees. During the work-friday (44 hour) week, the contractor is to schedule work so as not to incur overtime charges during the normal work week unless authorized in writing by the Government to do so. An example of this would be for contractor personnel to work during the hours of 7:45 AM to 4:15 PM Monday through Thursday and 7:15 AM to 3:45 PM Friday during the work-friday week. The contractor may also elect to configure the workforce in such a way that no single employee exceeds 40 hours during a normal week even though normal SSC San Diego hours are maintained both weeks. (End of clause) C-5 NOTICE TO CONTRACTOR OF CERTAIN DRUG DETECTION PROCEDURES (DEC 1999) (SPAWAR C-3) (a) Pursuant to Navy policy applicable to both Government and contractor personnel, measures will be taken to prevent the introduction and utilization of illegal drugs and related paraphernalia into Government Work areas. (b) In furtherance of the Navy s drug control program, unannounced periodic inspections of the following nature may be conducted by installation security authorities: (1) Routine inspection of contractor occupied work spaces. (2) Random inspections of vehicles on entry or exit, with drug detection dog teams as available, to eliminate them as a safe haven for storage of or trafficking in illegal drugs. (3) Random inspections of personnel possessions on entry or exit from the installation. (c) When there is probable cause to believe that a contractor employee on board a naval installation has been engaged in use, possession or trafficking of drugs, the installation authorities may detain said

19 N D-4012 of 33 employee until the employee can be removed from the installation, or can be released to the local authorities having jurisdiction. (d) Trafficking in illegal drug and drug paraphernalia by contract employees while on a military vessel/installation may lead to possible withdrawal or downgrading of security clearance, and/or referral for prosecution by appropriate law enforcement authorities. (e) The contractor is responsible for the conduct of employees performing work under this contract and is, therefore, responsible to assure that employees are notified of these provisions prior to assignment. (f) The removal of contractor personnel from a Government vessel or installation as a result of the drug offenses shall not be cause for excusable delay, nor shall such action be deemed a basis for an equitable adjustment to price, delivery or other provisions of this contract. (End of clause)

20 N D of 33 SECTION D PACKAGING AND MARKING D-1 SHIP TO INFORMATION See Section G Task Order Manager All Deliverables shall be packaged and marked IAW Best Commercial Practice.

21 N D of 33 SECTION E INSPECTION AND ACCEPTANCE E-1 INSPECTION AND ACCEPTANCE--DESTINATION (JAN 2002) Inspection and acceptance of the services to be furnished hereunder shall be made at destination by the Task Order Manager or his/her duly authorized representative.

22 N D of 33 SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows: /1/2008-9/30/ /1/2008-9/30/ /1/2009-9/30/ /16/2010-8/15/ /29/2011-4/28/ /1/2012-1/8/ /1/2009-9/30/ /16/2010-8/15/ /29/2011-4/28/ /1/2012-1/8/2013 CLIN - DELIVERIES OR PERFORMANCE The period of performance for the base effort is as follows: 1000 and 3000: 1 Oct 2008 to 30 Sep 2009 The period of performance for the option CLINs is as follows: 4000 and 6000: 1 Oct 2009 to 30 Sep and 6001: 12 Months from the date of exercise 4002 and 6002: 12 Months from the date of exercise 4003 and 6003: 12 Months from the date of exercise Services to be provided hereunder will be performed at SSC Pacific. F-1 PERIODS OF PERFORMANCE (DEC 1999) The above period(s) of performance for the option(s) to extend the term of the task order shall apply only if the Government exercises the option(s) as stated in Section B in accordance with the basic contract clause at FAR Option to Extend Services or FAR Option to Extend the Term of the Contract. Any option CLIN period of performance which extends past the current period of performance of the basic contract is only valid to the extent that the basic contract period of performance is extended. (End of clause)

23 N D of 33 SECTION G CONTRACT ADMINISTRATION DATA Task Order Manager Patrick R Cameron, Code Hull Street San Diego, CA patrick.cameron@navy.mil G-1 STANDARD MONTHLY STATUS REPORTS The contractor shall electronically submit the Monthly Status Reports (MSR) in accordance with the format and content detailed in CDRL Item A001. In addition to the content specified in the CDRL Item, a brief narrative shall be included in the MSR to address the following: a) Period Covered by Report b) Significant Accomplishments Description of the technical progress made during that period. c) Significant Issues d) Schedule Status Indicate if efforts are on schedule. If not, indicate the reason for the delay and the projected completion or delivery date, if applicable. e) Travel Activity The contractor shall provide emergent reports at the request of the Task Order Contracting Officer or Task Order Manager. G-2 TYPE OF CONTRACT (DEC 1999) (SPAWAR G-314) This is a cost-plus-fixed fee task order. G-3 INVOICING INSTRUCTIONS FOR SERVICES USING WIDE AREA WORK FLOW (WAWF) (JAN 2007) (a) Invoices for services rendered under this task order shall be submitted electronically through the Wide Area Work Flow-Receipt and Acceptance (WAWF). The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. (b) The vendor shall have their CAGE Code activated by calling Once activated, the vendor shall self-register at the WAWF website at Vendor training is available on the internet at Additional support can be accessed by calling the Navy WAWF Assistance Line at (c) Back-up documentation can be included and attached to the invoice in WAWF. Attachments created with any Microsoft Office product, or Adobe (.pdf files), is attachable to the invoice in WAWF. (d) A separate invoice will be prepared no more frequently than every two weeks. (e) The following information is provided for completion of the invoice in WAWF:

24 N D of 33 WAWF Invoice Type Issuing Office DODAAC Admin DODAAC: Inspector DODAAC (if applicable) Acceptor DODAAC: **LPO DODAAC: only applies to DFAS beginning with N, LPO-Local Processing Official/Certifier on Prompt Pay Sheet (One Pay) PAY DODAAC: Cost Voucher N66001 Block 6 of the resulting task order N66001 N66001 Block 12 of the resulting task order **MOCAS begins with HQ then do not need LPO. If beginning with N, enter that code number. If not, leave blank. G-5 ACTIVITY OMBUDSMAN The SPAWAR Ombudsman for this Task Order is: Name: Code: SPAWARSYSCEN San Diego Code Address: Phone: Accounting Data SLINID PR Number Amount AA 97X4930 NH3P F AA Funding is provided for SOW paragraph AA 97X4930 NH3P F AA Funding is provided for SOW paragraph 5.4 travel/odcs. BASE Funding Cumulative Funding MOD AA 97X4930 NH3P F AA See Attachment AA 97X4930 NH3P F AA See Attachment 2

25 N D of 33 MOD 01 Funding Cumulative Funding MOD AA 97X4930 NH3P F AA See Attachment 2 MOD 02 Funding Cumulative Funding MOD AA 97X4930 NH3P F AA See Attachment 2 MOD 03 Funding Cumulative Funding MOD AA 97X4930 NH3P F AA See Attachment 2 MOD 04 Funding Cumulative Funding MOD AA 97X4930 NH3P F AA See Attachment 2 MOD 05 Funding Cumulative Funding MOD AA 97X4930 NH3P F AA MOD 06 Funding Cumulative Funding MOD AB 97X4930 NH3P F AB CN P GY MIPR9MDAVCA080 YRXL54 54URXL WEAD S MOD 07 Funding Cumulative Funding

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

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

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 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) 30-Sep-2016 M0008112SU00086 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) 21-Sep-2013 1300192892-0003 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) 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) 17-Jun-2015 1300469135-0001,1300498514,1300501091,13

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 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) 18-Jul-2017 1300396920 N/A 6. ISSUED

More information

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

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

More information

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

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

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

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

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

More information

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

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

More information

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

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

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

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

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

More information

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

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 5136.12 May 31, 2001 Certified Current as of November 21, 2003 SUBJECT: TRICARE Management Activity (TMA) DA&M References: (a) Title 10, United States Code (b) DoD

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

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) 20-Mar-24 1300403394 N/A 6. ISSUED

More information

OPNAVINST C N4 31 May 2012

OPNAVINST C N4 31 May 2012 DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 4000.84C N4 OPNAV INSTRUCTION 4000.84C From: Chief of Naval Operations Subj: SUPPORT

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

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

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 Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE SUBJECT: Defense Media Activity (DMA) NUMBER 5105.74 December 18, 2007 Incorporating Change 1, August 29, 2017 DA&M DCMO References: (a) Title 10, United States Code (b)

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

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

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services INVITATION FOR BID Notice to Prospective Bidders Date Stamp Equipment Preventative Maintenance and Repair Services June 1, 2011 You are invited to review and respond to this Invitation for Bid (IFB), entitled

More information

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

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

More information

RESOLUTION NUMBER 2877

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

More information

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR Aberdeen School District No. 5 216 North G St. Aberdeen, WA 98520 REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR Nature of Position: The Aberdeen School District is seeking a highly qualified

More information

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

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

More information

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

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

More information

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

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

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

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

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 RFQ Number: RFQ 18-PR-DIT-27 Date Issued: Monday, March 5, 2018 Description: Headquarters (HQO) IT Hardware

More information

DOD INSTRUCTION , VOLUME 575 DOD CIVILIAN PERSONNEL MANAGEMENT SYSTEM: RECRUITMENT, RELOCATION, AND RETENTION INCENTIVES

DOD INSTRUCTION , VOLUME 575 DOD CIVILIAN PERSONNEL MANAGEMENT SYSTEM: RECRUITMENT, RELOCATION, AND RETENTION INCENTIVES DOD INSTRUCTION 1400.25, VOLUME 575 DOD CIVILIAN PERSONNEL MANAGEMENT SYSTEM: RECRUITMENT, RELOCATION, AND RETENTION INCENTIVES AND SUPERVISORY DIFFERENTIALS Originating Component: Office of the Under

More information

WAM v2 Upgrade Readiness Assessment & Pre-Implementation Plan

WAM v2 Upgrade Readiness Assessment & Pre-Implementation Plan REQUEST FOR PROPOSALS The Madison Metropolitan Sewerage District requests proposals for WAM v2 Upgrade: Readiness Assessment & Pre-Implementation Plan PROPOSAL The Madison Metropolitan Sewerage District

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

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

University of San Francisco Office of Contracts and Grants Subaward Policy and Procedures

University of San Francisco Office of Contracts and Grants Subaward Policy and Procedures Summary 1. Subaward Definitions A. Subaward B. Subrecipient University of San Francisco Office of Contracts and Grants Subaward Policy and Procedures C. Office of Contracts and Grants (OCG) 2. Distinguishing

More information

Non-Federal Cost Share Match Program Grant Implementation Checklist

Non-Federal Cost Share Match Program Grant Implementation Checklist Non-Federal Cost Share Match Program Grant Implementation Checklist Non-Federal Cost Share Match Program Grant Implementation Checklist Table of Contents 1.0 Introduction... 2.0 Grant Implementation Process

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

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017 SECTION 17.0 PAGE 1 OF 38 CONTRACT PROCUREMENT POLICY The Mississippi Department of Education (Department) Contract Procurement Policy set forth herein applies to the procurement, management, and control

More information

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP DALTON PUBLIC SCHOOLS PURCHASING DEPARTMENT REQUEST FOR PROPOSAL FOR RFP FY18 Drivers Education RFP RFP NUMBER (FY18 Drivers Education) ISSUED February 5th, 2018 Request for Proposal To: All Proposers

More information

Navy s Contract/Vendor Pay Process Was Not Auditable

Navy s Contract/Vendor Pay Process Was Not Auditable Inspector General U.S. Department of Defense Report No. DODIG-2015-142 JULY 1, 2015 Navy s Contract/Vendor Pay Process Was Not Auditable INTEGRITY EFFICIENCY ACCOUNTABILITY EXCELLENCE INTEGRITY EFFICIENCY

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

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

RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE

RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE CITY OF LOS ANGELES RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE EFFECTIVE JUNE 27, 2016 Department of Public Works Bureau of Contract Administration Office of Contract Compliance

More information

APPENDIX D CHECKLIST FOR PROPOSALS

APPENDIX D CHECKLIST FOR PROPOSALS APPENDIX D CHECKLIST FOR PROPOSALS Is proposal content complete, clear, and concise? Proposals should include a comprehensive scope of work, and have enough detail to permit the responsible public entity

More information

DEFENSE INFORMATION SYSTEMS AGENCY P. O. BOX 549 FORT MEADE, MARYLAND POLICIES. Support Agreements

DEFENSE INFORMATION SYSTEMS AGENCY P. O. BOX 549 FORT MEADE, MARYLAND POLICIES. Support Agreements DEFENSE INFORMATION SYSTEMS AGENCY P. O. BOX 549 FORT MEADE, MARYLAND 20755-0549 DISA INSTRUCTION 640-50-6* POLICIES Support Agreements 1. Purpose. This Instruction prescribes policy, assigns responsibility,

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

Small Business Subcontracting Plans & Reporting

Small Business Subcontracting Plans & Reporting Small Business Subcontracting Plans & Reporting A Pre award Plan with Post Award Ramifications Session Expectations History of this requirement Policy and Regulations behind Small Business Subcontracting

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

Subj: IDENTIFICATION OF MAJOR PROGRAM MANAGER EQUIVALENT BILLETS

Subj: IDENTIFICATION OF MAJOR PROGRAM MANAGER EQUIVALENT BILLETS DEPARTMENT OF THE NAVY OFFICE OF THE SECRETARY 1000 NAVY PENTAGON WASHINGTON, D.C. 20350-1000 SECNAVINST 1211.1 ASN (RD&A) SECNAV INSTRUCTION 1211.1 From: Secretary of the Navy Subj: IDENTIFICATION OF

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 DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 5105.21 February 18, 1997 DA&M SUBJECT: Defense Intelligence Agency (DIA) References: (a) Title 10, United States Code (b) DoD Directive 5105.21, "Defense Intelligence

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) 29-Apr-2010 N66604-0109-7317 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

Subj: CREDIT FOR PRIOR NON-FEDERAL WORK EXPERIENCE AND CERTAIN MILITARY SERVICE FOR DETERMINING LEAVE ACCRUAL RATE

Subj: CREDIT FOR PRIOR NON-FEDERAL WORK EXPERIENCE AND CERTAIN MILITARY SERVICE FOR DETERMINING LEAVE ACCRUAL RATE DEPARTMENT OF THE NAVY OFFICE OF THE SECRETARY 1000 NAVY PENTAGON WASHINGTON, D.C. 20350-1000 SECNAVINST 12631.1 ASN (M&RA)/OCHR 011 SECNAV INSTRUCTION 12631.1 From: Secretary of the Navy Subj: CREDIT

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 7

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

More information

Forms:

Forms: NAVAL SUPPLY SYSTEMS COMMAND FLEET LOGISTICS CENTER (FLC) SAN DIEGO Addendum to the DoD R&D General Terms and Conditions and Programmatic Requirements (September 2017) Forms: http://www.onr.navy.mil/contracts-grants/manage-grant/grants-forms-download.aspx

More information

SECTION 3 POLICY & PROGRAM

SECTION 3 POLICY & PROGRAM SECTION 3 POLICY & PROGRAM 8120 Kinsman Road, Cleveland, Ohio 44104 Phone: 216-348-5000 Jeffery K. Patterson Chief Executive Officer TABLE OF CONTENTS Section Page # Section 3 POLICY Statement of Policy

More information

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency. ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS Massachusetts Development Finance Agency 99 High Street, 11 th Floor, Boston, MA 02110 www.massdevelopment.com RFP Issued: September 25, 2013

More information

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

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

More information

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 5105.55 November 9, 1990 DA&M SUBJECT: Defense Commissary Agency (DeCA) References: (a) Title 10, United States Code (b) Federal Acquisition Regulation (FAR), current

More information

UNIVERSITY OF UTAH RULES FOR THE PERSONAL ACTIVITY REPORT SYSTEM (PAR)

UNIVERSITY OF UTAH RULES FOR THE PERSONAL ACTIVITY REPORT SYSTEM (PAR) UNIVERSITY OF UTAH RULES FOR THE PERSONAL ACTIVITY REPORT SYSTEM (PAR) Effort Reporting I. WHAT IS A-21? II. EFFORT AND WHAT IS REQUIRED OF THE UNIVERSITY III. MINIMUM AND MAXIMUM EFFORT FOR SPONSORED

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-Mar-2013 1300338531 N/A 6. ISSUED

More information

Subj: IMPLEMENTATION OF THE DEPARTMENT OF THE NAVY SMALL BUSINESS PROGRAMS

Subj: IMPLEMENTATION OF THE DEPARTMENT OF THE NAVY SMALL BUSINESS PROGRAMS D E P A R T M E N T O F THE NAVY OF FICE OF THE SECRETARY 1000 N AVY PENTAG ON WASHINGTON D C 20350-1000 SECNAVINST 4380.8C UNSECNAV SECNAV INSTRUCTION 4380.8C From: Secretary of the Navy Subj: IMPLEMENTATION

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

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 5510.165A DNS OPNAV INSTRUCTION 5510.165A From: Chief of Naval Operations Subj: NAVY

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 4715.6 April 24, 1996 USD(A&T) SUBJECT: Environmental Compliance References: (a) DoD Instruction 4120.14, "Environmental Pollution Prevention, Control and Abatement,"

More information

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Attention: Purchasing Agent Address: City School District of Albany 1 Academy

More information

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services RESPONSE DUE by 5:00 p.m. on April 24, 2018 For complete information regarding this project, see RFP posted at ebce.org

More information

ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements - Domestic Education and Symposium Projects MAY 2018

ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements - Domestic Education and Symposium Projects MAY 2018 ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements - Domestic Education and Symposium Projects MAY 2018 This award is subject to the Department of Defense (DoD)

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

Disadvantaged Business Enterprise Supportive Services Program

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

More information

DoD Cloud Computing Strategy Needs Implementation Plan and Detailed Waiver Process

DoD Cloud Computing Strategy Needs Implementation Plan and Detailed Waiver Process Inspector General U.S. Department of Defense Report No. DODIG-2015-045 DECEMBER 4, 2014 DoD Cloud Computing Strategy Needs Implementation Plan and Detailed Waiver Process INTEGRITY EFFICIENCY ACCOUNTABILITY

More information

General Procurement Requirements

General Procurement Requirements Effective Date: July 1, 2018 Applicability: Grant Purchasing and Procurement Policy Related Policies: Moravian College Purchasing Policy and Business Travel Policy Policy: This policy provides guidelines

More information

North Carolina Community College System Office Apprenticeship and Training Bureau 200 W. Jones Street Raleigh, NC 27603

North Carolina Community College System Office Apprenticeship and Training Bureau 200 W. Jones Street Raleigh, NC 27603 STATE BOARD OF COMMUNITY COLLEGES RATIFICATION OF TITLE 4, CHAPTER 22 OF THE NORTH CAROLINA ADMINISTRATIVE CODE APPRENTICESHIP AND TRAINING DIVISION Section 15.13.(a) of Session Law 2017-57 transfers the

More information

ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements September 2017

ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements September 2017 ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements September 2017 This award is subject to the Department of Defense (DoD) Research and Development (R&D) General

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

Dakota County Technical College. Pod 6 AHU Replacement

Dakota County Technical College. Pod 6 AHU Replacement MINNESOTA STATE COLLEGES AND UNIVERSITIES Dakota County Technical College Pod 6 AHU Replacement REQUEST FOR PROPOSAL (RFP) FOR MECHANICAL ENGINEERING SERVICES JULY 16, 2018 SPECIAL NOTE: This Request for

More information

REQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE

REQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE REQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE PAIUTE INDIAN TRIBE OF UTAH 440 NORTH PAIUTE DRIVE CEDAR CITY, UT 84721 OCTOBER 18, 2017 TABLE OF CONTENTS 1. SUMMARY AND

More information

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM REVISIONS TO MEASURE Q SMALL, LOCAL, AND DIVERSE BUSINESS PROGRAM PILOT PROGRAM

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM REVISIONS TO MEASURE Q SMALL, LOCAL, AND DIVERSE BUSINESS PROGRAM PILOT PROGRAM AGENDA ITEM MEETING DATE June 6, 2018 SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM TO: SUBJECT: Members of the Governing Board REVISIONS TO MEASURE Q SMALL, LOCAL, AND DIVERSE BUSINESS

More information

Cover Article DD FORM 1149 FACT OR FICTION. By Ed Winters, CPPM, CF. 8 The Property Professional Volume 22, Issue 5

Cover Article DD FORM 1149 FACT OR FICTION. By Ed Winters, CPPM, CF. 8 The Property Professional Volume 22, Issue 5 Cover Article DD FORM 1149 FACT OR FICTION By Ed Winters, CPPM, CF 8 The Property Professional Volume 22, Issue 5 I ve worked in Property Management for 35 years and during that time I have prepared more

More information

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 1342.20 October 19, 2007 DA&M SUBJECT: Department of Defense Education Activity (DoDEA) References: (a) Sections 113, 191, and 2164 of title 10, United States Code

More information

Information Technology Expenditure Approval Authority

Information Technology Expenditure Approval Authority Department of the Navy Secretariat Information Technology Expenditure Approval Authority Overview Version 1.0 15 April 2012 DEPARTMENT OF THE NAVY CHIEF INFORMATION OFFICER Table of Contents Executive

More information

PPEA Guidelines and Supporting Documents

PPEA Guidelines and Supporting Documents PPEA Guidelines and Supporting Documents APPENDIX 1: DEFINITIONS "Affected jurisdiction" means any county, city or town in which all or a portion of a qualifying project is located. "Appropriating body"

More information

AD-A October 13, _II '

AD-A October 13, _II ' Department of Defense DIRECTIVE 4 AD-A270 276 October 13, _II ' inumber DA&M 71_2.( SUBJECT: Department of Defense Dependents Schools (DoDDS) References: (a) DoD Directive 1342.6, subject as above, October

More information

GOODWILL YOUTHBUILD GED/High School Education Instruction

GOODWILL YOUTHBUILD GED/High School Education Instruction REQUEST FOR PROPOSALS FOR GOODWILL YOUTHBUILD GED/High School Education Instruction Issued By: Goodwill of the Olympics and Rainier Region YouthBuild Program 714 S 27 th St Tacoma, WA 98372 November 13,

More information