1. This Contract Is A Rated Order Contract (Proc. Inst. Ident.) No. 3. Effective Date 4. Requisition/Purchase Request/Project No.

Size: px
Start display at page:

Download "1. This Contract Is A Rated Order Contract (Proc. Inst. Ident.) No. 3. Effective Date 4. Requisition/Purchase Request/Project No."

Transcription

1 1. This Contract Is A Rated Order Rating AWARD/CONTRACT DOA7 Page Of Pages Under DPAS (15 CFR 700) Contract (Proc. Inst. Ident.) No. 3. Effective Date 4. Requisition/Purchase Request/Project No. W52P1J-13-D MAR20 SEE SCHEDULE 5. Issued By Code W52P1J 6. Administered By (If Other Than Item 5) Code ARMY CONTRACTING COMMAND - RI DCMA MANASSAS TIMOTHY W. VOLKERT GEORGE CARTER WAY ROCK ISLAND, IL CHANTILLY VA BLDGS 60 & 62 S2404A address: TIMOTHY.W.VOLKERT.CIV@MAIL.MIL 7. Name And Address Of Contractor (No., Street, City, County, State and Zip Code) 8. Delivery SRA INTERNATIONAL, INC CONFERENCE CENTER DR CHANTILLY, VA FOB Origin X Other (See Below) 9. Discount For Prompt Payment 10. Submit Invoices Item (4 Copies Unless Otherwise Specified) 12 Code 6R517 Facility Code To The Address Shown In: 11. Ship To/Mark For Code 12. Payment Will Be Made By Code HQ0338 SEE SCHEDULE DFAS-COLUMBUS CENTER SOUTH ENTITLEMENT OPERATIONS P.O. BOX COLUMBUS OH Authority For Using Other Than Full And Open Competition: 14. Accounting And Appropriation Data 10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) 15A. Item No. 15B. Supplies/Services 15C. Quantity 15D. Unit 15E. Unit Price 15F. Amount SEE SCHEDULE 15G. Total Amount Of Contract $ Table Of Contents (X) Sec. Description Page(s) (X) Sec. Description Page(s) Part I - The Schedule Part II - Contract Clauses X A Solicitation/Contract Form 1 X I Contract Clauses 53 X B Supplies or Services and Prices/Costs 23 Part III - List Of Documents, Exhibits, And Other Attachments X C Description/Specs./Work Statement 24 X J List of Attachments 60 D Packaging and Marking Part IV - Representations And Instructions X E Inspection and Acceptance 25 K Representations, Certifications, and X F Deliveries or Performance 26 Other Statements of Offerors X G Contract Administration Data 33 L Instrs., Conds., and Notices to Offerors X H Special Contract Requirements 37 M Evaluation Factors for Award Contracting Officer Will Complete Item 17 (Sealed-Bid or Negotiated Procurement) Or 18 (Sealed-Bid Procurement) As Applicable 17. X Contractor s Negotiated Agreement (Contractor is 18. Sealed-Bid Award (Contractor is not required to sign this document.) Your required to sign this document and return 2 signedcopies to issuing bid on Solicitation Number, including the additions or office.) Contractor agrees to furnish and deliver all items or perform all the services set forth or otherwise identified above and on any continuation sheets for the consideration stated herein. The rights and obligations of the parties to this contract shall be subject to and governed by the following documents: (a) this award/contract, (b) the solicitation, if any, and (c) such provisions, changes made by you which additions or changes are set forth in full above, is hereby accepted as to the items listed above and on any continuation sheets. This award consummates the contract which consists of the following documents: (a) the Government s solicitation and your bid, and (b) this award/contract. No further contractual document is necessary. (Block 18 should be checked only when awarding a sealed-bid contract.) representations, certifications, and specifications, as are attached or incorporated by reference herein. (Attachments are listed herein.) 19A. Name And Title Of Signer (Type Or Print) 20A. Name Of Contracting Officer JEREMY H. MILLER JEREMY.H.MILLER.CIV@MAIL.MIL (309) B. Name of Contractor 19c. Date Signed 20B. United States Of America 20C. Date Signed By By SIGNED 2013MAR20 (Signature of person authorized to sign) (Signature of Contracting Officer) AUTHORIZED FOR LOCAL REPRODUCTION Standard Form 26 (Rev. 5/2011) Previous edition is NOT usable Prescribed By GSA - FAR (48 CFR) (a)

2 SECTION A - SUPPLEMENTAL INFORMATION Reference No. of Document Being Continued Page 2 of 60 THE FOLLOWING MODIFICATIONS HAVE BEEN INCORPORATED P00001 P00002 P00003 P00004 P00005 P00006 P00007 P00008 P00009 P00010 P00011 P00012 P00013 Buyer Name: TIMOTHY W. VOLKERT Buyer Office Symbol/Telephone Number: CCRC-IT/(309) Type of Contract 1: Firm Fixed Price Kind of Contract: Supply Contracts and Priced Orders Type of Business: Large Business Performing in U.S. Surveillance Criticality Designator: C Contract Expiration Date: 2016DEC19 *** End of Narrative A0000 *** W52P1J-13-D-0043 / Modification P00001 The purpose of this supplemental agreement to Contract Number W52P1J-13-D-0043 is to do the following: 1. Change Contract Administration as follows: From: Rock Island Contracting Center Rock Island Arsenal Rock Island, IL DoDAAC: W52P1J To: DCMA Manassas Battleview Pkwy Suite 200 Manassas, VA DoDAAC: S2404A DCMA Contact: Tanya L. Hawley PH: (703) or (703) DCMA.VIRGINIA@DCMA.MIL 2. Change Pay Office location as follows: From: DFAS Rome 325 Brooks Road Rome, NY DoDAAC: HQ0302

3 To: DFAS - Columbus Center South Entitlement Operations P.O. Box Columbus, OH DoDAAC: HQ0338 Reference No. of Document Being Continued Page 3 of Incorporate Contract Change Proposal (CCP) number PSR001 (dated 11 April 2013); accepted by the Government (17 April 2013). The contract is hereby modified to accept the substitution and replace the Omni ID Max SQ Hardened Standoff Tag within SLIN 0015AC. The following SLIN description change is as follows: SLIN 0015AC Description Change: From: Hardened Standoff Tag - Omni ID Max SQ FOB: Destination To: Hardened Standoff Tag - Omni ID Max Rigid Dual Band FOB: Destination 4. Incorporate standard Delivery Requirements for Hardware and Software Delivery Orders. The standard Delivery Requirement shall be no later than 60 days after date of award for each Delivery Order. Expedited deliveries will be acceptable if at no additional cost to the Government and the Government is notified of the early delivery. Prior approval is required for partial deliveries. 5. Incorporate revised Attachment 0001, "Performance Work Statement" (Rev 1) dated 17 April Delete Attachment 0005, Ordering Guide from the base contract. The Ordering Guide will be located on PD-AMIS's website at as a reference tool for Contracting Officers and will no longer be fixed to the contract. 7. Incorporate revised Attachment Revisions to Attachment 0004 include title change, addition of model numbers and ancillary information to each SLIN, and defined number of tags per roll in SLINs 0015AA, 0015AB, and 0015AE. Attachment 0004 will be revised, as necessary, via contract modification when incorporating future CCPs. The attachment title name change is outlined below. From: Attachment 0004 "Passive RFID Price Model" To: Attachment 0004 "SECTION B, Pricing Guide / SLIN Listing" 8. Incorporate the following FAR Clauses: Multiple Payment Arrangements (May 1999) Information Assurance Contractor Training and Certification 9. Replace FAR Clause with DFARS clause : From: US Army Contracting Command, Rock Island Contracting Center, Implentation of Wide Area Workflow Receipt and Acceptance (WAWF-RA)For Electronic Processing of Receipt/Acceptance Documents and Payment (AUG/2008) To: Wide Area Workflow Payment Instructions (Jun/2012) 10. Change FAR Clause Order Limitations as follows: From: Order Limitations ((a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $100, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor --

4 Reference No. of Document Being Continued Page 4 of 60 (1) Any order for a single item in excess of $30,000.00; (2) Any order for a combination of items in excess of $30,000.00; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within -5- days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. To: Order Limitations (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $50.00 for product or less than $ for services the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $5,000,000.00; (2) Any order for a combination of items in excess of $10,000, (Note: contract ceiling is $30,000,000.00); or (3) A series of orders from the same ordering office within 3 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 11. Incorporate revised Section H Narrative H0002, titled "Special Contract Requirements". 12. As a result of incorporation of the actions described above, the total dollar value of Contract Number W52P1J-13-D-0043 remains unchanged. 13. Except as provided herein, the balance of those terms, conditions, and requirements under Contract Number W52P1J-13-D-0043, as modified to date, shall remain unchanged and in full force and effect. *** END OF NARRATIVE A0010 *** W52P1J-13-D-0043 / Modification P00002 The purpose of this supplemental agreement to Contract Number W52P1J-13-D-0043 is to do the following: 1. Change Contract Administration as follows: FROM: DCMA Manassas Battleview Pkwy Suite 200

5 Manassas, VA DoDAAC: S2404A DCMA Contact: Tanya L. Hawley PH: (703) or (703) Reference No. of Document Being Continued Page 5 of 60 TO: When inspecting and accepting orders from: Lowry Holding Company, Inc Maltby Rd Brighton, MI Cage Code: 8Y716 The sub-delegated Contract Administration contact for inspection and acceptance is: DCMA Detroit Mound Road Sterling Heights, MI DoDAAC: S2305A PH: mailto:dcm_detroit@dcma.mil All other shipments are to be inspected and accepted by: DCMA Manassas Battleview Pkwy Suite 200 Manassas, VA DoDAAC: S2404A DCMA Contact: Callie Kosmatka PH: (703) mailto:dcma.virginia@dcma.mil or mailto:callie.kosmatka@dcma.mil 2. In reference to Contract Change Proposal (CCP) number PSR0003-Revision 2 (dated 27 August 2013) and accepted by the Government (28 August 2013) this modification incorporates the substitution to replace the CV61 Vehicle Mount Computer with DLI 9200 Vehicle Mount Terminal within CLINs 0003AA, 0003AB, 0003AC, 0003AD, 0003AE, 0003AF. The following partial SLIN description change(s) are as follows: SLIN 0003AA Description: FROM: $6, (FFP) prfid - Vehicle Mount Reader MHz 3 year warranty - Intermec IV7D (FCC), DC Power Supply Kit & Cables, Quantity Two (2), Antennae with Cables, Comm cable & Intermec CV61 Vehicle Mount Computer with power supply and dock FOB: Destination TO: $5,863.33(FFP) prfid - Vehicle Mount Reader MHz 3 year warranty - Intermec IV7D (FCC), DC Power Supply Kit & Cables, Quantity Two (2), Antennae with Cables, Comm cable & DLI Vehicle Mount Terminal (9200D-SF00) with power supply, dock, and RFID software FOB: Destination SLIN 0003AB Description: FROM: $6,256.63(FFP) prfid - Vehicle Mount Reader MHz 4 year warranty - Intermec IV7D (FCC), DC Power Supply Kit & Cables, Quantity Two (2), Antennae with Cables, Comm cable & Intermec CV61 Vehicle Mount Computer with power supply and dock FOB: Destination TO: $6,112.67(FFP)

6 Reference No. of Document Being Continued Page 6 of 60 prfid - Vehicle Mount Reader MHz 4 year warranty - Intermec IV7D (FCC), DC Power Supply Kit & Cables, Quantity Two (2), Antennae with Cables, Comm cable & DLI Vehicle Mount Terminal (9200D-SF00) with power supply, dock, and RFID software FOB: Destination SLIN 0003AC Description: FROM: $6, (FFP) prfid - Vehicle Mount Reader MHz 5 year warranty - Intermec IV7D (FCC), DC Power Supply Kit & Cables, Quantity Two (2), Antennae with Cables, Comm cable & Intermec CV61 Vehicle Mount Computer with power supply and dock FOB: Destination TO: $6,105.78(FFP) prfid - Vehicle Mount Reader MHz 5 year warranty - Intermec IV7D (FCC), DC Power Supply Kit & Cables, Quantity Two (2), Antennae with Cables, Comm cable & DLI Vehicle Mount Terminal (9200D-SF00) with power supply, dock, and RFID software FOB: Destination SLIN 0003AD Description: FROM: $5,692.02(FFP) prfid - Vehicle Mount Reader MHz 3 year warranty - Intermec IV7D (ETSI), DC Power Supply Kit & Cables, Quantity Two (2), Antennae with Cables, Comm cable & Intermec CV61 Vehicle Mount Computer with power supply and dock FOB: Destination TO: $5,531.44(FFP) prfid - Vehicle Mount Reader MHz 3 year warranty - Intermec IV7D (ETSI), DC Power Supply Kit & Cables, Quantity Two (2), Antennae with Cables, Comm cable & DLI Vehicle Mount Terminal (9200D-SF00) with power supply, dock, and RFID software FOB: Destination SLIN 0003AE Description: FROM: $5,859.64(FFP) prfid - Vehicle Mount Reader MHz 4 year warranty - Intermec IV7D (ETSI), DC Power Supply Kit & Cables, Quantity Two (2), Antennae with Cables, Comm cable & Intermec CV61 Vehicle Mount Computer with power supply and dock FOB: Destination TO: $5,766.67(FFP) prfid - Vehicle Mount Reader MHz 4 year warranty - Intermec IV7D (ETSI), DC Power Supply Kit & Cables, Quantity Two (2), Antennae with Cables, Comm cable & DLI Vehicle Mount Terminal (9200D-SF00) with power supply, dock, and RFID software FOB: Destination SLIN 0003AF Description: FROM: $6,105.78(FFP) prfid - Vehicle Mount Reader MHz 5 year warranty- Intermec IV7D (ETSI), DC Power Supply Kit & Cables, Quantity Two (2), Antennae with Cables, Comm cable & Intermec CV61 Vehicle Mount Computer with power supply and dock FOB: Destination TO: $6,055.79(FFP) prfid - Vehicle Mount Reader MHz 5 year warranty - Intermec IV7D (ETSI), DC Power Supply Kit & Cables, Quantity Two (2), Antennae with Cables, Comm cable & DLI Vehicle Mount Terminal (9200D-SF00) with power supply, dock, and RFID software FOB: Destination 3. Add Contract Manpower Reporting (CMR) CLINs to Attachment 0004 "SECTION B, Pricing Guide/SLIN Listing". Modification P00001, awarded 06 June 2013, placed the Section B CLIN/SLIN structure for the prfid-ii contract on Attachment The attachment provided in modification P00001 did not include CMR CLINs. This modification removes the CMR CLINs identified as 0004, 0006, and 0008 on the base award and adds CLINs 0028, 0029, and 0030 to the revised Attachment 0004 "SECTION B, Pricing Guide/SLIN Listing".

7 Reference No. of Document Being Continued Page 7 of 60 CLIN/SLIN changes are as follows: FROM: 0004 Contract Manpower Reporting (3 YR-Base Ordering Period) TO: 0028 Contract Manpower Reporting (3 YR-Base Ordering Period) FROM: 0006 Contract Manpower Reporting (Option Period 1) TO: 0029 Contract Manpower Reporting (Option Period 1) FROM: 0008 Contract Manpower Reporting (Option Period 2) TO: 0030 Contract Manpower Reporting (Option Period 2) 4. Incorporate revised Attachment 0004 "SECTION B, Pricing Guide / SLIN Listing". Revisions to Attachment 0004 include: a. Revised SLIN descriptions for 0003AA, 0003AB, 0003AC, 0003AD, 0003AE, and 0003AF based on the CCP PSR0003-Rev.2 approval noted above. b. Add Contracting Manpower Reporting CLINs 0028, 0029, and As a result of incorporation of the actions described above, the total dollar value of Contract Number W52P1J-13-D-0043 remains unchanged. 6. Except as provided herein, the balance of those terms, conditions, and requirements under Contract Number W52P1J-13-D-0043, as modified to date, shall remain unchanged and in full force and effect. *** END OF NARRATIVE A0011 *** The purpose of Modification P00005 to Contract W52P1J-13-D-0043 is outlined below. 1. Incorporate the following changes to Section B Supplies or Services & Price/Cost. (a) In reference to SRA International Inc.'s Contract Change Proposal (CCP) number PSR0005 (dated 20 June 2014) and accepted by the Government(dated 26 June 2014), this modification incorporates substitution of the Intermec IF2A (IF2) fixed reader component within CLINs 0007AA-AF and authorizes the replacement with the Motorola FX7500 fixed reader. The component substitution is incorporated at no additional cost to the Government and there is no change in pricing for the associated CLINs 0007AA-AF. The complete list of CLINs associated with the change area as follows: 0007AA 0007AB 0007AC 0007AD 0007AE 0007AF (b) Revision 04 of Attachment 0004, Section B Pricing Guide/SLIN Listing is incorporated herein to include the CLIN/SLIN component descriptions. The following CLIN descriptions will be revised as follows: 0007AA prfid Smart Table MHz - 3yr warranty From: prfid Smart Table MHz-RFID Global Services STHD M, 30"x48" H Adjustable Smart Table, with Intermec IF2A (FCC) fixed reader and all required components for full operation To: prfid Smart Table MHz-RFID Global Services STHD M, 30"x48" H Adjustable Smart Table, with Motorola FX7500 (FCC)

8 fixed reader and all required components for full operation Reference No. of Document Being Continued Page 8 of AB prfid Smart Table MHz - 4yr warranty From: prfid Smart Table MHz-RFID Global Services STHD M, 30"x48" H Adjustable Smart Table, with Intermec IF2A (FCC) fixed reader and all required components for full operation To: prfid Smart Table MHz-RFID Global Services STHD M, 30"x48" H Adjustable Smart Table, with Motorola FX7500 (FCC) fixed reader and all required components for full operation 0007AC prfid Smart Table MHz - 5yr warranty From: prfid Smart Table MHz-RFID Global Services STHD M, 30"x48" H Adjustable Smart Table, with Intermec IF2A (FCC) fixed reader and all required components for full operation To: prfid Smart Table MHz-RFID Global Services STHD M, 30"x48" H Adjustable Smart Table, with Motorola FX7500 (FCC) fixed reader and all required components for full operation 0007AD prfid Smart Table MHz - 3yr warranty From: prfid Smart Table MHz-RFID Global Services STHD M, 30"x48" H Adjustable Smart Table, with Intermec IF2A (ETSI) fixed reader and all required components for full operation To: prfid Smart Table MHz-RFID Global Services STHD M, 30"x48" H Adjustable Smart Table, with Motorola FX7500 (ETSI) fixed reader and all required components for full operation 0007AE prfid Smart Table MHz - 4yr warranty From: prfid Smart Table MHz-RFID Global Services STHD M, 30"x48" H Adjustable Smart Table, with Intermec IF2A (ETSI) fixed reader and all required components for full operation To: prfid Smart Table MHz-RFID Global Services STHD M, 30"x48" H Adjustable Smart Table, with Motorola FX7500 (ETSI) fixed reader and all required components for full operation 0007AF prfid Smart Table MHz - 5yr warranty From: prfid Smart Table MHz-RFID Global Services STHD M, 30"x48" H Adjustable Smart Table, with Intermec IF2A (ETSI) fixed reader and all required components for full operation To: prfid Smart Table MHz-RFID Global Services STHD M, 30"x48" H Adjustable Smart Table, with Motorola FX7500 (ETSI) fixed reader and all required components for full operation 2. As a result of incorporation of the actions described above, the total dollar value of Contract Number W52P1J-13-D-0043 remains unchanged. 3. Except as provided herein, the balance of those terms, conditions, and requirements under Contract Number W52P1J-13-D-0043, as modified to date, shall remain unchanged and in full force and effect. *** END OF NARRATIVE A0013 *** The purpose of Modification P00006 to Contract W52P1J-13-D-0043 is outlined below. 1. Incorporate the following change to Section B - Supplies or Services & Price/Cost.

9 Reference No. of Document Being Continued Page 9 of 60 (a) In reference to SRA International Inc.'s Contract Change Proposal (CCP) number PSR0006 (dated 05 September 2014) and accepted by the Government(dated 18 September 2014), this modification adds CLIN 0015AG (Medium Range Asset Tag) to the contract. The Medium Range Asset Tag is within the original scope of the prfid-i Performance Work Statement. In addition to the asset tags currently on contract, the Medium Range Asset Tag will provide Government customers a tag that has a longer range and is thinner than metal mount options offered. (b) As a result, Revision 05 of Attachment 0004, "Section B Pricing Guide/SLIN Listing" is incorporated herein to include the addition of CLIN/SLIN 0015AG. The new CLIN/SLIN description will be as follows: 0015AG Medium Range Asset Tag - Omni-ID Flex Label Tag - Mid range on-metal passive RFID tag. Standard film adhesive. ($3.94 per tag / minimum order of 100 tags) - $3.94 Unit Price. 2. As a result of incorporation of the action described above, the total dollar value of Contract Number W52P1J-13-D-0043 remains unchanged. 3. Except as provided herein, the balance of those terms, conditions, and requirements under Contract Number W52P1J-13-D-0043, as modified to date, shall remain unchanged and in full force and effect. *** END OF NARRATIVE A0014 *** The purpose of Modification P00007 to Contract W52P1J-13-D-0043 is outlined below. 1. Incorporate the following changes to Section B - Supplies or Services & Price/Cost and Section J - List of Attachments. (a) In reference to SRA International Inc.'s Contract Change Proposal (CCP) number PSR0007A (dated 04 November 2014) and accepted by the Government(dated 05 November 2014), this modification incorporates the inclusion of Seagull Software Bartender Pro RFID Label software to the printer and software bundled CLINs 009AA-AF. The addition of the label printer software within the Passive Radio Frequency Identification (prfid) Thermal Transfer Printer series ensures compliance with the prfid-ii PWS requirements. The change is incorporated at no additional cost to the Government. The complete list of CLINs associated with the change are as follows: 0009AA - prfid Thermal Transfer Printer (North America), 3 yr. warranty 0009AB - prfid Thermal Transfer Printer (North America), 4 yr. warranty 0009AC - prfid Thermal Transfer Printer (North America), 5 yr. warranty 0009AD - prfid Thermal Transfer Printer (European Union), 3 yr. warranty 0009AE - prfid Thermal Transfer Printer (European Union), 4 yr. warranty 0009AF - prfid Thermal Transfer Printer (European Union), 5 yr. warranty (b) Attachment 0004 (Rev. 6), "Section B Pricing Guide/SLIN Listing" is incorporated herein to include the CLIN/SLIN component descriptions. The following CLIN descriptions will be revised as follows: 0009AA From: prfid Thermal Transfer Printer - Desktop w/printing and RFID encoding software MHz - Intermec PM43G01NA , 203 dpi prfid Printer, (North America), 3-year Warranty, FOB: Destination To: prfid Thermal Transfer Printer - Desktop w/printing and RFID encoding software MHz - Intermec PM43G01NA , 203 dpi prfid Printer, (North America), BarTender PRO Label Software, 3-year Warranty, FOB: Destination 0009AB From: prfid Thermal Transfer Printer - Desktop w/printing and RFID encoding software MHz - Intermec PM43G01NA , 203 dpi prfid Printer, (North America), 4-year Warranty, FOB: Destination To: prfid Thermal Transfer Printer - Desktop w/printing and RFID encoding software MHz - Intermec PM43G01NA , 203 dpi prfid Printer, (North America), BarTender PRO Label Software, 4-year Warranty, FOB: Destination

10 Reference No. of Document Being Continued Page 10 of AC From: prfid Thermal Transfer Printer - Desktop w/printing and RFID encoding software MHz - Intermec PM43G01NA , 203 dpi prfid Printer, (North America), 5-year Warranty, FOB: Destination To: prfid Thermal Transfer Printer - Desktop w/printing and RFID encoding software MHz - Intermec PM43G01NA , 203 dpi prfid Printer, (North America), BarTender PRO Label Software, 5-year Warranty, FOB: Destination 0009AD From: prfid Thermal Transfer Printer - Desktop w/printing and RFID encoding software MHz - Intermec PM43G01EU , 203 dpi prfid Printer, (European Union), 3-year Warranty, FOB: Destination To: prfid Thermal Transfer Printer - Desktop w/printing and RFID encoding software MHz - Intermec PM43G01EU , 203 dpi prfid Printer, (European Union), BarTender PRO Label Software, 3-year Warranty, FOB: Destination 0009AE From: prfid Thermal Transfer Printer - Desktop w/printing and RFID encoding software MHz - Intermec PM43G01EU , 203 dpi prfid Printer, (European Union), 4-year Warranty, FOB: Destination To: prfid Thermal Transfer Printer - Desktop w/printing and RFID encoding software MHz - Intermec PM43G01EU , 203 dpi prfid Printer, (European Union), BarTender PRO Label Software, 4-year Warranty, FOB: Destination 0009AF From: prfid Thermal Transfer Printer - Desktop w/printing and RFID encoding software MHz - Intermec PM43G01EU , 203 dpi prfid Printer, (European Union), 5-year Warranty, FOB: Destination To: prfid Thermal Transfer Printer - Desktop w/printing and RFID encoding software MHz - Intermec PM43G01EU , 203 dpi prfid Printer, (European Union), BarTender PRO Label Software, 5-year Warranty, FOB: Destination 2. As a result of incorporation of the actions described above, the total dollar value of Contract Number W52P1J-13-D-0043 remains unchanged. 3. Except as provided herein, the balance of those terms, conditions, and requirements under Contract Number W52P1J-13-D-0043, as modified to date, shall remain unchanged and in full force and effect. *** END OF NARRATIVE A0015 *** The purpose of Modification P00008 to Contract W52P1J-13-D-0043 is outlined below. 1. Section E: Inspection and Acceptance (a) Change the DCMA Manassas address. From: DCMA Manassas Battleview Pkwy Suite 200 Manassas, VA DoDAAC: S2404A DCMA Contact: Callie Kosmatka PH: (703)

11 or Reference No. of Document Being Continued Page 11 of 60 To: DCMA Manassas George Carter Way Chantilly, VA DoDAAC: S2404A DCMA Contact: Callie Kosmatka PH: (703) or (b) DFARS Clause ITEM UNIQUE IDENTIFICATION AND VALUATION Insert N/A in the fill-in portion of paragraphs(c)(iii) and (iv). (c) DFARS Clause PASSIVE RADIO FREQUENCY IDENTIFICATION. Insert the following sentence in the fill-in portion of paragraph (b)(1)(ii)(b): Any additional requirement for the Passive Radio Frequency Identification (prfid) Tags, to be required for any "ship to" location not referenced above, will be determined and assigned at the Delivery Order/Task Order Level. 2. Section G: Contract Administration Data DFARS Clause Electronic Submission of Payment Requests and Receiving Reports and DFARS Clause , Wide Area WorkFlow Payment Instructions are both in the contract and are sufficient for payment requirements. Therefore, this modification deletes Delete Local Clause US Army Contracting Command Contracting Center, Aug/2008 Implementation of Wide Area Workflow. 3. Section I: Contract Clauses Update FAR Clause , Combating Trafficking in Persons. This clause is amended by revising the date of the clause to Mar 2015 and by revising the text in its entirety to strengthen protections against trafficking in persons, including the addition of a new paragraph (g) "Full cooperation" and a new paragraph (h) "Compliance plan". 4. Section J: List of Attachments In accordance with (IAW) Homeland Security Presidential Directive - 12 (HSPD-12), Policy for Common Identification Standard for Federal Employees and Contractors, dated October 2014, the Antiterrorism/Operations Security (AT/OPSEC) Cover Sheet has been revised. All new acquisitions and existing contracts must incorporate the revised AT/OPSEC language. As a result, Exhibit C of the Performance Work Statement (PWS)"Antiterrorism/Operations Security Requirements (Sect. J, Attachment 0001) is being replaced in its entirity with the following 13 paragraphs: 1. AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 14 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 14 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: ://jko.jten.mil 2. Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause , Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 2a. For contractors requiring Common Access Card (CAC). Before CAC issuance, the contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI) or an equivalent or higher investigation in accordance with Army Directive The contractor employee will be issued a CAC only if duties involve one of the following: (1) Both physical access to a DoD facility and access, via logon, to DoD networks on-site or remotely; (2) Remote access, via logon, to

12 Reference No. of Document Being Continued Page 12 of 60 a DoD network using DoD-approved remote access procedures; or (3) Physical access to multiple DoD facilities or multiple non- DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI at the Office of Personnel Management. 2b. For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive /AR ), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 3. AT Awareness Training for Contractor Personnel Traveling Overseas. This standard language required US based contractor employees and associated sub-contractor employees to make available and to receive government provided area of responsibility (AOR) specific AT awareness training as directed by AR Specific AOR training content is directed by the combatant commander with the unit ATO being the local point of contact. 4. iwatch Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iwatch program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 14 calendar days of contract award and within 14 calendar days of new employees commencing performance with the results reported to the COR NLT 14 calendar days after contract award. 5. Army Training Certification Tracking System (ATCTS) registration for contractor employees who require access to government information systems. All contractor employees with access to a government info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must successfully complete the DOD Information Assurance Awareness prior to access to the IS and then annually thereafter. 6. For contracts that require a formal OPSEC program. The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer. This plan will include a process to identify critical information, where it is located, who is responsible for it, how to protect it and why it needs to be protected. The contractor shall implement OPSEC measures as ordered by the commander. In addition, the contractor shall have an identified certified Level II OPSEC coordinator per AR For contracts that require OPSEC Training. Per AR Operations Security, the contractor employees must complete Level I OPSEC Awareness training. New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter. 8. For information assurance (IA)/information technology (IT) training. All contractor employees and associated sub-contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD , DoD M and AR 25-2 within six months of appointment to IA/IT functions. 9. For information assurance (IA)/information technology (IT) certification. Per DoD M, DFARS and AR 25-2, the contractor employees supporting IA/IT functions shall be appropriately certified upon contract award. The baseline certification as stipulated in DoD M must be completed upon contract award. 10. For contractors authorized to accompany the force. DFARS Clause , Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States. The clause shall be used in solicitations and contracts that authorize contractor personnel to accompany US Armed Forces deployed outside the US in contingency operations; humanitarian or peacekeeping operations; or other military operations or exercises, when designated by the combatant commander. The clause discusses the following AT/OPSEC related topics: required compliance with laws and regulations, pre-deployment requirements, required training (per combatant command guidance), and personnel data required 11. For Contract Requiring Performance or Delivery in a Foreign Country, DFARS Clause , Antiterrorism/Force Protection for Defense Contractors Outside the US. The clause shall be used in solicitations and contracts that require performance or delivery in a foreign country. This clause applies to both contingencies and non-contingency support. The key AT requirement is for non-local national contractor personnel to comply with theater clearance requirements and allows the combatant commander to exercise oversight to ensure the contractors compliance with combatant commander and subordinate task force commander policies and directives. 12. For contracts that require handling or access to classified information. Contractor shall comply with FAR , Security Requirements. This clause involves access to information classified Confidential, Secret, or Top Secret and requires contractors to comply with (1) The Security Agreement (DD\~Form\~441), including the National Industrial Security Program

13 Reference No. of Document Being Continued Page 13 of 60 Operating Manual (DoD M); (2) any revisions to DOD M, notice of which has been furnished to the contractor. 13. Threat Awareness Reporting Program. For all contractors with security clearances. Per AR Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in AR , para 2-4b. 5. The total dollar value of Contract Number W52P1J-13-D-0043 remains unchanged. 6. Except as provided herein, the balance of those terms, conditions, and requirements under Contract Number W52P1J-13-D-0043, as modified to date, shall remain unchanged and in full force and effect. * * * * * * * * * * * * * * * * * * * * * * * * * Sections A0009, F - and H narratives are provided for informational purposes only as changes have previously been made manually and this modification hereby incorporates those changes into the official contract writing system to ensure a complete and correct conformed contract copy. * * * * * * * * * * * * * * * * * * * * * * * * * *** END OF NARRATIVE A0016 *** 1. The U.S. Army Contracting Command - Rock Island (ACC-RI) hereby awards a single Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity contract with reimbursable Other Direct Costs (ODC) and travel CLINs on contract W52P1J-13-D-0043 for Passive Radio Frequency Identification (prfid) in support of the Product Director Automated Movement and Identification Solutions (PD AMIS) mission to SRA International, Inc. (SRA)(Cage Code 6R517). The Government accepted and incorporated SRA Internationals revised offer dated 16 January 2013 (by reference) which was proposed against solicitation W52P1J-12-R The contract shall provide for commercially available Passive RFID technology communications hardware, software, TES, documentation, training, and warranty and, maintenance services, to provide a common, integrated structure for logistics tracking, locating, and monitoring of assets for all Users requirements that flow through PD AMIS. Products and Services shall be performed in accordance with the Performance Work Statement (PWS) which can be found as Attachment The period of performance is a three year base with two evaluated option periods. Base Year: 20 March 2013 to 19 March 2016 (Ordering) Option Year 1: 20 March 2016 to 19 March 2017 (To Be Exercised/Maintenance Only) Option Year 2: 20 March 2017 to 19 March 2018 (To Be Exercised/Maintenance Only) 3. SRA's prices stated in Attachment 0004, "Section B Pricing Guide/SLIN Listing" are hereby incorporated into this contract and will be the basis for establishing Task Order/Delivery Order prices. 4. The guaranteed minimum dollar amount of the entire contract, to include the three year base and two option periods, is $100,000.00, which will be met under Delivery Order This award in no way obligates the Government to place additional orders beyond the guaranteed minimum order amount. The contract ceiling amount is $30,000, over the life of this contract. 5. SRA's Small Business Subcontracting Plan is accepted and incorporated as Attachment 0007 in accordance with AFAR (a)(5). 6. Invoicing Instructions: 6.1 ACC-RI uses the WAWF Program. SRA International must have the ability to comply with DFARS Clause , Material Inspection and Receiving Report and DFARS , Electronic Submission of Payment Requests. SRA must be capable of accepting electronic fund payment for this procurement. 6.2 Payments made against this contract will be paid in U.S. currency (dollars). 6.3 If there are issues with the WAWF system, the contractor shall submit each invoice on a DD-250 to the Contracting Officer Representative (COR) for review. Upon approval by the COR/KO, the invoice will be forwarded to the appropriate DFAS payment office. 7. All orders against this de-centralized contract vehicle will issued IAW the terms and conditions set forth under Contract Number W52P1J-13-D Ordering procedures can be found in Section H. Special Contract Requirements. In addition, and Ordering Guide reference tool for Government Ordering Contracting Officers is located on the PD AMIS website:

14 8. The Government Points of Contacts for this effort are as follows: Reference No. of Document Being Continued Page 14 of 60 Procuring Contracting Officer (PCO): Justin Trine Army Contracting Command - Rock Island (ACC-RI) justin.d.trine.civ@mail.mil PH: Contract Specialist: Julie Lawrence Army Contracting Command - Rock Island (ACC-RI) julie.l.lawrence.civ@mail.mil PH: Contracting Officer Representative (COR): Klaus Stroup Product Director Automated Movement and Identification Solutions (PD AMIS) Klaus.b.stroup.civ@mail.mil PH: In the event that any of this information changes, the contractor will be notified immediately. *** END OF NARRATIVE A0009 *** The purpose of Modification 0003 to Contract Number W52P1J-13-D-0043 is outlined below. 1. To administratively correct Section A. Contract Form/Executive Summary of the award document as follows: a. Revise paragraph #1 to reflect the Program Offices new agency name. From: Program Manager Joint-Automatic Identification Technology (PM J-AIT) To: Product Director Automated Movement and Identification Solutions (PD AMIS) b. Revise paragraph #2 to identify the contract Ordering and Maintenance Periods. From: Base Year: 20 March 2013 to 19 March 2016 Option Year 1: 20 March 2016 to 19 March 2017 Option Year 2: 20 March 2017 to 19 March 2018 To: Base Year: 20 March 2013 to 19 March 2016 (Ordering) Option Year 1: 20 March 2016 to 19 March 2017 (To Be Exercised/Maintenance Only) Option Year 2: 20 March 2017 to 19 March 2018 (To Be Exercised/Maintenance Only) c. Revise paragraph #3 to correctly identify the Price Model Attachment number. From: The following CLINs and SRA International prices stated in the pricing model (Attachment 0002) are hereby incorporated into this contract and will be the basis for establishing task order/delivery order prices To: SRA International, Inc. prices stated in Attachment 0004, Section B Pricing Guide/SLIN Listing are hereby incorporated into this contract and will be the basis for establishing task order/delivery order prices. d. Revise paragraph #5 to correct contractor name typographical error. From: SLA International Small Business Subcontracting Plan is accepted and incorporated as Attachment 0007 in accordance with AFAR (a)(5). To: SRA International, Inc. Small Business Subcontracting Plan is accepted and incorporated as Attachment 0007 in accordance with

15 AFAR (a)(5). Reference No. of Document Being Continued Page 15 of 60 e. Revise the sequential paragraph numbers within paragraph 6: From: #7.1 To: #6.1 From: #7.2 To: #6.2 From: #7.3 To: #6.3 f. Revise paragraph #8 to reflect correct paragraph number and provide correct ordering procedure information. 1) Change paragraph #8 to paragraph #7 (see "e" above). 2) Change the ordering procedure language as follows: From: All orders against the W52P1J-13-D-0043 contract vehicle will issued in accordance with the decentralized Ordering Guide Procedures, which can be found as attachment To: All orders against this decentralized contract vehicle will be issued IAW the terms and conditions set forth under Contract Number W52P1J-13-D Ordering procedures can be found in Section H. Special Contract Requirements. In addition, an Ordering Guide reference tool for Government Ordering Contracting Officers is located on PDAMIS's website at g. Delete paragraph #9, Contractor Manpower Reporting, as this is duplicate language already stated in Attachment 0001, "Performance Work Statement (PWS)". h. Revise paragraph numbering from #10 to #8 (see "e", "f", and "g" above). 2. To administratively correct Section B. Supplies or Services & Price/Cost. a. Remove the CLIN structure identified at time of initial contract award. The correct CLIN/SLIN listing is now found in Attachment 0004, "Section B Pricing Guide/SLIN Listing". 3. To administratively correct Section J. List of Attachments. a. Incorporate revised Attachment 0001, "Performance Work Statement (PWS)" rev. 02, dated 25 November Revisions to Attachment 0001 include: 1) Sect Contractor Manpower Reporting. Update language. 2) Exhibit A - Add Exhibit Safe Separation Distance. 3) Exhibit B - Add Exhibit Contract Status Report. 4) Exhibit C - Add Exhibit Antiterrorism/Operation Security requirement. 4. As a result of incorporation of the actions described above, the total dollar value of Contract Number W52P1J-13-D-0043 remains unchanged.

16 Reference No. of Document Being Continued Page 16 of Except as provided herein, the balance of those terms, conditions, and requirements under Contract Number W52P1J-13-D-0043, as modified to date, shall remain unchanged and in full force and effect. *** END OF NARRATIVE A0012 *** The purpose of Modification P00009 to contract W52P1J-13-D-0043 is outlined below. 1. Update Government Points of Contact information for the Procuring contract Officer (PCO) and Contract Specialist (CS) to reflect internal assignment changes. PCO: From: Justin D. Trine (ACC-RI) PH: To: Amanda K. Struve (ACC-RI) PH: Contract Specialist: From: Julie Lawrence (ACC-RI) PH: To: Timothy W. Volkert (ACC-RI) PH: Update SRA Point Program Manager (PM) Point Contact information to reflect internal assignment changes. From: Scott Ready PH: To: Christiane Rhodes PH: Incorporate revised attachment 0001, "Performance Work Statement" (PWS) in Section J. Attachments. In accordance with (IAW) Program Executive Office Enterprise Information Systems (PEO EIS), all new acquisitions and existing contracts must incorporate the following Information Assurance Vulnerability Management language and requirements. As a result, Chapter 6 of the PWS will have the following three sections (6.10, 6.11 and 6.12) included in their entirety cybersecurity Documentation Requirements a. The contractor shall support Government Information Assurance (IA), Certification and Accreditation (C&A), and Connectivity or Interconnectivity activities as required, including providing C&A documentation, upon request, in a format acceptable to DoD IA and C&A activities. b. The contractor shall support Government Information Assurance (IA), Certification and Accreditation (C&A), and Connectivity or Interconnectivity activities as required, including providing C&A documentation, upon request, in a format acceptable to DoD IA and C&A activities.

17 Reference No. of Document Being Continued Page 17 of UPDATES, INCIDENT REPORTING AND VULNERABILITIES MANAGEMENT IAVAs a. The contractor shall apply Exploit category A IAVAs within 14 days of notification through the NETCOM SharePoint site. b. The contractor shall apply Exploit category B IAVAs within 14 days, when possible, or within 30 days if a system level POA&M to mitigate is provided. c. The contractor shall monitor all update requirements including but not limited to (vendor sites, mailing lists, third party sources, vulnerability scans and US Army Network Enterprise Technology Command (NETCOM) SharePoint site for Information Assurance Vulnerability Messages.) The contractor shall make mitigation, patching, upgrade or modification recommendations and provide a Plan of Action and Milestones (POA&M) for all requirements that cannot be fulfilled on time, in a format approved by the PEO for each update requirement. The contractor shall treat the POA&M as specified in the systems security classification guide (SCG) and provide a digital copy to the Government via a method approved the Government. The contractor shall provide a comprehensive and up to date software scan using current Army Best Business Practices for scanning and remediation every month Security Technical Implementation Guides (STIG) Contractor shall implement STIGs within 30 days from release of a new DISA STIG. Where an update cannot be technically applied due to system functionality, that STIG item shall be documented in the system POAM with appropriate mitigations. If an update cannot be applied within 30 days the contractor shall provide a milestone schedule in the POAM item for application for Government approval DESIGN CONSIDERATIONS The contractor shall develop a cyber-resilient system by ensuring IAVAs and STIGs can be applied individually without the need to reimage the system, and not only update IAVAs or STIGs during new capability updates. 1. DOD Instruction , Information Assurance (IA) Implementation, definition. 2. ARCYBER Situational Awareness Report , Establishment of the Exploit Categorization of Information Assurance Vulnerability Alerts, definition. 4. Incorporate revised attachment 0004, "Section B, Pricing Guide / SLIN Listing" in Section J. Attachments. Revisions to attachment 0004 include combining the user guide with the pricing guide to provide customers with a centralized document to streamline the ordering process. This revision also changes the name of the attachment name as outlined below. From: Section B, Pricing Guide / SLIN Listing To: prfid User & Pricing Guide 5. Incorporate revised attachment 0007, "Small Business Subcontracting Plan." in Section J. Attachments. Revisions correct percentages for socio-economic small business categories as well as a correction to Table 3.1 to show the correct breakout of the three-year base period and two, one-year option maintenance periods. 6. Incorporate attachment 0008, "ACC-RI Government POC List" to Section J. Attachments. This attachment provides a comprehensive list of the ACC-RI contracting points of contact. All communications should start at the lowest possible level. 7. The total dollar value of Contract Number W52P1J-13-D-0043 remains unchanged. 8. Except as provided herein, the balance of those terms, conditions, and requirements under Contract Number W52P1J-13-D-0043, as modified to date, shall remain unchanged and in full force and effect. *** END OF NARRATIVE A0017 *** 1. The purpose of modification P00010 to Contract W52P1J-13-D-0043 is outlined below.

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

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

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

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 28 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable)

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

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

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

(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

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

Supplement 2 Department of Defense FAR Supplement (DFARS) Government Contract Provisions

Supplement 2 Department of Defense FAR Supplement (DFARS) Government Contract Provisions General Terms and Conditions of Purchase Supplement 2 Department of Defense FAR Supplement (DFARS) Government Contract Provisions 1. When the products or services furnished are for use in connection with

More information

U.S. Government Contract FAR and DFARs Clauses Incorporated by Reference

U.S. Government Contract FAR and DFARs Clauses Incorporated by Reference U.S. Government Contract and Ds Clauses Incorporated by For covered subcontracts: 1. The clauses listed below are incorporated by reference herein and in this Order, as applicable, with the same force

More information

SOLICITATION, OFFER AND AWARD

SOLICITATION, OFFER AND AWARD SOLICITATION, OFFER AND AWARD 2. CONTRACT NO. 7. ISSUED BY US ARMY RDECOM ACQ CTR - W911NF 4300 S. MIAMI BLVD DURHAM NC 27703 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 3. SOLICITATION NO.

More information

DEPARTMENT OF DEFENSE (DFAR) GOVERNMENT CONTRACT PROVISIONS

DEPARTMENT OF DEFENSE (DFAR) GOVERNMENT CONTRACT PROVISIONS PAGE 1 OF 6 INCORPORATION OF FAR CLAUSES The following terms and conditions apply for purchase orders, subcontracts, or other applicable agreements issued in support of a US Government Department of Defense

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

Army Needs to Improve Contract Oversight for the Logistics Civil Augmentation Program s Task Orders

Army Needs to Improve Contract Oversight for the Logistics Civil Augmentation Program s Task Orders Inspector General U.S. Department of Defense Report No. DODIG-2016-004 OCTOBER 28, 2015 Army Needs to Improve Contract Oversight for the Logistics Civil Augmentation Program s Task Orders INTEGRITY EFFICIENCY

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

DEPARTMENT OF DEFENSE CONTRACT SECURITY CLASSIFICATION SPECIFICATION

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

More information

CENWD-ZA 04 February 2016

CENWD-ZA 04 February 2016 DEPARTMENT OF THE ARMY CORPS OF ENGINEERS, NORTHWESTERN DIVISION PO BOX 2870 PORTLAND OR 97208-2870 REPLY TO ATTENTION OF CENWD-ZA 04 February 2016 MEMORANDUM FOR SEE DISTRIBUTION SUBJECT: NWD Commander

More information

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Military Interdepartmental Purchase Request (MIPR)

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Military Interdepartmental Purchase Request (MIPR) DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION Military Interdepartmental Purchase Request (MIPR) Financial Business and Operations Directorate DCMA INST 704 DCMA-FBB 1. PURPOSE.

More information

RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT

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

More information

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

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

More information

Open DFARS Cases as of 5/10/2018 2:29:59PM

Open DFARS Cases as of 5/10/2018 2:29:59PM Open DFARS Cases as of 2:29:59PM 2018-D032 215 (R) Repeal of DFARS clause "Pricing Adjustments" 2018-D031 231 (R) Repeal of DFARS clause "Supplemental Cost Principles" 2018-D030 216 (R) Repeal of DFARS

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

MCMR-AAP-A 22 August 2012

MCMR-AAP-A 22 August 2012 DEPARTMENT OF THE ARMY US ARMY MEDICAL RESEARCH AND MATERIEL COMMAND 504 SCOTT STREET FORT DETRICK MD 21702-5014 MCMR-AAP-A 22 August 2012 MEMORANDUM FOR SEE DISTRIBUTION 1. PURPOSE. The purpose of this

More information

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

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

More information

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE SUBJECT: Defense Security Service (DSS) References: See Enclosure 1 NUMBER 5105.42 August 3, 2010 Incorporating Change 1, March 31, 2011 DA&M 1. PURPOSE. Pursuant to the

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

PERFORMANCE WORK STATEMENT FOR. Sustainment/Patching Service U.S. AIR FORCE OWNED LAND MOBILE RADIO (LMR) EQUIPMENT. (ASTRO 25 Core System)

PERFORMANCE WORK STATEMENT FOR. Sustainment/Patching Service U.S. AIR FORCE OWNED LAND MOBILE RADIO (LMR) EQUIPMENT. (ASTRO 25 Core System) PERFORMANCE WORK STATEMENT FOR Sustainment/Patching Service U.S. AIR FORCE OWNED LAND MOBILE RADIO (LMR) EQUIPMENT (ASTRO 25 Core System) AT DYESS AFB, TEXAS PREPARED: July 2015 Nov 2017 TABLE OF CONTENTS

More information

Department of Defense DIRECTIVE

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

More information

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

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

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

More information

5450 CARLISLE PIKE, P.O. BOX CARLISLE PIKE, P.O. BOX 2020 MECHANICSBURG, PA MECHANICSBURG, PA

5450 CARLISLE PIKE, P.O. BOX CARLISLE PIKE, P.O. BOX 2020 MECHANICSBURG, PA MECHANICSBURG, PA , INC. N00104-08-A-ZF41 PAGE 2 OF 2 1. MODIFICATION P00005 DATED 09/04/2013 IS CORRECTED TO READ: a. BLOCK 2 IS CORRECTED TO READ MODIFICATION P00006 b. BLOCK 10B IS CORRECTED TO READ 09/15/2008. c. BLCOK

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

World-Wide Satellite Systems Program

World-Wide Satellite Systems Program Report No. D-2007-112 July 23, 2007 World-Wide Satellite Systems Program Report Documentation Page Form Approved OMB No. 0704-0188 Public reporting burden for the collection of information is estimated

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

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

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 4000.19 April 25, 2013 USD(AT&L) SUBJECT: Support Agreements References: See Enclosure 1 1. PURPOSE. In accordance with the authority in DoD Directive (DoDD) 5134.01

More information

PRACTICE PARTICIPANT AGREEMENT

PRACTICE PARTICIPANT AGREEMENT PRACTICE PARTICIPANT AGREEMENT this is an Agreement entered into on, 20, by and between Olathe LAD Clinic, LLC (Diana Smith RN, LPC, ARNP) a Kansas professional company, located at 1948 E Santa Fe, Suite

More information

DEPARTMENT OF THE NAVY NAVAL AIR SYSTEMS COMMAND RADM WILLIAM A. MOFFETT BUILDING BUSE ROAD, BLDG 2272 PATUXENT RIVER, MARYLAND

DEPARTMENT OF THE NAVY NAVAL AIR SYSTEMS COMMAND RADM WILLIAM A. MOFFETT BUILDING BUSE ROAD, BLDG 2272 PATUXENT RIVER, MARYLAND NAVAIR INSTRUCTION 4200.33E DEPARTMENT OF THE NAVY NAVAL AIR SYSTEMS COMMAND RADM WILLIAM A. MOFFETT BUILDING 47123 BUSE ROAD, BLDG 2272 PATUXENT RIVER, MARYLAND 20670-1547 IN REPLY REFER TO NAVAIRINST

More information

Management of Contracted Advisory and Assistance Services

Management of Contracted Advisory and Assistance Services Army Regulation 5 14 Management Management of Contracted Advisory and Assistance Services Headquarters Department of the Army Washington, DC 13 March 2014 UNCLASSIFIED SUMMARY of CHANGE AR 5 14 Management

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

DFARS Procedures, Guidance, and Information

DFARS Procedures, Guidance, and Information (Revised June 16, 2006) PGI 225.74 DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES PGI 225.7401 General. (a) If the acquisition requires performance of work in a foreign country by U.S. personnel or a third

More information

ImmixTechnology, Inc Flexera Software Enterprise Software Agreement. Blanket Purchase Agreement (BPA) N A-ZF44

ImmixTechnology, Inc Flexera Software Enterprise Software Agreement. Blanket Purchase Agreement (BPA) N A-ZF44 ImmixTechnology, Inc Flexera Software Enterprise Software Agreement Blanket Purchase Agreement (BPA) N00104-12-A-ZF44 8 December 2017 Page 1 DOD ESI BPA ORDERING GUIDE This Ordering Guide has been developed

More information

COMPLIANCE WITH THIS PUBLICATION IS MANDATORY

COMPLIANCE WITH THIS PUBLICATION IS MANDATORY BY ORDER OF THE SECRETARY OF THE AIR FORCE AIR FORCE POLICY DIRECTIVE 33-3 8 SEPTEMBER 2011 Incorporating Change 1, 21 June 2016 Certified Current 21 June 2016 Communications and Information INFORMATION

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

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

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

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

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

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) The Texas General Land Office Community Development & Revitalization

More information

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

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

More information

2016 Major Automated Information System Annual Report

2016 Major Automated Information System Annual Report 2016 Major Automated Information System Annual Report Logistics Modernization Program Increment 2 (LMP Inc 2) Defense Acquisition Management Information Retrieval (DAMIR) UNCLASSIFIED Table of Contents

More information

DoDI Defense Acquisition of Services What's new? GAO and DoDIG Reports Say. Mr. Lawrence Floyd Dr. Adam Stroup. Services Acquisition

DoDI Defense Acquisition of Services What's new? GAO and DoDIG Reports Say. Mr. Lawrence Floyd Dr. Adam Stroup. Services Acquisition DoDI 5000.74 Defense Acquisition of Services What's new? GAO and DoDIG Reports Say Mr. Lawrence Floyd Dr. Adam Stroup Services Acquisition Agenda State of Services Acquisition DoDI 5000.74 Services Acquisition

More information

1:1 Computer RFP School Year Harrison School District Two

1:1 Computer RFP School Year Harrison School District Two 1:1 Computer RFP School Year 2018-2019 Harrison School District Two 1060 Harrison Road Colorado Springs, CO 80905 Email: rfp@hsd2.org Supervisor of Technology: Mike Peterson Bids DUE DATE: February 25

More information

SUBPART PRESCRIPTION OF FORMS (Revised October 1, 2000)

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

More information

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 5200.39 September 10, 1997 SUBJECT: Security, Intelligence, and Counterintelligence Support to Acquisition Program Protection ASD(C3I) References: (a) DoD Directive

More information

Department of Defense INSTRUCTION. Protection of Mission Critical Functions to Achieve Trusted Systems and Networks (TSN)

Department of Defense INSTRUCTION. Protection of Mission Critical Functions to Achieve Trusted Systems and Networks (TSN) Department of Defense INSTRUCTION NUMBER 5200.44 November 5, 2012 Incorporating Change 2, July 27, 2017 DoD CIO/USD(AT&L) SUBJECT: Protection of Mission Critical Functions to Achieve Trusted Systems and

More information

Commercial Solutions Opening (CSO) Office of the Secretary of Defense Defense Innovation Unit (Experimental)

Commercial Solutions Opening (CSO) Office of the Secretary of Defense Defense Innovation Unit (Experimental) SECTION 1 - INTRODUCTION 1.1 Background and Authority Commercial Solutions Opening (CSO) Office of the Secretary of Defense Defense Innovation Unit (Experimental) The 2014 Quadrennial Defense Review (QDR)

More information

DFARS Procedures, Guidance, and Information

DFARS Procedures, Guidance, and Information (Revised December 8, 2017) PGI 201.1 PURPOSE, AUTHORITY, ISSUANCE 201.106 OMB approval under the Paperwork Reduction Act. The information collection and recordkeeping requirements contained in the Defense

More information

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017 Request for Proposals RFP No. 17-01-06 Automated License Plate Reader (ALPR) System Issue Date: January 25, 2017 File #: 03-1220-20/17-01-06/1 Doc #: 2519682.v1 RFP No. 17-01-06 Automated License Plate

More information

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division DOING BUSINESS WITH THE Orange County Board of County Commissioners Orange County Procurement Division TABLE OF CONTENTS Preface... 1 How Can I Receive Copies Of Solicitations?... 2 Bidder s List... 2

More information

Report to Congress. June Deputy Under Secretary of Defense (Installations and Environment)

Report to Congress. June Deputy Under Secretary of Defense (Installations and Environment) Report to Congress Demonstration Program to Accelerate Design Efforts for Military Construction Projects Carried Out Using Design-Build Selection Procedures June 2008 Deputy Under Secretary of Defense

More information

REPORTING INSTRUCTIONS

REPORTING INSTRUCTIONS U.S. ARMY RESEARCH LABORATORY ARMY RESEARCH OFFICE REPORTING INSTRUCTIONS U.S. ARMY RESEARCH OFFICE P.O. BOX 12211 RESEARCH TRIANGLE PARK, NC 27709-2211 ARO FORM 18 MAY 2011 PREVIOUS EDITIONS ARE OBSOLETE

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

Subj: UNIFORM MATERIEL MOVEMENT AND ISSUE PRIORITY SYSTEM

Subj: UNIFORM MATERIEL MOVEMENT AND ISSUE PRIORITY SYSTEM DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON DC 20350-2000 OPNAVINST 4614.1H N41 OPNAV INSTRUCTION 4614.1H From: Chief of Naval Operations Subj: UNIFORM

More information

Commercial Solutions Opening (CSO) Office of the Secretary of Defense Defense Innovation Unit (Experimental)

Commercial Solutions Opening (CSO) Office of the Secretary of Defense Defense Innovation Unit (Experimental) SECTION 1 - INTRODUCTION 1.1 Background and Authority Commercial Solutions Opening (CSO) Office of the Secretary of Defense Defense Innovation Unit (Experimental) The 2014 Quadrennial Defense Review (QDR)

More information

DD Form 577 Appointment/ Termination Record-Authorized Signature

DD Form 577 Appointment/ Termination Record-Authorized Signature dd 577 United States Marine Corps (USMC) Key Supporting Documentation (KSD) Checklist Please check whether the following elements are adequately addressed in the Key Supporting Documentation (KSD) and

More information

Blanket Purchase Agreement Attachment D Ordering Guide. HP Software Carahsoft Technology Corp. Blanket Purchase Agreement (BPA) N A-ZF46

Blanket Purchase Agreement Attachment D Ordering Guide. HP Software Carahsoft Technology Corp. Blanket Purchase Agreement (BPA) N A-ZF46 HP Software Carahsoft Technology Corp. Blanket Purchase Agreement (BPA) N00104-13-A-ZF46 1 Version Dated: 7 June 2018 DOD ESI BPA ORDERING GUIDE This Ordering Guide has been developed by the DoD ESI team

More information

and THE BOEING COMPANY 7755 E MARGINAL WAY SEATTLE WA (253) CAGE: 81205

and THE BOEING COMPANY 7755 E MARGINAL WAY SEATTLE WA (253) CAGE: 81205 Cooperative Agreement between The United States Of America USAF, AFRL AF OFFICE OF SCIENTIFIC RESEARCH 875 NORTH RANDOLPH STREET, RM 3112 ARLINGTON VA 22203 and THE BOEING COMPANY 7755 E MARGINAL WAY SEATTLE

More information

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS TITLE: Catering Services, Human Resources Services, Information Technology Services, Outreach Services, Printing Services, Program Evaluation

More information

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Georgia Lottery Corporation (GLC) PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal) NOTE: PLEASE ENSURE THAT ALL REQUIRED SIGNATURE BLOCKS ARE COMPLETED. FAILURE TO SIGN THIS FORM AND INCLUDE IT WITH YOUR PROPOSAL WILL CAUSE REJECTION OF YOUR PROPOSAL. Georgia Lottery Corporation ("GLC")

More information

Department of Defense INSTRUCTION

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

More information

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

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

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

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

More information

Request for Solutions: Distributed Live Virtual Constructive (dlvc) Prototype

Request for Solutions: Distributed Live Virtual Constructive (dlvc) Prototype 1.0 Purpose Request for Solutions: Distributed Live Virtual Constructive (dlvc) Prototype This Request for Solutions is seeking a demonstratable system that balances computer processing for modeling and

More information

Open DFARS Cases as of 12/22/2017 3:45:53PM

Open DFARS Cases as of 12/22/2017 3:45:53PM Open DFARS Cases as of 3:45:53PM 2018-D004 252.225-7049, 52.225-7050 State Sponsor of Terrorism-- North Korea 2018-D003 252.222-7007 (R) Repeal of DFARS Provision "Representation Regarding Combating Trafficking

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

Contract Security Classification Specification. DD-254 Guidance

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

More information

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

Request for Quotation (RFQ) Solicitation Overview

Request for Quotation (RFQ) Solicitation Overview Request for Quotation (RFQ) Solicitation Overview Issuance Date: Sep. 25 th 2017 Reference Number: RFQ-894-2017-026 Activity Title: Provision of Internet Equipment and Subscription within South Sudan Determination

More information

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

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

More information

FOR OFFICIAL USE ONLY

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

More information

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

ADDITIONAL AMENDMENTS RELATING TO TOTAL FORCE MANAGEMENT (SEC. 933)

ADDITIONAL AMENDMENTS RELATING TO TOTAL FORCE MANAGEMENT (SEC. 933) ADDITIONAL AMENDMENTS RELATING TO TOTAL FORCE MANAGEMENT (SEC. 933) The House bill contained a provision (sec. 933) that would make conforming amendments to a series of statutes to ensure that the total

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION SUBJECT: DoD Hazard Communication (HAZCOM) Program NUMBER 6050.05 August 15, 2006 Incorporating Change 1, August 25, 2008 USD(AT&L) References: (a) DoD Instruction 6050.5,

More information

DOD MANUAL ACCESSIBILITY OF INFORMATION AND COMMUNICATIONS TECHNOLOGY (ICT)

DOD MANUAL ACCESSIBILITY OF INFORMATION AND COMMUNICATIONS TECHNOLOGY (ICT) DOD MANUAL 8400.01 ACCESSIBILITY OF INFORMATION AND COMMUNICATIONS TECHNOLOGY (ICT) Originating Component: Office of the Chief Information Officer of the Department of Defense Effective: November 14, 2017

More information

Host Nation Support UNCLASSIFIED. Army Regulation Manpower and Equipment Control

Host Nation Support UNCLASSIFIED. Army Regulation Manpower and Equipment Control Army Regulation 570 9 Manpower and Equipment Control Host Nation Support Headquarters Department of the Army Washington, DC 29 March 2006 UNCLASSIFIED SUMMARY of CHANGE AR 570 9 Host Nation Support This

More information

GED PLUS Support Services

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

More information

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

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

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

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

Department of Defense INSTRUCTION. SUBJECT: Security of Unclassified DoD Information on Non-DoD Information Systems

Department of Defense INSTRUCTION. SUBJECT: Security of Unclassified DoD Information on Non-DoD Information Systems Department of Defense INSTRUCTION NUMBER 8582.01 June 6, 2012 Incorporating Change 1, October 27, 2017 SUBJECT: Security of Unclassified DoD Information on Non-DoD Information Systems References: See Enclosure

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

AIR FORCE CONTRACT CONSTRUCTION

AIR FORCE CONTRACT CONSTRUCTION Army Regulation 415 11 BUDOCKSINST 11013-14 AFR 88-3 Construction AIR FORCE CONTRACT CONSTRUCTION Headquarters Departments of the Army, the Navy, and the Air Force Washington, DC 29 March 55 Unclassified

More information

Administrative Guidance for the Receipt of NGB Publications and Blank Forms

Administrative Guidance for the Receipt of NGB Publications and Blank Forms National Guard Pamphlet 25-31 Air National Guard Instruction 33-360 Information Management Administrative Guidance for the Receipt of NGB Publications and Blank Forms National Guard Bureau Arlington, VA

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