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 AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) May-2009 N MR N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S3915A NSWC, PANAMA CITY 110 Vernon Avenue Panama City FL kayla.m.nelson@navy.mil DCMA SURFACE COMMUNICATION AND SUPPORT SYSTEMS PHILADELPHIA 700 ROBBINS AVENUE, BLDG. 4-A, P.O. BOX PHILADELPHIA PA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Delphinus Engineering, Inc. 650 Baldwin Tower Eddystone PA B. DATED (SEE ITEM 11) [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) CAGE CODE 08LQ0 FACILITY CODE Jul 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). [ ] 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) Mark P Ross, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/mark P Ross 13-May-2009 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)

2 2 of 2 GENERAL INFORMATION The purpose of this modification is to correct the administrative errors made to the funding, and ceiling tables on the previous mods to this Task Order. Accordingly, said Task Order is modified as follows: 1) The Task Order ceiling is hereby modified as follows: FROM BY TO ESTIMATED COST $X,XXX,XXX $XXX,XXX.XX $X,XXX,XXX ESTIMATED FEE $X,XXX,XXX $XXX,XXX.XX $X,XXX,XXX ESTIMATED COST (ODC) $X,XXX,XXX $XXX,XXX.XX $X,XXX,XXX ============ =========== ============ TOTAL $X,XXX,XXX $XXX,XXX.XX $X,XXX,XXX 2) The funding for the Task Order is hereby modified as follows: FROM BY TO FUNDED COST $X,XXX,XXX $XXX,XXX $X,XXX,XXX FUNDED FEE $X,XXX,XXX $XXX,XXX $X,XXX,XXX FUNDED COST (ODC) $X,XXX,XXX $XXX,XXX $X,XXX,XXX ============= ============ ============== TOTAL $X,XXX,XXX $XXX,XXX $X,XXX,XXX 3) This Task Order is incrementally funded and FAR Clause titled "Limitation of Funds" (APR 1984) is applicable and in effect. The amount of funding, which includes a fixed fee of is the maximum amount reimbursable under this Order prior to its modification to provide additional funds. The amount of shall not be exceeded until this Order is modified to provide additional funding. This amount shall only be exceeded at the Contractor's own risk and the Government shall not be liable for costs incurred above the funded amount. The Contractor shall notify the Contracting Officer, in writing, whenever it has reason to believe that the costs it expects to incur under this Order in the next 60 days, when added to all costs previously incurred, will exceed 75 percent of the funded amount for this Task Order. 4) The period of performance has been corrected in Section F Deliverables or Performance. Please see Section F for details. 5) The new Contract Specialist name and contact information has been added to Section G Contract Administration Data. Please see Section G for details. A conformed copy of this Task Order is attached to this modification for information purposes only.

3 1 of 28 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 TERM FORM TASK LH ORDER - See FAR (d)(2) Provide services for Install, Repair, Convert and Maintain Shipboard Systems and Equipment, per Section C and the attached Contract Data Requirements List (CDRL). Travel is estimated at $XXX,XXX annually, Material is estimated at $XXX,XXX annually. These amounts should be added to the contractor's proosal. (OTHER) Incremental Funding $XXX,XXX PR# ACRN: AA (OTHER) Incremental Funding $XXX,XXX PR# ACRN:AB (OTHER) Incremental Funding $XXX,XXX PR# ACRN: AC (OTHER) Incremental Funding $XXX,XXX PR# ACRN: AD (OTHER) Incremental Funding $XXX,XXX PR# ACRN: AD (OTHER) Incremental Funding $XXX,XXX

4 2 of 28 PR# ACRN: AD (OTHER) 1001 TERM FORM TASK LH ORDER - See FAR (d)(2) Provide services for Install, Repair, Convert and Maintain Shipboard Systems and Equipment, per Section C and the attached Contract Data Requirements List (CDRL). Travel is estimated at $XXX,XXX annually, Material is estimated at $XXX,XXX annually. These amounts should be added to the contractor's proosal. (OTHER) Incremental funding ACRN:AD PR# $XXX,XXX (OTHER) Incremental funding ACRN:AD pr# $XXX,XXX (OTHER) 1002 TERM FORM TASK LH ORDER - See FAR (d)(2) Provide services for Install, Repair, Convert and Maintain Shipboard Systems and Equipment, per Section C and the attached Contract Data Requirements List (CDRL). (OTHER) Incremental funding ACRN:AE PR# $XXX,XXX (OTHER) Incremental funding ACRN:AE PR# $XXX,XXX (OTHER)

5 3 of 28 For ODC Items: Item Supplies/Services Qty Unit Est. Cost Other Direct Cost 1.0 Lot - Travel $XXX,XXX and Materials $XXX,XXX for the Second Award Term. (OTHER) Incremental Funding $XXX,XXX PR# ACRN: AE (OTHER) For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF TERM FORM TASK LH ORDER - See FAR (d)(2) Provide services for Install, Repair, Convert and Maintain Shipboard Systems and Equipment, per Section C and the attached Contract Data Requirements List (CDRL). (OTHER) Option 4001 TERM FORM TASK LH ORDER - See FAR (d)(2) Provide services for Install, Repair, Convert and Maintain Shipboard Systems and Equipment, per Section C and the attached Contract Data Requirements List (CDRL). (OTHER) Option For ODC Items: Item Supplies/Services Qty Unit Est. Cost Other Direct Cost 1.0 Lot - Travel

6 4 of 28 $XXX,XXX and Materials $XXX,XXX for the Third Award Term. (OTHER) Option 6001 Other Direct Cost 1.0 Lot - Travel $XXX,XXX and Materials $XXX,XXX for the Fourth Award Term. (OTHER) Option

7 5 of 28 SECTION C DESCRIPTIONS AND SPECIFICATIONS STATEMENT OF WORK FOR INSTALL, REPAIR, CONVERT, AND MAINTAIN SHIPBOARD SYSTEMS AND EQUIPMENT 14 April SCOPE The Diving Systems Fleet Support Branch (Code S14) of the Naval Surface Warfare Center Panama City (NSWC PC) has been tasked by Coast Guard Engineering Logistics Center (USCG ELC) to manage the installation of Self Contained Breathing apparatus (SCBA) and ancillary equipment for fire fighting on various US Coast Guard cutters. These technical services will involve modification to Firefighting, Damage Control, and Personnel Protection modifications. NSWC PC Code S14, requires support to install SCBA s, hatches, Breathing Air Compressors (BAC) and ancillary equipment aboard a variety of Coast Guard boats and cutters. The support will require the trades of welder, ship fitter pipe fitter, electrician, and painter depending on the nature of the installation. In addition, an onsite team leader will be required as well as a full time program manager to oversee the contractors efforts. The contractor will be required to install various SCBA and SCBA cylinder stowage lockers, various compressor and bulk fill systems and various water tight hatches. The contractor will also be required to remove and relocate interferences on an as needed basis. The contractor shall arrange for packaging materials and shipment of OBA s and OBA canisters from the location of the cutter to a location in Panama City, Fl. The contractor shall read and interpret drawings provided by the government for the installation of the equipment. In the case of a conflict between the drawings and the actual vessel layout, the government representative shall provide guidance. The support of this installation effort must be done in a timely, efficient and cost effective manner which will lead to significant and real reductions in expenditures with minimal impact on ship routine and evolution. 2.0 APPLICABLE DOCUMENTS The following documents, of the exact issue shown, form a part of this statement of work (SOW) to the extent specified herein. In the event of conflict between the documents referenced and the contents of this SOW, the SOW shall supersede. Second tier and lower references, (i.e., those referenced in the primary references) shall be used for guidance only. 2.1 Military Standards a) MIL-STD-1622B Cleaning of Shipboard Compressed Air Systems (cleanliness criteria only) b) DOD STD 2003, -1, -2, -3, -4 and 5 for electrical work. 2.2 Military Specifications a) MLCA STD SPEC 0000_STD General Requirements

8 6 of 28 b) MLCA STD SPEC 6341_STD Renew Deck Covering Systems c) MLCA STD SPEC 6300_STD Preserve Ship Structures d) MLCA STD SPEC 0740_STD Welding And Allied Processes 2.3 Other Documents a) COMDTINST M B Coatings and Color Manual b) National Fire Protection Association (NFPA), 70, National Electric Code (NEC), 1999 Edition c) National Fire Protection Association (NFPA), 312, Fire Protection of Vessels During Construction, Repair, and Lay- Up, 2000 Edition d) NFPA 306 Standard for the Control of Gas Hazards on Vessels 2003 Edition e) ISO 9001 certification f) 29CFR ; 46CFR (C)(1); 46CFR (C)(1); 46CFR (C)(1); 46CFR91.5-1(C) for hot work guidelines g) USCG Marine Safety Manual Vol II Ch 5 (hot work for marine chemist) 3.0 REQUIREMENTS 3.1 Ship Check Support The contractor shall provide support for each ship check to be conducted as indicated in the table below. The contractor will assist the government representative in determining and documenting the differences between the installation drawings and the actual layout of the vessel. The contractor will assist the government representative with determining solutions to installation problems identified during the ship check. The contractor shall document in writing and with digital pictures, what is expected to be involved for their part for that particular installation. This information will be used by the contractor to prepare for the installation so as to avoid any delays in timely completion of the installation. This is estimated to require 234 total hours of the task managers time. Location Ship Check Class # of trips # of people Seattle, Wa Seattle, Wa Seattle, Wa San Diego, Ca Alameda, Ca Honolulu, Hi Wilmington, NC

9 7 of 28 Galveston, Tx Cape May, NJ Bayonne, NJ Rockland, Me Portland, Me Baltimore, Md Ketchikan, Ak Portsmouth, Va St Petersburg, Fl Mobile, Al Philadelphia, Pa Galveston, Tx Mayport, Fl Everett, Fl San Pedro, Ca New Port, RI Sault St Marie, MI Detroit, MI St Ignace, MI Cleveland, OH New London, Ct Bayonne, NJ Rockland, Me Miami Beach, Fl Portsmouth, Va New Orleans, La Installation Support

10 8 of 28 The contractor shall provide a team of appropriate size and skill set to accomplish each installation within the available time as determined by the government program manager. The estimated hours per year required are 1446 hours of task manager support, 1800 hours of team leader support, 2900 hours of welding support, 3180 hours of ship fitter support, 710 hours of pipefitter support, 1200 hours of painter support, 800 hours of electrician support, 45 hours of supply technician support and 710 hours of quality assurance support The Contractor shall provide technical personnel, tooling, equipment and facilities to accomplish equipment testing, removal, modification and installation activities in accordance with standards and specified practices as tasked in GFI for individual installations The Contractor shall support alteration installations of equipment on Coast Guard vessels, and shore commands The Contractor shall complete and operationally pre- and post-test all alteration package installations including connections to all utility sources, controls, and emergency shutdown devices The Contractor shall provide the necessary shop facilities to prefabricate parts and components, and assemble material as tasked by the government representative The Contractor shall be self sufficient with onsite fabrication support The Contractor shall comply with applicable shipboard industrial safety and environmental control regulations including local (i.e., ship, base, or station) requirements The Contractor shall conform to shipboard regulations with regard to cleanliness, personnel conduct, and ship s security and integrity during the alteration The Contractor shall provide verification of certification for welders and pipe fitters and ensure that certified personnel carry a copy of their certification at all times during the alteration The Contractor shall rehabilitate affected spaces to original or equivalent condition The Contractor shall clean, prepare, prime, and paint the new and disturbed surfaces to match surrounding areas The Contractor shall replace all deck coverings and insulation damaged incidental to installation The Contractor shall replace all damaged deck covering with matching styles, colors, and grades if more than forty (40) percent of the deck surface area is damaged The Contractor shall repair all damaged lagging and install new lagging where appropriate The Contractor shall prepare and attach applicable labeling/tagging to power panels, piping, data cables, power cables, compressor locations and SCBA/cylinder stowage locations The Contractor shall perform a thorough cleaning of the affected spaces both daily and at the conclusion of the installation The Contractor shall ensure that all work has been accomplished in accordance with approved drawings, applicable standards, and specifications (to be provided as Government Furnished Information) The Contractor shall develop and maintain a NAVSEA or cognizant agency approved quality assurance program The Contractor shall provide a marine chemist and competent person for gas free engineering. The site foreman will be qualified as operator for the gas free equipment/instruments. The Site Foreman shall be responsible for coordinating gas free efforts with the ship s force gas free engineer, alteration installation team, and the contractor

11 9 of 28 gas free engineer by insuring the required tests are conducted. The contractor shall also insure that the required paper work is properly filled out with signatures of shipboard gas free engineer in accordance with shipboard instructions and regulation. The Site Foreman shall relay all information via telephone or facsimile machine to the contractor gas free engineer for record keeping purposes and addition to the alteration completion forms at the completion of the alteration installation and he must have the ability to operate combustion Gas Protection. If the space has been gas freed for some other reason, the site foreman shall contact the shipboard gas free engineer and gain authorization prior to welding within that space The contractor shall provide a Gas Free Engineer who shall be responsible for training and certification of the site foreman. The Gas Free Engineer shall be responsible for all record keeping of gas free and welding authorization paper work and shall also be available for consultation with the site foreman in the areas of shipboard safety and any problems that arise prior to and during actual welding processes The Contractor shall ensure the proper continuity in cables and correctness of electrical hookup of auxiliary equipment and fluid systems after alteration package installations The Contractor shall conduct chalk testing of watertight hatches The Contractor shall ensure proper input and output power levels The Contractor shall perform nondestructive testing of weld joints when required The Contractor shall ensure proper piping system installation and testing. This shall include a certification notebook for all aspects of high pressure piping installation The Contractor shall prepare alteration completion reports and corrected drawings for each hull showing any deviations from alteration plans and provide them to the government representative from NSWC PC and the ship The contractor shall travel to the following locations to change out existing MDL-9 locker brackets with new ones. This will require an estimated 130 hours of a ship fitters time. Brackets and mounting hardware are GFI. The contractor shall be responsible for disposal of the old brackets. Location Ship Class # of People # of Trips Seattle, Wa Alameda, Ca Installation Completion Reports The contractor shall provide a completion report at the conclusion of each installation containing information on the work accomplished. This is expected to require an estimated 320 hours of a administrative assistant. 3.4 Travel Travel will be required to each Coast Guard boat or cutter requiring installation. Combinations of the disciplines of team leader, welder, ship fitter, pipe fitter, painter, electrician and quality assurance will be necessary for these trips. The number of trips to each destination specified below may be varied as program requirements dictate, provided that the total estimated travel cost is not exceeded. However, under no circumstances may the contractor travel to a destination other those one of those specified above without the expressed written consent of the Contracting Officer. The locations and number of trips are estimated as follows: Location SCBA Installations Hatches Class # of trips # of people # of Trips # per Trip # of people Seattle, Wa

12 10 of 28 Seattle, Wa Seattle, Wa San Diego, Ca Alameda, Ca Alameda, Ca Honolulu, Hi Wilmington, NC Galveston, Tx Cape May, NJ Bayonne, NJ Rockland, Me Portland, Me Baltimore, Md Ketchikan, Ak Portsmouth, Va St Petersburg, Fl Mobile, Al Philadelphia, Pa Galveston, Tx Mayport, Fl Everett, Fl San Pedro, Ca New Port, RI Sault St Marie, MI Detroit, MI St Ignace, MI Cleveland, OH

13 11 of 28 New London, Ct Bayonne, NJ Rockland, Me Miami Beach, Fl Portsmouth, Va New Orleans, La Demopolis, Al WLR Omaha, NE WLR Sallisaw, OK WLR Dubuque, IA WLR Buchanan, TN WLR St. Louis MO WLR Vicksburg, MS WLR Pine Bluff, AR WLR Greenville, MS WLR Hickman, KY WLR Natchez, MS WLR Charleston, SC WLIC Mayport, Fl WLIC Baltimore, MD WLIC Corpus Christi, TX WLIC Galveston, TX WLIC Mobile, Al WLIC Buchanan, TN WLR Owensboro, KY WLR Keokuk, IA WLR Sewickley, PA WLR

14 12 of 28 East Peoria, IL WLR Seattle, WA WLI Petersburg, AK WLI Philadelphia, PA WYTL Rockland, ME WYTL Southwest Harbor, ME WYTL Boston, MA WYTL South Portland, ME WYTL Bayonne, NJ WYTL Saugerties, NY WYTL New Haven, CT WYTL Philadelphia, PA WYTL Newport, RI WLB Honolulu, HI WLB Atlantic Beach, NC WLB Kodiak, AK WLB Sitka, AK WLB San Francisco, CA WLB Cordova, AK WLB Mobile, AL WLB Charleston, SC WLB Homer, Ak WLB Astoria, Or WLB Port Huron, Mi WLB Agana, Guam WLB Duluth, Mn WLB Prototyping Support

15 13 of 28 The Contractor shall design, fabricate, and test proposed alteration modifications by prototyping the design concept to determine its adequacy in meeting functional and fabrication requirements, provide design change recommendations, fabricated prototype parts, recommended test plans and prototype test results. This does not mean however that NSWC PC will only use this contractor for prototype development work. This is estimated to require 400 hours of a welders time. 3.6 Material Support To the extent this contract includes the installation of prototypes, the contractor will be expected to provide the materials (above incidentals) whereby the fabrication/alteration can be accomplished The Contractor shall provide, procure, store, and stage incidental material identified in the applicable alteration/modification documentation The Contractor shall provide temporary storage for Government Furnished Material (GFM) as provided for the applicable alteration/modification package. This storage is not expected to exceed 1000ft The Contractor shall provide for the transportation of material between the contractor's storage facility, and government storage facilities The contractor shall be prepared to provide some additional material which may not be identified in the installation drawings. This may occur when unexpected changes have to be made to the installation during the course of the installation. This is not expected to exceed $ per installation The Contractor shall pay for shipment of OBA and OBA canisters from each installation location to Panama City Fl. The installation locations along with the number of OBA s and canisters that are predicted to need to be shipped are provided in the following table. An OBA weighs 16.5 lbs and a canister weighs 4.7 lbs. This will require an estimated 320 hours of supply technician support. Location SCBA Installations Class # of OBA s # of Canisters Seattle, Wa Seattle, Wa San Diego, Ca Alameda, Ca Honolulu, Hi Wilmington, NC Galveston, Tx Cape May, NJ Bayonne, NJ Rockland, Me Portland, Me Baltimore, Md

16 14 of 28 Ketchikan, Ak Portsmouth, Va St Petersburg, Fl Mobile, Al Philadelphia, Pa Galveston, Tx Mayport, Fl Everett, Fl San Pedro, Ca New Port, RI Sault St Marie, MI Detroit, MI St Ignace, MI Cleveland, OH New London, Ct Bayonne, NJ Rockland, Me Miami Beach, Fl Portsmouth, Va New Orleans, La Demopolis, Al WLR Omaha, NE WLR Sallisaw, OK WLR Dubuque, IA WLR Buchanan, TN WLR St. Louis MO WLR Vicksburg, MS WLR

17 15 of 28 Pine Bluff, AR WLR Greenville, MS WLR Hickman, KY WLR Natchez, MS WLR Charleston, SC WLIC Mayport, Fl WLIC Baltimore, MD WLIC Corpus Christi, TX WLIC Galveston, TX WLIC Mobile, Al WLIC Buchanan, TN WLR Owensboro, KY WLR Keokuk, IA WLR Sewickley, PA WLR East Peoria, IL WLR Seattle, WA WLI Petersburg, AK WLI Philadelphia, PA WYTL Rockland, ME WYTL Southwest Harbor, ME WYTL Boston, MA WYTL South Portland, ME WYTL Bayonne, NJ WYTL Saugerties, NY WYTL New Haven, CT WYTL Philadelphia, PA WYTL Program Reviews

18 16 of 28 The Contractor shall attend and support informational meetings with various Government personnel to discuss the direction, progress, and/or problems that occur during the contract period of performance. This will require an estimated 400 hours of task manager support. Location # of trips # of consecutive days in trip # persons per trip Baltimore, Md Washington, DC Monthly Status Report The contractor shall prepare a monthly status report that documents the status of contractor effort towards achieving contract objectives. The report shall identify accomplishments to date and difficulties encountered, and compare the status achieved to planned goals and the resources expended. The status report shall also include a detail listing of all material purchases, including the specific cost of each item procured. 4.0 GOVERNMENT FUNRISHED INFORMATION (GFI) NSWC PC, Code S14 will provide all GFI to enable the Contractor to satisfactorily complete the task. All GFI shall be returned to NSWC PC at the completion of the task and will be noted in the final report. The following GFI shall be provided to the Contractor: Coast Guard cutter drawings Timeline of installations All GFI shallwill be returned to NSWC PC at the completion of the task. 5.0 DELIVERIES All data deliverables shall be submitted in accordance with the attached DD Form Minimum Protection Requirements for Controlled Unclassified Information: Security classification guides (OPNAVINST 5513 series) and unclassified limited documents (e.g., FOUO, Distribution Statement Controlled) are not authorized for public release and, therefore, cannot be posted on a publicly accessible webserver or transmitted over the Internet unless appropriately encrypted. 6.0 PERIOD OF PERFORMANCE The period of performance for the base year shall be one year from award of task order. In addition, 4 award terms of 1 year each, may be earned. 7.0 SECURITY All work on this task shall be Unclassified. 8.0 DISTRIBUTION LIMITATIONS STATEMENT Technical documents generated under this deliver order shall be marked with the following Distribution Limitation Statement. Existing logs, files, or documentation maintained need not be marked. DISTRIBUTION C: DISTRIBUTION AUTHORIZED TO U.S. GOVERNMENT AGENCIES AND THEIR CONTRACTORS; ADMISTRATION OR OPERATIONS USE (DATE STATEMENT APPLIED). OTHER REQUESTS FOR THIS DOCUMENT SHALL BE REFERRED TO COMMANDING OFFICER, COAST GUARD ENGINEERING

19 17 of 28 LOGISTICS CENTER, BALTIMORE, MD, DESTRUCTION NOTICE - FOR CLASSIFIED DOCUMENTS, FOLLOW PROCEDURES IN DOD M, NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL, CHAPTER 5, SECTION 7 OR DOD R, INFORMATION SECURITY PROGRAM REGULATION. FOR UNCLASSIFIED, LIMITED DOCUMENTS, DESTROY BY ANY METHOD THAT WILL PREVENT DISCLOSURE OF CONTENTS OR RECONSTRUCTION OF THE DOCUMENT. 9.0 RELEASE OF INFORMATION All technical data provided to the Contractor by the Government will be protected from public disclosure in accordance with markings contained thereon. All other information relating to the items to be delivered or services to be performed under this contract may not be disclosed by any means without prior approval of the authorized representative of the Contracting Officer. Dissemination or public disclosure includes, but is not limited to, permitting access to such information by foreign nationals or by any other person or entity; publication of technical or scientific papers, advertising, or any other proposed public release. The Contractor shall provide adequate physical protection to such information so as to preclude access by any person or entity not authorized such access by the Government PERFORMANCE BASED REQUIREMENTS This requirement is performance based. The incentive for satisfactory or better performance is contained in the order (award term provisions). The Government Technical POC will report the quality of performance to the PCO not later than 45 days prior to the completion of each performance period (base or option) during the order or sooner, if required, to correct less than satisfactory performance.

20 18 of 28 SECTION D PACKAGING AND MARKING Packaging and marking if applicable, shall be in accordance with best commercial practices.

21 19 of 28 SECTION E INSPECTION AND ACCEPTANCE Inspection and acceptance of deliverables will be by Government personnel at the Naval Surface Warfare Center Panama City FL

22 20 of 28 SECTION F DELIVERABLES OR PERFORMANCE CLIN - DELIVERIES OR PERFORMANCE SHIP TO ADDRESS Naval Support Activity Panama City Attn: Receiving Officer 101 Vernon Ave Panama City Beach FL FOB: Destination PERIOD OF PERFORMANCE The period of performance for the base period shall be from the date of award through one year thereafter, with four award terms. Each award term period, which if awarded, extends the period of performance by 12 months. Award Term periods are executed on the basis of a satisfactory or better performance rating IAW the Award Term Clause and Plan for this Task Order. Currently, the period of performance for this Task Order is 17 July 2006 to 16 July 2009 (Base period plus Award Terms 01, and 02).

23 21 of 28 SECTION G CONTRACT ADMINISTRATION DATA CONTRACT SPECIALIST Kayla Nelson, Code B32 Naval Surface Warfare Center Panama City 110 Vernon Ave Panama City FL kayla.m.nelson@navy.mil Phone: (850) Task Order Manager Carl Smith, Code S14 Naval Surface Warfare Center Panama City 110 Vernon Ave Panama City FL carleton.smith@navy.mil Phone: (850) INVOICING INSTRUCTIONS (a) The contractor shall submit vouchers on Standard Form 1034 not more often than once a month. The vouchers shall contain the following statement signed by an authorized company representative: This is to certify that the services set forth herein were performed during the period stated. Contractor s Authorized Representative Date of Invoice/Voucher (b) The vouchers shall be prepared in accordance with this clause and the clauses entitled Allowable Cost and Payment (FAR ) and Fixed Fee (FAR ), and shall include: (1) Contract and order number (2) Identify CLIN/SubCLIN/Technical Instruction No. being billed.

24 22 of 28 (3) Costs incurred and fixed fee billed. (4) Direct labor hours by labor category. (5) Other direct costs to be specified and substantiated. (c) The contractor shall submit the original plus one copy of each voucher to DCMA identified in Block 6 on the first page of the task order. A copy shall be send to the Contract Specialist and the Task Order Manager (TOM) identified in Section G. The DCMA Contracting Officer will certify all approved vouchers, and forward them electronically to the cognizant paying office for payment. (d) The TOM will review his copy of the voucher and notify the Contract Specialist of any deficiencies. The Contract Specialist will be responsible for letting the DCMA Contracting Officer know about any deficiencies and they will take an appropriate offset on a subsequent voucher and notifying the contractor in writing of the action taken. The contractor shall be required to resolve the billing discrepancy with the DCMA Contracting Officer and resubmit a separate voucher covering any disputed portion. Accounting Data SLINID PR Number Amount LLA : AA 97X4930 NH1E F S4C06AC100 MOD LLA : AB B LC HSCG4006X60517 ACRN: AA MOD LLA : AB B LC HSCG4006X60517 ACRN: AA LLA : AC 97X4930 NH1E F S4C06AEE06 MOD LLA : AD 97X4930 NH1E F S4C07AC100 MOD LLA : AD 97X4930 NH1E F S4C07AC100 MOD LLA : AD 97X4930 NH1E F S4C07AC100

25 23 of 28 MOD LLA : AD 97X4930 NH1E F S4C07AC100 MOD LLA : AD AA 97X4930 NH1E F S4C06AC100 MOD LLA : AE 97X4930 NH1D F S4C08AC100 MOD LLA : AE 97X4930 NH1E F S4C08AC LLA : AE 97X4930 NH1E F S4C08AC100

26 24 of 28 SECTION H SPECIAL CONTRACT REQUIREMENTS Key Personnel Clause (a) The Contractor agrees that a partial basis for award of this contract is the list of key personnel proposed. Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submitted with the proposal necessary to fulfill the requirements of the contract. No substitution shall be made without prior notification to and concurrence of the Contracting Officer in accordance with this requirement. (b) The contractor agrees that during the first 120 days of the period of performance no key personnel substitutions will be permitted unless such substitutions are necessitated by an individual's sudden illness, death, or termination of employment. All proposed substitutions shall have qualifications equal to or higher than the qualifications of the person to be replaced. The Contracting Officer shall be notified in writing of any proposed substitution at least fifteen (15) days, or thirty (30) days if a security clearance is to be obtained, in advance of the proposed substitution. Such notification shall include: (1) An explanation of the circumstances necessitating the substitution; (2) A complete resume of the proposed substitute; (3) The hourly rates of the incumbent and the proposed substitute; and (4) Any other information requested by the Contracting Officer to enable him/her to judge whether or not the Contractor is maintaining the same high quality of personnel that provided the partial basis for award. (c) In the event a requirement to increase the specified level of effort for a designated labor category, but not the overall level of effort of the contract, occurs, the Contractor shall submit to the Contracting Officer a written request for approval to add personnel to the designated labor category. The same information as specified in paragraph (b) above is to be submitted with the request. (d) The Contracting Officer shall evaluate requests for changes in personnel and promptly notify the Contractor, in writing, whether the request is approved or disapproved. Upon contract award, the desired qualifications as stated herein, will become minimum qualifications for any growth in Key Personnel categories beyond those individuals originally proposed. Resumes (in the format provided in the clause RESUME FORMAT AND CONTENT REQUIREMENTS) shall be submitted to the Contracting Officer, and approved, prior to the individual being allowed to charge to the contract. Changes in Key Personnel Clause Requests for post award approval of additional and/or replacement key and non-key personnel may be submitted via . submissions shall be made simultaneously to the Contract Specialist [*] and the Contracting Officer's Representative (COR) [*]. Electronic notification via from the Contract Specialist will serve as written approval/disapproval on behalf of the Contracting Officer. NAVSEA SUBSTITUTION OF PERSONNEL (SEP 1990) (a) The Contractor agrees that a partial basis for award of this contract is the list of key personnel proposed. Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submitted with the proposal necessary to fulfill the requirements of the contract. No substitution shall be made without prior notification to and concurrence of the Contracting Officer in accordance with this requirement. (b) All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person to be replaced. The Contracting Officer shall be notified in writing of any proposed substitution at least forty-five (45)

27 25 of 28 days, or ninety (90) days if a security clearance is to be obtained, in advance of the proposed substitution. Such notification shall include: (1) an explanation of the circumstances necessitating the substitution; (2) a complete resume of the proposed substitute; and (3) any other information requested by the Contracting Officer to enable him/her to judge whether or not the Contractor is maintaining the same high quality of personnel that provided the partial basis for award. TECHNICAL GUIDANCE The Task Order Manager (TOM) will provide guidance to the contractor regarding the requirements of the Statement of Work (SOW). Such guidance may be needed to prioritize work or initiate specific tasking within broad task areas. Under no circumstances may the TOM direct the contractor to perform work outside the scope of the SOW. The contractor is responsible for notifying the Contracting Officer if it believes it has received direction to perform work that is out of scope. Technical guidance will normally occur through day-to-day verbal communication between the TOM and the contractor s program management personnel. However, written Technical Instructions may be issued at the TOM s discretion. Technical Instructions might be needed to clarify unusually complex requirements, or simply to initiate a written record of guidance that the TOM feels is particularly important. Technical Instructions will be numbered sequentially and will be in the format provided by the Contracting Officer. AWARD TERM CLAUSE In addition to the terms and conditions set forth elsewhere in this order, the contractor may earn an award term incentive consisting of an extension to the order period from the minimum one (1) year to a maximum of five (5) years on the basis of performance. For each year of the order, contractor performance is evaluated and ratings are assigned based on how well the contractor has performed. If ratings are positive for Year 1, the contractor earns Year 2; if ratings are positive for Year 2, the contractor earns Year 3, and so on up to the maximum of five (5) years. But if ratings are negative for any year, then the order is ended. The evaluation criteria and the award term procedures are described in the Award Term Plan. AWARD TERM PLAN The Government will assess the quality of the Contractors performance as follows: a. Evaluation Criteria. The evaluation criteria are as follows: Quality of product or service Schedule Cost control / achieving guarenteed savings Business Relations Management of Key Personnel b. Ratings. The adjective ratings used are unsatisfactory, marginal, satisfactory, very good and exceptional. The contractor must receive a rating of satisfactory or better on each of the above evaluation criteria in order to earn the award-term incentive. A rating of less than satisfactory on any of the above criteria will result in the incentive not being earned. c. Evaluation Period. Each year of the order shall be equivalent to one (1) evaluation period. Interim evaluations will also be conducted as described below. d. Personnel. The Government evaluation team shall consist of an Assessing Official, performance monitors, and a Reviewing Official.

28 26 of 28 (1) Assessing Official. The Assessing Official considers all information from performance monitors and other pertinent sources and prepares written reports evaluating the contractor s performance. (2) Performance Monitors. Performance monitors monitor the contractor s performance at the task order level and provide input to the Assessing Official to be used in preparing performance reports. Monitors may provide written and verbal input as directed by the Assessing Official. (3) Reviewing Official. The Reviewing Official is responsible for reconciling any disagreements between the Assessing Official and the contractor, and for finalizing ratings and closing reports whenever such disagreements exist. e. Interim Evaluations. An interim evaluation shall be conducted at the midpoint (i.e., six months) of each evaluation period. No later than 15 calendar days after the midpoint of the evaluation period, the Assessing Official shall notify the Contracting Officer of the contractor s current strengths and weaknesses on the basis of inputs from the performance monitors and other pertinent sources. The Contracting Officer will then issue a letter to the contractor describing the strengths and weaknesses identified by the Assessing Official. The Contracting Officer may also issue letters at any time when it is deemed necessary to highlight areas of Government concern. f. End-of-Period Evaluations. No later than 15 calendar days prior to the end of the evaluation period, the Assessing Official shall initiate a report covering the entire evaluation period and submit that report to the contractor for review and comment. The contractor shall review the report and provide comments to the Assessing Official within 10 calendar days. If the contractor concurs with the ratings in the report, then the Assessing Official will finalize the ratings and close the report. If the contractor does NOT concur with ratings, then the Assessing Official will forward the report to the Reviewing Official. The Reviewing Official will then reconcile any disagreements between the Assessing Official and the contractor, finalize the ratings, and close the report. All reports must be closed no later than the final day of the evaluation period. Once the report is closed, the ratings are not subject to dispute by either party. g. Award-Term Incentive Determination. As stated above, the contractor must receive a rating of satisfactory or better on each of the evaluation criteria in order to earn the award-term incentive. The Contracting Officer will review the closed report to determine if the award term incentive has been earned. If the incentive has been earned, then the Contracting Office will issue a modification to exercise the option for the next year of the order. If the incentive has not been earned, then the option for the next year will not be exercised and the order will be ended. h. Changes to the Award-Term Plan. This Award-Term Plan is a part of the order and can only be changed by a bi - lateral modification to the order. Either party may propose a change to the Award-Term Plan at any time. However, if either party desires a change to the plan and a mutual agreement cannot be reached, then this original Award-Term Plan will remain in full effect.

29 27 of 28 SECTION I CONTRACT CLAUSES Clauses in Section I of the basic contract apply as well as the following clauses set forth there Service Contract Act (1965) Statement of Equivalent Rates for Federal Hires May 1989 In compliance with the Service Contract Act of 1965, as amemded, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identified the classes of service employees expected to be employed under the contract and states the wages and fringe benefits apyable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C or This Statement is for Information Only IT IS NOT A WAGE DETEMINATION Employee Class Monetary Wage/ Fringe Benefit Welder WG-3, Step 3 Ship Fitter WG-3, Step 3 Pipe Fitter WG-3, Step 3 Painter WG-3, Step 3 Electrician WG-3, Step 3 Quality Assurance WG-3, Step 3 Supply Technician GS-7, Step Service Contract Act (1965)

30 28 of 28 SECTION J LIST OF ATTACHMENTS CDRLS, DD FORM 1423 Wage Determination No Rev (08) Technical Instruction TI dated 13 July 06 Revised Statement of Work dated 09 July 07 Revised CDRL's dated 09 July 07 Technical Instruction TI dated 16 July 07 Technical Instruction TI dated 15 September 2008

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

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

More information

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

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 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

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

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

More information

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

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

More information

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

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

More information

NVIC Dec NAVIGATION AND VESSEL INSPECTION CIRCULAR NO Electronic Version for Distribution Via the World Wide Web

NVIC Dec NAVIGATION AND VESSEL INSPECTION CIRCULAR NO Electronic Version for Distribution Via the World Wide Web NVIC 18-82 21 Dec 1982 NAVIGATION AND VESSEL INSPECTION CIRCULAR NO. 18-82 Electronic Version for Distribution Via the World Wide Web Subj: Form B Load Lines; Procedures for Issuance of Certificates 1.

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

ACRP AMBASSADOR PROGRAM GUIDELINES

ACRP AMBASSADOR PROGRAM GUIDELINES ACRP AMBASSADOR PROGRAM GUIDELINES The Airport Cooperative Research Program (ACRP) is an industry-driven, applied research program that develops near-term, practical solutions to problems faced by airport

More information

Report to Congressional Defense Committees

Report to Congressional Defense Committees Report to Congressional Defense Committees The Department of Defense Comprehensive Autism Care Demonstration December 2016 Quarterly Report to Congress In Response to: Senate Report 114-255, page 205,

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

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

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) 16-Jun-2017 1300630850 N/A 6. ISSUED

More information

Subj: STABILITY RELATED REVIEW PERFORMED BY THE AMERICAN BUREAU Of SHIPPING FOR U.S. FLAG VESSELS

Subj: STABILITY RELATED REVIEW PERFORMED BY THE AMERICAN BUREAU Of SHIPPING FOR U.S. FLAG VESSELS Commandant United States Coast Guard 2100 Second Street, SW Washington, DC 20593-0001 Staff Symbol: G-MSE-2 Phone: (202) 267-2988 Fax: (202) 267-4816 COMDTPUB P16700.4 NVIC 3-97 NAVIGATION AND VESSEL INSPECTION

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

More information

Center for Clinical Standards and Quality /Survey & Certification

Center for Clinical Standards and Quality /Survey & Certification TO DEPARTMENT OF HEALTH & HUMAN SERVICES Centers for Medicare & Medicaid Services 7500 Security Boulevard, Mail Stop C2-21-16 Baltimore, Maryland 21244-1850 Center for Clinical Standards and Quality /Survey

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

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

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15 EXHIBIT A SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES Revised 3/10/15 TABLE OF CONTENTS 1.0 PURPOSE... 3 2.0 PROJECT APPROACH... 3 3.0 SCOPE... 5 4.0 LENGTH OF SERVICE... 6 5.0 PERFORMANCE OF THE

More information

Subj: CHANGE OR EXCHANGE OF COMMAND OF NUCLEAR POWERED SHIPS. Encl: (1) Engineering Department Change of Command Inspection List

Subj: CHANGE OR EXCHANGE OF COMMAND OF NUCLEAR POWERED SHIPS. Encl: (1) Engineering Department Change of Command Inspection List DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 5000.39C N133 OPNAV INSTRUCTION 5000.39C From: Chief of Naval Operations Subj: CHANGE

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

The MetLife Market Survey of Nursing Home & Home Care Costs September 2004

The MetLife Market Survey of Nursing Home & Home Care Costs September 2004 The MetLife Market Survey of Nursing Home & Home Care Costs September 2004 Mature Market Institute The MetLife Mature Market Institute is the company s information and policy resource center on issues

More information

MEMORANDUM Texas Department of Human Services * Long Term Care/Policy

MEMORANDUM Texas Department of Human Services * Long Term Care/Policy MEMORANDUM Texas Department of Human Services * Long Term Care/Policy TO: FROM: LTC-R Regional Directors Section/Unit Managers Marc Gold Section Manager Long Term Care Policy State Office MC: W-519 SUBJECT:

More information

The NALC Auxiliary Collection

The NALC Auxiliary Collection Finding Aid The NALC Auxiliary Collection 1905-1994 4.5 Linear Feet Accession No. 1922 1 The NALC Auxiliary Collection 1905-1994 Accession No. 1922 The records of the National Ladies Auxiliary, known today

More information

Mr. Bradley D. Taylor, Assistant Director SECNAV http://smallbusiness.navy.mil Report Documentation Page Form Approved OMB No. 0704-0188 Public reporting burden for the collection of information is estimated

More information

BUFFALO S SHIPPING POST Serving Napa Valley Since 1992

BUFFALO S SHIPPING POST Serving Napa Valley Since 1992 BUFFALO S SHIPPING POST Serving Napa Valley Since 1992 2471 Solano Ave Napa, CA 94558 707-226-7942 FAX: 707-226-1510 buffship.com October 21, 2017 RE: New Pricing Hi Everyone, Because of continual fuel

More information

Advanced Nurse Practitioner Supervision Policy

Advanced Nurse Practitioner Supervision Policy Advanced Nurse Practitioner Supervision Policy Supervision requirements for nurse practitioners (NP) fall into two basic categories: Full practice and collaborative practice, which requires a Collaborative

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

More information

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

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

More information

(a) Article 1. Awards Covered by Research General T&Cs. REFERENCE: ARTICLE 2(a)

(a) Article 1. Awards Covered by Research General T&Cs. REFERENCE: ARTICLE 2(a) U. S. ARMY RESEARCH OFFICE RESEARCH GENERAL TERMS AND CONDITIONS AGENCY SPECIFIC REQUIREMENTS 1 June 2009 Army Research Office Home Page http://www.aro.army.mil DoDGARS Part 32 http://www.dtic.mil/whs/directives/corres/html/321006r.htm

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

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO.: 1 Date: May 12, 2015 To: All Proposers From: Procurement Office RE: Questions and Answers RFP-DOT-14/15-9030-GH-ReAd: EMERGENCY MANAGEMENT SERVICES Notice

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

Governor s Office of Electronic Health Information (GOEHI) The National Council for Community Behavioral Healthcare

Governor s Office of Electronic Health Information (GOEHI) The National Council for Community Behavioral Healthcare Governor s Office of Electronic Health Information (GOEHI) The National Council for Community Behavioral Healthcare PBHCI Grantees by HHS Regions AK (2) OR WA (3) Region 10 6 Grantees ID MT Region 8 2

More information

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

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

More information

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

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

More information

Research Compliance Oversight in the Department of Veterans Affairs

Research Compliance Oversight in the Department of Veterans Affairs Research Compliance Oversight in the Department of Veterans Affairs Karen M. Smith, PhD Director, Midwestern Regional Office Office of Research Oversight Department of Veterans Affairs Health Care Compliance

More information

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee] PROJECT NUMBER _[project number]_ LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee] This Agreement is by and between

More information

Building Blocks to Health Workforce Planning: Data Collection and Analysis

Building Blocks to Health Workforce Planning: Data Collection and Analysis Building Blocks to Health Workforce Planning: Data Collection and Analysis Presented by: Jean Moore, DRPH Director October 22, 2015 Center for Health Workforce Studies School of Public Health University

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

Higher Education Employment Report

Higher Education Employment Report Higher Education Employment Report First Quarter 2017 / Published September 2017 Executive Summary The number of jobs in higher education increased 0.6 percent, or 22,100 jobs, during the first quarter

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

Policies for TANF Families Served Under the CCDF Child Care Subsidy Program

Policies for TANF Families Served Under the CCDF Child Care Subsidy Program Policies for TANF Families Served Under the CCDF Child Care Subsidy Program Sarah Minton, Christin Durham, Erika Huber, Linda Giannarelli Presentation for NAWRS/NASTA 2012 Context Many TANF families receive

More information

Trust Fund Grant Agreement

Trust Fund Grant Agreement Public Disclosure Authorized CONFORMED COPY GRANT NUMBER TF094521 GZ Public Disclosure Authorized Trust Fund Grant Agreement (Additional Financing for the Palestinian NGO-III Project) Public Disclosure

More information

DLA TROOP SUPPORT SUBSISTENCE INSPECTION MANUAL

DLA TROOP SUPPORT SUBSISTENCE INSPECTION MANUAL DLA TROOP SUPPORT M 4155.6 DLA TROOP SUPPORT M 4155.6 DLA TROOP SUPPORT-FTRE August 2011 DLA TROOP SUPPORT SUBSISTENCE INSPECTION MANUAL 4155.6 I. REFERENCES. The documents listed form the basis for the

More information

The CMS. Survey. Coordinator s. Handbook. Jeffrey T. Coleman

The CMS. Survey. Coordinator s. Handbook. Jeffrey T. Coleman The CMS Survey Coordinator s Handbook Jeffrey T. Coleman Table of contents About the author... iv Introduction... v Chapter 1: Know your surveyor... 1 Chapter 2: Know your survey... 5 Chapter 3: Know the

More information

Upgrading Voter Registration in Florida

Upgrading Voter Registration in Florida Upgrading Voter Registration in Florida David Becker Director, Election Initiatives 1 2012: Florida Snapshot Below National Average of 71.2% 2 Change in Voting Age Population (VAP), 2008-2012 U.S. Census

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

Preventive Controls for Animal Food Inspections and Compliance

Preventive Controls for Animal Food Inspections and Compliance Preventive Controls for Animal Food Inspections and Compliance Sonya Lambkin Division of Compliance Center for Veterinary Medicine, FDA FSMA Applicability to Animal Food Compliance Dates for Animal Food

More information

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

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

More information

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

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

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

More information

United States Property & Fiscal Officer (USPFO)

United States Property & Fiscal Officer (USPFO) United States Property & Fiscal Officer (USPFO) NGAUS 2017 Industry Partner Workshop 7 September 2017 This briefing is UNCLASSIFIED Doing business with The 54 What is a United States Property and Fiscal

More information

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF ENVIRONMENTAL PROTECTION BUREAU OF MINE SAFETY COAL MINE RESCUE TEAM AGREEMENT

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF ENVIRONMENTAL PROTECTION BUREAU OF MINE SAFETY COAL MINE RESCUE TEAM AGREEMENT COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF ENVIRONMENTAL PROTECTION BUREAU OF MINE SAFETY COAL MINE RESCUE TEAM AGREEMENT This AGREEMENT entered into by and between the Commonwealth of Pennsylvania, Department

More information

OFFICE OF NAVAL RESEARCH FOREIGN SYMPOSIUM GRANT INTERIM TERMS AND CONDITIONS (February 2015)

OFFICE OF NAVAL RESEARCH FOREIGN SYMPOSIUM GRANT INTERIM TERMS AND CONDITIONS (February 2015) OFFICE OF NAVAL RESEARCH FOREIGN SYMPOSIUM GRANT INTERIM TERMS AND CONDITIONS (February 2015) Forms: http://www.onr.navy.mil/contracts-grants/manage-grant/grants-forms-download.aspx Administering Grant

More information

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 PROPOSALS ARE DUE ON APRIL 27, 2018 BY 12:00 PM EST

More information

Request for Letters of Intent to Apply for 2017 Technology Initiative Grant Funding

Request for Letters of Intent to Apply for 2017 Technology Initiative Grant Funding This document is scheduled to be published in the Federal Register on 02/03/2017 and available online at https://federalregister.gov/d/2017-02249, and on FDsys.gov 7050-01 LEGAL SERVICES CORPORATION Request

More information

Rebates & Incentives - WTF. Lee Guthman February 28, 2012

Rebates & Incentives - WTF. Lee Guthman February 28, 2012 Rebates & Incentives - WTF Lee Guthman February 28, 2012 1 The dilemma we face 2 Who is GreenOhm? Mainstream benefits of energy efficient products and services Drive purchasing behavior for energy efficient

More information

National Committee for Quality Assurance

National Committee for Quality Assurance National Committee for Quality Assurance (NCQA) Private, independent non-profit health care quality oversight organization founded in 1990 MISSION To improve the quality of health care. VISION To transform

More information

NCHIP and NICS Act Grants Overview and Current Status

NCHIP and NICS Act Grants Overview and Current Status BUREAU OF JUSTICE STATISTICS NCHIP and NICS Act Grants Overview and Current Status Devon B. Adams Criminal Justice Data Improvement Program SEARCH Membership Group Meeting Nashville, TN - February, 2010

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

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

Licensee Requirements

Licensee Requirements Dear Licensing Applicant Thank you for your interest in the Indiana University Licensing program. Below you will find the requirements for all Licensees of Indiana University, our submission guidelines,

More information

Identification and Protection of Unclassified Controlled Nuclear Information

Identification and Protection of Unclassified Controlled Nuclear Information ORDER DOE O 471.1B Approved: Identification and Protection of Unclassified Controlled Nuclear Information U.S. DEPARTMENT OF ENERGY Office of Health, Safety and Security DOE O 471.1B 1 IDENTIFICATION

More information

THE UNDER SECRETARY OF DEFENSE 3010 DEFENSE PENTAGON WASHINGTON, DC

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

More information

Small Business and the Defense Industrial Base

Small Business and the Defense Industrial Base DoD Office of Small and Disadvantaged Business Utilization The Front Line of Innovation Small Business and the Defense Industrial Base Frank Ramos, Director Department of Defense Office of Small and Disadvantaged

More information

DoD-State Liaison Update NCSL August 2015

DoD-State Liaison Update NCSL August 2015 UNITED STATES DEPARTMENT OF DEFENSE DoD-State Liaison Update NCSL August 2015 Mr. Thomas Hinton On Behalf of Dr. Tom Langdon Director, State Liaison and Educational Opportunity Office of the Deputy Assistant

More information

Army Aviation and Missile Command (AMCOM) Corrosion Program Update. Steven F. Carr Corrosion Program Manager

Army Aviation and Missile Command (AMCOM) Corrosion Program Update. Steven F. Carr Corrosion Program Manager Army Aviation and Missile Command (AMCOM) Corrosion Program Update Steven F. Carr Corrosion Program Manager Report Documentation Page Form Approved OMB No. 0704-0188 Public reporting burden for the collection

More information

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

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

More information

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

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

More information

ASSE International Seal Control Board Procedures

ASSE International Seal Control Board Procedures ASSE International Seal Control Board Procedures 2014 PREAMBLE Written operating procedures shall govern the methods used for maintaining the product listing program and shall be available to any interested

More information

CHIEF NATIONAL GUARD BUREAU INSTRUCTION

CHIEF NATIONAL GUARD BUREAU INSTRUCTION CHIEF NATIONAL GUARD BUREAU INSTRUCTION NG-J1 CNGBI 9650.01A DISTRIBUTION: A NATIONAL GUARD JOINT DIVERSITY EXECUTIVE COUNCIL References: See Enclosure C. 1. Purpose. This instruction establishes the Joint

More information

MAY 2017 GUIDELINES FOR PREPARATION AND SUBMISSION OF SBIR PHASE II PROPOSALS

MAY 2017 GUIDELINES FOR PREPARATION AND SUBMISSION OF SBIR PHASE II PROPOSALS GUIDELINES FOR PREPARATION AND SUBMISSION OF SBIR PHASE II PROPOSALS CONTENTS SECTION 1 ELIGIBILITY AND LIMITATIONS... 1 SECTION 2 PROPOSAL PREPARATION... 2 A. GENERAL REQUIREMENTS... 2 B. TECHNICAL PROPOSAL...

More information

Defensive Documentation for Long-Term Care

Defensive Documentation for Long-Term Care Defensive Documentation for Long-Term Care Strategies for creating a more lawsuit-proof resident record Tra Beicher RNC, ARM, HRM, CWS Contents About the author............................................

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

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES Town of Derry, NH Office of the Finance Department Susan A. Hickey Chief Financial Officer susanhickey@derrynh.org REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES The Town of Derry, New

More information

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

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

More information

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail. April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,

More information

SETTLEMENT ADMINISTRATION STATUS REPORT NO. 2

SETTLEMENT ADMINISTRATION STATUS REPORT NO. 2 Case 2:05-md-01657-EEF-DEK Document 64857 Filed 03/19/14 Page 1 of 18 SETTLEMENT ADMINISTRATION STATUS REPORT NO. 2 MARCH 19, 2014 BROWNGREER PLC 250 Rocketts Way Richmond, VA 23231 www.browngreer.com

More information

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

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

More information

Role of State Legislators

Role of State Legislators Title text here NCSL Fall Forum Preconference Session: Quality & Consumer Issues in Medicaid Managed LTSS December 3, 2013 Wendy Fox-Grage Senior Strategic Policy Advisor AARP Public Policy Institute Role

More information

Request for Proposals (RFP) for Professional Design and Engineering Services

Request for Proposals (RFP) for Professional Design and Engineering Services Maine State Housing Authority Request for Proposals (RFP) for Professional Design and Engineering Services SCHEDULE Issued: Wednesday, January 10, 2018 On-Site Building Tour: Wednesday, January 24, 2018,

More information

UNITED STATES ARMY AVIATION and MISSILE LIFE CYCLE MANAGEMENT COMMAND CORROSION PROGRAM

UNITED STATES ARMY AVIATION and MISSILE LIFE CYCLE MANAGEMENT COMMAND CORROSION PROGRAM UNITED STATES ARMY AVIATION and MISSILE LIFE CYCLE MANAGEMENT COMMAND CORROSION PROGRAM Presented by: Ted Wiesner AMCOM Corrosion Program Office Corrosion Prevention and Control Center of Excellence Steven

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

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

The DD254 & You (SBIR)

The DD254 & You (SBIR) The DD254 & You Small Business Innovative Research (SBIR) Joyce K. Foca P-8A MMA Security Manager (301) 757-2961 joyce.foca@navy.mil Remember To do great important tasks, Three things are necessary.. 1.

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

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID For DSA PROJECT INSPECTOR (CLASS 1) Itliong Vera Cruz Middle School 21 st Century Classroom Building RFP # 779 DSA PROJECT INSPECTOR (CLASS 1) Itliong Vera Cruz Middle School 21 st Century Classroom Building

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

PART A. In order to achieve its objectives, this Code embodies a number of functional requirements. These include, but are not limited to:

PART A. In order to achieve its objectives, this Code embodies a number of functional requirements. These include, but are not limited to: PART A MANDATORY REQUIREMENTS REGARDING THE PROVISIONS OF CHAPTER XI-2 OF THE INTERNATIONAL CONVENTION FOR THE SAFETY OF LIFE AT SEA, 1974, AS AMENDED 1 GENERAL 1.1 Introduction This part of the International

More information

INTERNATIONAL INDUSTRIAL SECURITY REQUIREMENTS GUIDANCE ANNEX

INTERNATIONAL INDUSTRIAL SECURITY REQUIREMENTS GUIDANCE ANNEX AA-1 APPENDIX AA INTERNATIONAL INDUSTRIAL SECURITY REQUIREMENTS GUIDANCE ANNEX MULTINATIONAL INDUSTRIAL SECURITY WORKING GROUP MISWG Document Number 18 1 November 2007 INTERNATIONAL INDUSTRIAL SECURITY

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

Developmental screening, referral and linkage to services: Lessons from ABCD

Developmental screening, referral and linkage to services: Lessons from ABCD Developmental screening, referral and linkage to services: Lessons from ABCD J I L L R O S E N T H A L S E N I O R P R O G R A M D I R E C T O R N A T I O N A L A C A D E M Y F O R S T A T E H E A L T

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