39
1. CONTRACT NO. N00178-04-D-4089 2. DELIVERY ORDER NO. EHQ3 3. EFFECTIVE DATE 2013 Jun 04 4. PURCH REQUEST NO. N65540-11-NR-55028 5. PRIORITY DO-A3 6. ISSUED BY CODE N65540 7. ADMINISTERED BY CODE S3915A 8. DELIVERY FOB NSWC, CARDEROCK DIVISION, PHILADELPHIA NAVSSES Philadelphia PA 19112-1403 DCMA SURFACE COMMUNICATION AND SUPPORT SYSTEMS PHILADELPHIA 700 ROBBINS AVENUE, BLDG. 4-A, P.O. BOX 11427 PHILADELPHIA PA 19111-0427 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 4X596 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS NDI Engineering 100 Grove Rd. Thorofare NJ 08086-0518 X SMALL 12. DISCOUNT TERMS Net 30 Days WIDE AREA WORK FLOW SMALL DISADVANTAGED WOMEN-OWNED 13. MAIL INVOICES TO THE ADDRESS IN BLOCK See Section G 14. SHIP TO CODE 15. PAYMENT WILL BE MADE BY CODE HQ0337 MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. See Section D DFAS Columbus Center, North Entitlement Operations P.O. Box 182266 Columbus OH 43218-2266 16. TYPE OF ORDER DELIVERY/ CALL X This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract. PURCHASE Reference your furnish the following on terms specified herein. ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. NDI Engineering Frank Walton CEO _____________________________________ _____________________________________ ______________________________________________ ____________________________ NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED (YYYYMMDD) If this box is marked, supplier must sign Acceptance and return the following number of copies: 17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE See Schedule 18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY ORDERED/ ACCEPTED * 21. UNIT 22. UNIT PRICE 23. AMOUNT See Schedule *If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle. 24. UNITED STATES OF AMERICA 25. TOTAL $4,812,769.87 26. DIFFERENCES BY: /s/Robert R Colot 06/04/2013 CONTRACTING/ORDERING OFFICER 27a. QUANTITY IN COLUMN 20 HAS BEEN INSPECTED RECEIVED ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED: ___ ___________________________________________________ b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE c. DATE d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28. SHIP NO. 29. D.O. VOUCHER NO. 30. INITIALS PARTIAL 32. PAID BY 33. AMOUNT VERIFIED CORRECT FOR f. TELEPHONE g. E-MAIL ADDRESS FINAL 31. PAYMENT 34. CHECK NUMBER 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. COMPLETE a. DATE b. SIGNATURE AND TITLE OF CERTIFYING OFFICER PARTIAL 35. BILL OF LADING NO. FULL 37. RECEIVED AT 38. RECEIVED BY (Print) 39. DATE RECEIVED 40. TOTAL CON-TAINERS 41. S/R ACCOUNT NUMBER 42. S/R VOUCHER NO. DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF 4

EHQ3 - NDI Engineering Company

  • Upload
    others

  • View
    9

  • Download
    0

Embed Size (px)

Citation preview

1. CONTRACT NO.

N00178-04-D-40892. DELIVERY ORDER NO.

EHQ33. EFFECTIVE DATE

2013 Jun 044. PURCH REQUEST NO.

N65540-11-NR-550285. PRIORITY

DO-A36. ISSUED BY CODEN65540 7. ADMINISTERED BY CODE S3915A 8. DELIVERY FOB

NSWC, CARDEROCK DIVISION, PHILADELPHIANAVSSESPhiladelphia PA 19112-1403

DCMA SURFACE COMMUNICATION AND SUPPORT SYSTEMSPHILADELPHIA700 ROBBINS AVENUE, BLDG. 4-A, P.O. BOX 11427PHILADELPHIA PA 19111-0427

  DESTINATION

  OTHER

 (See Schedule if other)

9. CONTRACTOR CODE4X596 FACILITY 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X IF BUSINESS IS

NDI Engineering100 Grove Rd.Thorofare NJ 08086-0518

 X SMALL

12. DISCOUNT TERMS

Net 30 DaysWIDE AREA WORK FLOW

    SMALLDISADVANTAGED

   WOMEN-OWNED

13. MAIL INVOICES TO THE ADDRESS IN BLOCK

See Section G14. SHIP TO CODE   15. PAYMENT WILL BE MADE BY CODE HQ0337 MARK ALL

PACKAGES ANDPAPERS WITH

IDENTIFICATIONNUMBERS IN

BLOCKS 1 AND 2.

See Section D DFAS Columbus Center, North Entitlement OperationsP.O. Box 182266Columbus OH 43218-2266

16.TYPE

OFORDER

DELIVERY/CALL

XThis delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract.

PURCHASE  Reference your   furnish the following on terms specified herein.

ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLYHAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME.

 NDI Engineering    Frank Walton CEO

  

_____________________________________ _____________________________________ ______________________________________________ ____________________________NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED

(YYYYMMDD)

 If this box is marked, supplier must sign Acceptance and return the following number of copies:

17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE

See Schedule18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY

ORDERED/ACCEPTED *

21. UNIT 22. UNIT PRICE 23. AMOUNT

  See Schedule        

           *If quantity accepted by the Government is sameas quantity ordered, indicate by X. If different,enter actual quantity accepted below quantityordered and encircle.

24. UNITED STATES OF AMERICA 25. TOTAL $4,812,769.8726.DIFFERENCES

 

BY: /s/Robert R Colot        06/04/2013CONTRACTING/ORDERING OFFICER

 

27a. QUANTITY IN COLUMN 20 HAS BEEN

  INSPECTED   RECEIVED  ACCEPTED, AND CONFORMS TOTHE CONTRACT EXCEPT ASNOTED: ___ ___________________________________________________

b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 c. DATE

 d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENTREPRESENTATIVE

 

 e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 28. SHIP NO.

 29. D.O. VOUCHER NO.

 30. INITIALS  

 

 PARTIAL 32. PAID BY

 33. AMOUNT VERIFIED CORRECT FOR

 f. TELEPHONE

 g. E-MAIL ADDRESS

   FINAL

31. PAYMENT 34. CHECK NUMBER

 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. 

COMPLETE

a. DATE

 b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

   PARTIAL 35. BILL OF LADING NO.

 

 FULL

37. RECEIVED AT

 38. RECEIVED BY (Print)

 39. DATE RECEIVED

 40. TOTALCON-TAINERS

 

41. S/R ACCOUNT NUMBER

 42. S/R VOUCHER NO.

 

DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. 

                                                                              

ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF

4

GENERAL INFORMATION

1. Incremental funding in the amount of $1,011,362.00 is hereby added to award this task order.  As a result, the total amount of funding obligated and available for payment under this order is$1,011,362.00.  It is estimated the funding under this order will cover the cost of performancethrough 31 July 2013.  In accordance with contract clause 52.232-22, the Government is notobligated to reimburse the contractor for any costs incurred in excess of $1,011,362.00 unlessadditional funds are made available and obligated under this order in a subsequent modification. A conformed copy of this task order is attached to this modification for informational purposesonly.

 2. The total amount of funds obligated to the task is hereby increased by $1,011,362.00 from$0.00 to $1,011,362.00.

 3. Sections B and G are revised to add the following:

 CLIN/SLIN       Type of Fund    From ($)      By ($)                   To ($)400001             O&MN,N         0.00            180,000.00             180,000.00600001             O&MN,N         0.00            20,000.00               20,000.00600002             OPN                 0.00            811,362.00              811,362.00

 4. The total value of the order is hereby increased by $4,812,769.87 from $0.00 to$4,812,769.87.

 5. The Allotment of Funds to this task is shown below:

ESTIMATED ALLOTTED TO COST ALLOTTED TO FEE TOTAL

ITEM(S)

400001 $168,224.30 $11,775.70 $180,000.00

600001 $20,000.00 N/A $20,000.00

600002 $811,362.00 N/A $811,362.00 6. The Accounting and Appropriation Data added to Section G is as follows: 400001      1300336306             180000.00             LLA : AA 1731804 8B5B 252 VU021 0 050120 2D 000000 A00001626461 POP: 06/04/2013-06/03/2014 2410(a) Authority is hereby invoked See TI# 1  600001      1300336306             20000.00              LLA : 

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 2 of 4 FINAL

 

AA 1731804 8B5B 252 VU021 0 050120 2D 000000 A00001626461 POP: 06/04/2013-06/03/2014 2410(a) Authority is hereby invoked See TI# 1  600002      1300339665             811362.00             LLA : AB 1731810 81ST 310 VU021 0 050120 2D 000000 A00001650723 POP: 06/04/2013-06/03/2016 2410(a) Authority is hereby invoked See TI# 2  BASE Funding 1011362.00 Cumulative Funding 1011362.00  7. The end of this task order performance remains unchanged at 03 June 2016, if all options areexercised. 

The contractor is not authorized to start performance associated with the funding cited above norwith TI 1 and TI 2 until the Contracting Officer and Contracting Officer's Representative receive asigned copy of TI 1 and TI 2 from the contractor.

General Information from Original Solicitation

Amendment 0002:

1. The Closing Date of this Solicitation has been extend from 19 May 2012 to 25 May 2012 Closing Time of1500.

Amendment 0001:

This procurement IS set-aside fror small business. Reference to a small business subcontacting plan is deleted.

1. Type of Contract: This will be a Cost-Plus-Fixed-Fee performance based Task Order.

2. The Period of Performance is as follows:

Base Period - Date of Award to 12 Months After Date of AwardOption Period 1 - 12 Months to 24 Months After Date of AwardOption Period 2 - 24 Months to 36 Months After Date of Award

3. Offerors and each of their proposed subcontractors are required to provide within their cost proposal theircognizant DCAA Branch Office Point of Contact, including name, phone number, and email address. the contractoris required to provide an explanation if known discrepancies exist between the contractor's proposed costs andDCAA recommendations.

4. This task order is reserved only for those contractors which have the Northeast Zone identified in Section B oftheir MAC Contract. Proposals from other contractors will not be considered.

5. Offerors may submit questions requesting clarification of solicitation documents via SEAPORT. It is requested

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 3 of 4 FINAL

 

that all questions be received by 1 WEEK after RFP issuance, as time may not permit responses to questionsreceived after that date to be prepared and issued prior to receipt of proposals.

6. Any performance beyond 15 September 2015 is contingent upon the Award Term of the Basis Seaport contractbeing exercised. In the event it is not exercised, the period of performance will be revised accordingly.

7. This requirement is a new procurement.

8. Offerors and their proposed subcontractors should also include, in their offer, data which substantiates theirproposal indirect rates (such as: DCAA Forward Pricing Agreements, results of recent DCAA/DCMA audits, recordsof your historical actual indirects over recent years, etc.)

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 4 of 4 FINAL

 

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 ------ ----------------- --------- ---- ---------------  --------------- --------------  4000   Provide                 1.0  LO    $3,346,205.49     $234,234.38   $3,580,439.87        engineering,                            technical,                              logistics,                              maintenance,                            installation/                           alterations and                         program support                         in support of                           HM&E ship systems                       maintenance and                         performance (TBD)                 400001 Incremental                  Funding under            CLIN 4000 in the         amount of                $180,000.00. See         TI# 01 (O&MN,N)    4100   Same as CLIN 4000       1.0  LO    $3,427,283.66     $239,909.86   $3,667,193.52        - Option 1. (TBD)                       Option                            4200   Same as CLIN 4000       1.0  LO    $3,513,624.54     $245,953.72   $3,759,578.26        - Option 2. (TBD)                       Option                             For ODC Items:  Item   Supplies/Services       Qty Unit       Est. Cost                                 ------ ----------------- --------- ---- ----------------                                 6000   Support Costs for       1.0  LO    $1,232,330.00        CLIN 4000, NTE                          $1,232,330.00                           for                                     Travel, Other                           Direct Costs and                        Materials During                        the Period From                         Date of Award                           Through 12 Months                       After Date of                           Award. (TBD)                      600001 Incremental           

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 1 of 35 FINAL

 

       Funding under            CLIN 6000 in the         amount of                $20,000.00. See          TI# 01 (O&MN,N)    600002 Incremental                  Funding under            CLIN 6000 in the         amount of                $811,362.00. See         TI# 02 (OPN)       6100   Same as CLIN            1.0  LO    $1,232,330.00        6000- Support                           Costs for CLIN                          4000, NTE                               $1,232,330.00 for                       Travel, Other                           Direct Costs and                        Materials. -                            Option 1. (TBD)                         Option                            6200   Same as CLIN            1.0  LO    $1,232,330.00        6000- Support                           Costs for CLIN                          4000, NTE                               $1,232,330.00 for                       Travel, Other                           Direct Costs and                        Materials. -                            Option 2. (TBD)                         Option                            

"This is a competitive procurement.  If the solicitation should result in a single offer, the Government reserves theright to re-solicit this procurement in order to enhance competition.

"Note: If fee is included in the pass through rate for subcontractor labor costs, the prime contractor is requested toidentify what percentage of the pass through costs is considered fee in their cost proposal. The maximum labor passthrough rate ( which includes all adders and any prime contractor fee applied to subcontractor labor costs) shall notexceed 8%.

LEVEL OF EFFORT:

The level of effort for the performance of this contract is based upon an anticipated total estimatedlevel of effort of 64,200 man-hours, of direct labor. The estimated composition of man-hours ofdirect labor can be found in the chart below. On Site Labor refers to labor performed at NSWCCD inPhiladelphia, PA and Off Site Labor refers to labor performed at the Norfolk and San DiegoShipyards. 

    YEAR 1 YEAR 2 YEAR 3  

Labor Category   Reg. Hrs. OT Reg. Hrs. OT Reg. Hrs. OT

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 2 of 35 FINAL

 

Program Manager*   1,000 0 1,000 0 1,000 0

Senior Mech. Engr.*   3,000 300 3,000 300 3,000 300

Senior Elec. Engr.*   3,000 300 3,000 300 3,000 300

Senior StructuralEngr.

  1,500 0 1,500 0 1,500 0

Quality AssuranceSp.

  1,000 300 1,000 300 1,000 300

Project Engineer   3,000 0 3,000 0 3,000 0

SeniorDesigner/CADD

  4,000 0 4,000 0 4,000 0

SeniorDesigner/Modeler

  1,000 0 1,000 0 1,000 0

Mechanical Engr. Tech.   3,000 400 3,000 400 3,000 400

Elec. Engr. Tech.   4,000 400 4,000 400 4,000 400

Junior Engineer   2,000 400 2,000 400 2,000 400

CAD/CAM Operator   4,000 0 4,000 0 4,000 0

Technical Writer   1,000 0 1,000 0 1,000 0

Logistician   4,000 0 4,000 0 4,000 0

Program SupportAsst.

  4,000 0 4,000 0 4,000 0

Site Foreman   3,000 400 3,000 400 3,000 400

Electrician   3,000 400 3,000 400 3,000 400

Marine Machinist   2,000 300 2,000 300 2,000 300

Welder/Brazier   3,000 400 3,000 400 3,000 400

Pipe Fitter   3,000 400 3,000 400 3,000 400

Sheet Metal Worker   3,000 400 3,000 400 3,000 400

Clerk   3,000 300 3,000 300 3,000 300

              

Total Hours (each yr.)

  59,500 4,700 59,500 4,700 59,500 4,700

*Denotes Key PersonnelBold denotes off-site personnel

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 3 of 35 FINAL

 

It is noted that your proposal submission shall include a completed "Direct Labor RateSubstantiation" Table with attached supporting documentation as applicable.  A sample table hasbeen included as an attachment to the RFP.

Offerors are to propose on the labor categories and hour estimates provided as the Level of Effort.Offerors who propose other than what is specified may be considered nonresponsive.

Payment of Fee

(a) The Government shall make payments to the Contractor, subject to and in accordance with theclause contained in the base IDIDq contract entitled "Limitaiton of Funds", FAR 52.216-8. Suchpayments shall be equal to the allowable cost of each invoice submitted by the payable to theContractor pursuant to the clause of the base IDIQ entitled "Allowable Cost and Payment", FAR52.216-7. Total fees paid to the Contractor for performance of work under this task order shall notexceed the fee amount set forth in the task order.

(b) In the event of discontinuance of the work under this task order in accordance with the clause ofthe IDIQ contract wntitled "Limitation of Funds", FAR 52.232-22 or "Limitation of Cost", FAR52.232-20, as applicable, the fee shall be equitably adjusted by mutual agreement to reflect thediminution of work. If the adjusted fee is less than the sum of all fee payments made to thecontractor under this task order, the Contractor shall repay the excess amount to the Government. Ifthe adjusted fee exceeds all payments made to the Contractor under this task order, theGovernment shall be required to pay the Contractor any amount in excess of hte funds obligated.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 4 of 35 FINAL

 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

STATEMENT OF WORK

Provide engineering, technical, logistics, maintenance, installation/alterations and program support services to theNaval Surface Warfare Center, Carderock Division, in support of HM&E ship systems maintenance and performance.This task order will include but not limited to ShipAlts, TempAlts, AER’s, system repairs, system operabilitytesting, drawings and technical manuals development, material fabrication and support for surface ship, watercraftand submarine systems. Tasks will include but not limited to SSNs, SSBNs, and SSGN’s, USN, ForeignMilitary, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships, and will include acquisitionsupport and conduct ship checks to develop drawings for installing controls related equipment, sensing, testing andsystem repairs and up-grades. Functions include engineering, technical and logistics support for propulsion andpower systems and in-service systems and equipment, refurbishment and testing of electrical and electrical controlequipment, program management, engineering, technical and implementation coordination support for equipmentupgrades and ship modernization initiatives, and Direct Fleet Support for afloat units at the waterfront. Services willbe rendered as required in Philadelphia and ports and facilities on the East Coast, West Coast, and Far East.

The contractor shall develop and revise technical engineering drawings, sketches, layouts, charts, and graphicmaterials in support of HM&E ship system design and test facilities.  Drawings will include but not be limited tosystem diagrams, machinery/equipment arrangements, piping arrangements and details, structural and foundationdrawings, electrical diagrams, and details of utilities connections.

BACKGROUND

The Naval Surface Warfare Center, Carderock Division (NSWCCD), Code 937 is the In Service Engineering Agent(ISEA) for surface ship and submarine steam and diesel driven electrical power generation systems. The purpose ofthis task order is to provide NSWCCD Code 937 with the requisite engineering and technical services to performthe functions under their cognizance for surface ships and submarines. To accomplish this mission,NSWCCD-SSES utilizes extensive resources to conduct its business to the best advantage of the Navy, Fleet andother Federal Agency maritime assets.  The engineering and technical support services are accomplished in all areaswhere U.S. Navy ships operate and are home-ported. These services are accomplished in whole or in phases thatminimize interruption in ship operating schedules while maximizing the capacity of Type Commander andNAVSEA agencies to upgrade and modernize systems. 

1.1        APPLICABLE DOCUMENTS:

Work performed under this Task Order shall be in accordance with the requirements set forward in the

following references:

a.

Military Standardsb.

Military Specificationsc.

Ship Alterations Records (SAR)d.

General Specifications for Overhaul of Surface Ships (GSO) - NAVSEA S9AA0-AB-GOS-010e.

Fleet Modernization Program (FMP) Management & Operations Manual - NAVSEA SL720-AA-MAN_010/FMP

f.

Ship Alterations Accomplished by AIT – NAVSEA Technical Specification 9090-310B/Cg.

NSWCCD Code 915 Quality Assurance (QA) Manual date March 99h.

NSWCCD Code 915 Alteration/Industrial work Instruction 4720.2C Dated 09 April 99i.

Requirements for Welding Brazing Procedures & Performance Qualifications – NAVSEA S9074-AQ-G1B-010/248

j.

Ship Installations Drawings (SIDs): As Requiredk.

Manuals, Technical: General Style And Format Of (Work Package Concept) - MIL-DTL-81927C, dated 26Nov 1997

l.

Standard Practice for Manuals, Technical: General Style and Format - MIL-STD-38784(1), dated 1 Dec2000

m.

Interactive Electronic Technical Manuals - MIL-PRF-87269A dated 15 Aug 2000, Data Base, Revisablen.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 5 of 35 FINAL

 

Manuals, Technical: General Acquisition and Development Requirements - MIL-DTL-24784o.

Guide for User Maintenance of NAVSEA Technical Manuals - S0005-AA-GYD-030p.

Guide for Quality Assurance of NAVSEA Technical Manuals - S0005-AA-GYD-070q.

NSTM 700 and 772r.NVRs.

2.0        ENGINEERING SUPPORT

a. Develop/revise Test Procedures using Microsoft Word 2003 or compatible software on PC or compatible systemusing Microsoft Windows XP 2002 or higher.

b. Convert scanned drawings to editable AutoCad files using Raster Design 2005 or higher.

c.  Provide engineering support for ongoing modifications and upgrades to Code 937 cognizant systems andequipment.

d.   Provide engineering support for resolving emergent technical issues associated with Code 937 cognizant systemsand equipment.

e. Provide engineering support for material, equipment and systems evaluation and assist in the solicitation andprocurement of new and replacement equipment and parts.

f. Provide engineering, design and technical support to commercial and NSWCCD-SSES land base and testfacilities. The designs may be applicable to either new or existing installations.

g. Provide on-site engineering and technical personnel to provide program support and to perform Direct FleetSupport and Distance Support functions and to support equipment and systems assessment and testing atcommercial facilities, land base and test site facilities, and aboard ships as required.

h. Provide configuration, assessment, testing, training and logistics support of HM&E systems aboard SSNs,SSBNs, and SSGN’s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy andin-service ships as required.

2.1 DRAWING DEVELOPMENT AND REVISION SUPPORT

A. General Requirements

a.   Develop/revise engineering drawings using the latest version of AutoCad software in conjunction withship-works programs to integrate and utilize shipyard drawing standards and ship’s parts database.

b.  Create functional prototype 3-D assemblies and details on a computer system using Inventor R9 or higher.

c.  Develop layouts and charts on a computer system using Visio 2003 or higher.

d.  Provide engineering and technical drawing support for HM&E ship system conversions, overhauls, alterations,modifications, installations, repairs and removal of shipboard systems installed on SSNs, SSBNs, and SSGN’s,USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships.

Conceptual Design

Perform, as required, investigations of Ship Systems and support utilities to determine adequacy ofexisting resources relative to the proposed T&E program/project.

a.

Develop, as required, engineering sketches and/or layout drawings of proposed equipment andsystems.

b.

Perform structural engineering studies, analysis, calculations and assessments for development ofconceptual, preliminary or detailed designs for replicating actual shipboard systems and equipmentsto be installed at commercial facilities, land base and test site facilities. The designs may be

c.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 6 of 35 FINAL

 

applicable to new or existing installations.

Preliminary Design

Conduct surveys of the proposed Ship Systems to identify required modifications to existingequipment and utilities. Surveys include spatial, utilities and structural implications relative tomaterial, weight, handling, stowage, installation, repair and operation of equipment.

a.

Provide technical personnel to perform pre-installation design ship checks on designated ships toverify current configuration of spaces, equipment, utilities and power interfaces.

b.

Prepare design ship check report and provide copies of ship check notes, sketches and drawingredlines.

c.

Develop machinery arrangement concepts and drawings, utilities interface requirements, andpreliminary drawings of mechanical, electrical, fluid, and structural/foundation systems. Computerbased models in AutoCAD of the systems shall be created, as required, to evaluate piping, structuraland rigging concepts and interface requirements.

d.

Develop ShipAlt installation drawings consisting of equipment, structural and electrical rip-outdrawings, and fabrication and installation drawings for equipment and systems, signal and power

cabling isometrics, block diagrams and schematic diagrams as appropriate for the installation.

e.

Prepare detailed specifications, suitable for competitive procurement, of all mechanical, electrical,fluid and structural components and equipments. Material specifications shall meet military,

commercial and industrial standards as applicable.

f.

Develop a preliminary construction schedule (PERT diagram) for ship systems and equipmentutilizing the latest software available and compatible with NSWCCD-SSES.

g.

Develop rigging concepts for installation and removal of major equipment and structures.h.

Conduct Electromagnetic Interference (EMI) surveys as required.i.

Deliver preliminary drawings for NSWCCD-SSES and Planning Yard review. Incorporate drawingreview comments as required.

j.

Incorporate post-installation and/or as-built drawing red-lines to reflect ship conditions as required. k.

Detailed Design

Develop a complete drawing package which provides sufficient assembly, manufacturing details andassociated information to permit fabrication, installation and operation of the systems and equipment.The drawing package will include but not be limited to, system diagrams, machinery/equipmentarrangements, piping arrangements and details, structural and foundation drawings, electricaldiagrams and details of utilities connections. All drawings must be generated in AutoCAD Version200i or later.

a.

Prepare drawing schedule which will control and direct an orderly development of detailed design tosupport material ordering and the construction schedule.

b.

Update the preliminary list of material and equipment, identifying land base/test site components,cost and source information. Prepare new specifications for competitive procurement if not developedduring preliminary design.

c.

Prepare technical reports on commercial, land base and test site fluid, mechanical, electrical andstructural systems as required. These reports shall provide descriptions, diagrams, assumptions,design rationale, analyses and supporting calculations.

d.

Develop, as required, functional checkout, test, operating and maintenance procedures for systems andequipment.

e.

Ensure reliability of the design by providing qualified personnel, as required, to support thefabrication, installation and operation of the system and equipment. Support for fabrication,installation and operation of the system and equipment may be required on-site at NSWCCD-SSES.Additional on-site support may be required for preventative and corrective maintenance, and test andevaluation support.

f.

Conduct Finite Element Analysis (FEA) as required.g.Provide computational analysis for dynamic and static environmental operating conditions forcomplete stress analysis.

h.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 7 of 35 FINAL

 

Modify existing designs to accommodate the inclusion of new or modified equipment asrequired.

i.

Provide Mission Readiness Panel (MRP) support such as EOSS diagrams, egress routes and otherdocumentation that may be needed.

j.

B. Graphics

Prepare graphic materials, as required, in support of NSWCCD-SSES test facilities and Ship Systemsdesign.

a.

Develop orientation/presentation materials in support of NSWCCD-SSES land base/test facilities and ShipSystem designs as required.

b.

2.2  TECHNICAL MANUAL DEVELOPMENT AND REVISION REQUIREMENTS SUPPORT

a. Provide technical manual development and revision support for HM&E systems conversions, overhauls,alterations, modifications, installations, repairs and removal of associated equipment installed on SSNs, SSBNs,and SSGN’s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships.

b. Revise and change Interactive Electronic Tech Manual (IETMs) and hardcopy Technical Manuals (TMs) to reflectTM feedbacks NAVSEA/NSWCCD advisories and trip reports, hardware configuration changes resulting fromalteration installations, and improvement and standardization programs via paper or electronically. Develop andprepare correspondence to Technical Manual Deficiency Evaluation Report originators as required by individual taskinstructions.

c. Convert paper copies of TMs to Standard Generalized Markup Language (SGML) files, as required, using thelatest or required version of the NAVSEA C2 DTD. The Contractor shall use the latest version of ArborText to editthe Standard Generalized Markup Language files if required, publish using NAVSEA Publishing System andprovide a linked PDF file.

d. Update Standard Generalize Markup Language files using the latest version of ArborText editor to reflect issuedTM changes. All updates shall be performed using the NSWCCD-SSES JCALS server and modifying the instanceor instances of the Standard Generalize Markup Language file required.

e. Perform and track data collection efforts for items such as TMs and logistic support technical documentation.Duplication of data items is required.

f. Develop drawings and illustrations on Computer Aided Design (CAD) networks that are compatible with Navycomputer aided logistic support (CALS) requirements.

2.3 TECHNICAL SUPPORT

a. The contractor shall provide shipboard technical support for 937 cognizant systems and equipment. This shallinclude HM&E systems condition assessments and equipment grooming, shipboard testing, and equipmentupgrades.

b. The contractor shall provide on-site support at the Code 937 land base/test facility at NSWCCD Philadelphia tobuild/refurbish electrical and electrical control equipment and to assist in maintaining the facility’s testinginfrastructure.

c. The contractor shall coordinate the identification, procurement, staging and delivery of GFM associated withCode 937 cognizant equipment upgrades.

d. The contractor shall conduct ship visits to inspect and test shipboard systems and equipments to support efforts

as directed by the COR via Technical Instructions (TIs).

e. The contractor shall provide on-site technical personnel to perform Code 937 Direct Fleet Support and DistantSupport functions, and to support ongoing equipment assessment and grooms, and shipboard testing.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 8 of 35 FINAL

 

f. Provide support to update system components and assist in the solicitation and procurement of new andreplacement equipment and parts.

g. Provide technical and repair support to accomplish assignments in support of HM&E systems conversions,overhauls, alterations, modifications, installations, repairs and removal of surface ship and submarine steam anddiesel driven electrical power generation systems and associated equipment installed on SSNs, SSBNs, andSSGN’s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships.

h. Provide teams of knowledgeable people familiar with overall fleet maintenance philosophies, as well as logisticalspecialists familiar with Integrated Logistic Support (ILS) procedures and functions of the ship's Logistics SupportCenter (LSC)/Maintenance Support Center (MSC), and CAD familiar with fleet database management systems.

i. Provide POA&M for all Alterations Installations upon assignment of task.

j. Analyze and assess shipboard cargo/weapons handling system readiness data.

k. Provide all contractor-furnished material, pre-fabrication, and consumables in order to meet installationmilestones.

l . Provide required qualified QA personnel to accomplish quality assurance verification of all material, prefabricationand on board installation.

m. Provide required skilled trade personnel and schedule to accomplish prefabrication of parts.

n. Perform shipboard installations in accordance with instructions and procedure as set forth by NSWCCD-SSES,Code 937.

o. Perform equipment/system level testing and light-off, and assist as directed by on-site In-Service EngineeringAgents.

p. Develop Quality Assurance (QA) Plans, which outline the in-process control procedures (IPCP) that specify thecritical elements and requirements of NAVSEA Standard Items (NSI).

q.  Review and sign the Industrial/Alteration Pre-Start Checklist prior to the start of each installation.

r.  The  Government oversight representative will provide the document, will also sign, and will incorporate intothe alteration Completion Report Record.

s. Provide (1) set of red-lined drawings to the ship and (1) set of red-lined drawings to NSWCCD -SSES, Code 937at the completion of all alterations.

t . Provide all Installation and Condition Reports to NSWCCD-SSES, Code 937 at completion of each installation.

u. Provide engineering, technical and logistical support in identification and correction of faults and materialcondition discrepancies to assure that propulsion and power systems and associated equipment is in safe and properoperating condition.

v. Provide technical in-process review of work progress identifying specific deficiencies and recommending correctiveaction for items identified.

w. Develop recommendations for effective test and quality assurance practices in the performance of propulsion andpower systems equipment and associated systems maintenance.

x. Provide and maintain engineering evaluations and recommended changes or improvements to ship propulsionand power systems equipment and associated systems, continuing status of failures, visit reports and changes onequipment material condition.

y.  Provide information to update Current Ships Maintenance Projects (CSMP) to respective ships and

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 9 of 35 FINAL

 

NSWCCD-SSES, Code 937 in automated data transfer format compatible with existing shipboard systems.Develop Automated Work Requests (AWRs) for all outstanding discrepancies as part of the currently usedmaintenance management system.

z.   Review logistical documentation and assist Ship's Force to prepare appropriate feedback forms (e.g., 4790/CK,Technical Manual Deficiency Report (TMDER)) to document deficiencies. This includes Consolidated ShipboardAllowance List (COSAL) support for proper Allowance Parts List (APL) coverage, identification materialrequisitions for items that are required to correct discrepancies, preparation of Planned Maintenance System (PMS)feedback reports to correct inadequate or erroneous PMS documentation and preparation of Technical ManualDeficiency Evaluation Reports (TMDERs) to correct technical manual deficiencies. Assist in the update of theCSMP with deferrals and validated completed action items in accordance with specified uploading procedures asidentified by the Navy Management System Support Office. Report errors found in existing drawings, systemoperating procedures, and maintenance requirements.

aa.    Develop and provide qualified ship propulsion and power systems, and associated equipment personnel andtraining teams, as requested.

Location and Level of Effort

In addition to supporting Philadelphia site, the contractor supports ships in locations as specified in section 5, andin other locations as required by the COR via TI.

2.4       LOGISTICS MAINTENANCE AND DEVELOPMENT REQUIREMENTS SUPPORT

Provide logistics support for HM&E systems conversions, overhauls, alterations, modifications,installations, repairs and removal of steam and diesel driven electrical power generation systems equipmentand associated systems installed on SSNs, SSBNs, and SSGN’s, USN, Foreign Military, Coast Guard,MSC, FMS and Army ships, new, legacy and in-service ships. Tasks will encompass all aspects of the datamanagement discipline and will be done within the processes established by the Government to manage theconfiguration of data. The workflow will encompass four progressive status categories of digital data files.

a.

(1)    Working data, where the data is under the originator's control only.

(2)    Released data, where the working data has been approved by the Government and has been released for itsintended use, and is now subject to configuration control procedures.

(3)    Submitted data, where released data has been formally submitted to the Government for approval.

(4)    Approved data, where submitted data has been approved for its intended use by the Government.

Data Identification: As specified and requested, an analysis of each assignment conducted to identify andb.Document potential data requirements. Data requirements shall be requested from all program participantsvia data call, shall compile received data requirements, shall participate in data requirements reviews, andshall prepare final data requirements lists Data Acquisition.

c.

(1)    Review delivered data items for form, content, adherence to schedule, correct distribution. Provide analyses andwritten recommendations, with supporting evidence for the recommendations. Provide technical services necessaryto transition master documentation. All documentation shall be prepared in accordance with specifications identifiedin the individual task instructions.

(2)    Participate in actions required to define digital data for delivery to or access by the Government in general, andfor configuration management data in particular. With interactive access, the emphasis is on Government access tocontractor maintained databases.

(3)    Apply configuration management principles to ensure the integrity of digital representations of productinformation and other data and enhance good data management practice. The concepts are described, as follows,based on elements and principles expressed in EIA Standard 649:

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 10 of 35 FINAL

 

(a)    Document identification

(b)    Data status level management

(c)    Data and product configuration relationships

(d)    Data version control & management of review, comment, annotation, & disposition

(e)    Digital data transmittal

(f)    Data access control

(g)    Data Tracking: Obtain and record data on management and engineering documents for the maintenance of thedata management tracking system as specified in the individual task instructions.

(h)    Technical Data Maintenance. Maintain data status changes in configuration and data management systems suchas, but not limited to, Configuration and Data Management Support System (CADMSS), Configuration and DataSatellite (CADSAT), AUTOSERD, or SERMIS as specified by individual task instructions. Receive, record, andinput GF documents, verify the data inputs, and return the documents for Government disposition. For existingsystems, written operating instructions or desk book procedures may be provided with the individual taskinstructions. Attend working sessions to resolve problems in the areas of maintenance and operation of datamanagement systems.

(i)     Provide support to ensure that technical data access is provided in a timely manner and to ensure that it isaccurate data for the customers. This support includes the evaluation and status of current technical data, andassistance in the identification, evaluation and purification of the “master” technical data.

(j)     Assess life cycle logistics, technical, and production data pertinent to US Navy shipboard engineeringsystems, subsystems, components, and equipment and support equipment. Prepare recommendations forincorporation into Management Information Systems that will accommodate on-line access and cross referencing ofrelated information. Recommendations shall be consistent and compatible with approved NAVSEAhardware/software applications.

(k)    Provide detailed information that adequately defines the proposed acquisition strategy and establishes a basisfor an effective Technical Data Package management program.

(l)     Conduct logistics review group audits focused upon the technical data process. 

2.5       TECHNICAL AND FINANCIAL REPORTS

a.   Progress and Financial Reports: A monthly progress and financial report will be submitted to Contracting OfficerRepresentative (COR) with a copy to the Contracting Officer. In addition, a separate report of the number ofman-hours charged to the task order will be submitted monthly to the COR.

b. Technical Reports: Technical reports and conclusions reflecting the work will be prepared and delivered to theGovernment when and in the form required by the Contracting Officer Representative.

c.  Final Delivery: The delivery date of the last of the Progress, Technical and Financial Reports shall not be laterthan one month after the end date of the task order.

d.Other Reports: There may be a need for other specific reports, test plans, evaluation reports or documentationcreated as an integral part of a task order under this contract. Report format, contents and delivery requirements willbe specified at the time of technical instruction issuance.

e.Travel Reports: For any remote travel required, the contractor will report the destination, number of travelers,duration of stay, task milestones completed, site points of contact, ship, and hull number visited.

3.0 DELIVERABLES:  The contractor shall provide the following deliverables associated with this tasking effort:

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 11 of 35 FINAL

 

A. The Burn Rate Analysis Report is a summary report that captures the rate at which the money is expended. This report shall be attached in Wide Area Workflow Receipts and Acceptance (WAWF-RA), beginning 30 daysafter award and every 30 days thereafter.  A template of this report is provided as Attachment 1.

B. The Incurred Costs Report is a report that captures a summary of all costs incurred to date.  This report shall beattached in Wide Area Workflow Receipts and Acceptance (WAWF-RA), beginning 30 days after award and every30 days thereafter.  A template of this report is provided as Attachment 2.

C.  Deliverables All drawings shall be delivered to the compatible NMCI version of AutoCad.

a.       Drawings

b.      Ships check sketches and associated photo albums (labeled), as required.

c.       Calculations, as required.

d.      Specifications, as required.

e.       Procedures, as required.

f.       MRP Documentation, as required.

g.       Graphics, as required.

h.      Reports, as required.

i .        Schedules, as required.

j .        Finite Element Analysis.

k.      CDRL A001: Contractor Installation POA&M(s)

l.        CDRL A002: Shipboard Alterations’ teams’ names, SSN, and clearance information

m.    CDRL A003: Monthly Progress and Status Report submissions

n.      CDRL A004: Provision of Red-lined Drawings to Ships and NSWCCD (2-sets) as required

o.      CDRL A005: Provision of Installation and Condition Reports

p.      Technical Documentation Revisions as assigned by the COR via TI.

q.      Technical Draft submittals as assigned by the COR via TI.

4.0 TRAVEL

The engineering and technical support services sought through this solicitation requires the contractor to perform atvarious Regional Maintenance Centers, shipyards and homeports in the U.S. and at foreign Naval SupportActivities. Contractor personnel are required to travel to attend meetings, conduct ship checks, testing, repairs,and/or installations. Installation/repairs and testing will take place in ports and facilities on the East Coast, WestCoast and Ports in the Far East. Detailed annual travel estimates for all CLIN’s under this contract are as following:

Average Travel           

No. Of Trips                Days/Trip                    No. Of Trips and Locations

------------------------------------------------------------------------------------------------

69                                            5                      18 trips to San Diego, CA

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 12 of 35 FINAL

 

                                                                        5 trips to Pearl Harbor, HI

                                                                        5 trips to Sasebo, Japan

                                                                        18 trips to Norfolk, VA

                                                                        5 trips to Guam

                                                                        5 trip to Yokosuka, Japan

                                                                        2 trips to Diego Garcia, United Kingdom

                                                                        4 trips to Gaeta, Italy

                                                                        4 trips to Bath, ME

                                                                        3 trips to Portland, OR

Additional travel may be required to sub-contractor facilities throughout CONUS.

5.0 CLASSIFIED MATERIAL

All work performed under this Task Order may be classified up to the secret level.

6.0 PLACE OF PERFORMANCE

All work performed under this Task Order may be accomplished at the contractor’s facility, local vendors andon-site at NSWCCD, Philadelphia. On-site services can be provided to satisfy program requirements and shall bespecified by the COR in the Technical Instructions (TI’s).

7.0 Government Furnished Information/Materials/Equipment (GFI/GFM)

 a. The government shall furnish the contractor with the applicable documents and availableinformation (i.e. Drawings and procedures). A listing of GFM/GFI will be identified under technicalinstructions issued herein.

b. NSWCCD will provide contractor personnel with office spaces and standard office equipment for personnelworking on-site at NSWCCD-Philadelphia.

 8.0 OVERTIME

Overtime may be required to support emergent ship schedules, timely completion of onboard assessment andgrooming evolutions, troubleshooting events, and equipment upgrades and testing. Overtime hours must beauthorized by the COR.

9.0 PERIOD OF PERFORMANCE

Date of Award through one (1) year after date of award with two (2) one year options.

10.0 KEY PERSONNEL

The following labor categories employed under are designated as Key Personnel:

- Program Manager

- Senior Mechanical Engineer

- Senior Electrical Engineer

11.0 CONTRACTING OFFICER REPRESENTATIVE  

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 13 of 35 FINAL

 

Anika Dixon

NSWCCD-SSES Philadelphia, Code 937

Telephone Number: (215) 897-7112

12.0 PERSONNEL QUALIFICATIONS

PERSONNEL REQUIREMENTS

The contractor shall be responsible for employing personnel in conjunction with performance of the tasks outlinedunder the statement of work herein. The Contractor shall have the personnel, organization, and administrativecontrol necessary to ensure that contractor performance will meet the requirement set forth in the task order. If theContracting Officer questions that the Contractor, during the performance of the contract is using personnel withother than the qualifications submitted under their resumes, this contractor shall have the burden of proof to produceevidence that their personnel do possess said qualifications.

The work history of each employee must contain experience directly related to the task and functions he/she intendsto perform under this task order. The Government reserves the right, during the term of this task order, to requestwork histories on any contractor employee for purposes of verifying compliance with this requirement.

Certain skilled experienced professional and /or technical personnel are essential for successfulcontractor accomplishment of the work to be performed under this contract.  

Contractor Personnel Identification

In the performance of this contract, contractor employees shall identify themselves as contractor personnel byintroducing themselves or being introduced as contractor personnel and by displaying distinguishing badges orother visible identification for meetings with Government personnel.  Contractor personnel shall appropriatelyidentify themselves and contractor employees in telephone conversations and formal and informal writtencorrespondence

PERSONNEL QUALIFICATIONS

The labor categories and qualifications for these categories to be used for performance under this Task Order are asfollows:

KEY PERSONNEL TARGET QUALIFICATIONS:

The following labor categories are designated Key Personnel for this Task Order. Multi-trades tasking has beenidentified as a methodology of reducing manpower requirements. Resumes will be submitted for each category asindicated by the key category description. The category descriptions include:

Program Manager (1 resume)

TARGET EXPERIENCE: Ten (10) years experience in the operation, maintenance, design or testing of the Hull,Mechanical and Electrical (HM&E) Machinery Systems in the area of design and modifications. Five (5) years ofcombined program management or equivalent experience as to demonstrate working capabilities and requisites forthe Program Manager position of ship Systems. Working knowledge of Naval Sea Systems Command,NSWCCD-SSES, and their functions and responsibilities. Experience in government contracts management.Engineering experience aboard US Naval Ships, which may include operation, maintenance and testing.

TARGET EDUCATION: BS Degree in Engineering, Naval Architecture or Business Administration from anaccredited college or university, or Professional Engineer License.

Senior Mechanical Engineer (2 resumes)

TARGET EXPERIENCE: Ten (10) years experience with Ship Systems in the area of design and modificationssteam and diesel driven electrical power generation systems and equipment. Five (5) years working experience as asenior Mechanical Engineer providing Direct Fleet Support for U.S. Navy systems. Work experience with ships,

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 14 of 35 FINAL

 

drawing standards, specifications, configuration changes, documentation and procurements, and Planning Yarddrawing procedures and requirements.

TARGET EDUCATION: BS Degree from an accredited college or university in Mechanical Engineering.

Senior Electrical Engineer (2 resumes)

TARGET EXPERIENCE: Ten (10) years experience with Ship Systems in the area of design and modifications ofsteam and diesel driven electrical power generation systems and equipment. Five (5) years working experience as aSenior Electrical Engineer providing Direct Fleet Support for U.S. Navy electrical generation and distributionsystems (including assessments/grooms, testing, and support for equipment upgrades). Work experience with ships,drawing standards and specifications, configuration changes, documentation and procurements, and Planning Yarddrawing procedures and requirements.

TARGET EDUCATION: Require BS Degree from an accredited college or university in Electrical or ElectronicsEngineering.

Required Qualifications for Non- Key Personnel:

NON-KEY PERSONNEL LABOR CATEGORIES AND THE GOVERNMENT'S MINIMUMEDUCATION AND EXPERIENCE REQUIREMENTS

The following represents the Government's minimum education and technical experience for non-key personnelrequired to support the Statement of Work. The offeror shall certify that all employees proposed for non-keypersonnel labor categories meet or exceed the minimum education and technical requirements specified for eachnon-key category. Resumes are not required for the non-key personnel categories listed below:

Project Engineer

EXPERIENCE: Five (5) years relevant experience with Ship Systems in the area of design and modifications ofsteam and diesel driven electrical power generation systems and equipment. Five (5) or more years of combinedproject management or equivalent experience that would demonstrate capabilities as an acceptable Project Managerfor Ship Systems. Work experience with ships drawing standards and specifications, configuration changes,documentation and procurements, and Planning Yard drawing procedures and requirements. Work experience withtest facilities design requirements, structural and power configuration, documentation and procurements.

EDUCATION: Require BS Degree from an accredited college or university in Computer Science, ManagementInformation Systems, Physical Science, Engineering or Mathematics.

Senior Structural Engineer

EXPERIENCE: Five (5) years working experience designing steel structures in accordance with AISC Manual ofSteel Construction and experience with ASCE 7-02, Design Loads for Buildings and Other Steel Structures as wellas American Concrete Institute (ACI) Standards. Extensive work experience with engineering, analysis, and designbackground in Concrete, Steel and Piles Structural practices and procedures. Proficiency using Finite ElementStructural Analysis Programs including I-DEAS and NASTRAN. Work experience with test facilities designrequirements, structural configuration, documentation and procurements.

EDUCATION: Require a BS and MS Degree from accredited college or university in Civil Engineering and mustbe a licensed PE.

Quality Assurance Specialist

EXPERIENCE: Five (5) years working experience in Navy Material Control Programs and skilled in reviewingdrawings and specifications and determining manufacturing sequence. Five (5) years working experience indeveloping and implementing Quality requirements for Navy LEVEL I material control programs. Work experiencewith ships drawing standards and specifications, configuration changes, documentation and procurements. Workexperience with test facilities design requirements, structural and power configuration, documentation andprocurements.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 15 of 35 FINAL

 

EDUCATION: Require High School diploma and specialized military or civilian Government QA training.

Senior Designer/CADD

EXPERIENCE: Five (5) years experience developing CADD drawings using AUTOCAD. Five (5) years experienceworking with Ship Systems. Work experience with ships drawing standards and specifications, and Planning Yarddrawing procedures and requirements.

EDUCATION: Require an Associate Degree from an accredited College or University.

Senior Designer/Modeler

EXPERIENCE: Five (5) years working experience with project development using Microsoft Inventor and/orSolidWorks from conceptual studies thru detailed design and including as-built documentation.  Five (5) yearsexperience working with Ship Systems. Capable of creating interactive multimedia presentation materials used tosupport client requirements including color graphics, schedules and process flow charting including web basedproducts.

EDUCATION: Require High School diploma or Drafting Certificate from an accredited College or TechnicalInstitute.

Mechanical Engineer Technician

EXPERIENCE: Five (5) years experience in Mechanical Engineering systems as related to Ship Systems. Five (5)years experience with Ship Systems in the area of design and modifications of steam and diesel driven electricalpower generation systems and equipment. Work experience with ships drawing standards and specifications,configuration changes, documentation and procurements.

EDUCATION: Require High School diploma.

Electrical Engineer Technician

EXPERIENCE: Five (5) years experience in Electrical Engineering systems as related to Ship Systems. Five (5)years experience working with Ship Systems in the area of design and modifications of steam and diesel drivenelectrical power generation systems and equipment. Work experience with ships drawing standards andspecifications, configuration changes, documentation and procurements.

EDUCATION: Require High School diploma.

Junior Engineer

EXPERIENCE: Two (2) years experience in engineering systems as related to the area of design and modificationsof steam and diesel driven electrical power generation systems and equipment.

EDUCATION: Require BS Degree from an accredited college or university in Engineering.

CAD/CAM Operator

EXPERIENCE: One (1) year technical experience in CAD drawing involving technical systems

EDUCATION: Require High School or technical/vocational school diploma, or equivalent

Technical Writer

EXPERIENCE: Two (2) years experience in writing and editing technical documentation.

EDUCATION: Require High School or technical/vocational school diploma, or equivalent

Logistician

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 16 of 35 FINAL

 

EXPERIENCE: Two (2) years experience in inventory management, procurement, receipt, storage, and issuance ofmaterial and repair components

EDUCATION: Require High school Diploma or equivalent.

Program Support Assistant

EXPERIENCE: Two (2) years experience in the use of spreadsheet and word processing software.

EDUCATION: Require High school Diploma or equivalent.

Site Foreman

EXPERIENCE: Five (5) years experience in the supervision and coordination of site personnel of naval ship Hull,Mechanical, Electrical, or Electronic equipment and systems.

EDUCATION: Require High school or trade school or industrial school or GED equivalent or other supplementalvocational training after high school.

Electrician

EXPERIENCE: Five (5) years practical electrical experience which should include the operation, test, maintenanceor repair of naval ship Hull, Mechanical, Electrical, or Electronic equipment and systems.

EDUCATION: Require High school or trade school or industrial school or GED equivalent or other supplementalvocational training after high school.

Marine Machinist

EXPERIENCE: Five (5) years experience in installing, adjusting, and maintaining naval ship Hull, Mechanical,Electrical, or Electronic equipment and systems.

EDUCATION: Require High school or trade school or industrial school or GED equivalent or other supplementalvocational training after high school.

Welder/Brazier

EXPERIENCE: Five (5) years experience in installing, repairing, and fabricating materials out of metal.

EDUCATION: Require High school or trade school or industrial school or GED equivalent or other supplementalvocational training after high school.

Pipe Fitter

EXPERIENCE: Five (5) years experience in installing, assembly, and maintenance of pipe systems, supports andrelated hydraulic and pneumatic equipment.

EDUCATION: Require High school or trade school or industrial school or GED equivalent or other supplementalvocational training after high school.

Sheet metal Worker

EXPERIENCE: Five (5) years experience in fabricating, assembling, installing, and repairing sheet metal productsand equipment.

EDUCATION: Require High school or trade school or industrial school or GED equivalent or other supplementalvocational training after high school.

Clerk

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 17 of 35 FINAL

 

EXPERIENCE: Two (2) years experience in conducting research, preparing statistical reports, handling informationrequests and performing functions such as preparing reports, correspondence, etc.

EDUCATION: Require High School Diploma. 

Enterprise-wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report ALL contractor labor hours (including subcontractor labor hours)required for performance of services provided under this contract via a secure data collection site.The contractor is required to completely fill in all required data fields using the following web addresshttps://doncmra.nmci.navy.mil . Reporting inputs will be for the labor executed during the period ofperformance during each Government fiscal year (FY), which runs October 1 through September 30.While inputs may be reported any time during the FY, all data shall be reported no later than October31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil.

CAR-C02 ON-SITE ENVIRONMENTAL AWARENESS (AUG 2009)

(a) The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA)Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and localrequirements.

(b) The contractor shall ensure that each contractor employee reads the document entitled,“Carderock Division Environmental Policy and Commitment” within 30 days of commencingperformance at NSWCCD-SSES.  This document is available at

https://crbewebappdev.dt.navy.mil/intranet/documents/policy/Environmental Policy.pdf

(c) The contractor shall ensure that each contractor employee who will be resident atNSWCCD-SSES completes the Environmental Management System (EMS) Awareness training within30 days of commencing performance at NSWCCD-SSES.  This document is available at

https://crbewebappdev.dt.navy.mil/intranet/esh/documents/Contractor EMS Awareness Training.doc

(d)  The Contractor shall certify by e-mail to Paul Breeden/Code 023 ([email protected]) thaton-site employees have read the “Carderock Division Environmental Policy and Commitment” andtaken the Environmental Management System (EMS) Awareness training within 30 days ofcommencing performance at NSWCCD-SSES.  The e-mail shall include the employee name, worksite, and contract number. 

CAR-C03 ON-SITE SAFETY AWARENESS (AUG 2009)

(a) The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA)Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and localrequirements. (b) The contractor shall ensure that each contractor employee reads the document entitled,“Carderock Division Occupational Safety and Health Policy Statement” within 30 days ofcommencing performance at NSWCCD-SSES.  This document is available at:https://crbewebappdev.dt.navy.mil/intranet/documents/policy/OccupationalSafety.pdf (c) The contractor shall ensure that each contractor employee who will be resident at

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 18 of 35 FINAL

 

NSWCCD-SSES completes the Voluntary Protection Program (VPP) Awareness Training within 30days of commencing performance at NSWCCD-SSES.  This document is available at:https://crbewebappdev.dt.navy.mil/intranet/esh/documents/VPP Awareness Training forContractors.doc (d) The Contractor shall certify by e-mail to Thomas Egan/Code 022 ([email protected]) thatemployees have read the “Carderock Division Occupational Safety and Health Policy Statement”and taken the Voluntary Protection Program (VPP) awareness training within 30 days ofcommencing performance at NSWCCD-SSES.  The e-mail shall include the employees name, worksite, and contract number. (e) The contractor shall submit their OSHA 300 Logs (injury/illness rates) within 30 days ofcommencing performance at NSWCCD-SSES for review by the Safety Office (Code 022).  If acontractor’s injury/illness rates are above the Bureau of Labor Statistics industry standards, a safetyassessment will be performed by Code 022 to determine if any administrative or engineering controlscan be utilized to prevent further injuries/illnesses, or if any additional PPE or training will berequired. (f) The contractor shall post their OSHA 300 Logs in a conspicuous place where employee noticesare customarily posted immediately upon commencing performance at NSWCCD-SSES. (g) Applicable contractors shall submit Total Case Incident Rate (TCIR) and Days Away, Restrictedand Transfer (DART) rates for the past three years within 30 days of commencing performance atNSWCCD-SSES for review by the Safety Office (Code 022).  A contractor meets the definition ofapplicable if its employees worked 1,000 hours or more in any calendar quarter on site and were notdirectly supervised in day-to-day activities by the command.    (h) The contractor shall report all work-related injuries/illnesses that occurred while working atNSWCCD-SSES to the Safety Office (Code 022).     (i) The contractor shall ensure that all contractor work at NSWCCD-SSES is in accordance with theOccupational Safety and Health (OSH) Program Manual (NAVSSESINST 5100.14).  The OSHProgram Manual is available at:https://crbewebappdev.dt.navy.mil/intranet/instr/s5100-14g.htm

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 19 of 35 FINAL

 

SECTION D PACKAGING AND MARKING

HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990)

All reports delivered by the Contractor to the Government under this contract shall prominently showon the cover of the report:

(1) name and business address of the Contractor

(2) contract number

(3) task order number

(4) sponsor: _____________________________________(Name of Individual Sponsor)

_____________________________________(Name of Requiring Activity)

_____________________________________(City and State)

Ship all Report/Data to the following address:Contracting Officer RepresentativeAttn: Anika Dixon4850 South 15th StreetPhiladelphia, PA 19112All Deliverables shall be packaged and marked IAW Best Commercial Practices.

All Deliverables shall be packaged and marked IAW Best Commercial Practice.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 20 of 35 FINAL

 

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance will be performed by the Contracting Officer Representative, Anika Dixon, Code 937,NSWCCD.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 21 of 35 FINAL

 

SECTION F DELIVERABLES OR PERFORMANCE

The periods of performance for the following Items are as follows:

   

4000 6/4/2013 - 6/3/2014

6000 6/4/2013 - 6/3/2014

CLIN - DELIVERIES OR PERFORMANCE

BASIC CLINS 4000, 6000- DATE OF TASK ORDER AWARD THRU 12 MONTHSOPT 1 CLINS 4100, 6100- DATE OF EXCERCISE OF OPTION THRU 24 MONTHSOPT 2 CLINS 4200, 6200- DATE OF EXCERCISE OF AN OPTION THRU 36 MONTHS

ESTIMATED PERIOD OF PERFORMANCE FOR THE BASIC PERIOD AND OPTION PERIOD IS 36MONTHS FROM TASK ORDER AWARD.

SHIP TO ADDRESS:

ANIKA DIXONNAVAL SURFACE WARFARE CENTERCARDEROCK DIVISIONPHILADELPHIA PA 19112-1403CODE 937 COR

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 22 of 35 FINAL

 

SECTION G CONTRACT ADMINISTRATION DATA

Contracting Officer RepresentativeANIKA DIXON, 9371000 KITTY HAWK AVEPHILADELPHIA, PA [email protected]

Approved Subcontractors

B&L Machine FabricationCACI Enterprise Solutions, Inc.Cosmic SoftwareCurtiss-Wright Flow ControlEpsilonE-SolutionsGibbs & CoxL-3 UnidyneQEDRenk AGSchweitzer Engineering LaboratoriesTognum America MTUWoodward Inc.

5252.232-9104  ALLOTMENT OF FUNDS (JAN 2008)

(a) This contract is incrementally funded with respect to both cost and fee.  The amount(s) presently available andallotted to this contract for payment of fee for incrementally funded contract line item number/contract subline itemnumber (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR52.216-10), as appropriate, is specified below.  As provided in the clause of this contract entitled "LIMITATIONOF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby

(b) The parties contemplate that the Government will allot additional amounts to this contract from time to time forthe incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall stateseparately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and theperiod of performance which the amount(s) are expected to cover.

(c) CLINs/SLINs are fully funded and performance under these CLINs/SLINs is subject to the clause of this contractentitled "LIMITATION OF COST" (FAR 52.232-20).

(d)The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs ofperformance of fully funded CLINs/SLINs.(End of Text)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012)

        (a)  Definitions.  As used in this clause—

       “Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies aunit, activity, or organization.

       “Document type” means the type of payment request or receiving report available for creation in Wide AreaWorkFlow (WAWF).

      “Local processing office (LPO)” is the office responsible for payment certification when payment certification isdone external to the entitlement system.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 23 of 35 FINAL

 

       (b)  Electronic invoicing.  The WAWF system is the method to electronically process vendor paymentrequests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of PaymentRequests and Receiving Reports.  

      (c)  WAWF access.  To access WAWF, the Contractor shall—

(1)  Have a designated electronic business point of contact in the Central Contractor Registration athttps://www.acquisition.gov; and

(2)  Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registrationavailable at this web site.

       (d)  WAWF training.  The Contractor should follow the training instructions of the WAWF Web-BasedTraining Course and use the Practice Training Site before submitting payment requests through WAWF. Both canbe accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/

       (e)  WAWF methods of document submission.  Document submissions may be via web entry, Electronic DataInterchange, or File Transfer Protocol.

       (f)  WAWF payment instructions.  The Contractor must use the following information when submittingpayment requests and receiving reports in WAWF for this contract/order:

(1)  Document type.  The Contractor shall use the following document type(s).

              Cost Voucher (Cost Reimbursable, T&M, LH, or FPI)

(2)  Inspection/acceptance location.  The Contractor shall select the following inspection/acceptance location(s) inWAWF, as specified by the contracting officer.

               Destination

(3)  Document routing.  The Contractor shall use the information in the Routing Data Table below only to fill inapplicable fields in WAWF when creating payment requests and receiving reports in the system.

                                                                                  Routing Data Table*

Field Name in WAWF Data to be entered in WAWFPay Official DoDAAC   HQ0337Issue By DoDAAC   N65540Admin DoDAAC   S3915AInspect By DoDAAC   N65540Ship To Code   N65540Ship From Code   N/AMark For Code   N65540Service Approver (DoDAAC)   N65540Service Acceptor (DoDAAC)   N65540Accept at Other DoDAAC   N/ALPO DoDAAC   N/ADCAA Auditor DoDAAC   N/AOther DoDAAC(s)   N/A

                            (4)  Payment request and supporting documentation.  The Contractor shall ensure a paymentrequest includes appropriate contract line item and subline item descriptions of the work performed or supplies

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 24 of 35 FINAL

 

delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARSAppendix F, (e.g. timesheets) in support of each payment request. 

(5)  WAWF email notifications.  The Contractor shall enter the e-mail address identified below in the “SendAdditional Email Notifications” field of WAWF once a document is submitted in the system. 

              [email protected]

(1)  The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’sWAWF point of contact. 

Joshua Daubert;  email:  [email protected]

(2)  For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

 (End of clause)

HQ G-2-0009, Supplemental Instructions Regarding Electronic Invoicing (NAVSEA) (SEP 2012)

(a)  The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable,  at thelowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract lineitem number (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurredat that level.  Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries ofwork charged during the period covered as well as overall cumulative summaries by individual labor categories,rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs(ODCs), materials, and travel, by TI, SLIN, or CLIN level.  For other than firm fixed price subcontractors,subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime)invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced.  Supporting documentation may beencrypted before submission to the prime contractor for WAWF invoice submittal.  Subcontractors may emailencryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting costinformation directly to the CO and COR; or other method as agreed to by the CO.

(b)  Contractors submitting payment requests and receiving reports to WAWF using either Electronic DataInterchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the CORand CO on the same date they submit the invoice in WAWF.  No payments shall be due if the contractor does notprovide the COR and CO email notification as required herein.

SEA 5252.216-9122 LEVEL OF EFFORT – ALTERNATE 1 (MAY 2010)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence inperformance of the work described in Sections B and C of this contract. The total level of effort for the performance ofthis contract shall be 192,600 total man-hours of direct labor, including subcontractor direct labor for thosesubcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level ofeffort.

(b) Of the total man-hours of direct labor set forth above, it is estimated that 0 man-hours are uncompensated effort.Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additionalcompensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in thefirst sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillmentof the level of effort obligations under this contract.

(c) Effort performed in fulfilling the total level of effort obligations specified above shallonly include effort performed in direct support of this contract and shall not include time andeffort expended on such things as (local travel to and from an employee's usual work location), uncompensated effortwhile on travel status, truncated lunch periods, work (actual or inferred) at an employee's residence or othernon-work locations (except as provided in paragraph (i) below), or other time and effort which does not have aspecific and direct contribution to the tasks described in Sections B and C.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 25 of 35 FINAL

 

(d) The level of effort for this contract shall be expended at an average rate of approximately 1,235 hours per week. Itis understood and agreed that the rate of man hours per month may fluctuate in pursuit of the technical objective,provided such fluctuation  does not result in the use of the total man-hours of effort prior to the expiration of theterm hereof, except as provided in the following paragraph.

(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditureof direct labor to such an extent that the total man-hours of effort specified above would beused prior to the expiration of the term, the Contractor shall notify the Contracting Officer inwriting setting forth the acceleration required, the probable benefits which would result, andan offer to undertake the acceleration at no increase in the estimated cost or fee togetherwith an offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, forcontinuation of the work until expiration of the term hereof. The offer shall provide that thework proposed will be subject to the terms and conditions of this contract and any additionsor changes required by then current law, regulations, or directives, and that the offer, with awritten notice of acceptance by the Contracting Officer, shall constitute a binding contract.The Contractor shall not accelerate any effort until receipt of such written approval by theContracting Officer. Any agreement to accelerate will be formalized by contractmodification.

(f) The Contracting Officer may, by written order, direct the Contractor to accelerate theexpenditure of direct labor such that the total man-hours of effort specified in paragraph (a)above would be used prior to the expiration of the term. This order shall specify the acceleration required and theresulting revised term. The Contractor shall acknowledge this order within five days of receipt.

(g) The Contractor shall provide and maintain an accounting system, acceptable to theAdministrative Contracting Officer and the Defense Contract Audit Agency (DCAA), whichcollects costs incurred and effort (compensated and uncompensated, if any) provided infulfillment of the level of effort obligations of this contract. The Contractor shall indicate oneach invoice the total level of effort claimed during the period covered by the invoice,separately identifying compensated effort and uncompensated effort, if any.

(h) Within 45 days after completion of the work under each separately identified periodof performance hereunder, the Contractor shall submit the following information inwriting to the Contracting Officer with copies to the cognizant Contract AdministrationOffice and to the DCAA office to which vouchers are submitted: (1) the total number ofman-hours of direct labor expended during the applicable period; (2) a breakdown of thistotal showing the number of man-hours expended in each direct labor classification andassociated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) theContractor's estimate of the total allowable cost incurred under the contract for theperiod. Within 45 days after completion of the work under the contract, the Contractorshall submit, in addition, in the case of a cost underrun; (5) the amount by which theestimated cost of this contract may be reduced to recover excess funds. All submissionsshall include subcontractor information.

(i) Unless the Contracting Officer determines that alternative worksite arrangements aredetrimental to contract performance, the Contractor may perform up to 10% of the hours atan alternative worksite, provided the Contractor has a company-approved alternativeworksite plan. The primary worksite is the traditional “main office” worksite. Analternative worksite means an employee’s residence or a telecommuting center. Atelecommuting center is a geographically convenient office setting as an alternative to anemployee’s main office. The Government reserves the right to review the Contractor’salternative worksite plan. In the event performance becomes unacceptable, the Contractorwill be prohibited from counting the hours performed at the alternative worksite in fulfillingthe total level of effort obligations of the contract. Regardless of work location, all contractterms and conditions, including security requirements and labor laws, remain in effect. TheGovernment shall not incur any additional cost nor provide additional equipment forcontract performance as a result of the Contractor’s election to implement an alternativeworksite plan.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 26 of 35 FINAL

 

(j) Notwithstanding any of the provisions in the above paragraphs and subject to theLIMITATION OF FUNDS or LIMITATION OF COST clauses, as applicable, the periodof performance may be extended and the estimated cost may be increased in order topermit the Contractor to provide all of the man-hours listed in paragraph (a) above. Thecontractor shall continue to be paid fee for each man-hour performed in accordance withthe terms of the contract.

(End of Text)

DFARS PGI 204.7108(d)(12)PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

(a) This requirement includes support for multiple programs with independent budgets andfunding lines. These funding lines are NOT interchangeable and it is critical that the PayingOffice pay in accordance with the accounting classification reference numbers (ACRNs) noted onthe contractor's invoices. To do otherwise could result in a misappropriation of funds.

(b) The Payment Office shall ensure that each payment under this contract is made in accordancewith the specific ACRNs shown on each individual invoice, including attached data.

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------400001 1300336306 180000.00  LLA : AA 1731804 8B5B 252 VU021 0 050120 2D 000000 A00001626461 POP: 06/04/2013-06/03/2014 2410(a) Authority is hereby invoked See TI# 1  600001 1300336306 20000.00  LLA : AA 1731804 8B5B 252 VU021 0 050120 2D 000000 A00001626461 POP: 06/04/2013-06/03/2014 2410(a) Authority is hereby invoked See TI# 1  600002 1300339665 811362.00  LLA : AB 1731810 81ST 310 VU021 0 050120 2D 000000 A00001650723 POP: 06/04/2013-06/03/2016 2410(a) Authority is hereby invoked See TI# 2   BASE Funding 1011362.00 Cumulative Funding 1011362.00 

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 27 of 35 FINAL

 

SECTION H SPECIAL CONTRACT REQUIREMENTS

H-5 Task Order Process.

Ombudsman Description.

In accordance with FAR 16.505(a)(9), no protest under FAR Subpart 33.1 is authorized in connection with PCOdecisions regarding fair opportunity or the issuance of a TO under this contract, except for a protest on the groundsthat a TO increases the scope, period, or maximum value of the contract. The Local Warfare Center Site Deputy forSmall Business has been designated as the NAVSEA and related Program Executive Offices Ombudsman for thiscontract. The NSWCCD Ombudsman will review complaints from the contractors and ensure that all contractors areafforded a fair opportunity to be considered, consistent with the procedures in the contract. Complaints to theNSWCCD Ombudsman must be forwarded to:

Ms. Irene KatacinskiEmail: [email protected]: 215-897-7596

CAR-H09 Performance-Based Acquisition Evaluation Procedures for a SeaPort e Task Order (MAR 2006)(NSWCCD)

(a) Introduction: The contractor’s performance on this task order will be evaluated by the Government, in accordancewith this task order clause. The first evaluation will cover the period ending twelve months after the date of taskorder award with successive evaluations being performed for each twelve-month period thereafter until the contractorcompletes performance under the task order. Based on the evaluation results, the PCO will assign an overallperformance rating in accordance with paragraph (b) of this clause. The purpose of the evaluation is to determineremedies that may be invoked due to “Unsatisfactory” performance. If the PCO assigns an "Unsatisfactory"performance rating for the period evaluated, the PCO may take unilateral action, in accordance with clause 52.246-5entitled “Inspection of Services-Cost Reimbursement”, dated Apr 1984, in Section E of the base contract, toprovide for a fee reduction covering the performance period evaluated. This clause provides the basis for evaluation ofthe contractor’s performance and for determining if the fee amount should be reduced due to “Unsatisfactory”performance.

(b) Performance Ratings: The Government will evaluate the contractor’s performance of the Statement of Workunder the task order for each twelve month period of performance, using the measurable performance standards setforth in the Performance Requirements Summary Table in the SOW, or elsewhere in the task order, and the PCOwill assign one of the following ratings:

(1) Excellent

(2) Very Good

(3) Satisfactory

(4) Unsatisfactory

The standards associated with these ratings are given in the following Table 1.

Table 1: Overall Performance Ratings

For The Evaluation Period

OverallPerformanceRating

Standard

Excellent“Excellent” ratings for all performance evaluationcriteria.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 28 of 35 FINAL

 

Very GoodA combination of “Excellent” and “Satisfactory”ratings determined by the PCO to exceedSatisfactory” overall.

SatisfactoryA minimum of “Satisfactory” ratings for allperformance evaluation criteria.

UnsatisfactoryA rating of “Unsatisfactory” for one or moreperformance evaluation criteria.

(c) Evaluation Objective: The purpose of the evaluation and the inclusion of a remedy to the Government forunsatisfactory contractor performance under this task order is to ensure that the Government receives at least“Satisfactory” overall performance.

(d) Performance Evaluation Criteria: The contractor’s performance will be evaluated on an annual basis using thecriteria and standards provided for each task objective in the Performance Requirements Summary Table, andconsidering the criterion in Tables 2 through 4 of this task order clause.

(e) Organization: The performance evaluation organization consists of the Procuring Contracting Officer (PCO), whowill serve as the Evaluation Official, and the Contracting Officer Reprensentative (COR).

(1) COR: The COR will provide ongoing performance monitoring, evaluate task performance based on the taskorder Performance Requirements Summary, prepare the evaluation report, including a recommended overallperformance rating, and submit the report to the PCO for final decision within thirty days after the end of theevaluation period. The COR will maintain the written records of the contractor’s performance so that a fair andaccurate evaluation is made.

(2) Procuring Contracting Officer (PCO): The PCO is responsible for properly administering the performanceevaluation process, maintaining the official performance evaluation file, and making the decision about the overallperformance rating and whether to reduce the fee if performance is rated as unsatisfactory.

(f) Evaluation Schedule: Each performance evaluation will cover the previous twelve months of performance. TheGovernment will evaluate all work under the task order performed by the contractor during the twelve-month period.Following each evaluation period, the PCO (or Contract Specialist if so designated by the PCO) and the COR willhold a meeting with the contractor’s Senior Technical Representative to review performance under the task orderduring the previous twelve months, including overall trends, specific problem areas, if any, and their resolution.Other Government and contractor personnel may also participate as deemed appropriate.

(g) Contractor’s Self-Evaluation: The contractor may also submit a Self-Evaluation Report for consideration. Thereport must include an overall performance rating for the task order, covering the evaluation period, and may includewhatever information the contractor deems relevant to support that rating. The report shall not exceed two (2) pagesin length.

(h) Performance Evaluation: The PCO will make the decision on the overall performance rating for the workperformed under the task order within thirty days after receipt of the evaluation report from the COR. The decisionwill be based upon the COR’s recommendations, the contractor’s comments, including any Self-Evaluation Report,and any other information deemed relevant by the PCO. The PCO shall resolve disagreements between the COR’srecommendations and the contractor’s comments/report regarding the evaluation. The PCO will provide a copy ofthe evaluation report, including the overall rating, to the contractor within five working days after completion of theevaluation.

(i) Contractor’s Review of the Evaluation Report: Contractors shall be given a minimum of 15 calendar days tosubmit comments, rebut statements, or provide additional information. The PCO shall consider the contractor’ssubmission and respond as appropriate. Although the PCO will consider the contractor’s comments, rebuttals, oradditional information, the PCO may, or may not, change the overall rating. The decision to change the ratingbased on contractor input at this stage is solely at the discretion of the PCO.

(j) This performance evaluation does not replace any other requirement for evaluating contractor performance thatmay be required by the base contract, such as a Contractor Performance Assessment Reporting System (CPARS)report, or a Task Order Performance Evaluation (TOPE).

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 29 of 35 FINAL

 

TABLE 2: TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS

Criterion UNSATISFACTORY SATISFACTORY EXCELLENT

TaskPerformance

Work product fails to meetAcceptable Quality Levels(AQLs) defined inPerfor-manceRequirements SummaryTable (see SOW orelsewhere in the TaskOrder).

Work product routinelymeets Acceptable QualityLevels (AQLs) defined inPerformanceRequire-ments SummaryTable(see SOW orelsewhere in the TaskOrder).

Work product frequentlyexceeds AcceptableQuality Levels (AQLs)defined in PerformanceRequirements SummaryTable (see SOW orelsewhere in the TaskOrder).

Staffing

Contractor providesmarginally qualified orunqualified personnel.Lapses in coverage occurregularly.

Contractor providesqualified personnel.Lapses in coverage mayoccasionally occur and aremanaged per individualtask order policy.

Contractor provideshighly qualifiedpersonnel. Contractorreassigns personnel toensure proper coverage.Actual lapsesin coverageoccur very rarely, if ever,and are managed perindividual task orderpolicy. Contractorensures staff trainingremains current.

Timeliness

Contractor frequentlymisses deadlines,schedules, or is slow torespond to governmentrequests or isnon-responsive togovernment requests.

Contractor routinelymeets deadlines,schedules, and respondsquickly to governmentrequests.

Contractor alwaysmeetsdeadlines,schedules, and respondsimmediately togovernment requests.

CustomerSatisfaction

Fails to meet customerexpectations

Meets customerexpectations.

Exceeds customerexpectations.

TABLE 3: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

ProblemResolution

Problems are unresolved,repetitive, or takeexcessive governmenteffort to resolve.

Problems are resolvedquickly with minimalgovernmentinvolvement.

Problems arenon-existent or thecontractor takescorrective actionwithout governmentinvolvement.

Responsiveness

Contractor’s managementis unresponsive togovernment requests andconcerns.

Contractor’smanagement isresponsive togovernment requests andconcerns.

Contractor’smanagement takesproactive approach indealing withgovernmentrepresentatives andanticipates Governmentconcerns.

Communications

Contractor often fails tocommunicate withgovernment in an effectiveand timely manner.

Contractor routinelycommunicates withgovernment in aneffective and timelymanner.

Contractor takes aproactive approach suchthat communications arealmost always clear,effective, and timely.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 30 of 35 FINAL

 

TABLE 4: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

CostManagement

Contractor routinely failsto complete the effortwithin the originallyagreed to estimated cost,i.e. cost overrunsfrequently occur.

Contractor routinelycompletes the effortwithin the originallyagreed to estimated cost.Contractor providesmeasures for controllingall costs at estimatedcosts. Funds andresources are generallyused in a cost-effectivemanner. No majorresource managementproblems are apparent.

Reductions in directcosts to the Governmentbelow contract estimatedcosts are noteworthy.Contractor providesdetailed cost analysisand recommendations toGovernment forresolution of problemsidentified. Funds andresources are optimallyused to provide themaximum benefit for thefunds and resourcesavailable. Documentedsavings are apparent.

CostReportingReports are generally late,inaccurate incomplete orunclear.

Reports are timely,accurate, complete andclearly written.Problems and/or trendsare addressed, and ananalysis is alsosubmitted.

Reports are clear,accurate, and pro-active.Problems and/or trendsare addressedthoroughly, and thecontractor’srecommendations and/orcorrective plans areimplemented andeffective.

See Attachment CAR-H10 PERFORMANCE REQUIREMENTS SUMMARY TABLE

CAR H11 – CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (JAN 2010)

a. In accordance with SECNAV M-5510.30 Chapters 5 and 6, all Contractor personnel that require access toDepartment of Navy (DON) information systems and/or work on-site are designated Non-Critical Sensitive/IT-IIpositions, which require an open investigation or favorable adjudicated National Agency Check (NACLC) by theIndustrial Security Clearance Office (DISCO). Investigations should be completed using the SF- 85 Form and theSF-87 finger print card. An interim clearance can be granted by the company Security Officer and recorded in theJoint Personnel Adjudication System (JPAS).  An open investigation or favorable adjudication is required prior toissuance of a Common Access Card (CAC) card or a badge providing access to NSWCCD sites and buildings. If anunfavorable adjudication is determined by DISCO all access will terminated.

b.  Within 30 days after contract award, the Contractor shall submit a list of all Contractor personnel, includingsubcontractor employees, who will have access to DON information systems and/or work on-site at one of theNSWCCD sites. The Contractor shall e-mail [email protected] to obtain the excel file that outlinesthe required format and content of the list.  The Contractor will provide each employee's first name, last name,contract number, the NSWCCD technical code, work location, whether or not the employee has a CAC card and/orswipe card, the systems the employee can access (i.e., NMCI, RDT&E), and the name of the Contractor's localpoint of contact, phone number and email address.  The excel file shall be submitted via email [email protected] and the Contracting Officer's Representative (COR). Throughout the period ofperformance of the contract, the Contractor shall immediately provide an updated spreadsheet [email protected] and the COR when any Contractor personnel changes occur.

Option to Extend the Term of the Task Order

(a) The Government may extend the term of this task order under option CLINs/SUBCLINs by written notice to the

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 31 of 35 FINAL

 

Contractor on or before 4 Apr 2009; provided, that the Government gives the Contractor a preliminary writtennotice of its intent to exercise the option(s)at least thirty days before the task order expires. The preliminary noticedoes not commit the Government to an extension.

(b) The total duration of this task order, including the exercise of any options under this clause, shall notexceed three (3) years.

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 32 of 35 FINAL

 

SECTION I CONTRACT CLAUSES

CAR-I18 TECHNICAL INSTRUCTIONS (DEC 2001)

(a) Performance of the work hereunder may be subject to written technical instructions signed by the Task OrderManager. As used herein, technical instructions are defined to include the following:

(1) Directions to the Contractor that suggest pursuit of certain lines of inquiry, shift work emphasis, fill in details orotherwise serve to accomplish the statement of work.

(2) Guidelines to the Contractor that assist in the interpretation of drawings, specifications or technical portions ofwork description.

(b) Technical instructions must be within the general scope of work stated in the task order. Technical instructionsmay not be used to :

(1) assign additional work under the task order;

(2) direct a change as defined in the “Changes” clause of the base contract;

(3) increase or decrease the contract price or estimated amount (including fee), as applicable,

the level of effort, or the time required for task order performance; or

(4) change any of the terms, conditions or specifications of the task order.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order oris inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10)working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by thetechnical instruction unless and until the Contracting Officer notifies the Contractor that the technical instruction iswithin the scope of this task order.

(d) Nothing in the paragraph (c) of this clause shall be construed to excuse the Contractor from performing thatportion of the task order statement of work which is not affected by the disputed technical instruction.

(End of Clause)

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

(a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed $____0___or the overtime premium is paid for work --

1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns ofproduction equipment, or occasional production bottlenecks of a sporadic nature;

(2) By indirect-labor employees such as those performing duties in connection with administration, protection,transportation, maintenance, standby plant protection, operation of utilities, or accounting;

(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportationconveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted orcompleted otherwise; or

(4) That will result in lower overall costs to the Government.

(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimatedovertime for contract completion and shall—

(1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together withpresent workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 33 of 35 FINAL

 

the necessity for the overtime;

(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;

(3) Identify the extent to which approval of overtime would affect the performance or payments in connection withother Government contracts, together with identification of each affected contract; and

(4) Provide reasons why the required work cannot be performed by using multishift operations or by employingadditional personnel.

* Insert either “zero” or the dollar amount agreed to during negotiations. The inserted figure does not apply to theexceptions in paragraph (a)(1) through (a)(4) of the clause.(End of Clause)

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 34 of 35 FINAL

 

SECTION J LIST OF ATTACHMENTS

Burn Rate Analysis Report

Incurred Cost Report

Performance Requirements Table

Direct Labor Rate Substantiation Table

Cost Summary Format

DD254

 CONTRACT NO.

 N00178-04-D-4089 DELIVERY ORDER NO.

 EHQ3 PAGE

 35 of 35 FINAL