46
1. CONTRACT NO. N00178-11-D-6433 2. DELIVERY ORDER NO. N0016717F3001 3. EFFECTIVE DATE 2017 Jan 25 4. PURCH REQUEST NO. See Schedule 5. PRIORITY DO-C9 6. ISSUED BY CODE N00167 7. ADMINISTERED BY CODE S5111A 8. DELIVERY FOB NSWC, CARDEROCK DIVISION, MARYLAND 9500 MacArthur Blvd West Bethesda MD 20817 DCMA HAMPTON 2000 Enterprise Parkway, Suite 200 Hampton VA 23666 SCD: C DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 1LT84 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS AMSEC LLC 5701 Cleveland Street Virginia Beach VA 23462 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 HQ0338 MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. See Section D DFAS Columbus Center,South Entitlement Operations P.O. Box 182264 Columbus OH 43218-2264 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. _____________________________________ ______________________________________________ ____________________________ 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 26. DIFFERENCES 01/25/2017 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 2

N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

1. CONTRACT NO.

N00178-11-D-64332. DELIVERY ORDER NO.

N0016717F30013. EFFECTIVE DATE

2017 Jan 254. PURCH REQUEST NO.

See Schedule5. PRIORITY

DO-C96. ISSUED BY CODEN00167 7. ADMINISTERED BY CODE S5111A 8. DELIVERY FOB

NSWC, CARDEROCK DIVISION, MARYLAND9500 MacArthur BlvdWest Bethesda MD 20817

DCMA HAMPTON2000 Enterprise Parkway, Suite 200Hampton VA 23666

SCD: C   DESTINATION

  OTHER

 (See Schedule if other)

9. CONTRACTOR CODE1LT84 FACILITY 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X IF BUSINESS IS

AMSEC LLC5701 Cleveland StreetVirginia Beach VA 23462

   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 HQ0338 MARK ALL

PACKAGES ANDPAPERS WITH

IDENTIFICATIONNUMBERS IN

BLOCKS 1 AND 2.

See Section D DFAS Columbus Center,South Entitlement OperationsP.O. Box 182264Columbus OH 43218-2264

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.

      

  

_____________________________________ ______________________________________________ ____________________________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

26.DIFFERENCES

 

       01/25/2017CONTRACTING/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 CORRECTFOR

 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

2

Page 2: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

GENERAL INFORMATION

N00167-17-F-3001 provides engineering and technical services for improved shipboard technical data environment,and logistical support for Navy technical data.  The Solicitation Number associated with this order is N00024-16-R-3147-1.

The Contractor is not authorized to start performance associated with the funding cited in the following TechnicalInstruction (TI) until the Contracting Officer and the Contracting Officer's Representative (COR) receive a signedcopy of the TI from the Contractor: TI-001.

Note: The total in Block 25 on the DD Form 1155 (page 1) is inclusive of the holding line items (CLINs 7000 &9000) plus the obligated total (SLINs 7001AA and 9001AA). As stated in Section B, the holding line items areestablished for informational purposes only.  To be clear, the contractor shall not exceed the amount specified inSection G.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 2 of 2 FINAL

 

Page 3: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7000 R425 Base Period: Improved Shipboard

Technical Data Environment

services IAW Section C- Statement

of Work This CLIN is established

as the holding line item to

maintain the value of the contract

and will be decreased when

additional funding is added to the

contract. This line item does not

obligate the Government and is

provided for informational

purposes only. (Fund Type - TBD)

7001 Code 80 Improved Shipboard

Technical Data Environment

services IAW Section C- Statement

of Work

7100 R425 Option 1: Improved Shipboard

Technical Data Environment IAW

Section C - Statement of Work

(Fund Type - TBD)

Option

7200 R425 Option 2: Improved Shipboard

Technical Data Environment IAW

Section C - Statement of Work

(Fund Type - TBD)

Option

7300 R425 Option 3: Improved Shipboard

Technical Data Environment IAW

Section C - Statement of Work

(Fund Type - TBD)

Option

7400 R425 Option 4: Improved Shipboard

Technical Data Environment IAW

Section C - Statement of Work

(Fund Type - TBD)

Option

For ODC Items:

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 1 of 44 FINAL

 

Page 4: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

Item PSC Supplies/Services Qty Unit Est. Cost

9000 R425 Base Period: ODC in support of CLIN 7000 consisting of materials,

travel, and miscellaneous. ODC are non-fee bearing. This CLIN is

established as the holding line item to maintain the value of the

contract and will be decreased when additional funding is added to

the contract. This line item does not obligate the Government and

is provided for informational purposes only. (Fund Type - TBD)

9100 R425 Option 1: ODC in support of CLIN 7100 consisting of materials,

travel, and miscellaneous. ODC are non-fee bearing. (Fund Type -

TBD)

Option

9200 R425 Option 2: ODC in support of CLIN 7200 consisting of materials,

travel, and miscellaneous. ODC are non-fee bearing. (Fund Type -

TBD)

Option

9300 R425 Option 3: ODC in support of CLIN 7300 consisting of materials,

travel, and miscellaneous. ODC are non-fee bearing. (Fund Type -

TBD)

Option

9400 R425 Option 4: ODC in support of CLIN 7400 consisting of materials,

travel, and miscellaneous. ODC are non-fee bearing. (Fund Type -

TBD)

Option

This is a Cost Plus Fixed Fee (CPFF) level of effort type task order.

ODCs are non-fee bearing.

NOTE A: LEVEL OF EFFORT

The labor hours listed above in "HR" in the Base Period and each Option Period shall reflect the Level ofEffort provided in Section H, 5252.216-9122 (Alt. 1) Level of Effort clause.

NOTE A: LEVEL OF EFFORT AND SUBCONTRACTING

Clause 5252.216-9122, states "The total level of effort for the performance of this contract shall be 66,680total man-hours of direct labor, including subcontractor direct labor for those subcontractors specificallyidentified in the Contractor's proposal as having hours included in the proposed level of effort."  The costsassociated with a subcontract not included in the contractors proposal cannot be billed against the labor hoursin the task order under the labor CLIN(s).  In accordance with the SeaPort guidance "In order for the newsubcontractor to participate in an existing task order, the prime contractor must submit a written request to

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 2 of 44 FINAL

 

Page 5: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

the Contracting Officer for the specific task order, requesting approval to add the new subcontractor.  TheContracting Officer for the task order will determine what documentation is required with the request." 

NOTE B: OPTION

Option Item, to which the OPTION clause in SECTION I applies, shall be supplied only if said Option isexercised.

NOTE C: LABOR TRIPWIRE JUSTIFICATIONS

(a) The contractor shall advise the COR and the Contract Specialist, by e-mail, if the pending substitution oraddition of any individual (Key or non-Key) will be at a fully loaded (including fee) labor rate that exceedsthe labor tripwire amount.  The contractor shall not proceed with the addition until they are advised by theContract Specialist or PCO that the request has been approved.  This requirement does not relieve thecontractor’s obligation under clauses H.7 “Substitution of Team Members and Substitution of Personnel” and52.244-2 “Subcontracts” contained in the base Seaport contract.

(b) The contractor's request shall include: the proposed individual's resume for Personnel Substitutions, laborhourly rate build-up, labor hours per work year, detailed justification for the addition of the particularindividual based on his/her technical expertise and projected technical impact on the Task Order/TechnicalInstruction. If the individual is a subcontractor or consultant, the rate build-up shall include the primecontractor's pass through rate.

(c) Currently, the hourly labor tripwire is $156 per hour, regardless of the number of labor hours theproposed individual will work. The contractor will be advised of any changes to this tripwire level that occurduring performance.

NOTE D: CONSENT TO SUBCONTRACT

For subcontracts and consulting agreements for services, where the prime contractor anticipates that hoursdelivered will be counted against the hours in the Task Order Level of Effort clause in Section G, Consent toSubcontract authority is retained by the Task Order Contracting Officer (Procuring Contracting Officer). Thecontractor shall comply with clause no. 52.244-2 of the base contract when requesting consent tosubcontract.

The following subcontractors are approved under this Task Order:

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 3 of 44 FINAL

 

Page 6: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

NOTE E: Additional CLINS

Additional CLINs may be unilaterally created by the Procuring Contracting Officer (PCO) during theperformance of this Task Order to allow for additional SLINs as needed or to accommodate the multipletypes of funds that may be used under this Order. These modifications will not change the overall level ofeffort or value of the task order.

NOTE F: Substitution of Key Personnel

The contractor agrees to assign those key persons identified with the Task Order response.  No substitutionshall be made without prior notification to and concurrence of the Task Order Contracting Officer (ProcuringContracting Officer).  The contractor shall comply with clause no. H.7 of the base contract when requestingapproval for substitution of key personnel.  The following Key Personnel are approved under this TaskOrder:

The following Key Personnel are approved under this Task Order:

Labor Category Employee Name  Company

   

   

 

   

HQB-2-0015 Payment of Fee(s) (Level of Effort-ALT 1) (NAVSEA) (MAY 2010)

(a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee typecontracts, "base fee" in cost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixedfeetype contracts for level of effort type contracts.

(b) The Government shall make payments to the Contractor, subject to and in accordancewith the clause in this contract entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVEFEE", (FAR 52.216-10), as applicable. Such payments shall be submitted by and payable tothe Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST ANDPAYMENT" (FAR 52.216-7), subject to the withholding terms and conditions of the"FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paid at the hourlyrate(s) specified above per man-hour performed and invoiced. Total fee(s) paid to theContractor shall not exceed the fee amount(s) set forth in this contract. In no event shall theGovernment be required to pay the Contractor any amount in excess of the funds obligatedunder this contract.(End of Text)

 

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 4 of 44 FINAL

 

Page 7: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

SECTION C DESCRIPTIONS AND SPECIFICATIONS

Improved Shipboard Technical Data Environment

1.      BACKGROUND

The Naval Surface Warfare Center, Carderock Division (NSWCCD) is chartered by the Navy andNaval Sea Systems Command (NAVSEA) and tasked to support technical data and trainingrequirements.  NSWCCD has identified requirements for engineering and technical services in thefollowing areas:

1.1. Technical Data Migration to Approved Navy Digital Technical Maintenance Data Format.

1.2. Virtual World, Modeling, and Simulation Support.

1.3. Standard Navy Technical Manual (TM)/Interactive Electronic Technical Manual (IETM)Hardware and Software Infrastructure Support.

1.4. Standardized Technical Data Encoding Recommendation and Enforcement Policy.

1.5. New Processes for Organic Life Cycle Maintenance of Technical Data Products.

1.6. Shipboard Electronic Performance Support System (EPSS) and Shared Data Environments.

1.7. Improved Technical Data Repository and Real Time User Access Technology.

The contractor shall perform work related to, and requiring in- depth knowledge of, variousongoing Navy technical data logistics initiatives and planned next generation digital technical datadelivery and presentation capability throughout the Navy.  This work will result in majorimprovements and efficiencies to the Navy’s current practices regarding the development,delivery, and life cycle management of technical data in the shipboard environment.

2.      REQUIREMENTS

The contractor shall provide engineering and technical services including technical assessment,development, and analysis tasks in the following areas:

2.1. Technical Data Migration to Approved Navy Digital Technical Maintenance Data Formatsuch as S1000D™ and MIL-DTL-24784 (11-2007 Rev C).

2.1.1. Analyze and apply methods and approaches for converting NAVSEA IETMs toS1000D™ format in accordance with MIL-DTL-24784 (11-2007 Rev C) content requirements.

2.1.2. Develop and review S1000D™ Change Proposal Forms for impact on NAVSEA IETMsspecifications and processes.

2.1.3. Assist with development and maintenance of NAVSEA S1000D™ acquisition guidanceand business rules.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 5 of 44 FINAL

 

Page 8: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

2.1.4. Convert selected surface and submarine IETMs to S1000D™ format, or other Navyapproved digital data formats, identify technical problems and issues, and providerecommendations for future conversion efforts. (Contract Data Items Requirements List (CDRL)data item A002).

2.1.5. Assess the suitability of S1000D™ training requirements to support technical trainingproducts.

2.1.6. Evaluate and apply emerging and mature/advanced data conversion concepts and supportfor military IETMs including validation of converted products.

2.2. Virtual World, Modeling, and Simulation Support

2.2.1. Evaluate and apply Virtual World, modeling and simulation technologies with regards tomilitary IETMs and training.

2.2.2. Perform feasibility analysis and testing of emerging and mature Virtual World, modeling,and simulation technologies capabilities.

2.2.3. Analyze and apply methods and approaches for converting existing 3-D model technologywithin Virtual World, modeling and simulation technologies.

2.2.4. Convert selected surface and submarine 3-D models within Virtual World, modeling andsimulation technologies, identify technical problems and issues, and provide recommendations forfuture conversion efforts. (CDRL data item A002).

2.2.5. Assist with support for development and maintenance of Virtual World, modeling andsimulation technologies within Navy IETM specifications and standards.

2.2.6. Assist with rendering models via 3-D printing both ashore and afloat.

2.3. Standard Navy TM/IETM Hardware and Software Infrastructure Support

The Navy maintains a standard hardware and software infrastructure to support datadevelopment and use.  Currently, the Standard NAVSEA Integrated Publishing Process (SNIPP)defines and provides the approved infrastructure and process for acquisition, development,management, publication and distribution of NAVSEA TMs/IETMs. 

2.3.1. Provide logistics process in-depth technical support of hardware and softwareinfrastructure to improve logistics processes and related logistics information technology systemsfor the effective and efficient life cycle management of Navy logistics technical data.

2.3.2. Conduct future-looking concept development and feasibility analysis for expansion of theNavy infrastructure related to TM/IETM acquisition, development, management, publication anddistribution.  Develop recommendations for future expansion of the Navy infrastructure to meetanticipated Navy requirements to support technical document acquisition managers, datadevelopers and shipboard units with expanded technical data content.

2.3.3. Assist with development and update of Navy TM/IETM policies and instructions such as

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 6 of 44 FINAL

 

Page 9: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

NAVSEAINST 4160.3.

2.3.4. Assist with the sub-teams supporting the Navy Infrastructure Configuration ControlBoard (CCB) related to TM/IETM acquisition, development, management, publication, anddistribution.

2.3.5. Assist with all aspects of the Navy Technical Manual Management Program (TMMP)Infrastructure, including support for the implementation, integration and automation of thevarious approved and emerging Navy/Defense Department Infrastructure components such asNavy ETM/IETM Publishers and Viewers, Navy Distance Support and Anchor Desk, NavalSystems Data Support Activity (NSDSA), Advanced Technical Information System (ATIS),Streamlined Modular Acquisition Requirements Tailoring Tool (SMART-T), Naval EngineeringTechnical Library (NETL),Technical Data Management Information System (TDMIS), ContentManagement System and NAVSEA Publishing Application (CMS/NPA), NAVSEA EnterpriseSubscription License (NESL), and configuration controlled digital technical data distributionsystems, e.g., Technical Data Knowledge Management (TDKM).

2.3.6. Assist with the Information Assurance aspects of the Navy Infrastructure for approvedinfrastructure and process for acquisition, development, management, publication anddistribution of NAVSEA TMs/IETMs.

2.4. Standardized Technical Data Encoding Recommendation and Enforcement Policy

2.4.1. Assist with development and maintenance of technical data content models for Navy TMs.

2.4.2. Assist with development and maintenance of Navy IETMs specifications and standards.

2.4.3. Evaluate and provide technical requirements for emerging and mature graphics andanimation technology with regards to military IETM document/object referencing and linking inshipboard digital libraries.

2.4.4. Assess and apply Department of the Navy (DON) Chief Information Officer (CIO)EXtensible Markup Language (XML) plans, policies, and methods with regards to SNIPP andIETM development and delivery.

2.4.5. Evaluate and apply emerging and mature XML technologies and embedded links in PDFand interactive graphic objects with regards to military IETM document/object referencing andlinking in shipboard digital libraries.

2.4.6. Assist with development and maintenance of Navy acquisition guidance for IETMs suchas Acquisition Guidance documentation, Data Item Description (DID) preparation, Tagging andAuthoring Guidance documentation, and rendering requirements for the Navy Viewers.

2.4.7. Assist with development and maintenance of S1000D™ Business Rules Exchange (BREX)files to enforce NAVSEA, DON and Joint Service S1000D™ levels of business rules.

2.5. New Processes for Organic Life Cycle Maintenance of Technical Data Products

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 7 of 44 FINAL

 

Page 10: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

2.5.1. Develop a common approach to develop, deliver and maintain emerging and mature vectorgraphic capabilities (e.g., Computer Graphics Metafile (CGM), Scalable Vector Graphics (SVG))into Navy IETMs.

2.5.2. Develop a common approach to develop, deliver and maintain emerging and mature 3-Dvector graphic capabilities (e.g., 3DS, U3D, X3D, X3DV, VRML, JT, etc.) into Navy IETMs.

2.5.3. Evaluate and apply emerging/advanced electronic publishing and visualization concepts andsupport for military IETMs.

2.5.4. Evaluate and apply emerging and mature/advanced Product Data and Product DataManagement concepts to Navy IETMs and Navy Product Data to include standards such asMIL-STD-31000 (05NOV2009, Rev C), ISO 10303 STEP, and STEP AP 239 PLCS.

2.5.5. Evaluate and apply emerging Model Based Enterprise concepts to Technical DataProducts.

2.5.6. Develop the requirements for a common approach to develop, deliver and maintaintechnical data products from design through deployment, e.g., “Digital To Done”  fromdeployment through fielding; and from fielding through recycle/destruction in accordance withNational Archives and Records Administration (NARA) and Long Term Archival and Retrieval(LOTAR) requirements.

2.5.7. Convert selected surface and submarine Product Data using Model Based Enterprisemodeling and simulation technologies, identify technical problems and issues, and providerecommendations for future conversion efforts. (CDRL data item A002).

2.5.8. Evaluate and apply emerging Additive Manufacturing concepts and techniques for theapplication to technical data products such as requirements for revision of tasks and proceduresto utilize point-of-use manufacturing (e.g., 3-D printing) both ashore and afloat.

2.6. Shipboard Electronic Performance Support System (ePSS) and Shared Data Environments

2.6.1. Analyze and recommend revised run-time software architectures to facilitate ePSScapability that would operate in both a connected and disconnected operational networkenvironment.  Options to be evaluated for further analysis include emerging and maturestandards-based concepts including sharable Web Services and software search agents, SemanticWeb knowledge indexes, server-based Rich Internet Application (RIA) interfaces, and otheremerging and mature capabilities that facilitate automated access to knowledge resources based onuse-context in an ePSS environment. (CDRL data item A002).

2.6.2. Evaluate integration, reuse, and repurposing methods between submarine technical data andtraining products.

2.6.3. Evaluate integration, reuse, and repurposing methods between surface technical data andtraining products.

2.6.4. Evaluate and apply commercial software programs to ePSS authoring and delivery

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 8 of 44 FINAL

 

Page 11: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

methods.

2.6.5. Evaluate (disconnected mode) shipboard shared data environments for the delivery,storage, retrieval and maintenance of both Navy technical data and training products.

2.6.6. Analyze and recommend employment scenarios for advanced intelligent data constructsand associated Semantic metadata constructs that are being recommended and developed undertask area 2.7 (Improved Technical Data Repositories).

2.6.7. Analyze, evaluate, and provide recommendations regarding the Navy's revised securityrequirements on current technical data use and distribution such as data-at-rest encryption.

2.6.8. Evaluate the use of virtualization technology for deployment of portable ePSS applicationsoftware and intelligent data constructs in a disconnected operational network environment.    

2.6.9. Analyze, evaluate, and provide recommendations to integrate new information technologyand human interface technology developments with evolving Navy ship technologies to increase aship’s survivability, readiness, and operation flexibility.

2.7. Improved Technical Data Repository and Real Time User Access Technology

2.7.1. Analyze the feasibility and develop requirements of Product Lifecycle Management(PLM) systems applied to the Navy’s technical maintenance data infrastructure.

2.7.2. Apply Semantic Web concepts and constructs to support the shipboard digital dataenvironment. Develop recommendations and proposed strategies to migrate the current structuralWeb-oriented web enabling techniques and data constructs to become knowledge links (i.e.,Semantic) data structures and Web-oriented dynamic objects.

2.7.3. Analyze, evaluate and apply Government and commercial repository and metadataspecifications as they pertain to military technical data storage and retrieval.

2.7.4. Provide support services to integrate the content repositories of NAVSEA technical dataresources (e.g., TDMIS, NETL)  and the CNET directed Integrated Learning Environment (ILE)resulting in increased interoperability and reuse from authoritative data sources.

2.7.5. Analyze and apply interoperability methods for military technical data with other Navylogistic applications (PMS, Parts, Diagnostic Engines, etc.).

2.7.6. Analyze the feasibility and develop requirements of Bring Your Own Device (BYOD) asthey pertain to military technical data storage, retrieval, rendering and end-user usability.

2.7.7. Perform feasibility analysis and testing of emerging and mature technical data systemscapabilities. Develop recommendations to include emerging and mature distributed delivery,distributed usage, multiple location, multiple simultaneous users, and emerging and maturestatic/dynamic rendering techniques; redundancy and survivability of systems; and agility(stationary or mobile).

2.7.8. Evaluate and apply emerging and mature/advanced concepts and support for Advanced

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 9 of 44 FINAL

 

Page 12: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

Technical Information System (ATIS) Shipboard Digital Libraries (TMs, drawings and indices)on selected ships and at associated Fleet Support locations.

2.7.9. Analyze and prototype emerging and mature concepts for Real-Time End User Access tothe Technical Data repository employing server, cloud based, and thin client user devices. Develop alternative scenarios for downloading the information to standard Navy networkresources and alternatively accessing and displaying that information to end users employingcomprehensive server-based applications.

2.8. Contract Management

2.8.1 General Support - The contractor shall provide the management necessary for the efficientand effective administration and control of work performed under the task order. The contractorshall manage tasks to meet cost, schedule, and performance of each Task Instruction (TI).  Thesetaskings shall include standard, urgent, complex or other support situations in fulfillment of thecustomer's needs. The contractor shall provide program management. The contractor shallprovide scheduling, tracking, reviewing, and estimating of projects assigned. The contractor shallresource material, facilities, personnel, and services for assigned projects. The contractor shallschedule, prioritize and track all projects, and report any discrepancies or conflicts to thedesignated Government representative for resolution.

2.8.2. The contractor shall provide monthly progress reports (CDRL data item A001).

2.8.3. The contractor shall support required technical meetings by providing minutes (CDRL dataitem A004), and provide briefing materials (CDRL data item A003).

 

3.      DELIVERABLES

Data Item DID TitleA001 DI- MGMT-80368A Status Report

A002 DI-MISC-80711A Technical Report – Study/Services

A003 DI-MGMT-81605 Briefing Material

A004 DI-ADMN-81250A Conference Minutes

 

4.      GOVERNMENT FURNISHED RESOURCES

Government Furnished Information (GFI).  The Government will provide any requiredGovernment information and test reports to the contractor, where applicable, at the start of theperformance of work.

 

5.      TRAVEL

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 10 of 44 FINAL

 

Page 13: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

Travel will be required to NSWCCD West Bethesda for technical meetings on a frequent basisthroughout the period of performance.  It is estimated that each year of the contract will require24 person trips to NSWCCD.

The contractor will also be required to travel to operational fleet sites, to field activities, and toNaval Education and Training Command (NETC) schools to collaborate for S1000Dimplementation, per paragraph 2.7.4.  

 

6.      PLACE OF PERFORMANCE

The primary place of performance will be the contractor’s facility.

 

7.      PERIOD OF PERFORMANCE

The period of performance for this task order will cover one base year, and four one-yearoptions, for a total of five (5) years.

 

8.      SECURITY

Contractor Security Classification Specifications are provided through DD Form 254(Attachment 1).

 

9.      CONTRACTOR PERSONNEL IDENTIFICATION

In performance of this contract, contractor employees shall identify themselves as contractorpersonnel by introducing themselves or being introduced as contractor personnel and bydisplaying distinguishing badges or other visible identification for meetings, with Governmentpersonnel. Contractor personnel shall appropriately identify themselves as contractor employeesin telephone conversations and formal and informal written correspondence.

 

10.  PERSONNEL REQUIREMENTS

The level of effort for the performance of this task order is based upon person-hours ofdirect labor distributed over a potential five (5) year period of performance. Regardless of the

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 11 of 44 FINAL

 

Page 14: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

proposer's labor categories including those of any subcontractor, each proposer must base hislabor costs on personnel fitting the following labor categories.  Contractor personnel for all laborcategories must be cleared at the SECRET level.  The following table summarizes the laborcategories and hours per year:

Key Personnel Hrs/YearIT/Computer/Electronic Publishing Program Manager

IT/Computer Systems Analyst/Manager

XML/SGML/Document Type Definition/Schema SeniorAnalyst

Technical Data/Logistics Senior Analyst/Manager

Non-Key Personnel  

IT/Computer Systems Engineer

Ships Technical Data & Training Senior Expert

Ships Technical Data & Training Subject Analyst

XML/SGML/Document Type Definition(DTD)/SchemaAnalyst

Computer System Software Senior Architect/Engineer

Electronic Publishing System Specialist

Technical Data/Logistics Analyst

Data Entry/Typist

TOTAL Direct Labor Per Year 1

 

10.1. Key Personnel

The following labor categories are designated as a Key Personnel for this Task Order.  A resumeis required to be submitted for the individuals proposed in Key Personnel labor categories.

The following represents the Government’s minimum education and target technical experiencefor the labor categories required to support the tasking. The target specialized experience includedas part of the desired qualification should have been obtained in the fields of endeavor indicatedby the applicable labor categories listed below.

The degree requirements set forth below are minimum requirements; all other requirements aretargets:

10.1.1. IT/Computer/Electronic Publishing Program Manager (1 resume)

Minimum Education: Bachelor’s-level degree in engineering or computer science. 

Target Experience:  10 years of experience with electronic publishing systems withfive years of experience with the NAVSEA Publishing Ap plication (NPA).

10.1.2. IT/Computer Systems Analyst/Manager

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 12 of 44 FINAL

 

Page 15: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

Minimum Education: Bachelor’s-level degree in engineering or computer science. 

Target Experience:  10 years of experience related to engineering or computer science.

10.1.3. XML/SGML/DTD/Schema Senior Analyst

Minimum Education: High school diploma.

Target Experience:   10 years of related experience with ISO 8879 (SGML) and W3C XMLwith five years of SGML/DTD experience.

10.1.4. Technical Data/Logistics Senior Analyst/Manager

Minimum Education: Bachelor’s degree in computer science, engineering, logistics, physics ormathematics. 

Target Experience:   10 years of experience with technical data with six years of experiencewith Navy Logistics Technical Data.

10.2. Non-Key Personnel - The Government's requirements for NON-KEY PERSONNELshown below represent the minimum education and minimum technical experience for non-keypersonnel required to support the statement of work.  The offeror shall certify that all employeesproposed for non-key personnel labor categories meet or exceed the minimum education andtechnical requirements specified for each non-key category.  Resumes ARE NOT required for thenon-key personnel categories.

10.2.1. IT/Computer Systems Engineer

Minimum Education: High school diploma. 

Minimum Experience:  Ten years of related experience to include fielding a system into amilitary operational environment.

10.2.2. Ships Technical Data & Training Senior Expert

Minimum Education: High school diploma.  

Minimum Experience:  Ten years of experience with ships’ Technical Data and Training (i.e.,school house, dock side and just-in-time) requirements and needs.

10.2.3. Ships Technical Data & Training Subject Analyst

Minimum Education: High school diploma.

Minimum Experience:  Eight years of experience with ships’ Technical Data and Trainingrequirements and needs.

10.2.4. XML/SGML/DTD/Schema Analyst

Minimum Education: High school diploma.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 13 of 44 FINAL

 

Page 16: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

Minimum Experience:  Eight years of related experience with ISO 8879 (SGML) and W3CXML with at least five years of SGML/DTD experience.

10.2.5. Computer System Software Senior Architect/Engineer

Minimum Education: Bachelor’s-level degree in computer science, computer engineering orinformation systems. 

Minimum Experience:   Six years of experience in Computer System Software Architectureand Information Systems.

10.2.6. Electronic Publishing System Specialist

Minimum Education: High school diploma.

Minimum Experience:  Eight years of experience with electronic publishing systems and atleast three years of experience with the NAVSEA Publishing Application (NPA) to include acombination of NAVSEA C2, MIL-DTL-24784 and S1000D® experience.

10.2.7. Technical Data/Logistics Analyst

Minimum Education: High school diploma.

Minimum Experience:  Five years of related experience with Navy Logistics Technical Data.

10.2.8. Data Entry/Typist

Minimum Education: High school diploma.

Minimum Experience:   Three years of experience in data entry with the capability to enterdata into a number of computerized systems and review his/her work for correctness.

 

10.3 NAVY INFORMATION ASSURANCE (IA) WORK FORCE REQUIREMENTS

Labor

Category

Task

Area(s)IA Duties

IAT

or

IAM

Level

(1, 2,3)

Baseline

Cert

OperatingSystem(OS)

Cert

(for IATsonly)

ContinuingEducation

(CE)

Requirements

1.IT / Computer /ElectronicPublishingProgram Manager 2.1, 2.2,

2.3, 2.7

Evaluate andapplyemerging/advanceddata conversionconcepts andsupport formilitary IETMs

 

N/A

     

 

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 14 of 44 FINAL

 

Page 17: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

includingvalidation ofconvertedproducts.

2. IT/ComputerSystemsAnalyst/Manager

2.2, 2.3,2.7

Provide supportfor all aspects ofthe NavyInfrastructure,including supportfor theimplementation,integration andautomation of thevariousInfrastructurecomponents suchas SMART-T,TDMIS, Content,XPP, LiveContent,NETL, and TDKM.

 

N/A

     

 

3.XML/SGML/DTD/Schema SeniorAnalyst

2.1, 2.4

Provide supportfor developmentand maintenance ofNavy IETMsspecifications andstandards.

N/A      

 

4. IT/ComputerSystems Engineer

2.2, 2.3,2.7

Perform feasibilityanalysis andtesting of emergingVirtual World,modeling andsimulationtechnologiescapabilities.

Provide supportfor all aspects ofthe NavyInfrastructure,including supportfor theimplementation,integration andautomation of thevariousInfrastructurecomponents suchas SMART-T,TDMIS, Contenta,XPP, LiveContent,NETL, and TDKM.

IAT 3CompTIA

Security +MCITP-SA

Yes, as Requiredby certification

5. Ships TechnicalData & TrainingSenior Expert

2.1, 2.4

Assess thesuitability ofS1000D trainingrequirements tosupport technicaltraining products.

N/A      

 

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 15 of 44 FINAL

 

Page 18: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

6. Ships TechnicalData & TrainingSubject Analyst

2.1, 2.4

Assess thesuitability ofS1000D trainingrequirements tosupport technicaltraining products.

N/A      

 

7. XML/SGML/DTD/SchemaAnalyst

2.1, 2.4

Provide supportfor developmentand maintenance ofNavy IETMsspecifications andstandards.

N/A      

 

8. TechnicalData/LogisticsSeniorAnalyst/Manager

2.1, 2.4

Evaluate andapply emergingXML technologiesand embeddedlinks in PDF andinteractive graphicobjects withregards to militaryIETMdocument/objectreferencing andlinking inshipboard digitallibraries.

N/A      

 

9. ComputerSystem SoftwareSeniorArchitect/Engineer

2.2, 2.3,2.5, 2.6,2.7

Analyze, evaluate,and providerecommendationsregarding theNavy's revisedsecurityrequirement anddata-at-restencryptionmandate on currenttechnical data useand distribution.

Evaluate the use ofvirtualizationtechnology fordeployment ofportable ePSSapplicationsoftware andintelligent dataconstructs in adisconnectedoperationalnetworkenvironment.

Provide supportfor all aspects ofthe NavyInfrastructure,including support

IASAE 3 CISSP N/A

Yes, as Requiredby certification

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 16 of 44 FINAL

 

Page 19: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

for theimplementation,integration andautomation of thevariousInfrastructurecomponents suchas SMART-T,TDMIS, Contenta,XPP, LiveContent,NETL, and TDKM.

10. ElectronicPublishing SystemSpecialist

2.3, 2.5

Provide logisticsprocess experttechnical supportto improvelogistics processesand relatedlogisticsinformationtechnologysystems for theeffective andefficient life cyclemanagement ofNavy logisticstechnical data.

Evaluate andapplyemerging/advancedelectronicpublishingconcepts andsupport formilitary IETMs.

IAT 1CompTIA

Security +MCITP-SA

Yes, as Requiredby certification

 

11. Technical Data/Logistics Analyst

2.1, 2.4

Evaluate andapply emergingXML technologiesand embeddedlinks in PDF andinteractive graphicobjects withregards to militaryIETMdocument/objectreferencing andlinking inshipboard digitallibraries.

N/A      

 

12. DataEntry/Typist

2.1, 2.2,2.3, 2.4,2.5, 2.6,2.7

Provide supportfor data entry

N/A       

 

11.  CONTRACTOR MANPOWER REPORTING

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 17 of 44 FINAL

 

Page 20: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

The contractor shall report contractor labor hours (including subcontractor labor hours) requiredfor performance of services provided under this contract for the Naval Surface Warfare Center,Carderock Division via a secure data collection site. Contracted services excluded from reportingare based on Product Service Codes (PSCs). The excluded PSCs are:

(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facilities;

(3) Y, Construction of Structures and Facilities;

(4) D, Automatic Data Processing and Telecommunications, IT and Telecom-Telecommunications Transmission (D304) and Internet (D322) ONLY;

(5) S, Utilities ONLY;

(6) V, Freight and Shipping ONLY.  

The contractor is required to completely fill in all required data fields using the following webaddress

https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the periodof performance during each Government fiscal year (FY), which runs October 1 throughSeptember 30.  While inputs may be reported any time during the FY, all data shall be reportedno later than October 31 for each calendar year. 

Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil.

12.0 SKILLS AND TRAINING

 The contractor shall provide capable personnel with qualifications, experience levels, securityclearances, and necessary licenses, certifications, and training required by federal, state, andlocal laws and regulations. Training necessary to ensure that personnel performing under thistask order maintain the knowledge and skills to successfully perform the required functions isthe responsibility of the contractor. Training necessary to maintain professional certification isthe responsibility of the contractor.

13.0 INFORMATION SECURITY AND COMPUTER SYSTEM USAGE

In accordance with U.S. Navy policy, any personnel, including the contractor, who utilizesDOD-owned systems, shall assume responsibility for adherence to restrictions regardinginternet and e-mail usage.  Navy policy prohibits racist, sexist, threatening, pornographic,personal business, subversive or politically partisan communications.  All personnel,including the contractor, are accountable and must act accordingly.  DOD computer systemsare monitored to ensure that the use is authorized, to facilitate protection againstunauthorized access, and to verify security procedures, survivability and operationalsecurity.  During monitoring, information may be examined, recorded, copied, and used forauthorized purposes.  All information, including personal information, placed on or sent

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 18 of 44 FINAL

 

Page 21: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

over a DOD system may be monitored.  Use of a DOD system constitutes consent tomonitoring.  Unauthorized use may result in criminal prosecution.  Evidence of unauthorizeduse collected during monitoring may be used as a basis for recommended administrative,criminal or adverse action. 

14.0          PORTABLE ELECTRONIC DEVICES (PEDs)

14.1 Non-Government and/or personally owned portable electronic devices (PEDs) areprohibited in all NSWCCD buildings with the exception of personally owned cell phoneswhich are authorized for use in spaces up to and including Controlled Access Areas. Thecontractor shall ensure the onsite personnel remain compliant with current PED policy.NSWCCD instruction defines PEDS as the following: any electronic device designed to beeasily transported, with the capability to store, record, receive or transmit text, images,video, or audio data in any format via any transmission medium. PEDS include, but are notlimited to, pagers, laptops, radios, compact discs and cassette players/recorders. In addition,this includes removable storage media such as flash memory, memory sticks, multimediacards and secure digital cards, micro-drive modules, ZIP drives, ZIP disks, recordable CDs,DVDs, MP3 players, iPADs, digital picture frames, electronic book readers, kindle, nook,cameras, external hard disk drives, and floppy diskettes.

14.2 PEDs belonging to an external organization shall not be connected to NSWCDDnetworks or infrastructure without prior approval from the NSWCCD InformationAssurance Branch.

14.3 Personally owned hardware or software shall not be connected or introduced to anyNSWCCD hardware, network or information system infrastructure.

15.0 ELECTRONIC SPILLAGES

15.1  Electronic spillages (ES) are unacceptable and pose a risk to national security. Anelectronic spillage is defined as classified data placed on an information system (IS), mediaor hardcopy document possessing insufficient security controls to protect the data at therequired classification level, thus posing a risk to national security (e.g., sensitivecompartmented information (SCI) onto collateral, Secret onto Unclassified, etc.). Thecontractor's performance as it relates to ES will be evaluated by the Government. ES reflectson the overall security posture of the Government and a lack of attention to detail withregard to the handling of classified information of IS security discipline and will be reflectedin the contractor's performance rating. In the event that a contractor is determined to beresponsible for an ES, all direct and indirect costs incurred by the Government for ESremediation will be charged to the contractor.

15.2 NSWCCD command security will continue to be responsible for the corrective actionplan in accordance with the security guidance reflected on the DOD Contract SecurityClassification Specification - DD254. Command security will identify the contractor facilityand contract number associated with all electronic spillages during the investigation that

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 19 of 44 FINAL

 

Page 22: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

involve contractor support.  Command security will notify the contracts division with thecontractor facility name and contract number, incident specifics and associated costs forcleanup. The Procuring Contracting Officer (PCO) will be responsible to work with thecontractor facility to capture the costs incurred during the spillage clean up. The contractoris also responsible for taking Information Security Awareness training annually, via theirFacility Security Officer (FSO), as part of the mandatory training requirements. If a spillageoccurs additional training will be required to prevent recurrence.

16.0 DIGITAL DELIVERY OF DATA

16.1 Delivery by the contractor to the Government of certain technical data and otherinformation is now frequently required to be made in digital form rather than in hardcopyform. The method of delivery of such data and/or other information (i.e., in electronic,digital, paper hardcopy, or other form) shall not be deemed to affect in any way either theidentity of the information (i.e., as “technical data” or “computer software”) or theGovernment’s and the contractor’s respective rights therein.

16.2 Whenever technical data and/or computer software deliverables required by thiscontract are to be delivered in digital form, any authorized, required, or permitted markingsrelating to the Government’s rights in and to such technical data and/or computer softwaremust also be digitally included as part of the deliverable and on or in the same medium usedto deliver the technical data and/or software. Such markings must be clearly associated withthe corresponding technical data and/or computer software to which the markings relate andmust be included in such a way that the marking(s) appear in human-readable form when thetechnical data and/or software is accessed and/or used. Such markings must also be appliedin conspicuous human- readable form on a visible portion of any physical medium used toeffect delivery of the technical data and/or computer software. Nothing in this paragraphshall replace or relieve the contractor’s obligations with respect to requirements for markingtechnical data and/or computer software that are imposed by other applicable clauses suchas, where applicable and without limitation, Defense Federal Acquisition RegulationSupplement (DFARS) 252.227-7013 and/or DFARS 252.227-7014.

16.3  Digital delivery means (such as but not limited to Internet tools, websites, sharednetworks, and the like) sometimes require, as a condition for access to and/or use of themeans, an agreement by a user to certain terms, agreements, or other restrictions such as butnot limited to “Terms of Use,” licenses, or other restrictions intended to be applicable to theinformation being delivered via the digital delivery means. The contractor expresslyacknowledges that, with respect to deliverables made according to this contract, no suchterms, agreements, or other restrictions shall be applicable to or enforceable with respect tosuch deliverables unless such terms, agreements, or other restrictions expressly have beenaccepted in writing by the PCO; otherwise, the Government’s rights in and to suchdeliverables shall be governed exclusively by the terms of this task order. 

17.0 NON-PERSONAL SERVICES/INHERENTLY GOVERNMENTAL FUNCTIONS  

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 20 of 44 FINAL

 

Page 23: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

17.1 The Government will neither supervise contractor employees nor control the methodby which the contractor performs the required tasks. The Government will not direct thehiring, dismissal or reassignment of contractor personnel. Under no circumstances shall theGovernment assign tasks to, or prepare work schedules for, individual contractoremployees. It shall be the responsibility of the contractor to manage its employees and toguard against any actions that are of the nature of personal services or give the perceptionthat personal services are being provided. If the contractor feels that any actions constitute,or are perceived to constitute personal services, it shall be the contractor's responsibility tonotify the PCO immediately in accordance with the clause Federal Acquisition Regulation(FAR) clause 52.243-7 Notification of Changes.  

17.2 Inherently-Governmental functions are not within the scope of this task order.Decisions relative to programs supported by the contractor shall be the sole responsibilityof the Government. The contractor may be required to attend technical meetings for theGovernment; however, they are not, under any circumstances, authorized to represent theGovernment or give the appearance that they are doing so.

18.0 CONTRACTOR IDENTIFICATION

The contractor shall be required to obtain identification badges from the Government for allcontractor personnel requiring regular access to Government property. The identificationbadge shall be visible at all times while employees are on Government property. Thecontractor shall furnish all requested information required to facilitate issuance ofidentification badges and shall conform to applicable regulations concerning the use andpossession of the badges. The contractor shall be responsible for ensuring that allidentification badges issued to contractor employees are returned to the appropriateSecurity Office within 48 hours following completion of the task order, relocation ortermination of an employee, and upon request by the PCO.

All contractor personnel shall identify their company affiliation when answering or makingtelephone calls and sending email and when attending meetings where Government personnelor representatives from another contractor are present.

19.0 CONTROL OF CONTRACTOR PERSONNEL

The contractor shall comply with the requirements of NAVSEA and NSWCCD instructionsregarding performance in Government facilities. All persons engaged in work while onGovernment property shall be subject to search of their persons (no bodily search) andvehicles at any time by the Government, and shall report any known or suspected securityviolations to the appropriate Security Department.  Assignment, transfer, and reassignmentof contractor personnel shall be at the discretion of the contractor. However, when theGovernment directs, the contractor shall remove from contract performance any person whoendangers life, property, or national security through improper conduct.  All contractorpersonnel engaged in work while on Government property shall be subject to theDepartment of Defense Standards of Conduct.

20.0 TERMINATION OF EMPLOYEES WITH NSWCCD BASE ACCESS

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 21 of 44 FINAL

 

Page 24: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

(a) The contractor shall ensure that all employees who have a NSWCCD badge turn in thebadge immediately upon termination of their employment under this order. The aboverequirement shall be made a part of the standard employee facility clearance procedures forall separated personnel.  The contractor shall advise NSWCCD physical security of allchanges in their personnel requiring NSWCCD base access.

(b) For involuntarily separated personnel and those separated under adverse circumstances,the contractor shall notify NSWCCD physical security in advance of the date, time, andlocation where the NSWCCD representative may retrieve the NSWCCD badge prior to theemployee departing the contractor’s facility. In the event the employee is separated in his orher absence, the contractor shall immediately notify NSWCCD Physical Security of theseparation and make arrangements between the former employee and NSWCCD physicalsecurity for the return of the badge and removal of the sticker.

 

 HQ C-1-0001 ITEM( S ) - DATA REQUIREMENT S (NAVSEA) ( SEP 1992)

The data to be furnished hereunder shall be prepared in accordance with the Contract DataRequirements List, DD Form 1423, Attachment (2) attached hereto.

 

HQ C-2-0002 ACCESS TO PROPRIETARY DATA OR COMPUTER SOFTWARE(NAVSEA) (JUN 1994)

(a) Performance under this contract may require that the Contractor have access to technical data,computer software, or other sensitive data of another party who asserts that such data orsoftware is proprietary. If access to such data or software is required or to be provided, theContractor shall enter into a written agreement with such party prior to gaining access to suchdata or software. The agreement shall address, at a minimum, (1) access to, and use of, theproprietary data or software exclusively for the purposes of performance of the work requiredby this contract, and (2) safeguards to protect such data or software from unauthorized use ordisclosure for so long as the data or software remains proprietary. In addition, the agreement shallnot impose any limitation upon the Government or its employees with respect to such data orsoftware. A copy of the executed agreement shall be provided to the Task Order ContractingOfficer. The Government may unilaterally modify the contract to list those third parties withwhich the Contractor has agreement(s).

(b) The Contractor agrees to: (1) indoctrinate its personnel who will have access to the data orsoftware as to the restrictions under which access is granted; (2) not disclose the data or softwareto another party or other Contractor personnel except as authorized by the Task OrderContracting Officer; (3) not engage in any other action, venture, or employment wherein thisinformation will be used, other than under this contract, in any manner inconsistent with thespirit and intent of this requirement; (4) not disclose the data or software to any other party,including, but not limited to, joint venturer, affiliate, successor, or assign of the Contractor; and(5) reproduce the restrictive stamp, marking, or legend on each use of the data or softwarewhether in whole or in part.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 22 of 44 FINAL

 

Page 25: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

(c) The restrictions on use and disclosure of the data and software described above also apply tosuch information received from the Government through any means to which the Contractor hasaccess in the performance of this contract that contains proprietary or other restrictive markings.

(d) The Contractor agrees that it will promptly notify the Task Order Contracting Officer of anyattempt by an individual, company, or Government representative not directly involved in theeffort to be performed under this contract to gain access to such proprietary information. Suchnotification shall include the name and organization of the individual, company, or Governmentrepresentative seeking access to such information.

(e) The Contractor shall include this requirement in subcontracts of any tier which involve accessto information covered by paragraph (a), substituting "subcontractor" for "Contractor" whereappropriate.

(f) Compliance with this requirement is a material requirement of this contract.

HQ C-2-0011 COMPUTER SOFTWARE AND/OR COMPUTER DATABASE(S)DELIVERED TO AND/OR RECEIVED FROM THE GOVERNMENT (NAVSEA) (APR2004)

(a) The Contractor agrees to test for viruses all computer software and/or computerdatabases, as defined in the clause entitled "RIGHTS IN NONCOMMERCIALCOMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER SOFTWAREDOCUMENTATION" (DFARS 252.227-7014), before delivery of that computer softwareor computer database in whatever media and on whatever system the software is delivered.The Contractor warrants that any such computer software and/or computer database will befree of viruses when delivered.

(b) The Contractor agrees to test any computer software and/or computer database(s)received from the Government for viruses prior to use under this contract.

(c) Unless otherwise agreed in writing, any license agreement governing the use of anycomputer software to be delivered as a result of this contract must be paid-up andperpetual, or so nearly perpetual as to allow the use of the computer software or computerdata base with the equipment for which it is obtained, or any replacement equipment, for solong as such equipment is used. Otherwise the computer software or computer databasedoes not meet the minimum functional requirements of this contract. In the event that thereis any routine to disable the computer software or computer database after the software isdeveloped for or delivered to the Government, that routine shall not disable the computersoftware or computer database until at least twenty-five calendar years after the deliverydate of the affected computer software or computer database to the Government.

(d) No copy protection devices or systems shall be used in any computer software orcomputer database delivered under this contract to restrict or limit the Government frommaking copies. This does not prohibit license agreements from specifying the maximumamount of copies that can be made.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 23 of 44 FINAL

 

Page 26: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

(e) Delivery by the Contractor to the Government of certain technical data and other data isnow frequently required in digital form rather than as hard copy. Such delivery may causeconfusion between data rights and computer software rights. It is agreed that, to the extentthat any such data is computer software by virtue of its delivery in digital form, theGovernment will be licensed to use that digital-form data with exactly the same rights andlimitations as if the data had been delivered as hard copy.

(f) Any limited rights legends or other allowed legends placed by a Contractor on technicaldata or other data delivered in digital form shall be digitally included on the same media asthe digital-form data and must be associated with the corresponding digital-form technicaldata to which the legends apply to the extent possible. Such legends shall also be placed inhuman-readable form on a visible surface of the media carrying the digital-form data asdelivered, to the extent possible.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 24 of 44 FINAL

 

Page 27: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

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 show on the coverof the report:

(1) name and business address of the Contractor

(2) contract number

(3) task order number

(4) sponsor: (To be specified on each individual Technical Instruction)

(Name of Individual Sponsor)

(To be specified on each individual Technical Instruction)

(Name of Requiring Activity)

(To be specified on each individual Technical Instruction)

(City and State)

 

 

  

  

  

 

Page 28: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance shall be performed by the Government at destination by the Contracting Officer'sRepresentative.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 26 of 44 FINAL

 

Page 29: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

SECTION F DELIVERABLES OR PERFORMANCE

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

   

7000 1/25/2017 - 1/24/2018

7001AA 1/25/2017 - 9/30/2017

9000 1/25/2017 - 1/24/2018

9001AA 1/25/2017 - 9/30/2017

DODAAC: N00167COR: Naval Surface Warfare Center (NSWC) Carderock9500 MacArthur BlvdWest Bethesda, MD 20817-5700

Period of Performance:

ITEM NO.          QUANTITY             WITHIN DAYS AFTER DATE OF TASK ORDER

7000 & 9000     ALL                            12 MONTHS AFTER THE EFFECTIVE DATE                                                              OF THE TASK ORDER ASSUMING                                                              INCREMENTAL FUNDING IS PROVIDED

7100 & 9200     ALL                            12 MONTHS AFTER THE EFFECTIVE DATE OF THE                                                              MODIFICATION EXERCISING THE OPTION ASSUMING                                                              INCREMENTAL FUNDING IS PROVIDED

7200 & 9200     ALL                            12 MONTHS AFTER THE EFFECTIVE DATE OF THE                                                              MODIFICATION EXERCISING THE OPTION ASSUMING                                                              INCREMENTAL FUNDING IS PROVIDED

7300 & 9300     ALL                            12 MONTHS AFTER THE EFFECTIVE DATE OF THE                                                              MODIFICATION EXERCISING THE OPTION ASSUMING                                                              INCREMENTAL FUNDING IS PROVIDED

7400 & 9400     ALL                            12 MONTHS AFTER THE EFFECTIVE DATE OF THE                                                              MODIFICATION EXERCISING THE OPTION ASSUMING                                                              INCREMENTAL FUNDING IS PROVIDED

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 27 of 44 FINAL

 

Page 30: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

SECTION G CONTRACT ADMINISTRATION DATA

G.1  Contracting Officer Representative

(COR), 9500 MacArthur BlvdWest Bethesda, MD 20817-5700

G.2 EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES

When a Government facility is closed and/or early dismissal of Federal employees is directed dueto severe weather, security threat, or a facility related problem that prevents personnel fromworking, onsite contractor personnel regularly assigned to work at that facility should follow thesame reporting and/or departure directions given to Government personnel. The contractor shallnot direct charge to the contract for time off, but shall follow parent company policies regardingtaking leave (administrative or other). Non-essential contractor personnel, who are not required toremain at or report to the facility, shall follow their parent company policy regarding whetherthey should go/stay home or report to another company facility. Subsequent to an earlydismissal and during periods of inclement weather, onsite contractors should monitor radio andtelevision announcements before departing for work to determine if the facility is closed oroperating on a delayed arrival basis.

When Federal employees are excused from work due to a holiday or a special event (that isunrelated to severe weather, a security threat, or a facility related problem), on site contractorswill continue working established work hours or take leave in accordance with parent companypolicy. Those contractors who take leave shall not direct charge the non-working hours to thetask order. Contractors are responsible for predetermining and disclosing their charging practicesfor early dismissal, delayed openings, or closings in accordance with the FAR, applicable costaccounting standards, and company policy. Contractors shall follow their disclosed chargingpractices during the task order period of performance, and shall not follow any verbal directionsto the contrary. The PCO will make the determination of cost allowability for time lost due tofacility closure in accordance with FAR, applicable Cost Accounting Standards, and theContractor's established accounting policy.

252.204-0005 Line Item Specific: by Cancellation Date.  (SEP 2009)

The payment office shall make payment using the ACRN with the earliest cancellation date first,exhausting all funds in that ACRN before disbursing funds from the next. In the event there ismore than one ACRN associated with the same cancellation date, the payment amount shall bedisbursed from each ACRN with the same cancellation date in the same proportion as the amountof funding obligated for each ACRN with the same cancellation date.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 28 of 44 FINAL

 

Page 31: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(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.

       (b)  Electronic invoicing.  The WAWF system is the method to electronically process vendor payment requestsand receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests 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 forself-registration available 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 can

be 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 Data Interchange, or File Transfer Protocol.

       (f)  WAWF payment instructions.  The Contractor must use the following information whensubmitting payment 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 followinginspection/acceptance location(s) in WAWF, as specified by the contracting officer.

               Not Applicable.

              (3)  Document routing.  The Contractor shall use the information in the Routing DataTable below only to fill in applicable fields in WAWF when creating payment requests andreceiving reports in the system.

                                                                                  Routing Data Table*

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC  HQ0338Issue By DoDAAC  N00167

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 29 of 44 FINAL

 

Page 32: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

Admin DoDAAC  S5111AInspect By DoDAAC  N00167Ship To Code  N00167Service Approver (DoDAAC)  N00167Service Acceptor (DoDAAC)  N00167Accept at Other DoDAAC  N/ALPO DoDAAC  N/ADCAA Auditor DoDAAC  HAA47BOther DoDAAC(s)  N/A

            (4)  Payment request and supporting documentation.  The Contractor shall ensure a payment requestincludes appropriate contract line item and subline item descriptions of the work performed or supplies delivered,unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS AppendixF, (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“Send Additional Email Notifications” field of WAWF once a document is submitted in the system. 

           

      (g)  WAWF point of contact.

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

               (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) (SEP2012)

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

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 30 of 44 FINAL

 

Page 33: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

capability, the subcontractor may also email detailed supporting cost information directly to theCO and COR; or other method as agreed to by the CO.

(b)  Contractors submitting payment requests and receiving reports to WAWF using eitherElectronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately sendan email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO email notificationas required herein.

  

  

  

   

  

 

  

  

  

 

Page 34: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

SECTION H SPECIAL CONTRACT REQUIREMENTS

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 and allotted to this contract for payment of fee for incrementally funded contract line itemnumber/contract sub-line item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8)or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below. The amount(s) presently available andallotted to this contract for payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided inthe clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs coveredthereby, and the period of performance for which it is estimated the allotted amount(s) will cover are as follows:

ESTIMATED

ITEM(S)                    ALLOTED TO COST      ALLOTTED TO FEE      PERIOD OF PERFORMANCE                                                                           

                                                                                    

(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)

5252.242-9115  TECHNICAL INSTRUCTIONS (APR 1999)

 

(a)  Performance of the work hereunder may be subject to written technical instructions signed bythe Contracting Officer's Representative specified in Section G of this contract.  As used herein,technical instructions are defined to include the following:

 

       (1)  Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift workemphasis, fill in details or otherwise serve to accomplish the contractual statement of work.

 

       (2)  Guidelines to the Contractor which assist in the interpretation of drawings, specifications ortechnical portions of work description.

(b)  Technical instructions must be within the general scope of work stated in the contract. Technical instructions may not be used to:  (1) assign additional work under the contract; (2) direct achange as defined in the "CHANGES" clause of this contract; (3) increase or decrease the contract

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 32 of 44 FINAL

 

Page 35: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

price or estimated contract amount (including fee), as applicable, the level of effort, or the timerequired for contract performance; or (4) change any of the terms, conditions or specifications of thecontract.

 

(c)  If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope ofthe contract or is inconsistent with this requirement, the Contractor shall notify the ContractingOfficer in writing within ten (10) working days after the receipt of any such instruction.  TheContractor shall not proceed with the work affected by the technical instruction unless and until theContractor is notified by the Contracting Officer that the technical instruction is within the scopeof this contract.

 

(d)  Nothing in the foregoing paragraph shall be construed to excuse the Contractor fromperforming that portion of the contractual work statement which is not affected by the disputedtechnical instruction.

 

(End of Text)

CAR H11 – CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (AUG 2015)

a. In accordance with SECNAV M-5510.30 Chapters 5 and 6, all Contractor personnel thatrequire access to Department of Navy (DON) information systems and/or work on-site aredesignated Non-Critical Sensitive/IT-II positions, which require an open investigation orfavorable adjudicated National Agency Check (NACLC) by the Industrial Security ClearanceOffice (DISCO). Investigations should be completed using the SF-86 Form and the SF-87 fingerprint card. An interim clearance can be granted by the company Security Officer and recorded inthe Joint Personnel Adjudication System (JPAS). An open or closed investigation with afavorable adjudication is required prior to issuance of a badge providing access to NSWCCD sitesand buildings. If an unfavorable adjudication is determined by DISCO all access will terminated. For Common Access Card (CAC) card you must have a completed investigation that has beenfavorably adjudicated or a final security clearance.  A CAC Card will not be issued to contractorswho have an interim security clearance.

 

b. Contractor personnel that require a badge to work on-site at one of the NSWCCD sites mustprovide an I-9 form to verify proof of citizenship. The I-9 form should be signed by thecompany Facility Security Officer or the company Human Resource Department. In addition tothe I-9 form, Contractors shall also bring their birth certificate, current United States Passport or

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 33 of 44 FINAL

 

Page 36: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

naturalization certificate and state issued ID to the NSWCCD Security Officer at the time ofbadge request to verify citizenship. Finally, contractors shall supply a copy of their OPSECTraining Certificate or other proof that the training has been completed.

 

c. Construction badges for contractor personnel that work on-site at one of the NSWCCD siteswill be good for 60 days.

 

d. A Facility Access Determination (FAD) will be completed on any contractor that does nothave a favorable adjudicated investigation in JPAS and is requesting swipe/non-swipe access toour buildings in excess of 120 days. Any contractor that has unfavorable information that has notbeen favorably adjudicated by Department of Defense Central Adjudication Facility (DOD CAF)will not be issued a badge.

 

e. Within 30 days after contract award, the Contractor shall submit a list of all Contractorpersonnel, including subcontractor employees, who will have access to DON informationsystems and/or work on-site at one of the NSWCCD sites to the appointed Contracting OfficerRepresentative (COR) via email. The Contractor shall provide each employee's first name, lastname, contract number, the NSWCCD technical code, work location, whether or not theemployee has a CAC card and/or swipe card, the systems the employee can access (i.e., NMCI,RDT&E), and the name of the Contractor's local point of contact, phone number and emailaddress. Throughout the period of performance of the contract, the Contractor shall immediatelyprovide any updated information to the COR when any Contractor personnel changes occurincluding substitutions or departures.

 

H-5 Task Order Process.

Ombudsman Description.

The Local Warfare Center Site Deputy for Small Business has been designated as the NAVSEAand related Program Executive Offices Ombudsman for this contract. The NSWCCDOmbudsman 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 the NSWCCD Ombudsman must be forwarded to:

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 34 of 44 FINAL

 

Page 37: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

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 in performance of the workdescribed in Sections B and C of this contract. The total level of effort for the performance of this contract shall be13,360 total man-hours of direct labor, including subcontractor direct labor for those subcontractors specificallyidentified in the Contractor's proposal as having hours included in the proposed level of effort.

(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.

(d) The level of effort for this contract shall be expended at an average rate of approximately 51.38 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 the termhereof, 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 the

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 35 of 44 FINAL

 

Page 38: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

period. 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.

(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)

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 36 of 44 FINAL

 

Page 39: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

SECTION I CONTRACT CLAUSES

52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2008)

 (a) The Government may extend the term of this contract by written notice(s) to the Contractor within the periodsspecified below.  If more than one option exists, the Government has the right to unilaterally exercise any suchoption whether or not it has exercised other options. 

ITEM(s)           Latest Option Exercise Date

7100, 9100       No later than 12 months after the Task Order period of performance start date

7200, 9200       No later than 24 months after the Task Order period of performance start date

7300, 9300       No later than 36 months after the Task Order period of performance start date

7400, 9400       No later than 48 months after the Task Order period of performance start date

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed fiveyears.

52.222-32 Payment for Overtime Premiums (July 1990)

(a) The use of overtime is authorized under this contract if the overtime premium does not exceed $0 or the overtimepremium is paid for work—

(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdownsof production 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 beinterrupted or completed 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, togetherwith present workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officerto evaluate the necessity for the overtime;

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

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

(4) Provide reasons why the required work cannot be performed by using multi-shift operations or byemploying additional personnel.

(End of clause) 

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 37 of 44 FINAL

 

Page 40: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2010)

 

 

(a) Definitions. As used in this clause—“Commercial item” has the meaning contained Federal Acquisition Regulation 2.101, Definitions.

“Subcontract” includes a transfer of commercial items between divisions, subsidiaries, or affiliates of the Contractoror subcontractor at any tier.

(b) To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers toincorporate, commercial items or nondevelopmental items as components of items to be supplied under thiscontract.

(c)

(1) The Contractor shall insert the following clauses in subcontracts for commercial items:

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1(41 U.S.C. 251 note)), if the subcontract exceeds $5,000,000 and has a performance period of more than 120 days.In altering this clause to identify the appropriate parties, all disclosures of violation of the civil False Claims Act orof Federal criminal law shall be directed to the agency Office of the Inspector General, with a copy to the ContractingOfficer.

(ii) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010)(Section 1553 of Pub. L. 111-5), if the subcontract is funded under the Recovery Act.

(iii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), if the subcontractoffers further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds$650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tiersubcontracts that offer subcontracting opportunities.

(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212(a));

(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496),if flow down is required in accordance with paragraph (f) of FAR clause 52.222-40.

(viii) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).

(ix) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241and 10 U.S.C. 2631), if flow down is required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may flow down to subcontracts for commercial items a minimal number ofadditional clauses necessary to satisfy its contractual obligations.

(d) The Contractor shall include the terms of this clause, including this paragraph (d), in subcontracts awarded underthis contract.

(End of Clause)

252.204-7000 DISCLOSURE OF INFORMATION (DEC 1991)

 

 

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 38 of 44 FINAL

 

Page 41: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

(a) The Contractor shall not release to anyone outside the Contractor's organization any unclassified information,regardless of medium (e.g., film, tape, document), pertaining to any part of this contract or any program related tothis contract, unless—

(1) The Contracting Officer has given prior written approval; or

(2) The information is otherwise in the public domain before the date of release.

(b) Requests for approval shall identify the specific information to be released, the medium to be used, and thepurpose for the release. The Contractor shall submit its request to the Contracting Officer at least 45 days before theproposed date for release.

(c) The Contractor agrees to include a similar requirement in each subcontract under this contract.  Subcontractorsshall submit requests for authorization to release through the prime contractor to the Contracting Officer.

(End of Clause)

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.(DEC 2015)

(a) Definitions. As used in this clause—

“Adequate security” means protective measures that are commensurate with the consequences and probability ofloss, misuse, or unauthorized access to, or modification of information.

“Compromise” means disclosure of information to unauthorized persons, or a violation of the security policy of asystem, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of anobject, or the copying of information to unauthorized media may have occurred.

“Contractor attributional/proprietary information” means information that identifies the contractor(s), whetherdirectly or indirectly, by the grouping of information that can be traced back to the contractor(s) (e.g., programdescription, facility locations), personally identifiable information, as well as trade secrets, commercial or financialinformation, or other commercially sensitive information that is not customarily shared outside of the company.

“Contractor information system” means an information system belonging to, or operated by or for, the Contractor.

“Controlled technical information” means technical information with military or space application that is subject tocontrols on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination.Controlled technical information would meet the criteria, if disseminated, for distribution statements B through Fusing the criteria set forth in DoD Instruction 5230.24, Distribution Statements on Technical Documents. The termdoes not include information that is lawfully publicly available without restrictions.

“Covered contractor information system” means an information system that is owned, or operated by or for, acontractor and that processes, stores, or transmits covered defense information.

“Covered defense information” means unclassified information that—

(i) Is—

(A) Provided to the contractor by or on behalf of DoD in connection with the performance of thecontract; or

(B) Collected, developed, received, transmitted, used, or stored by or on behalf of the contractor insupport of the performance of the contract; and

(ii) Falls in any of the following categories:

(A) Controlled technical information.

(B) Critical information (operations security). Specific facts identified through the OperationsSecurity process about friendly intentions, capabilities, and activities vitally needed by adversaries for

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 39 of 44 FINAL

 

Page 42: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

them to plan and act effectively so as to guarantee failure or unacceptable consequences for friendlymission accomplishment (part of Operations Security process).

(C) Export control. Unclassified information concerning certain items, commodities, technology,software, or other information whose export could reasonably be expected to adversely affect theUnited States national security and nonproliferation objectives. To include dual use items; itemsidentified in export administration regulations, international traffic in arms regulations and munitionslist; license applications; and sensitive nuclear technology information.

(D) Any other information, marked or otherwise identified in the contract, that requires safeguardingor dissemination controls pursuant to and consistent with law, regulations, and Governmentwidepolicies (e.g., privacy, proprietary business information).

“Cyber incident” means actions taken through the use of computer networks that result in a compromise or an actualor potentially adverse effect on an information system and/or the information residing therein.

“Forensic analysis” means the practice of gathering, retaining, and analyzing computer-related data for investigativepurposes in a manner that maintains the integrity of the data.

“Malicious software” means computer software or firmware intended to perform an unauthorized process that willhave adverse impact on the confidentiality, integrity, or availability of an information system. This definitionincludes a virus, worm, Trojan horse, or other code-based entity that infects a host, as well as spyware and someforms of adware.

“Media” means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks,magnetic disks, large-scale integration memory chips, and printouts onto which information is recorded, stored, orprinted within an information system.

‘‘Operationally critical support’’ means supplies or services designated by the Government as critical for airlift,sealift, intermodal transportation services, or logistical support that is essential to the mobilization, deployment, orsustainment of the Armed Forces in a contingency operation.

“Rapid(ly) report(ing)” means within 72 hours of discovery of any cyber incident.

“Technical information” means technical data or computer software, as those terms are defined in the clause atDFARS 252.227-7013, Rights in Technical Data-Non Commercial Items, regardless of whether or not the clause isincorporated in this solicitation or contract. Examples of technical information include research and engineering data,engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technical reports,technical orders, catalog-item identifications, data sets, studies and analyses and related information, and computersoftware executable code and source code.

(b) Adequate security. The Contractor shall provide adequate security for all covered defense information onall covered contractor information systems that support the performance of work under this contract. Toprovide adequate security, the Contractor shall—

(1) Implement information systems security protections on all covered contractor information systemsincluding, at a minimum—

(i) For covered contractor information systems that are part of an InformationTechnology (IT) service or system operated on behalf of the Government—

(A) Cloud computing services shall be subject to the security requirementsspecified in the clause 252.239-7010, Cloud Computing Services, of thiscontract; and

(B) Any other such IT service or system (i.e., other than cloud computing)shall be subject to the security requirements specified elsewhere in thiscontract; or

(ii) For covered contractor information systems that are not part of an IT service or

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 40 of 44 FINAL

 

Page 43: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

system operated on behalf of the Government and therefore are not subject to thesecurity requirement specified at paragraph (b)(1)(i) of this clause—

(A) The security requirements in National Institute of Standards andTechnology (NIST) Special Publication (SP) 800-171, “Protecting ControlledUnclassified Information in Nonfederal Information Systems andOrganizations,” http://dx.doi.org/10.6028/NIST.SP.800-171 that is in effect atthe time the solicitation is issued or as authorized by the Contracting Officer,as soon as practical, but not later than December 31, 2017. The Contractorshall notify the DoD CIO, via email at [email protected], within 30 daysof contract award, of any security requirements specified by NIST SP 800-171not implemented at the time of contract award; or

(B) Alternative but equally effective security measures used to compensate forthe inability to satisfy a particular requirement and achieve equivalentprotection accepted in writing by an authorized representative of the DoD CIO;and

(2) Apply other information systems security measures when the Contractor easonably determinesthat information systems security measures, in addition to those identified in paragraph (b)(1) of thisclause, may be required to provide adequate security in a dynamic environment based on an assessedrisk or vulnerability.

(c) Cyber incident reporting requirement.

(1) When the Contractor discovers a cyber incident that affects a covered contractor informationsystem or the covered defense information residing therein, or that affects the contractor’s ability toperform the requirements of the contract that are designated as operationally critical support, theContractor shall—

(i) Conduct a review for evidence of compromise of covered defense information,including, but not limited to, identifying compromised computers, servers, specificdata, and user accounts. This review shall also include analyzing covered contractorinformation system(s) that were part of the cyber incident, as well as other informationsystems on the Contractor’s network(s), that may have been accessed as a result of theincident in order to identify compromised covered defense information, or that affectthe Contractor’s ability to provide operationally critical support; and

(ii) Rapidly report cyber incidents to DoD at http://dibnet.dod.mil.

(2) Cyber incident report. The cyber incident report shall be treated as information created by or forDoD and shall include, at a minimum, the required elements at http://dibnet.dod.mil.

(3) Medium assurance certificate requirement. In order to report cyber incidents in accordance with this clause, theContractor or subcontractor shall have or acquire a DoD-approved medium assurance certificate to report cyberincidents. For information on obtaining a DoD-approved medium assurance certificate, see http://iase.disa.mil/pki/eca/Pages/index.aspx.

(d) Malicious software. The Contractor or subcontractors that discover and isolate malicious software inconnection with a reported cyber incident shall submit the malicious software in accordance with instructionsprovided by the Contracting Officer.

(e) Media preservation and protection. When a Contractor discovers a cyber incident has occurred, theContractor shall preserve and protect images of all known affected information systems identified in paragraph(c)(1)(i) of this clause and all relevant monitoring/packet capture data for at least 90 days from the submissionof the cyber incident report to allow DoD to request the media or decline interest.

(f) Access to additional information or equipment necessary for forensic analysis. Upon request by DoD,the Contractor shall provide DoD with access to additional information or equipment that is necessary toconduct a forensic analysis.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 41 of 44 FINAL

 

Page 44: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

(g) Cyber incident damage assessment activities. If DoD elects to conduct a damage assessment, theContracting Officer will request that the Contractor provide all of the damage assessment informationgathered in accordance with paragraph (e) of this clause.

(h) DoD safeguarding and use of contractor attributional/proprietary information. The Government shallprotect against the unauthorized use or release of information obtained from the contractor (or derived frominformation obtained from the contractor) under this clause that includes contractor attributional/proprietaryinformation, including such information submitted in accordance with paragraph (c). To the maximum extentpracticable, the Contractor shall identify and mark attributional/proprietary information. In making anauthorized release of such information, the Government will implement appropriate procedures to minimizethe contractor attributional/proprietary information that is included in such authorized release, seeking toinclude only that information that is necessary for the authorized purpose(s) for which the information isbeing released.

(i) Use and release of contractor attributional/proprietary information not created by or for DoD.Information that is obtained from the contractor (or derived from information obtained from the contractor)under this clause that is not created by or for DoD is authorized to be released outside of DoD—

(1) To entities with missions that may be affected by such information;

(2) To entities that may be called upon to assist in the diagnosis, detection, or mitigation of cyberincidents;

(3) To Government entities that conduct counterintelligence or law enforcement investigations;

(4) For national security purposes, including cyber situational awareness and defense purposes(including with Defense Industrial Base (DIB) participants in the program at 32 CFR part 236); or

(5) To a support services contractor (“recipient”) that is directly supporting Government activitiesunder a contract that includes the clause at 252.204-7009, Limitations on the Use or Disclosure ofThird-Party Contractor Reported Cyber Incident Information.

(j) Use and release of contractor attributional/proprietary information created by or for DoD. Informationthat is obtained from the contractor (or derived from information obtained from the contractor) under thisclause that is created by or for DoD (including the information submitted pursuant to paragraph (c) of thisclause) is authorized to be used and released outside of DoD for purposes and activities authorized byparagraph (i) of this clause, and for any other lawful Government purpose or activity, subject to all applicablestatutory, regulatory, and policy based restrictions on the Government’s use and release of such information.

(k) The Contractor shall conduct activities under this clause in accordance with applicable laws andregulations on the interception, monitoring, access, use, and disclosure of electronic communications anddata.

(l) Other safeguarding or reporting requirements. The safeguarding and cyber incident reporting required bythis clause in no way abrogates the Contractor’s responsibility for other safeguarding or cyber incidentreporting pertaining to its unclassified information systems as required by other applicable clauses of thiscontract, or as a result of other applicable U.S. Government statutory or regulatory requirements.

(m) Subcontracts. The Contractor shall—

(1) Include this clause, including this paragraph (m), in subcontracts, or similar contractualinstruments, for operationally critical support, or for which subcontract performance will involve acovered contractor information system, including subcontracts for commercial items, withoutalteration, except to identify the parties; and

(2) When this clause is included in a subcontract, require subcontractors to rapidly report cyberincidents directly to DoD at http://dibnet.dod.mil and the prime Contractor. This includes providingthe incident report number, automatically assigned by DoD, to the prime Contractor (or nexthigher-tier subcontractor) as soon as practicable.

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 42 of 44 FINAL

 

Page 45: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

(End of clause)

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 43 of 44 FINAL

 

Page 46: N00178-11-D-6433 N0016717F3001 See Schedule DO-C9 N00167 … · 2017-09-11 · 1. contract no. n00178-11-d-6433 2. delivery order no. n0016717f3001 3. effective date 2017 jan 25 4

SECTION J LIST OF ATTACHMENTS

Attachment 1 - DD 254

Attachment 2 - CDRLs (A001 - A004)

Attachment 3 - QASP

Attachment 4 - Burn Rate Analysis

Attachment 5 - Incurred Cost Report

 

 CONTRACT NO.

 N00178-11-D-6433 DELIVERY ORDER NO.

 N0016717F3001 PAGE

 44 of 44 FINAL