39
1. CONTRACT NO. N00178-14-D-7190 2. DELIVERY ORDER NO. EX01 3. EFFECTIVE DATE 2014 Aug 28 4. PURCH REQUEST NO. N00072-14-RC-70084 5. PRIORITY Unrated 6. ISSUED BY CODE N00189 7. ADMINISTERED BY CODE S1002A 8. DELIVERY FOB NAVSUP FLC Norfolk, Detachment Philadelphia 700 Robbins Avenue, Bldg. 2B Philadelphia PA 19111-5083 DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 5BCC5 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS Badger Defense Group Inc 1802 N. Alafaya Trail Orlando FL 32826-4716 X SMALL 12. DISCOUNT TERMS Net 30 Days WIDE AREA WORK FLOW X 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. Badger Defense Group Inc Drew President & CEO _____________________________________ _____________________________________ ______________________________________________ ____________________________ NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED (YYYYMMDD) If this box is marked, supplier must sign Acceptance and return the following number of copies: 17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE See Schedule 18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY ORDERED/ ACCEPTED * 21. UNIT 22. UNIT PRICE 23. AMOUNT See Schedule *If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle. 24. UNITED STATES OF AMERICA 25. TOTAL $159,935.44 26. DIFFERENCES BY: /s/Kenneth Bullock 08/28/2014 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 1

PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

Embed Size (px)

Citation preview

Page 1: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

1. CONTRACT NO.

N00178-14-D-71902. DELIVERY ORDER NO.

EX013. EFFECTIVE DATE

2014 Aug 284. PURCH REQUEST NO.

N00072-14-RC-700845. PRIORITY

Unrated6. ISSUED BY CODEN00189 7. ADMINISTERED BY CODE S1002A 8. DELIVERY FOB

NAVSUP FLC Norfolk, Detachment Philadelphia700 Robbins Avenue, Bldg. 2BPhiladelphia PA 19111-5083

DCMA ORLANDO3555 MAGUIRE BLVD.ORLANDO FL 32803-3726

  DESTINATION

  OTHER

 (See Schedule if other)

9. CONTRACTOR CODE5BCC5 FACILITY 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X IF BUSINESS IS

Badger Defense Group Inc1802 N. Alafaya TrailOrlando FL 32826-4716

 X SMALL

12. DISCOUNT TERMS

Net 30 DaysWIDE AREA WORK FLOW

 X 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.

 Badger Defense Group Inc    Drew President & CEO

  

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

(YYYYMMDD)

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

17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE

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

ORDERED/ACCEPTED *

21. UNIT 22. UNIT PRICE 23. AMOUNT

  See Schedule        

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

24. UNITED STATES OF AMERICA 25. TOTAL $159,935.4426.DIFFERENCES

 

BY: /s/Kenneth Bullock        08/28/2014CONTRACTING/ORDERING OFFICER

 

27a. QUANTITY IN COLUMN 20 HAS BEEN

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

b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 c. DATE

 d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENTREPRESENTATIVE

 

 e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 28. SHIP NO.

 29. D.O. VOUCHER NO.

 30. INITIALS  

 

 PARTIAL 32. PAID BY

 33. AMOUNT VERIFIED CORRECT FOR

 f. TELEPHONE

 g. E-MAIL ADDRESS

   FINAL

31. PAYMENT 34. CHECK NUMBER

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

COMPLETE

a. DATE

 b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

   PARTIAL 35. BILL OF LADING NO.

 

 FULL

37. RECEIVED AT

 38. RECEIVED BY (Print)

 39. DATE RECEIVED

 40. TOTALCON-TAINERS

 

41. S/R ACCOUNT NUMBER

 42. S/R VOUCHER NO.

 

DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. 

                                                                              

ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF

1

Page 2: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Est. CostFixed

FeeCPFF

7000 U012 NTE Amount for travel in supportof CLIN 8000. NTE

$11,500.00. Fee is ZERO. Cost only. (O&MN,N)

1.0 LO $11,500.00 $0.00 $11,500.00

7001 U012 NTE Amount for travel in supportof CLIN 8001.

NTE$11,500.00. Fee is ZERO. Cost only. (O&MN,N)

1.0 LO $11,500.00 $0.00 $11,500.00

Option

7002 U012 NTE Amount for travel in supportof CLIN 8002.

NTE$11,500.00. Fee is ZERO. Cost only. (O&MN,N)

1.0 LO $11,500.00 $0.00 $11,500.00

Option

7003 U012 NTE Amount for travel in supportof CLIN 8003. NTE

$11,500.00. Fee is ZERO. Cost only. (O&MN,N)

1.0 LO $11,500.00 $0.00 $11,500.00

Option

7004 U012 NTE Amount for travel in supportof CLIN 8004. NTE

$11,500.00. Fee is ZERO. Cost only. (O&MN,N)

1.0 LO $11,500.00 $0.00 $11,500.00

Option

For FFP Items:

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8000 U012 Training support services in accordance with the PWS.

(O&MN,N)

12.0 MO $12,369.62 $148,435.44

8001 U012 Training support services in accordance with the PWS.

(O&MN,N)

12.0 MO $12,493.32 $149,919.84

Option

8002 U012 Training support services in accordance with the PWS.

(O&MN,N)

12.0 MO $12,618.25 $151,419.00

Option

8003 U012 Training support services in accordance with the PWS.

(O&MN,N)

12.0 MO $12,744.43 $152,933.16

Option

8004 U012 Training support services in accordance with the PWS.

(O&MN,N)

12.0 MO $12,871.88 $154,462.56

Option

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 1 of 38 FINAL

 

Page 3: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

The period of performance is as follows:

Base:               01 September 2014 – 31 August 2015

Option Years if executed:

Option I:         01 September 2015 – 31 August 2016

Option II:        01 September 2016 – 31 August 2017

Option III:      01 September 2017 – 31 August 2018

Option IV:     01 September 2018 – 31 August 2019

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 2 of 38 FINAL

 

Page 4: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

SECTION C DESCRIPTIONS AND SPECIFICATIONS

COMMANDER, FLEET LOGISTICS SUPPORT WING (CFLSW) AVIATION MAINTENANCETRAINING QUOTA CONTROL/SCHEDULING AND ADVANCED SKILLS MANAGEMENT

SYSTEM SUPPORT 1.0              INTRODUCTION:  The Commander, Fleet Logistics Support Wing (CFLSW) is acquiringquota control/scheduling and advanced skills management subject matter expertise to support the CFLSWaviation maintenance training required by the 14 VR squadrons: one C-9 squadron, five C-130Tsquadrons, one C-20G squadron, four C-40 squadrons and three C-37A Executive TransportDetachments currently the assigned to the Airwing. 2.0       BACKGROUND:  The FLSW was established to operate Navy Unique Fleet Essential AirliftAircraft (NUFEA) on a worldwide basis providing responsive, flexible, and rapid deployable air logisticssupport required to sustain combat operations at sea.  During peacetime, squadrons provide air logisticssupport for all Navy commands as well as provide continuous quality training for mobilization readiness. FLSW has no counterpart in the active force.  Its mission represents 100 percent of the Navy’s intra-theater air logistics capability.  The VR mission extends around the globe to Europe, the Western Pacific,Southwest Asia, South America, the Mediterranean, and Africa.  FLSW continues to play an active andvital role in making the Navy a responsible and mobile arm of our national defense.  The FLSW staff isspecifically tasked to provide administrative, personnel, and training support to 14 assigned squadrons. A comprehensive quality visit program has been implemented to maintain standardization and maximumreadiness support for subordinate units.  The quota control/scheduler and advanced skills manager subjectmatter experts are critical to the successful execution of the FLSW aviation and maintenance trainingmission. 3.0       SCOPE:  The contractor will provide Advanced Skills Manager Fleet Service Representative(ASMFSR) and Quota Control/Scheduler subject matter expert for matters pertaining to Advanced SkillsManagement (ASM) system and the coordination and scheduling aircrew and maintenance personnel forcommercially contracted aviation courses of instruction required by the Commander Naval ReserveForces Command (CNRFC) from Naval Air Station (NAS) Joint Reserve Base (JRB) Fort Worth.

4.0              APPICABLE DIRECTIVES:  This section lists all documents required to support Section 5.0Performance requirements that the contractor will have to comply with in performance of the PWS.  

Document Type Number/Version Title Date

 Online TrainingModules

Version 3ASM Training On Demand Training

Modules

Curriculum ASM Version 3 Developer Curriculum Nov-12

User Manual ASM Version 3 Software User Manual 15-Dec-09

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 3 of 38 FINAL

 

Page 5: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

Manual Doc Number 5107Embarkable Administration Manual for

Advanced Skills Management12-May-11

ManualDocument Number

E9088-AC-ADM-010Fleet Administration Manual for

Advanced Skills Management30-Nov-10

Training Document NAVEDTRA 43100-2GPersonnel Qualification Standards Model

Manager Guide30-Jun-10

Instruction NAVINST 5100.19ENavy Safety and Occupational Health

Program Manual for Forces Afloat30-May-07

ManualNUWC DK Doc. No.5109A Ver 3.1.5.1.1

Fleet Training System AdministrationManual for ASM Servers and Support

Servers25-Apr-13

Desk GuideNUWC DK Doc. No.

5131BFleet Training System Remote

Deployment Desk Guide18-Jul-13

Instruction OPNAVINST 3120.32DStandard Organizational Regulations

Manual of the U.S. Navy16-Jul-12

Instruction OPNAVINST 3500.39C Operational Risk Management 2-Jul-10

InstructionCOMNAVAIRFORINST

4790.2B CH-1Naval Aviation Maintenance Program 15-Jun-13

 4.1       ACRONYMNS AND ABBREVIATIONS:   ACOR                         Assistant Contracting Officers RepresentativeAQL                            Acceptable Quality LevelASM                           Advanced skills ManagementASMFSR                    Advanced Skills Management Fleet Service RepresentativeAMTSC                      Aviation Maintenance Training Continuum SystemCAC                            Common Access CardCACT                         Command Air Crew TrainingCANTRAC                 Catalogue of Navy Training coursesCeTARS                     Corporate enterprise and Training Activity Resource SystemCFLSW                       Commander, Fleet Logistics Support WingCNAFINST                Commander, Naval Air Forces InstructionCNAFR                      Commander, Naval Air Force ReserveCNRFC                       Commander, Reserve Forces CommandCOR                            Contracting Officer RepresentativeDCO                           Defense Connect OnlineDoD                            Department of DefenseDoDCAF                    Department of Defense Central Adjunction FacilityDoN                            Department of the NavyEPA                            Environmental Protection Agency                             

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 4 of 38 FINAL

 

Page 6: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

ENTRS                       Enterprise Naval Training Reservation SystemFA                               Fleet AdministratorFAD                            Facility Access DeterminationFAR                            Federal Acquisition RegulationFPCON                       Force Protection ConditionsFRC                            Fleet Readiness CenterFSO                             Facility Security OfficerGFE                            Government furnished equipmentIAW                            In Accordance WithIT                                Information TechnologyJRB                             Joint Reserve BaseJPAS                           Joint Personnel Adjudication systemKO                              Contracting OfficerLCP                             Local Command ProceduresNACLC                      National Agency Check with Local Credit ChecksNAS                            Naval Air StationNAWCTSD                Naval Air Warfare Center Training Systems DivisionNCS                            Noncritical SensitiveNEC                            Navy Enlisted classification CodeNITRAS                     Navy Integrated Training Resource and Administration SystemNMCI                                     Navy and Marine Corp IntranetNLT                            Not Later ThanNUWC                        Naval Undersea Warfare CenterOPNAV                      Chief of Naval OperationsOPNAVINST             Chief of Naval Operations InstructionOPSEC                       Operations SecurityOSHA                         Occupational Safety Health AdministrationPII                               Personally Identifiable InformationPPE                             Personal Protective EquipmentPRS                             Performance requirements summaryPWS                            Performance Work StatementQC                              Quality ControlQCP                            Quality Control PlanSME                            Subject Matter ExpertSBU                            Sensitive But UnclassifiedSECNAV                    Secretary of the NavySECNAVINST           Secretary of the Navy InstructionTPOC                          Technical Point of ContactT/M/S                          Type Model SeriesUSMCR                      US Marine Corps ReserveUSNR                         US Naval ReserveUSC                            United States Code 5.0              PERFORMANCE REQUIREMENTS/TASKINGS:  The performance requirements belowidentify the contractor tasking to accomplish this support work.  

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 5 of 38 FINAL

 

Page 7: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

5.1       The contractor shall provide the Advanced Skills Manager Fleet Service Representative(ASMFSR) specialist to support the FLSW on all matters pertaining to the Advanced Skills Management(ASM) system and its functionality and will work with FLSW units to resolve ASM related matters asrequired by the units.   

            5.1.1    The contractor, as ASM SME, shall update the FLSW maintenance community onpolicy and procedures associated with use of ASM.  The contractor shall maintain information on ASMpolicy, process, definitions, and procedures essential to ASM Fleet Administrators (FAs) and willprovide updated information regarding ASM roles and responsibilities, including ASM Change Requestrouting.

            5.1.2    The contractor shall provide assistance to maintenance personnel within the FLSWon ASM.  The contractor shall address problems and/or questions concerning the ASM application whenthey arise in units throughout the world.  The contractor shall act as the customer intermediary regardingproblems with the ASM, and will escalate all trouble tickets to Naval Undersea Warfare Center (NUWC)Keyport’s ASM help desk when warranted. 

            5.1.3    The contractor shall provide initial “Basic ASM Administrator” and “ASMDeveloper” training for all new Fleet ASM Administrators at each unit.  The contractor shall conductinitial training either in person or on online via Defense Connect Online (DCO).  The contractor shallensure the new administrator can continue to provide the units with any assistance they may need.  Thecontractor shall schedule initial training sessions in advance with the ASMFSR in advance, and not aspart of the normal weekly training sessions.

            5.1.4    The contractor shall conduct weekly administrator and developer training via DCOto ensure that personnel who are designated as Unit Administrators have the capability to troubleshootissues, and to develop Local Command Procedures (LCPs) for the individual squadron to use and toprovide any updates pertaining to ASM are discussed with the Unit Administrators.

5.1.5    The contractor shall:

      5.1.5.1 Travel to unit locations, when requested, to provide “hands-on” technicalassistance. 

      5.1.5.2 Document all NUWC Keyport ASM help desk technical support requestsfor activities in the FLSW. 

      5.1.5.3 Conduct training for all unit personnel, by request, during site visits. 

      5.1.5.4 Conduct personalized training, by request, during site visits. 

      5.1.5.5 Use customer surveys and customer comments to evaluate the ASMtraining and will record and maintains ASM training critiques for ASM system and training processimprovement and analysis. 

   5.1.5.6 Provide individual or group refresher training, when requested, by all meanspossible, including travel to unit locations if necessary. 

5.1.6    The contractor shall submit all ASM change requests to NUWC Keyport forapproval, testing and will maintain a record of all change requests submitted for approval/disapproval. The contractor shall immediately notify units of change request approval or disapproval by NUWCKeyport.

5.2       The Contractor shall provide Quota Control/Scheduler support to coordinate and scheduleaircrew and maintenance personnel for commercially contracted aviation courses of instruction governedby the Commander Naval Reserve Forces Command (CNRFC) from NAS JRB Fort Worth.

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 6 of 38 FINAL

 

Page 8: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

      5.2.1    The contractor shall schedule students for requested Aviation Maintenance andAircrew Training Courses held at commercially procured training sources throughout the United States. The contractor shall work closely with the USNR and Enlisted aircrew detailers on school quotas andclass commencement scheduling and utilizes the Navy and Marine Corps scheduling software system toschedule military personnel for advanced aviation training.  The contractor shall incorporate all scheduledevents into the Navy Integrated Training Resource and Administration System (NITRAS), CorporateEnterprise and Training Activity Resource System (CeTARS), Enterprise Naval Training ReservationSystem (ENTRS).

5.2.2    The contractor shall become familiar with inner workings of Command Air CrewTraining (CACT) contract requirements and interacts as required with contracted training agencies toensure continuity of training for government students.

      5.2.3    The contractor shall coordinate all long range aircrew and maintenance trainingschedules with FLSW and squadron training departments. 

      5.2.4    The contractor shall establish a one-year training schedule for planning purposes. The contractor shall allow flexibility in adjusting schedules to meet the needs of the Government.  WithFLSW approval the contractor shall distribute the one-year schedule to all commands that will utilize the

scheduled training courses not later than NLT October 1st of each year.

5.2.5    The contractor shall coordinate and schedule all classes with user commands andwill ensure Naval Air Warfare Center Training Systems Division (NAWCTSD) receives annual trainingrequests and that funding gets approved.  With FLSW approval the contractor shall publish a quarterlyupdated schedule and distribute to user commands.  The contractor shall ensure user’s notification oftraining a minimum of 30 days from execution date. 

5.2.6       The contractor shall schedule all off site training requirements and coordinate trainingschedules to ensure that overlaps and duplications of training are prevented.  The contractor shall ensurethat all training schedules are implemented in the correct Navy computer system and submitted to therespective military organizations.  The contractor shall notify the instructor contractor of the trainingdates at least 30 days prior to commencement of classroom instruction. 

5.2.7       The contractor shall contact each unit weekly to verify training requests and adjusttraining times to meet unit’s requests and ensures that a minimum 30 day notice is emphasized forcancellations to eliminate unnecessary expenditure of government resources, reschedules as required oravailable.  The contractor shall maintain records of students who fail to show up for training.  Thecontractor shall handle each unit cancellation within 15 days on a case-by-case basis. 

5.2.8       The contactor shall notify all commands and individuals affected by the cancellationimmediately in the event that training events are cancelled. The contractor shall attempt to reschedule thetraining event if possible.  The contractor shall ensures course cancellations are communicated to both thecommercial contracting facility, squadron and student as soon as possible, but NLT one business dayprior to the training event to eliminate unnecessary expenditure of government resources.  The contractorshall maintain and keeps records of all cancelled courses.

5.2.9       The contractor shall maintain and keep records, logs, and schedule of calls/email ofactions that were taken to alleviate customer issues, develop reports concerning new or ongoing programsand prepare statistical reports as required.

5.2.10     The contractor shall provide the FLSW training officer with an up-to-date schedule forcontracted training, course by course.

5.2.11     The contractor shall work closely with FLSW on Aircraft Maintenance Courses andAircrew Schools to ensure students receive the earliest availability for each requested commercial trainingcourse.

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 7 of 38 FINAL

 

Page 9: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

5.2.12     The contractor shall coordinate training schedules for the following commerciallyprocured pilot, aircrew and maintenance training:

(1) C-20 A/D Gulfstream-3

(2) C-20G Gulfstream-4

(3) C-37A Gulfstream-5

(4) C-37B Gulfstream G-550

(5) Gulfstream Aircraft Maintenance

- Maintenance Initial

- Maintenance Manager

- Advance Troubleshooting

- Initial Electric & Avionics

- Cockpit Fault Analysis

- Broadband Multilink Training

(6) C-40 Aircrew

(7) C-40 Aircraft Maintenance

                        - A & P

                        - General Familiarity

                        - Electrical/Avionics

                        - Corrosion

                        - A/C Rigging

(8) And other designated courses within the scope of the NAWCTSD CACT Contract to include civilianaircrew and maintenance schools contracted with the government in support of FLSW.

            5.2.13     The contractor shall processes student quota requests from commands, ensuringavailable course seats are efficiently provided.

            5.2.14     The contractor shall enter required data in the CeTARS to include student musters uponinitiating a course and graduations upon course completions.

            5.2.15     The contractor shall extract data from CeTARS for inclusion in customer requestedreports and student throughput accounting and tracking.

            5.2.16     The contractor shall conduct assessment and analysis of CeTARS data and studentthroughput reports to identify new training requirements and recommend training schedules accordingly.

            5.2.17     The contractor shall processes required data for uploading into NITRAS for thosestudents completing an approved course of instruction awarding a NEC.

            5.2.18     The contractor shall manage squadron inputs and customer requests to develop a draft afiscal year course schedule, maintain a current fiscal year master schedule and make/publish changes asrequired.

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 8 of 38 FINAL

 

Page 10: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

            5.2.19     The Contractor compiles end-of-course critiques from the students and maintains recordof them for process improvement and analysis.  The contractor shall compile monthly and annualcontracted training critiques from commercial entities for process improvement and analysis and thensubmit critiques to CNAFR training department.

5.3       PERFORMANCE REQUIREMENTS DELIVERABLE SUMMARY (PRS):  This section refersto a tangible or intangible deliverable produced by the contractor as a result of the work performed inSection 5 Performance Requirements above.  A deliverable could be a server upgrade, a report, adocument, presentation of courses of instruction or any other building block of the overall contract ortask order.  Specific deliverable format and transmission mean will be provided in this section.  ThePerformance Requirements Deliverable Summary Table 5.1 is below.

 Table 5.3 - Performance Requirements Deliverable Summary

Task PerformanceObjective

PerformanceStandards

Frequency AcceptableQuality Level

(AQL)

SurveillanceMethod

5.4 MonthlyContract StatusReport

Adhere torequirementsspecified inparagraph 5.0of the PWS

Due the 15th ofeach month forthe previousmonthsaccomplishment

Quality: All keymonthly itemsreported

SpecificInspection

5.1.5.2 Documentationof NUWC ASM Helpdesk,support requests

Adhere torequirementsspecified inparagraph5.1.5.2 of thePWS

Monthly by 15of the monthfor the previousmonth

Quality: Allhelpdesk  itemsreported

SpecificInspection

5.1.5.5 Customer surveyanalysis andtraining processimprovementrecommendations

Adhere torequirementsspecified inparagraph5.1.5.5 of thePWS

Monthly by 15of the monthfor the previousmonth

Quality: list ofimprovementrecommendations

SpecificInspection

5.2.4 One YearTrainingSchedule

Adhere torequirementsspecified inparagraph5.2.4 of thePWS

NLT 1 Oct ofeach year

Quality: All keymonthly itemsreported

SpecificInspection

5.2.9 Contractorsrecords, logs andschedule ofactions taken toresolve customerissues

Adhere torequirementsspecified inparagraph5.2.9 of thePWS

As required Quality: Allactions takenitems reported

SpecificInspection

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 9 of 38 FINAL

 

Page 11: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

5.5 Trip Reports Adhere torequirementsspecified inparagraph 5.5of the PWS

As required.Due 7 daysafter trip.

Quality: All keytrip itemsreported

Customerreview

5.6 Meeting/BriefingReports

Adhere torequirementsspecified inparagraph 5.3of the PWS

As required.Due 3 daysafter meeting orbriefing

Quality: All keymeeting briefingitems reported

Customerreview

5.7 Quality ControlPlan

Adhere torequirementsspecified inparagraph 5.4of the PWS

NLT 15 daysaftercontract/taskorder award.

Quality:Provides a solidQCP forcontract/taskmanagement

CustomerApproval

 5.4       MONTHLY COTNRACT STATUS REPORTS:  Monthly Contract Status Reports

(MCSR) must be submitted electronically and password protected to the Contracting OfficerRepresentative (COR) not later than the 15th workday of every month (See the Attached QualityAssurance Surveillance Plan for details.  A second copy should be submitted electronically to eachcustomer not later than the 15th workday of every month.  The MCSR shall be in contractor format. The document file password shall be transmitted via a separate email.

 5.5       TRIP REPORTS:  Trip reports shall be submitted within seven (7) calendar days of the

completion of each trip.  At a minimum, these reports shall include the following: the named traveler, thepurpose of the trip, destination, dates travelled, organizations and/or persons contacted, synopsis of theresults, actual costs associated with the trip, and a list of action items with associated assignments.

 5.6       MEETINGS AND BRIEFINGS:  The Contractor shall attend, participate in and provide

input at scheduled and unscheduled meetings, conferences and briefings that affect PWS functions andserve to provide effective communication.

 5.7       QUALITY CONTROL PLAN (QCP): The Contractor shall ensure quality service is

maintained throughout the life of the contract, and shall prepare a QCP within 15 days of contract/taskorder award and submit for government review and approval.  Implement the QCP upon governmentapproval.  The plan shall reflect the Contractor’s overall approach, internal controls and establishment ofprocedures for evaluating each of the major service areas (who, method, how often), for reporting to theGovernment, for resolving deficiencies, for identifying potential improvements, and for maintaining andmaking available to the Government, documentation (as listed in PWS Performance Requirements Section5) reflecting quality control inspections and any corrective actions taken.  6.0   LABOR CATEGORY DESCRIPTIONS:  Labor category descriptions provide the benchmark needed

regarding knowledge, skill and ability needed for each labor category supporting this contract or taskorder. 

             6.1       The Advanced Skills Manager Specialist should have extensive prior Navy/Marine Corpsexperience with demonstrated administrative management skills such as database management and people

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 10 of 38 FINAL

 

Page 12: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

management.  The Advanced Skills Manager shall have experience in the following systems: ASM, NECsystem, DCO, AMTCS, and other information technology systems to include Microsoft Officeprograms as applicable. The quota control/scheduler must possess strong oral and written communicationskills.

             6.2       The Quota Control/Scheduler Specialist should have extensive prior Navy/Marine Corpsexperience with demonstrated administrative management skills such as database management and peoplemanagement.  The quota control/scheduler shall have experience in the following systems: CeTARS,NITRAS, CANTRAC, NEC system, ENTRS and other information technology systems to includeMicrosoft Office programs as applicable.  The quota control/scheduler must possess strong oral andwritten communication skills.

            6.3       LABOR HOURS ESTIMATE:  The labor hour estimate for this contract/task order is atotal of 19,200 hours for the base and four option years.

Labor Category Base Year OY 1 OY 2 OY 3 OY 4Advanced Skills Manager 1920 1920 1920 1920 1920

Quote Control/Scheduler 1920 1920 1920 1920 1920

 7.0       PLACE OF PERFORMANCE The place of performance for this task order shall be at the Government's facilities located at:   FleetLogistics Support Wing, 1445 Burke Avenue, NAS JRB Fort Worth, TX 76127-1027.  The standardwork hours are 0730 to 1630 hours Monday through Friday at each location with a daily one hour unpaidlunch break.   There is no overtime authorized on this contract 8.0       PERIOD OF PERFORMANCE (POP)

The period of performance of this order shall be from date of award through 12 months thereafter withfour (4) one-year options periods as follows: Base:                       01 September 2014 – 31 August 2015Option Years if executed:Option I:                 01 September 2015 – 31 August 2016Option II:                01 September 2016 – 31 August 2017Option III:               01 September 2017 – 31 August 2018Option IV:               01 September 2018 – 31 August 20199.0     QUALITY ASSURANCE SURVILLANCE PLAN (QASP):

 9.1 Surveillance methods:  The primary methods of surveillance used to monitor performance of this

contract will include, but not be limited to, random or planned sampling, periodic or inspection, andvalidated customer complaints.  Performance will be measured in accordance with Table 7.1 below.

Table 9.1: Quality Assurance Surveillance PlanPerformance Performance Frequency Surveillance Acceptable Quality

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 11 of 38 FINAL

 

Page 13: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

Element Required Method Level

PWS Section5

Excellent CustomerService:Communication withthe CFLSW Adherenceto Military protocolwhen addressingofficers,Non-CommissionedOfficers andGovernment CivilianPersonnel

100%Inspection of allcontractorprepared dataproducts,reports,spreadsheets,invoices andother financialdocuments

Customer Feedback No more than 3substantiated negativecustomer feedbacksduring 6-month periodExercise of optionperiods    

PWS Section5.4

Cost/FinancialManagement -Provided accurateFinancialdocumentation andcost performance data

100%Inspection of allcontractorprepared dataproducts,reports,spreadsheets,invoices andother financialdocuments

Customer Feedback

PWS Sections5.1, 5.2, 5.4,5.5, 5.6 and5.7

Quality– Technicalproducts/deliverableswere complete,accurate, clear andconformed to therequirements of thePWS

100%Inspection

Customer Feedback

PWS Sections5. 4, 5.5 and5.6

Completed reports 100%Inspection

Customer Feedback See above.

 If performance is within acceptable levels, it will be considered to be satisfactory.  If not, overallperformance may be considered unsatisfactory. 

9.2       Incentives/Disincentives:  The COR’s makes an annual report on Contractor Performance(CPARS or other annual report).  The contractor’s failure to achieve satisfactory performance under thecontract/task order, reflected in the COR’s annual report, may result in termination of the contract/taskorder and may also result in the loss of future Government contracts/task orders.  The contractor’sfailure to achieve satisfactory performance under the contract/task order may result in the non-exerciseof available options

For each item that does not meet acceptable levels, the Government may issue a Contract DiscrepancyReport (CDR).  CDRs will be forwarded to the Contracting Officer with a copy sent to the contractor. The contractor must reply in writing within 5 days of receipt identifying how future occurrences of the

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 12 of 38 FINAL

 

Page 14: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

problem will be prevented.  Based upon the contractor’s past performance and plan to solve the problem,the Contracting Officer will determine if any further action will be taken.   

In accordance with the inspection of services provisions for Firm Fixed Price (FFP) contract, thecontractor will be incentivized to provide quality products in a timely manner since the Government canrequire the Contractor, at no additional cost, to replace or correct work that fails to meet contractrequirements. 

In accordance with inspection of services provisions for Cost Plus Fixed Fee (CPFF), Cost Plus IncentiveFee (CPIF) and Cost Plus Award Fee (CPAF) contracts, the contractor will be incentivized to providequality products in a timely manner since the Government can require the Contractor, at no additionalfee, to replace or correct work that fails to meet contract requirements.  To maximize the profit earned oncosts incurred, the contractor is incentivized to ensure that quality products are provided in a timelymanner.

10.0     ACCEPTANCE CRITERIA:The agency COR has the responsibility to monitor the progress of the work of the on-site Contractorpersonnel assigned to the task.  The COR will notify the KO, in writing, with regard to contractorperformance.  The documentation from the COR will certify the following: 

a.       The Contractor deliverables and performance have met the work standards and objectives as outlined inthe PWS.

b.      The Contractor deliverables and performance have not met the work standards and objectives as outlinedin the PWS and why.

 This written documentation and certification, after review and acceptance by the COR, in conjunctionwith KO, will serve as the basis for payment to the Contractor.  11.0          TRAVEL:  Travel is anticipated in the performance of the contract.  Actual travel performed willbe dependent upon program requirements.  Travel is estimated at $11,500 or 10 trips per year.  Travellocations will be within the continental United States and include the locations in the table below.  Therequired amount of contractors is one per trip.  The duration of travel will be for two days for eachsquadron visited.  Travel will be requested in writing and approved by the COR designated in this PWS.

 In accordance with FAR 31.205-46, all travel costs are to be reimbursed at rates not to exceed themaximum locality per diem rates (the combination of lodging, meals and incidentals) in effect at the timeof the trave3l, as set forth in the Federal Travel Regulations, Joint Travel Regulations, and StandardsRegulations, Section 925, as applicable.  All air travel must be booked on American flagged carriers,unless otherwise directed by the Contracting Officer.  The Appropriate Government Official, QualityAssurance Personnel, or Contracting Officer shall approve all travel requests.  All invoices for travelreimbursement shall be accompanied by supporting receipts. 

Travel Location Number ofTrips

Duration Number ofTravelers per

trip

Estimated Cost

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 13 of 38 FINAL

 

Page 15: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

San Diego, CA 2 2 days each trip 1 $2200.00

Point Mugu, CA 1 2 days 1 $1100.00

Whidbey, WA 1 2 days 1 $1150.00

New Orleans, LA 1 2 days 1 $1150.00

Jacksonville, FL 1 2 days 1 $1000.00

Oceana, VA 1 2 days 1 $1100.00

Washington DC 2 2 days each trip 1 $2800.00

Lakehurst, NJ 1 2 days 1 $1000.00

 12.0     TRAINING REQUIREMENTS Each Squadron is responsible for conducting the required training on local mandates only, which will be atno cost to the contractor.  The Contractor is responsible for any and all technical training required to forassigned contractor personnel to accomplish the tasks outlined in Section 5.0 Performance Requirements. 13.0     SECURITY REQUIREMENTS 

13.1           SECURITY CLEARANCE:a. All contract personnel performing under this contract/task order must maintain a DoD Secret

clearance and a National Agency Check with Local Agency Check and Credit Checks (NACLC)investigation in accordance with SECNAVINST M-5510.30 current within 10 years. Contractors must bea United States citizen. The contractor will provide the Navy's Security Manager and the COR, the name, title, address andphone number for the Contractor's Security Representative.  The Contractor's Security Representativeshall be the primary point of contact on any security matter.  When a favorable determination is notmade, contractor employees shall not be permitted to work on this order effort and if already working onthe order shall be removed immediately.  The potential consequences of any requirements under thisclause including denial of access for a proposed contractor employee who fails to obtain a clearancedetermination in no way relieves the contractor from the requirement to execute performance under theorder within the timeframes specified in order proposed on task order with a DD254 requirement. Once the SF-86 has been submitted in JPAS, an interim clearance may be granted by Department ofDefense Central Adjunction Facility (DODCAF) through the Facility Security Officer (FSO), and a CACissued during the investigation process.  To maintain continuing authorization for an employee to access aDoD unclassified computer/network, and/or have access to sensitive unclassified information, thecontractor shall ensure that the individual employee has a current requisite background investigationthroughout the order performance period. b. The contractor is responsible for entering personnel information into the Joint Personnel AdjudicationSystem (JPAS) and submitting a visit request.  The contractor will provide the Navy's Security Managerand the COR, the name, title, address and phone number for the Contractor's Security Representative. The Contractor's Security Representative shall be the primary point of contact on any security matter. When a favorable determination is not made, contractor employees shall not be permitted to work on thisorder effort and if already working on the order shall be removed immediately.  The potential

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 14 of 38 FINAL

 

Page 16: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

consequences of any requirements under this clause including denial of access for a proposed contractoremployee who fails to obtain a favorable trustworthiness determination in no way relieves the contractorfrom the requirement to execute performance under the order within the timeframes specified in the order. c. Contract personnel shall return Common Access Cards (CACs) to the government Technical Point ofContact/government Sponsor upon contractor change in status, expiration of the CAC, or completion orexpiration of the contract. 

13.2.          INFORMATION ASSURANCE:  The Contractor shall ensure that personnel accessinginformation systems have the proper and current information assurance certification to performinformation assurance functions in accordance with the Information Assurance Workforce ImprovementProgram DoD 8570.01-M.  The Contractor shall meet the applicable information assurance certificationrequirements, including: 

a.  DoD-approved information assurance workforce certifications appropriate for each categoryand level as listed in the current version of DoD 8570.01-M; and

 b.  Appropriate operating system certification for information assurance technical positions as

required by DoD 8570.01-M. c.  Upon request by the Government, the Contractor shall provide documentation supporting the

information assurance certification status of personnel performing information assurance functions. d.  Contractor personnel who do not have proper and current certifications shall be denied access

to DoD information systems for the purpose of performing information assurance functions. e.  It has been determined that contractors supporting this contract/task order will be Basic NMCI

Users only, therefore annual IA and PII training is required prior to NMCI account creation, and repeatedas per DoN and/or RESFOR guidance every year thereafter.

 13.3.          OPERATIONS SECURITY (OPSEC): Employees associated with this contract are

required to attend all Operational Security training. Personnel must comply with all OPSEC principlesand procedures. All personnel are responsible to protect the U.S. Navy and Commander, Navy ReserveForces Command. 

13.4           INFORMATION AND INFORMATION SYSTEM SECURITY. To the extent that theContractor receives or is given access to proprietary data, data protected by the Privacy Act of 1974 orother classified or privileged technical, business or financial information under this PWS, the Contractorshall treat and protect such information IAW any restrictions imposed on such information. TheContractor shall comply with OPNAVINST 5239.1B, Navy Information Assurance Program. 

13.5           INFORMATION DISCLOSURE. Neither the Contractor nor any of its employees shalldisclose, or disseminate information concerning the command’s operations or security or an interruptionof its operations. Disclosure of information relating to the services provided under this PWS isprohibited. The Contractor shall direct inquiries, comments or complaints to the COR any matterobserved, experienced or learned during the performance of this PWS, since the resolution may require the

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 15 of 38 FINAL

 

Page 17: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

dissemination of Government proprietary information. 

13.6           CLASSIFIED INFORMATION. Failure by the Contractor or its employees to safeguardclassified information received while performing under this PWS, may subject the Contractor, its agents,or employees to criminal liability under 18 USC Sections 793 and 798. 

13.7           PROPRIETARY DOCUMENTS. The Contractor shall be responsible for appropriatelymarking Contractor documents that the Contractor considers proprietary. 

13.8           PHYSICAL SECURITY. All Contractor employees and their representatives who enter aDOD location to perform under the requirements of this PWS must adhere to all security regulations andas such will be subject to security checks.  Contractor personnel and their personal property will besubject to searches and seizures when entering, while on, or leaving a DoD location pursuant to theinstallation’s regulations. In the event of a strike by the Contractor’s personnel, the Contractor shall beresponsible for the cost of any increase in security required by the installation commander.  Theinstallation commander has the authority to bar individuals from the installation. Removal of an employeefrom the job site or dismissal from the premises shall not relieve the Contractor of its requirement toprovide sufficient personnel for performance of the services required by the PWS.  The Contractor shallremove any individual from the site whose continued presence or employment is contrary to publicinterest or inconsistent with the best interests of national security. 

13.9           HEIGHTENED SECURITY OPERATIONS. The Contractor shall comply with the basepolicies and OPNAVINST 3300.54, Protection of Navy Personnel and Activities against Acts ofTerrorism and Political Turbulence, to ensure mission accomplishment during heightened militaryinstallation security postures or other security postures as implemented. Heightened security conditionsare known as Force Protection Conditions (FPCON) Bravo, Charlie and Delta.  These postures applywhen an incident occurs or intelligence is received indicating an imminent threat or act of terrorism againstpersonnel and facilities.  To provide continuity of operations in such conditions, the Contractor shallprovide the COR written documentation of designated “mission essential personnel” who will requireaccess to military installations during increased FPCON instances, Charlie and Delta. 14.0     WORK ENVIRONMENT AND PHYSICAL DEMANDS: Government and Contractor personnel will be required to work in common office and warehouse spacesduring working hours and the Contractor’s performance shall not interfere with the Government’s work.In the event that the Contractor believes that the Government or other personnel are interfering with theperformance of the services required under the PWS, the Contractor shall notify the COR immediately.The Contractor shall not cease to perform the services required under the PWS without the KO or theCOR’s direction.  Failure by the Contractor to notify the KO or COR could result in a denial of anycompensation requests for any additional costs incurred in performance of the contract under suchconditions. 15.0     NON-PERSONAL SERVICE STATEMENT Contractor employees performing services under this order will be controlled, directed, and supervised atall times by management personnel of the contractor. Contractor management will ensure that employees

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 16 of 38 FINAL

 

Page 18: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

properly comply with the performance work standards outlined in the statement of work. Contractoremployees will perform their duties independent of, and without the supervision of, any Governmentofficial or other Defense Contractor.  The tasks, duties, and responsibilities set forth in the task ordermay not be interpreted or implemented in any manner that results in any contractor employee creating ormodifying Federal policy, obligating the appropriated funds of the United States Government, overseeingthe work of Federal employees, providing direct personal services to any Federal employee, or otherwiseviolating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of thecompleted work. 16.0     GOVERNMENT MANAGEMENT OVERSIGHT Government management will provide general instructions on limitations and deadlines. Additionalinstructions will be provided for any unusual assignments or those that vary from established procedures. The contractor’s employees will independently carry out the assignments.  Completed work will bespot-checked by Government management for adherence to procedures, accuracy, and completeness. 17.0     SAFETY The Contractor shall comply with all safety regulatory guidance including those as detailed in appropriateOSHA, Environmental Protection Agency (EPA) and Type Model Series (T/M/S) peculiar instructions;the Contractor shall be responsible for the safety and accountability of all its employees; the Contractorshall provide common personnel protective equipment (PPE) for team members and manage contractor'shearing conservation testing and baseline. 18.0     SPECIAL REQUIREMENTS 

18.1           PERSONNEL. The Contractor shall employ personnel who are proficient in speaking,reading, and writing the English language.  The Contractor shall provide adequate management,supervision and labor necessary to consistently perform all work specified under this PWS. 

18.2           EMPLOYMENT OF FEDERAL EMPLOYEES. The Contractor shall not employ orenter into a contract with any person(s), military or civilian, to perform work under this contract who isan employee of the United States Government unless such person seeks and receives approval inaccordance with applicable Navy and DoD regulations including Joint Ethics Regulation. 

18.3           NATIONAL EMERGENCY. In the event of a national emergency, natural disaster ormilitary exigency, the Contractor shall be prepared to accommodate a surge in support servicerequirement.  All support operations shall continue services as directed by the CNRFC during a crisisdeclared by the National Command Authority.  This function has been determined to be essential toperformance during crisis and is IAW DoD 3020.37, Continuation of Essential DoD Contractor Servicesduring Crisis and Navy implementation thereof. 

18.4           FEDERAL HOLIDAYS. Contactors are not required to show up for work that falls onFederal Holidays. The following Federal holidays are observed by DoN: 

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 17 of 38 FINAL

 

Page 19: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

A. New Years Day (1 January)B. Martin Luther King’s Birthday (Third Monday in January)C. President’s Day (Third Monday in February)D. Memorial Day (Last Monday in May)E. Independence Day (4 July)F. Labor Day (First Monday in September)G. Columbus Day (Second Monday in October)H. Veteran’s Day (11 November)I. Thanksgiving Day (Fourth Thursday in November)J. Christmas Day (25 December)

 In the event that a Federal holiday falls on a Saturday, the holiday will be observed on the Fridayimmediately before the holiday; if the Federal holiday falls on a Sunday, the holiday will be observed onthe Monday immediately following the holiday.  Other holidays are determined by Executive Order. Contactors are not required to show up for work that falls on Federal Holidays. 

18.5           POST/BASE CLOSURES: The Post/Base Commander may decide to close all or part of the Post/Base in response to an unforeseenemergency or similar occurrence.  Such emergencies may include, but are not limited to, adverse weathersuch as snow or flood, acts of GOD such as tornado or earthquake, or a Post/Base disaster such as anatural gas leak or fire.  Contractor personnel are considered non-essential personnel for purposes of anyinstructions given regarding a Post/Base closure. Contractor personnel should follow company guidanceregarding working at alternate company locations. If a decision to close all or part of the post/base is made during the normal duty hours and the decision istransmitted through official notification channels, Contractor employees shall notify the POC identifiedherein for the location, follow all instructions given, promptly secure all GFP appropriately, and evacuatein an expedient but safe manner.  If the POC identified herein for the location is not on-site at the time thenotification is provided to close the post/base, Contractor employee(s) shall notify the POC by phone ornotify the POCs designated representative. If the decision is made to close the post/base after normal duty hours, the Government’s designatedrepresentative at the location will notify the Contractor’s designated representative for that location who,in turn and as necessary and appropriate, will notify the affected Contractor personnel 

18.6           MEETINGS AND BRIEFINGS. The Contractor shall attend, participate in and provideinput at scheduled and unscheduled meetings, conferences and briefings that affect PWS functions andserve to provide effective communication.  

18.7           GOVERNMENT FURNISHED PROPERTY/ACCESS TO GOVERNMENT SITES. 

A.                The Contractor and its employees shall be knowledgeable and comply with all DoD,SECNAV, Office of Chief of Naval Operations (OPNAV) and local site instructions, policies andprocedures regarding physical security in the performance of this PWS.  The Contractor shall safeguardall Government property in assigned work areas and secure all Government material in its possessionwhen not under direct physical control of Contractor employees.

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 18 of 38 FINAL

 

Page 20: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

 B.                 The Government will provide existing Government Furnished Equipment (GFE)

(hardware and software) and any additional equipment (hardware and software) requested by Contractorand determined necessary by the Government for the Contractor to perform tasks in this PWS.  TheGovernment will provide the Contractor with access to IT equipment, software, systems and services,and Local Area Network with internet connectivity during the performance of the services.  TheGovernment will be responsible for providing the following: 

1. Building and base passes as required to provide access to necessary facilities during normal duty(working) hours.

2. Reasonable use of available office space and equipment to include use of a telephone, FAX, copymachines and a personal computer with word processing and spreadsheet software and email capabilityat CNRFC Headquarters.

3. Functional access to N6/ Navy Marine Corps Internet (NMCI) systems/databases.4. Access to various spaces to maintain control/accountability of the NMCI inventory.5. NMCI Network access.6. NMCI workstation and associated peripherals to support the accomplishments of tasks/duties

assigned 

18.8           CONTRACTOR IDENTIFICATION. Civilian contractor employee personnel shallidentify themselves as contractors by wearing badges and/or other visible identification at all times, sotheir civilian contractor status is clearly known.  Contractors must identify themselves as such inconversations, meetings, over the telephone, via e-mail and other mass media, and in informal and formalcorrespondence, and the like. 

18.9           EMPLOYEE AND VEHICLE IDENTIFICATION. All Contractor employees shallobtain and display vehicle passes according to the Pass and Decal Office at the employee’s primary worklocation.  The Government will issue badges at no charge to all contracted employees.  Each employeeshall provide the information requested for an employee badge and vehicle pass.  Government issuedemployee identification badges shall be worn at all times while on the Government installation.  Badgesshall be displayed on the contracted employees’ outer clothing, above the waist, and shall be offered forinspection when requested by management, security or police personnel.  Lost badges must be reportedimmediately to the issuing office. The COR will exercise complete control when granting or denyingsecurity identification badges. The contractor shall be accountable at all times for all securityidentification badges issued to its employees. 

18.10         UTILITIES. The Government will furnish the necessary utility services required for theContractor’s performance under this PWS.  Utility services will include water, electric, telephone, gas,sewage, steam, and fuel. The Contractor shall utilize these utility services only for the purpose ofproviding the support services of this PWS.  The Contractor may use supplied utilities services only forthe purposes of this PWS.  The Contractor shall not change or alter any utility service or component. 

18.11         TELEPHONE SERVICE. Telephone service, instruments and lines at the base will beprovided for Contractor use at no cost to the Contractor.  Government furnished telephones andtelephone lines are to be used for transaction of official business only.  All Government furnishedtelephones will be subjected to security monitoring at all times. Contractor shall notify its employees of

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 19 of 38 FINAL

 

Page 21: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

the Government’s security monitoring system.  The Contractor shall ensure that classified information isnot discussed over Government supplied telephones and that DD Form 2056, Do Not Discuss ClassifiedInformation, is affixed to each Government furnished telephone.  Contractor personnel shall not relocateGovernment-furnished telephone equipment or in any way tamper with the telephone distributionsystem.  The Contractor shall contact the COR when changes/additions are needed for any Governmenttelephones or network lines. 

18.12         REFUSE COLLECTION. The Government will be responsible for all refuse collectionfrom assigned exterior dumpsters.  The Contractor shall transport large refuse from all work spaces toon-site dumpsters. Refuse shall not be placed around exterior dumpsters.  The Contractor shall contactthe Government when exterior dumpsters are full or when a suspected rodent infestation is observed. The Contractor shall place metals, furniture, or non-hazardous trash, excluding recyclable material, in thedumpsters.  The Contractor shall not dispose hazardous materials or hazardous waste in exteriordumpsters.  The Contractor shall comply with all ongoing recycling initiatives 

18.13         CUSTODIAL SERVICES. The Government will furnish limited custodial services foroffice spaces and restrooms. Government support services will include cleaning restrooms, emptyingwastebaskets and vacuuming carpets.  The Contractor shall perform weekly clean-up of Governmentfurnished work spaces and surrounding areas. 

18.14         POLICE AND FIRE PROTECTION. The Government will maintain police and fireprotection within the confines of each base facility. 

18.15         FACILITY MODIFICATIONS. The Contractor shall submit all requests for facilitymodifications to the COR for approval prior to action.  Approved Contractor requested modificationsshall be completed at the Contractor’s expense.  The Contractor shall not perform or engage in alterationsto the facilities without specific written authorization from the COR.  If the requested alterations arenecessary for compliance with Occupational Safety and Health Administration, the Government will notunreasonably withhold such permission. 

18.16         SYSTEM MAINTENANCE AND TURN-OVER. The Contractor shall ensure thatGovernment furnished IT systems are maintained separately from the Contractor's furnished commercialsystems, such as its financial management, personnel and other operating systems. The Government’sfurnished source programs, databases, operating systems and all modifications shall remain asGovernment property.  The Contractor shall maintain and protect the systems and data for the durationof the contract; therefore, at the contract end date the Contractor shall return all current source andcompiled programs, documentation, and data in a useable format consistent with the manner in which itwas originally furnished or modified during the performance period, including any approved Contractorapplications with databases. The Contractor shall ensure data is current, complete and readily accessible. 

18.17         MANAGEMENT/QUALITY CONTROL PLAN (QCP): The contractor shall ensurequality service is maintained to perform services throughout the life of the contract and methods forimproving the overall quality are also employed.  Offerors shall therefore prepare and submit amanagement/quality control plan.  The final Government approved plan shall be submitted within 15days of contract start date.  The plan shall discuss the Contractor’s overall approach and procedures forevaluating each of the major service areas contained in the PWS, communicating with the Government,

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 20 of 38 FINAL

 

Page 22: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

resolving deficiencies, identifying potential improvements, and managing day to day operations.  As partof the management/QCP, the contractor may conduct internal QC inspections. Results of any contractorinternalQC inspections and corrective actions taken shall be made available to the Government for reviewthroughout the performance of this SOW.  The Government may periodically require the contractor toupdate/revise the management/QCP to ensure quality service is maintained throughout the life of thecontract. 19.0 TRANSITION 

19.1 TRANSITION PERIOD:  The contractor shall still be prepared to assume full responsibilityfor the effort, including full staffing, beginning 1 September 2014 unless otherwise noted. 20.0 TECHNICAL POINT OF CONTACT AND INSPECTION AND ACCEPTANCE The Contracting Officer's Technical Assistants under this Task Order and the person responsible forperforming inspection and acceptance of the contractor’s performance at the destination) are: 

20.1           COR: 

LCDR Jason J. BenderFLSW Training Officer,Commander, Fleet Logistics Support Wing1445 Burke Avenue,Fort Worth, TX  [email protected]

20.2           ACOR:  

LT Matthew BaberFLSW Training OfficerCommander, Fleet Logistics Support Wing1445 Burke AvenueFort Worth, TX  [email protected]

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 21 of 38 FINAL

 

Page 23: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

SECTION D PACKAGING AND MARKING

NOT APPLICABLE.

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 22 of 38 FINAL

 

Page 24: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

SECTION E INSPECTION AND ACCEPTANCE

INSPECTION AND ACCEPTANCE WILL BE PERFORMED BY THE TASK ORDER MANAGER (TOM).

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 23 of 38 FINAL

 

Page 25: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

SECTION F DELIVERABLES OR PERFORMANCE

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

   

7000 9/1/2014 - 8/31/2015

8000 9/1/2014 - 8/31/2015

CLIN - DELIVERIES OR PERFORMANCE

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

   

7000 9/1/2014 - 8/31/2015

8000 9/1/2014 - 8/31/2015

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

   

7001 9/1/2015 - 8/31/2016

7002 9/1/2016 - 8/31/2017

7003 9/1/2017 - 8/31/2018

7004 9/1/2018 - 8/31/2019

8001 9/1/2015 - 8/31/2016

8002 9/1/2016 - 8/31/2017

8003 9/1/2017 - 8/31/2018

8004 9/1/2018 - 8/31/2019

Services to be performed hereunder will be provided at (insert specific address and building etc.)

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 24 of 38 FINAL

 

Page 26: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

SECTION G CONTRACT ADMINISTRATION DATA

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 thatuniquely identifies a unit, activity, or organization.

“Document type” means the type of payment request or receiving report available for creation inWide Area WorkFlow (WAWF).

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

(b) Electronic invoicing. The WAWF system is the method to electronically process vendorpayment requests and receiving reports, as authorized by DFARS 252.232-7003, ElectronicSubmission 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 System for Award Managementat https://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 WAWFWeb-Based Training Course and use the Practice Training Site before submitting paymentrequests through WAWF. Both can be accessed by selecting the “Web Based Training” link on theWAWF 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).

2-in-1.

(Contracting Officer: Insert applicable document type(s).

Note: If a “Combo” document type is identified but not supportable by the Contractor’s businesssystems, an “Invoice” (stand-alone) and “Receiving Report” (stand-alone) document type may beused instead.)

(2) Inspection/acceptance location. The Contractor shall select the following

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 25 of 38 FINAL

 

Page 27: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

N53831

(Contracting Officer: Insert inspection and acceptance locations or “Not applicable.”)

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

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC  

Issue By DoDAAC   N00189

Admin DoDAAC  

Inspect By DoDAAC   N53831

Ship To Code  

Ship From Code  

Mark For Code  

Service Approver (DoDAAC)   N53831            

Service Acceptor (DoDAAC)   N53831 

Accept at Other DoDAAC  

LPO DoDAAC   N53831

DCAA Auditor DoDAAC  

Other DoDAAC(s)  

(*Contracting Officer: Insert applicable DoDAAC information or “See schedule”

if multiple ship to/acceptance locations apply, or “Not applicable.”)

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

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 26 of 38 FINAL

 

Page 28: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevantback-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of eachpayment request.

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

See paragraph (g) below.

(Contracting Officer: Insert applicable email addresses or “Not applicable.”)

(g) WAWF point of contact.

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

Acceptor :     LCDR Jason J. Bender,  [email protected] or                         LT Matthew Baber, [email protected]

(Contracting Officer: Insert applicable information or “Not applicable.”)

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

(End of clause)

 (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Governmentpersonnel who visit the Contractor's facilities or in any other manner communicates withContractor personnel during the performance of this contract shall constitute a change under the“Changes” clause of this contract.

 (b) The Contractor shall not comply with any order, direction or request of Governmentpersonnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant tospecific authority otherwise included as a part of this contract.

 (c) The Contracting Officer is the only person authorized to approve changes in any of therequirements of this contract and, notwithstanding provisions contained elsewhere in thiscontract, the said authority remains solely the Contracting Officer’s. In the event the contractoreffects any change at the direction of any person other than the Contracting Officer, the changewill be considered to have been made without authority and no adjustment will be made in thecontract price to cover any increase in charges incurred as a result thereof. The address andtelephone number of the Principal Contracting Officer is:

Kenneth Bul lockNAVSUP Fleet Logistics Center Norfolk, Philadelphia Office700 Robbins Ave., Bldg. 2BPhilade lphia, PA. [email protected](215) 697-9640

 

COMMUNICATIONS

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 27 of 38 FINAL

 

Page 29: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

The Contract Specialist is:

Ian HorwitzNAVSUP Fleet Logistics Center Norfolk, Philadelphia Office700 Robbins Ave., Bldg. 2BPhiladelphia, PA. [email protected]

The Task Order Manager is:

 LT Matthew BaberFLSW Training OfficerCommander, Fleet Logistics Support Wing1445 Burke AvenueFort Worth, TX  [email protected]

 

CONTRACT ADMINISTRATION PLAN (CAP)FOR FIXED PRICE CONTRACTS

 In order to expedite the administration of this contract, the following delineation of duties isprovided.  The names, addresses and phone numbers for these offices or individuals are includedelsewhere in the contract award document.  The office or individual designated as havingresponsibility should be contacted for any questions, clarifications, or information regarding theadministration function assigned. 1.  The Procuring Contract Office (PCO) is responsible for:                 a.  All pre-award duties such as solicitation, negotiation and award of contracts.                 b.  Any information or questions during the pre-award stage of the procurement.                 c.  Freedom of Information inquiries.                  d.  Changes in contract terms and/or conditions.                  e.  Post award conference.

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 28 of 38 FINAL

 

Page 30: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

 2.  The Contract Administration Office (CAO) is responsible for matters specified in the FAR42.302 and DFARS 42.302 except those areas otherwise designated as the responsibility of theContracting Officer's Representative (COR) or someone else herein. 3.  The paying office is responsible for making payment of proper invoices after acceptance isdocumented. 4.  The Contracting Officer's Representative (COR) is responsible for interface with thecontractor and performance of duties such as those set forth below.  It is emphasized that onlythe PCO/CAO has the authority to modify the terms of the contract.  In no event will anyunderstanding, agreement, modification, change order, or other matter deviating from the terms ofthe basic contract between the contractor and any other person be effective or binding on theGovernment.  If in the opinion of the contractor an effort outside the scope of the contract isrequested, the contractor shall promptly notify the PCO in writing.  No action may be taken bythe contractor unless the PCO or CAO has issued a contractual change.  The COR duties are asfollows:                 a.  Technical Interface                                                                                                                                                                                                                                                                                                                                                                                    (1) The COR is responsible for all Government technical interface concerning thecontractor and furnishing technical instructions to the contractor.  These instructions mayinclude:  technical advice/recommendations/clarifications of specific details relating to technicalaspects of contract requirements; milestones to be met within the general terms of the contract orspecific subtasks of the contract; or, any other interface of a technical nature necessary for thecontractor to perform the work specified in the contract.   The COR is the point of contactthrough whom the contractor can relay questions and problems of a technical nature to the PCO.                         (2) The COR is prohibited from issuing any instruction which would constitute acontractual change.  The COR shall not instruct the contractor how to perform. If there is anydoubt whether technical instructions contemplated fall within the scope of work, contact thePCO for guidance before transmitting the instructions to the contractor.                 b.  Contract Surveillance                         (1) The COR shall monitor the contractor's performance and progress under thecontract.  In performing contract surveillance duties, the COR should exercise extreme care toensure that he/she does not cross the line of personal services.  The COR must be able todistinguish between surveillance (which is proper and necessary) and supervision (which is notpermitted).  Surveillance becomes supervision when you go beyond enforcing the terms of thecontract.  If the contractor is directed to perform the contract services in a specific manner, theline is being crossed.  In such a situation, the COR's actions would be equivalent to using the

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 29 of 38 FINAL

 

Page 31: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

contractor's personnel as if they were government employees and would constitute transformingthe contract into one for personal services.                         (2) The COR shall monitor contractor performance to see that inefficient orwasteful methods are not being used.  If such practices are observed, the COR is responsible fortaking reasonable and timely action to alert the contractor and the PCO to the situation.                         (3) The COR will take timely action to alert the PCO to any potentialperformance problems.  If performance schedule slippage is detected, the COR should determinethe factors causing the delay and report them to the PCO, along with the contractor's proposedactions to eliminate or overcome these factors and recover the slippage.  Once a recovery plan hasbeen put in place, the COR is responsible for monitoring the recovery and keeping the PCOadvised of progress.                         (4) If the Contractor Performance Assessment Reporting System (CPARS) isapplicable to the contract you are responsible for completing a Contractor PerformanceAssessment Report (CPAR) in the CPARS Automated Information System (AIS).  The initialCPAR, under an eligible contract, must reflect evaluation of at least 180 days of contractorperformance.  The completed CPAR, including contractor comments if any, (NOTE: contractorsare allowed 30 days to input their comments) should be available in the CPARS AIS forreviewing official (PCO) review no later than 270 days after start of contract performance. Subsequent CPARs covering any contract option periods should be ready at 1-year intervalsthereafter.                 c.  Invoice Review and Approval/Inspection and Acceptance                         (1) The COR is responsible for quality assurance of services performed andacceptance of the services or deliverables.  The COR shall expeditiously review copies of thecontractor's invoices or vouchers, certificate of performance and all other supportingdocumentation to determine the reasonableness of the billing.  In making this determination, theCOR must take into consideration all documentary information available and any informationdeveloped from personal observations.                         (2) The COR must indicate either complete or partial concurrence with thecontractor's invoice/voucher by executing the applicable certificate of performance furnished bythe contractor.  The COR must be cognizant of the invoicing procedures and prompt paymentdue dates detailed elsewhere in the contract.                         (3) The COR will provide the PCO and the CAO with copies of acceptancedocuments such as Certificates of Performance.                         (4) The COR shall work with the Contractor to obtain and execute a final invoiceno more than 60 days after completion of contract performance.  The COR shall ensure that the

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 30 of 38 FINAL

 

Page 32: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

invoice is clearly marked as a “Final Invoice.”                 d.  Contract Modifications.  The COR is responsible for developing the statement ofwork for change orders or modifications and for preparing an independent government costestimate of the effort described in the proposed statement of work.                 e.  Administrative Duties                         (1) The COR shall take appropriate action on technical correspondence pertainingto the contract and for maintaining files on each contract.  This includes all modifications,government cost estimates, contractor invoices/vouchers, certificates of performance, DD 250forms and contractor's status reports.                         (2) The COR shall maintain files on all correspondence relating to contractorperformance, whether satisfactory or unsatisfactory, and on trip reports for all governmentpersonnel visiting the contractor's place of business for the purpose of discussing the contract.                         (3) The COR must take prompt action to provide the PCO with any contractor ortechnical code request for change, deviation or waiver, along with any supporting analysis orother required documentation.                 f.  Government Furnished Property.  When government property is to be furnished tothe contractor, the COR will take the necessary steps to insure that it is furnished in a timelyfashion and in proper condition for use. The COR will maintain adequate records to ensure thatproperty furnished is returned and/or that material has been consumed in the performance ofwork.                                                                                                                                                                                     Enclosure (1)                g.  Security.  The COR is responsible for ensuring that any applicable securityrequirements are strictly adhered to.                 h.  Standards of Conduct.  The COR is responsible for reading and complying with allapplicable agency standards of conduct and conflict of interest instructions.                 i.  Written Report/Contract Completion Statement.                           (1) The COR is responsible for timely preparation and submission to the PCO, ofa written, annual evaluation of the contractors performance.  The report shall be submitted within30 days prior to the exercise of any contract option and 60 days after contract completion.  Thereport shall include a written statement that services were received in accordance with theContract terms and that the contract is now available for close-out.  The report shall also includea statement as to the use made of any deliverables furnished by the contractor. 

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 31 of 38 FINAL

 

Page 33: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

                        (2) If the Contractor Performance Assessment Reporting System (CPARS) isapplicable to the contract you are responsible for completing a final Contractor PerformanceAssessment Report (CPAR) in the CPARS with 30 days of contract completion.                         (3) The COR is responsible for providing necessary assistance to the ContractingOfficer in performing Contract Close-out in accordance with FAR 4.804, Closeout of ContractFiles. 5.  The Technical Assistant (TA), if appointed, is responsible for providing routineadministration and monitoring assistance to the COR.  The TA does not have the authority toprovide any technical direction or clarification to the contract.  Duties that may be performed bythe TA are as follows:                 a.  Identify contractor deficiencies to the COR.                  b.  Review contract deliverables, recommend acceptance/rejection, and provide theCOR with documentation to support the recommendation.                  c.  Assist in preparing the final report on contractor performance for the applicablecontract in accordance with the format and procedures prescribed by the COR.                 d.  Identify contract noncompliance with reporting requirements to the COR.                 e.  Review contractor status and progress reports, identify deficiencies to the COR, andprovide the COR with recommendations regarding acceptance, rejection, and/or Governmenttechnical clarification requests.                 f.  Review invoices and provide the COR with recommendations to facilitate CORcertification of the invoice.                 g.  Provide the COR with timely input regarding technical clarifications for thestatement of work, possible technical direction to provide the contractor, and recommendcorrective actions.                 h.  Provide detailed written reports of any trip, meeting, or conversation to the CORsubsequent to any interface between the TA and contractor.

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------7000 N0007214RC70084 11500.00  LLA : AA 1741806 72A0 252 00072 0 068566 2D C70084  Cost Code: 0007247028NQ  

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 32 of 38 FINAL

 

Page 34: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

8000 N0007214RC70084 148435.44  LLA : AA 1741806 72A0 252 00072 0 068566 2D C70084  Cost Code: 0007247028NQ   BASE Funding 159935.44 Cumulative Funding 159935.44 

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 33 of 38 FINAL

 

Page 35: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

SECTION H SPECIAL CONTRACT REQUIREMENTS

NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZESTATUS

For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESSSET-ASIDE, 52.219-3,NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18,NOTIFICATION OF COMPETITION LIMITED TOELIGIBLE 8(A) CONCERNS, and52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALLBUSINESS SET-ASIDE, the determination of whether a small business concern is independentlyowned and operated, not dominant in the field of operation in which it is bidding on Governmentcontracts, and qualified as a small business under the size standards in this solicitation, andfurther, meets the definition of a HUBZone small business concern, a small business concerncertified by the SBA for participation in the SBAs 8(a) program, or a service disabledveteran-owned small business concern, as applicable, shall be based on the status of said concernat the time of award of the SeaPort-e MACs and as further determined in accordance with SpecialContract Requirement H-19.

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 34 of 38 FINAL

 

Page 36: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

SECTION I CONTRACT CLAUSES

 Note: All clauses of Section I of the basic contract apply to this task order (unless otherwisespecified) as do the following clauses (by full text and by reference (REF)). Where applicable,"contract" shall refer to this task order, and "Task Order Manager" shall mean "ContractingOfficer's Representative." 

52.204-2 Security Requirements (Aug 1996) (REF)

252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013)(REF)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Nov2012) (REF)

252.239-7018 Supply Chain Risk (Nov 2013) (REF)

Personal Identity Verification of Contractor Personnel (Jan 2011) (a) The Contractor shall comply with agency personal identity verification procedures identifiedin the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Officeof Management and Budget (OMB) guidance M-05-24, and Federal Information ProcessingStandards Publication (FIPS PUB) Number 201.

 (b) The Contractor shall account for all forms of Government-provided identification issued tothe Contractor employees in connection with performance under this contract. The Contractorshall return such identification to the issuing agency at the earliest of any of the following, unlessotherwise determined by the Government;

 (1) When no longer needed for contract performance.

 

(2) Upon completion of the Contractor employee’s employment. (3) Upon contract completion

or termination.

(c) The Contracting Officer may delay final payment under a contract if the Contractor fails tocomply with these requirements.

 (d) The Contractor shall insert the substance of clause, including this paragraph (d), in allsubcontracts when the subcontractor’s employees are required to have routine physical access toa Federally-controlled facility and/or routine access to a Federally-controlled information system.It shall be the responsibility of the prime Contractor to return such identification to the issuingagency in accordance with the terms set forth in paragraph (b) of this section, unless otherwiseapproved in writing by the Contracting Officer.

 

 Option to Extend the Term of the Contract (Mar 2000)

 (a) The Government may extend the term of this contract by written notice to the Contractorprior to the end of the then-current performance period. The preliminary notice does not committhe Government to an extension.

 

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 35 of 38 FINAL

 

Page 37: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

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

 (c) The total duration of this contract, including the exercise of any options under this clause,shall not exceed five (5) years.

 Manpower Reporting

 Pursuant to NMCARS 5237.102 (90) Enterprise-wide Contractor Manpower ReportingApplication (ECMRA), the Contractor shall report ALL Contractor labor hours (includingsubcontractor labor hours) required for performance of services provided under this contract forthe "NAVSUP" via a secure data collection site. The Contractor is required to completely fill in allrequired data fields using the following web address https://doncmra.nmci.navy.mil.

 Reporting inputs will be for the labor executed during the period of performance during eachGovernment fiscal year (FY), which runs October 1 through September 30. While inputs may bereported any time during the FY, all data shall be reported no later than October 31 of eachcalendar year. Contractors may direct questions to the help desk, linked athttps://doncmra.nmci.navy.mil.

Appointment of Contracting Officer's Representative (Oct 1992) (a) The Contracting Officer hereby designates the following individual as Contracting Officer’s

Representative(s) (COR) for this contract: LT Matthew BaberFLSW Training OfficerCommander, Fleet Logistics Support Wing1445 Burke AvenueFort Worth, TX  [email protected] 

(b) In the absence of the COR named above, all responsibilities and functions assigned to theCOR shall be the responsibility of the alternate COR acting on behalf of the COR. TheContracting Officer hereby appoints the following individual as the alternate COR:

 LCDR Jason J. BenderFLSW Training Officer,Commander, Fleet Logistics Support Wing1445 Burke Avenue,Fort Worth, TX  [email protected]

 

 (c) The COR will act as the Contracting Officer’s representative for technical matters, providingtechnical direction and discussion as necessary with respect to the specification or statement of

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 36 of 38 FINAL

 

Page 38: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

work, and monitoring the progress and quality of contractor performance. The COR is not anAdministrative Contracting Officer and does not have authority to take any action, either directly or indirectly, thatwould change the pricing, quantity, quality, place of performance, delivery schedule, or any other terms andconditions of the contract (or delivery/task order), or to direct the accomplishment of effort which goes beyond thescope of the statement of work in the contract (or delivery/task order).

 (d) It is emphasized that only a Contracting officer has the authority to modify the terms of thecontract, therefore, in no event will any understanding, agreement, modification, change order, orother matter deviating from the terms of the basic contract between the contractor and any otherperson be effective or binding on the Government. When/if, in the opinion of the contractor, aneffort outside the existing scope of the contract (or delivery/task order) is requested, thecontractor shall promptly notify the PCO in writing. No action shall be taken by the contractorunder such direction unless the PCO or ACO has issued a contractual change or otherwiseresolved the issue.

 (End of Clause)

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 37 of 38 FINAL

 

Page 39: PARTIAL FINAL COMPLETE PARTIAL FULL - Badger …bdgdefense.com/wp-content/uploads/2014/08/N00178-14-D-7190-EX01… · Instruction OPNAVINST 3120.32D ... Instruction OPNAVINST 3500.39C

SECTION J LIST OF ATTACHMENTS

DD254

 CONTRACT NO.

 N00178-14-D-7190 DELIVERY ORDER NO.

 EX01 PAGE

 38 of 38 FINAL