27
1. CONTRACT NO. N00178-08-D-5555 2. DELIVERY ORDER NO. FK01 3. EFFECTIVE DATE 2010 Sep 29 4. PURCH REQUEST NO. V0896110RC10007 5. PRIORITY Unrated 6. ISSUED BY CODE N00189 7. ADMINISTERED BY CODE S5111A 8. DELIVERY FOB FISC Norfolk, Contracting Dept Norfolk 1968 Gilbert Street Ste 600 Norfolk VA 23511-3392 DCMA HAMPTON 2000 Enterprise Parkway, Suite 200 Hampton VA 23666 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 4T2K3 FACILITY 791144970 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS Program Management Analytics & Technologies, LLC T 521 West 21st. St. G-2 412 Norfolk VA 23517 X SMALL 12. DISCOUNT TERMS Net 30 Days WIDE AREA WORK FLOW SMALL DISADVANTAGED X 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. Program Management Analytics & Technologies, LLC T PMAT LLC Contract Administrator _____________________________________ _____________________________________ ______________________________________________ ____________________________ 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 $460,377.60 26. DIFFERENCES BY: /s/Marsha S Witcher 09/29/2010 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

pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

Embed Size (px)

Citation preview

Page 1: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

 

1. CONTRACT NO.

N00178-08-D-5555 2. DELIVERY ORDER NO.

FK013. EFFECTIVE DATE

2010 Sep 294. PURCH REQUEST NO.

V0896110RC100075. PRIORITY

Unrated6. ISSUED BY CODE N00189 7. ADMINISTERED BY CODE S5111A 8. DELIVERY FOB

FISC Norfolk, Contracting Dept Norfolk1968 Gilbert Street Ste 600Norfolk VA 23511-3392

DCMA HAMPTON2000 Enterprise Parkway, Suite 200Hampton VA 23666

  DESTINATION

  OTHER

  (See Schedule if other)

9. CONTRACTOR CODE 4T2K3 FACILITY 791144970 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X IF BUSINESS IS

Program Management Analytics & Technologies, LLC T521 West 21st. St. G-2 412 Norfolk VA 23517

 X SMALL

12. DISCOUNT TERMS

Net 30 DaysWIDE AREA WORK FLOW

   SMALL DISADVANTAGED

 X 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.TYPEOF

ORDER

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 PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME.

 Program Management Analytics & Technologies, LLC T   

 PMAT LLC Contract Administrator

  

_____________________________________ _____________________________________ ______________________________________________ ____________________________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 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 $460,377.6026. DIFFERENCES

 

BY: /s/Marsha S Witcher        09/29/2010 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

John Spruill
Text Box
September 30,2010
John Spruill
Text Box
JORETTA SLACK
PMAT
Highlight
Page 2: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

       (O&MN,N)                                Option                            

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 2 of 28  FINAL

 

Page 3: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT (PWS)

 

C2F Engineering Team Support

 

 

1.   SCOPE:  This requirement is technical support services necessary to ensure the operations of Command and Control and Information Technology (IT) systems at the Commander U.S. Navy Second Fleet (C2F) Maritime Headquarters (MHQ) and Maritime Operations Center (MOC).

   

 

2.  BACKGROUND:  The mission of Commander, U.S. Second Fleet (C2F) is to provide for strategic C2 mobility in support of national objectives.  C2F's mission supports the United States Fleet Forces Command (USFFC), the Chief of Naval Operations (CNO) and Combatant Commanders, as directed.

 

Development and delivery of C2F capabilities for the MHQ and MOC were directed for the Navy’s operational–level commands per R281331Z SEP 05 CNO WASHINGTON DC.  C2F is spearheading all phases and facets of concept development and implementation. Within C2F, the Communication and Information Systems (CIS) Directorate (N6) is responsible for providing CIS support to all C2F Directorates and staff personnel.  N6 must ensure that C2F’s Information Technology (IT) systems are readily available and meet the requirements of C2F’s user community, worldwide. 

 

The MHQ and MOC is intended to provide the Navy with capabilities to fulfill assignments as a service component and transition rapidly to additional roles assigned by the USFFC in support of Combatant Command (COCOM) mission execution. MHQ w/MOC is the nexus of numerous Joint and Navy transformational initiatives and experiments supporting both the operational and Fleet management roles of an operational-level commander. MHQ w/MOC is responsible for the common networking, gateways and Enterprise Network Management (ENM) in accordance with applicable Department of Defense guidance and other service/program requirements.  Ready JTF Headquarters operations, cross service interoperability, and awareness of the operational level of warfare is a critical to successful completion of the C2F mission. As a Joint Task Force Command, C2F is responsible for sharing

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 3 of 28  FINAL

 

Page 4: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

information and facilitating knowledge development/ dissemination across service boundaries.  Therefore, a comprehensive knowledge with COCOM level collaborative information environments (including coalition cross domain solutions) and effective interaction with senior military and executive service individuals as well as stakeholders are key activities required to meet the tasks delineated within this document. This responsibility requires a solid understanding of the operational and tactical levels of command and control, as well as the limitations imposed and benefits derived from technology.

 

 

3.   DESCRIPTION OF WORK:  The Contractor shall fill three key positions and perform the following tasks in support of the Communication and Information Systems Directorate, which are described in detail in the subparagraphs below:

 

POSITION 1: Network Engineer (QTY 1)

 

The Network Engineer will provide technical support, system integration, operational engineering expertise, technical writing/editing expertise and information technology service management expertise to conform to the Information Technology Infrastructure Library (ITIL) guidance for Commander, Second Fleet. This effort will provide engineering support for the ashore MHQ to ensure intra-staff networks provide enhanced collaboration between afloat and ashore staffs. The Network Engineer will provide direct systems and technical engineering support to C2F Communications Information Management Directorate (J6) Staff to include, but not limited to:

 

 

Task 1.1:  Install, configure, test and maintain staff network and network equipment in all staff locations daily

 

Task 1.2:  Document staff network, network infrastructure, and diagrams monthly   

 

Task 1.3:  Conduct training to ensure knowledge transfer

     

 DESCRIPTION

 

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 4 of 28  FINAL

 

Page 5: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

a. Plan all steps and procedures, schedule and complete (manage) each network installation in accordance with current DoD and DoN policies.   Coordinate, as a minimum, with appropriate Directorates, NMCI (as necessary) and the IA team to ensure the appropriate configurations for connectivity are made.   Assist in the identification of technical implications of staff architectures upon doctrine, procedures and practices.  Additionally, assist in coordination between vendors, installation team, and staff IT personnel to ensure project completion and compliance with requirements.  Develop and maintain a Plan of Action and Milestone (POA&M) on all network installation activities.  POA&Ms shall be updated, at a minimum, at every milestone date and whenever an action item is completed or updated.

b.  Provide technical support (installation, operations, and maintenance) to network switches, routers and other network equipment, to include configuration support to comply with DISA Security Technical Implementation Guides (STIG).

Task 1.1:  Install, configure, test and maintain staff network and network equipment in all staff locations

 

 

 

c.       Provide technical support (installation, operations, maintenance) of Cisco Voice over Internet Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs.

 

d.      Provide Tier III systems support of Windows and Unix systems integration to include the following:

 

·          MS Windows Server 2003 and 2008 operating systems

·          MS Windows Active Directory Management

·          Configuring and managing a MS Exchange system

·          Experience building a Windows 2003 and 2008 server and applying security updates

·          MS Windows XP Professional

·          MS Office 2007

·          Group Policy

·          Knowledge of VMware and virtualized networks

·          Advance configuration and troubleshooting of routers

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 5 of 28  FINAL

 

Page 6: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

a. Maintain Designated Approval Authority (DAA) approved network diagrams to sufficiently document engineering solutions for staff networks

·          Advance configuration and troubleshooting of Ethernet switches

·          Knowledge of IP tunneling technologies, particularly IPSEC and GRE

·          Knowledge of RADIUS and 802.1x authentication deployment

·          Knowledge of network monitoring tools

·          Knowledge of Type 1 Encryption implementation

 

e.       Support the C2F Information Assurance Manager on remediation of IA issues as a result of monthly Security Test and Evaluation (ST&E) and scanning.    Assist with any remediation actions to include the application of hot fixes, Information Assurance Vulnerability Alerts (IAVA), patches or configuration changes.  

 

f.       Provide technical support to Wide Area Network connections to include ISDN, DSN, POTS, T1, T3, and OC-3 links.

 

Task 1.2:  Maintain staff network and network infrastructure metrics, documentation and diagrams monthly

 

 

b.      Develop, document and report system metrics to forecast growth and recommended hardware modifications.

 

c.       Monitor network and network infrastructure performance, tune, and maintain historical performance data.

 

d.       Assist the IAM in gathering the required network documentation to include, but not limited to, Configuration Management (CM) baselines, ST&E reports, C/U4010 ports and protocols and Command Cyber Readiness Inspection (CCRI) reports in support of the network accreditation process. 

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 6 of 28  FINAL

 

Page 7: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

a. Develop a training package and perform at least bi-weekly onsite training with C2F system administrators to ensure knowledge transfer.

b. Develop Standard Operating Procedures (SOP)’s as necessary and train N6 staff to ensure standard execution of network tasks.

 

Task 1.3:  Conduct training to ensure knowledge transfer

 

 

 

 

 POSITION 2: Senior Systems Administrator (QTY 1)

 

Senior Systems Administrator will install, configure, support, and maintain the distributed C2F application software on C2F hardware platforms. Monitor system performance and capacity, and recommend hardware, software, and procedural changes needed to handle forecasted growth and analyze and solve conceptual and complex problems/situations of a global nature. Maintain patch levels utilizing current Best Practices; develop and maintain system support procedures and documentation; provide project leadership for the planning and execution of major projects; and provide guidance and advice to the engineering support team as well as to the users concerning system capabilities. Support rotating staff to ensure continuity of operations. Support day to day administration, support, and improvement of all server infrastructure technology. Develop and maintain appropriate policies and standards that provide quality of service, network performance efficiency and security of 20 computing environments.

 

 

Task 2.1:  Install, configure, test and maintain staff network and network equipment in all staff locations daily

 

Task 2.2:  Document staff network, network infrastructure, and diagrams monthly

 

Task 2.3:  Conduct training to ensure knowledge transfer

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 7 of 28  FINAL

 

Page 8: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

a. Attend and participate meetings with vendors, SPAWAR engineers, C2F staff personnel and other organizations as necessary to represent C2F in planning, acquisition, implementation and status discussions.  Assist in coordination between vendors, installation team, and staff IT personnel to ensure project success.

 

DESCRIPTION

 

Task 2.1:  Install, configure, test and maintain staff network and network equipment in all staff locations

 

 

b.      Provide Tier III systems support of Windows and Unix systems integration to include the following:

 

·          MS Windows Server 2003 and 2008 operating systems

·          MS Windows Active Directory Management

·          Configuring and managing a MS Exchange system

·          Experience building a Windows 2003 and 2008 server and applying security updates

·          MS Windows XP Professional

·          MS Office 2007

·          Group Policy

·          Knowledge of VMware and virtualized networks

·          Knowledge of network monitoring tools

·          Knowledge of Host Based Security System (HBSS)

·          One year experience with SharePoint 2007

·          Knowledge of Office 2007/SharePoint integration

·          Knowledge of DISA Enterprise collaboration tools Button 1 and 2

·          Knowledge of IBM Sametime and Adobe Connect

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 8 of 28  FINAL

 

Page 9: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

c. Support the C2F Information Assurance Manager on remediation of IA issues as a result of monthly Security Test and Evaluation (ST&E) and scanning.    Assist with any remediation actions to include the application of hot fixes, Information Assurance Vulnerability Alerts (IAVA), patches or configuration changes.

d. Support the C2F Information Assurance Manager in the maintenance of the network IA posture.  Execute command policy of regular application of hot fixes, Information Assurance Vulnerability Alerts (IAVA), patches or configuration changes to ensure a strong IA posture daily.

·          Knowledge of implementation and management of XMPP based systems

·          Knowledge of PKI/CAC implementations

·          Knowledge of C2PC, ArcGIS, and Google Earth Enterprise client

·          Experience with Collaboration at Sea

·          Experience with J2SE systems

·          Experience with SQL server databases

 

 

 

 

e.       Provide support to include investigating, troubleshooting and resolving Operating System, and application issues.

 

      f.   Manage and maintain backups for servers to ensure the ability to restore data and minimize down time; performance to be reviewed monthly.

.

      g. Maintain C2F N6 SharePoint portal and associated web pages, performance to be reviewed monthly.

 

Task 2.2:  Maintain staff server metrics, documentation and diagrams monthly

 

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 9 of 28  FINAL

 

Page 10: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

a. Maintain accurate list of servers and server applications to include all categories required to maintain network accreditation.

a. Develop a training package and perform at least bi-weekly onsite training with C2F system administrators to ensure knowledge transfer.

b. Develop Standard Operating Procedures (SOP)’s as necessary and train N6 staff to ensure standard execution of network tasks.

 

b.      Develop, document and report system metrics to forecast growth and recommended hardware and software modifications.

 

c.       Monitor network and network infrastructure performance, tune, and maintain historical performance data.

 

d.       Assist the IAM in gathering the required network documentation to include, but not limited to, Configuration Management (CM) baselines, ST&E reports, C/U4010 ports and protocols and Command Cyber Readiness Inspection (CCRI) reports in support of the network accreditation process. 

 

Task 2.3:  Conduct training to ensure knowledge transfer

 

 

 

 

POSITION 3: Senior Information Assurance Engineer (QTY 1)

 

The Senior Information Assurance Engineer support STIG/IA compliance of all C2F networks. Responsibilities include policy coordination and interpretation support, general information security support; assist with the development and implementation of a defensive security program to protect C2F Information Systems; conduct security program audits; Assist in developing strategies to comply with privacy, risk management, and DoD requirements; evaluate, develop and enhance security requirements, policy and tools; develop and manage vulnerability assessments including development of

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 10 of 28  FINAL

 

Page 11: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

a. Conduct of assessment of security posture of C2F networks.  Devise management plan to administer fixes to identified problems and document the way ahead with a Plan of Action and Milestone (POA&M).  Ensure all identified STIG findings documented in the POA&M are corrected.

b. Manage the hot fixes, Information Assurance Vulnerability Alerts (IAVA), patches or configuration changes that will be applied to the networks.  Maintain documentation on which patches have been applied to each network device.

c. Verify and Validate Security Policies/Procedures, including writing the test procedures for verifying and validating security policies/procedures, scheduling, planning, and conducting verification and validation of the security policies/procedures, documentation of the results of all security policy/procedure testing in the SSAA for Certification and Accreditation review.  Identify any residual policy/procedure risks and recommend methods to mitigate the risk.

d. Assist C2F’s Information Assurance Division with security evaluations and must provide detailed recommendations on any current and new IT development efforts to ensure an efficient, successful C&A process.

risk mitigation strategies; Ensure the security of operational networks that span across coalition, Navy afloat and ashore and

NGO networks are not compromised; maintain reports of attempted penetrations; and assist with IA accreditation process.

 

Task 3.1: Maintain security posture of all C2F networks

 

Task 3.2:  Provide IA Program Support

 

DESCRIPTION

 

Task 3.1: Maintain daily security posture of all C2F networks

 

 

 

 

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 11 of 28  FINAL

 

Page 12: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

e. Provide support on the following: Navy Requirements Traceability Matrix Tool, ST&E tools to include Network, Internet and Database Scanners, RETINA scanning tool, Nessus security scanner, Security Readiness Review (SRR) scripts for scanning and reporting Security Technical Implementation Guide (STIG) compliance, DISA Gold-Disk, Network Stumbler for scanning wireless networks and Network Mapper (NMAP) for overall monthly network scanning.

a. Prepare C2F DIACAP packages for submission to the Office of the Designated Approving Authority (ODAA) for approval. 

b. Support the C2F IAM on remediation of IA issues as a result of Security Test and Evaluation (ST&E) and scanning.  Assist with the documentation of any remediation actions to include the application of hot fixes, Information Assurance Vulnerability Alert (IAVA)’s, patches or configuration changes.

c. Contractor shall coordinate and provide the response to DIACAP data calls as required.

d. Contractor Key Personnel shall attend IA and C&A meetings, as necessary.

e. Contractor shall adhere to C2F’s current C&A methodology.  The approach involves two types of C&A to include: Site accreditations for C2F Headquarters and Mitscher Center (MOC-X) and Navy Marine Corps Intranet (NMCI) Communities of Interest (COI's), and System accreditations for C2F’s applications and other systems.

f. Ensure deliverables are in the format prescribed by Federal, DoD, DoN, and reporting requirements as they pertain to DIACAP C&A and posted to the required portals (Information Assurance Tracking System (IATS), Vulnerability Management System (VMS), Online Compliance Reporting System (OCRS), etc.), as necessary.

 

 

 

Task 3.2:  Provide IA Program Support

 

 

 

 

 

 

 

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 12 of 28  FINAL

 

Page 13: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

 

4.  FORMAT OF DELIVERABLES.  All documentation deliverables shall be prepared using Microsoft Office products (Word, Excel, Project, Visio and PowerPoint) in a format prescribed by instruction or acceptable to government, unless the use of other software is mutually agreed between government and the contractor. 

 

Soft copy of all documentation will be provided via the C2F Command Portal and by using CD-Rs. Electronic copies should be posted to the C2F Command Portal the day they are produced/provided but no later than one business day after generation/receipt. CD-Rs are to be used as the backup for all electronic documentation listed above which will be copied onto the CD-R the same time they are posted to the C2F Command Portal.

 

Additionally, deliverables should be in the format prescribed by Federal, DoD and DoN requirements. 

 

5.  PERIOD OF PERFORMANCE:  Period of performance is a one-year base period, and includes (4) one-year option periods, as follows:

 

            Base Period:                  30 September 2010 – 29 September 2011

            Option Period One:        30 September 2011 – 29 September 2012

            Option Period Two:       30 September 2012 – 29 September 2013

            Option Period Three:      30 September 2013 – 29 September 2014

            Option Period Four:       30 September 2014 – 29 September 2015

 

6.  PLACE OF PERFORMANCE:    Work will be conducted on Naval Station Norfolk at the C2F Headquarters in building D-29.  Local travel to government and civilian facilities may be required.

 

7. TRAVEL REQUIREMENTS:  Local travel only. 

 

8.  USE OF GOVERNMENT FURNISHED FACILITIES:   The Government will provide one (3)

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 13 of 28  FINAL

 

Page 14: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

workspaces at C2F Headquarters in building D-29 with networked computers.  Workspaces include office furnishings, office supplies, access to a government computer, telephone support, facsimile, and access to photocopy and presentation equipment.   

9.  KEY PERSONNEL.  The contractor must identify key personnel in the proposal.  Key personnel will not be changed by the contractor without Government approval of the replacement, as required per the key personnel clause.   Personnel shall meet the desired requirements specified below:

 

Position 1:  Cisco Certified Network Associate (CCNA).  Cisco Certified Network Professional (CCNP/ BCRAN) preferred.  CompTIA Network+ Certified.  Information Technology Information Library (ITIL v2 or v3).  Must possess required certifications.

 

Position 2:  VMWare 3.0 ESX certification. Knowledgeable in vMotion and experience in Continuity of Operations planning in a High Availability environment.  Must have current Microsoft certification (MCSA, MCSE).  Demonstrated understanding of 2003 Active Directory.  Hands on experience with clustered and virtualized Exchange servers.  Hands on experience with HBSS.  Must be certified in accordance with DoD Directive 8570 Information Assurance Technician Level II and Information Technology Information Library (ITIL v2 or v3) required.

 

Position 3:  Computer Information Systems Security Professional (CISSP) certification. Certified Ethical Hacker (CEH), GIAC Certified Penetration Tester (GPEN) or Certified Incident Handler (CIH) required. Information Technology Infrastructure Library (ITIL) Foundation Certificate required

Contractors will be allowed 120 days from contract award to achieve all required certifications.

10.   SECURITY:  The component parts of this effort are expected to contain highly sensitive information.  Contractors must be able have a Government granted facility security clearance (FCL) at the following levels: 

 

Position 1: TS/SCI

Position 2: TS/SCI

Position 3: SECRET

 

All individuals must be a U.S. Citizen.  Access to classified material and classified Information Systems is required.

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 14 of 28  FINAL

 

Page 15: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

 

-  Contractors shall not disclose sensitive or proprietary information of, or in the possession of, C2F or any of its operating units.  Contractor employees will be required to sign a government provided non-disclosure agreement.

 

- Contractors shall participate in C2F’s IA Training program and complete/sign Classified and Unclassified User Authorization Agreements.

 

-  Contractors shall complete the C2F provided IA Policy and Technology Training for Systems Administrators.

 

- Contractors must possess the required certifications and applicable security clearance.

 

 

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 15 of 28  FINAL

 

Page 16: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

SECTION D PACKAGING AND MARKING

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 16 of 28  FINAL

 

Page 17: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

SECTION E INSPECTION AND ACCEPTANCE

CLIN            INSPECT AT                INSPECT BY                    ACCEPT AT                   ACCEPT BY5000          Government                 Government                   Government                 Government5000AA      Government                 Government                   Government                 Government5000BA      Government                 Government                   Government                 Government5000CA      Government                 Government                   Government                 Government5000DA      Government                 Government                   Government                 Government8000           Government                 Government                   Government                 Government8000AA       Government                 Government                   Government                 Government

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 17 of 28  FINAL

 

Page 18: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

SECTION F DELIVERABLES OR PERFORMANCE

CLIN - DELIVERIES OR PERFORMANCE

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

   

5000AA 9/30/2010 - 9/29/2011

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

   

5000BA 9/30/2011 - 9/29/2012

5000CA 9/30/2012 - 9/29/2013

5000DA 9/30/2013 - 9/29/2014

8000AA 9/30/2014 - 9/29/2015

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

Naval Station NorfolkCommand Second Fleet HeadquartersBuilding D-29

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 18 of 28  FINAL

 

Page 19: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

SECTION G CONTRACT ADMINISTRATION DATA

SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008)

(a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF):

(1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall selfregister at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293).

(2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521.

(3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed.

(b) The following information, regarding invoice routing DODAAC’s, must be entered for completion of the invoice in WAWF:

  Routing Table

WAWF Invoice Type 2-in-1

Contract Number N00178-08-D-5555

Delivery Order Number FK01

Issuing Office DODAAC N00189

Admin Office DODAAC N00189

Inspector DODAAC (usually only used when Inspector & Acceptor are different people)

V08961

Ship To DoDAAC (for Combo),Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)

V08961

 

Acceptance At Other N/A

Local Processing Office (Certifier)

V08961

 

DCAA Office DODAAC (Used on Cost Voucher’s only)

N/A

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 19 of 28  FINAL

 

Page 20: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

Paying Office DODAAC N60951

Acceptor/COR Email Address [email protected]

 (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a .PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor.

(d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact:

  Name Email Phone RoleLS1 Harrison [email protected] 757-443-9850x47418  acceptor

 LSCS Maclan      [email protected]  757-443-9850x47439  certifier                     

 

CONTRACT ADMINISTRATION APPOINTMENTS AND DUTIES (5252.NS-0002T)

In order to expedite administration of this contract/order, the following delineation of duties is provided including the names, addresses and phone numbers for each individual or office as specified. The individual/position designated as having responsibility should be contacted for any questions, clarifications or information regarding the functions assigned.

1. PROCURING CONTRACTING OFFICER (PCO) is responsible for:

a. All pre-award information, questions, or data;

b. Freedom of Information inquiries;

c. Change/question/information regarding the scope, terms or conditions of the basic contract document; and/or

d. Arranging the post award conference (See FAR 42.503).

Name: Marsha Witcher

Address: Fleet & Industrial Supply Center, 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392

Phone: 757-443-1409 Email:  [email protected]

2. CONTRACT ADMINISTRATION OFFICE (CAO) is responsible for matters specified in FAR 42.302 and DFARS 242.302 except in those areas otherwise designated herein.

Name: Rebecca NatalAddress: Fleet & Industrial Supply Center, 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392

Phone: 757-443-1370  Email:  [email protected]

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 20 of 28  FINAL

 

Page 21: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

3. DEFENSE CONTRACT AUDIT AGENCY (DCAA) is responsible for audit verification/provisional approval of invoices and final audit of the contract prior to final payment to the contractor.

Name: N/A

Address: ------------------------------------------

Phone: -------------------------------------------

4. PAYING OFFICE is responsible for payment of proper invoices after acceptance is documented.

Name: DFAS-Cleveland, Norfolk Accounts Payable, PO Box 998022, Cleveland, OH 44199

5. TASK ORDER MANAGER (TOM) is responsible for:

a. Liaison with personnel at the Government installation and the contractor personnel on site;

b. Technical advice/recommendations/clarification on the statement of work;

c. The statement of work for delivery/task orders placed under this contract.

d. An independent government estimate of the effort described in the definitized statement of work;

e. Quality assurance of services performed and acceptance of the services or deliverables;

f. Government furnished property;

g. Security requirements on Government installation;

h. Providing the PCO or his designated Ordering Officer with appropriate funds for issuance of the Delivery/Task Order; and/or

i. Certification of invoice for payment.

NOTE: When, in the opinion of the Contractor, the TOM requests effort outside the existing scope of the contract (or delivery/task order), the Contractor shall promptly notify the Contracting Officer (or Ordering Officer) in writing. No action shall be taken by the contractor under such direction until the Contracting Officer has issued a modification to the contract or, in the case of a delivery/task order, until the Ordering Officer has issued a modification of the delivery/task order; or until the issue has otherwise been resolved. THE TOM IS NOT AN ADMINISTRATIVE CONTRACTING OFFICER AND DOES NOT HAVE THE AUTHORITY TO DIRECT THE ACCOMPLISHMENT OF EFFORT WHICH IS BEYOND THE SCOPE OF THE STATEMENT OF WORK IN THE CONTRACT ORDELIVERY/TASK ORDER.

TOM Name:      CDR Aaron Traver                            1751 Morris St. Bldg D-29                             Norfolk, VA                            757-443-9850 x 47429

In the event that the TOM named above is absent due to leave, illness, or official business, all responsibilities and functions assigned to the TOM be the responsibility of the alternate TOM listed below:

ATOM Name:     LCDR Melissa Clarady                              1751 Morris St. Bldg D-29                               Norfolk, VA                              757-443-9850 x 47052

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 21 of 28  FINAL

 

Page 22: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

6. TECHNICAL ASSISTANT, if assigned by the requiring activity, is responsible for providing technical assistance and support to the TOM in contract administration by:

a. Identifying contractor deficiencies to the TOM;

b. Reviewing contract/delivery/task order deliverables and recommending acceptance/rejection of deliverables;

c. Identifying contractor noncompliance of reporting requirements;

d. Evaluating contractor proposals for specific contracts/orders and identifying areas of concern affecting negotiations;

e. Providing TOM with timely input regarding the SOW, technical direction to the contractor and recommending

f. Reviewing contractor reports providing recommendations for acceptance/rejection;

g. Reviewing invoices for appropriateness of costs and providing recommendations to facilitate certification of the invoice; corrective actions; and

h. Providing written reports to the TOM as required concerning trips, meetings or conversations with the contractor.

Name: N/A

Address: ------------------------------------------------

Phone: ------------------------------------------------

7. ORDERING OFFICER is responsible for:

a. Requesting, obtaining, and evaluating proposals for orders to be issued;

b. Determining the estimated cost of the order is fair and reasonable for the effort proposed;

c. Obligating the funds by issuance of the delivery/task order;

d. Authorization for use of overtime;

e. Authorization to begin performance; and/or

f. Monitoring of total cost of delivery/task orders issued.

The following limitations/restrictions are placed on the Ordering Officer:

a. Type of order issued is limited by this contract to ------------------- pricing arrangements;

b. No order shall be placed in excess of $------------------ without the prior approval of the PCO; and/or

c. No order shall be placed with delivery requirements in excess of ------------------------.

Name: Any FISC Norfolk Contracting Officer

Address: -------------------------------------------------

Phone: -------------------------------------------------

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 22 of 28  FINAL

 

Page 23: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

(End of text)

Accounting DataSLINID PR Number Amount -------- ---------------------- --------------------- 5000AA V0896110RC10007 460377.60  LLA : AA 1701804 60BA 251 08961 060951 2D C10007 089610KU000Q   BASE Funding 460377.60 Cumulative Funding 460377.60 

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 23 of 28  FINAL

 

PMAT
Highlight
PMAT
Highlight
PMAT
Highlight
PMAT
Highlight
Page 24: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

SECTION H SPECIAL CONTRACT REQUIREMENTS

52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET_ASIDE (JUNE 2003)

(a) Definition. “Small business concern,” as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation.

 

(b) General.

 

(1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.

 

(2) Any award resulting from this solicitation will be made to a small business concern.

 

(c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts.

5252.237-9400 SUBSTITUTION OR ADDITION OF PERSONNEL (JAN 1992) (NAVSUP)

(a) The Contractor agrees to assign to the contract those persons whose resumes, personnel data forms, or personnel qualification statements were submitted as required by Section L to fill the requirements of the contract. No substitution or addition of personnel shall be made, except in accordance with this clause.

(b) The Contractor agrees that: during the contract performance period, no personnel substitutions will be permitted unless such substitutions are necessitated by an individual's sudden illness, death, termination of employment, or authorized by the contracting officer. In any of these events, the Contractor shall promptly notify the Contracting Officer and provide the information required by paragraph (d) below.

(c) If personnel for whatever reason become unavailable for work under the contract for a continuous period exceeding 30 working days, or are expected to devote substantially less effort to the work than indicated in the proposal, the Contractor shall propose a substitute of such personnel, in accordance with paragraph (d) below.

(d) All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least 15 days (30 days if a security clearance must be obtained) prior to the proposed substitution. Each request shall provide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume for the proposed substitute, and any other information required by the Contracting Officer to approve or disapprove the proposed substitution. All proposed substitutes (no matter when they are proposed during the performance period) shall have qualifications that are equal or higher than the qualifications of the person being replaced.

(e) In the event of a requirement to increase the specified level of effort for a designated labor category, but not the overall level of effort of the contract occurs, the Contractor shall submit to the Contracting Officer a written request for approval to add personnel to the designated labor category. The information required is the same as that required in paragraph (d) above. The additional personnel shall have qualifications greater than, or equal to, at least one (1) of the individuals proposed for the designated labor category.

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 24 of 28  FINAL

 

Page 25: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

 

(f) The Contracting Officer shall evaluate requests for substitution and addition of personnel and promptly notify the Contractor, in writing, of whether the request is approved or disapproved.

(g) If the Contracting Officer determines that suitable and timely replacement of personnel who have been reassigned, terminated, or have otherwise become unavailable to perform under the contract is not reasonably forthcoming, or that the resultant reduction of productive effort would impair the successful completion of the contract or the delivery order, the contract may be terminated by the Contracting Officer for default, or for the convenience of the Government, as appropriate. Alternatively, at the Contracting Officer's discretion, if the Contracting Officer finds the Contractor to be at fault for the condition, he may equitably adjust (downward) the contract price or fixed fee to compensate the Government for any delay, loss, or damage as a result of the Contractor's actions.

(End of Clause)

N00244H136 GOVERNMENT REVIEW OF RESUMES (AUG 1992) (FISC SAN DIEGO)

The Government reserves the right to review the resumes of contractor employees performing under the contract solely for the purpose of ascertaining their qualifications relative to the personnel qualifications terms of the contract. Accordingly, the contractor shall furnish such resumes to the Contracting Officer upon request by the Contracting Officer's Representative or Contracting Officer.

ACCESS BADGES

Badges will be issued only to Contractors whose contract duties require on-site performance. To be issued a permanent badge, the Contractor's security office must fax the visit request/ security clearance to Commander, U.S. Second Fleet, Norfolk, VA (attn: Security Manager) no less than 3 working days prior to the beginning of the performance period.  Upon check-in to C2F, the contractor must present a copy of his contract and a copy of his company's visit request. All Contractors must check in with the Contracting Officer prior to being issued a badge. The permanent badge will be issued for twelve months of the duration of the contract.

H-XX NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUS

For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, 52.219-3, NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18, NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS, and 52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE, the determination of whether a small business concern is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation, and further, meets the definition of a HUBZone small business concern, a small business concern certified by the SBA for participation in the SBAs 8(a) program, or a service disabled veteran-owned small business concern, as applicable, shall be based on the status of said concern at the time of award of the SeaPort-e MACs and as further determined in accordance with Special Contract Requirement H-19.

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 25 of 28  FINAL

 

Page 26: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

SECTION I CONTRACT CLAUSES

 

Note: All the provisions and clauses of SECTION I of the basic contract apply to this task order (unless otherwise specified in the task order) plus the following:

CLAUSES INCORPORATED BY FULL TEXT

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the ratesspecified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 days prior to expiration of the contract.

(End of clause)

52.217-9 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 Contractor within 7 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 days. The preliminary notice does not commit the Government to an extension.

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

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years and six (6) month extension in accordance with FAR 52.217-8 Option To Extend Services.

(End of clause)

SUP 5252.243-9400 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992)

(a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor’s facilities or in any other manner communicate with Contractor 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 Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract.

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

NAME: Marsha Witcher

ADDRESS: Fleet and Industrial Supply Center, Norfolk Office

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 26 of 28  FINAL

 

Page 27: pmatllc.compmatllc.com/N00178-08-D-5555.pdf · Protocol (VoIP) systems, to include configuration support to comply with DISA STIGs. ... (CCRI) reports in support of the network accreditation

Contracting Department, Code 230c

1968 Gilbert Street, Suite 600

Norfolk, VA 23511

PHONE: 757-443-1409

FAX: 757-443-1336 EMAIL: [email protected]

 CONTRACT NO.

 N00178-08-D-5555  DELIVERY ORDER NO.

 FK01  PAGE

 27 of 28  FINAL