[x] amendment of solicitation/modification of contract - Constant Contact

0 downloads 117 Views 123KB Size Report
Sep 19, 2016 - [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for re
1. CONTRACT ID CODE

2. AMENDMENT/MODIFICATION NO.

3. EFFECTIVE DATE

01 6. ISSUED BY

CODE

13-Sep-2016 N00189

PAGE OF PAGES

U

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

1

4. REQUISITION/PURCHASE REQ. NO.

2

5. PROJECT NO. (If applicable)

N0006016RC041RT

N/A

7. ADMINISTERED BY (If other than Item 6)

CODE

S5111A SCD: B

NAVSUP FLC Norfolk, Code 200

DCMA HAMPTON

1968 Gilbert Street Ste 600

2000 Enterprise Parkway, Suite 200

Norfolk VA 23511-3392

Hampton VA 23666

[email protected] 757-443-1439

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code)

9A. AMENDMENT OF SOLICITATION NO.

Worldwide Counter Threat Solutions, LLC 1235 Central Park Boulevard 9B. DATED (SEE ITEM 11)

Fredericksburg VA 22401

10A. MODIFICATION OF CONTRACT/ORDER NO.

[X] N00178-11-D-6563-FK01 10B. DATED (SEE ITEM 13) CAGE CODE

48ZG3

FACILITY CODE

08-Aug-2016

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[ ]The above numbered solicitation is amended as set forth in Item 14.

[ ]

[ ]

The hour and date specified for receipt of Offers is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) [ ] [ ]

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

[X]

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

[ ]

D. OTHER (Specify type of modification and authority)

FAR 52.243-1 CHANGES – FIXED PRICE ALT. I

E. IMPORTANT: Contractor [

] is not, [ X ] is required to sign this document and return 1 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print)

16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Jeffrey L. Seftor, Vice President

Kate M Petti, Contracting Officer

15B. CONTRACTOR/OFFEROR

15C. DATE SIGNED

16B. UNITED STATES OF AMERICA

16C. DATE SIGNED

/s/Jeffrey L. Seftor

15-Sep-2016

BY

19-Sep-2016

(Signature of person authorized to sign) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

/s/Kate M Petti (Signature of Contracting Officer)

30-105

STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

2 of 2

FINAL

GENERAL INFORMATION The purpose of this modification is to incorporate changes made to Section C - Statement of Work of the Task Order. Specifically, the modification modifies the Security Requirements listed under Paragraph 8.0, Security Requirements, and modifies the language provided within subsections 3.1.1 and 3.2.8 of Paragraph 3.0, Section 3.1, Strategic Planning and Communications Support, of the Statement of Work. Accordingly, said Task Order is modified as follows: A conformed copy of this Task Order is attached to this modification for informational purposes only. Note: The Navy's automated procurement system does not allow for the contractor's signature to appear on the modification; however, a bilaterally-signed copy of the modification is included in the task order file.

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from $125,196.00 by $0.00 to $125,196.00. The total value of the order is hereby increased from $125,196.00 by $0.00 to $125,196.00. The Period of Performance of the following line items is hereby changed as follows: CLIN/SLIN

From

To

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

1 of 23

FINAL

SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For FFP Items: Item PSC

Supplies/Services

Qty

Unit Unit Price Total Price

8001 R408 Strategic Planning and Congressional Analysis Support Services for the United States Fleet Forces Command in accordance with the enclosed Performance Work Statement (PWS). (Base Year) (O&MN,N)

12.0 MO

$10,433.00 $125,196.00

8101 R408 Strategic Planning and Congressional Analysis Support Services for the United States Fleet Forces Command in accordance with the enclosed Performance Work Statement (PWS). (Option Year One) (O&MN,N)

12.0 MO

$10,719.00 $128,628.00

12.0 MO

$11,015.00 $132,180.00

Option 8201 R408 Strategic Planning and Congressional Analysis Support Services for the United States Fleet Forces Command in accordance with the enclosed Performance Work Statement (PWS). (Option Year Two) (O&MN,N) Option

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

2 of 23

FINAL

SECTION C DESCRIPTIONS AND SPECIFICATIONS

Strategic Planning and Congressional Analysis Support Performance Work Statement (PWS) 1.0 BACKGROUND The Fleet Strategy and Analysis Division is primarily responsible for developing, communicating and assessing the implementation of the Commander, U.S. Fleet Forces’ (USFF) vision and guidance. This division also advises the USFF Executive Director and Chief of Staff (ED/CoS) by peering out over the strategic landscape to anticipate issues and identify implications of world events on USFF’s ability to generate readiness. This division differentiates fact from assumptions and pro2016 vides the ED/COS the hard truth to ultimately ensure the correct actionable steps are recommended to the Commander for execution. 2.0 SCOPE The overall objective of this effort is to ensure Fleet leadership receives accurate and timely analysis and support to enable Fleet readiness production in support of operational requirements, including: strategic planning, engagement and communications, risk identification, assessment, analysis, associated mitigation strategy development programs and ultimately the needs of Fleet Operating Forces. This requirement will directly support USFF headquarters. The contractor shall be responsible for providing technical expertise and operational and planning support to the Fleet Strategy and Analysis Division in the specific areas of strategic planning and communications and congressional analysis as they relate to USFF programs. 3.0 TASKS/REQUIREMENT 3.1 Strategic Planning and Communications Support 3.1.1 The contractor shall provide strategic planning support by producing CLASSIFIED and UNCLASSIFIED PowerPoint briefs/templates and Excel graphs/charts for use in communicating the Commander’s vision and guidance. 3.1.2 The contractor shall provide strategic communications planning support, to include execution plans, that enhance USFF’s non-Navy outreach, education, and training activities focused on promoting awareness of USFF and Fleet mission. 3.1.3 The contractor shall provide analytical support and coordinate inputs for USFF staff key issues, and provide technical analysis and constructive/value added recommendations for selected N02 topics. In order to effectively and efficiently fulfill communication requirements, the contractor shall use multiple channels of communication as well as integration with current knowledge management practices. 3.1.4 The contractor shall gather, document, and manage related agendas, action items and reports, briefings and correspondence to ensure tasked requirements are effectively/accurately accomplished and submission deadlines are met.

1. The contractor shall assist with developing metrics to assess effectiveness of USFF strategic planning and communication products.

2. Contractor shall assist in the Co-development of the Commander’s Vision and Guidance statements as well

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

3 of 23

FINAL

as the methodology used to carry out the Commander’ Vision.

3. Contractor shall assist in the development and maintenance of all Strategic Plans in support of new command leadership or as mission evolves. These strategic plans shall be formally reviewed and updated as needed but at a minimum on an annual basis.

4. Contractor shall assist in the development of outreach and awareness documents, executive talking points, newsletters, and fact sheets. These documents shall be produced, reviewed and updated as needed on a quarterly basis.

5. Contractor shall provide technical briefings and external stakeholder briefs, proceeding documents, executive talking points pertaining to ongoing requirements throughout the life of the contract.

6. Contractor shall assist in the development of assessment criteria, execution of an effective data gathering technique, analysis of data and the development of a comprehensive assessment report that provides the commands mission accomplishment.

7. Contractor shall assist in the development of briefs and/or products required in support of flag level synchronization events.These events typically occur bi-annually but may be required more frequently as necessary.

8. The Key Issues Playbook (KIP) shall be developed quarterly or as required to support Flag level events.

9. Technical briefings, decision support documents, conference/meeting reference materials and proceedings documents all are part of daily duties of the contractor.

3.2 Congressional Analysis Support 3.2.1 The contractor shall assist with monitoring, reviewing, coordinating, and developing responses to Congressional Requests for Information (RFIs) that are tasked to USFF to ensure message consistency, accuracy, and understandability. 3.2.2 The contractor shall assist with monitoring, researching, and developing information papers on major legislation of interest to USFF (e.g. National Defense Authorization Act, Appropriations Bill) that will enable senior leadership make better informed decisions. 3.2.3 The contractor shall use data tools to assist with maintaining records of USFF Congressional engagements in order to provide historical context to senior leadership for future engagements. 3.2.4 The contractor shall assist with researching, developing, and maintaining a database of key Congressional staffers to enable identification of individuals for future engagement opportunities.

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

4 of 23

FINAL

3.2.5 The contractor shall assist with researching and developing strategic communications documents for key Fleet initiatives that can be used for different Congressional audiences to ensure message consistency, accuracy, and understandability. 3.2.6 The contractor shall assist with planning logistics for complex Congressional visits that may stretch across multiple echelons and chains of command to allow USFF’s Congressional Matters Office to primarily focus on visit content. 3.2.7 The contractor shall assist with developing metrics to assess effectiveness of USFF Congressional engagements. 2.2.8 CLASSIFIED and UNCLASSIFIED technical briefings, decision support documents, conference/meeting reference materials and proceedings documents all are part of daily duties of the contractor. 4.0 PERSONNEL TECHNICAL QUALIFICATIONS: Program Analyst General Experience Requirements: Contractor personnel supporting this effort shall have a minimum of five (5) years’ of general experience in the following areas as defined in section 3 of the PWS: Strategic Planning and Communications, Course of Action (COA) Analysis, Congressional Analysis, and General Program Support Communicating complex material in various formats to include the use of software programs such as Microsoft PowerPoint, Excel, Word and Publisher. Specific Experience Requirements: In addition to the general experience requirement above, contractor personnel supporting this effort shall also have a minimum of three (3) years of demonstrated specific experience in advanced communication and support with flag level/general officers and senior executives.

Education Requirements:Contractor personnel supporting this effort shall have a Bachelors Degree in Business Administration/Management/Accounting or Economics or Public Administration.

5.0 PLACE OF PERFORMANCE: The work described above shall principally be performed onsite at Commander, U.S. Fleet Forces Command, 1562 Mitscher Avenue, Norfolk, VA 23551-2487. 6.0 PERIOD OF PERFORMANCE: Period of performance includes a 12 month base period with two (2) 12 month option periods. 7.0 Common Access Card (CAC): The Contractor employee(s), fulfilling this contract must obtain a DoD CAC. The CAC is a multi-functional “smart” card. It is the official DoD identification card for military, civil service and Contractor personnel. It is also the DoD Geneva Convention for all military, civil service and Contractors accompanying military personnel in hostile areas. It is used to grant access to DoD installations and some buildings. It is also used to access DoD networks and secure websites. The COR will connect the contractor personnel with the Trusted Agent (TA). The employee will submit an application to the TA, who will review the application, verify, reject and/or approve. If rejected, the system notifies the Contractor and records the rejection. If approved, the system will update Defense Enrollment Eligibility Reporting System (DEERS) with the Contractor information and direct the Contractor, by e-mail to proceed to a military facility/installation that has a Real-time Automated Personnel Identification System (RAPIDS) workstation for CAC issuance. Contractor personnel shall be required to wear a Contractor identification badge and government supplied badge and/or CAC at all times while on Government property. The Contractor shall take appropriate precautions to prevent security violations, ensure possible compromises are reported in a timely manner, and promote a high level

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

5 of 23

FINAL

of security awareness among personnel assigned to the contract. The primary place of performance shall be on-site/off-site at the locations listed, which dictates that all personnel performing on-site must possess U.S. Citizenship and an active DoD clearance at the Secret Level and may be subject to a Government Security Investigations and must meet eligibility for access to classified information. The positions require the proposed personnel to be trained and certified to DoD requirements in order to perform the duties. The contractor shall abide by established processes and procedures for the issuance and collection of government furnished Common Access Cards (CACs) for all contractor personnel when there is a hire, resignation or termination. All CACs contain personal identifiable information (PII) that shall be controlled in accordance with government directives. Upon termination or resignation all CACs are to be turned in immediately to the contractor's respective government appointed Technical Assistant reporting to the COR. The cards shall then be returned to any RAPIDS issuance location for proper disposal. Any unauthorized possession of an official identification card, (i.e. CAC) can be prosecuted criminally under section 701 of title 18, United States Code (U.S.C) which prohibits photographing or otherwise reproducing or possessing DoD identification cards in an unauthorized manner, under penalty of fine, imprisonment or both. The Contractor shall have procedures in place to ensure the retrieval and return of the government furnished equipment (CACs) from contractor personnel who are no longer supporting the contract. The CAC is the property of the U.S. Government and shall not be retained by the cardholder upon expiration, replacement or when the DoD affiliation of the contracted personnel has been terminated. 8.0 SECURITY REQUIREMENTS: Personnel supporting this effort should be eligible for a Secret clearance. Contractor personnel will be required to access NIPRNET and SIPRNET to communicate Classified and Unclassified information to accomplish USFF N02 tasks included in this PWS. Any personnel proposed to work on this effort shall be eligible for necessary clearances to immediately begin performance at the time of order award, obtain and maintain these clearances throughout the life of the contract. The contractor shall comply with applicable security classification guidance contained in the DD Form 254 along with the National Industrial Security Program Operating Manual (DOD 5220.22-M), DOD Information Security Program: Protection of classified information (DODM 5200.01 V1-V4), DON Information Security Program (SECNAV M-5510.36), COMUSFLTFORCOMSTAFFINST 5531.1A and local USFF security policies. The contractor shall not release any Government information e.g. classified, controlled unclassified/For Official Use Only (FOUO) information without the express permission of the COR. IAW DODM 5205.02M, contractor shall protect information listed in the Critical Information List (CIL) and any other sensitive, but unclassified information that may be useful to our adversaries. Contractor shall abide by OPSEC policies and procedures, as detailed in DODM 5205.02M, SECNAVINST 3070.2, OPNAVINST 3431.1A, and COMUSFLTFORCOMINST 3432.1A, and/or as directed by the OPSEC Manager or an OPSEC Coordinator. Contractor shall accomplish USFF initial OPSEC training within 90 days of in-processing and complete refresher OPSEC training annually. Contractor shall notify their OPSEC Coordinator or the OPSEC Manager of recommendations for the OPSEC Program or potential OPSEC concerns. POC: USFF OPSEC Program Manager, phone 757-836-3935. See Department of Defense (DOD) Contract Security Classification Specification - DD Form 254 provided with individual task order for more information. 9.0 DELIVERABLES: Deliverables shall be submitted in hard copy and fully editable soft copy (in the applicable Microsoft Word/Excel/PowerPoint/Publisher format). Deliverables are subject to review and, if warranted, may be returned to the contractor for revision due to content inaccuracies and/or clerical errors. Specific deliverables include: 9.1 Monthly Progress and Status Report (MPSR) 9.1.1 The Contractor will provide a monthly progress, status and management report consistent with the invoice period by the 5th business day of each month to the COR. At a minimum the reports shall include the following information: 9.1.2 Activities of the past month. A summary of the action taken and progress made on outstanding tasks for the

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

6 of 23

FINAL

past month, including travel, problems, issues and technical assistance log (as applicable) etc. 9.1.3 Routine teleconference/meeting/ conference attendance. 9.1.3.1 Do not report on routine teleconferences, meetings and conferences in support of daily requirements/tasks. 9.1.3.2 Provide report in conjunction with roadmap/way ahead to address specific problem/issues. 9.1.4 Activities of the next month. A review of the work planned for the next month to meet task requirements, including projected travel, anticipated risk and/or issues. 10. Enterprise-wide Contractor Manpower Reporting Application (ECMRA): 10.1The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) D, Automatic Data Processing and Telecommunications, IT and Telecom-Telecommunications Transmission (D304) and Internet (D322) ONLY; (5) S, Utilities ONLY; (6) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. 11.0 MANDATORY CONTRACTOR TRAINING The Contractor is responsible for its employees (and subcontractors) supporting this contract completing and staying up to date on all training required by USFF and supported activities for individuals working on Government installations. Some examples of required training and their requisite course numbers/references are listed below. The required training is subject to change throughout the life of this contract; however, the Contractor should assume at least a total of eight (8) hours for all required training courses annually per Contractor/Subcontract employee. The Contractor shall provide documentation (copies of training certificates) to the COR confirming that Contractor employees have completed the required training within five (5) days of the specific training due date.

Program ----------

Course

Reference(s) ---------

Cyber Awareness DOD-IAA-V12.0 Or DOD-IC-IAA-V12.0

---------------SECNAVINST 5239.3B, para. 7(a)(4)

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

7 of 23

Privacy Act & PII

Antiterrorism Level I

DOD-PII-V2.0

CENSECFOR-AT-010.1.0

SECNAVINST 5211.5E, para. 18(d)(2)

DoDI 2000.16, para. E3.25.1.5 supported by

Awareness

OPSEC 4c(3)

FINAL

E2.11; E3.18.6

NIOC-USOPSEC-2.0

OPNAVINST 3432.1A, para. 3 & para. COMUSFLTFORCOMINST

3432.1, para. 8a(7)

Suicide Prevention

Records Management

CPPD-GMT-SAP-1.0

DOR-RM-010

OPNAVINST 1720.4A, para. 5a(1)

OPNAVINST 5210.20, para. 25c

Counterintelligence employee Awareness in Appendix A.

NCIS Face-to-Face

SECNAVINST M-5510.30, chapter 4; (to include contractor) is defined

Security Awareness para.

Local Brief/Seminar

SECNAVINST M-5510.30, chapter 4 & 102; employee (to include

contractor) is defined in Appendix A.

12.0 RECOGNIZED FEDERAL HOLIDAYS Below are the traditional Federal holidays in which Government facilities will be closed. With the exception of responsibilities, such as 24-hour operations to support training events/exercises and real world events, where prior approval has been granted by the COR to perform on-site at the Government installation, Contractor shall follow their corporate policy for work on recognized Federal holidays where on-site performance cannot be conducted:

New Year’s Day Martin Luther King Jr.’s Birthday President’s Day Memorial Day Independence Day

Labor Day Columbus Day Veteran’s Day Thanksgiving Day Christmas Day

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

8 of 23

FINAL

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

9 of 23

SECTION D PACKAGING AND MARKING All Deliverables shall be packaged and marked IAW Best Commercial Practice.

FINAL

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

10 of 23

FINAL

SECTION E INSPECTION AND ACCEPTANCE *Supplies/services will be inspected/accepted at the Government sites by the designated Government official(s). Please see attachment J-1, Quality Assurance Surveillance Plan.

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

11 of 23

FINAL

SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows:

8001

8/15/2016 - 8/14/2017

CLIN - DELIVERIES OR PERFORMANCE The periods of performance for the following Items are as follows:

8001

8/15/2016 - 8/14/2017

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

8101 8201

8/15/2017 - 8/14/2018 8/15/2018 - 8/14/2019

Services to be performed hereunder will be provided onsite at Commander, U.S. Fleet Forces Command, 1562 Mitscher Avenue, Norfolk, VA 23551-2487.

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

12 of 23

FINAL

SECTION G CONTRACT ADMINISTRATION DATA CONTRACT ADMINISTRATION APPOINTMENTS AND DUTIES 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:

Ms. Kate Petti

Phone:

757-443-1618

Email:

[email protected]

Address:

NAVSUP Fleet Logistics Center (FLC) Norfolk Contracting Department 1968 Gilbert Street, Suite 600 Norfolk, VA 23511

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:

Ms. Jill Joscelyn

Phone:

757-443-1219

Email:

[email protected]

Address:

NAVSUP Fleet Logistics Center (FLC) Norfolk Contracting Department 1968 Gilbert Street, Suite 600 Norfolk, VA 23511

3. PAYING OFFICE is responsible for payment of proper invoices after acceptance is documented. 4. CONTRACTING OFFICERS REPRESENTATIVE (COR) is responsible for:

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

13 of 23

FINAL

a. b. c. d. e. f. g. h.

Liaison with personnel at the Government installation and the contractor personnel on site; Technical advice/recommendations/clarification on the statement of work; The statement of work for delivery/task orders placed under this contract. An independent government estimate of the effort described in the definitized statement of work; Quality assurance of services performed and acceptance of the services or deliverables; Government furnished property; Security requirements on Government installation; 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 COR 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 COR 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 OR DELIVERY/TASK ORDER. Name:

Mr. David Crowder

Phone:

757-836-6244

Email:

[email protected]

Address:

1562 MITSCHER AVE BUILDING NH-46 NORFOLK, VA 23551-0001

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:

Ms. Kate Petti

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

14 of 23

Phone: Email: Address:

757-443-1618 [email protected] NAVSUP Fleet Logistics Center (FLC) Norfolk Contracting Department 1968 Gilbert Street, Suite 600 Norfolk, VA 23511

Accounting Data SLINID PR Number Amount -------- -------------------------------------------------- --------------------8001 N0006016RC041RT 125196.00 LLA : AA 1761804 60CA 251 00060 W 068732 2D C041RT Standard Number: N0006016RC041RT COST CODE: 000606020CTQ

BASE Funding 125196.00 Cumulative Funding 125196.00 MOD 01 Funding 0.00 Cumulative Funding 125196.00

FINAL

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

15 of 23

SECTION H SPECIAL CONTRACT REQUIREMENTS Not applicable.

FINAL

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

16 of 23

FINAL

SECTION I CONTRACT CLAUSES WAGE DETERMINATION DEPARTMENT OF LABOR (DOL) DETERMINATION OF MINIMUM WAGE AND FRINGE BENEFITS The following U.S. Department of Labor Wage Determinations are hereby incorporated in this solicitation and the resultant contract. Compliance is mandatory. To ensure uniformity of wage determination rates for each location and labor category, Offerors shall use DOL's determination rates current revisions. The following are Wage Determinations are the most current to this date. It is the contractor’s responsibility to make sure they use the most recent revision listed at the DOL site listed below. Wage Determination No.: 2015-4341 Revision No.: 2 Date of Revision: 12/29/2015 States: North Carolina, Virginia Area: North Carolina County of Currituck Virginia Counties of Chesapeake, Gloucester, Hampton, Isle of Wight, James City, Mathews, Newport News, Norfolk, Poquoson, Portsmouth, Suffolk, Surry, Virginia Beach, Williamsburg, York

CLAUSES INCORPORATED BY REFERENCE 52.204-2

Security Requirements

AUG 1996

52.204-9

Personal Identity Verification of Contractor Personnel

JAN 2011

52.217-5

Evaluation Of Options

JUL 1990

52.222-17

Non displacement of Qualified Workers

MAY 2014

52.222-41 52.222-43

Service Contract Labor Standards MAY 2014 Fair Labor and Standards Act and Service Labor MAY 2014 Standrds-Price Adjustment (Multi Year and Option Contracts

52.222-55

Minimum Wages Under Executive Order 13658

DEC 2015

252.201-7000

Contracting Officer's Representative

DEC 1991

252.203-7000

Requirements Relating to Compensation of Former DoD SEP 2011 Officials Requirement to Inform Employees of Whistleblower Rights SEP 2013

252.203-7002 252.203-7005

NOV 2011

252.204-7003

Representation Relating to Compensation of Former DoD Officials Control Of Government Personnel Work Product

252.204-7005

Oral Attestation of Security Responsibilities

NOV 2001

252.204-7009

Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information Safeguarding Covered Defense Information and Cyber Incident Reporting.

DEC 2015

252.204-7012

APR 1992

DEC 2015

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

17 of 23

252.209-7004

252.222-7007 252.223-7006 252.225-7048 252.232-7003

FINAL

Subcontracting With Firms That Are Owned or Controlled OCT 2015 By The Government of a Country that is a State Sponsor of Terrorism Representation Regarding Combating Trafficking in Persons JAN 2015 Prohibition On Storage, Treatment, and Disposal of Toxic orSEP 2014 Hazardous Materials Export-Controlled Items JUN 2013

252.239-7001

Electronic Submission of Payment Requests and Receiving JUN 2012 Reports Information Assurance Contractor Training and Certification JAN 2008

252.244-7000

Subcontracts for Commercial Items

JUN 2013

CLAUSES INCORPORATED BY FULL TEXT

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 seven (7) days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least fourteen (14) days before the contract expires. 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 thirty-six (36) months.

(End of clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Program Analyst - GS-13 (End of clause) 252.203-7996 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION 2016-O0003)(OCT 2015)

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

18 of 23

FINAL

(a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7997 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2016-O0003)(OCT 2015)

(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause)

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (DEC 2015)

(a) Definitions. As used in this provision--

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

19 of 23

FINAL

Controlled technical information, covered contractor information system, and covered defense information defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.

(b) The security requirements required by contract clause 252.204-7012, Covered Defense Information and Cyber Incident Reporting, shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract.

(c) For covered contractor information systems that are not part of an information technology (IT) service or system operated on behalf of the Government (see 252.204-7012(b)(1)(ii))--

(1) By submission of this offer, the Offeror represents that it will implement the security requirements specified by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, ``Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations'' (see http://dx.doi.org/10.6028 /NIST.SP.800-171), not later than December 31, 2017.

(2)(i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of—

(A) Why a particular security requirement is not applicable; or

(B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection.

(ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800-171 requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated into the resulting contract.

(End of provision)

252.209-7991 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW—FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-O0002) (OCT 2015)

(a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that—

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

20 of 23

FINAL

(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or

(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(b) The Offeror represents that—

(1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,

(2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of provision)

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

(a) Definitions. As used in this clause—

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

Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

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

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

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

21 of 23

FINAL

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

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and

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

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

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

(f) WAWF payment instructions. The Contractor must use the following information when submitting 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

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

N00060 / US FLEET FORCES COMMAND

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

Routing Data Table*

Field Name in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC

Data to be entered in WAWF

HQ0338 N00189 S5111A

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

22 of 23

Inspect By DoDAAC

FINAL

N00060 N/A N/A N/A N00060 N00060 N/A N00060 N/A N/A

Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s)

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

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

NAME

EMAIL

PHONE NUMBER

Acceptor: Gary Thompson

[email protected]

757-836-4825

Certifier: Edward Shine

[email protected]

757-836-6952

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact. Mr. Gary Thompson; Phone: 757-836-4825; Email: [email protected]

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

(End of clause)

CONTRACT NO.

DELIVERY ORDER NO.

AMENDMENT/MODIFICATION NO.

PAGE

N00178-11-D-6563

FK01

01

23 of 23

SECTION J LIST OF ATTACHMENTS Attachment 1 - Quality Assurance Surveillance Plan Attachment 2 - DD Form 254 Attachment 3 - Contract Administration Plan Attachment 4 - Wage Determination

FINAL