[x] amendment of solicitation/modification of contract

1. CONTRACT ID CODE
2. AMENDMENT/MODIFICATION NO.
3. EFFECTIVE DATE
04
6. ISSUED BY
CODE
PAGE OF PAGES
U
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1
4. REQUISITION/PURCHASE REQ. NO.
22-May-2009
N65236
2
5. PROJECT NO. (If applicable)
N65236-09-MR-60061
N/A
7. ADMINISTERED BY (If other than Item 6)
S2404A
CODE
SPAWAR SSC ATLANTIC (Charleston)
DCMA VIRGINIA
P.O. BOX 190022
10500 BATTLEVIEW PARKWAY, SUITE 200
North Charleston SC 29419-9022
MANASSAS VA 20109-2342
[email protected] 843-218-5950
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code)
9A. AMENDMENT OF SOLICITATION NO.
Mandex
12500 Fair Lakes Circle, Suite #125
Fairfax VA 22033-3863
9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X]
N00178-05-D-4443-V703
10B. DATED (SEE ITEM 13)
CAGE CODE
3Z682
FACILITY CODE
04-Sep-2008
040535338
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.
(*)
[ ]
[X]
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).
[ ]
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
[ ]
D. OTHER (Specify type of modification and authority)
E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return
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)
William F Tobin, Contracting Officer
15B. CONTRACTOR/OFFEROR
15C. DATE SIGNED
16B. UNITED STATES OF AMERICA
BY
/s/William F Tobin
22-May-2009
(Signature of Contracting Officer)
(Signature of person authorized to sign)
NSN 7540-01-152-8070
PREVIOUS EDITION UNUSABLE
16C. DATE SIGNED
30-105
STANDARD FORM 30 (Rev. 10-83)
Prescribed by GSA
FAR (48 CFR) 53.243
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
2 of 2
FINAL
GENERAL INFORMATION
The purpose of this modification is to add funding and correct the TOM ... Accordingly, said Task Order is modified
as follows: A conformed copy of this Task Order is attached to this modification for information purposes only.
The total amount of funds obligated to the task is hereby increased by $100,000.00 from $175,000.00
to $275,000.00.
CLIN/SLIN
100306
Type Of Fund
RDT&E
From ($)
0.00
By ($)
100,000.00
To ($)
100,000.00
The total value of the order is hereby increased by $0.00 from $565,000.00 to $565,000.00.
CLIN 1003 SLIN 100306
ACRN AF IS ESTABLISHED FOR
$100,000.00
TASK 8.5.9
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
1 of 36
FINAL
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES
For Cost Type Items:
Item
Supplies/Services Qty
Unit Est. Cost
------ ----------------- ---------- --- --------------1003
Imagery and Video
Processing
Capabilities
Support IAW the
PWS (TBD)
Fixed Fee
CPFF
--------------- --------------
1.0 Lot
$444,000.00
$36,000.00
$480,000.00
100301 ACRN AA
TASK 8.5.9 (TBD)
100302 ACRN AB
TASK 8.3.9 (TBD)
100303 ACRN AC
TASK 8.5.9 (TBD)
100304 ACRN AD
TASK8.3.10
(RDT&E)
100305 ACRN AE
TASK 8.5.9
(RDT&E)
100306 ACRN AF
TASK 8.5.9
(RDT&E)
1004
Imagery and Video
Processing
Capabilities
Support IAW the
PWS (TBD)
Option
1.0 Lot
$481,000.00
$39,000.00
$520,000.00
1005
Imagery and Video
Processing
Capabilities
Support IAW the
PWS (TBD)
Option
1.0 LH
$518,000.00
$42,000.00
$560,000.00
For ODC Items:
Item
Supplies/Services Qty
Unit Est. Cost
------ ----------------- ---------- --- --------------3003
Imagery and Video
Processing
Capabilities
Support IAW the
PWS (TBD)
300301 ACRN AA
ODCs TASK 8.5.9
(TBD)
300302 ACRN AB
ODCs TASK 8.3.9
(TBD)
300303 ACRN AC
ODCs TASK 8.5.9
(TBD)
1.0 Lot
$85,000.00
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
2 of 36
FINAL
300304 ACRN AD
ODCs TASK 8.3.10
(RDT&E)
300305 ACRN AE
ODCs TASK 8.5.9
(RDT&E)
6004
Imagery and Video
Processing
Capabilities
Support IAW the
PWS (TBD)
Option
1.0 Lot
$110,000.00
6005
Imagery and Video
Processing
Capabilities
Support IAW the
PWS (TBD)
Option
1.0 Lot
$130,000.00
5252.216-9204 LEVEL OF EFFORT--FEE ADJUSTMENT FORMULA (MAR 1994)
(a) Subject to the provisions of the “Limitation of Cost” or “Limitation of Funds” clause (whichever is applicable to this contract), it is hereby understood and
agreed that the fixed fee is based upon the Contractor providing the following number of staff-hours of direct labor, hereinafter referred to as X, at the estimated
cost and during the term of this contract specified elsewhere herein:
[Contractor shall insert number of estimated direct labor staff hours]
Total Staff-Hours (X)* Total Prime Staff-Hours Fixed Fee**
*(inclusive of Prime and any proposed Subcontractor(s))
Base Period
_________
_________
_________
Option 1
_________
_________
_________
Option 2
_________
_________
_________
Option 3
_________
_________
_________
Option 4
_________
_________
_________
**Contractor is to identify basis for fixed fee amount: ___ Prime Hours Only
___ Total Staff-Hours
The Contractor agrees to provide the total level of effort specified above in performance of work described in Sections “B” and “C” of this contract.
(b) Of the total staff-hours of direct labor set forth above, it is estimated that __ staff-hours are competitive time (uncompensated overtime). Competitive time
(uncompensated overtime) is defined as hours provided by personnel in excess of 40 hours per week without additional compensation for such excess work. All
other effort is defined as compensated effort. If no amount is indicated in the first sentence of this paragraph, competitive time (uncompensated overtime) effort
performed by the contractor shall not be counted in fulfillment of the level of effort obligations under this contract.
(c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performed in direct support of this contract and shall
not include time and effort expended on such things as local travel from an employee’s residence to their usual work location, uncompensated effort while on
travel status, truncated lunch periods, or other time and effort which does not have a specific and direct contribution to the tasks described in Section B.
(d) It is understood and agreed that various conditions may exist prior to or upon expiration of the term of the contract, with regard to the expenditure of labor
staff-hours and/or costs thereunder which may require adjustment to the aggregate fixed fee. The following actions shall be dictated by the existence of said
conditions:
(1) If the Contractor has provided not more than 105% of X or not less than 95% of X, within the estimated cost, and at the term of the contract, then the fee shall
remain as set forth in Section B.
(2) If the Contractor has provided X-staff-hours, within the term, and has not exceeded the estimated cost then the Contracting Officer may require the Contractor
to continue performance until the expiration of the term, or until the expenditure of the estimated cost of the contract except that, in the case of any items or tasks
funded with O&MN funds, performance shall not extend beyond 30 September. In no event shall the Contractor be required to provide more than 105% of X
within the term and estimated cost of this contract. The fee shall remain as set forth in Section B.
(3) If the Contractor expends the estimated cost of the contract, during the term of the contract and has provided less than X staff-hours, the Government may
require the Contractor to continue performance, by providing cost growth funding, without adjusting the fixed fee, until such time as the Contractor has provided
X staff-hours.
(4) If the Contracting Officer does not elect to exercise the Government’s rights as set forth in paragraph (d)(2) and (d)(3) above, and the Contractor has not
expended more than 95% of X staff-hours, the fixed fee shall be equitably adjusted downward to reflect the diminution of work. The total fee due the contractor
shall be adjusted so as to be in direct proportion to the number of direct hours utilized in the same ration of fee to the estimated total hours then set forth in the
contract.
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
3 of 36
FINAL
(5) Nothing herein contained shall, in any way, abrogate the Contractor’s responsibilities, and/or the Government’s rights within the terms of the contract
provision entitled “Limitation of Cost” or “Limitation of Funds” as they shall apply throughout the term of the contract, based upon the total amount of funding
allotted to the contract during its specified term.
(e) Within 45 days after completion of the work under each separately identified period of performance hereunder, the Contractor shall submit the following
information in writing to the Contracting Officer with copies to the cognizant Contract Administration Office and DCAA office to which vouchers are submitted:
(1) The total number of staff-hours of direct labor expended during the applicable period.
(2) A breakdown of this total showing the number of staff-hours expended in each direct labor classification and associated direct and indirect costs.
(3) A breakdown of other costs incurred.
(4) The Contractor’s estimate of the total allowable cost incurred under the contract for the period.
In the case of a cost under-run, the Contractor shall submit the following information in addition to that required above:
(5) The amount by which the estimated cost of this contract may be reduced to recover excess funds and the total amount of staff-hours not expended, if any.
(6) A calculation of the appropriate fee reduction in accordance with this clause.
All submissions required by this paragraph shall separately identify subcontractor information, if any.
ADDITIONAL SLINS
Additional SLINs will be unilaterally created by the Contracting Officer during performance of this Task Order to accommodate the multiple types of funds that
will be used under this order.
LIMITATION OF LIABILITY – INCREMENTAL FUNDING
This delivery order is incrementally funded and the amount currently available for payment hereunder is limited to $275,000.00. It is estimated that these funds will
cover the cost of performance through 02 September 2009. Subject to the provisions of the clause entitled "Limitation of Funds" (APR 94) (FAR 52.232-22) of the
general provisions of this contract, no legal liability on the part of the Government for payment in excess of $275,000.00 shall arise unless additional funds are
made available and are incorporated as a modification to the delivery order.
CLIN
1003
3003
TOTAL
CPFF
$ 480,000.00
$
85,000.00
$ 565,000.00
THIS ACTION
$ 100,000.00
$ 100,000.00
CUMULATIVE
$ 243,200.00
$ 31,800.00
$ 275,000.00
BALANCE
$ 236,800.00
$
53,200.00
$ 290,000.00
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
4 of 36
FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
SPAWARSYSCEN-CHARLESTON, Code 772 Imagery Technical and Systems Engineering Services
1.0 INTRODUCTION
This Performance Work Statement (PWS) defines requirements for Engineering and Technical Support Services for
the Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston, SC projects supporting command,
control, communications, computers, intelligence, surveillance, and reconnaissance (C4ISR) systems in use today, or
planned for the future. These programs include Global Command and Control System (GCCS) Joint (GCCS-J) and
Maritime (GCCS-M), Integrated Imagery and Intelligence (I3), Joint Deployable Intelligence Support System (JDISS),
Network Centric Enterprise Services (NCES), Net-Enabled Command Capability (NECC), Distributed Common Ground
System (DCGS), and DCGS Integrated Backbone (DIB).
The primary focus of this effort will be support for the imagery and video processing capabilities developed by
SPAWARSYSCEN, Charleston, SC for these programs, and may also include more general support for these
programs and other related projects, such as GRIDLOCK, Homeland Defense Common Operational Picture (HLD
COP), Joint Blue Force Situational Awareness (JBFSA), Community Motion Imagery Library (CMIL) and other DoD
and Non-DoD shore based and mobile tactical systems. This contract requires the staff and direct workforce to have
minimum security clearances at the SECRET level and some to have a Sensitive Compartmented Information (SCI)
level.
2.0 BACKGROUND
2.1 SPAWARSYSCEN Charleston provides support to the following commands, agencies and organizations:
• PEO C4I & Space/SPAWAR SYS COM
• Defense Information Systems Agency (DISA)
• Office of Naval Intelligence (ONI)
• US COCOMS and Component Commands
• Joint Warfare Analysis Center (JWAC)
• National Geospatial-Intelligence Agency (NGA)
• Department of Homeland Security (HLS)
• Defense Intelligence Agency (DIA)
• National Security Agency (NSA)
• Other DoD and Non-DoD agencies
2.2 SPAWARSYSCEN Chas, Code 772, works with the above commands, agencies and organizations to develop and
document requirements and budgets. Once funding is received and accepted, SPAWARSYSCEN defends, manages,
and executes funding; allocates Government personnel resources to accomplish requirements; executes contract
actions to obtain supplies and contractor support services, as necessary, to accomplish requirements; exercises
discretionary judgment and decision making on behalf of the Government; provides program management of the
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
5 of 36
FINAL
overall tasking; and is the primary interface for status reporting back to any of the Government stakeholders.
2.3 SPAWARSYSCEN Chas is a leading edge, network-centric Navy laboratory that designs, builds, tests, fields, and
supports many frontline C4ISR systems. The Chief of Naval Operations (CNO) promulgated Seapower 21 which is a
program that provides the framework to align, organize, and integrate the Navy to meet the wide array of challenges
that lie ahead. Implementing Seapower 21 requires SPAWARSYSCEN to accelerate operational concepts and
technologies to improve warfighting effectiveness and enhance homeland security. It is dedicated to a process of
continual innovation and committed to total jointness. Its focus is winning the global war on terrorism; protecting our
nation, forces, and people; and shaping the force of the future.
3.0 SCOPE
3.1 This PWS defines the overarching requirements for providing management support, technical assistance and
systems engineering services to SPAWARSYSCEN. The Contractor shall provide services that potentially span the
entire spectrum of requirements generated by the activities and organizations listed in paragraph 2.1 above. The
majority of the work required under this task order is envisioned to fall within the following areas:
• Systems Engineering Support
• Software Development/Maintenance Support
• Technical Assistance (Local/On-Site)
• Demonstration Support
• Configuration Management
• Training
• Documentation Support
• Financial/Activity Reporting
• Life Cycle Support Services
• Program Management and Administrative Support
3.2 Additionally, the span of requirements, associated with still and motion imagery intelligence and the Global War
on Terrorism (GWOT), will require that the contractor be highly proficient at applying the above disciplines to the
following C4ISR technologies and activities:
• Global Command and Control System Joint and Maritime (GCCS-J, GCCS-M)
• Integrated Imagery and Intelligence (I3)
• Joint Deployable Intelligence Support System (JDISS)
• Network Centric Enterprise Services (NCES)
• Net-Enabled Command Capability (NECC)
• Distributed Common Ground System (DCGS)
• DCGS Integrated Backbone (DIB)
• Joint Web COP (JWC)
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
6 of 36
FINAL
• Command and Control for the PC (C2PC)
• Geospatial Mapping Products
• Unmanned Aerial Vehicles (UAV) Technologies
• Still/Motion Imagery Distribution Systems and Technologies
• Service Oriented Architectures
• Network Centric Enterprise Technologies
3.3 The contractor may be required to provide support worldwide, including hostile regions. The contractor will
provide support to all levels of Government: International, Federal, State, and Local.
3.4 The scope of this task order will generally be limited to General Service (GENSER) SECRET. However, part of this
support will include on site technical support and training at operational sites, some of which will be accredited to
and processing information at the Sensitive Compartmented Information (SCI) level. The contractor will need
personnel cleared to access the spaces and information systems at these sites in order to accomplish the tasking.
4.0 PLACE OF PERFORMANCE
Work shall be routinely performed at:
a. Contractor’s Facilities
b. PEO C4I & Space/SPAWAR SYSCOM
c. Defense Information Systems Agency (DISA)
d. US COCOMS and Subordinate Commands
e. Joint Warfare Analysis Center (JWAC)
f. Various Service/Agency units, sites worldwide
g. War zones
5.0 APPLICABLE DIRECTIVES / REFERENCES
All work shall be accomplished using the best commercial practices and current acceptable industry standards. The
applicable references and standards invoked will vary with individual tasks. In accordance with Defense Acquisition
Policy changes, maximum utilization of non-Governmental standards will be made wherever practical. Unless
otherwise specified, the document’s effective date of issue is the date of each task. Where backward compatibility
with existing systems is required, selected interoperability standards will be invoked. The contractor shall establish a
practical and cost-effective system for producing and controlling the required data generated under each task.
5.1 Guidance Documents
The following documents are part of this PWS and are to be used as guidance. Unless otherwise specified, the
document’s effective date of issue is the date on the request for proposal. Additional applicable documents may be
included.
Document Number Title
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
7 of 36
FINAL
MIL-P-24534 Planned Maintenance System; Development of Maintenance Requirement Cards, Maintenance Index
Pages, and Associated Documentation
MIL-M-85337A Manuals, Technical; Quality Assurance Program: Requirements for
MIL-DTL-24784 Manuals, Technical: General Acquisition And Development Requirements
MIL-PRF-49506 Logistics Management Information
MIL-STD-961 Defense And Program-Unique Specifications Format And Content
MIL-STD-1472 Human Engineering Design Criteria for Military Systems, Equipment and Failures
MIL-HDBK-217 Reliability Prediction of Electronics Equipment
MIL-HDBK-454 General Guidelines For Electronic Equipment
MIL-HDBK-470 Designing And Developing Maintainable Products And Systems, Volume I And Volume II
MIL-HDBK-472 Maintainability Prediction
MIL-HDBK-502 Acquisition Logistics
MIL-HDBK-881 Work Breakdown Structure
MIL-HDBK-2036 Electronic Equipment Specifications, Preparation Of
MIL-HDBK-29612 Guidance For Acquisition Of Training Data Products And Services
ISO-9000 International Organization for Standardization, Quality Management Principles
ANSI Z39.18 American National Standards Institute, Scientific and Technical Reports – Elements, Organization and
Design
EIA-649-A Electronic Industries Association, National (US) Consensus Standard on Configuration Management
EIA-632 Electronic Industries Association, Processes for Engineering a System
TIA/EIA-TSB-31-B Telecommunications Industry Association/Electronic Industries Association, Part 68 Rationale
and Measurement Guidelines
IEEE 1219 Institute of Electrical and Electronics Engineers, Standard for Software Maintenance
IEEE 1220 Institute of Electrical and Electronics Engineers, Standard for Application and Management of the Systems
Engineering Process
IEEE/EIA 12207 Institute of Electrical and Electronics Engineers, U.S. Standard for Industry Implementation of
International Standard ISO/IEC 12207: 1995 (ISO/IEC 12207) Standard for Information Technology – Software Life
Cycle Processes
IEEE/EIA J-STD-16-1995 Standard for Information Technology Software Life Cycle Processes Software Development
Acquirer-Supplier Agreement
ASTM-D3951 American Society for Testing and Materials, Standard Practice for Commercial Packaging
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
8 of 36
FINAL
NFPA 70 National Fire Protection Association, National Electrical Code latest edition
NFPA 75 National Fire Protection Association, Standard for the Protection of Electronic Computer/Data Processing
Equipment
NFPA 78 National Fire Protection Association, Lightning Protection Code
NPFA 101 National Fire Protection Association, National Electrical Safety Code latest edition
NPFA 780 National Fire Protection Association, Standard for the Installation of Lightning Protection Systems
5.2 Source of Documents
Information on obtaining copies of Federal Specifications may be obtained from General Services Administration
Offices in Washington, DC, Seattle, San Francisco, Denver, Kansas City, MO., Chicago, Atlanta, New York, Boston,
Dallas and Los Angeles.
Copies of military specifications may be obtained from the Commanding Officer, Naval Supply Depot, 3801 Tabor
Avenue, Philadelphia, PA 19120-5099. Application for copies of other Military Documents should be addressed to
Commanding Officer, Naval Publications and Forms Center, 5801 Tabor Ave., Philadelphia, VA 19120-5099.
All other commercial and industrial documents, can be obtained through the cognizant organization’s website.
6.0 SECURITY
The scope of this task order will generally be limited to General Service (GENSER) SECRET. However, part of this
support will include on site technical support and training at operational sites, some of which will be accredited to
and processing information at the Sensitive Compartmented Information (SCI) level. The contractor will need
personnel cleared to access the spaces and information systems at these sites in order to accomplish the tasking.
Access authorization to TOP SECRET (TS) shall be required. All personnel who will work at a SCI secured
Government facility must have a valid TOP SECRET with SCI clearance. Other contractor personnel must currently
possess SECRET clearances based on current Single Scope Background Investigations (SSBI). The contractor must
possess facilities cleared to the SECRET level with approximately 400 ft2 storage at the SECRET level as a minimum.
Cost to meet these security requirements are not directly chargeable to the task order. The contractor is not required
to possess SCI facilities.
Contractor’s request for visit authorization shall be submitted in accordance with DOD 5220.22M (Industrial Security
Manual for Safeguarding classified Information) not later than one week prior to visit. Request shall be forwarded via
Space and Naval Warfare Systems Center (PO Box 190022, North Charleston, SC 29419-9022) Attn: Security Office, for
certification of need to know by the specified COR/Task Order Manager (TOM). DD form 254 (Attachment 5)applies.
All personnel performing classified tasks under this project shall be cleared to a minimum of SECRET.
7.0 TASK ORDER MANAGER/COR DESIGNATION
The Task Order Manager (TOM) for this Task Order is: Ellen Jablon, Code 772EJ, [email protected], 301-6695248.
8.0 PERFORMANCE REQUIREMENTS
The following performance requirements for the systems, technologies, and activities
listed in 3.2 above shall be performed at the locations listed in 4.0 above.
8.1 GCCS-J I3 Engineering and Technical Support
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
9 of 36
FINAL
8.1.1 Overview. The contractor will provide installation, demonstration, training, and technical support as it relates to
the GCCS-I3 software and the GCCS-J program in the local area and at remote locations as required, and will also
provide direct support to DISA on a routine basis.
8.1.2 Technical support. The contractor will provide technical support for GCCS-I3 at the DISA lab or in the NCR. The
contractor will provide routine onsite technical support to resolve problems associated with the GCCS-I3 software
integration. This support may include maintenance and upgrades to the current GCCS-I3 software baseline. This
support will require both senior and junior level technicians on a regular basis.
8.1.3 Demonstration support. The contractor will provide support as needed for demonstrating the capabilities of
GCCS-I3.
8.1.4 Training Support. The contractor will provide GCCS-I3 operator and system administrator training as requested.
8.1.5 Documentation. The contractor will provide supporting Standard Operating Procedures (SOPs) and user/system
documentation for the GCCS-I3 software as required.
8.1.6 Direct Support. The contractor will provide routine and specialized direct dedicated support to DISA
management at the DISA facility. The routine support will include day to day support of the GCCS-I3 lab operations
and support for the software delivery process. The specialized support will provide software development and
programming expertise that will provide independent software development consultation and support to the DISA
management
8.1.7 Implementation Support. The contractor will support the installation, testing, and training for the I3 applications
in GCCS-J at US COCOMS, Subordinate commands and other operational sites.
8.1.8 Provide the support in items 8.1.1 though 8.1.7 (O&M Funded)
8.1.9 Provide the support in items 8.1.1 though 8.1.7 (R&D Funded)
8.2 JWAC Support
8.2.1 Overview. The contractor will provide the installation, demonstration, training, and technical support as it relates
to the GCCS-I3 and GRIDLOCK software and hardware at JWAC. This effort may also include system engineering
and software development services for the creation and integration of new capabilities that provide benefit to the
JWAC users.
8.2.2 Integration and Technical support. The contractor will integrate the GCCS-I3 / GRIDLOCK software on
workstations designated by JWAC. GCCS-I3 software developed internally and by other sponsors will be made
available to JWAC. The contractor will also provide technical support to resolve problems associated with the GCCSI3 / GRIDLOCK software integration. The support will include maintenance and upgrades to the current GCCS-I3 /
GRIDLOCK Video and Imagery Architecture.
8.2.3 Demonstration support. The contractor will provide support as needed for demonstrating the capabilities of
GCCS-I3 / GRIDLOCK at JWAC.
8.2.4 Training Support. The contractor will provide GCCS-I3 / GRIDLOCK operator and system administrator training
as requested at JWAC.
8.2.5 Documentation. The contractor will provide supporting Standard Operating Procedures (SOPs) and user/system
documentation for the GCCS-I3 / GRIDLOCK software at JWAC.
8.2.6 Provide the support in items 8.2.1 through 8.2.5 above (O&M Funded)
8.2.7 Provide the support in items 8.2.1 through 8.2.5 above (R&D Funded)
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
10 of 36
FINAL
8.3 GCCS-M Afloat Fleet Support
8.3.1 Overview. The contractor will provide troubleshooting, maintenance, configuration, training, demonstrations,
and technical support to the GCCS-M program and operational GCCS-M users for the GCCS-I3 Imagery capabilities.
8.3.2 Provide 24/7 on call support to provide assistance with GCCS-M imagery problems.
8.3.3 Respond on site (ship/shore site) to technical support events which include battlegroup grooms, technical
assists and imagery system demonstrations.
8.3.4 Provide maintenance on GCCS-M imagery software.
8.3.5 Participate in Mobile Training Teams (MTT).
8.3.6 Provide system administrator and user training for the GCCS-M Imagery application
8.3.7 Support the GCCS-M 4.X software load, configuration, and SOVT and providing follow-on assistance to the
fleet users. This support can be via phone, e-mail, or in person visit.
8.3.8 Provide the support in items 8.3.1 though 8.3.7 (O&M Funding)
8.3.9 Provide the support in items 8.3.1 though 8.3.7 (OP Funding)
8.3.10 Provide the support in items 8.3.1 though 8.3.7 (R&D Funding)
8.4 GCCS-M Development Support
8.4.1 Overview. This tasking provides for support of GCCS-M builds for the existing Imagery segments.
8.4.2 System Loads. The contractor will interface with GCCS-M program personnel, to determine the base load
required for each build, and will support loading development and test systems with the required software and
configuration.
8.4.3 Segment build support. The contractor will Support of segment builds with adherence to GCCS-M developer
guidance and full operation of the imagery software functionality.
8.4.4 Integration support. The contractor will support the integration of Imagery software with other software
developers and at GCCS-M system integration events, including software installation, configuration, and
troubleshooting and correction of issues.
8.4.5 Software modification. The contractor will develop modifications to software to provide minor enhancements or
to correct issues.
8.4.6 Testing Support. The contractor will perform functional, security and compliance testing support. All issues
identified will be entered into the Imagery trouble report tracking system to support GCCS-M builds. The contractor
will ensure that all issues identified during testing are entered into the Imagery trouble report system, or applicable
external CM system for software controlled by other organizations.
8.4.7 Documentation support. The contractor will develop or update documentation required to support GCCS-M
builds, including, but not limited to: Installation procedures, System Administration Manuals, Software Version
Descriptions, and Software Test documents.
8.4.8 Provide the support in items 8.4.1 though 8.4.7 (O&M Funded)
8.4.9 Provide the support in items 8.4.1 though 8.4.7 (R&D Funded)
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
11 of 36
FINAL
8.5 GCCS-I3 Development Support
8.5.1 Overview. This tasking provides for support of GCCS-I3 builds for the existing Imagery segments.
8.5.2 System Loads. The contractor will interface with GCCS-I3 program personnel, to determine the base load
required for each build, and will support loading development and test systems with the required software and
configuration.
8.5.3 Segment build support. The contractor will Support of segment builds with adherence to GCCS-I3 developer
guidance and full operation of the imagery software functionality.
8.5.4 Integration support. The contractor will support the integration of Imagery software with other software
developers and at GCCS-I3 system integration events, including software installation, configuration, and
troubleshooting and correction of issues.
8.5.5 Software modification. The contractor will develop modifications to software to provide minor enhancements or
to correct issues.
8.5.6 Testing Support. The contractor will perform functional, security and compliance testing support. All issues
identified will be entered into the Imagery trouble report tracking system to support GCCS-I3 builds. The contractor
will ensure that all issues identified during testing are entered into the Imagery trouble report system, or applicable
external CM system for software controlled by other organizations.
8.5.7 Documentation support. The contractor will develop or update documentation required to support GCCS-I3
builds, including, but not limited to: Installation procedures, System Administration Manuals, Software Version
Descriptions, and Software Test documents.
8.5.8 Provide the support in items 8.5.1 though 8.5.7 (O&M Funded)
8.5.9 Provide the support in items 8.5.1 though 8.5.7 (R&D Funded)
8.6 ACTD Support
8.6.1 Overview. The contractor will provide the installation, demonstration, training, and technical support as it relates
to the GCCS-I3 and ACTD software and hardware for DISA at the DISA and ACTD related pilot and demonstration
sites. This effort may also include system engineering and logistical support.
8.6.2 Testing, Integration and Technical Support. The contractor will be responsible for the installation, testing, and
integration support of the GCCS-I3 / ACTD software at various ACTD pilot sites and test labs. The contractor will
also provide technical support to resolve problems associated with the GCCS-I3 / ACTD software integration as
required. The support will include maintenance and software upgrades to the GCCS-I3 / ACTD Video and Imagery
software baselines.
8.6.3 Demonstration Support . The contractor will provide support as needed for demonstrating the capabilities of
GCCS-I3 ACTD software at DISA, JWAC, CENTCOM, NGA, NCCP and other locations or projects that are testing or
demonstrating ACTD developed or enhanced software capabilities.
8.6.4 Training Support. The contractor will provide GCCS-I3 ACTD operator and system administrator training as
requested.
8.6.5 Documentation Support. The contractor will provide supporting Standard Operating Procedures (SOPs) and
user/system documentation for the GCCS-I3 ACTD software as required.
8.6.6 Spiral Assessment Support. The contractor will provide support for ACTD Spirals testing evolutions. This
support will include pre-spiral testing of capabilities, documentation, and software configuration management. The
support will involve travel to one or more participating ACTD pilot sites or demonstration sites with a typical
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
12 of 36
FINAL
duration between one and three weeks.
8.6.7 Security Accreditation Support. The contractor will provide support for ACTD security accreditation support as
required.
8.6.8 Logistics and Material Support. The contractor will purchase materials and provide logistic support for the
ACTD as required.
8.6.9 Provide the support in items 8.6.1 though 8.6.8 (O&M Funded)
8.6.10 Provide the support in items 8.6.1 though 8.6.8 (R&D Funded)
8.7 NECC – Net-Enabled Command Capability Support
8.7.1 Overview. The contractor will provide the installation, demonstration, training, and technical support as it relates
to the GCCS-I3 and NECC software and hardware for DISA at the DISA and NECC related pilot and demonstration
sites. This effort may also include system engineering and logistical support.
8.7.2 Testing, Integration and Technical Support. The contractor will be responsible for the installation, testing, and
integration support of the GCCS-I3 / NECC software at various NECC pilot sites and test labs. The contractor will also
provide technical support to resolve problems associated with the GCCS-I3 / NECC software integration as required.
The support will include maintenance and software upgrades to the GCCS-I3 / NECC Video and Imagery software
baselines.
8.7.3 Demonstration Support . The contractor will provide support as needed for demonstrating the capabilities of
GCCS-I3 NECC software at DISA, JWAC, CENTCOM, NGA, NCCP and other locations or projects that are testing or
demonstrating NECC developed or enhanced software capabilities.
8.7.4 Training Support. The contractor will provide GCCS-I3 NECC operator and system administrator training as
requested.
8.7.5 Documentation Support. The contractor will provide supporting Standard Operating Procedures (SOPs) and
user/system documentation for the GCCS-I3 NECC software as required.
8.7.6 Spiral Assessment Support. The contractor will provide support for NECC Spirals testing evolutions. This
support will include pre-spiral testing of capabilities, documentation, and software configuration management. The
support will involve travel to one or more participating NECC pilot sites or demonstration sites with a typical duration
between one and three weeks.
8.7.7 Security Accreditation Support. The contractor will provide support for NECC security accreditation support as
required.
8.7.8 Logistics and Material Support. The contractor will purchase materials and provide logistic support for NECC as
required.
8.7.9 Provide the support in items 8.7.1 though 8.7.8 (O&M Funded)
8.7.10 Provide the support in items 8.7.1 though 8.7.8 (R&D Funded)
8.8 HLD COP
8.8.1 Overview. Testing, Integration and Technical Support. The contractor will be responsible for the installation,
testing, and integration support of the GCCS-I3 / HLD-COP software at NORTHCOM and JTF-N pilot sites. The
contractor will also provide technical support to resolve problems associated with the GCCS-I3 / HLD-COP software
integration as required. The support will include maintenance and software upgrades to the GCCS-I3 / HLD-COP
Video and Imagery software baselines. This support will also include telephone technical assistance support and
DISA lab HLD-COP software test and evaluation support.
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
13 of 36
FINAL
8.8.2 Demonstration Support . The contractor will provide support as needed for demonstrating the capabilities of
GCCS-I3 HLD-COP software at NORTHCOM and JTF-N.
8.8.3 Training Support. The contractor will provide GCCS-I3 HLD-COP operator training at NORTHCOM and JTF-N.
8.8.4 Documentation Support. The contractor will provide supporting Standard Operating Procedures (SOPs) and
user/system documentation for the GCCS-I3 HLD-COP software as required.
8.8.5 Security Accreditation Support. The contractor will provide support for HLD-COP security accreditation support
as required.
8.8.6 Logistics and Material Support. The contractor may be required to purchase materials and provide logistic
support for HLD-COP as required.
8.8.7 Provide the support in items 8.8.1 though 8.8.6 (O&M Funded)
8.8.8 Provide the support in items 8.8.1 though 8.8.6 (R&D Funded)
8.9 GRIDLOCK
8.9.1 Overview. The contractor will provide the installation, demonstration, training, and technical support as it relates
to the GCCS-I3 and GRIDLOCK software and hardware for DISA at the DISA and GRIDLOCK related pilot and
demonstration site. This effort may also include system engineering and logistical support.
8.9.2 Testing, Integration and Technical Support. The contractor will be responsible for the installation, testing, and
integration support of the GCCS-I3 / GRIDLOCK software at various GRIDLOCK pilot sites and test labs. The
contractor will also provide technical support to resolve problems associated with the GCCS-I3 / GRIDLOCK software
integration as required. The support will include maintenance and software upgrades to the GCCS-I3 / GRIDLOCK
Video and Imagery software baselines.
8.9.3 Demonstration Support . The contractor will provide support as needed for demonstrating the capabilities of
GCCS-I3 GRIDLOCK software at DISA, JWAC, CENTCOM, NGA, and other locations or projects that are testing or
demonstrating GRIDLOCK developed or enhanced software capabilities.
8.9.4 Training Support. The contractor will provide GCCS-I3 GRIDLOCK operator and system administrator training as
requested.
8.9.5 Documentation Support. The contractor will provide supporting Standard Operating Procedures (SOPs) and
user/system documentation for the GCCS-I3 GRIDLOCK software as required.
8.9.6 Spiral Assessment Support. The contractor will provide support for GRIDLOCK Spirals testing evolutions. This
support will include pre-spiral testing of capabilities, documentation, and software configuration management. The
support will involve travel to one or more participating GRIDLOCK pilot sites or demonstration sites with a typical
duration between one and three weeks.
8.9.7 Security Accreditation Support. The contractor will provide support for GRIDLOCK security accreditation
support as required.
8.9.8 Logistics and Material Support. The contractor will purchase materials and provide logistic support for
GRIDLOCK as required.
8.9.9 Provide the support in items 8.9.1 though 8.9.8 (O&M Funded)
8.9.10 Provide the support in items 8.9.1 though 8.9.8 (R&D Funded)
8.10 GCCS-I3 Support
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
14 of 36
FINAL
8.10.1 Overview. The contractor will provide installation, demonstration, training, and technical support as it relates to
the GCCS-I3 software and at remote locations as required, and will also provide direct support to GCCS-I3
implementing commands and activities on a routine basis.
8.10.2 Technical support. The contractor will provide technical support for GCCS-I3 at the GCCS-I3 implementing
command. The contractor will provide routine onsite technical support to resolve problems associated with the GCCSI3 software integration. This support may include maintenance and upgrades to the current GCCS-I3 software
baseline.
8.10.3 Demonstration support. The contractor will provide support as needed for demonstrating the capabilities of
GCCS-I3.
8.10.4 Training Support. The contractor will provide GCCS-I3 operator and system administrator training as requested.
8.10.5 Documentation. The contractor will provide supporting Standard Operating Procedures (SOPs) and
user/system documentation for the GCCS-I3 software as required.
8.10.6 Direct Support. The contractor will provide routine and specialized direct dedicated support to the GCCS-I3
implementing command. The routine support will include day to day support of the GCCS-I3 operations.
8.10.7 Implementation Support. The contractor will support the installation, testing, and training for the I3
applications in GCCS-J at the GCCS-I3 implementing command and other operational sites.
8.10.8 Provide the support in items 8.10.1 though 8.10.7 (O&M Funded)
8.10.9 Provide the support in items 8.10.1 though 8.10.7 (R&D Funded)
9.0 PROGRAM MANAGEMENT AND ADMINISTRATIVE SUPPORT
9.1. The Contractor shall provide program management support necessary to effectively and efficiently accomplish
assigned tasks in the areas of administration, GFE/CFE and material asset management and reporting, security billet
management, task order management (planning, costing and scheduling), program management, project cost,
schedule and status accounting.
9.2. The Contractor shall prepare and deliver monthly contract progress reports, summarizing the work performed,
problems encountered and resolved, unresolved problems and recommended solutions, work projected for the next
reporting period, labor and material cost expenditures for the month, cumulative costs, and actual versus planned
expenditures.
10.0 GOVERNMENT FURNISHED INFORMATION
N/A
11.0 GOVERNMENT FURNISHED MATERIAL
Government furnished property shall be specified, when necessary, by modification to task order. Contractor will not
take receipt or transfer custody of any Government property without having the proper paperwork: DD1149,
Requisition and Invoice/Shipping Document. The contractor is responsible for internally tracking all equipment,
material, tools, equipment, and “facilities” (i.e., Government owned computer) on a database or spreadsheet. All items
tracked shall have the contract and task order referenced and the completion date of the task order. The contractor is
responsible for notifying the Project Engineer and the COR/TOM within one week after the occurrence if any
government furnished property is missing, stolen, or recovered. Failure to disclose lost or stolen property within the
allotted timeframe shall make the contractor ultimately responsible for its immediate replacement. The contractor shall
be accountable for all Government furnished material provided in the performance of this task order and shall return
or effect disposition of unused material as directed by the COR/TOM or Government Program Manager.
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
15 of 36
FINAL
12.0 GOVERNMENT FURNISHED EQUIPMENT
The contractor will follow the same requirements stated in paragraph 10.0.
13.0 CONTRACTOR FURNISHED MATERIAL
The contractor is responsible for acquiring and delivering all material required to complete all tasks described in this
PWS. The contractor shall submit a list of material required to complete tasking described herein to the
SPAWARSYSCEN Charleston Program Manager or COR/TOM. The list shall include the materials manufacturer,
manufacturer’s model number, part number, and serial number. The contractor shall submit this list within ten working
days after completion of on-site tasking.
Incidental material purchased for the execution of this task will remain the property of SPAWARSYSCEN Charleston
unless specifically called out as a deliverable, in accordance with this task order.
14.0 CONTRACTOR FURNISHED EQUIPMENT
The contractor shall furnish all equipment necessary to complete the tasks as described within this order. The
contractor shall submit a list of equipment required to complete tasking described herein to the SPAWARSYSCEN
Charleston Project Manager or COR. The list shall include the equipment manufacturer, manufacturer’s model
number, part number, and serial number. The contractor shall submit this list within ten working days after completion
of on-site tasking.
Incidental equipment purchased for the execution of this task will remain the property of SPAWARSYSCEN
Charleston unless specifically called out as a deliverable, in accordance with this task order.
15.0 TRAVEL REQUIREMENTS
When the contractor finds it necessary to travel, the contractor shall submit a request, via email, to the
SPAWARSYSCEN Charleston Program Manager or COR seeking approval to travel before initiating any travel plans.
All travel claims shall make reference to the email, letter or phone call that granted approval. Failure to gain prior
approval may result in disallowance of invoiced travel claims.
For planning purposes, the contractor shall estimate travel costs for the following trips:
Estimated Trips
Site Trips Per Site Days Per Trip Number of People Per Trip
Local (Dahlgren, DISA, ONI, NCR) 975 1 1
CA San Diego 26 7 1
CO Colorado Springs 6 7 1
FL Tampa 12 7 1
HI Honolulu 2 9 1
MO St. Louis 3 5 1
NE Omaha 3 5 1
NV Las Vegas 2 7 1
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
16 of 36
FINAL
OH Columbus 3 5 1
PA Philadelphia 9 7 1
TX El Paso 4 5 1
VA Norfolk 13 5 1
WA Bremerton 4 14 1
Afghanistan 2 60 1
Germany 10 14 1
Iraq 2 60 1
Italy 2 14 1
Japan 2 14 1
Korea 2 14 1
Kuwait 2 60 1
Qatar 2 60 1
16.0 DELIVERABLES
This section pertains to the deliverables that are turned over, or delivered, from the contractor to the
SPAWARSYSCEN Chas during performance of this task order or at task order completion.
16.1 As the task order specifies, the Contractor shall prepare the required documentation, CDRLs, including, but not
limited to the following:
REQUIREMENTS Corresponding CDRL DUE DATE
1. Monthly Financial, Progress and Status Report A001 Due the 15th of the following month
2. Technical Reports, Miscellaneous A002 As Required
3. Trip Reports A003 15 days after trip completion
4. Meeting Summarization Report A004 As Required
5. Material Reports, Miscellaneous A005 As Required
6. Task Order Close Out Report A006 Within 30 days after the completion
date of the task order
7. Test Procedures A007 As Required
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
17 of 36
FINAL
8. Test Plan A008 As Required
9. Software Development Plan A009 As Required
10. Preliminary Software Requirements Specification A010 As Required
11. Preliminary Interface Requirements Specification A011 As Required
12. Final Software Requirements Specification A012 As Required
13. Final Interface Requirements Specification A013 As Required
14. Software Product Specification A014 As Required
16.2 The contractor shall ensure all deliverables (CDRLs), data, correspondence, and etc. are provided in a form
approved by the receiving Government representative. If no format is called out, the document shall be in accordance
with the Navy Style Manual format. At a minimum, the data shall be provided electronically by email; hard copies are
only provided if requested by the Government. All data shall be provided in an editable format compatible with
SPAWARSYSCEN Chas corporate standard software configuration as specified below. Contractor shall conform to
SPAWARSYSCEN Chas corporate standards within 30 days unless otherwise specified. The initial cost or future
upgrades of the listed computer programs are not chargeable as a direct cost to the Government.
Deliverable Software to be used
A Word Processing Microsoft Word
B Spreadsheet/Graphs Microsoft Excel
C Presentations Microsoft PowerPoint
D Scheduling Microsoft Project
16.3 The contractor shall provide a system to facilitate electronic communication with SPAWARSYSCEN Chas. The
contractor shall provide a secure electronic mail system capable of sending and receiving all Deliverable Media. All
key personnel on contract shall be accessible by email through individual accounts during all working hours on and
off site.
16.4 All services and deliverables under this contract shall be subject to inspection and approval by
SPAWARSYSCEN Chas.
16.5 All procedures used to fabricate, assemble, modify, install, and test products must be documented and kept
current. These procedures will be made available to the employee required to perform the specific task. As directed by
this task order, the technical project lead may be required to sign off quality standards on each task performed.
(CDRL A005).
16.6 The standard workmanship on all items fabricated or assembled by the contractor for delivery to
SPAWARSYSCEN Chas shall meet the requirements of MIL-HDBK-454, or a similar commercial compliance standard.
All personnel performing critical assembly, inspection, and test operations shall have the prerequisite skills,
experience, and/or training.
16.7 Employees in quality functions shall have adequate responsibility, authority, and freedom to identify and
evaluate problems, and to initiate, recommend, or provide corrective action. The prime contractor shall have an
effective quality assurance plan in place. It is recommended that the prime contractor shall be ISO 9001 certified at the
local facility. An alternate quality assurance industry standard can be substituted, but it must be at least equivalent
to ISO 9001. Proof of this certification shall be supplied in each offeror’s proposal. Those offerors substituting an
alternate internationally recognized quality assurance program must submit documentation fully justifying the
equivalency in all areas to ISO 9001.
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
18 of 36
FINAL
17.0 WORKLOAD ESTIMATE
This section provides an estimate (in rounded figures) as to the amount of support previously used for this effort.
The following workload data is provided for informational purposes only to assist you in estimating the price of this
Task Order.
Number of man-hours: 57,646 per year
Other Direct Costs: $480,000-540,000 per year
C-315 WORKWEEK (DEC 1999)
(a) All or a portion of the effort under this contract will be performed on a Government installation. The normal
workweek for Government employees at SPAWAR Systems Center Charleston and its Detachments is Monday
through Friday 0730 to 1600. Work at this Government installation, shall be performed by the contractor within the
normal workweek unless differing hours are specified on the individual task orders. Following is a list of holidays
observed by the Government:
Name of Holiday Time of Observance
New Year’s Day 1 January
Martin Luther King Jr. Day Third Monday in January
President's Day Third Monday in February
Memorial Day Last Monday in May
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veteran's Day 11 November
Thanksgiving Day Fourth Thursday in November
Christmas Day 25 December
(b) If any of the above holidays occur on a Saturday or a Sunday, then such holiday shall be observed by the
Contractor in accordance with the practice as observed by the assigned Government employees at the using activity.
(c) If the Contractor is prevented from performance as the result of an Executive Order or an administrative leave
determination applying to the using activity, such time may be charged to the contract as direct cost provided such
charges are consistent with the Contractor’s accounting practices.
(d) This contract does not allow for payment of overtime during the normal workweek for employees who are not
exempted from the Fair Labor Standards Act unless expressly authorized by the Ordering Officer. Under Federal
regulations the payment of overtime is required only when an employee works more than 40 hours in a normal week
period.
C-317 NOTICE TO CONTRACTOR OF CERTAIN DRUG DETECTION PROCEDURES (DEC 1999)
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
19 of 36
FINAL
(a) Pursuant to Navy policy applicable to both Government and contractor personnel, measures will be taken to
prevent the introduction and utilization of illegal drugs and related paraphernalia into Government Work areas.
(b) In furtherance of the Navy’s drug control program, unannounced periodic inspections of the following nature may
be conducted by installation security authorities:
(1) Routine inspection of contractor occupied work spaces.
(2) Random inspections of vehicles on entry or exit, with drug detection dog teams as available, to eliminate them as a
safe haven for storage of or trafficking in illegal drugs.
(3) Random inspections of personnel possessions on entry or exit from the installation.
(c) When there is probable cause to believe that a contractor employee on board a naval installation has been
engaged in use, possession or trafficking of drugs, the installation authorities may detain said employee until the
employee can be removed from the installation, or can be released to the local authorities having jurisdiction.
(d) Trafficking in illegal drug and drug paraphernalia by contract employees while on a military vessel/installation may
lead to possible withdrawal or downgrading of security clearance, and/or referral for prosecution by appropriate law
enforcement authorities.
(e) The contractor is responsible for the conduct of employees performing work under this contract and is, therefore,
responsible to assure that employees are notified of these provisions prior to assignment.
(f) The removal of contractor personnel from a Government vessel or installation as a result of the drug offenses shall
not be cause for excusable delay, nor shall such action be deemed a basis for an equitable adjustment to price,
delivery or other provisions of this contract.
C-718 ACCESSIBILITY OF ELECTRONIC AND INFORMATION TECHNOLOGY (JUN 2001)
(a) Each Electronic and Information Technology (EIT) supply or service provided under this contract shall comply
with the EIT Accessibility Standards listed below:
__36 C.F.R. § 1194.21 (Software Applications and operating systems
__36 C.F.R. § 1194.22 (Web-based and internet information and applications)
__36 C.F.R. § 1194.23 (Telecommunications products)
__36 C.F.R. § 1194.24 (Video and multimedia products)
__36 C.F.R. § 1194.25 (Self contained, closed products)
__36 C.F.R. § 1194.26 (Desktop and portable computers)
In addition, each EIT supply or service provided under this contract shall comply with 36 C.F.R. § 1194.31 (Functional
performance criteria) and 36 C.F.R. § 1194.41 (Information, documentation, and support).
(b) If the Contracting Officer determines that any supply or service delivered under this contract does not comply
with the EIT Accessibility Standards, the Contracting Officer will notify the Contractor in writing accordingly. If the
Contractor fails to promptly correct or replace the nonconforming products or services with conforming products or
services within the delivery schedule contained in the contract, the Government will have the rights and remedies
contained in the contract.
(End of specification)
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
20 of 36
FINAL
C-719 EXEMPTION FROM ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY REQUIREMENTS
(JUN 2001)
(a) The Government has determined that the following exemption(s) to the Electronic and Information Technology
(EIT) Accessibility Standards (36 C.F.R. § 1194) are applicable to this procurement:
_X___ The EIT to be provided under this contract has been designated as a National Security System.
____ The EIT acquired by the contractor is incidental to this contract.
____ The EIT to be provided under this contract would require a fundamental alteration in the nature of the product
or its components in order to comply with the EIT Accessibility Standards.
____ The EIT to be provided under this contract will be located in spaces frequented only by service personnel for
maintenance, repair, or occasional monitoring of equipment.
____ Compliance with the EIT Accessibility Standards would impose an undue burden on the agency.
____ The EIT to be provided under this contract is purchased in accordance with FAR Subpart 13.2 prior to January
1, 2003.
(b) Notwithstanding that an exemption exists, the Contractor may furnish supplies or services provided under this
contract that comply with the EIT Accessibility Standards (36 C.F.R. § 1194).
C-720 PERFORMANCE BASED REVIEW AND ACCEPTANCE PROCEDURES
This is a performance based order, as defined in FAR Part 37.6. Contractor performance will be reviewed in
accordance with the Quality Assurance Plan as follows:
QUALITY ASSURANCE PLAN
(1) Objective: The purpose of this plan is to provide a quality assurance plan for the services contracted under this
Task Order. This plan provides a basis for the Task Order Manager (TOM) to evaluate the quality of the contractor’s
performance. The oversight provided for in this plan, and the remedy established, will help ensure that service levels
are of high quality throughout the task order term.
(2) Performance Standards:
a. The deliverables under this task order will be consistently technically accurate.
b. The services delivered under this task order will be consistently of high quality.
c. The contractor’s cost control efforts under this task order will be consistently effective (applicable to cost
reimbursement task orders).
d. The contractor will be consistently responsive to Government customers in its performance of this task order.
e. For the purposes of this plan, “consistently” is defined as “generally holding true”, “persistently over time”,
and/or “overall uniformly”.
(3) Evaluation Methods: The TOM will conduct performance evaluations based on the standards in paragraph 2
above using the following technique:
a. During the performance period of the task order, the TOM will continually and proactively monitor contractor
efforts and obtain input from other Government personnel with performance oversight functions to ascertain the level
of compliance with the Performance Standards.
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
21 of 36
FINAL
b. Every 12 months after the effective date of the task order, the TOM will prepare a Task Order Performance
Evaluation (TOPE) documenting the results of the efforts performed under paragraph 3.a. above.
c. The TOM will upload the TOPE to the SeaPort Portal.
(4) Remedy
a. If the annual Performance Evaluation indicates that the contractor has not met one or more of the Performance
Standards, the following negative remedy becomes effective: the TOM will submit a negative TOPE on the SeaPort
Portal for the applicable Performance Standard.
b. This is a significant negative remedy as the TOPE is a key part of the Performance Monitoring process which:
i. Provides input to the annual Contractor Performance Assessment Report (CPAR); and
ii. Determines the contractor’s ability to earn term extensions to its basic SeaPort-e contract in accordance with the
Award Term provisions contained therein.
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
22 of 36
FINAL
SECTION D PACKAGING AND MARKING
SHIP TO INFORMATION:
See Section G - Task Order Manager
Packaging and Marking shall be in accordance with Section D of the SeaPort-e Multiple Award IDIQ contract.
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
23 of 36
FINAL
SECTION E INSPECTION AND ACCEPTANCE
E-303 INSPECTION AND ACCEPTANCE- - DESTINATION (JAN 2002)
Inspection and acceptance of the services to be furnished hereunder shall be made at destination by the Task Order
Manager or his duly authorized representative.
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
24 of 36
FINAL
SECTION F DELIVERABLES OR PERFORMANCE
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following firm items are from date of task order award through 12 months
thereafter, estimated at:
1003
3003
9/3/2008 - 9/2/2009
9/3/2008 - 9/2/2009
The period of performance for the following option items are from date of option exercise through 12 months
thereafter, estimated at:
1004
1005
6004
6005
9/3/2009 - 9/2/2010
9/3/2010 - 9/2/2011
9/3/2009 - 9/2/2010
9/3/2010 - 9/2/2011
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
25 of 36
FINAL
SECTION G CONTRACT ADMINISTRATION DATA
Task Order Manager
Ellen Jablon
SPAWARSYSCEN Atlantic, Code 58430EJ
[email protected] <mailto:[email protected]>
(301) 669-5248 (comm)
(301) 669-5175 (fax)
659-5248 (DSN)
G-317 INVOICING INSTRUCTIONS FOR SERVICES USING WIDE AREA WORK FLOW (WAWF)
(JAN 2007)
(a) Invoices for services rendered under this task order shall be submitted electronically through the Wide Area Work
Flow-Receipt and Acceptance (WAWF). The contractor shall submit invoices for payment per contract terms. The
Government shall process invoices for payment per contract terms.
(b) The vendor shall have their CAGE Code activated by calling 1-866-618-5988. Once activated, the
vendor shall self-register at the WAWF website at https://wawf.eb.mil. Vendor training is available on the
internet at https://wawftraining.eb.mil. Additional support can be accessed by calling the Navy WAWF
Assistance Line at 1-800-559-9293.
(c) Back-up documentation can be included and attached to the invoice in WAWF. Attachments created
with any Microsoft Office product, or Adobe (.pdf files), is attachable to the invoice in WAWF.
(d) A separate invoice will be prepared no more frequently than every two weeks. Do not combine the
payment claims for services provided under this contract.
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
26 of 36
FINAL
(e) The following information is provided for completion of the invoice in WAWF:
Invoice Type
Issued by
Admin by
DCAA Auditor
Service Approver
Pay by
Cost Vouchers
N65236
Code S2404A DCMA VIRGINIA
Code 6151 DCAA Branch Office
Code ____ DCMA
Code HQ0338 DFAS COLUMBUS
INVOICING AND PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS
Consistent with task order clause 5252.232-9206, Segregation of Costs, the contractor shall segregate and accumulate
costs for the performance of this task order by the appropriate Accounting Classification Reference Number (ACRN).
The contractor’s invoice shall identify the appropriate Contract and Task Order numbers. For the work performed,
invoiced costs shall be associated to the Contract Line Item Number (CLIN), the Contract Subline Item (SLIN), and
the specific ACRN. Invoices submitted to the paying office that do not comply with this requirement will be returned
to the contractor for resubmission. The contractor shall provide an electronic copy of each invoice to the Task Order
Manager at the time of submission to DCAA/DFAS. The paying office will disburse funds in strict compliance with
the amounts invoiced by CLIN/SLIN/ACRN.
ACTIVITY OMBUDSMAN
The SPAWAR Ombudsman for this Task Order is:
Name: Robert Meddick
Code: 8.6.2
Address: PO Box 190022, N. Charleston, SC 29419
Phone: (843) 218-5115
Email: [email protected]
G-314 TYPE OF CONTRACT (DEC 1999)
This is a ______ task order.
Accounting Data
SLINID
PR Number
Amount
-------- ---------------------- --------------------100301
N65236-8228C02
45000.00
LLA :
AA 97X4930 NH3S 000 77777 0 065236 2F 000000 B8228C002AAN
JON W4VYPR8000
TASK 8.5.9
100302
N65236-8228C003
21000.00
LLA :
AB 97X4930 NH3S 000 77777 0 065236 2F 000000 B8228C003AAN
JON F62DDP8019
TASK 8.3.9
300301
LLA :
N65236-8228C002
5000.00
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
27 of 36
AA 97X4930 NH3S 000 77777 0 065236 2F 000000 B8228C002AAN
JON W4VYPR8000
ODCs TASK 8.3.9
300302
N65236-8228C003
4000.00
LLA :
AB 97X4930 NH3S 000 77777 0 065236 2F 000000 B8228C003AAN
JON F62DDP8019
ODCs TASK 8.3.9
MOD 1
100303
N65236-8246C032
22500.00
LLA :
AC 97X4930 NH3S 000 77777 0 065236 2F 000000 B8246C032AAN
JON: W4VYPM8100
TASK 8.5.9
300303
N65236-8246C032
2500.00
LLA :
AC 97X4930 NH3S 000 77777 0 065236 2F 000000 B8246C032AAN
JON: W4VYPM8100
ODCs TASK 8.5.9
MOD 2
100304
N65236-9023C010
19700.00
LLA :
AD 97X4930 NH3S 000 77777 0 065236 2F 000000 B9023C010AAN
JON: W7IYPR8000
TASK 8.3.10
300304
N65236-9023C010
5300.00
LLA :
AD 97X4930 NH3S 000 77777 0 065236 2F 000000 B9023C010AAN
JON: 7IYPR8000
ODCs TASK 8.3.10
MOD 3
100305
N65236-9096C014
35000.00
LLA :
AE 97X4930 NH3S 000 77777 0 065236 2F 000000 B9096C014AAN
JON: W73YPR8000
TASK 8.5.9
300305
N65236-9096C014
15000.00
LLA :
AE 97X4930 NH3S 000 77777 0 065236 2F 000000 B9096C014AAN
JON: W73YPR8000
ODCs TASK 8.5.9
MOD 04
100306
N65236-9140C011
100000.00
LLA :
AF 97X4930 NH3S 000 77777 0 065236 2F 000000 B9140C011AAN
JON:WPRYPR900
TASK 8.5.9
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
28 of 36
FINAL
SECTION H SPECIAL CONTRACT REQUIREMENTS
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 SETASIDE, 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 SBA’s 8(a) program, or a service disabled veteranowned 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.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
29 of 36
FINAL
SECTION I CONTRACT CLAUSES
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this task order by written notice to the Contractor on or before the
expiration of the task order; provided, that the Government gives the Contractor a preliminary written notice of its
intent to extend at least 60 days before the task order expires. The preliminary notice does not commit the Government
to an extension.
(b) If the Government exercises this option, the extended task order shall be considered to include this option clause.
(c) The total duration of this task order, including the exercise of any options under this clause, shall not exceed five
years.
252.225-7040 Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United
States.
CONTRACTOR PERSONNEL AUTHORIZED TO ACCOMPANY U.S. ARMED FORCES DEPLOYED OUTSIDE THE
UNITED STATES (JUN 2006)
(a) Definitions. As used in this clause—
“Combatant Commander” means the commander of a unified or specified combatant command established in
accordance with 10 U.S.C. 161.
“Other military operations” means a range of military force responses that can be projected to accomplish assigned
tasks. Such operations may include one or a combination of the following: civic action, humanitarian assistance, civil
affairs, and other military activities to develop positive relationships with other countries; confidence building and
other measures to reduce military tensions; military presence; activities to convey messages to adversaries; military
deceptions and psychological operations; quarantines, blockades, and harassment operations; raids; intervention
operations; armed conflict involving air, land, maritime, and strategic warfare operations; support for law enforcement
authorities to counter international criminal activities (terrorism, narcotics trafficking, slavery, and piracy); support for
law enforcement authorities to suppress domestic rebellion; and support for insurgency, counterinsurgency, and civil
war in foreign countries.
“Theater of operations” means an area defined by the combatant commander for the conduct or support of specified
operations.
(b) General.
(1) This clause applies when Contractor personnel are authorized to accompany U.S. Armed Forces deployed outside
the United States in—
(i) Contingency operations;
(ii) Humanitarian or peacekeeping operations;
(iii) Other military operations; or
(iv) Military exercises designated by the Combatant Commander.
(2) Contract performance in support of U.S. Armed Forces deployed outside the United States may require work in
dangerous or austere conditions. The Contractor accepts the risks associated with required contract performance in
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
30 of 36
FINAL
such operations.
(3) Contractor personnel are civilians accompanying the U.S. Armed Forces.
(i) Except as provided in paragraph (b)(3)(ii) of this clause, Contractor personnel are not authorized to use deadly
force against enemy armed forces other than in self-defense.
(ii) Private security Contractor personnel are authorized to use deadly force only when necessary to execute their
security mission to protect assets/persons, consistent with the mission statement contained in their contract.
(iii) Civilians who accompany the U.S. Armed Forces lose their law of war protection from direct attack if and for such
time as they take a direct part in hostilities.
(4) Service performed by Contractor personnel subject to this clause is not active duty or service under 38 U.S.C. 106
note.
(c) Support.
(1)(i) The Combatant Commander will develop a security plan for protection of Contractor personnel in locations
where there is not sufficient or legitimate civil authority, when the Combatant Commander decides it is in the interests
of the Government to provide security because—
(A) The Contractor cannot obtain effective security services;
(B) Effective security services are unavailable at a reasonable cost; or
(C) Threat conditions necessitate security through military means.
(ii) The Contracting Officer shall include in the contract the level of protection to be provided to Contractor personnel.
(iii) In appropriate cases, the Combatant Commander may provide security through military means, commensurate
with the level of security provided DoD civilians.
(2)(i) Generally, all Contractor personnel authorized to accompany the U.S. Armed Forces in the theater of operations
may be provided resuscitative care, stabilization, hospitalization at level III military treatment facilities, and assistance
with patient movement in emergencies where loss of life, limb, or eyesight could occur. Hospitalization will be limited
to stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient
movement system.
(ii) When the Government provides medical treatment or transportation of Contractor personnel to a selected civilian
facility, the Contractor shall ensure that the Government is reimbursed for any costs associated with such treatment
or transportation.
(iii) Medical or dental care beyond this standard is not authorized unless specified elsewhere in this contract.
(3) Unless specified elsewhere in this contract, the Contractor is responsible for all other support required for its
personnel engaged in the theater of operations under this contract.
(4) Contractor personnel must have a letter of authorization issued by the Contracting Officer in order to process
through a deployment center or to travel to, from, or within the theater of operations. The letter of authorization also
will identify any additional authorizations, privileges, or Government support that Contractor personnel are entitled to
under this contract.
(d) Compliance with laws and regulations. The Contractor shall comply with, and shall ensure that its personnel
authorized to accompany U.S. Armed Forces deployed outside the United States as specified in paragraph (b)(1) of
this clause are familiar with and comply with, all applicable—
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
31 of 36
FINAL
(1) United States, host country, and third country national laws;
(2) Treaties and international agreements;
(3) United States regulations, directives, instructions, policies, and procedures; and
(4) Orders, directives, and instructions issued by the Combatant Commander, including those relating to force
protection, security, health, safety, or relations and interaction with local nationals.
(e) Pre-deployment requirements. (1) The Contractor shall ensure that the following requirements are met prior to
deploying personnel in support of U.S. Armed Forces. Specific requirements for each category may be specified in
the statement of work or elsewhere in the contract.
(i) All required security and background checks are complete and acceptable.
(ii) All deploying personnel meet the minimum medical screening requirements and have received all required
immunizations as specified in the contract. The Government will provide, at no cost to the Contractor, any theaterspecific immunizations and/or medications not available to the general public.
(iii) Deploying personnel have all necessary passports, visas, and other documents required to enter and exit a
theater of operations and have a Geneva Conventions identification card, or other appropriate DoD identity
credential, from the deployment center. Any Common Access Card issued to deploying personnel shall contain the
access permissions allowed by the letter of authorization issued in accordance with paragraph (c)(4) of this clause.
(iv) Special area, country, and theater clearance is obtained for personnel. Clearance requirements are in DoD
Directive 4500.54, Official Temporary Duty Abroad, and DoD 4500.54-G, DoD Foreign Clearance Guide. Contractor
personnel are considered non-DoD personnel traveling under DoD sponsorship.
(v) All personnel have received personal security training. At a minimum, the training shall—
(A) Cover safety and security issues facing employees overseas;
(B) Identify safety and security contingency planning activities; and
(C) Identify ways to utilize safety and security personnel and other resources appropriately.
(vi) All personnel have received isolated personnel training, if specified in the contract.
(2) The Contractor shall notify all personnel who are not a host country national, or who are not ordinarily resident in
the host country, that—
(i) Such employees, and dependents residing with such employees, who engage in conduct outside the United States
that would constitute an offense punishable by imprisonment for more than one year if the conduct had been
engaged in within the special maritime and territorial jurisdiction of the United States, may potentially be subject to
the criminal jurisdiction of the United States in accordance with the Military Extraterritorial Jurisdiction Act of 2000
(18 U.S.C. 3621, et seq.);
(ii) Pursuant to the War Crimes Act (18 U.S.C. 2441), Federal criminal jurisdiction also extends to conduct that is
determined to constitute a violation of the law of war when committed by a civilian national of the United States;
(iii) Other laws may provide for prosecution of U.S. nationals who commit offenses on the premises of U.S. diplomatic,
consular, military or other U.S. Government missions outside the United States (18 U.S.C. 7(9)); and
(iv) When there is a formal declaration of war by Congress, Contractor personnel authorized to accompany U.S.
Armed Forces may be subject to prosecution under the Uniform Code of Military Justice.
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
32 of 36
FINAL
(f) Processing and departure points. Deployed Contractor personnel shall—
(1) Process through the deployment center designated in the contract, or as otherwise directed by the Contracting
Officer, prior to deploying. The deployment center will conduct deployment processing to ensure visibility and
accountability of Contractor personnel and to ensure that all deployment requirements are met, including the
requirements specified in paragraph (e)(1) of this clause;
(2) Use the point of departure and transportation mode directed by the Contracting Officer; and
(3) Process through a Joint Reception Center (JRC) upon arrival at the deployed location. The JRC will validate
personnel accountability, ensure that specific theater of operations entrance requirements are met, and brief
Contractor personnel on theater-specific policies and procedures.
(g) Personnel data list.
(1) In accordance with DoD Instruction 3020.41, Contractor Personnel Authorized to Accompany the U.S. Armed
Forces, the Contractor shall establish and maintain with the designated Government official a current list of all
Contractor personnel that deploy with or otherwise provide support in the theater of operations to U.S. Armed Forces
as specified in paragraph (b)(1) of this clause. The list shall include each individual’s general location in the theater of
operations. The Contracting Officer will inform the Contractor of the Government official designated to receive this
data and the appropriate automated system(s) to use for this effort.
(2) The Contractor shall ensure that all employees on the list have a current DD Form 93, Record of Emergency Data
Card, on file with both the Contractor and the designated Government official.
(h) Contractor personnel.
(1) The Contracting Officer may direct the Contractor, at its own expense, to remove and replace any Contractor
personnel who jeopardize or interfere with mission accomplishment or who fail to comply with or violate applicable
requirements of this clause. Such action may be taken at the Government’s discretion without prejudice to its rights
under any other provision of this contract, including the Termination for Default clause.
(2) The Contractor shall have a plan on file showing how the Contractor would replace employees who are
unavailable for deployment or who need to be replaced during deployment. The Contractor shall keep this plan
current and shall provide a copy to the Contracting Officer upon request. The plan shall—
(i) Identify all personnel who are subject to military mobilization;
(ii) Detail how the position would be filled if the individual were mobilized; and
(iii) Identify all personnel who occupy a position that the Contracting Officer has designated as mission essential.
(i) Military clothing and protective equipment.
(1) Contractor personnel are prohibited from wearing military clothing unless specifically authorized in writing by the
Combatant Commander. If authorized to wear military clothing, Contractor personnel must—
(i) Wear distinctive patches, arm bands, nametags, or headgear, in order to be distinguishable from military personnel,
consistent with force protection measures; and
(ii) Carry the written authorization with them at all times.
(2) Contractor personnel may wear military-unique organizational clothing and individual equipment (OCIE) required
for safety and security, such as ballistic, nuclear, biological, or chemical protective equipment.
(3) The deployment center, or the Combatant Commander, shall issue OCIE and shall provide training, if necessary, to
ensure the safety and security of Contractor personnel.
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
33 of 36
FINAL
(4) The Contractor shall ensure that all issued OCIE is returned to the point of issue, unless otherwise directed by the
Contracting Officer.
(j) Weapons.
(1) If the Contractor requests that its personnel performing in the theater of operations be authorized to carry
weapons, the request shall be made through the Contracting Officer to the Combatant Commander, in accordance
with DoD Instruction 3020.41, paragraph 6.3.4.1 or, if the contract is for security services, paragraph 6.3.5.3. The
Combatant Commander will determine whether to authorize in-theater Contractor personnel to carry weapons and
what weapons and ammunition will be allowed.
(2) If the Contracting Officer, subject to the approval of the Combatant Commander, authorizes the carrying of
weapons—
(i) The Contracting Officer may authorize the Contractor to issue Contractor-owned weapons and ammunition to
specified employees; or
(ii) The [Contracting Officer to specify the appropriate individual, e.g., Contracting Officer’s Representative, Regional
Security Officer] may issue Government-furnished weapons and ammunition to the Contractor for issuance to
specified Contractor employees.
(3) The Contractor shall ensure that its personnel who are authorized to carry weapons—
(i) Are adequately trained to carry and use them—
(A) Safely;
(B) With full understanding of, and adherence to, the rules of the use of force issued by the Combatant Commander;
and
(C) In compliance with applicable agency policies, agreements, rules, regulations, and other applicable law;
(ii) Are not barred from possession of a firearm by 18 U.S.C. 922; and
(iii) Adhere to all guidance and orders issued by the Combatant Commander regarding possession, use, safety, and
accountability of weapons and ammunition.
(4) Whether or not weapons are Government-furnished, all liability for the use of any weapon by Contractor
personnel rests solely with the Contractor and the Contractor employee using such weapon.
(5) Upon redeployment or revocation by the Combatant Commander of the Contractor’s authorization to issue
firearms, the Contractor shall ensure that all Government-issued weapons and unexpended ammunition are returned
as directed by the Contracting Officer.
(k) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to operate all vehicles or
equipment necessary to perform the contract in the theater of operations.
(l) Purchase of scarce goods and services. If the Combatant Commander has established an organization for the
theater of operations whose function is to determine that certain items are scarce goods or services, the Contractor
shall coordinate with that organization local purchases of goods and services designated as scarce, in accordance
with instructions provided by the Contracting Officer.
(m) Evacuation.
(1) If the Combatant Commander orders a mandatory evacuation of some or all personnel, the Government will
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
34 of 36
FINAL
provide assistance, to the extent available, to United States and third country national Contractor personnel.
(2) In the event of a non-mandatory evacuation order, unless authorized in writing by the Contracting Officer, the
Contractor shall maintain personnel on location sufficient to meet obligations under this contract.
(n) Next of kin notification and personnel recovery.
(1) The Contractor shall be responsible for notification of the employee-designated next of kin in the event an
employee dies, requires evacuation due to an injury, or is isolated, missing, detained, captured, or abducted.
(2) In the case of isolated, missing, detained, captured, or abducted Contractor personnel, the Government will assist
in personnel recovery actions in accordance with DoD Directive 2310.2, Personnel Recovery.
(o) Mortuary affairs. Mortuary affairs for Contractor personnel who die while accompanying the U.S. Armed Forces
will be handled in accordance with DoD Directive 1300.22, Mortuary Affairs Policy.
(p) Changes. In addition to the changes otherwise authorized by the Changes clause of this contract, the Contracting
Officer may, at any time, by written order identified as a change order, make changes in the place of performance or
Government-furnished facilities, equipment, material, services, or site. Any change order issued in accordance with
this paragraph (p) shall be subject to the provisions of the Changes clause of this contract.
(q) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (q), in all
subcontracts when subcontractor personnel are authorized to accompany U.S. Armed Forces deployed outside the
United States in—
(1) Contingency operations;
(2) Humanitarian or peacekeeping operations;
(3) Other military operations; or
(4) Military exercises designated by the Combatant Commander.
(End of clause)
252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States
As prescribed in 225.7403-2, use the following clause:
ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED
STATES (MAR 2006)
(a) Definition. “United States,” as used in this clause, means, the 50 States, the District of Columbia, and outlying
areas.
(b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling
outside the United States under this contract, shall¾
(1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity;
(2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory
basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country
nationals comply with any security related requirements of the Embassy of their nationality;
(3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information
commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
35 of 36
FINAL
their families, to the extent such information can be made available prior to travel outside the United States; and
(4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor
personnel.
(c) The requirements of this clause do not apply to any subcontractor that is¾
(1) A foreign government;
(2) A representative of a foreign government; or
(3) A foreign corporation wholly owned by a foreign government.
(d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from (Contracting
Officer to insert applicable information cited in PGI 225.7403-1 (Pop-up Window or PGI Viewer Mode)).
(End of clause)
FAR CLAUSES INCORPORATED BY REFERENCE:
52.219-6 NOTICE OF SMALL BUSINESS SET-ASIDE (JUN 2003)
52.219-14 LIMITATIONS OF SUBCONTRACTING (DEC 1996)
52.222-41 Service Contract Act (1965)
CONTRACT NO.
DELIVERY ORDER NO.
PAGE
N00178-05-D-4443
V703
36 of 36
SECTION J LIST OF ATTACHMENTS
CDRL
CDRL
CDRL
CDRL
DD254
FINAL