o€€€ a launcher module (lm) ... (foc) was achieved in 2010.€ the total munitions requirement...

25
1. CONTRACT NO. N00178-04-D-4042 2. DELIVERY ORDER NO. MU61 3. EFFECTIVE DATE 2012 Aug 16 4. PURCH REQUEST NO. M67854-12-R-0519 5. PRIORITY Unrated 6. ISSUED BY CODE M67854 7. ADMINISTERED BY CODE M67854 8. DELIVERY FOB MARCORSYSCOM 2200 Lester St Bldg 2200 Quantico VA 22134-6050 MARCORSYSCOM 2200 Lester St Bldg 2200 Quantico VA 22134-6050 DESTINATION OTHER (See Schedule if other) 9. CONTRACTOR CODE 34157 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 11. X IF BUSINESS IS URS Federal Technical Services, Inc. 20501 Seneca Meadows Parkway Suite 300 Germantown MD 20876-7007 SMALL 12. DISCOUNT TERMS Net 30 Days WIDE AREA WORK FLOW SMALL DISADVANTAGED WOMEN-OWNED 13. MAIL INVOICES TO THE ADDRESS IN BLOCK See Section G 14. SHIP TO CODE 15. PAYMENT WILL BE MADE BY CODE M67443 MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. See Section D DFAS Columbus ATTN: KANSAS P.O.BOX 369022 COLUMBUS OH 43236-9022 16. TYPE OF ORDER DELIVERY/ CALL X This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract. PURCHASE Reference your furnish the following on terms specified herein. ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. URS Federal Technical Services, Inc. Amanda O'Brien Contracts Manager _____________________________________ _____________________________________ ______________________________________________ ____________________________ NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED (YYYYMMDD) If this box is marked, supplier must sign Acceptance and return the following number of copies: 17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE See Schedule 18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY ORDERED/ ACCEPTED * 21. UNIT 22. UNIT PRICE 23. AMOUNT See Schedule *If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle. 24. UNITED STATES OF AMERICA 25. TOTAL 26. DIFFERENCES BY: /s/Stasia Baker 08/16/2012 CONTRACTING/ORDERING OFFICER 27a. QUANTITY IN COLUMN 20 HAS BEEN INSPECTED RECEIVED ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED: ___ ___________________________________________________ b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE c. DATE d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28. SHIP NO. 29. D.O. VOUCHER NO. 30. INITIALS PARTIAL 32. PAID BY 33. AMOUNT VERIFIED CORRECT FOR f. TELEPHONE g. E-MAIL ADDRESS FINAL 31. PAYMENT 34. CHECK NUMBER 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. COMPLETE a. DATE b. SIGNATURE AND TITLE OF CERTIFYING OFFICER PARTIAL 35. BILL OF LADING NO. FULL 37. RECEIVED AT 38. RECEIVED BY (Print) 39. DATE RECEIVED 40. TOTAL CON- TAINERS 41. S/R ACCOUNT NUMBER 42. S/R VOUCHER NO. DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE. ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF 1

Upload: others

Post on 23-Jan-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

 

1. CONTRACT NO.

N00178-04-D-4042 2. DELIVERY ORDER NO.

MU613. EFFECTIVE DATE

2012 Aug 164. PURCH REQUEST NO.

M67854-12-R-0519 5. PRIORITY

Unrated6. ISSUED BY CODE M67854 7. ADMINISTERED BY CODE M67854 8. DELIVERY FOB

MARCORSYSCOM2200 Lester St Bldg 2200Quantico VA 22134-6050

MARCORSYSCOM2200 Lester St Bldg 2200Quantico VA 22134-6050

  DESTINATION

  OTHER

  (See Schedule if other)

9. CONTRACTOR CODE 34157 FACILITY 10. DELIVER TO FOB POINT BY (Date)

See Schedule11. X IF BUSINESS IS

URS Federal Technical Services, Inc.20501 Seneca Meadows Parkway Suite 300Germantown MD 20876-7007

   SMALL

12. DISCOUNT TERMS

Net 30 DaysWIDE AREA WORK FLOW

   SMALL DISADVANTAGED

   WOMEN-OWNED 13. MAIL INVOICES TO THE ADDRESS IN BLOCK

See Section G14. SHIP TO CODE   15. PAYMENT WILL BE MADE BY CODE M67443 MARK ALL

PACKAGES ANDPAPERS WITH

IDENTIFICATIONNUMBERS IN

BLOCKS 1 AND 2.

See Section D DFAS Columbus ATTN: KANSASP.O.BOX 369022COLUMBUS OH 43236-9022

16.TYPEOF

ORDER

DELIVERY/CALL

XThis delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract.

PURCHASE  Reference your   furnish the following on terms specified herein.

ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME.

 URS Federal Technical Services, Inc.     Amanda O'Brien Contracts Manager

  

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

(YYYYMMDD)

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

17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE

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

ORDERED/ACCEPTED *

21. UNIT 22. UNIT PRICE 23. AMOUNT

  See Schedule        

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

24. UNITED STATES OF AMERICA 25. TOTAL 26. DIFFERENCES

 

BY: /s/Stasia Baker        08/16/2012 CONTRACTING/ORDERING OFFICER

 

27a. QUANTITY IN COLUMN 20 HAS BEEN

  INSPECTED   RECEIVED  ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED: ___ ___________________________________________________

b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 c. DATE

 d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 

 e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

 28. SHIP NO.

 29. D.O. VOUCHER NO.

 30. INITIALS  

 

  PARTIAL 32. PAID BY

 33. AMOUNT VERIFIED CORRECT FOR

 f. TELEPHONE

 g. E-MAIL ADDRESS     FINAL

31. PAYMENT 34. CHECK NUMBER

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

a. DATE

 b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

    PARTIAL 35. BILL OF LADING NO.

 

  FULL

37. RECEIVED AT

 38. RECEIVED BY (Print)

 39. DATE RECEIVED

 40. TOTAL CON-TAINERS

 

41. S/R ACCOUNT NUMBER

 42. S/R VOUCHER NO.

 

DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE.  

                                                                             

ORDER FOR SUPPLIES OR SERVICES (FINAL) PAGE 1 OF

1

Page 2: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES   For FFP Items:  Item   Supplies/Services       Qty Unit Unit Price          Total Price                 ------ ----------------- --------- ---- --------------- ----------------                  5000   Program                 6.0  LM             Management                              Support IAW PWS                         Para 2.1.1 (TBD)                  5001   Logistics Support       6.0  LM             IAW PWS Para                            2.1.2 (TBD)                       5002   Optional Task 1         6.0  LM              IAW PWS Para                            2.1.2.7 (TBD)                     5003   Optional Task 2         6.0  LM               IAW PWS Para                            2.1.2.9 (TBD)                     5004   Optional Task 3         6.0  LM               IAW PWS Para                            2.1.2.11 (TBD)                    5006   Other Direct            1.0  LO             Costs - Travel                           (TBD)                              For FFP / NSP Items:  Item   Supplies/Services       Qty Unit Unit Price          Total Price                 ------ ----------------- --------- ---- --------------- ----------------                  5007   Base Year CDRLs                                                   DD 1423             For FFP Items:  Item   Supplies/Services       Qty Unit Unit Price          Total Price                 ------ ----------------- --------- ---- --------------- ----------------                  5100   Program                12.0  LM             Management                              Support IAW PWS                         Para 2.1.1                              (Option Year 1)                         (TBD)                                   Option                            5101   Logistics Support      12.0  LM             IAW PWS Para                            2.1.2 (Option                           Year 1) (TBD)                           Option                            

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 1 of 24  FINAL

 

Page 3: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

5102   Optional Task 1        12.0  LM              IAW PWS Para                            2.1.2.7 (Option                         Year 1) (TBD)                           Option                            5103   Optional Task 2        12.0  LM               IAW PWS Para                            2.1.2.9 (Option                         Year 1) (TBD)                           Option                            5104   Optional Task 3        12.0  LM               IAW PWS Para                            2.1.2.11 (Option                        Year 1) (TBD)                           Option                            5106   Other Direct            1.0  LO             Costs - Travel                           (TBD)                                   Option                             For FFP / NSP Items:  Item   Supplies/Services       Qty Unit Unit Price          Total Price                 ------ ----------------- --------- ---- --------------- ----------------                  5107   Option Year 1 -                                                    CDRLs DD 1423       For FFP Items:  Item   Supplies/Services       Qty Unit Unit Price          Total Price                 ------ ----------------- --------- ---- --------------- ----------------                  8000   Program                12.0  LM             Management                              Support IAW PWS                         Para 2.1.1                              (Option Year 2)                         (TBD)                                   Option                            8001   Logistics Support      12.0  LM             IAW PWS Para                            2.1.2 (Option                           Year 2) (TBD)                           Option                            8002   Optional Task 1        12.0  LM              IAW PWS Para                            2.1.2.7 (Option                         Year 2) (TBD)                           Option                            8003   Optional Task 2        12.0  LM              IAW PWS Para                            2.1.2.9 (Option                         Year 2) (TBD)                           Option                            

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 2 of 24  FINAL

 

Page 4: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

8004   Optional Task 3        12.0  LM               IAW PWS Para                            2.1.2.11 (Option                        Year 2) (TBD)                           Option                            8006   Other Direct            1.0  LO             Costs - Travel                           (Option Year 2)                         (TBD)                                   Option                             For FFP / NSP Items:  Item   Supplies/Services       Qty Unit Unit Price          Total Price                 ------ ----------------- --------- ---- --------------- ----------------                  8007   Option Year 2 -                                                   CDRLs DD 1423       For FFP Items:  Item   Supplies/Services       Qty Unit Unit Price          Total Price                 ------ ----------------- --------- ---- --------------- ----------------                  8100   Program                 6.0  LM             Management                              Support IAW PWS                         Para 2.1.1                              (Option 3) (TBD)                        Option                            8101   Logistics Support       6.0  LM             IAW PWS Para                            2.1.2 (Option 3)                        (TBD)                                   Option                            8102   Optional Task 1         6.0  LM              IAW PWS Para                            2.1.2.7 (Option                         3) (TBD)                                Option                            8103   Optional Task 2         6.0  LM              IAW PWS Para                            2.1.2.9 (Option                         3) (TBD)                                Option                            8104   Optional Task 3         6.0  LM               IAW PWS Para                            2.1.2.11 (Option                        3) (TBD)                                Option                            8106   Other Direct            1.0  LO                   Costs - Travel                           (TBD)                                   Option                             

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 3 of 24  FINAL

 

Page 5: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

For FFP / NSP Items:  Item   Supplies/Services       Qty Unit Unit Price          Total Price                 ------ ----------------- --------- ---- --------------- ----------------                  8107   Option 3 - CDRLs                                                  DD 1423            

 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 4 of 24  FINAL

 

Page 6: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT

FOR

FIRE SUPPORT SYSTEMS

PRODUCT MANAGEMENT OFFICE

ACQUISITION, LOGISTICS, ADMINISTRATION

1.0    BACKGROUND

The Product Manager Fire Support Systems’ (PdM FSS) is the acquisition manager for multiple but interrelated artillery and target acquisition programs.  The PdM FSS mission is “to acquire and sustain ground fire support systems and other capabilities for the warfighter as directed.”  Current FSS programs include:

·          Expeditionary Fire Support System (EFSS)

·          Precision Extended Range Munition (PERM) for EFSS

·          High Explosive Rocket Assisted Projectile (HE RAP) for EFSS

·          High Mobility Artillery Rocket System (HIMARS)

·          Common Laser Rangefinder Integrate Capability (CLRF IC)

·          Modeled Meteorological Information Manager (MMIM)

·          Ground Counter Fire Sensor (GCFS)

·          Global Positioning System – Survey (GPS-S) Replacement

·          Improved Position and Azimuth Determining System - Global Positioning System (IPADS-G)

·          Sustainment of other legacy systems for both artillery and target acquisition.

1.1.1.  EFSS is the principal indirect fire support system for the vertical assault element of a Ship to Objective Maneuver force.  EFSS consists of two Internally Transportable Vehicle Prime Movers (ITV-PMs), one 120mm Rifled Towed Mortar (RTM), an Ammunition Trailer (AT), as well as the 120mm ammunition which is currently unique to the RTM.  EFSS has completed Operational Test and Evaluation (OT&E) and has received Full Rate Production (FRP) and fielding decisions.  Initial Operational Capability (IOC) was achieved in FY09.  Three EFSS batteries are scheduled for fielding in 2012.  Full Operational Capability (FOC) is desired by FY14.  EFSS is currently in the Production & Deployment phase.  The program is concurrently developing improved capabilities, fielding new systems, and supporting fielded systems.  EFSS is managed by the Weapons Team.

1.1.2.  HE RAP is currently being developed for EFSS.  HE RAP development will result in an extended range capability from 8 – 12km.  The current range of EFSS munitions is 8km.  HE RAP has received a Milestone B and is currently in the Engineering & Manufacturing Development phase.  HE RAP is managed by the Weapons Team.

1.1.3.  PERM is currently being developed for EFSS.  PERM development will result in an extended range capability to 17km (accuracy <20m). Current range of EFSS munitions is 8km.  PERM has received a Milestone B and is currently in the Engineering & Manufacturing Development phase.  PERM is managed by the Weapons Team.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 5 of 24  FINAL

 

Page 7: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

1.1.4.  HIMARS provides ground-based, responsive General Support/General Support-Reinforcing (GS/GSR) indirect fires which accurately engage targets at long range with high volumes of lethal fire under all weather conditions throughout all phases of combat operations ashore.  The Marine Corps purchased HIMARS through the Army.  The Marine Corps’ version of the HIMARS includes:

·          The HIMARS launcher, M142, consisting of:

o    a Fire Control System (FCS),

o    a carrier (Family of Medium Tactical Vehicles (FMTV) based automotive platform),

o    a Launcher Module (LM) that will perform all operations necessary to complete a fire mission.

·          Two Re-Supply Systems (RSS) which each consists of:

o    one Medium Tactical Vehicle Replacement (MTVR) truck and

o    one MTVR trailer for each RSS

o    each RSS is capable of carrying four Launch Pod Containers (LPC) of the selected MFOM.

·          Command and Control (C2) system.

Full Operational Capability (FOC) was achieved in 2010.  The Total Munitions Requirement (TMR) defines the USMC HIMARS rocket munitions inventory.  The rockets are a joint procurement with the Army and program activities include procurement, fielding, and surveillance.  Munitions will be selected from the Multiple Launch Rocket System (MLRS) Family of Munitions (MFOM) developed by the US Army.  The HIMARS portion of the program is concurrently developing improved capabilities, procuring and fielding new systems, and supporting fielded systems.  Although HIMARS is Post Full Rate Production and currently in the Operations and Support phase, the Acquisition Objective was increased by 6 (standup of Q Battery) as a result of the 2010/2011 Force Structure Review Group.  PM FSS will procure Q Battery equipment in FY12 and field in FY13/14.  HIMARS is managed by the Weapons Team.

1.1.5.  The CLRF fulfills requirements for targeting laser rangefinders.  The principle function is to assist the operator in determining a target location by measuring distance, direction, and vertical angle.  The CLRF facilitates target detection, recognition, and identification by providing optics similar in magnification and view to the M-22 binoculars.  CLRF consists of the AN/PEQ-13 Laser Range Finder, AN/PVS-14 Monocular Night Vision Device, and AN/PSN-13 Defense Advanced Global Positioning System Receiver.  The CLRF-IC is a replacement to the existing CLRF system suite of equipment. CLRF-IC will provide operators the ability to determine target or object location by measuring distance, direction, and vertical angle from the operator to the object. CLRF-IC will assist the operator with target detection, recognition, and identification by providing optics similar in magnification and field of view to the M-22 binoculars. PM FSS intends to replace the current CLRF system with 2 variants: light and medium. This will allow operators to select and carry the system that is most appropriate for their specific mission and battlefield conditions. Both systems will reduce the overall carrying weight of the current system while improving accuracy. The CLRF-IC Light is intended for use by foot mobile Forward Air Controllers (FAC) and Joint Terminal Attack Controllers (JTAC). CLRF-IC Medium is intended for use by FACs and JTACs operating from a vehicle or in a static defense position.  The CLRF IC Light recently attained a Milestone A and is in the Technology Development phase.  CLRF IC is managed by the Target Acquisition Team.

1.1.6.  The MMIM will replace the aging and obsolete AN/TMQ-49 Meteorological Support Group. The MMIM will increase the timeliness and availability of meteorological information while significantly reducing logistic and manpower requirements.  The system will integrate Government Furnished Equipment with software to provide the Target Acquisition Platoon the ability to receive, create, manipulate and transmit meteorological information to fire support and target acquisition systems.  The MMIM is synonymous with the Army artillery meteorological project, the Computer, Meteorological Data-Profiler (CMD-P), AN/GMK-2.  The Army is the lead developer and Primary Inventory Control Activity for the system.  MMIM is currently in the Engineering and Manufacturing Development phase and is scheduled to achieve Full Operational Capability in 3Qtr FY13.  MIMM is managed by the Target Acquisition Team. 

1.1.7.  The GPS-S Replacement System will provide the capability for Marine sensor sections in artillery battalions to provide accurate and timely survey support to target acquisition and fire support agencies across the spectrum of warfare. A Milestone (MS) B Decision was obtained January 2012.  A Firm Fixed Price (FFP) contract with Contractor Logistic Support (CLS) options is planned to be awarded in 3Q FY12 for procuring two production systems to be used in a Field User Evaluation (FUE).  Following a successful FUE, the option to procure the 18 additional systems, in increments of six, to meet

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 6 of 24  FINAL

 

Page 8: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

the Authorized Allowance Objective (AAO) will be exercised with final delivery occurring by 2Q FY14.  GPS-S is managed by the Target Acquisition Team.

1.1.8.  The GCFS is an acoustic weapons locating system that provides the Marine Corps all-weather, 24-hour passive indirect fire (IDF) weapons location capability.  The GCFS can be used as a standalone system to provide enemy weapons locations or in coordination with other IDF detection assets to collaborate detection information or as a cueing agent.  The GCFS also provides intelligence to supported units by providing the location of acoustic events such as Improvised Explosive Devices (IED).  The GCFS is in the Operations and Support phase with efforts ongoing to port the operating system from Solaris to Microsoft and the hardware from Sun to Marine Corps Common Hardware laptops.  GCFS is managed by the Target Acquisition Team.

1.1.9.  The IPADS is a self-contained, inertial navigation and surveying system providing precise position, azimuth and elevation, and is capable of rapid and accurate self-alignment by gyrocompass techniques.  The IPADS provides common inertial survey control for all U.S. Army and Marine Corps Field Artillery, Mortar, Artillery Meteorological and Radar systems.  The addition of GPS will upgrade the current IPADS in the sensor sections in the USMC artillery battalions and regiments to an IPADS-G configuration.  IPADS-G will incorporate National Geospatial-Intelligence Agency (NGA), US Imagery and Geospatial Information Service (USIGS) products and standards (e.g. World Geodetic System 1984 (WGS 84)) to derive positioning data.  The Marine Corp’s projected enhancement of the IPADS is 63 systems.  IPADS is managed by the Target Acquisition Team.

2.0    TASKS

The scope of this effort is to provide on-going programmatic, logistics, and administrative support to PdM FSS and three FSS sub-teams (Weapons Team, Target Acquisition Team, and the Program Support Team).    

The Contractor shall ensure technical management and coordination of task activities and provide overall expertise for successful completion of this task initiative, as well as ensure adequate administrative support be provided as needed.  Contractor employees shall identify themselves as contractor personnel by introducing themselves or being introduced as contractor personnel and displaying distinguishing badges or other visible identification for meetings with Government personnel.  In addition, contractor personnel shall appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence.

2.1.1 Program Management Support.  The Contractor shall support PdM FSS Teams with the development of strategic plans; management plans; integrated master schedule (IMS); Work Breakdown Structures (WBS); and providing suggestions to facilitate PdM FSS Programs compliance with current DoD and Navy and Marine Corps guidelines and requirements.  Required support includes attending various functions with the Army, Navy, Air Force, and other USMC entities to gather information on behalf of PdM FSS, participating in various professional forums and Integrated Product Team (IPT) meetings.  The Contractor shall use the PdM FSS SharePoint site for management of all data required under this contract. 

The Contractor shall:

2.1.1.1 Ensure its support staff has the experience with artillery, munitions, and target acquisition systems sufficient to manage FSS programs, products and processes.

2.1.1.2 Participate in Government-established government/contractor Integrated Product Teams (IPT) that are beneficial to achieving program goals and reducing the overall level of required government oversight.

2.1.1.3 Perform program lifecycle and milestone planning; acquisition planning and management; implementation of acquisition processes; developing/updating program documentation; and conducting resource requirements analysis. 

2.1.1.4 Establish and maintain Government approved Work Breakdown Structures and Integrated Master Schedules that provide accurate and timely schedule, cost and performance in accordance with the PdM FSS Product Manager’s Plan (PMP).

2.1.1.5 Support sound risk management, which mitigates program risks through integration of metrics to monitor program status.

2.1.1.6 Provide information and data for reports as requested by the Product Manager.

2.1.1.7 The Contractor shall compile and submit a monthly report detailing efforts on-going and completed during the period

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 7 of 24  FINAL

 

Page 9: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

of performance. 

CDRL A001 CONTRACTOR’S PROGRESS, STATUS AND MANAGEMENT REPORT /MONTHLY PROGRAM MANAGEMENT REPORT

2.1.2 Logistics Support.  The Contractor shall assist the FSS Product Office with planning, coordinating, and executing comprehensive life-cycle support for assigned programs.  The Contractor shall assess system changes for impacts to logistics support products; manage the configuration and supportability requirements; identify and coordinate documentation requirements; and resolve issues and problems identified by users.  Within this framework are support requirements for planning and coordinating logistics support to ensure long-term sustainment and supportability, as well as, assessing vendor deliverables for conformance and quality (e.g., configuration management; training; maintenance planning; and legacy system interfaces).   Logistics efforts include interfacing with the artillery and target acquisition user communities soliciting information necessary to achieve the Government objectives; and conducting analysis for requirements that arise within FSS programs and projects.  Required support includes attending various functions with the Army, Navy, Air Force, and other USMC entities to gather information on behalf of PdM FSS, participating in various professional forums and Integrated Product Team (IPT) meetings, as well as maintaining support at Albany, GA; and on-site support at Huntsville, AL.

The Contractor shall:

2.1.2.1 Ensure its support staff has experience with artillery, munitions, and target acquisition systems sufficient to manage FSS programs, products and processes.

2.1.2.2 Support logistics efforts to include developing and implementing interim and long-term program supportability strategies in accordance with DoD policy; supportability assessments; developing/updating program documentation; interfacing with the artillery and target acquisition user communities in order to  coordinate and conduct new equipment training, and resolve problems related to maintenance, training, and product quality deficiency reports on Fire Support Systems; and conducting analysis for requirements that arise within FSS programs and projects. 

2.1.2.3 Utilize the PdM FSS (Logistics) SharePoint Site for tracking logistics efforts.

2.1.2.4 Support New Equipment Training Teams (NETT) for PdM FSS programs during fielding by providing SME instruction and planning instructional efforts for three simultaneous training courses involving the fielding and operations of EFSS, HIMARS, MMIM, GPS-S Replacement, GCFS, and IPADS-G equipment.  These courses of instruction will occur at various times and durations focused on Major Subordinate Commands and units in pre-deployment training at, but not restricted to, the following locations:

Camp Lejeune, NC

Camp Pendleton, CA

Okinawa, Japan

Various Reserve sites with artillery or target acquisition units

2.1.2.5 Prepare, update and present all instructional materials, to include computer presentations, used in assigned subject areas in accordance with Government requirements.   Assure that all planning materials, training aids, and equipment are maintained, backed-up as appropriate, kept current and in sufficient quantities for the most efficient use.

2.1.2.6 Provide acquisition life cycle support to assist in the development, update, and evaluation of program documentation, to include: Acquisition Strategies/Acquisition Plans (AS/AP), Integrated Logistics Assessments (ILA), Life Cycle Supportability Plans, Fielding Plans, Field User Evaluation Plans, Disposal Plans, and Manpower Personnel &Training Plans.

2.1.2.7 (Optional Task) Provide equipment support for Weapons systems (primarily EFSS) in Albany, GA.

2.1.2.8 Provide on-site logistics support for HIMARS in Huntsville, AL.

2.1.2.9 (Optional Task) Provide equipment support for Target Acquisition systems in Albany, GA.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 8 of 24  FINAL

 

Page 10: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

2.1.2.10 Provide information and data for reports as requested by the Program Manager.

2.1.2.11  (Optional Task) Provide logistics clerical support for FSS in Albany, GA.

2.1.2.12 The Contractor shall compile and submit a monthly report detailing efforts on-going and completed during the period of performance. 

CDRL A002 CONTRACTOR’S PROGRESS, STATUS AND MANAGEMENT REPORT /MONTHLY LOGISTICS REPORT

3.0    FACILITIES, TRAVEL, AND OTHER DIRECT COSTS (ODCs). 

Work efforts in support of this task effort will be accomplished primarily at the Contractor’s facilities, or on-site at MCSC, Quantico, VA; Albany, GA; and Huntsville, AL. These efforts will require the Contractor to provide facilities near Quantico for meetings and IPTs (e.g., 10-75 personnel), as well as a suitable infrastructure to manage program requirements (e.g., computer, telecommunications (to include conference calls), project and office software, document library, databases, web site, etc.) throughout the course of performance to support the scope of activities.  Such facilities are not reimbursed as ODCs.

Laptops, cellular phones, and other items of convenience are not reimbursable as ODCs.

All Government printing requirements MUST be done by or through the local Document Automation and Production Service (DAPS, now called DLA Document Services) http://www.daps.dla.mil/dapsonline.html.

Travel is anticipated in support of this PWS. This may include local travel, as well as travel to USMC and Army bases CONUS and OCONUS and vendor locations.  Travel shall be handled in accordance with the Joint Federal Travel Regulations (JFTR), at the direction and approval of the COR and FSS Team Leads. Unauthorized travel, or travel not coordinated with the COR or FSS Team Leads, shall not be reimbursed. Additionally, travel or other direct costs in excess of the Contract Line Item Number (CLIN) funded value shall not be reimbursed, unless changed by mutual agreement of the parties through a contract modification.  The expected level of travel is detailed below:

LOCATIONNumber of Trips (Base)

Number of Trips (Option 1)

Number of Trips (Option 2)

Duration (Days)

Number of Travelers

Aberdeen , MD (from Huntsville, AL) 2 2 2 3 2Albany, GA 1 2 2 4 1Albany, GA   3 3 4 3Albany, GA (from Huntsville, AL) 3 4 4 5 1Aurora, CO   1   7 3Blount Island, FL 2 3   4 3Bristol, PA   1   7 3Camp Lejeune, NC 1 1   7 1Camp Lejeune, NC 1 2 2 7 3Camp Lejeune, NC 2     7 2Camp Lejeune, NC 3 1 1 4 3Camp Pendleton, CA 2 2 3 7 1Camp Pendleton, CA 1 2 3 7 3Camp Pendleton, CA 2   1 10 2Camp Pendleton, CA 3 3 3 5 3Camp Pendleton, CA     1 30 3Camp Pendleton, CA (from Huntsville, AL) 1 3 3 5 1Camp Pendleton, CA (from

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 9 of 24  FINAL

 

Page 11: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

Huntsville, AL) 2     4 1Camp Pendleton, CA (from Huntsville, AL) 1     14 1Chattanooga, TN   1   7 3Coronado, CA 2     4 1Dallas, TX (from Huntsville, AL) 2 2 2 5 1El Paso, TX (from Huntsville, AL) 1 3 3 5 1Ft Sill, OK 2 2 3 7 1Ft Sill, OK   3   7 3Ft Sill, OK 1 1   7 2Ft Sill, OK 2     5 2Ft Worth, TX 1 1 1 7 3Huntsville, AL 3 3 3 5 1Huntsville, AL   1 1 5 3Little Creek, VA 2     3 1Minneapolis, MN 4     5 2Nashua, NH 2     2 2Norway 1 1   7 3Oahu, HI 1 1 1 7 3Oahu, HI 1     7 2Okinawa, Japan 1 1 1 8 3Okinawa, Japan 1     10 3Orlando, FL 2     2 2Paris, France 3     7 1Picatinny Arsenal, NJ 6 2 2 5 2Quantico, VA (from Huntsville, AL) 1 2 2 5 1Richmond, VA   1   7 3Seal Beach, CA   1   7 3Spokane, WA   1   7 3Tampa, FL 4     5 2Twentynine Palms, CA 1   1 7 3Twentynine Palms, CA     1 7 1Yuma, AZ 4 1 1 5 3           

4.0    SECURITY REQUIREMENTS

ALL CONTRACTOR PERSONNEL REQUIRING ACCESS TO CLASSIFIED INFORMATION AND ASSIGNED TO THIS PROGRAM SHALL POSSESS A SECRET CLEARANCE.  The prime contractor and all sub-contractors (though the prime contractor) shall certify in writing to the Government that personnel supporting this contract are "Qualified U.S. contractors" per DoD Directive 5220.22-M Chapter 2 Section 2.  Qualified U.S. contractors are restricted to U.S. citizens, persons admitted lawfully into the United States for permanent residence, and are located in the United States.  All personnel identified on the certification and/or supporting this contract shall be in compliance with Department of Defense, Department of the Navy, and Marine Corps Information and Personnel Security Policy to include completed background investigations (as required) prior to start.  This contract shall include a DoD Contract Security Classification Specification (DD Form 254) as an attachment.  The contractor shall have a valid Secret Facility Clearance. The Government shall assist the contractor in gaining access to Government agencies and installations related to the systems in question.

5.0 Attachments/Enclosures.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 10 of 24  FINAL

 

Page 12: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

Enclosure 1 – Performance Requirements Survey (PRS)

 

 

Enclosure 1

PERFORMANCE REQUIREMENTS SURVEY (PRS)

 

SOW

Paragraph Desired

Outcomes Required

Service Performance

Standard

Acceptable Quality Level

(AQL) [1]

 

 

Monitoring

Method 2.1.1 & 2.1.2 Weapons

Team Support

1) - The development and finalization of documentation for acquisitions,   program reviews, and PoPs briefs required for all phases of the acquisition processes. 

1) - Develop Acquisition documentation- Participate in IPTs/IPRs- Provide program Acquisition expertise in all phases of the Acquisition process- Provide PMR/PoPS

support

1) - Acquisition documentation will be developed, finalized, and delivered within the proper schedule.- Provide acquisition guidance based on individual experience and DOD 5000, DoN, and MCSC policies

and guidance.

1) - Acquisition documentation is presented in final format with 90% accuracy. - Guidance will be in accordance with DOD 5000, DoN, and MCSC policies and

guidance.

1) – PMO will evaluate documentation to ensure it meets PMO timeline, accuracy, and quality of standards for development, production, and sustainment

requirements.

              2) A

comprehensive logistics support and sustainment plan and process that aids in achieving 90% system availability. Effective Depot Level of Repair planning, program analysis, scheduling, management and

inspection.

3) - Develop logistics documentation for all phases of the acquisition process. - Manage logistics authoritative data sources.- Provide guidance and preparation of Table of Organization and Equipment Change Request

(TOECR)s.

3) - Logistics documentation will be developed, finalized, and delivered within the proper schedule.- Logistics authoritative data sources will be managed and updated as information is available. - TOECRs will be submitted in

time allotted.

3) - Logistics documentation is presented in final format with 90% accuracy.- 90% accuracy on logistics authoritative data sources.- 90% accuracy

on TOECRs.

3) - Documentation meets PMO timeline, accuracy, and quality of standards for logistics requirements.- PMO will periodically review to ensure database accuracy.- PMO will periodically review TOECR

submittals.

            2.1.1 & 2.1.2 Target Acquisition

Team Support

1) The development and finalization of documentation for acquisitions,   program reviews, and

1) Develop Acquisition documentation - Participate in IPTs/IPRs- Provide program acquisition

1) - Acquisition documentation will be developed, finalized, and delivered within the proper schedule.

1) Acquisition documentation is presented in final format with 90% accuracy. - Guidance will be in accordance with DOD 5000,

1) – PMO will evaluate documentation to ensure it meets PMO timeline, accuracy, and quality of standards for

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 11 of 24  FINAL

 

Page 13: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

PoPs briefs required for all phases of the acquisition processes. 

expertise in all phases of the acquisition process- Provide program risk analysis support- Provide PMR/PoPs

support.

- Provide acquisition guidance based on individual experience and DOD 5000, DoN, and MCSC policies

and guidance.

DoN, and MCSC policies and

guidance.

development, production, and sustainment

requirements.

              2) A

comprehensive logistics support and sustainment plan and process that aids in achieving 90% system availability. Effective Depot Level of Repair planning, program analysis, scheduling, management and

inspection.

2) - Develop logistics documentation for all phases of the acquisition process. - Manage logistics authoritative data sources.- Provide guidance and preparation of Table of Organization and Equipment Change Request

(TOECR)s.

2) - Logistics documentation will be developed, finalized, and delivered within the proper schedule.- Logistics authoritative data sources will be managed and updated as information is available. - TOECRs will be submitted in

time allotted.

2 - Logistics documentation is presented in final format with 90% accuracy.- 90% accuracy on logistics authoritative data sources.- 90% accuracy

on TOECRs.

2) - Documentation meets PMO timeline, accuracy, and quality of standards for logistics requirements.- PMO will periodically review to ensure database accuracy.- PMO will periodically review TOECR

submittals.

            2.1.1 & 2.1.2 Program Support Team

Support

1) - The development and finalization of documentation for acquisitions,   program reviews, and PoPs briefs required for all phases of the acquisition processes. 

1) - Develop Acquisition documentation - Participate in IPTs/IPRs- Provide program acquisition expertise in all phases of the acquisition process- Provide program risk analysis support- Provide PMR/PoPs

support.

1) - Acquisition documentation will be developed, finalized, and delivered within the proper schedule.- Provide acquisition guidance based on individual experience and DOD 5000, DoN, and MCSC policies

and guidance.

1) - Acquisition documentation is presented in final format with 90% accuracy. - Guidance will be in accordance with DOD 5000, DoN, and MCSC policies and

guidance.

1) – PMO will evaluate documentation to ensure it meets PMO timeline, accuracy, and quality of standards for development, production, and sustainment

requirements.

              2) A

comprehensive logistics support and sustainment plan and process that aids in achieving 90% system availability. Effective Depot Level of Repair planning, program analysis,

2) - Develop logistics documentation for all phases of the acquisition process. - Manage logistics authoritative data sources.- Provide guidance and preparation of Table of

2) - Logistics documentation will be developed, finalized, and delivered within the proper schedule.- Logistics authoritative data sources will be managed and updated as information is

2 - Logistics documentation is presented in final format with 90% accuracy.- 90% accuracy on logistics authoritative data sources.- 90% accuracy

on TOECRs.

2) - Documentation meets PMO timeline, accuracy, and quality of standards for logistics requirements.- PMO will periodically review to ensure database accuracy.- PMO will periodically review TOECR

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 12 of 24  FINAL

 

Page 14: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

scheduling, management and

inspection.

Organization and Equipment Change Request

(TOECR)s.

available. - TOECRs will be submitted in

time allotted.

submittals.

           

[1] Numerical values for the adjectival ratings are:  >.95 – Excellent – Exceeds standard compliance; .85 - .95 standard compliance – Acceptable; and <.85 – unacceptable.  For the first option period, a Contractor must receive a rating of .85 or greater. To qualify for a second option period, a Contractor must receive a rating of .95 or greater.

 

 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 13 of 24  FINAL

 

Page 15: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

SECTION D PACKAGING AND MARKING

All Deliverables shall be packaged and marked IAW Best Commercial Practice.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 14 of 24  FINAL

 

Page 16: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

SECTION E INSPECTION AND ACCEPTANCE

52.246-4 Inspection of Services - Fixed Price (Aug 1996) CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY5000  Destination Government Destination Government5001 Destination Government Destination Government5002 Destination Government Destination Government5003 Destination Government Destination Government5004 Destination Government Destination Government5005 Destination Government Destination Government5006 Destination Government Destination Government5007 Destination Government Destination Government

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY5100  Destination Government Destination Government5101 Destination Government Destination Government5102  Destination Government Destination Government5103  Destination Government Destination Government5104  Destination Government Destination Government5105  Destination Government Destination Government5106  Destination Government Destination Government5107  Destination Government Destination Government

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY8000  Destination Government Destination Government8001 Destination Government Destination Government8002 Destination Government Destination Government8003 Destination Government Destination Government8004  Destination Government Destination Government8005  Destination Government Destination Government8006  Destination Government Destination Government8007  Destination Government Destination Government

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY8100  Destination Government Destination Government8101 Destination Government Destination Government8102 Destination Government Destination Government8103 Destination Government Destination Government8104  Destination Government Destination Government8105  Destination Government Destination Government8106  Destination Government Destination Government8107  Destination Government Destination Government

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY8200  Destination Government Destination Government

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 15 of 24  FINAL

 

Page 17: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

SECTION F DELIVERABLES OR PERFORMANCE

CLIN - DELIVERIES OR PERFORMANCE

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

   

5000 10/9/2012 - 4/8/2013

5001 10/9/2012 - 4/8/2013

5002 10/9/2012 - 4/8/2013

5003 10/9/2012 - 4/8/2013

5004 10/9/2012 - 4/8/2013

5006 10/9/2012 - 4/8/2013

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

   

5100 4/9/2013 - 4/8/2014

5101 4/9/2013 - 4/8/2014

5102 4/9/2013 - 4/8/2014

5103 4/9/2013 - 4/8/2014

5104 4/9/2013 - 4/8/2014

5106 4/9/2013 - 4/8/2014

8000 4/9/2014 - 4/8/2015

8001 4/9/2014 - 4/8/2015

8002 4/9/2014 - 4/8/2015

8003 4/9/2014 - 4/8/2015

8004 4/9/2014 - 4/8/2015

8006 4/9/2014 - 4/8/2015

8100 4/9/2015 - 10/8/2015

8101 4/9/2015 - 10/8/2015

8102 4/9/2015 - 10/8/2015

8103 4/9/2015 - 10/8/2015

8104 4/9/2015 - 10/8/2015

8106 4/9/2015 - 10/8/2015

Services to be performed hereunder will be provided at Quantico, VA or contractor's local facility.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 16 of 24  FINAL

 

Page 18: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

SECTION G CONTRACT ADMINISTRATION DATA

MARCORSYSCOM WAWF INSTRUCTIONS TO CONTRACTORS

 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008)

 In compliance with DFARS 252.232-7003, "Electronic Submission of Payment Request and Receiving Reports (March 2008)", the United States Marine Corps (USMC) utilizes WAWF-RA to electronically process vendor request for payment.  The contractor is required to utilize this system when processing invoices and receiving reports under this contract. 

 The contractor shall (i) ensure an Electronic Business Point of Contract (POC) is designated in Central Contractor Registration at http://www.ccr.gov and (ii) register to use WAWF-RA at the https://wawf.eb.mil/ within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract.  Step by step procedures to register are available at the https://wawf.eb.mil/.

 The USMC WAWF-RA point of contact for this contract is - -(3) . 

 The contactor is directed to use the  2-n-1 combo format when processing invoices and receiving reports.  For all requirements, the contractor shall use the Marine Corps Systems Command DODAAC (M67854) as the DODAAC for all shipping addresses, even if the ship-to address is other than the Marine Corps Systems Command. 

 DFAS-Columbus

P.O. Box 369022

Attn:Kansas-M67443

Columbus, Ohio 43236-9022

 E-Mail: [email protected] (Vendor Pay)

PHONE: 1-800-756-4571 #2 then #4 (MOCAS = #1 then #4)

WAWF:  https://wawf.eb.mil/ <https://wawf.eb.mil/> 

 My Invoice: https://myinvoice.csd.disa.mil <https://myinvoice.csd.disa.mil> 

 Data entry information in WAWF:

Payment Office DoDAAC:  M67443

Issue By DoDAAC: M67854

Admin Office DoDAAC: M67854

Ship To/Service Acceptor DoDAAC: M67854/EXT ACSS

Contract Number: (8e) N00178-04-D-4042-MU61   

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 17 of 24  FINAL

 

Page 19: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

Before closing out of an invoice session in WAWF-RA, but after submitting your document or documents, the contractor will be prompted to send additional email notifications.  The contractor shall click on “ Send Additional Email Notifications” block on the page that appears. Add the primary point of contact’s email address(provided above) in the first email address block and add the alternate point of contact’s email address in the following block.  This additional notification to the government is important to ensure the appropriate point of contact is aware that the invoice documents have been submitted into the WAWF-RA system.

 NOTE: The POCs identified above are for WAWF issues only.  Any other contracting questions/problems should be addressed to the POC identified in Section A of the contract.

 

Accounting DataSLINID PR Number Amount -------- ---------------------- --------------------- 5000 M9545012RC22791  LLA : AA 17211092212 252 67854 067443 2D 221203 2RC2279114WU   5001 M9545012RC22791  LLA : AA 17211092212 252 67854 067443 2D 221203 2RC2279114WU   5002 M9545012RC22791  LLA : AA 17211092212 252 67854 067443 2D 221203 2RC2279114WU   5003 M9545012RC22791  LLA : AA 17211092212 252 67854 067443 2D 221203 2RC2279114WU   5004 M9545012RC22791  LLA : AA 17211092212 252 67854 067443 2D 221203 2RC2279114WU   5006 M9545012RC22791  LLA : AA 17211092212 252 67854 067443 2D 221203 2RC2279114WU    BASE Funding Cumulative Funding

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 18 of 24  FINAL

 

Page 20: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

SECTION H SPECIAL CONTRACT REQUIREMENTS

● If the Contractor, under the terms of this task order, or through the performance of tasks pursuant to this task order, is required to provide systems engineering and technical direction for a system or helps to develop specifications or statements of work to be used in a competitive acquisition, the Contractor shall be ineligible to supply the system or major components of the system as a prime Contractor and shall be precluded from being a Subcontractor or consultant to a supplier of the system or any of its major components under an ensuing Government contract. This restriction shall remain in effect for a reasonable time, sufficient to avoid unfair competitive advantage or potential bias (this time shall in no case be less than the duration of the initial production contract).

SECTION H.  SPECIAL CONTRACT PROVISIONS.

H.1 Contracting Officer’s Representative (COR)

 The Contracting Officer has designated a Contracting Officer’s Representative in accordance with DFARS 201.602-2 (2).  The COR is not authorized to negotiate changes, direct the contractor, or obligate the Government.  The COR for this task order is:

Name:

Phone:

Email:

 All Contract Data Requirements List (CDRL) deliverables are to be submitted to the COR, and the COR is responsible for tracking and acceptance. 

H. 2 Identification of Contractor Employees

 Contractor employees shall identify themselves as contractor personnel by introducing themselves or being introduced as contractor personnel and displaying distinguishing badges or other visible identification for meetings with Government personnel.  In addition contractor personnel shall appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence.

 H.3 Organizational Conflict of Interest (OCI)

 Limitation of Future Contracting. The Contracting Officer has determined that this acquisition may give rise to a potential conflict of interest.  Prospective Offerors should read FAR Subpart 9.5 -- Organizational and Consultant Conflicts of Interest. This task may involve systems engineering and technical direction for the Class VIII program that will preclude Contractor involvement in future efforts.  The restrictions upon future contracting are as follows:

To the extent that the work under this contract requires access to proprietary, business confidential, or financial data of other companies, and as long as these data remain proprietary or confidential, the Contractor shall protect the data from unauthorized use and disclosure and agrees not to use it to compete with those other companies.

(a) “Organizational Conflict of Interest” means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the government, or the person’s objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage.  “Person” as used herein includes corporations, partnerships, joint ventures, and other

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 19 of 24  FINAL

 

Page 21: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

business enterprises.

(b) The contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in the contract, the contractor does not have any organizational conflict of interest(s) as defined in paragraph (a).

(c) It is recognized that the effort to be performed by the Contractor under this contract may create a potential organizational conflict of interest on the instant contract or on a future acquisition.  In order to avoid potential conflict of interest, and at the same time to avoid prejudicing the best interest of the government, the right of the contractor to participate in future procurement of equipment and/or services that are the subject of any work under this contract shall be limited as described below in accordance with the requirements of FAR 9.5.

(d)

(1) The contractor agrees that it shall not release, disclose, or use in any way that would permit or result in disclosure to any party outside the government any information provided to the contract by the government during or as a result of performance of this contract.  Such information includes, but is not limited to, information submitted to the government on confidential basis by other persons.  Further, the prohibition against release of government provided information extends to cover such information whether or not in its original form, e.g., where the information has been included in contractor generated work or where it is discernible from materials incorporating or based upon such information.  This prohibition shall not expire after a given period of time.

(2) The contractor agrees that it shall not release, disclose, or use in any way that would permit or result in disclosure or any party outside the government any information generated or derived during or as a result of performance of this contract.  This prohibition shall expire after a period of three years after completion of performance of this contract.

 (3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate of the contractor, any subcontractor, consultant, or employee of the contractor, any joint venture involving the contractor, any entity into or with which it may merge or affiliate, or any successor or assign of the contractor.  The terms of paragraph (f) of the Special Contractor Requirement relating to notification shall apply to any release of information in contravention of this paragraph (d).

(e) The contractor further agrees that during the performance of this contract and for a period of three years after completion of performance of this contract, the contractor, any affiliate of the contractor, any subcontractor, consultant, or employee of the contractor, any joint venture involving the contractor, any entity into or with which it may subsequently merge or affiliate or any other successor or assign of the contractor, shall not furnish to the United States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractor or as a subcontractor, any system, component or services which is the subject of the work to be performed under this contract.  This exclusion does not apply to any re-competition for those systems, components, or services on the basis of work statements growing out of the effort performed under this contract, from a source other than the contractor, subcontractor affiliate, or assign of either, during the course of performance of this contract or before the three year period following completion of this contract has lapsed, the contractor may, with the authorization of the cognizant contracting officer, participate in a subsequent procurement for the same system, component, or service.  In other words, the contractor may be authorized to compete for procurement(s) for systems, components or services subsequent to an intervening procurement.

(f) The contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest; it shall make immediate and full disclosure in writing to the contracting officer.  The notification shall include a description of the actual or potential organizational conflict of interest, a description of the action, which the contractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevant information that would assist the contracting officer in making a determination on this matter.  Notwithstanding this notification, the government may terminate the contract for the convenience of the government if determined to be in the best interest of the government.

 (g) Notwithstanding paragraph (f) above, if the contractor was aware, or should have been aware, of an organizational conflict of interest prior to the award of this contract or becomes, or should become aware of an organizational conflict or interest after award of this contract and does not make an immediate and full disclosure in writing to the contracting officer, the government may terminate this contract for default.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 20 of 24  FINAL

 

Page 22: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

(h) If the contactor takes any action prohibited by this requirement or fails to take action required by this requirement, the government may terminate this contract by default.

(i) The contracting officer's decision as to the existence or nonexistence of the actual or potential organization conflict of interest shall be final and is not subject to the clause of this contract entitled "DISPUTES" (FAR 52.233.1) 

(j) Nothing in this requirement is intended to prohibit or preclude the contractor from marketing or selling to the United States Government its product lines in existence on the effective date of this contract; nor, shall this requirement preclude the contractor from participating in any research and development.  Additionally, sale of catalog or standard commercial items are exempt from this requirement.

 (k) The contractor shall promptly notify the contracting officer, in writing, if it has been tasked to evaluate or advise the government concerning its own products or activities or those of a competitor in order to ensure proper safeguards exist to guarantee objectivity and to protect the government's interest.

(l) The contractor shall include this requirement in subcontracts of any tier which involve access to information or situations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contactor" where appropriate.

(m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remedies provided by law or elsewhere included in this contract.

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

H.4 Contractor Support Public Trust Determinations

 Per Marine Corps Systems Command Policy Letter 1-09, all Contractor support that require a CAC are required to submit a Standard Form 85P, "Questionnaire for Public Trust Positions," and two copies of DD Form 258 "Applicant Fingerprint Card" to the Command's Security Program office along with a personnel roster of submissions and an addressed Federal Express container addressed to OPM, 1137 Branchton Road, Box 618, Boyers, PA 16018.

 The Contractor is responsible for determining when adjudications have been entered by reviewing the notification status of their respective personnel.  Once this has been completed, the Contractor may request the issuance of the CAC using the Contract Verification System (CVS) procedures.  However, if issues are discovered, the Department of the Navy, Central Adjudication Facility (DONCAF) will place a "No Determination Made" in the Joint Personnel Adjudication System (JPAS) and forward the investigation to the submitting office for the Government to adjudicate.

H. 5 Substitution of Key Personnel

 a. Key personnel definition. Key personnel are understood to be those individuals who were proposed in the Contractor’s technical submission, and specifically listed herein, who are necessary to fill the requirements of the task order.

Key Personnel

 b.  The contractor shall assign to this task order those people identified as key personnel and who are necessary to fulfill the requirements of this task order. No substitutions shall be made except in accordance with this clause.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 21 of 24  FINAL

 

Page 23: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

c.  Guidance on Substitutions.  All substitution requests must be submitted, in writing, at least fifteen (15) days [thirty (30) days if security clearance is to be obtained] in advance of the proposed substitutions to the Contracting Officer.

d.  Requests for Substitutions. All requests for substitutions must provide a detailed explanation of the circumstances necessitating the proposed substitution, and any other information requested by the Contracting Officer. All proposed substitutes must have qualifications that are equal to or higher than the qualifications required of the person to be replaced. The Contracting Officer or his/her authorized representative will evaluate such requests and promptly notify the Contractor of his/her approval or disapproval thereof.

 H.6  Post Award Conference

 Within 30 days of the start of performance, the awardee shall organize a Kickoff Meeting to be attended by the COR and contractor personnel to reconcile performance requirements including:  detailed WBS, 30-day staffing plan, use of team members/subcontractors, security requirements, funding and management of funds, and quality control measures in response to the  Performance Requirements Survey (PRS). 

 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 22 of 24  FINAL

 

Page 24: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

SECTION I CONTRACT CLAUSES

09RA 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT.  (MAR 2008)

 (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days prior to completion of the base period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 42 months.

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of completion of the current period of performance.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 23 of 24  FINAL

 

Page 25: o€€€ a Launcher Module (LM) ... (FOC) was achieved in 2010.€ The Total Munitions Requirement (TMR) defines the USMC ... and supporting fielded systems.€ Although HIMARS is

SECTION J LIST OF ATTACHMENTS

Exhibit B - Contract Data Requirement List (CDRLs)

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 MU61  PAGE

 24 of 24  FINAL