amendment of solicitation/modification of contract [x]

advertisement
1. CONTRACT ID CODE
2. AMENDMENT/MODIFICATION NO.
3. EFFECTIVE DATE
11
6. ISSUED BY
CODE
PAGE OF PAGES
J
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1
4. REQUISITION/PURCHASE REQ. NO.
23-Jul-2010
N62645
2
5. PROJECT NO. (If applicable)
N6264509RCAP015
7. ADMINISTERED BY (If other than Item 6)
N/A
S2404A
CODE
Naval Medical Logistics Command
DCMA Manassas
COMMANDING OFFICERNAVAL MEDICAL LOGISTICS
COMMAND 693 Neiman Street
10500 BATTLEVIEW PARKWAY, SUITE 200
MANASSAS VA 20109-2342
Fort Detrick MD 21702-9203
amanda.heller@med.navy.mil 301-619-0242
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code)
9A. AMENDMENT OF SOLICITATION NO.
General Dynamics Information Technology, Inc.
3211 Jermantown Road
Fairfax VA 22030-2844
9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X]
N00178-04-D-4012-EG01
10B. DATED (SEE ITEM 13)
CAGE CODE
07MU1
FACILITY CODE
21-Sep-2006
067641597
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)
SEE SECTION G
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:
FAR 43.103(a)(3) - MUTUAL AGREEMENT OF THE PARTIES
[ ]
D. OTHER (Specify type of modification and authority)
E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office.
14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
SEE PAGE 2
15A. NAME AND TITLE OF SIGNER (Type or print)
16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
Diane M. White, Contracts Manager
Tameka N Davis, Contracting Officer
15B. CONTRACTOR/OFFEROR
15C. DATE SIGNED
/s/Diane M. White
23-Jul-2010
16B. UNITED STATES OF AMERICA
BY
/s/Tameka N Davis
23-Jul-2010
(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.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
2 of 2
FINAL
GENERAL INFORMATION
The purpose of this modification is to change the Period of Performance for CLIN 5002. Accordingly, said Task Order
is modified as follows: The Period of Performance for CLIN 5002 is changed from 18 July 2010 to 22 July 2010. A
conformed copy of this Task Order is attached to this modification for informational purposes only.
The Line of Accounting information is hereby changed as follows:
The total amount of funds obligated to the task is hereby increased by $328.96 from $1,894,637.52 to
$1,894,966.48.
CLIN/SLIN
5002BA
Type Of Fund
O&MN,N
From ($)
68,094.72
By ($)
328.96
To ($)
68,423.68
The total value of the order is hereby increased by $328.96 from $1,894,637.52 to $1,894,966.48.
CLIN/SLIN
5002BA
From ($)
68,094.72
By ($)
328.96
To ($)
68,423.68
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
1 of 23
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES
For FFP Items:
Item Supplies/Services Qty
Unit Unit Price
Total Price
------ ----------------- ---------- --- --------------- --------------2000 PROJECT MANAGER
$346,249.20
2000AA PROJECT MANAGER BASE PERIOD
(O&MN,N)
2040.0 LH
$54.75
$111,690.00
2000BA PROJECT MANAGER OPTION PERIOD 1
OPTION EXERCISED
(O&MN,N)
2040.0 LH
$56.53
$115,321.20
2000CA PROJECT MANAGER OPTION PERIOD 2
OPTION EXERCISED
(O&MN,N)
2040.0 LH
$58.45
$119,238.00
2001 INFORMATION
ENGINEER
$307,795.20
2001AA INFORMATION
ENGINEER - BASE
PERIOD (O&MN,N)
2040.0 LH
$48.68
$99,307.20
2001BA INFORMATION
ENGINEER - OPTION
PERIOD 1
OPTION EXERCISED
(O&MN,N)
2040.0 LH
$50.24
$102,489.60
2001CA INFORMATION
ENGINEER - OPTION
PERIOD 2
OPTION EXERCISED
(O&MN,N)
2040.0 LH
$51.96
$105,998.40
2002 COMPUTER SYSTEM
ANALYST (1)
$235,456.80
2002AA COMPUTER SYSTEM
ANALYST (1) BASE PERIOD
(O&MN,N)
2040.0 LH
$37.25
$75,990.00
2002BA COMPUTER SYSTEM
ANALYST (1) OPTION PERIOD 1
OPTION EXERCISED
(O&MN,N)
2040.0 LH
$38.43
$78,397.20
2002CA COMPUTER SYSTEM
ANALYST (1) OPTION PERIOD 2
OPTION EXERCISED
(O&MN,N)
2040.0 LH
$39.74
$81,069.60
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
2 of 23
2003
COMPUTER SYSTEMS
ANALYST (2)
$282,132.00
2003AA COMPUTER SYSTEMS
ANALYST (2) BASE PERIOD
(O&MN,N)
2040.0 LH
$44.61
$91,004.40
2003BA COMPUTER SYSTEMS
ANALYST (2) OPTION PERIOD 1
OPTION EXERCISED
(O&MN,N)
2040.0 LH
$46.06
$93,962.40
2003CA COMPUTER SYSTEMS
ANALYST (2) OPTION PERIOD 2
OPTION EXERCISED
(O&MN,N)
2040.0 LH
$47.63
$97,165.20
2004
SYSTEMS OPERATOR
$208,039.20
2004AA SYSTEMS OPERATOR
- BASE PERIOD
(O&MN,N)
2040.0 LH
$32.90
$67,116.00
2004BA SYSTEMS OPERATOR
- OPTION PERIOD
1
OPTION EXERCISED
(O&MN,N)
2040.0 LH
$33.95
$69,258.00
2004CA SYSTEMS OPERATOR
- OPTION PERIOD
2
OPTION EXERCISED
(O&MN,N)
2040.0 LH
$35.13
$71,665.20
2009
IT SPECIALIST
SUPPORT
$194,085.60
2009BA IT SPECIALIST
SUPPORT - SEE SOW
OBJECTIVE 11
(O&MN,N)
2040.0 LH
$46.75
$95,370.00
2009CA IT SPECIALIST
SUPPORT - SEE
SOW OBJECTION 11
- OPTION PERIOD 2
(O&MN,N)
2040.0 LH
$48.39
$98,715.60
For ODC Items:
Item
Supplies/Services Qty
Unit Est. Cost
------ ----------------- ---------- --- --------------3000
ODCs - TRAVEL
3000BA TRAVEL - IT
SPECIALIST
SUPPORT (2009BA)
(O&MN,N)
$25,000.00
1.0 Lot
$10,000.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
3 of 23
3000CA TRAVEL - IT
SPECIALIST
SUPPORT (2009CA)
(O&MN,N)
1.0 Lot
$15,000.00
For FFP Items:
Item Supplies/Services Qty
Unit Unit Price
Total Price
------ ----------------- ---------- --- --------------- --------------5000 PROJECT MANAGER
5000BA PROJECT MANAGER OPTION PERIOD 3
(O&MN,N)
$33,863.20
560.0 LH
$60.47
5001 INFORMATION
ENGINEER
5001BA INFORMATION
ENGINEER - OPTION
PERIOD 3 (O&MN,N)
$109,650.00
2040.0 LH
$53.75
5002 COMPUTER SYSTEMS
ANALYST (1)
5002BA COMPUTER SYSTEM
ANALYST (1) OPTION PERIOD 3
(O&MN,N)
1664.0 LH
$41.12
$68,423.68
$27,596.80
560.0 LH
$49.28
5004 SYSTEMS OPERATOR
5004BA SYSTEMS OPERATOR
- OPTION PERIOD 3 (O&MN,N) $109,650.00
$68,423.68
5003 COMPUTER SYSTEMS
ANALYST (2)
5003BA COMPUTER SYSTEMS
ANALYST (2) OPTION PERIOD 3
(O&MN,N)
$33,863.20
$27,596.80
$56,674.80
1560.0 LH
$36.33
$56,674.80
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
4 of 23
FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
STATEMENT OF WORK
INFORMATION MANAGEMENT/INFORMATION TECHNOLOGY SUPPORT
NAVAL MEDICAL LOGISTICS COMMAND
Contract Type:
Fixed Price – Level of Effort (Hours)
(Base + 3 Options)
1. ORGANIZATION:
The Naval Medical Logistics Command (NMLC) is located in Fort Detrick, Frederick, Maryland. NMLC provides
Medical Logistics Support to the Navy Bureau of Medicine and Surgery (BUMED) and all field activities under
BUMED. The contractor will provide information management and technology support to include network and
workstation management, system administration and support. This work will be performed at the Naval Medical
Logistics Command. The contractor will be responsible to ensure personnel receive continuous skill refresher training
to maintain competency to perform required duties, including completion of general training required for NMLC
contractors.
1.1 Identification of Key Personnel:
1.1.1 Contracting Officer Representative (COR), aka Task Order Manager (TOM):
Mr. Stanley G. Wade
Naval Medical Logistics Command
693 Neiman Street
Ft. Detrick, MD 21702-9203
(301) 619-2084
stanley.wade@med.navy.mil
1.1.2 Task Leader (Contractor)
- <to be determined> ­
1.2 Hardware/Software Environment and System Description:
The Naval Medical Logistics Command (NMLC) architecture is comprised of two network infrastructures: classified
and unclassified. The unclassified local area network (LAN) and its resources (hereby referred to as the “System”), is
the network infrastructure managed by the contractor. The LAN is located within the administrative spaces of
buildings 810, 693, 1422, 1674, and 1681 of the Naval Medical Logistics Command, 693 Neiman Street, Fort Detrick,
MD 21702-9203. This System provides network services, including WAN connectivity via the Navy Medicine
Information Systems Support Activity (NAVMISSA) (formerly Naval Medical Information Management Center
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
5 of 23
FINAL
(NMIMC)). The NMLC Management Information Division (MID) maintains the NMLC network. The NAVMISSA
staff maintains the WAN connection. The NMLC network is a technology support system that provides office
automation tools to NMLC administrative, logistic, financial, payroll and travel support personnel in carrying out their
web browsers,
mission related functions. Administrative support is facilitated using Microsoft Exchange™-mail,
e
and COTS and GOTS applications.
The NMLC network provides access to databases, Intranet Web services, and other information resources. Network
services include Domain Name Service (DNS), Dynamic Host Configuration Protocol (DHCP), Windows Internet
Name Service (WINS), Remote Dial-Up Networking, WAN (NIPRNet) and Internet connectivity. E-mail is filtered by a
Norton Anti-Virus server and a Symantec SMTP gateway located on site at NMLC. Firewall and intrusion detection
system support for the network is provided by NAVMISSA. NMLC uses a star topology. This NMLC network is
comprised of a gateway router (Cisco 3640), and 1 Cisco 3540 for dial-in services; CSU/DSU (Channel Service
Unit/Data Service Unit) T-1 line; MR126F media converter; multiple print servers; 22 network servers; a variety of
communications equipment (switches and hubs); and a collection of workstations and laptops.
Protocol traffic across the network consists of 802.11q, ARP, BCAST, BPDU, CDP, CIFS, DNS, DHCP, FTP, HTTP,
HTTPS, ICMP, IP, IPSEC, IPV4, IPV6, LDAP, NETBIOS, NFS, NTP, RARP, RADIUS, SMB, SMTP, SNMP, SSH, SSL,
TCP, TELNET, TFTP and UDP. The majority of the workstations and laptops use the Windows 2000 Professional
operating system and a small number use Windows NT and Windows XP. Users access the system through
individual Pentium desktop workstations and laptops that are installed throughout the NMLC Complex via Fast
Ethernet service.
All incoming and outbound traffic is subjected to dual intrusion detection systems located on site at NMLC and dual
intrusion detections systems located on site at NAVMISSA. All events are logged and stored for a minimum of one
year.
1.3 System Capabilities:
This LAN infrastructure functions as the gateway router, DNS server, E-mail server, Remote dial-up server, Intranet
server, Primary Domain Controller (PDC), Backup Domain Controller (BDC), Windows Internet Name Service (WINS)
Server/Client, File server, Database server and Network Management for the NLMC Network. This system will be the
NMLC gateway to the NIPRNet and Internet community via the WAN.
1.4 Operating Environment:
The LAN is located at Fort Detrick, Frederick, MD in buildings 810, 693, 1422, 1674, and 1681. Fort Detrick is a
controlled access military base. The base is controlled by physical barriers and guarded by a contracted security
force on a 24-7 basis. Visitors will be granted access to the base after displaying appropriate identification. Personnel
without proper identification in NMLC office spaces will be challenged. Current NMLC security practices that protect
against unauthorized access to protected resources include locking the computer screen when leaving the area of the
computer and logging off or shutting down the computer when departing.
The communications equipment includes fiber optic cables, twisted pair copper wire, routers, concentrators, switches,
hubs, etc. The equipment is located in controlled access areas. Contractor personnel perform Software and hardware
maintenance. These personnel must have the appropriate level of access, per appendix III to OMB Circular A-130.
1.5 System Architecture Description:
The hardware that composes the LAN includes servers, workstations and peripheral devices, as well as the
communications equipment, which are required to support the NMLC LAN connectivity. The network servers consist
of 22 servers located in the NMLC Computer Center. These servers are running a variety of operating systems. Most
servers are running Windows 2000 Server or Windows NT 4.0 Server. The Exchange E-mail server is running
Windows NT 4.0 Enterprise Edition. The Linux server uses the Red Hat Fedora Version 2 operating system.
The network servers provide functions such as network management and monitoring, NMLC Intranet, public web
access, web development, SPS testing platform, e-mail, file storage, print queues, anti-virus manager, various network
services, database management, email proxy, and network management and monitoring. The peripheral equipment
includes Hewlett Packard, Xerox, and various LaserJet Printers. The standard LAN printer is the Hewlett Packard
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
6 of 23
FINAL
LaserJet 4, 8000, or 5 Plus with 4 MB of memory; and the Xerox suite of multi-functional devices designed to print, fax,
and scan-to-email images. NMLC uses a star topology. The center of the star is a Nortel Accellar 1150 Gigabit Switch
located on deck 1 of building 1674. The Nortel Accellar switch has a gigabit fiber uplink to a Nortel Bay Stack 350-T
switch. Both of these components are located in the utility closet of deck 1. The Nortel switch has a fast ethernet
connection to a media converter, which converts the media to fiber. The fiber is then routed through the Ft. Detrick
backbone to a Cisco 3640 router in building 810.
The Cisco 3640 router has two T-1 connections, one to NAVMISSA for NIPRNet and Internet traffic and another T-1
for Dial-in services. NAVMISSA also provides firewall services for NMLC Internet and NIPRNet traffic. (It is
anticipated that two additional T-1 circuits will be added to increase bandwidth to NAVMISSA.) From the Nortel
Accellar switch, the star branches out via Gigabit fiber to five Nortel Bay Stack 350-T switches and one Cisco 3508
switch. Building 1674 has three utility closets on decks 1, 2, and 3. Each closet has a Nortel Bay Stack 350-T, which is
configured to provide ports for network printers and a couple of Bay Stack 100-T hubs. The hubs provide shared fast
ethernet service to the users. Building 1674 also has a server room that has a Nortel Bay Stack 350-T and a Cisco 3508
switch. The Nortel switch provides service to the users in that area and the Cisco 3508 provides connectivity to the
server room itself. The server room has an additional Cisco switch and two Nortel switches installed to balance the
traffic load. Building 1681 has one equipment rack located in the break room on deck 2. A Cisco 2509 provides remote
dial-up service to the NMLC users. Mounted to the rack is a Nortel Bay Stack 350-T, configured to provide ports for
network printers and three Bay Stack 100-T hubs. The hubs provide shared Fast Ethernet service to the users.
NMLC LAN Architecture shows the basic hardware components used to construct the LAN. This includes Cisco
routers, Cisco Catalyst Workgroup Switches (Ethernet switches), 3Com and Bay Network Ethernet Hubs, Media
Converter, CSU/DSU t-1 line, and associated cabling. All workstations are connected to Bay Network stackable
Ethernet hubs. The printers are connected to BayStack switches. Each hub stack is connected to a port on the Cisco
Catalyst Workgroup Ethernet or Accellar Switches using a fiber optic link.
2.0 OBJECTIVES:
2.1 Scope of Work:
The contractor shall provide information management and technology support to include, but not limited to, network
and workstation management and support, system administration, management and maintenance of SOPs,
documents, network diagrams, design, and architectures, etc. The contractor shall be responsible to ensure personnel
receive continuous skill refreshment training to maintain competency to perform required duties.
2.2 Objectives:
2.2.1 Objective 1: Automated Information System (AIS) Security Program Management:
The contractor shall assist in the management of the Automated Information System (AIS) Security Program. This
support includes development, implementation, and maintenance of the information system security plan and
program, including implementation of the Personal Key Infrastructure (PKI), Common Access Card (CAC), and
encryption. Contractor also implements Computer Task Orders and other tasking from higher authority and reports
status and compliance in the On-line Compliance Reporting System (OCRS). The contractor shall ensure compliance
with the information system security plan and provide guidance and generalized procedures to the command. Results
of this objective to be documented in monthly status report, including identification of potential problems and
recommended resolutions.
2.2.2 Objective 2: Information Assurance:
The contractor shall Oversee development and implementation of an information assurance strategy to certify all
systems and network infrastructure to achieve DITSCAP accreditation and annual Interim Approval to Operate
(IATO) the NMLC Local Area Network unclassified system Non-Secure Internet Protocol Router Network (NIPRNet).
This responsibility includes updating the IATO when changes occur, for submission to NMLC and the ATO holder.
Contractor is also responsible to ensure compliance with HIPAA requirements as they relate to information
assurance. Incumbent ensures plans are coordinated with all entities supported or connected to the NMLC
enterprise. Results of this objective to be documented in monthly status report, including identification of potential
problems and recommended resolutions. (All level of effort under Objective 2 shall end on January 2, 2010.)
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
7 of 23
FINAL
2.2.3 Objective 3: Automation and Telecommunications Support:
The contractor shall maintain and provide technical support for the Naval Medical Logistics Command's present
automation and communications equipment, (i.e., Local Area Network (LAN), telephones, e-mail, fiber optic, video
teleconference, and T-1 SDN lines, NAVNET, and connectivity to the Post FDD Backbone, etc.).
As part of this support, the contractor shall coordinate the installation of new equipment as requested by the COR.
When new automation or communication equipment is received, a plan of action to install equipment shall be
included with the next monthly report. The contractor shall assist Naval Medical Logistics Command in the
coordination of any repairs, preventative maintenance, etc., to all Naval Medical Logistics Command automation and
communication equipment.
The contractor shall document current licenses for operation of the network and software. This shall entail identifying
the quantities of licenses required and expiration dates of licenses. (NAVMISSA maintains 272 licenses each for
WinZip, Microsoft Windows 2000/XP desktop/laptop operating systems, and the MS-Office 2003 product suite for
NMLC. NAVMISSA also maintains 31 licenses for Microsoft Windows server operating systems (2000/2003) and one
license for Microsoft BackOffice) Contractor shall ensure NMLC systems have all required licenses and identify any
needed new licenses, licenses set to expire, or license upgrades to the COR for separate procurement by NAVMISSA
or NMLC if required.
Results of this objective to be documented in monthly status report, including identification of potential problems
and recommended resolutions.
2.2.4 Objective 4: Systems Administration Support:
Not Required as of 6 July 2010.
2.2.5 Objective 5: Help Desk Support:
The contractor shall be on board from 0630 to 1530 during regular workdays and be reachable using government
furnished equipment during those hours. At the beginning of the workday, email, internet connectivity, Blackberry
service, anticipated Video Tele-conferencing and/or other related meeting services shall be verified as operational. In
the event of base closure (snow day, federal emergencies, etc), the contractor is expected to report to an alternate
work site. The contractor shall remain at least one hour past all command specific closures as long as the event falls
within normal work hours. At the end of this hour, the contractor shall report to their alternate work site until the end
of normal work hours. Contractor shall be paid if the closure is outside the contractor's control and the contractor
has reported to their alternate work site.
2.2.6 Objective 6: Web Page Support:
Not Required as of 19 July 2010.
2.2.7 Objective 7: Technical Support (Systems Maintenance):
The NMLC IM/IT systems shall be fully operational at all times. The contractor shall be available to restore service,
or implement corrective action/mitigate loss at all times. Contractor shall have personnel available to be contacted by
the Fort Detrick facilities office in case of power and heating/cooling outages. The contractor shall develop a
mechanism that allows the contractor to be automatically/electronically notified in case of hardware/software failures.
System outages due to hardware/ software failures shall be remedied within eight (8) hours. If greater than eight (8)
hours, COR approval is required.
2.2.8 Objective 8: Technical Support (Workload/Service Request Tracking):
The contractor shall utilize a service request tracking and reporting tool (DMLSS, Remedy, other software,
spreadsheet, matrix, or standard (widely used) tracking and reporting application. COR approval of the particular
tracking and reporting tool is required.). All service requests (other than systems maintenance) shall be entered and
tracked. At a minimum, the following categories and response times shall be provided:
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
8 of 23
FINAL
a. High Priority – system shutdown resulting in work stoppage (shall respond within one hour of request)
b. Medium Priority – system problem/s not resulting in complete work stoppage (shall respond within four hours, if at
or near the end of the work day, service becomes High Priority at the start of the next business day)
c. Routine – software/hardware installation or upgrade not critical to performance of routine task (shall be completed
within four (4) business days).
All service requests shall be resolved (or feedback provided to end-user) within the time frame listed above.
2.2.9 Objective 9: IM/IT Equipment Management Support:
The contractor shall update and maintain an IM/IT equipment database. The contractor shall use DMLSS Equipment
Management Module and Defense Property Accounting System.
Training on the selected system shall be provided by the Government to the contractor, if it is a program currently inuse at NMLC. The contractor may use a secondary database subject to the approval of the Government. Update and
maintenance includes inventory of existing assets, addition of newly-acquired IM/IT assets, and deletion
of “surveyed” or disposed outdated assets from equipment database.
The contractor shall conduct 2 audits per contract year and be assisted by the NMLC Material Management Officer,
as identified by the COR. The results of audit shall be included in the monthly report and include findings and
recommendations.
Contractor shall be familiar with current Department of Defense regulations regarding disposal of IM/IT assets,
including proper forms and maintenance of equipment records.
Contractor shall be able to furnish IM/IT equipment records and submit to a physical audit as needed, but estimated
at no more than once per month. The Government estimates it shall review approximately five percent (5%) of IM/IT
assets per audit. Discrepancies shall not exceed twenty-five percent (25%) of assets reviewed. These are locally
established thresholds and are not defined by NAVMED P-5132. Discrepancies are outlined as follows:
a. Missing equipment/no survey documentation
b. Equipment in location other than listed in the inventory
c. Portable computers not having proper equipment loan document
d. Missing documentation of surveyed equipment
Audits shall be performed by the Equipment Manager or NMLC Supply Officer, with COR coordination. The
contractor shall be notified at least forty-eight (48) hours before an audit is to be performed.
2.2.10 Objective 10: Life Cycle Management Plan (LCMP):
The contractor shall maintain and update NMLC’s LCMP for IT by category of assets. The plan shall result in the
ability to forecast IT maintenance requirements and equipment replacement cycle requirements for a 5-year period.
Listings shall be kept current and provided to the COR as requested.
2.2.11 Objective 11: Technical Support (MTF & Fleet Medical Information Technology Support) Temporary
Duties shall include:
a. The Contractor shall provide one individual to perform duties as an Information Technology Specialist with special
applications in Healthcare IT. Healthcare IT support includes the ability to monitor Medical Treatment Facility (MTF)
network and systems performance, providing guidance and training to staff and customers, assisting with
coordination of IT technical support, providing advice on, and devising solutions to a wide range of healthcare IT
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
9 of 23
FINAL
issues and performing site surveys. Services shall be provided at the Naval Medical Logistics Command (NMLC),
Fort Detrick, MD, at MTFs and onboard ships both within and outside of the Continental United States (CONUS),
where healthcare IT support is required. Travel requirements may be identified during contract performance and will
be scheduled with the concurrence of the sponsor. The time required for traveling to and from each of the sites will
be charged to the contract.
b. Provide input to drafting position papers on healthcare IT issues as they pertain to medical equipment. Monitor
state-of-the-art healthcare IT developments and make recommendations on how to address trends and new
technologies within the context of DoD and Navy Medicine policies. Identify and interpret relevant information
including industry standards and practices and recommend solutions to management. Represent NMLC Code 03 on
Navy and other service work groups established to develop or define healthcare IT initiatives.
c. Provide input in drafting information systems security documentation and carry out activities leading to security
certification or accreditation of medical equipment and platform IT. Work with NMLC customers to identify and
implement Navy security policies as they pertain to healthcare IT and medical equipment. Present DoD and Navy IT
and information assurance policies to vendor business partners and NMLC customers.
d. Participate as a member of the NMLC Picture Archive and Communication systems (PACS) Team. Assist with
planning and managing large-scale PACS deployments. Meet with NMLC customers to collect information about
business practices and clinical requirements and document results. Present draft specifications for network
requirements to the team leader for discussion.
e. Perform analysis of MTF and shipboard Local Area Networks (LAN) and identify the need to upgrade or enhance
network component capabilities. Monitor MTF network performance to analyze network traffic patterns and perform
bandwidth analysis. Develop requirements for the acquisition of network hardware, software and services. Assist
with the coordination of data migration from legacy systems to newer versions.
f. The Director, Equipment Support, NMLC or the designated Team Leader shall provide technical oversight and
guidance for Contractor activities under this objective.
g. The Government shall provide office space, equipment and supplies at NMLC.
h. The Government shall retain rights to all intellectual property produced by the Contractor in performing the
requirements of this objective.
i. The Contractor shall provide the Director, Equipment Support, NMLC or the designated Team Leader a written
monthly report regarding:
●
●
●
New and emerging healthcare IT initiatives.
DoD and Navy IT policy changes and how they effect medical equipment procurement and deployment.
Reviews, recommendations, and equipment system evaluations as required.
j. Inspection and acceptance: Contractor efforts and deliverables shall be reviewed by the NMLC for accuracy and
completeness prior to acceptance. Errors found after the acceptance shall be corrected by the Contractor within 2
working days from the date of discovery.
k. Period of Performance: The period of performance covered under this objective shall correspond with Option
Period 1 (9/29/2007 - 9/28/2008) AND Option Period 2 (9/29/2008 - 9/28/2009).
l. Qualifications: The Contractor shall meet and maintain the following qualification requirements:
●
●
●
●
Certification as a Network Engineer, a degree in information security/assurance, or at least one year of
specialized experience relating to the performance requirements listed above is required.
Knowledge of medical equipment and systems is highly desirable.
Knowledge of systems analysis and design techniques, pertinent characteristics of software, computer
equipment, data-base management, and information systems security techniques in order to perform detailed
analysis and studies.
Knowledge of concepts, policies, procedures and implementation strategies, to accomplish delivery of
business requirements, processes, products and services.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
10 of 23
●
●
●
FINAL
Knowledge of Microsoft Office programs, particularly Word, PowerPoint, Excel, Project and Visio.
Knowledge of Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) and Food and
Drug Administration (FDA) requirements is highly desired.
Experience with the US Navy policies and programs as it relates to medical and dental equipment.
3.0 CONTRACT INFORMATION:
3.1 Place of Performance:
Contractor services shall be provided to NMLC, 693 Neiman Street, Ft. Detrick, MD, 21702. The Government requires
contractor staff to be on site during regular working hours, 0630 to 1800, Monday through Friday. In the event of a
Government closure (snow day, federal emergencies, etc), the contractor is expected to report to an alternate work
site. The contractor shall remain at least one hour past all command specific closures. At the end of this hour, the
contractors shall report to their alternate work site. Contractor shall be paid if the closure is outside the contractor’s
control and the contractor has reported to their alternate work site. (also see SOW 6.2)
3.2 Quality Assurance Plan:
3.2.1. Objective:
This plan shall provide a basis for the COR to evaluate the quality of the Contractor’s performance. The oversight of
the contract and this plan will ensure that service levels are maintained at or above the required levels throughout the
contract term. Further, this plan provides the COR with a proactive way to avoid unacceptable or deficient
performance, and provides verifiable input for the required annual post performance evaluations.
3.2.2. Evaluation Methods:
The COR will conduct performance evaluations based on Section 3.4 below and the required performance levels set
forth in the contract. Performance evaluation criteria and standards are outlined in the QAP submitted by the
contractor after contract award.
3.3 COR Duties for Quality Assurance (QA):
The COR is the person responsible for the overall project. The COR will be responsible for scheduling and
coordinating task order matters. This includes ensuring that Government supplied items specified in this task order
are available when needed, and for apprizing NMLC leadership of problems with the Contractor that may affect either
delivery schedules or costs. All tasks performed by the Contractor shall be coordinated with the COR.
3.4 Performance Standards:
Quality Level: By monitoring the Contractor, the COR will determine whether the performance levels set forth in the
contract have been attained. Quality levels for all tasks shall be specified in the QAP.
Frequency: During performance of this contract, the COR will be provided monthly measurements as specified in
Table 1.
Management Responsiveness: The COR will determine whether the Contractor has managed the contract effectively
and efficiently, with successful and timely response to refinement and integration of plans, best business practices,
capabilities, requirements, reports, briefings, and request for assistance, etc., as specified in the quality standards set
forth in the SOW. The COR will confirm whether the Contractor has satisfactorily met all reporting requirements,
including subcontracting reports, when applicable.
See attached SOW for Performance Standard Summary table.
4.0 DELIVERABLES:
Deliverables will consist of software installation, maintenance and documentation required to accomplish the
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
11 of 23
FINAL
objectives listed above. The following deliverables shall be provided as directed by the COR:
a. Briefings for BUMED, Navy Leadership and desktop training as required for NMLC staff.
b. Monthly Status Reports. Included in these status reports shall be the identification of potential problems,
recommended resolutions, and Network Uptime-Downtime.
c. Concept of Operations (CONOPS), Continuity of Operations Plan (COOP), and SOPs per all the Objectives (i.e.,
AIS, IA, Helpdesk, Technical Support, Network/systems Shutdown/Up procedures, alert notification process, etc.).
d. Web site (contents ongoing), list server (on-going), newsletters.
e. Knowledge management solutions for BUMED and Department of Defense programs.
f. Process improvement recommendations and implementation plan.
g. List showing software and hardware used at NMLC that requires licensing and confirm that NMLC is in
compliance, highlighting any needed licenses, network/systems diagrams, designs, architectures and drawings.
4.1 Monthly Status Reports:
The contractor shall provide electronic status reports as requested, but at least monthly, to the COR. The Monthly
Status Reports shall be provided to the COR by the 10th day of each month following performance of the preceding
month. The period for Monthly Status Reports shall be consistent with the contractor’s monthly invoicing period.
These status reports shall include:
a. Contractor accomplishments for the reporting period.
b. Status of IM/IT development and proliferation.
c. Problems experienced during reporting period.
d. Recommended resolutions to problems identified.
e. Status of funds report for allotted for IM/IT maintenance, procurement, and operations.
f. Anticipated problems.
g. Special reports and analysis requested by NMLC.
h. A statement of burn rate, in tabular (see Table 2) and graphic format.
See attached SOW for monthly Resource Burn-Rate table.
4.2 Procurement Support:
The contractor shall coordinate the procurement of computer related equipment and software with the NMLC
Material Management Officer, and prepare any required documentation needed for the procurement.
4.3 Meetings:
The contractor shall also attend meetings as requested by NMLC COR and submit any required reports or provide
information by the due date.
4.4 Annual/Final Report:
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
12 of 23
FINAL
The contractor shall document and summarize contractor accomplishments and support . The final report shall be
delivered in hard copy to the COR and Contracting Officer.
Due Date: Annually by 28 September.
4.5 Delivery Instructions:
4.5.1 Delivery Address:
Naval Medical Logistics Command
Address: 693 Neiman Street
Ft. Detrick, Maryland 21702-9203
E-mail Address: stanley.wade@med.navy.mil
4.5.2 Delivery Method:
NMLC will accept delivery of documentation, in both hard copy and electronic media. Hard media will be delivered to
the address specified in paragraph 4.5.1 Delivery Address, above. The Contractor will minimize delivery costs,
utilizing Internet delivery for electronic media to the maximum extent possible and utilize commercial overnight
delivery only when absolutely necessary to fulfill a time critical requirement. Electronic media may be delivered (hand­
carried or US Mail) on either 3 ½-inch floppy disk or CD-ROM to the same address or via the Internet to the electronic
mail address. Acceptable electronic media include MS-Word version 6x or later; MS EXCEL version 5x or later; MS
PowerPoint version 4x or later; MS Project version 4x or later. The Contractor shall provide the deliverables in each of
the following categories in formats as appropriate: 1) web-enabled: html/htm, .rtf, .pdf, etc. 2)
generic: .txt, .doc, .ppt, .mpp, and/or .pdf and 3) print version in .pdf or .mpp.
4.6 Inspection and Acceptance:
Contractor efforts and deliverables shall be reviewed by the COR for accuracy and completeness prior to acceptance.
If no corrections are received within five working days after submission, deliverables shall be considered accepted as
is.
Due Date: Monthly Status Report.
5.0 GOVERNMENT FURNISHED MATERIAL AND INFORMATION:
a. Contracting Officer’s Representative (COR)
b. Access to relevant medical logistics documents.
c. Access to Navy personnel for interviews and data collection.
d. Office space, furniture, and administrative supplies.
e. Computer, calculator, and other necessary office equipment.
f. Telephone with long distance and DSN capabilities, and
g. Access to medical logistics legacy systems and manuals.
6.0 ADMINISTRATION CONSIDERATIONS:
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
13 of 23
FINAL
6.1 Contracting Officer Representative (COR):
Mr. Stanley G. Wade
Naval Medical Logistics Command
693 Neiman Street
Ft. Detrick, MD 21702-9203
(301) 619-2084
stanley.wade@med.navy.mil
6.2 Place of Performance
Work shall be performed during normal working hours 0630 to 1800 Monday through Friday at NMLC, 693 Neiman
Street, Ft. Detrick, MD, 21702, unless the COR grants prior approval. Lunchtime will be limited to one-half hour. A
longer lunchtime may be taken, but any time taken past the half-hour limit must be added to the end of the workday.
No holidays, weekends, or overtime may be worked unless the contractor receives prior approval from the COR.
However, work outside of normal business hours may be required in order to accomplish some of the objectives
required by the position. Overtime is defined as working more than forty hours in a single week. The contractor shall
establish a timekeeping method as required and approved by the COR to properly document time in and time out of all
contractor personnel. The contractor must wear government identification badges when at NMLC. (also see SOW 3.1)
6.3 Period of Performance (Base):
29 September 2006 – 28 September 2007 (plus 3 One Year Options)
6.4 Security Clearance
All contractor personnel performing under this task order shall hold a Secret Clearance at minimum. Contract
personnel already working on-site prior to the modification to add this requirement to the task order shall have until
the end of base period, 9/28/2007, to obtain a Secret Clearance if not already held.
7.0 INVOICING AND PAYMENT:
The contractor is authorized to submit monthly invoices, in arrears, for labor performed. The period for monthly invoice and for the Monthly Status Reports shall be consistent.
The contractor shall use Wide Area Work Flow (WAWF) as method of invoicing.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
14 of 23
FINAL
SECTION D PACKAGING AND MARKING
Packaging and marking shall be in accordance with the Section D of the NAVSEA SeaPort Multiple Award Indefinite
Delivery Indefinite Quantity Contract (MAC).
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
15 of 23
FINAL
SECTION E INSPECTION AND ACCEPTANCE
Inspection and acceptance in accordance with Section E of the NAVSEA SeaPort Multiple Award Indefinite Delivery
Indefinite Quantity Contract (MAC).
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
16 of 23
SECTION F DELIVERABLES OR PERFORMANCE
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following Items are as follows:
2000AA
2000BA
2000CA
2001AA
2001BA
2001CA
2002AA
2002BA
2002CA
2003AA
2003BA
2003CA
2004AA
2004BA
2004CA
2009BA
2009CA
3000BA
3000CA
5000BA
5001BA
5002BA
5003BA
5004BA
9/29/2006 - 9/28/2007
9/29/2007 - 9/28/2008
9/29/2008 - 9/28/2009
9/29/2006 - 9/28/2007
9/29/2007 - 9/28/2008
9/29/2008 - 9/28/2009
9/29/2006 - 9/28/2007
9/29/2007 - 9/28/2008
9/29/2008 - 9/28/2009
9/29/2006 - 9/28/2007
9/29/2007 - 9/28/2008
9/29/2008 - 9/28/2009
9/29/2006 - 9/28/2007
9/29/2007 - 9/28/2008
9/29/2008 - 9/28/2009
9/29/2007 - 9/28/2008
9/29/2008 - 9/28/2009
9/29/2007 - 9/28/2008
9/29/2008 - 9/28/2009
9/29/2009 - 1/2/2010
9/29/2009 - 9/28/2010
9/29/2009 - 7/22/2010
9/29/2009 - 1/2/2010
9/29/2009 - 7/5/2010
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
17 of 23
FINAL
SECTION G CONTRACT ADMINISTRATION DATA
Task Order Manager
Mr. Stanley G. Wade
693 NEIMAN STREET
Fort Detrick, MD 21702
stanley.wade@med.navy.mil
301-619-2084
INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICES
Invoices for services rendered under this Contract shall be submitted electronically through Wide Area Work Flow –
Receipt and Acceptance (WAWF):
The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://wawftraining.com.
A separate invoice will be prepared for every pay period. Do not combine the payment claims for services provided under this contract. The contractor shall submit invoices for payment per contract terms. The Government shall
process invoices for payment per contract terms.
Select the 2-in-1 Invoice (for Services Only) within WAWF as the invoice type. The 2-in-1 Invoice prepares the
Material Inspection and Receiving Report, DD Form 250, and invoice in one document.
Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF.
The following information regarding NMLC is provided for completion of the invoice in WAWF:
Issuing Office DODAAC: N62645
Admin DODAAC: N62645
Acceptor DODAAC: N62645
LPO DODAAC: N62645
Pay DODAAC: HQ0338
For registration instructions and step-by-step instructions for entering an Invoice 2-in-1 for Services invoice, please
visit the web site: http://www.acquisition.navy.mil/navyaos/content/view/full/99/.
For any other questions, please contact the WAWF helpdesk toll-free at 1-866-618-5988 or cscassig@ogden.disa.mil, or the BUMED WAWF Implementation Team at wawf@nmlc.med.navy.mil.
Accounting Data
SLINID
PR Number
Amount
-------- ---------------------- --------------------MOD 01
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
18 of 23
2000AA
N6264506RCAP026
111690.00
LLA :
AA 9760130 188D 000 62645 0 068688 2D CAP026 626456L1033Q
Standard Number: N6264506RCAP026
2001AA
N6264506RCAP026
99307.20
LLA :
AA 9760130 188D 000 62645 0 068688 2D CAP026 626456L1033Q
Standard Number: N6264506RCAP026
2002AA
N6264506RCAP026
75990.00
LLA :
AA 9760130 188D 000 62645 0 068688 2D CAP026 626456L1033Q
Standard Number: N6264506RCAP026
2003AA
N6264506RCAP026
91004.40
LLA :
AA 9760130 188D 000 62645 0 068688 2D CAP026 626456L1033Q
Standard Number: N6264506RCAP026
2004AA
N6264506RCAP026
67116.00
LLA :
AA 9760130 188D 000 62645 0 068688 2D CAP026 626456L1033Q
Standard Number: N6264506RCAP026
MOD 01 Funding 445107.60
Cumulative Funding 445107.60
MOD 03
2000BA
N6264507RCAP014
115321.20
LLA :
AB 9770130 188D 000 62645 0 068688 2D CAP014 626457L1033Q
Standard Number: N6264507RCAP014
2001BA
N6264507RCAP014
102489.60
LLA :
AB 9770130 188D 000 62645 0 068688 2D CAP014 626457L1033Q
Standard Number: N6264507RCAP014
2002BA
N6264507RCAP014
78397.20
LLA :
AB 9770130 188D 000 62645 0 068688 2D CAP014 626457L1033Q
Standard Number: N6264507RCAP014
2003BA
N6264507RCAP014
93962.40
LLA :
AB 9770130 188D 000 62645 0 068688 2D CAP014 626457L1033Q
Standard Number: N6264507RCAP014
2004BA
N6264507RCAP014
69258.00
LLA :
AB 9770130 188D 000 62645 0 068688 2D CAP014 626457L1033Q
Standard Number: N6264507RCAP014
MOD 03 Funding 459428.40
Cumulative Funding 904536.00
MOD 04
2009BA
N6264507RCAP026
95370.00
LLA :
AC 9770130 188D 000 62645 0 068688 2D CAP026 626457L1033Q
Standard Number: N6264507RCAP026
3000BA
N6264507RCAP026
10000.00
LLA :
AC 9770130 188D 000 62645 0 068688 2D CAP026 626457L1033Q
Standard Number: N6264507RCAP026
MOD 04 Funding 105370.00
Cumulative Funding 1009906.00
MOD 06
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
19 of 23
2000CA
N6264508RCAP019
119238.00
LLA :
AD 9780130 188D 000 62645 0 068688 2D CAP019 6264581H303Q
Standard Number: N6264508RCAP019
2001CA
N6264508RCAP019
105998.40
LLA :
AD 9780130 188D 000 62645 0 068688 2D CAP019 6264581H303Q
Standard Number: N6264508RCAP019
2002CA
N6264508RCAP019
81069.60
LLA :
AD 9780130 188D 000 62645 0 068688 2D CAP019 6264581H303Q
Standard Number: N6264508RCAP019
2003CA
N6264508RCAP019
97165.20
LLA :
AD 9780130 188D 000 62645 0 068688 2D CAP019 6264581H303Q
Standard Number: N6264508RCAP019
2004CA
N6264508RCAP019
71665.20
LLA :
AD 9780130 188D 000 62645 0 068688 2D CAP019 6264581H303Q
Standard Number: N6264508RCAP019
MOD 06 Funding 475136.40
Cumulative Funding 1485042.40
MOD 07
2009CA
N6264508RCAP022
98715.60
LLA :
AE 9780130 188D 000 62645 0 068688 2D CAP022 6264581H303Q
Standard Number: N6264508RCAP022
3000CA
N6264508RCAP022
15000.00
LLA :
AE 9780130 188D 000 62645 0 068688 2D CAP022 6264581H303Q
Standard Number: N6264508RCAP022
MOD 07 Funding 113715.60
Cumulative Funding 1598758.00
MOD 08
5000BA
N6264509RCAP015
123358.80
LLA :
AF 9790130 188D 000 68907 0 068688 2D CAP015 6264591H303Q
Standard Number: N6264509RCAP015
5001BA
N6264509RCAP015
109650.00
LLA :
AF 9790130 188D 000 68907 0 068688 2D CAP015 6264591H303Q
Standard Number: N6264509RCAP015
5002BA
N6264509RCAP015
83884.80
LLA :
AF 9790130 188D 000 68907 0 068688 2D CAP015 6264591H303Q
Standard Number: N6264509RCAP015
5003BA
N6264509RCAP015
100531.20
LLA :
AF 9790130 188D 000 68907 0 068688 2D CAP015 6264591H303Q
Standard Number: N6264509RCAP015
5004BA
N6264509RCAP015
74113.20
LLA :
AF 9790130 188D 000 68907 0 068688 2D CAP015 6264591H303Q
Standard Number: N6264509RCAP015
MOD 08 Funding 491538.00
Cumulative Funding 2090296.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
20 of 23
MOD 09 5000BA
N6264509RCAP015
(89495.60) LLA : AF 9790130 188D 000 68907 0 068688 2D CAP015 6264591H303Q Standard Number: N6264509RCAP015 5003BA
N6264509RCAP015
(72934.40) LLA : AF 9790130 188D 000 68907 0 068688 2D CAP015 6264591H303Q Standard Number: N6264509RCAP015 MOD 09 Funding -162430.00 Cumulative Funding 1927866.00 MOD 10 5002BA
N6264509RCAP015
(15790.08) LLA : AF 9790130 188D 000 68907 0 068688 2D CAP015 6264591H303Q Standard Number: N6264509RCAP015 5004BA
N6264509RCAP015
(17438.40) LLA : AF 9790130 188D 000 68907 0 068688 2D CAP015 6264591H303Q Standard Number: N6264509RCAP015 MOD 10 Funding -33228.48 Cumulative Funding 1894637.52 MOD 11 5002BA
N6264509RCAP015
328.96 LLA : AF 9790130 188D 000 68907 0 068688 2D CAP015 6264591H303Q Standard Number: N6264509RCAP015 MOD 11 Funding 328.96 Cumulative Funding 1894966.48 FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
21 of 23
FINAL
SECTION H SPECIAL CONTRACT REQUIREMENTS
Special Contract Requirements in accordance with Section H of the NAVSEA SeaPort Multiple Award Indefinite
Delivery Indefinite Quantity Contract (MAC).
See Section C Statement of Work for any Special Instructions.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
22 of 23
FINAL
SECTION I CONTRACT CLAUSES
All applicable clause contained in the NAVSEA SeaPort Multiple Award Contract are hereby incorporated in this
solicitation.
___________________________________________
FAR 52.217-7 Option for Increased Quantity—Separately Priced Line Item.
As prescribed in 17.208(e), insert a clause substantially the same as the following:
Option for Increased Quantity—Separately Priced Line Item (Mar 1989)
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in
the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice
to the Contractor within the period of performance. Delivery of added items shall continue at the same rate that like
items are called for under the contract, unless the parties otherwise agree.
___________________________________________
FAR 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within the period
specified in the Delivery Information; provided that the Government gives the Contractor a preliminary written notice
of its intent to extend at least 60 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 unders this clause, shall not exceed 3
years.
_____________________________________________
Tricare Management Activity (TMA) HIPAA Clause - See Attachment.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4012
EG01
11
23 of 23
SECTION J LIST OF ATTACHMENTS
STATEMENT OF WORK
TMA HIPAA Clause
FINAL
Download