1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Size: px
Start display at page:

Download "1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2"

Transcription

1 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 23-Feb-20 N MR N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2404A SPAWAR SSC ATLANTIC (Charleston) P.O. BOX North Charleston SC DCMA Manassas BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. ManTech Systems Engineering Corporation Lee Jackson Highway Fairfax VA B. DATED (SEE ITEM ) [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. N D B. DATED (SEE ITEM 13) CAGE CODE 2U954 FACILITY CODE Apr 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. (*) 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 (b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) FAR (a)(3) E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE 23-Feb STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)

2 2 of 2 GENERAL INFORMATION The purpose of this modification is to extend period of performance and add funds. Accordingly, said Task Order is modified as follows: A conformed copy of this Task Order is attached to this modification for informational purposes only. As a result of this modification: 1. Funds in the amount of have been added to SLIN 1501AY in accordance with MANTECH signed letter request dated 8 February 20. Funding information is shown in Section G. 2. The period of performance date for last option year has been extended through 9 April 20 in accordance with MANTECH signed letter request dated 8 February 20. CLIN information is provided below. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. The Line of Accounting information is hereby changed as follows: The total amount of funds obligated to the task is hereby increased from CLIN/SLIN Type Of Fund From ($) By ($) To ($) 1501AY OTHER The total value of the order is hereby increased from. CLIN/SLIN From ($) By ($) To ($) 1501AY

3 1 of 34 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF Automated Fuel Services 01AA Automated Fuel Services (O&MN,N) 01AB Automated Fuel Services (O&MN,N) 01AC Automated Fuel Services (O&MN,N) 1201 Automated Fuel Services 1201AE Automated Fuel Services (WCF) 1201AF Automated Fuel Services (WCF) 1201AG Automated Fuel Services (WCF) 1201AH Automated Fuel Services (WCF) 1201AJ Automated Fuel Services (WCF) 1201AK Automated Fuel Services (WCF) 1301 Automated Fuel Services 1301AL Automated Fuel Services (WCF) 1301AM Automated Fuel Services (WCF)

4 2 of AN Automated Fuel Services (OTHER) 1401 Automated Fuel Services 1401AP Automated Fuel Services (WCF) 1401AQ Automated Fuel Services (WCF) 1401AR Automated Fuel Services (WCF) 1501 Automated Fuel Services 1501AU Automated Fuel Services (O&MN,N) 1501AV Automated Fuel Services (OTHER) 1501AW Automated Fuel Services (OTHER) 1501AX Automated Fuel Services (OTHER) 1501AY Automated Fuel Services (OTHER) For ODC Items: Item Supplies/Services Qty Unit Est. Cost AA Travel Costs (O&MN,N) AL Travel Costs (WCF) 3201AM TRAVEL COSTS (WCF) 3301

5 3 of AN Travel Costs (WCF) AP Travel Costs (WCF) 3401AQ Travel Costs (WCF) AU Travel Costs (O&MN,N) ALLOTMENT OF FUNDS (JAN 1989) (a) This contract is incrementally funded with respect to both cost and fee. (b) The amounts presently available and allotted to this contract for payment of fee, as provided in the Section I clause of this contract entitled Fixed Fee, are as follows: ITEM(S) ALLOTTED TO FIXED FEE (c) The amounts presently available and allotted to this contract for payment of cost, subject to the Section I Limitation of Funds clause, the items covered thereby and the period of performance which it is estimated the allotted amount will cover are as follows: ITEM(S) ALLOTTED TO COST PERIOD OF PERFORMANCE 10 April April 2007 (d) The parties contemplate that the Government will allot additional amounts to this contract from time to time by unilateral contract modification, and any such modification shall state separately the amounts allotted for cost and for fee, the items covered thereby, and the period of performance the amounts are expected to cover. (End of clause) ADDITIONAL SLINS Additional SLINs will be unilaterally created by the Contracting Officer during performance of this Task Order to accommodate the multiple types of funds that will be used under this Order.

6 4 of 34 SECTION C DESCRIPTIONS AND SPECIFICATIONS Section C - Performance Work Statement (PWS) SPAWARSYSCEN-CHARLESTON, Code 744 Automation Fuels Support 1.0 INTRODUCTION This Performance Work Statement (PWS) details the parameters and requirements for supporting the ATG/AFSS/AFHE technical and maintenance support programs at SPAWARSYSCEN Charleston, Hickam AFB, Hawaii, and various DOD Automation Fuel Sites Worldwide. 2.0 BACKGROUND The Defense Energy Support Center (DESC) manages, installs, and maintains automated fuel handling equipment and systems at DoD fuel facilities worldwide. The Space and Naval Warfare Systems Center Charleston is tasked by DESC with life-cycle maintenance support for these systems. DESC has installed Automated Fuel Handling Equipment (AFHE), Automated Tank Gauging (ATG), Automated Fuel Service Station (AFSS) equipment under three major program efforts. AFHE projects are implemented at DoD bulk fuel storage fuel depots. These projects standardize and modernize automation at fuel storage and distribution activities to increase operational efficiency, provide real-time and fast response to depot operations that have potential for hazardous spills and/or life threatening conditions, support real-time control of depot operations, tighten inventory control, and automate data storage and retrieval. The Phase IIA ATG program installed large bulk tank ATG systems for all services and small tank ATG for the Air Force. The Phase IIB program installed small tank ATG and AFSS systems at Army, Navy, and Marine Corps fuel facilities. ATG systems provide automated inventory monitoring, low/high level alarms, and leak detection for fuel tanks. AFSS systems are installed at retail and bulk fuel distribution locations. AFSS equipment captures fuel issue transactions and uploads that data into FAS. 3.0 SCOPE The objective of this Task Order is to obtain the full range of program management and project management support services to assist and support Automation Program to carry out its duties and responsibilities to install and maintain world-class ATG and AFSS equipment and services to DESC. The range of Task Order services required span subject matter expertise to administrative support, technical support, and services with skill sets and experience that match Code-744 s need to comply with and respond to DOD, DLA, SPAWAR, and Service Control Point requirements including current, updated program plans and documentation, current and accurate requirements definition, alternative approaches for fielding, migrating, staging and supporting systems, site management, acquisitions, adherence to standards, specifications and best practices, mitigation of risks, addressing issues and performing all of the Program and Project functions necessary to achieve the strategic goals and objectives of the Amotion Program. 4.0 PLACE OF PERFORMANCE Work shall be performed at the following facilities SPAWARSYSCEN Charleston Hickam AFB, Hawaii Various DOD Automation Fuel Sites Worldwide 5.0 APPLICABLE DIRECTIVES / REFERENCES 5.1 Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston References

7 5 of 34 The Automation Program is Capability Maturity Modelâ Integration (CMMI) level 2 compliant and maintains referenced SPAWARSYSCEN Charleston CMMI documentation on the Automation Program WebPM website; In accordance with CMMI policy, hard copy documentation is not considered controlled and SPAWARSYSCEN Charleston CMMI document versions listed below may be superceded by more current versions. It is the contractor s responsibility to request access to the website to ensure compliance with the most recent document versions. a. MAIN-D-GEN-SOP , Corrective Maintenance Standard Operating Procedure b. AUTO-D-GEN-SAM , Supplier Agreement Management Plan c. MAIN-D-GEN-SOP , Maintenance Site Visit Request Standard Operating Procedure d. P2B-D-GEN-PRD , Phase IIB ATG/AFSS/FAS Interface Standard Drawing Requirements Document e. AUTO-D-GEN-CMP , Automation Program Configuration Management Plan f. MAIN-D-GEN-PM , AFHE/ATG/AFSS Maintenance Program Management Plan g. AUTO-D-GEN-GSPC , DOD Fuels Automation ATG General Specification h. AUTO-D-GEN-GSPC , DOD Fuels Automation AFSS General Specification i. MAIN-D-GEN-SOP , Automation Program Site Support Standard Operating Procedure j. MAIN-D-GEN-SOP , Automation Program Preventive Maintenance Standard Operating Procedure k. MAIN-D-GEN-SOP , Automation Program Corrective Maintenance Follow-Up Standard Operating Procedure l. MAIN-D-GEN-SOP , CIMS & Support Magic Ticket Status Review Standard Operating Procedure m. MAIN-D-GEN-TEP , Automated Tank Gauging Maintenance Test and Inspection Procedures 5.2 Government References a. DoD M (Industrial Security Manual for Safeguarding Classified Information) b. DoD-D Management of Bulk Petroleum c. DoD-STD S Automated Data Systems Documentation Standards 5.3 Other References a. Manufacturer s Equipment Manuals 5.4 SPECIFICATIONS (Guidance Only) American National Standards Institute (ANSI) a. ANSI C2 National Electrical Safety Code b. ANSI X3.5 Flow Chart Symbols and Their Usage in Information Processing c. ANSI C39.5 Safety Requirements for Electrical Measuring and Controlling Instrumentation

8 6 of 34 d. ANSI/ISA-S5.1 Instrumentation Symbols and Identification American Petroleum Institute (API) a. API-STD-04 - Standard for Welding Pipelines and Related Facilities b. API RP-500 Classification of Locations for Electrical Installation c. API RP Cathodic Protection of aboveground Petroleum Storage Tanks d. API Standard Tank Inspection, Repair, Alteration, and Reconstruction e. BULL Safe Maintenance Practice in Refineries f. PUB Safe Practice in Gas and Electric Cutting and Welding in Refineries, Gasoline Plants, Cycling Plants, and Petrochemical Plants g. PUB Cleaning Petroleum Storage Tanks h. PUB Procedures for welding or Hot Tapping on Equipment Containing Flammables i. API-STD - Manual of Petroleum Measurement Standards, Chapter 3 Tank Gauging Section 1B Standard Practice for Level Measurement of Liquid Hydrocarbons in Stationary Tanks by Automatic Tank Gauging National Fire Protection Authority (NFPA) a. NFPA 30 - Flammable and Combustible Liquids b. NFPA 70 - National Electrical Code c. NFPA 78 - Lightning Protection d. NFPA Classification of Flammable Liquids, Gases, etc. and of Hazardous Locations Underwriters Laboratories, Inc. (UL) a. UL Grounding and Bonding Equipment b. UL 50 - Cabinets and Boxes c. UL Industrial Control Equipment d. UL Industrial Control Equipment for Use In Hazardous Locations 6.0 SECURITY Contractor request for visit authorization shall be submitted in accordance with reference 2.2a not later than one week prior to visit. Tasking performed under this delivery is unclassified; therefore, security classification form DD-254 is not required. The Contractor shall forward requests for visitation to: Commanding Officer Space and Naval Warfare Systems Center Charleston P.O. Box

9 7 of 34 North Charleston, SC Attn: Security Office and In addition, for Air Force sites, the contractor shall follow requirements of reference 5.1c. 7.0 COR DESIGNATION/TASK ORDER MANAGER The COR for the Delivery Order is Technical points of contact that have specific interests in this work are: is the Branch Manager and primary point of contact for all technical issues associated with this Performance Work Statement (PWS) and delivery order. is the ATG Maintenance Project Manager and secondary point of contact for all technical issues associated with this PWS and delivery order., is the Program Manager and point of contact for all programmatic concerns and issues related with this PWS and delivery order 8.0 PERFORMANCE REQUIREMENTS 8.1 TASK A - AUTOMATION FUELS INVENTORY TASKING The contractor shall: (1) Track inventory data sheets, drawings, configuration files, and Preventive Maintenance (PM) Reports from the maintenance contractors. (a) Review PM Schedule Report to determine what data was collected by the maintenance contractors in accordance with their PWSs. (b) Enter the date that SPAWARSYSCEN Charleston received the inventory data, drawings, configuration files, and PM reports into the PM schedule report. (c) Report any missing data or drawings to SPAWARSYSCEN Charleston Project Manager. (2) Obtain equipment information from newly completed Phase IIB installations (3) Enter inventory data into the Automation Inventory Database. (4) Upload configuration drawings and files into the Automation Inventory Database. (5) Knowledgeable ofthe different automation equipment and systems to be entered into the Automation Inventory Database. (6) Review and compare equipment data to the configuration drawings for each site making sure that number and type of equipment data gathered matches the drawings. (7) Report any discrepancies between the data and site configuration drawings to the SPAWARSYSCEN Charleston Project Manager.

10 8 of TASK B AUTOMATION FUELS MANAGEMENT AND INSPECTION TASKING The contractor shall perform the following tasks: (1) Monitor ATG/AFSS Preventive Maintenance Schedule for changes and progression (2) Verify completion and accuracy of ATG/AFSS Preventive Maintenance documents; inventory data sheets, drawings, configuration files, and PM reports. (3) Coordinate Preventive Maintenance schedules with Maintenance Contractor and sites, Service Control Points (SCP), and other commands. (4) Evaluate Site Support issues either by traveling to the location or obtaining information from maintenance technicians and site personnel. (5) Perform site surveys to determine scope of work on site support issues or to verify satisfactory completion of repairs. (6) Update individual site support projects in the Dimensions Management Database and coordinate work with site personnel. (7) Review the CIMS database and ensure that the CIMS Tickets are preceding in accordance with the Automation Program SOP. (8) Review CIMS trouble tickets for completeness, and customer satisfaction. (9) Verify satisfactory resolution of Follow-up trouble tickets. Assist in resolving Follow-up tickets with individual sites. (10) Review CIMS trouble tickets for trends and rework. Assist with conducting trend analysis of trouble tickets seeking indicators of recurring failures, seasonal failures, poorly performing equipment or materials, etc. () Routinely call customers and review recent site activities for customer satisfaction. (12) Verify contractor s performance is according to applicable PWS and Automation Program SOPs and Maintenance Guidance Plan. (13) Foster, implement, and resolve team CMMI and other command business process issues. (14) Assist with maintaining the accuracy of and adherence to the Automation Program s Maintenance Program Management Plan (PMP). (15) Assist with maintaining the development and implementation of Maintenance Standard Operating Procedures (SOP). (16) Assist with the development and implementation of maintenance support documents. (17) Assist Quality Assurance Manager with the development and implementation of metrics for the Maintenance Program. (18) Assist Requirements Manager with the development and implementation of site operational support requirements documents (19) Monitor adherence to approved Standard Operating Procedures, metrics, and requirements documents (20) Assist with improvements to DESC/SPAWARSYSCEN Charleston Help Desk operations.

11 9 of 34 (21) Assist with conducting market analysis seeking better ways to collect data, improve hardware and software performance, and communications. (22) Monitor internal tasking schedule coordinating the completion of scheduled action items with SPAWARSYSCEN Charleston Project Manager and team members. (23) Work with other SPAWARSYSCEN Charleston Project Managers to resolve site, programmatic, contractual issues, concerns, and problems. (24) Travel with team members to discover and resolve maintenance issues, concerns, and problems. (25) Evaluate the overall effectiveness and performance of installed systems. (26) Assist with developing power point presentations to inform the Program Manager, Senior Management, customers, and sponsors of status, development initiatives, program issues, concerns, and problems, and financial status. (27) Assist with the development of requirements and requirement descriptions for new systems or system upgrades (28) Prepare task descriptions of Site Support issues, PWS's, SOP's and PRD s associated with the ATG and AFSS maintenance programs. (29) Review the performance of the maintenance contractor and resolve any issues between the maintenance contractor and site personnel. (30) Ensure that the maintenance contractors/technicians are following the handling of trouble calls, failures, calibration, operational support, corrective maintenance, preventive maintenance, and spare part handling in accordance with PWS, SOP or PRD. (31) Report any impacts or physical damage to the equipment that will affect the operation of the systems. (32) Initiate documents necessary to obtain authorization and funding for site projects. (33) Prepare for each site visit in the performance of this tasking. (34) Develop trip reports for each site visit. (35) Prepare and revise test procedures for verifying ATG and AFSS systems under corrective, preventive, and site support issues. The contractor shall be able to handle the problem at hand and determine the best course of action based on the options provided under the guidance of ATG/AFSS/AFHE programs. The contractor shall follow the work processes set forth in these programs and ensure the maintenance contractors for these programs follow the government defined work process. The contractor shall access the CIMS database to ensure the work process applications are applied. The contractor shall review each active ticket each day to ensure the maintenance contractors are properly updating the tickets. If the maintenance contractors are not updating the problem or following the work process, the contractor shall contact and notify the assigned maintenance personnel to determine the reason. The technician shall determine and gather the facts behind a conflict that arise with a ticket. This will involve the technical assistant to contact site personnel, the different maintenance contractors, and government agencies to the gather the facts. The technician shall record the facts in the ticket and inform the SPAWARSYSCEN Charleston personnel assigned to the ATG/AFSS/AFHE programs of the conflict and recommend a course of action. The assigned SPAWARSYSCEN Charleston point of contact (POC) will take the problem/conflict for action. The contractor shall equip each technician working on this task with a mobile phone and digital camera to perform the

12 10 of 34 duties and tasks listed in this PWS. The contractor shall plan for Automation Fuels Management and Inspection Tasking to be one full time Maintenance Field Technician position and provide in support of the duties in this tasking. The contractor shall also plan for for this technician to perform the duties within this PWS. The technicians shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities. The contractor shall plan for travel for the technicians to ATG and AFSS sites. The technician shall travel at least 60% of time for the Automation Maintenance program. 8.3 TASK C PACIFIC AUTOMATION FUELS MANAGEMENT, INSPECTION, AND COORDINATION TASKING The contractor shall perform the following tasks: (1) Monitor ATG/AFSS Preventive Maintenance Schedule for changes and progression (2) Verify completion and accuracy of ATG/AFSS Preventive Maintenance documents; inventory data sheets, drawings, configuration files, and PM reports. (3) Coordinate Preventive Maintenance schedules with Maintenance Contractor and sites, Service Control Points (SCP), and other commands. (4) Evaluate Site Support issues either by traveling to the location or obtaining information from maintenance technicians and site personnel. (5) Perform site surveys to determine scope of work on site support issues or to verify satisfactory completion of repairs. (6) Update individual site support projects in the Dimensions Management Database and coordinate work with site personnel. (7) Review the CIMS database and ensure that the CIMS Tickets are preceding in accordance with the Automation Program SOP. (8) Review CIMS trouble tickets for completeness, and customer satisfaction. (9) Verify satisfactory resolution of Follow-up trouble tickets. Assist in resolving Follow-up tickets with individual sites. (10) Review CIMS trouble tickets for trends and rework. Assist with conducting trend analysis of trouble tickets seeking indicators of recurring failures, seasonal failures, poorly performing equipment or materials, etc. () Routinely call customers and review recent site activities for customer satisfaction. (12) Verify contractor s performance is according to applicable PWS and Automation Program SOPs and Maintenance Guidance Plan. (13) Foster, implement, and resolve team CMMI and other command business process issues. (14) Assist with maintaining the accuracy of and adherence to the Automation Program s Maintenance Program Management Plan (PMP). (15) Assist with maintaining the development and implementation of Maintenance Standard Operating Procedures (SOP). (16) Assist with the development and implementation of maintenance support documents.

13 of 34 (17) Assist Quality Assurance Manager with the development and implementation of metrics for the Maintenance Program. (18) Assist Requirements Manager with the development and implementation of site operational support requirements documents (19) Monitor adherence to approved Standard Operating Procedures, metrics, and requirements documents (20) Assist with improvements to DESC/SPAWARSYSCEN Charleston Help Desk operations. (21) Assist with conducting market analysis seeking better ways to collect data, improve hardware and software performance, and communications. (22) Monitor internal tasking schedule coordinating the completion of scheduled action items with SPAWARSYSCEN Charleston Project Manager and team members. (23) Work with other SPAWARSYSCEN Charleston Project Managers to resolve site, programmatic, contractual issues, concerns, and problems. (24) Travel with team members to discover and resolve maintenance issues, concerns, and problems. (25) Evaluate the overall effectiveness and performance of installed systems. (26) Assist with developing power point presentations to inform the Program Manager, Senior Management, customers, and sponsors of status, development initiatives, program issues, concerns, and problems, and financial status. (27) Assist with the development of requirements and requirement descriptions for new systems or system upgrades (28) Prepare task descriptions of Site Support issues, PWS's, SOP's and PRD s associated with the ATG and AFSS maintenance programs. (29) Review the performance of the maintenance contractor and resolve any issues between the maintenance contractor and site personnel. (30) Ensure that the maintenance contractors/technicians are following the handling of trouble calls, failures, calibration, operational support, corrective maintenance, preventive maintenance, and spare part handling in accordance with PWS, SOP or PRD. (31) Report any impacts or physical damage to the equipment that will affect the operation of the systems. (32) Initiate documents necessary to obtain authorization and funding for site projects. (33) Prepare for each site visit in the performance of this tasking. (34) Develop trip reports for each site visit. (35) Prepare and revise test procedures for verifying ATG and AFSS systems under corrective, preventive, and site support issues. The contractor shall be able to handle the problem at hand and determine the best course of action based on the options provided under the guidance of ATG/AFSS/AFHE programs. The Maintenance Field Technician shall follow the work processes set forth in these programs and ensure the maintenance contractors for these programs follow the government defined work process. The Maintenance Field Technician shall access the CIMS database to ensure the work process applications are applied.

14 12 of 34 The contractor shall review each active ticket each day to ensure the maintenance contractors are properly updating the tickets. If the maintenance contractors are not updating the problem or following the work process, the contractor shall contact and notify the assigned maintenance personnel to determine the reason. The technician shall determine and gather the facts behind a conflict that arise with a ticket. This will involve the technical assistant to contact site personnel, the different maintenance contractors, and government agencies to the gather the facts. The technician shall record the facts in the ticket and informed the SPAWAR personnel assigned to the ATG/AFSS/AFHE programs of the conflict and recommend a course of action. The assigned SPAWARSYSCEN Charleston point of contact (POC) will take the problem/conflict for action. The contractor shall equip the technician working on this task with a mobile phone and digital camera to perform the duties and tasks listed in this PWS. The contractor shall plan for Automation Fuels Management, Inspection, and Coordination Tasking to be one full time position and provide s in support of the duties in this tasking. The contractor shall also plan for for this technician to perform the duties within this PWS. The technician shall be based out of Oahu, Hawaii at government facilities. The contractor shall plan for travel for this technician to ATG and AFSS sites. The technician shall travel at least 60% of time for the Automation Maintenance program. 6.4 TASK D- Help Desk/ISC Coordination Tasking The contractor shall perform the following tasks: (1) Manage the trouble calls in the SPAWARSYSCEN Charleston ISC/CIMS database. (2) Prepare AFHE/ATG/AFSS Contractor Weekly Reports on the status of trouble tickets for the SPAWARSYSCEN Charleston Project Managers. (3) Prepare AFHE/ATG/AFSS Monthly Status Report on Corrective/Preventive/Site Support Maintenance. (4) Handle the problem at hand and determine the best course of action based on the options provided under the guidance of ATG/AFSS/AFHE programs. (5) Follow the work processes set forth in the Automation program and ensure the maintenance contractors of these programs follow the government defined work process. (6) Review each active ticket each day to ensure the maintenance contractors are properly updating the tickets. (7) Determine and gather the facts behind a conflict that arise with a ticket. (8) Record the facts in the ticket and inform the SPAWARSYSCEN Charleston personnel assigned to the ATG/AFSS/AFHE programs of the conflict and recommend a course of action. (9) Update the DESC Help Desk database on each work order assigned to SPAWARSYSCEN Charleston. (10) Support the duties of the BSME Support Coordination Tasking The contractor shall plan for Help Desk/ISC Coordination Tasking to be a full time Logistics/Configuration Specialist position and provide in support of the duties in this tasking. The coordinator shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities. 6.5 TASK E- BSME Support Coordination Tasking The Logistic Support Coordinator shall (1) Manage the work orders in the DESC/BSME Support Magic Database

15 13 of 34 (2) Manage the flow of data between the ISC and DESC Help Desk. (3) Prepare weekly reports on all work orders/trouble tickets older than 60 days for our sponsor, Defense Energy Supply Center (DESC). (4) Handle the problem at hand and determine the best course of action based on the options provided under the guidance of ATG/AFSS/AFHE programs. (5) Follow the work processes set forth in these programs and ensure the maintenance contractors of these programs follow the government defined work process. (6) Review each active ticket each day to ensure the maintenance contractors are properly updating the tickets. (7) Determine and gather the facts behind a conflict that arise with a ticket. (8) Record the facts in the ticket and inform the SPAWARSYSCEN Charleston personnel assigned to the ATG/AFSS/AFHE program of the conflict and recommend a course of action. (9) Review each ticket to determine if a specific ticket is out of the scope of the maintenance program. (10) Notify the SPAWARSYSCEN Charleston representative when a ticket falls within the category of site support. Support the duties of the Help Desk Coordinator The contractor shall plan for BSME Support Coordination Tasking to be a full time Logistics/Configuration Specialist position and provide in support of the duties in this tasking. The coordinator shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities. 8.6 TASK F- Monthly Status Report The contractor shall provide a Monthly Status Report by the 10th working day of each month to the SPAWARSYSCEN Charleston Project Manager. It shall cover the activities of the previous month. The contractor shall provide necessary management and administrative efforts to prepare, maintain and deliver monthly status reports. The report shall detail, at a minimum, the following information: Progress on each Task in this PWS Accounting of the costs incurred by the contractor and the funds remaining Accounting of the hours utilized and hours remaining (special note if 75% of labor hours are depleted) Accounting of travel costs (special note if 75% of travel funds are depleted) 9.0 GOVERNMENT FURNISHED INFORMATION N/A 10.0 GOVERNMENT FURNISHED MATERIAL N/A.0 GOVERNMENT FURNISHED EQUIPMENT The following GFE is provide to the contractor;

16 14 of 34 Dell Laptop Computer and accessories QTY 1; Unit Price ; Total price Dell Laptop Computer consists of the following: Optiplex GX620 Pentium, 1.0GB 533MHz memory, Smart Reader card Keyboard; 40 BG SATA hard drive, 16X DVD =/- RW Drive; Docking Station CONTRACTOR FURNISHED MATERIAL The contractor is responsible for acquiring and delivering all material required to complete all tasks described in this PWS. The contractor is responsible for the proper disposal of all removed material. The contractor shall use only new material unless directed otherwise in writing by the SPAWARSYSCEN Charleston Project Manager responsible for the delivery order. The contractor shall submit a list of material required to complete tasking described herein to the SPAWARSYSCEN Charleston Project Manager. The list shall include the materials manufacturer, manufacturer s model number, part number, and serial number. The contractor shall submit this list within ten working days after completion of on-site tasking CONTRACTOR FURNISHED EQUIPMENT The contractor is responsible for acquiring and delivering all equipment required to complete all tasks described in this PWS. The contractor is responsible for the proper disposal of all removed equipment. The contractor shall use only new equipment unless directed otherwise in writing by the SPAWARSYSCEN Charleston Project Manager responsible for the delivery order. The contractor shall submit a list of equipment required to complete tasking described herein to the SPAWARSYSCEN Charleston Project Manager. The list shall include the equipment manufacturer, manufacturer s model number, part number, and serial number. The contractor shall submit this list within ten working days after completion of on-site tasking TRAVEL REQUIREMENTS When it becomes necessary for the contractor to travel, the contractor shall submit a request, via , to the SPAWARSYSCEN Charleston Project Manager seeking approval to travel before initiating any travel plans. All travel claims shall make reference to the , letter or phone call that granted approval. Failure to gain prior approval may result in disallowance of invoiced travel claims. For planning purposes, the contractor shall estimate travel costs under Task B Automation Fuels Management and Inspection Tasking for the following trips; (1) 10 trips (5 days each trip) to the San Diego area. (2) 10 trips (5 days each trip) to the Seattle area (3) 5 Trips (5 days each trip) to Chicago area (Midwest) (4) 5 trips (5 days each trip) to Alaska (5) 1 trip (5 days each trip) to San Juan, Puerto Rico For planning purposes, the contractor shall estimate travel costs Under Task C Automation Fuels Management, Inspection, and Coordination Tasking the following trips: (1) 5 trips (5 days each trip) to the Japan area.

17 15 of 34 (2) 5 trips (5 days each trip) to the Korea area (3) 1 trip (5 days each trip) to Diego Garcia 15.0 DELIVERABLES Unless otherwise specified, the contractor shall allow 14 days for Government review of deliverable products. PWS Section Data Deliverables Deliverable Due Date Deliverable Method Deliverable Format and 8.3 Trip Reports for each site visit Within 5 working days from return WEBPM MS Word Products AFHE/ATG/AFSS Contractor Weekly Reports on the status of trouble tickets Each Monday MS Office Products AFHE/ATG/AFSS Monthly Status Report on Corrective/Preventive/Site Support Maintenance First working day of each month MS Office Products Weekly Reports on all work orders/trouble tickets older than 60 days Each Monday MS Office Products Monthly Status Report By the 10th working day of each month CDROM and MS Office Products 16.0 WORKLOAD ESTIMATE 16.1 TASK A - AUTOMATION FUELS INVENTORY TASKING The contractor shall plan for Automation Fuels Inventory Tasking to be one full time specialist position and provide in support of the duties in this tasking. The contractor shall also plan for for this person to perform the duties within this PWS. The technicians shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities TASK B AUTOMATION FUELS MANAGEMENT AND INSPECTION TASKING The contractor shall plan for Automation Fuels Management and Inspection Tasking to be one full time Maintenance Field Technician position and provide in support of the duties in this tasking. The contractor shall also plan for for this technician to perform the duties within this PWS. The technicians shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities TASK C PACIFIC AUTOMATION FUELS MANAGEMENT, INSPECTION, AND COORDINATION TASKING Automation Fuels Management, Inspection, and Coordination Tasking to be one full time position and provide approximately in support of the duties in this tasking. The contractor shall also plan for for this technician to perform the duties within this PWS. The technician shall be based out of Oahu, Hawaii at government facilities TASK D- Help Desk/ISC Coordination Tasking The contractor shall plan for Help Desk/ISC Coordination Tasking to be a full time Logistics/Configuration Specialist position and provide in support of the duties in this tasking. The coordinator shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities 16.5 TASK E- BSME Support Coordination Tasking The contractor shall plan for BSME Support Coordination Tasking to be a full time Logistics/Configuration Specialist position and provide in support of the duties in this tasking. The coordinator shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities.

18 16 of Acceptance Plan 17.1 Criteria The Acceptance Plan defines SPAWARSYSCEN Charleston acceptance of the deliverable products, services and/or support as required in this PWS. The contractor shall provide to the SPAWARSYSCEN Charleston Project Manager (or his/her designated representative) deliverables cited in this PWS. Deliverable products such as the POA&M, testing documentation of the ATG and/or AFSS system, drawings, trip reports, and out brief forms will be evaluated based on completeness, accuracy, and adherence to the PWS Measures Timeliness of deliverables will be tracked and used in Contractor Performance Assessment Report (CPAR) submittals. The date of receipt for deliverables will be compared against the table in section 14. A cumulative timeliness rating of 95%, or greater, received on time shall be expected for all deliverables with less than 5% of all deliverables returned for inaccurate or incomplete information. No deliverable shall be more than 5 days late. This information will also be the basis for determining if an additional award year will be awarded. 18. OTHER CONSIDERATIONS/REQUIREMENTS 18.1 General Considerations/Requirements a. The contractor shall be familiar with documents listed in section 2 of this PWS and shall consider the applicable portions of each document in the performance of these tasks. b. The contractor shall comply with all site safety and security requirements. c. Unless otherwise stated, the contractor shall provide all labor, material, equipment and tools required to complete the tasks described in this PWS. d. The contractor shall use no radio transmission other than that approved by the site. e. The contractor shall provide a copy of all correspondence with the site to the SPAWARSYSCEN Charleston Project Manager. f. The contractor's working hours shall normally conform to the normal work hours of the site. The contractor may request deviations in work hours if required. SPAWARSYSCEN Charleston will review the requests and approval will be granted if acceptable to site personnel. g. Contractor personnel shall wear an appropriate nametag indicating the company and employee name while working on a government site. h. The contractor is responsible for complying with all State and Local regulations governing construction, repair and upgrading of underground piping, petroleum storage tanks, fuel dispensing, and leak detection equipment. i. The contractor is responsible for obtaining all permits required for site work. The contractor shall notify the SPAWARSYSCEN Charleston Project Manager via correspondence when all permits have been obtained Document Handling and Control All drawings, software and documentation (to include working, review and marked-up drawings, source code, and software listings) developed to support this delivery order are property of the Government and shall not be used for any purpose other than that intended by this PWS.

19 17 of Conflicts a. The Government intends to provide corrective maintenance along with operational support for ATG and AFSS systems. If the contractor encounters requirements or situations during this effort that appear to be questionable in terms of normal practices or in terms of economical, technical, or operational feasibility, the contractor is responsible to bring any and all items to the attention of a SPAWARSYSCEN Charleston representative for evaluation and resolution prior to implementation. b. In the event of a conflict between this PWS and the applicable documents cited herein, the contractor shall consider the order of precedence listed in Section 17.4 below. The contractor shall notify SPAWARSYSCEN Charleston Project Manager of any conflicts within the PWS, and/or any reference documents. In all conflicting cases, the SPAWARSYSCEN Charleston Project Manager shall be notified, in writing, and shall make the final determination. c. Nothing in this PWS shall supersede applicable laws and regulations unless a specific exemption has been obtained Order of Precedence a. Statement of Work b. Equipment Installation Guidelines c. Government Specifications, Standards and Handbooks d. Commercial Specifications, Standards, Handbooks and Publications 18.5 Submittals a. The contractor shall submit monthly progress/status reports that detail labor hours, labor category, and individual charges by name, plus material and travel costs. The contractor shall notify SPAWARSYSCEN Charleston Project Manager when approaching 75% of the awarded funds for the delivery order. b. The contractor shall provide written justification whenever deliverable dates cannot be achieved. The written justification shall state the reason for not achieving the date and the effect on remaining schedules. c. Unless otherwise dictated within specific task descriptions, two (2) copies of CDROM contractor submittals shall be provided to SPAWARSYSCEN Charleston, Code 744BT. Each copy shall be labeled to indicate the title of the document, a document listing, the originator, and the contract and/or delivery order number. d. Word processing documents shall be in Microsoft Word. One copy shall be labeled Original ; the other copy shall be labeled 'Backup'. C-720 PERFORMANCE BASED CONTRACT REVIEW AND ACCEPTANCE PROCEDURES This is a performance based order, as defined in FAR Part Contractor performance will be reviewed in accordance with the Quality Assurance Surveillance Plan as follows: QUALITY ASSURANCE PLAN (1) Objective: The purpose of this plan is to provide a quality assurance plan for the services contracted under this Task Order. This plan provides a basis for the Task Order Manager (TOM) to evaluate the quality of the contractor s performance. The oversight provided for in this plan, and the remedy established, will help ensure that service levels are of high quality throughout the task order term. (2) Performance Standards:

20 18 of 34 a. The deliverables under this task order will be consistently technically accurate. b. The services delivered under this task order will be consistently of high quality. c. The contractor s cost control efforts under this task order will be consistently effective (applicable to cost reimbursement task orders). d. The contractor will be consistently responsive to Government customers in its performance of this task order. e. For the purposes of this plan, consistently is defined as generally holding true, persistently over time, and/or overall uniformly. (3) Evaluation Methods: The TOM will conduct performance evaluations based the standards in paragraph 2 above using the following technique: a. During the performance period of the task order, the TOM will continually and proactively monitor contractor efforts and obtain input from other Government personnel with performance oversight functions to ascertain the level of compliance with the Performance Standards. b. Every 12 months after the effective date of the task order, the TOM will prepare a Task Order Performance Evaluation (TOPE) documenting the results of the efforts performed under paragraph 3.a. above. c. The TOM will upload the TOPE to the SeaPort Portal. (4) Remedy a. If the annual Performance Evaluation indicates that the contractor has not met one or more of the Performance Standards, the following negative remedy becomes effective: the TOM will submit a negative TOPE on the SeaPort Portal for the applicable Performance Standard. b. This is a significant negative remedy as the TOPE is a key part of the Performance Monitoring process which: i. Provides input to the annual Contractor Performance Assessment Report (CPAR); and ii. Determines the contractor s ability to earn term extensions to its basic SeaPort-e contract in accordance with the Award Term provisions contained therein. (End of clause) C-315 WORKWEEK (DEC 1999) (a) All or a portion of the effort under this contract will be performed on a Government installation. The normal workweek for Government employees at SPAWAR Systems Center Charleston and its Detachments is Monday through Friday 0730 to Work at this Government installation, shall be performed by the contractor within the normal workweek unless differing hours are specified on the individual task orders. Following is a list of holidays observed by the Government: Name of Holiday Time of Observance New Year s Day 1 January Martin Luther King Jr. Day Third Monday in January President's Day Third Monday in February

21 19 of 34 Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veteran's Day November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December (b) If any of the above holidays occur on a Saturday or a Sunday, then such holiday shall be observed by the Contractor in accordance with the practice as observed by the assigned Government employees at the using activity. (c) If the Contractor is prevented from performance as the result of an Executive Order or an administrative leave determination applying to the using activity, such time may be charged to the contract as direct cost provided such charges are consistent with the Contractor s accounting practices. (d) This contract does not allow for payment of overtime during the normal workweek for employees who are not exempted from the Fair Labor Standards Act unless expressly authorized by the Ordering Officer. Under Federal regulations the payment of overtime is required only when an employee works more than 40 hours in a normal week period. (End of clause) C-317 NOTICE TO CONTRACTOR OF CERTAIN DRUG DETECTION PROCEDURES (DEC 1999) (a) Pursuant to Navy policy applicable to both Government and contractor personnel, measures will be taken to prevent the introduction and utilization of illegal drugs and related paraphernalia into Government Work areas. (b) In furtherance of the Navy s drug control program, unannounced periodic inspections of the following nature may be conducted by installation security authorities: (1) Routine inspection of contractor occupied work spaces. (2) Random inspections of vehicles on entry or exit, with drug detection dog teams as available, to eliminate them as a safe haven for storage of or trafficking in illegal drugs. (3) Random inspections of personnel possessions on entry or exit from the installation. (c) When there is probable cause to believe that a contractor employee on board a naval installation has been engaged in use, possession or trafficking of drugs, the installation authorities may detain said employee until the employee can be removed from the installation, or can be released to the local authorities having jurisdiction. (d) Trafficking in illegal drug and drug paraphernalia by contract employees while on a military vessel/installation may lead to possible withdrawal or downgrading of security clearance, and/or referral for prosecution by appropriate law enforcement authorities. (e) The contractor is responsible for the conduct of employees performing work under this contract and is, therefore, responsible to assure that employees are notified of these provisions prior to assignment. (f) The removal of contractor personnel from a Government vessel or installation as a result of the drug offenses shall not be cause for excusable delay, nor shall such action be deemed a basis for an equitable adjustment to price,

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 26-Feb-2010 NA N/A 6. ISSUED BY CODE

More information

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 12-Apr-2012 N3239912RC51003 N/A 6. ISSUED BY CODE N62583 7.

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. Contract ID Code Page 1 Of 7 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Firm Fixed Price 2. Amendment/Modification No. 3. Effective Date 4. Requisition/Purchase Req No. 5. Project No. (If applicable)

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. Contract ID Code Page 1 Of 14 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Firm Fixed Price 2. Amendment/Modification No. 3. Effective Date 4. Requisition/Purchase Req No. 5. Project No. (If applicable)

More information

DELIVERY ORDER. 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. Rating ORIG 10/01/2004 MOD 09/30/2008

DELIVERY ORDER. 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. Rating ORIG 10/01/2004 MOD 09/30/2008 DELIVERY ORDER FINAL 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. Rating ORIG 10/01/2004 MOD 09/30/2008 N63394-08-MR-30530 5. ISSUED BY CODE N63394 6. ADMINISTERED BY CODE S2404A Unrated

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J 1 8 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable)

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 05-Aug-2013 1300117590-0003 N/A 6.

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J 1 7 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable)

More information

ORDER FOR SUPPLIES OR SERVICES (FINAL)

ORDER FOR SUPPLIES OR SERVICES (FINAL) 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 2009 Jun 29 4. PURCH REQUEST NO. N62583-09-NR-55382 5. PRIORITY Unrated 6. ISSUED BY CODE N62583 7. ADMINISTERED BY CODE S0514A 8. DELIVERY FOB SPECIALTY CENTER ACQUISITIONS

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J 1 5 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable)

More information

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE P00003 See Blk. 16C 6. ISSUED BY CODE 1. CONTRACT ID CODE K PAGE OF PAGES 4. REQUISITION/PURCHASE REQ.

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 17-Dec-2018 N5526212RC00094 N/A 6.

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J 1 4 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable)

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT R 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT R 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT R 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 21 15-Jun-2009

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 24 09-Feb-2009

More information

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 0011

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 03-Jan-2013 1300282434-0001 N/A 6.

More information

ORDER FOR SUPPLIES OR SERVICES (FINAL)

ORDER FOR SUPPLIES OR SERVICES (FINAL) ORDER FOR SUPPLIES OR SERVICES () 1 OF 2 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCH REQUEST NO. 5. PRIORITY 2012 Dec 03 Various Unrated 6. ISSUED BY CODE N39430 7. ADMINISTERED BY CODE S0514A 8. DELIVERY

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 02 20-Jul-2009

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J 1 5 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable)

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 8 2. AMENDMENT/MODIFICATION NO. 0003 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

More information

1. THIS CONTRACT IS A RATED ORDER. UNDER DPAS (15 CFR 700) 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. HDEC08-14-C Oct 2013.

1. THIS CONTRACT IS A RATED ORDER. UNDER DPAS (15 CFR 700) 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. HDEC08-14-C Oct 2013. 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES AWARD/CONTRACT UNDER DPAS (15 CFR 700) 1 62 2. CONTRACT (Proc. Inst. Ident.) NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. HDEC08-14-C-0002

More information

SECTION QUALITY CONTROL

SECTION QUALITY CONTROL SECTION 01 45 00 QUALITY CONTROL PART 1 - GENERAL 1.1 DESCRIPTION This section specifies requirements for Contractor Quality Control (CQC) for Design-Bid-Build (DBB) or Design-Build (DB) construction projects.

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-Mar-2011 13006222 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 19-Aug-2016 N6238772226101 N/A 6.

More information

Field Acquisition Office Grand Prairie, Texas 75051

Field Acquisition Office Grand Prairie, Texas 75051 U.S. Department of Justice Administrative Division Field Acquisition Office Grand Prairie, Texas 75051 August 2, 2018 ATTN: ALL BIDDERS RE: Amendment Number 00003 (#3) Solicitation 15B50818B00000004 FCC

More information

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 10-Nov-2011 N/A N/A 6. ISSUED BY CODE N65540 7. ADMINISTERED

More information

DETAIL SPECIFICATION PIPE, ALUMINUM ALLOY, DRAWN OR EXTRUDED

DETAIL SPECIFICATION PIPE, ALUMINUM ALLOY, DRAWN OR EXTRUDED INCH-POUND MIL-DTL-299E September 2014 SUPERSEDING MIL-DTL-299D 14 May 2007 DETAIL SPECIFICATION PIPE, ALUMINUM ALLOY, DRAWN OR EXTRUDED 1. SCOPE This specification is approved for use by all Departments

More information

FEDERAL SPECIFICATION PIPE FITTINGS; BRASS OR BRONZE (THREADED), CLASSES 125 AND 250 POUND

FEDERAL SPECIFICATION PIPE FITTINGS; BRASS OR BRONZE (THREADED), CLASSES 125 AND 250 POUND INCH-POUND 15 December 2009 SUPERSEDING WW-P-460D 28 February 1994 FEDERAL SPECIFICATION PIPE FITTINGS; BRASS OR BRONZE (THREADED), CLASSES 125 AND 250 POUND The General Services Administration has authorized

More information

UNIFIED FACILITIES GUIDE SPECIFICATIONS

UNIFIED FACILITIES GUIDE SPECIFICATIONS USACE / NAVFAC / AFCEC / NASA UFGS-01 45 00.10 20 (February 2010) Changed 1-08/17 ----------------------------------- Preparing Activity: NAVFAC Superseding UFGS-01 45 02.10 (November 2008) UNIFIED FACILITIES

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 15-Dec-2009 1300125694 N/A 6. ISSUED

More information

Desktop Support Program Service Level Expectations

Desktop Support Program Service Level Expectations Desktop Support Program Service Level Expectations DRAFT Version 1.0 February 1, 2014 Page 1 of 7 Service Description Desktop support services provides installation and updates of desktop, laptop or tablet

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J 1 12 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable)

More information

DEPARTMENT OF DEFENSE STANDARD PRACTICE FOR CALIBRATION AND MEASUREMENT REQUIREMENTS

DEPARTMENT OF DEFENSE STANDARD PRACTICE FOR CALIBRATION AND MEASUREMENT REQUIREMENTS NOT MEASUREMENT SENSITIVE MIL-STD-1839C 27 November 2000 SUPERSEDING MIL-STD-1839B 20 AUGUST 1995 DEPARTMENT OF DEFENSE STANDARD PRACTICE FOR CALIBRATION AND MEASUREMENT REQUIREMENTS AMSC F4562 AREA QCIC

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 28-Mar-2011 11-VLW-028 N/A 6. ISSUED

More information

Downloaded from DEPARTMENT OF DEFENSE STANDARD PRACTICE FOR CALIBRATION AND MEASUREMENT REQUIREMENTS

Downloaded from   DEPARTMENT OF DEFENSE STANDARD PRACTICE FOR CALIBRATION AND MEASUREMENT REQUIREMENTS NOT MEASUREMENT SENSITIVE 27 November 2000 SUPERSEDING MIL-STD-1839B 20 AUGUST 1995 DEPARTMENT OF DEFENSE STANDARD PRACTICE FOR CALIBRATION AND MEASUREMENT REQUIREMENTS AMSC F4562 AREA QCIC DISTRIBUTION

More information

SECTION CONTRACTOR QUALITY CONTROL

SECTION CONTRACTOR QUALITY CONTROL SECTION 01451 CONTRACTOR QUALITY CONTROL PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within

More information

APPENDIX C Configuration Change Management Verification and Validation Procedures

APPENDIX C Configuration Change Management Verification and Validation Procedures DCMA-INST 217 APPENDIX C Configuration Change Management Verification and Validation Procedures Table of Contents C1. Introduction... C-1 C2. Implementation... C-1 C3. Pre-Inspection: Verification... C-1

More information

SPRINT CENTURION SM TECHNICAL ASSISTANCE SERVICE PRODUCT ANNEX

SPRINT CENTURION SM TECHNICAL ASSISTANCE SERVICE PRODUCT ANNEX SPRINT CENTURION SM TECHNICAL ASSISTANCE SERVICE PRODUCT ANNEX This Sprint Centurion Technical Assistance Service Product Annex, together with the applicable cover agreement (e.g., Sprint Master Services

More information

C3. CHAPTER 3 CONTRACT QUALITY ASSURANCE (CQA)

C3. CHAPTER 3 CONTRACT QUALITY ASSURANCE (CQA) C3. CHAPTER 3 CONTRACT QUALITY ASSURANCE (CQA) C3.1. GENERAL. This chapter provides general guidance and references used in support of CQA (contract administration function). C3.1.1. Purpose. CQA is designed

More information

Agenda Item. Issue under Consideration: Contract #12-037, Technology Assessment Master Agreement

Agenda Item. Issue under Consideration: Contract #12-037, Technology Assessment Master Agreement Agenda Item Item: 6a Issue under Consideration: Contract #12-037, Technology Assessment Master Agreement Current Status: The County has an existing agreement with VC3, Incorporated to provide management

More information

References to Agency Specific Regulations. All References to FAR shall mean Federal Acquisition Regulation.

References to Agency Specific Regulations. All References to FAR shall mean Federal Acquisition Regulation. In all such clauses, unless the context of the clause requires otherwise, the term "Contractor" shall mean Seller, the term "Contract" shall mean this Order, and the terms "Government," "Contracting Officer"

More information

[ X] IS [ ] IS NOT A SMALL BUSINESS SET-ASIDE. UNDER BDSA REG. 2 N T Sep AND/OR DMS REG. 1 5a.

[ X] IS [ ] IS NOT A SMALL BUSINESS SET-ASIDE. UNDER BDSA REG. 2 N T Sep AND/OR DMS REG. 1 5a. REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCHASE 4. CERT. FOR NAT. DEF. RATING REQUEST NO. UNDER BDSA REG. 2-16-T-0383 19-Sep-2016 1300589701 AND/OR

More information

DCMA INSTRUCTION 2501 CONTRACT MAINTENANCE

DCMA INSTRUCTION 2501 CONTRACT MAINTENANCE DCMA INSTRUCTION 2501 CONTRACT MAINTENANCE Office of Primary Responsibility: Contract Maintenance Capability Effective: August 14, 2017 Releasability: Cleared for public release New Issuance Incorporates:

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 14-Dec-20 1300104149-0001 N/A 6. ISSUED

More information

MIL-HDBK-512A 31 October 2001 SUPERSEDING MIL-HDBK October 2000 DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT

MIL-HDBK-512A 31 October 2001 SUPERSEDING MIL-HDBK October 2000 DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT NOT MEASUREMENT SENSITIVE MIL-HDBK-512A 31 October 2001 SUPERSEDING MIL-HDBK-512 04 October 2000 DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT This handbook is for guidance only. Do not cite this document

More information

ORDER FOR SUPPLIES OR SERVICES

ORDER FOR SUPPLIES OR SERVICES ORDER FOR SUPPLIES OR SERVICES PAGE 1 OF 5 1. CONTRACT/PURCH ORDER/AGREEMENT NO. 2. DELIVERY ORDER/CALL NO. 3. DATE OF ORDER/CALL 4. REQUISITION/PURCH REQUEST NO. 2013 MAY 16 0049668362 9. CONTRACTOR CODE

More information

Warren State Hospital, Statement of Work Electrical Distribution Infrared Inspection ANTICIPATED PERIOD OF CONTRACT

Warren State Hospital, Statement of Work Electrical Distribution Infrared Inspection ANTICIPATED PERIOD OF CONTRACT ANTICIPATED PERIOD OF CONTRACT The anticipated term of contract: October 1, 2016 (or upon full execution of contract; whichever is later) through June 30, 2021. The Inspection Service and Reports will

More information

DETAIL SPECIFICATION PIPE, ALUMINUM ALLOY, DRAWN OR EXTRUDED

DETAIL SPECIFICATION PIPE, ALUMINUM ALLOY, DRAWN OR EXTRUDED INCH-POUND 14 May 2007 SUPERSEDING MIL-DTL-299C 22 November 2002 DETAIL SPECIFICATION PIPE, ALUMINUM ALLOY, DRAWN OR EXTRUDED 1. SCOPE This specification is approved for use by all Departments and Agencies

More information

Policy and Procedures Date: April 10, 2017

Policy and Procedures Date: April 10, 2017 Virginia Polytechnic Institute and State University No. 4315 Rev.: 14 Policy and Procedures Date: April 10, 2017 Subject: Guidelines on Holidays 1. Purpose... 1 2. Policy... 1 2.1 Holidays/Dates... 1 2.2

More information

CITY OF KOTZEBUE REQUEST FOR PROPOSAL ADMINISTRATION IT SERVICES FOR FY18 REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

CITY OF KOTZEBUE REQUEST FOR PROPOSAL ADMINISTRATION IT SERVICES FOR FY18 REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES CITY OF KOTZEBUE REQUEST FOR PROPOSAL 18-01 ADMINISTRATION IT SERVICES FOR FY18 REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES Vendors are required to provide as much detail as possible in

More information

Automatic Identification Technology (AIT-V) Contracts

Automatic Identification Technology (AIT-V) Contracts Automatic Identification Technology (AIT-V) Contracts Army Contracting Command Rock Island (ACC-RI) Ordering Procedures 01 August 2018 Topics Contracts Scope Contract Line Item Numbers Contract and Ordering

More information

PERFORMANCE SPECIFICATION ANTISEIZE THREAD COMPOUND, MOLYBDENUM DISULFIDE- PETROLATUM

PERFORMANCE SPECIFICATION ANTISEIZE THREAD COMPOUND, MOLYBDENUM DISULFIDE- PETROLATUM METRIC 25-July-2014 SUPERSEDING MIL-PRF-83483D 04-February 2010 PERFORMANCE SPECIFICATION ANTISEIZE THREAD COMPOUND, MOLYBDENUM DISULFIDE- PETROLATUM Comments, suggestions, or questions on this document

More information

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR APOGEE BUILDING AUTOMATION MANAGEMENT SYSTEM PUBLICATION This specification is a product of the Texas

More information

N D-4626-EHP2 10B. DATED (SEE ITEM 13) CAGE CODE 4YUB2 FACILITY CODE Sep-2006

N D-4626-EHP2 10B. DATED (SEE ITEM 13) CAGE CODE 4YUB2 FACILITY CODE Sep-2006 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 02-Mar-2011 11-DJ-065 N/A 6. ISSUED

More information

Ground Transportation Management Services

Ground Transportation Management Services ONE (1) HARDCOPY ORIGINAL AND ONE (1) ELECTRONIC COPY FLASH DRIVE MUST BE SUBMITTED REQUEST FOR INFORMATION - RFI #PGT-2018-002 Ground Transportation Management Services Department of Ground Transportation

More information

EXHIBIT A SCOPE OF SERVICES MAINTENANCE PERSONNEL SUPPORT

EXHIBIT A SCOPE OF SERVICES MAINTENANCE PERSONNEL SUPPORT EXHIBIT A SCOPE OF SERVICES I. PURPOSE: MAINTENANCE PERSONNEL SUPPORT The Department is requesting Personnel Support Services to augment the Department s Maintenance personnel in the administration of

More information

Controlled By: QA Mgr. / Gen. Mgr. Effective Date: 3/31/2014 FORM-70

Controlled By: QA Mgr. / Gen. Mgr. Effective Date: 3/31/2014 FORM-70 Controlled By: QA Mgr. / Gen. Mgr. Effective Date: 3/31/2014 FORM-70 RUSSTECH PURCHASE ORDER CLAUSES RPOC 1000 EARLY DELIVERY OK "Time is of the essence for performance under this Purchase Order. Seller

More information

Project # 570-CSI-001. Expand Mental Health Center, Building 27 SCOPE OF WORK

Project # 570-CSI-001. Expand Mental Health Center, Building 27 SCOPE OF WORK DEPARTMENT OF VETERANS AFFAIRS VA Central California Healthcare System Project # 570-CSI-001 Expand Mental Health Center, Building 27 SCOPE OF WORK 1. GENERAL DESCRIPTION The awarded contractor shall provide

More information

TECHNICAL INSTRUCTION (NAVSEA TEMPLATE)

TECHNICAL INSTRUCTION (NAVSEA TEMPLATE) TECHNICAL INSTRUCTION (NAVSEA TEMPLATE) Ref: (a) NAVSEA 5252.242-9115 (TECHNICAL INSTRUCTIONS) Enclosure (if : [] This Technical Instruction (TI) is issued pursuant to reference (a) from my capacity as

More information

C4. CHAPTER 4 ORDERING AND REQUISITIONING TABLE OF CONTENTS. C4.1. General 2. C4.2. Distribution Plan (DP) 2

C4. CHAPTER 4 ORDERING AND REQUISITIONING TABLE OF CONTENTS. C4.1. General 2. C4.2. Distribution Plan (DP) 2 1 C4. CHAPTER 4 ORDERING AND REQUISITIONING TABLE OF CONTENTS Page C4.1. General 2 C4.2. Distribution Plan (DP) 2 C4.3. Distribution Plan Authorization (DPA) 2 C4.4. SIOATH 3 C4.5. Ordering Fuel From Bulk

More information

WW-P-471C December 29, 1981 SUPERSEDING WW-P-471B 21 May 1970 MS49005, MS51884, MS51885, MS51886, and MS September 1973 FEDERAL SPECIFICATION

WW-P-471C December 29, 1981 SUPERSEDING WW-P-471B 21 May 1970 MS49005, MS51884, MS51885, MS51886, and MS September 1973 FEDERAL SPECIFICATION December 29, 1981 SUPERSEDING WW-P-471B 21 May 1970 MS49005, MS51884, MS51885, MS51886, and MS51887 28 September 1973 FEDERAL SPECIFICATION PIPE-FITTINGS: BUSHINGS, LOCKNUTS, AND PLUGS; IRON, STEEL, AND

More information

ACS ANNUAL SERVICES EXHIBIT ORACLE FUNCTIONAL HELP DESK SERVICES

ACS ANNUAL SERVICES EXHIBIT ORACLE FUNCTIONAL HELP DESK SERVICES ACS ANNUAL SERVICES EXHIBIT ORACLE FUNCTIONAL HELP DESK SERVICES This ACS Annual Services Oracle Functional Help Desk Services Exhibit incorporates by reference the terms of Your order. A. Definitions.

More information

DELIVERY ORDER 2. DELIVERY ORDER NO. ORIG 08/12/2005 MOD 04/04/ SHIP TO 12. PAYMENT WILL BE MADE BY CODE HQ0338

DELIVERY ORDER 2. DELIVERY ORDER NO. ORIG 08/12/2005 MOD 04/04/ SHIP TO 12. PAYMENT WILL BE MADE BY CODE HQ0338 DELIVERY ORDER FINAL 1. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 08/12/2005 MOD 04/04/2006 N65540-06-MR-56774 5. ISSUED BY CODE N65540 6. ADMINISTERED BY CODE S5111A NSWC, CARDEROCK DIVISION,

More information

Invitation for Bid No Package Contents

Invitation for Bid No Package Contents Invitation for Bid No. 17-31 Package Contents Huntsville Utilities Invitation for Bid No. 17-31 contains various tools and tool accessories for annual bid. The bid package should include the following

More information

DEFENSE LOGISTICS AGENCY

DEFENSE LOGISTICS AGENCY DEFENSE LOGISTICS AGENCY AMERICA S COMBAT LOGISTICS SUPPORT AGENCY DoD Contracting Officer Representative Tracking (CORT) Training Briefed by Careka Squire & Tonya Willis DLA Energy Bulk Petroleum Supply

More information

HOLIDAY LEAVE

HOLIDAY LEAVE University Policies and Procedures 07-07.30 HOLIDAY LEAVE I. Policy Statement: Regular and contingent II employees earn and may use holiday leave in accordance with the procedures set forth in this policy.

More information

DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT

DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT NOT MEASUREMENT SENSITIVE MIL-HDBK-512A 31 October 2001 SUPERSEDING MIL-HDBK-512 04 October 2000 DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT This handbook is for guidance only. Do not cite this document

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-Aug-2012 13002926 N/A 6. ISSUED BY CODE N007 7. ADMINISTERED

More information

Simatic IT Software Product Specific Terms

Simatic IT Software Product Specific Terms Simatic IT Software Product Specific Terms Siemens Product Lifecycle Management Software Inc., or one of its Siemens Industry Software affiliated companies (collectively referred to herein as SISW ), has

More information

DAIMLER GROUP NORTH AMERICAN COMPANIES

DAIMLER GROUP NORTH AMERICAN COMPANIES DAIMLER GROUP NORTH AMERICAN COMPANIES General Purchasing Conditions for IT Part G Lease of Standard Software 1 Subject Matter / Scope of Performance 1.1 General The terms and conditions of this Part G

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

PERFORMANCE SPECIFICATION ANTISEIZE THREAD COMPOUND, MOLYBDENUM DISULFIDE- PETROLATUM

PERFORMANCE SPECIFICATION ANTISEIZE THREAD COMPOUND, MOLYBDENUM DISULFIDE- PETROLATUM METRIC 04 February 2010 SUPERSEDING MIL-PRF-83483C 20 February 1998 PERFORMANCE SPECIFICATION ANTISEIZE THREAD COMPOUND, MOLYBDENUM DISULFIDE- PETROLATUM Comments, suggestions, or questions on this document

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 28-Aug-2014 1300447609 N/A 6. ISSUED

More information

Standard Operating Procedure For NWS s Economy Act Orders

Standard Operating Procedure For NWS s Economy Act Orders Table of Contents 29 Apr 2018 1.0 Purpose 2.0 Applicability 3.0 References 4.0 Definitions 5.0 Roles and Responsibilities 6.0 Procedures 7.0 Flowchart 8.0 Appendices 9.0 Templates ward This Standard Operating

More information

SOW_Service Platform and Infrastructure_System and Database Architecture Page 1 of 35

SOW_Service Platform and Infrastructure_System and Database Architecture Page 1 of 35 A Statement of Work (SOW) is typically used when the task is well-known and can be described in specific terms. Statement of Objective (SOO) and Performance Work Statement (PWS) emphasize performance-based

More information

SUPPLIER QUALITY REQUIREMENTS

SUPPLIER QUALITY REQUIREMENTS SUPPLIER QUALITY REQUIREMENTS Revision B January 2017 This document establishes general and special product assurance requirements clauses for use on the Purchase Order and is part of the Terms and Conditions

More information

INTEGRA DATA CENTER POLICIES AND PROCEDURES

INTEGRA DATA CENTER POLICIES AND PROCEDURES INTEGRA DATA CENTER POLICIES AND PROCEDURES Integra Telecom, Inc. has adopted the following Policies and Procedures related to our Data Products and Services and use of our Data Centers. The Policies and

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: 5/30/2018 RE: BID/RFP #: ITB-DOT-18/19-1263DR-RB2 BID/RFP TITLE: Generator Owner Protection Plan & Maintenance Services for the SWIFT Sun Guide

More information

Sure (Isle of Man) Limited Managed Networks Essential Level Support Service Terms and Conditions

Sure (Isle of Man) Limited Managed Networks Essential Level Support Service Terms and Conditions The Sure (Isle of Man) Limited ( Sure ) Managed Networks Essential Level Support Service Terms and Conditions should be read in conjunction with the: General Terms and Conditions, all of which apply. Where

More information

Internal Audit Report - Contract Compliance Cycle Audit Department of Technology Services: SHI International Corporation Contract Number

Internal Audit Report - Contract Compliance Cycle Audit Department of Technology Services: SHI International Corporation Contract Number Internal Audit Report - Contract Compliance Cycle Audit Department of Technology Services: SHI International Corporation Contract Number- 582-14 TABLE OF CONTENTS Transmittal Letter... 1 Executive Summary

More information

STATEMENT OF WORK FOR DESIGN AND SYSTEMS ENGINEERING SUPPORT OF AN/WLD-1(V) REMOTE MINEHUNTING SYSTEM (RMS) ON THE LITTORAL COMBAT SHIP N00178-4352-3308 December 16, 2004 1.0 SCOPE The Naval Surface Warfare

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 23-Jan-24 - N/A 6. ISSUED BY CODE

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 09-Dec-2013 1300255718 N/A 6. ISSUED

More information

Prototype Integration Facility SUPPLIER QUALITY SYSTEM REQUIREMENTS

Prototype Integration Facility SUPPLIER QUALITY SYSTEM REQUIREMENTS PIF Supplier Quality System Requirements Page 1 of 8 Prototype Integration Facility SUPPLIER QUALITY SYSTEM REQUIREMENTS Approved by: (W. Daniel Featherston- signature on file) PIF Program Manager (Mitchell

More information

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 06-Nov-2012 1300311714 N/A 6. ISSUED BY CODE N00174 7. ADMINISTERED

More information

DEPARTMENT OF THE ARMY MEDICAL DEPARTMENT ACTIVITY Fort Huachuca, Arizona

DEPARTMENT OF THE ARMY MEDICAL DEPARTMENT ACTIVITY Fort Huachuca, Arizona DEPARTMENT OF THE ARMY MEDICAL DEPARTMENT ACTIVITY Fort Huachuca, Arizona 85613-7079 *MEDDAC Memo 710-2 MEDDAC Memorandum 28 February 2008 No. 710-2 Inventory Management MANAGEMENT AND ACCOUNTABILITY OF

More information

THE COMMANDER NAVY REGION, SOUTHWEST (CNRSW) HAZARDOUS MATERIALS (HAZMAT) OPERATIONS QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) 20 June 2000

THE COMMANDER NAVY REGION, SOUTHWEST (CNRSW) HAZARDOUS MATERIALS (HAZMAT) OPERATIONS QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) 20 June 2000 THE COMMANDER NAVY REGION, SOUTHWEST (CNRSW) HAZARDOUS MATERIALS (HAZMAT) OPERATIONS QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) 20 June 2000 TABLE OF CONTENTS 1.0 INTRODUCTION 1 1.1 PURPOSE... 1 2.0 OVERVIEW.2

More information

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES 1 PURPOSE... 3 2 PROJECT DESCRIPTION... 5 3 PROJECT COMMON AND PROJECT GENERAL TASKS... 6 4 ROADWAY

More information

TSA MD Handbook. Hours of Duty for Special Operational Needs

TSA MD Handbook. Hours of Duty for Special Operational Needs TSA MD 1100.61-2 Handbook Hours of Duty for Special Operational Needs Effective: August 8, 2008 1 This Handbook and all related Attachments and/or Appendices contain stipulations to implement the provisions

More information

INSPECTION SYSTEM REQUIREMENTS

INSPECTION SYSTEM REQUIREMENTS MILITARY SPECIFICATIONS MIL-I-45208A INSPECTION SYSTEM REQUIREMENTS This specification has been approved by the Department of Defense and is mandatory for use by all Agencies. 1. SCOPE 1.1 Scope. This

More information

2017 A copy of this Handbook and additional information on the Summer Hire Program are available at: https://wu.acpol.army.mil/fer/cpac/area4/summer_hire.htm TABLE OF CONTENTS PARAGRAPH TOPIC PAGE 1-1

More information

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * COMMERCIAL HEATING, VENTILATION AND AIR CONDITIONING (HVAC) MAINTENANCE AND REPAIR SERVICES PUBLICATION This specification is a product of the Texas

More information

Master Services Attachment for ServiceElite

Master Services Attachment for ServiceElite Master Services Attachment for ServiceElite 1. Scope of Services IBM will provide you Services as described in this Attachment and, if applicable, its Statements of Work and Change Authorizations to support

More information

Completing the Electronic Annual Certifications & Representations Survey: Supplier Guidance

Completing the Electronic Annual Certifications & Representations Survey: Supplier Guidance UTC Completing the Electronic Annual Certifications & Representations Survey: Supplier Guidance Name: Supplier Guidance: Completing the Electronic Annual Certifications & Representations Survey Owner:

More information

RWA GSA Schedule Contract Prices Contract Number GS 35F-0112J With IFF

RWA GSA Schedule Contract Prices Contract Number GS 35F-0112J With IFF RWA GSA Schedule Contract Prices Contract Number GS 35F-0112J With IFF Effective Effective Effective Effective Effective Job Title 1-Dec-13 1-Dec-14 1-Dec-15 1-Dec-16 1-Dec-17 through through through through

More information

SPM R-0031 Page 1 of 8

SPM R-0031 Page 1 of 8 SPM300-11-R-0031 Page 1 of 8 SPE300-14-D-W378 Page 2 of 8 Schedule of Items Region I NAS Key West, FL ITEM NO. Estimated Total Quantity Unit Price per Pound to Government Total Amount SUPPLIES/SERVICES

More information

CQR-1. CONTRACTOR QUALITY REQUIREMENTS for CONSTRUCTION SERVICES Revision Date: 6/8/2015

CQR-1. CONTRACTOR QUALITY REQUIREMENTS for CONSTRUCTION SERVICES Revision Date: 6/8/2015 CQR-1 CONTRACTOR QUALITY REQUIREMENTS for CONSTRUCTION SERVICES Revision Date: 6/8/2015 SCOPE This document establishes the minimum quality program requirements for a contractor providing equipment, material,

More information

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 FOR TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions...

More information

PERFORMANCE SPECIFICATION RESISTOR, THERMAL (THERMISTOR), HERMETICALLY SEALED, POSITIVE TEMPERATURE COEFFICIENT, STYLE RTH42

PERFORMANCE SPECIFICATION RESISTOR, THERMAL (THERMISTOR), HERMETICALLY SEALED, POSITIVE TEMPERATURE COEFFICIENT, STYLE RTH42 INCH-POUND 28 September 2001 SUPERSEDING MIL-R-23648/19B 4 April 1995 PERFORMANCE SPECIFICATION RESISTOR, THERMAL (THERMISTOR), HERMETICALLY SEALED, POSITIVE TEMPERATURE COEFFICIENT, STYLE RTH42 This specification

More information