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

Size: px
Start display at page:

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

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) 19-Apr ; N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2404A Naval Sea Systems Command (NAVSEA) BUILDING 197, ROOM 5w ISAAC HULL AVENUE SE WASHINGTON NAVY YARD DC 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. UNIVERSAL CONSULTING SERVICES, INC Fair Ridge Drive Suite 400S Fairfax VA B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. -EH 10B. DATED (SEE ITEM 13) 1SUM1 FACILITY CODE 08-Mar 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) Mutual agreements of the parties 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 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 19-Apr-2013 BY / 19-Apr-2013 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)

2 EH 2 of 3 GENERAL INFORMATION The purpose of this Modification to -EH is to: (1) Under Section B, de-obligate funding from SLIN , and establish and incrementally fund SLINs , and 6000; and (2) Under Section G, update Accounting Data. Accordingly said Task Order is modified as follows: 1. Update SECTION B SUPPLIES OR SERVICES AND PRICES as follows: a. de-obligate funding from SLIN as follows: SLIN Est. Cost Fixed Fee CPFF Funding From $42,083 By ($42,083) To $0 b. Establish SLINs , and 6000 as follows: SLIN Description Funding for Base Year Labor Funding for Base Year Labor; 2410(a) Authority is hereby invoked Other Direct Costs to support CLIN 4000 and 4001; 2410(a) Authority is hereby invoked. c. Incrementally fund SLINs , and 6000 as follows: SLIN Est. Cost Fixed Fee CPFF Funding From $0 By $42,083 To $42,083 SLIN Est. Cost Fixed Fee CPFF Funding From $0 By $1,296,177 To $1,296,177

3 EH 3 of 3 SLIN Est. Cost 6000 Funding From $0 By $49,219 To $49, Under SECTION G ACCOUNGING DATA, the following Lines of Accounting are added: ( ) LLA : AA BA D CMCM M0Q LLA : AE BA D CMCM M0Q LLA : AF 97X4930 NH1C F A LLA : AG 97X4930 NH1C F A Except as modified herein, all terms and conditions remain unchanged and in full force and effect. 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 from $864, by $1,345, to $2,210, CLIN/SLIN Type Of Fund From ($) By ($) To ($) O&MN,N 42, (42,083.35) O&MN,N , , FMS ,296, ,296, FMS , , The total value of the order is hereby increased from $2,210, by $0.00 to $2,210,

4 EH 1 of 36 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 Base Year: Labor LH $2,145, (See Note A and E) (OTHER) Funding for Base Year Labor (O&MN,N) 4000 Funding for Base Year Labor (O&MN,N) Funding for Base Year Labor (O&MN,N) Funding for Base Year Labor (OTHER) Funding for Base Year Labor (O&MN,N) Funding for Base Year Labor; 2410(a) Authority is hereby invoked. (FMS) 4001 Base Year: Surge LH $321, (See Note A and E) (OTHER) Option 4100 Contract Year 2, LH $2,209, Option Year 1: Labor (See Notes A, B and E) (OTHER) Option 4101 Contract Year 2, LH $331, Option Year 1: Surge (See Note A and E) (OTHER)

5 EH 2 of 36 Option For ODC Items: Item Supplies/Services Qty Unit Est. Cost Other Direct 1.0 LO $65, Costs to support CLIN 4000 and 4001 (Base Year) (See Note D) (OTHER) Other Direct Costs to support CLIN 4000 and 4001 (OTHER) 6000 Other Direct Costs to support CLIN 4000 and 4001; 2410(a) Authority is hereby invoked. (FMS) 6100 Other Direct Cost 1.0 LO $65, in support of CLIN 4100 and 4101 (Contract Year 2, Option Year 1)(See Note B and D) (OTHER) Option For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF Contract Year 3, LH $1,668, Option Year 2: Labor (See Notes A, B and E) (OTHER) Option 7001 Contract Year 3, LH $250,275. Option Year 2: Surge (See Note A and E) (OTHER) Option For ODC Items:

6 EH 3 of 36 Item Supplies/Services Qty Unit Est. Cost Other Direct 1.0 LO $65, Costs in Support of CLINs 7000 and 7001 (See Notes B and D) (OTHER) Option Note A: Level of Effort The PAYMENT OF FEE(S) (LEVEL OF EFFORT) clause applies to these Items. NOTE B: OPTION Option Item to which the OPTION clause in SECTION I applies and which is to be supplied only if and to the extent said Option is exercised. NOTE C: NOT SEPARATELY PRICED Price included in the price of Labor CLIN(s). Offeror shall propose $0.00 for these Line Items. NOTE D: ODC These Items are non-fee bearing CLINs and shall be priced as cost-only. Non-fee bearing refers to fee (i.e., profit), not allowable indirect costs or burdens. NOTE E: FIXED FEE CPFF LABOR ITEMS LABOR HOURS ,000 COST FIXED FEE* ( TOTAL COST PLUS FIXED FEE

7 EH 4 of 36 * The Fixed Fee shall be proposed by the Offeror and may not exceed 8%. In the event of award, fee billed per hour shall be consistent with what is proposed in the above table. CLAUSES INCORPORATED IN FULL TEXT: CONTRACT SUMMARY FOR PAYMENT OFFICE (COST TYPE) (NAVSEA) (FEB 1997) CLIN types can be seen in the following table: CPFF: Cost Only CLIN 4000, 4001, 4100, 4101, 7000, 7001 CLIN 6000, 6100 and 9000 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995) (a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the contract, except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law. (b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered. LIMITATION OF COST OR LIMITATION OF FUNDS LANGUAGE The clause entitled "LIMITATION OF COST" (FAR ) or "LIMITATION OF FUNDS" (FAR ), as appropriate, shall apply separately and independently to each separately identified estimated cost. PAYMENTS OF FEE(S) (LEVEL OF EFFORT ALTERNATE 1) (NAVSEA) (MAY 2010)

8 EH 5 of 36 (Applicable to CPFF CLIN 4000 and if options exercised CLIN 4001, 4100, 4101, 7000, and (a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee" in cost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixed fee type contracts for level of effort type contracts. (b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled "FIXED FEE" (FAR ) or "INCENTIVE FEE", (FAR ), as applicable. Such payments shall be submitted by and payable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR ), subject to the withholding terms and conditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paid at the hourly rate(s) specified above per man-hour performed and invoiced. Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract. In no event shall the Government be required to pay the Contractor any amount in excess of the funds obligated under this contract.

9 EH 6 of 36 SECTION C DESCRIPTIONS AND SPECIFICATIONS NAVSEA Procurement System Support 1.0 BACKGROUND The Standard Procurement System (SPS) has been operational across the DOD for approximately 10 years. NAVSEA is currently using SPS as its primary contract writing system, with a user base of approximately 1200 users. As part of the SPS rollout, the challenge was made for the Federal Government to achieve 100% paperless acquisition For DoD agencies. Naval Sea Systems Command s (NAVSEA) goal in concert with other activities across the Department of the Navy, are implementing end-to-end ebusiness solutions in order to streamline its acquisition processes and provide for greater data accuracy. Complementary, yet essential, elements of the paperless process are the myriad system interfaces that provide the electronic linkage between the procurement system and a multitude of feeder and parallel systems (e.g. SeaPort-e and Navy ERP) within the NAVSEA enterprise. These interfaces provide an integrated electronic data solution across the NAVSEA Contracting Competency and directly support the NAVSEA Strategic Business Plan. As a part of the sustainment of the SPS and the integrated environment across NAVSEA, numerous sustainment activities need to occur. These activities require specific expertise in the deployment, implementation, sustainment and support of the procurement system and the interfaces between the SPS and Navy ERP, FPDS-NG, the Global Exchange (GEX), and other Federal Systems. As the current SPS is reaching its end of life, the Department of the Navy is looking to replace SPS with another Navy Electronic Procurement System, which has not yet been named. As such, the support under this contract will require support for the current SPS, which is based on the Procurement Desktop-Defense (PD 2 ) software, and continued support for any future procurement solution chosen by the Navy. For the purpose of this effort, the term Procurement System will be used to represent both the SPS and a future procurement system. 2.0 SCOPE NAVSEA is currently deployed with PD 2 version 4.2 Increment 2 SR13 within the command s contracting competency environment. The system is installed and maintained at an off-site Department of Navy NMCI approved location and is remotely administered, and accessed by users, through a Citrix gateway connection. This order shall provide broad procurement system program, functional, training, and technical support as well as onsite services for sustainment and support of the Procurement System and the integrated systems environment throughout the NAVSEA Enterprise. This order shall provide support in areas pertaining to end user Help Desk Support, both functional and technical, Database Administration, Training, CITRIX support, Technical Architecture, and Business Process support. NAVSEA Headquarters (located at the Washington Navy Yard) is the main activity where on-site contractor support personnel will be located. However,

10 EH 7 of 36 occasional travel to NAVSEA s field activities to support training and other support activities is anticipated. The main field activities include: Naval Surface Warfare Centers Carderock Division, Carderock, MD Crane Division, Crane, IN Dahlgren Division, Dahlgren, VA Panama City Division, Panama City, FL The Naval Experimental Diving Unit, Panama City, FL Indian Head Division, Indian Head, MD Port Hueneme Division, Port Hueneme, CA Naval Undersea Warfare Centers Newport Division, Newport, RI Keyport Division, Keyport, WA Supervisor of Shipbuilding, Conversion and Repair Yards SUPSHIP Groton, Groton, CT SUPSHIP Newport News, Newport News, VA SUPSHIP Gulf Coast, Gulf Coast, MS SUPSHIP Bath, Bath, ME Naval Regional Maintenance Centers Southeast RMC, Mayport, FL Southwest RMC, San Diego, CA Northwest RMC, Bremerton, WA Norfolk Ship Support Activity, Norfolk, VA Pearl Harbor Naval Shipyard and Int. Maint. Facility, Pearl Harbor, HI NAVSEA Supported Program Executive Offices (PEOs) & Program Offices, Washington Navy Yard, DC 2.1 THE SCOPE OF THIS ORDER ENTAILS THE FOLLOWING MAIN ACTIVITIES

11 EH 8 of 36 Management Approach The contractor shall perform project management functions and work closely with the NAVSEA ebusiness leads to provide management support for the Procurement System. The contractor shall offer expert project management and business process knowledge for process improvements to facilitate sustainment and implementation with current and future procurement solutions Functional Support at NAVSEA Headquarters The contractor shall provide the following services to NAVSEA : (1) Functional Process and User Support The contractor shall provide procurement product support services and expertise to answer users functional and technical questions related to the use of the procurement product, integrated systems, and NAVSEA procurement and acquisition processes. Services must be provided in a manner consistent with NAVSEA s Contracting Handbook, Electronic Procurement Request (epr) Guide, and NAVSEA ERP Business Rules. The contractor shall staff a fully operational functional and technical user support team, which will support the NAVSEA enterprise contracting community. Functional and technical user support shall be available no later than 07:00 and at least until 18:00 local time. Staffing shall be adjusted within the coverage window to best minimize issue resolution time. As part of the user support team operation, the contractor shall track user inquiries, software issues, and problem resolutions through an automated system. The contractor shall be proficient in NAVSEA s Navy ERP contracting functional processes and system implementation, to include Navy ERP interface and contracting processes in both the General Fund and Warfare Center communities. This includes general understanding of the NAVSEA Navy ERP business rules outlined in the NAVSEA Navy ERP Handbook that impact the processing of Navy ERP provided funds through the procurement system. The contractor shall also be knowledgeable in the processes used in processing funds from NAVSEA legacy financial systems. The contractor shall be knowledgeable in the NAVSEA epr processes and procedures used in the NAVSEA HQ acquisition environment, and able to support those epr creators residing in the Program Executive Offices (PEOs) and NAVSEA Directorates. The contractor personnel shall be the central points of contact for functional and technical items pertaining to the procurement system and procurement system interfaces, and will be required to work closely with the NAVSEA hosting facility, other contractors supporting NAVSEA and Navy Programs, and Government procurement and technical personnel. The contractor shall provide expert advice, analysis, business process reengineering and technical assistance to increase the use and effectiveness of the procurement system across the NAVSEA Enterprise, along with other e-business tools and solutions that currently (or potentially could) interface with the procurement system. Current tools include Navy ERP, Federal Procurement Data System-Next Generation (FPDS-NG), Department of Defense Electronic Document Access (DOD EDA), Army Contract Business Intelligence System (ACBIS), Global Exchange (GEX), SeaPort-e, and Mechanization Of Contract Administration Services (MOCAS). Future

12 EH 9 of 36 interfaces will include the Federal System for Award Management (SAM) system. The contractor shall assist NAVSEA with the operational changes associated with new business processes and system administration functions within the procurement software. This effort shall include the identification of technical, process, or training shortfalls and recommended solutions for ensuring the greatest level of efficiency by all users. The contractor shall understand any new NAVSEA processes and how the incorporation of these processes will impact the user community. The contractor shall be the Subject Matter Experts in functional and technical areas surrounding the use of the procurement system, and provide recommended process changes to better support the user community. The contractor shall be proactive in initiating conversations with the Government in process and system improvements prior to issues being identified. The contractor shall make recommendations and implement improvements and technical solutions to ultimately improve the end user experience. (2) Training Support: The contractor shall provide users with training and assistance in using the procurement system in accordance with the approved NAVSEA Contracting Policies (e.g., NAVSEA Electronic Purchase Request (epr) Guide, NAVSEA Contracts Handbook) and other existing training documents and desk guides providing information and guidance to the contracting user community. The contractor shall assist in developing customized training programs and documentation, such as user guides, as well as assist in the on-site execution of training sessions at NAVSEA Headquarters, Program Executive Offices, Directorates, Program Offices and or field activities for the procurement system, both on-line and in person. The contractor shall also assist with scheduling individuals throughout NAVSEA for generalized or specialized contracting training, as required. The contractor shall assist in the collection of training information for data calls as defined by the Government Technical Support (1) System Administration Support: The contractor shall perform system administration support to include: data backup and recovery services, upgrading the procurement application and the interface as required, respond to user system performance complaints, database error messages, and assist in maintaining interfaces to external systems. The contractor shall also complete and document accordingly any system configuration changes as well as maintain an overarching configuration management plan. (2) Database Administration Support: The Database Administrator (DBA) shall be responsible for the upkeep and maintenance of the procurement system s database component, including the configuration of system tables, indexes, backups, security, performance enhancement and tuning, management and control of database consolidations and replications utilizing the necessary Sybase tools. The DBA shall be

13 EH 10 of 36 proficient in the use of standard database SQL query language to support business intelligence and reporting capabilities and applications that interact with the SPS database. The contractor shall also possess knowledge of the procurement system data model in order to assist with the development of database scripts to address the solving of user issues. (3) Interface Support: The contractor shall maintain interface support for the procurement system technical architecture. Specifically, the contractor shall maintain and troubleshoot issues pertaining to both inbound and outbound connections/transactions between the procurement system and all external systems. The contractor shall have the knowledge, skills, and abilities to update the code in the different Integration Components to be compatible with changes to either the sending or the receiving systems. The contractor shall maintain the flow of data between the procurement system and the NAVSEA interface partners to include changes to the XML DTDs, or movement to the Procurement Data Standard (PDS) as required by the Government. The contractor shall perform primary troubleshooting for all connections to external systems in concert with POC s for these external systems. 3.0 DELIVERABLES The contractor shall provide deliverables in accordance with the schedule listed below: Provide daily transactional interface metrics for released contract transactions to Navy ERP. These metrics will be broken out into successful and unsuccessful interfaced contract actions. Provide a monthly summary of support actions which will include the following: Metrics to demonstrate procurement system usage across the NAVSEA Enterprise. These metrics will capture total actions and total obligations. Interface metrics for released contract actions transactions to Navy ERP. These metrics will be broken out into successful and unsuccessful interfaced awards and successful and unsuccessful interfaced modifications. These two separate transactions will be averaged to provide an average interface success rate to Navy ERP. List any outstanding support issues that exist, their current status, and recommended solutions Provide written documentation for any products or processes developed during reporting period; Provide written documentation for any workarounds created or integration-related processes developed; Provide written lessons learned on procurement system implementation and sustainment items, and provide recommendations for improvements for future efforts Develop and/or maintain: (on an as needed basis)

14 EH 11 of 36 Business Process Flowcharts Gap Analyses Issue Analysis and Recommendation documents Continuous Training Plans Communications Plan Functional Support Team Plan Concept of Operations Desk Guides or Standard Operating Procedures Executive Level Briefings Executive Level Summary Briefings Frequently Asked Questions Software Tips and Tricks Job Aides/User Cheat Sheets 4.0 QUALITY ASSURANCE Inspection and Acceptance NAVSEA delegated points of contact are responsible for ensuring that the requisite quality of effort is obtained for support. NAVSEA is also responsible for the acceptance of deliverable products. All deliverables shall be submitted electronically to the NAVSEA COR unless otherwise indicated. The deliverables will be submitted in both.pdf, and in the applicable Microsoft Office product format. All deliverables will be considered a Government product, and will not contain any company proprietary markings, unless certain portions of the deliverable are considered either Trademarked, or Business Sensitive, or otherwise proprietary. In those cases, then only the pages containing that information should have a company proprietary statement. NAVSEA will provide notice of acceptance of the markings to the designated contractor representative. 5.0 SECURITY Work performed under this Task Order will be Unclassified. For personnel to be seated and or receive a NAVSEA Headquarters badge, all contractor personnel shall have, or be able to maintain, a Secret Security Clearance. Contractor personnel visiting any Government facility in

15 EH 12 of 36 conjunction with this Task Order shall be subject to the standards of conduct applicable to Government employees. Site specific approval regarding access, issue of security badges, etc. will be coordinated as required. 6.0 GOVERNMENT FURNISHED PROPERTY AND INFORMATION To the extent available, NAVSEA will provide the contractor s on-site personnel with office space, access to a telephone, and a NMCI compatible computer which shall be used exclusively to support this effort. There is no guaranteed availability of space or Government Furnished Equipment use at NAVSEA sites for the duration of this effort. Therefore, the contractor shall provide an alternate off-site location for those on-site contract support personnel in the event seating cannot be provided at NAVSEA HQ. If Government Furnished Equipment (GFE) cannot be provided by the Government to support this effort, Direct Funded Contractors (DFCs) providing support to the Department of the Navy (DoN) may place orders directly with Hewlett Packard (HP) for NMCI services under contractor-to-contractors arrangements. The contractor shall obtain NAVSEA COR approval prior to establishing any order with HP/NMCI. Additional information regarding the contractor ordering process may be found on the HP website /transition/contractor/). 7.0 Travel and Visit Requests Travel may be required for this effort and the contractor shall: (a) Coordinate all travel requirements with the NAVSEA COR prior to making travel arrangements and be reimbursed for travel costs in accordance with FAR on the basis of actual reasonable costs incurred and permitted in the Joint Federal Travel Regulations in effect at the time of travel. The Government will provide the contractor a Travel Pre-approval template, which will need to be submitted to the COR at least 14 days prior to travel (unless emergent need arises). This template will provide the Government a cost estimate of the travel expenses, and will need to be approved by the COR prior to the contractor being authorized to travel. Local travel is defined as any travel necessary in direct performance of this order to locations exceeding 50 miles from the Contractor s facility or place of residence as agreed to between the Government and the contractor. Expenses while on travel performed for personal convenience will not be reimbursed. Copies of receipts and other documentation concerning charges must be provided with the claim(s) for reimbursement. (b) Submit Visit Requests five (5) working days in advance of each visit to the COR. The requests shall include the visitor s full name, place of birth, whether U.S. Citizen, Security Clearance (if applicable), SSN, dates of visit and point of contact at the site. Visit Requests are required for access to all NAVSEA facilities.

16 EH 13 of 36 CLAUSES INCORPORATED IN FULL TEXT ACCESS TO PROPRIETARY DATA OR COMPUTER SOFTWARE (a) Performance under this contract may require that the Contractor have access to technical data, computer software, or other sensitive data of another party who asserts that such data or software is proprietary. If access to such data or software is required or to be provided, the Contractor shall enter into a written agreement with such party prior to gaining access to such data or software. The agreement shall address, at a minimum, (1) access to, and use of, the proprietary data or software exclusively for the purposes of performance of the work required by this contract, and (2) safeguards to protect such data or software from unauthorized use or disclosure for so long as the data or software remains proprietary. In addition, the agreement shall not impose any limitation upon the Government or its employees with respect to such data or software. A copy of the executed agreement shall be provided to the Contracting Officer. The Government may unilaterally modify the contract to list those third parties with which the Contractor has agreement(s). (b) The Contractor agrees to: (1) indoctrinate its personnel who will have access to the data or software as to the restrictions under which access is granted; (2) not disclose the data or software to another party or other Contractor personnel except as authorized by the Contracting Officer; (3) not engage in any other action, venture, or employment wherein this information will be used, other than under this contract, in any manner inconsistent with the spirit and intent of this requirement; (4) not disclose the data or software to any other party, including, but not limited to, joint venture, affiliate, successor, or assign of the Contractor; and (5) reproduce the restrictive stamp, marking, or legend on each use of the data or software whether in whole or in part. (c) The restrictions on use and disclosure of the data and software described above also apply to such information received from the Government through any means to which the Contractor has access in the performance of this contract that contains proprietary or other restrictive markings. (d) The Contractor agrees that it will promptly notify the Contracting Officer of any attempt by an individual, company, or Government representative not directly involved in the effort to be performed under this contract to gain access to such proprietary information. Such notification shall include the name and organization of the individual, company, or Government representative seeking access to such information. (e) The Contractor shall include this requirement in subcontracts of any tier which involve access

17 EH 14 of 36 to information covered by paragraph (a), substituting "subcontractor" for "Contractor" where appropriate. (f) Compliance with this requirement is a material requirement of this contract. COMPUTER SOFTWARE AND/OR COMPUTER DATABASE(S) DELIVERED TO AND/OR RECEIVED FROM THE GOVERNMENT (NAVSEA) (APR 2004) (a) The Contractor agrees to test for viruses all computer software and/or computer databases, as defined in the clause entitled "RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER SOFTWARE DOCUMENTATION" (DFARS ), before delivery of that computer software or computer database in whatever media and on whatever system the software is delivered. The Contractor warrants that any such computer software and/or computer database will be free of viruses when delivered. (b) The Contractor agrees to test any computer software and/or computer database(s) received from the Government for viruses prior to use under this contract. (c) Unless otherwise agreed in writing, any license agreement governing the use of any computer software to be delivered as a result of this contract must be paid-up and perpetual, or so nearly perpetual as to allow the use of the computer software or computer data base with the equipment for which it is obtained, or any replacement equipment, for so long as such equipment is used. Otherwise the computer software or computer database does not meet the minimum functional requirements of this contract. In the event that there is any routine to disable the computer software or computer database after the software is developed for or delivered to the Government, that routine shall not disable the computer software or computer database until at least twenty-five (25) calendar years after the delivery date of the affected computer software or computer database to the Government. (d) No copy protection devices or systems shall be used in any computer software or computer database delivered under this contract to restrict or limit the Government from making copies. This does not prohibit license agreements from specifying the maximum amount of copies that can be made. (e) Delivery by the Contractor to the Government of certain technical data and other data is now frequently required in digital form rather than as hard copy. Such delivery may cause confusion between data rights and computer software rights. It is agreed that, to the extent that any such data is computer software by virtue of its delivery in digital form, the Government will be licensed to use that digital-form data with exactly the same rights and limitations as if the data had been delivered as hard copy.

18 EH 15 of 36 (f) Any limited rights legends or other allowed legends placed by a Contractor on technical data or other data delivered in digital form shall be digitally included on the same media as the digital-form data and must be associated with the corresponding digital-form technical data to which the legends apply to the extent possible. Such legends shall also be placed in humanreadable form on a visible surface of the media carrying the digital-form data as delivered, to the extent possible. DATA REQUIREMENTS (NAVSEA) (SEP 1992) The data to be furnished hereunder shall be prepared in accordance with the Contract Data Requirements List, DD Form 1423, Exhibit(s) A, attached hereto. NON-DISCLOSURE AGREEMENT The Non-Disclosure Agreement Form shall be completed by all Contractor personnel performing on the Task Order and a copy shall be provided to the Task Order Manager (TOM) identified in Section G. These forms shall be completed within fifteen (15) days of Task Order Award or from date of hire. HQ C CONTRACTOR SAFETY AND HEALTH REQUIREMENTS FOR ACCESS TO NAVSEA/PEO SITE (NAVSEA) (MAY 2012) (a) Contractor personnel shall comply with all badging and security procedures required to gain access to any NAVSEA/PEO site. Contact the Contracting Officer s Representative (COR) for specific requirements. (b) Contractors are required to adhere to the requirements of 29 CFR 1910, 29 CFR 1926 and applicable state and local requirements while in NAVSEA/PEO government spaces. Contractors who are injured on site shall notify SEA 04RS, Safety Office, via the COR. (c) NAVSEA/PEO site facilities are low to mid-rise buildings with elevators and a contractor operated restaurant facility in building 197. Utility areas, electrical/phone closets and the roof are generally secured areas with restricted access. NAVSEA/PEO HQ sites generally exhibit low hazards with no personal protection equipment (PPE) requirements. Hazards are those typically found in an office environment. Slips, trips and falls on wet/icy surfaces, pest control, and ergonomic concerns are the primary hazards. It is expected that contractor employees will have received training from their employer on hazards associated with the areas in which they will be working and know what to do in order to protect themselves. (d) Contractors whose employees perform work within NAVSEA/PEO government spaces in excess of 1000 hours per calendar quarter during a calendar year shall submit the data elements on OSHA Form 300A, Summary of Work Related Injuries and Illnesses, for those employees to

19 EH 16 of 36 SEA 04RS via the Contracting Officer s Representative by 15 January for the previous calendar year, even if no work related injuries or illnesses occurred. (e) Any contractor employee exhibiting unsafe behavior may be removed from the NAVSEA/PEO site. Such removal shall not relieve the contractor from meeting its contractual obligations and shall not be considered an excusable delay as defined in FAR

20 EH 17 of 36 SECTION D PACKAGING AND MARKING DATA PACKAGING LANGUAGE - All unclassified data to be shipped shall be prepared for shipment in accordance with best commercial practice. Classified reports, data, and documentation shall be prepared for shipment in accordance with National Industrial Security Program Operating Manual (NISPOM), DOD M dated 28 February MARKING OF REPORTS (NAVSEA) (SEP 1990) All reports delivered by the Contractor to the Government under this contract shall prominently show on the cover of the report: (1) name and business address of the Contractor (2) contract number (3) task order number (4) whether the contract was competitively or non-competitively awarded (5) sponsor: Mr. Randal Onders NAVSEA - SEA 11 (ebusiness) 1333 Isaac Hull Ave, SE Washington Navy Yard, DC All Deliverables shall be packaged and marked IAW Best Commercial Practice.

21 EH 18 of 36 SECTION E INSPECTION AND ACCEPTANCE CLAUSES INCORPORATED BY REFERENCE Inspection of Supplies Cost-Reimbursement MAY Inspection of Services Cost-Reimbursement APR 1984 CLAUSES INCORPORATED IN FULL TEXT INSPECTION AND ACCEPTANCE LANGUAGE FOR LOE SERVICES Items , , and Inspection and acceptance shall be made by the Contracting Officer s Representative (COR) or a designated representative of the Government. *Note that the COR is identified in Section G of this Task Order. INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423.

22 EH 19 of 36 SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows: /8/2013-3/7/ /8/2013-3/7/2014 CLIN - DELIVERIES OR PERFORMANCE For proposal purposes, the estimated date of Task Order award is shown in section L, 1.0 GENERAL. The Government reserves the right to award sooner or later if necessary. The start and end dates will be updated accordingly upon Task Order Award. PERFORMANCE LANGUAGE FOR LOE SERVICES The contractor shall perform the work described in SECTION C, at the level of effort specified in SECTION B, as follows: The periods of performance for the following Items are as follows: /8/2013-3/7/ /8/2013-3/7/2014 The periods of performance for the following Option Items are as follows: /8/2013-3/7/ /8/2014-3/7/ /8/2014-3/7/ /8/2014-3/7/ /8/2015-3/7/ /8/2015-3/7/ /8/2015-3/7/2016 Services to be performed hereunder will be provided at (insert specific address and building etc.)

23 EH 20 of 36 DATA DELIVERY LANGUAGE FOR SERVICES ONLY PROCUREMENTS All data to be furnished under this contract shall be delivered prepaid to the destination(s) and at the time (s) specified on the Contract Data Requirements List(s), DD Form CLAUSES INCORPORATED BY REFERENCE Stop-Work Order AUG 1989 (Alternate I APR 1984) FOB ORIGIN, CONTRACTOR's FACILITY (FEB 2006) CLAUSES INCORPORATED IN FULL TEXT CONTRACTOR NOTICE REGARDING LATE DELIVERY In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, he/she shall immediately notify, in writing, the Task Order Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however such notice shall not be construed as a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract.

24 EH 21 of 36 SECTION G CONTRACT ADMINISTRATION DATA BILLING INSTRUCTIONS (OCT 2005) When submitting a request for payment, the Contractor shall (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) (a) Definitions. As used in this clause (1) Contract financing payment and invoice payment have the meanings given in section of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, , and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at (c) The Contractor may submit a payment request and receiving report using other than WAWF only when (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer s determination with each request for payment; or

25 EH 22 of 36 (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. INVOICE INSTRUCTIONS (NAVSEA) (APR 2011) (a) In accordance with the clause of this contract entitled ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (DFARS ), the Naval Sea Systems Command (NAVSEA) will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract. This web-based system located at provides the technology for government contractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted for payment. (b) It is recommended that the person in your company designated as the Central Contractor Registration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for the submission of invoices, use the online training system for WAWF at The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the training system should be reviewed. Vendor documentation is available under Resources at (c) The designated CCR EB point of contact is responsible for activating the company s CAGE code on WAWF by calling Once the company is activated, the CCR EB point of contact will self-register under the company s CAGE code on WAWF and follow the instructions for a group administrator. After the company is set-up on WAWF, any additional persons responsible for submitting invoices must self-register under the company s CAGE code at (d) The contractor shall use the following document types, DODAAC codes and inspection and acceptance locations when submitting invoices in WAWF: Type of Document(s) (contracting officer check all that apply) Invoice (FFP Supply & Service) Invoice and Receiving Report Combo (FFP Supply) Invoice as 2-in-1 (FFP Service Only)

26 EH 23 of 36 X Cost Voucher (Cost Reimbursable, T&M, LH, or FPI) Receiving Report (FFP, DD250 Only) DODAAC Codes and Inspection and Acceptance Locations (contracting officer complete appropriate information as applicable) Issue DODAAC Admin DODAAC Pay Office DODAAC Inspector DODAAC Service Acceptor DODAAC Service Approver DODAAC Ship To DODAAC DCAA Auditor DODAAC LPO DODAAC Inspection Location Acceptance Location N004 S2404A HQ0338 N004 N004 N004 N004 HAA47F N/A See Section E See Section E Attachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g., backup documentation, timesheets, etc. Maximum limit for size of each file is 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes. (e) The Contractor agrees to segregate costs incurred under this task order at the lowest level of performance, either task or subtask, rather than on a total task order basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in WAWF for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as a cost breakdown of ODCs (materials and travel), by line item task or subtask. Subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may encryption code information directly to the Contracting Officer and Contracting Officer Representative. Should the subcontractor lack encryption capability, the subcontractor may also detailed supporting

27 EH 24 of 36 cost information directly to the Contracting Officer and Contracting Officer Representative; or other method as agreed to by the Contracting Officer. (f) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will be prompted to send additional notifications. Click on Send More Notification and add the acceptor/receiver addresses noted below in the first address block, and add any other additional addresses desired in the following blocks. This additional notification to the government is important to ensure that the acceptor/receiver is aware that the invoice documents have been submitted into WAWF. Send Additional Notification To: (g) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shall process invoices/cost vouchers for payment per contract terms. Contractors approved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF. Final voucher submission will be approved by the ACO. (h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above number or the NAVSEA WAWF point of contact Margaret Morgan at (2) or CONTRACTOR CENTRAL REGISTRATION (CCR) - The contractor must be registered with the Contractor Central Registration (CCR) in order to be eligible for award. The Contractor must maintain registration throughout the period of performance. PAYMENT will not be made to the contractor if the Contractor's registration lapses. POINTS OF CONTACT - The Government points of contact for this Task Order are as follows: BUSINESS FINANCIAL MANAGER (BFM) Naval Sea Systems Command Attn: 1333 Isaac Hull Avenue, SE Washington Navy Yard, DC OMBUDSMAN (NAVSEA AND OVERARCHING) Naval Sea Systems Command Attn: 1333 Isaac Hull Avenue, SE Washington Navy Yard, DC 20376

28 EH 25 of 36 PROCURING CONTRACTING OFFICER (PCO) Naval Sea Systems Command Attn: 1333 Isaac Hull Avenue, SE Washington Navy Yard, DC PURCHASE OFFICE REPRESENTATIVE (POR)* Naval Sea Systems Command Attn: 1333 Isaac Hull Avenue, SE Washington Navy Yard, DC *Note that the POR is the Contract Specialist CONTRACTING OFFICER'S REPRESENTATIVE (COR) Naval Sea Systems Command Attn: 1333 Isaac Hull Avenue SE Washington Navy Yard, DC The Government reserves the right to unilaterally change the points of contacts at anytime. TYPE OF ORDER This task order is a Cost-Plus-Fixed-Fee (CPFF) type and cost only ODCs. The contractor shall devote the specified level of effort for time period(s) stated in Section F and H, as applicable. Ddl-G40 PAYMENT, SELECTED ITEMS OF COST REIMBURSEMENT CONTRACTS (a) Travel Costs (Including Foreign Travel) (1) Air: The contractor shall, to the maximum extent practicable, minimize overall travel costs by taking advantage of discounted airfare rates available through advance purchase. Charges associated with itinerary changes and cancellations under nonrefundable airline tickets are reimbursable as long as the changes are driven by the work requirement. (2) Non-reimbursable Travel: The following travel shall not be reimbursed hereunder: travel performed for personal convenience or daily travel to and from work at the contractor's facility (i.e., designated work site).

Purpose: The purpose of this modification is to incorporate updates to all Seaport e Contracts.

Purpose: The purpose of this modification is to incorporate updates to all Seaport e Contracts. Page 1 of 11 Modification Details Purpose: The purpose of this modification is to incorporate updates to all Seaport e Contracts. 1. Make the following Changes in Section G: a. ADD HQ G-2-0005 Payment

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) 13-Jan-2010 93529832 N/A 6. ISSUED

More information

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /26/2016 N/A N/A

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /26/2016 N/A N/A AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES U 1 7 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) N/A 6. ISSUED BY CODE N00421 7. ADMINISTERED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 10-Mar-2015 10483794 N/A 6. ISSUED

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) 01-Aug-2018 00679498-0003;00730387

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 09-Mar-2018 1300699464 N/A 6. ISSUED

More information

(Revised April 28, 2014) ADVANCE PAYMENT POOL (DEC 1991)

(Revised April 28, 2014) ADVANCE PAYMENT POOL (DEC 1991) (Revised April 28, 2014) 252.232-7000 Advance Payment Pool. As prescribed in 232.412-70(a), use the following clause: ADVANCE PAYMENT POOL (DEC 1991) (a) Notwithstanding any other provision of this contract,

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) 23-Apr-20 1300408474 N/A 6. ISSUED

More information

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /19/2013 N/A N/A

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /19/2013 N/A N/A AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES U 1 6 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 R 1 11 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(Ifapplicable)

More information

4. REQUISITION / PURCHASE REQ. 3. EFFECTIVE DATE SEE BLOCK 16C 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

4. REQUISITION / PURCHASE REQ. 3. EFFECTIVE DATE SEE BLOCK 16C 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 10 2. AMENDMENT/MODIFICATION NO. PS10 3. EFFECTIVE DATE SEE BLOCK 16C 4. REQUISITION / PURCHASE REQ. NO. 6. ISSUED

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) -Jan-16 1300538416 N/A 6. ISSUED BY

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) 08-Jun-2016 1300485893 N/A 6. ISSUED

More information

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 03/09/2006 MOD 04/21/2008

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 03/09/2006 MOD 04/21/2008 DELIVERY ORDER FINAL 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 03/09/2006 MOD 04/21/2008 N00167-08-MR-65330 5. ISSUED BY CODE N00167 6. ADMINISTERED BY CODE S2101A NSWC, CARDEROCK

More information

Blanket Purchase Agreement Attachment 1 FAR/DFARS Clauses

Blanket Purchase Agreement Attachment 1 FAR/DFARS Clauses Orders issued against this Blanket Purchase Agreement (BPA) are subject to the clauses included in the underlying General Services Administration (GSA) Federal Supply Schedule (FSS) Contract and the additional

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) 07-May-2010 01206682 N/A 6. ISSUED

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID PAGE OF PAGES R 1 5 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(Ifapplicable) 6. ISSUED

More information

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /02/2015 N/A N/A

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /02/2015 N/A N/A AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE OF S U 1 5 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P00003

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) 19-Nov-2018 1300755086, 1300755162

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) 20-Oct-2010 1300166868-00001 N/A 6.

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-Aug-2017 1300465289 N/A 6. ISSUED

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) 29-Jan-2015 1300472729, 1300473204,

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) 30-Oct-2014 1300458690 N/A 6. ISSUED

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 4 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 02-Jan-2012 N/A 6. ISSUED BY CODE N00178 7. ADMINISTERED BY

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. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 05 05-Apr-2009

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) 21-Mar-2016 1300543247-0001 N/A 6.

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-Mar-2011 N66604-1062-7724 N/A 6.

More information

(Revised March 3, 2008) ADVANCE PAYMENT POOL (DEC 1991)

(Revised March 3, 2008) ADVANCE PAYMENT POOL (DEC 1991) (Revised March 3, 2008) 252.232-7000 Advance Payment Pool. As prescribed in 232.412-70(a), use the following clause: ADVANCE PAYMENT POOL (DEC 1991) (a) Notwithstanding any other provision of this contract,

More information

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 02/12/2008 MOD 03/12/2008

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 02/12/2008 MOD 03/12/2008 DELIVERY ORDER FINAL 1. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 02/12/2008 MOD 03/12/2008 N00167-08-MR-64664 5. ISSUED BY CODE N00167 6. ADMINISTERED BY CODE S5111A NSWC, CARDEROCK DIVISION,

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. Contract ID Code Page 1 Of 5 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

SECTION PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD 01/12

SECTION PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD 01/12 SECTION 01 20 00.05 20 PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD 01/12 PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications

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) 29-Sep-2014 N/A N/A 6. ISSUED BY CODE

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) 20-Jul-2018 1300729673 N/A 6. ISSUED

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. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 22-Jan-2016 N/A N/A 6. ISSUED BY CODE

More information

SOLICITATION, OFFER AND AWARD

SOLICITATION, OFFER AND AWARD SOLICITATION, OFFER AND AWARD 2. CONTRACT NO. N00024-09-C-2240 7. ISSUED BY NAVAL SEA SYSTEMS COMMAND STOP20401333ISAAC HULLAVE SE WASHINGTON NAVYYARD DC 20376-2040 N00024 1. THIS CONTRACTIS A RATED ORDER

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-Jun-2010 01581851 N/A 6. ISSUED

More information

1 I 9 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO. 15. PROJECT NO. (IF APPLICABLE) PS04

1 I 9 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO. 15. PROJECT NO. (IF APPLICABLE) PS04 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11 CONTRACT ID CODE I PAGE OF PAGES 1 I 9 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO. 15. 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) 07-Aug-2015 N/A N/A 6. ISSUED BY CODE

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. 0001 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) 16-Sep-2010 MOD N/A 6. ISSUED BY CODE

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

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) 05-Nov-2014 1300458964 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) 29-Sep-2009 N00039-09-MR.13 N/A 6.

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) 27-Oct-25 1300486847 N/A 6. ISSUED

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) 0007

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) 25-May-2018 1300664461-0002 N/A 6.

More information

IMMEDIATE POLICY CHANGE

IMMEDIATE POLICY CHANGE DEPARTMENT OF DEFENSE Defense Contract Management Agency IMMEDIATE POLICY CHANGE Pricing and Negotiation Contracts Directorate DCMA-INST 120 (IPC-1) OPR: DCMA-AQ March 22, 2016 1. POLICY. This Immediate

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 6

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 6 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 6 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 14-Jul-2017 1300649133 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) 26-Mar-2013 N4523A13RC00075 N/A 6.

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-Sep-2014 1300354949 N/A 6. ISSUED

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 6 2. AMENDMENT/MODIFICATION NO. 0003 3. EFFECTIVE DATE JUNE 15, 2017 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.

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-Feb-2017 See Section G N/A 6. ISSUED

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) 28-Feb-2012 N66604-1300247242 N/A 6. ISSUED BY CODE N66604

More information

SOLICITATION, OFFER AND AWARD

SOLICITATION, OFFER AND AWARD SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 2. CONTRACT NO. 3. SOLICITATION NO. 4. TYPE OF SOLICITATION 5. DATE ISSUED HQ0727-15-R-0001 [ ] SEALED BID (IFB)

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) 19-Oct-2016 - N/A 6. ISSUED BY CODE

More information

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

[ X] IS [ ] IS NOT A SMALL BUSINESS SET-ASIDE. UNDER BDSA REG. 2 N T Jun 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 N64498-16-T-0187 20-Jun-2016 1300574442

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) 01-Jul-2014 1300420650, 1300420693

More information

x HHSN W 07/11/2012

x HHSN W 07/11/2012 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 0014 6. ISSUED BY National Institutes of Health NIH Info Tech Acquisition and Assessment Center Bethesda MD 20892-7511 See Block 16C IO-OLAO/NITAAC 1.

More information

J & B Hartigan, Inc. 103 Adams Court Carrollton, VA T: (757) F: (888)

J & B Hartigan, Inc. 103 Adams Court Carrollton, VA T: (757) F: (888) J & B Hartigan, Inc. 103 Adams Court Carrollton, VA 23314 T: (757)-745-7775 F: (888)-828-8321 Contract Number: GS-35F-107BA Information Technology Professional Services Period Covered by Contract: 12-02-2018

More information

1. REQUISITION NUMBER M RC THIS ACQUISITION IS UNRESTRICTED HUBZONE SMALL BUSINESS 8(A) SIZE STANDARD: 750

1. REQUISITION NUMBER M RC THIS ACQUISITION IS UNRESTRICTED HUBZONE SMALL BUSINESS 8(A) SIZE STANDARD: 750 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER M67854-07-C-5049 7. FOR SOLICITATION INFORMATION

More information

N G-0001 Clause Number Clause Date Clause Title (OCT 2005) PACKAGING AND MARKING OF REPORTS (NAVAIR) (JUN 1998)

N G-0001 Clause Number Clause Date Clause Title (OCT 2005) PACKAGING AND MARKING OF REPORTS (NAVAIR) (JUN 1998) N00421-14-G-0001 Clause Number Clause Date Clause Title 5252.247-9507 (OCT 2005) PACKAGING AND MARKING OF REPORTS 5252.247-9508 (JUN 1998) PROHIBITED PACKING MATERIALS 5252.247-9509 (JUL 1998) PRESERVATION,

More information

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDER UNDER

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDER UNDER LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDER UNDER JSF LRIP 6 CONTRACT NUMBER N00019-11-C-0083 Generated using

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 6 2. AMENDMENT/MODIFICATION NO. 0001 3. EFFECTIVE DATE 10/26/2016 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.

More information

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER M67854-02-A-9008 7. FOR SOLICITATION INFORMATION

More information

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER M67854-02-A-9000 7. FOR SOLICITATION INFORMATION

More information

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 05/23/2005 MOD 02/13/2008

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 05/23/2005 MOD 02/13/2008 DELIVERY ORDER FINAL 1. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 05/23/2005 MOD 02/13/2008 N00178-08-MR-63999 5. ISSUED BY CODE N00178 6. ADMINISTERED BY CODE S2101A NSWC, DAHLGREN DIVISION 17632

More information

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER M67854-02-A-9010 7. FOR SOLICITATION INFORMATION

More information

SOLICITATION, OFFER, AND AWARD

SOLICITATION, OFFER, AND AWARD 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES SOLICITATION, OFFER, AND AWARD UNDER DPAS (15 CFR 350) 1 105 2. CONTRACT NUMBER 3. SOLICITATION NUMBER 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE

More information

SF 30 - Conformed Solicitation Contract Form

SF 30 - Conformed Solicitation Contract Form SF 30 - Conformed Solicitation Contract Form AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE 1 OF PAGES 14 2.AMENDMENT/MODIFICATION NO. 0001 3. EFFECTIVE DATE 2015-02-12 6.

More information

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Termination for Convenience

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Termination for Convenience DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION Termination for Convenience Contracts Directorate DCMA-INST 101 OPR: DCMA-AQ SUMMARY OF CHANGES. This revision adds references and text

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-Jun-2014 1300429306 N/A 6. ISSUED

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) 03-Aug-2016 See Section G. N/A 6.

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 28-Sep-2016 1300592091 N/A 6. ISSUED

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 10 2. AMENDMENT/MODIFICATION NO. 0001 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

More information

SPECIAL ITEM NUMBER INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES

SPECIAL ITEM NUMBER INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES Federal Supply Service Authorized Federal Supply Schedule Price List On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create an electronic delivery

More information

FLOWDOWN PROVISIONS FOR C-W EPD PURCHASE ORDERS UNDER BECHTEL PLANT MACHINERY, INC. TAC-2011

FLOWDOWN PROVISIONS FOR C-W EPD PURCHASE ORDERS UNDER BECHTEL PLANT MACHINERY, INC. TAC-2011 Page: 1 of 7 FLOWDOWN PROVISIONS FOR C-W EPD PURCHASE ORDERS UNDER BECHTEL PLANT MACHINERY, INC. TAC-2011 The following provisions are additional terms and conditions applicable to this Purchase Order,

More information

Section 9 : GOVERNMENT CONTRACT REQUIREMENTS

Section 9 : GOVERNMENT CONTRACT REQUIREMENTS Section 9 : GOVERNMENT CONTRACT REQUIREMENTS CLAUSE 90J (1/10/00) F04701-96-C-0025 GLOBAL POSITIONING SYSTEMS (GPS-IIF) GOVERNMENT CONTRACT REQUIREMENTS (a) The following contract clauses are incorporated

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. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 18-Feb-2015 PMB-14-SE-14016- N/A 6.

More information

Authorized Federal Acquisition Service Information Technology Schedule Pricelist

Authorized Federal Acquisition Service Information Technology Schedule Pricelist Authorized Federal Acquisition Service Information Technology Schedule Pricelist General Services Administration Federal Acquisition Service Information Technology Schedule, Group 70 Contract Period: October

More information

Top 10 Problems with Problems with Multiple Award Task Order/Deliver Order IDIQ RFP s

Top 10 Problems with Problems with Multiple Award Task Order/Deliver Order IDIQ RFP s Top 10 Problems with Problems with Multiple Award Task Order/Deliver Order IDIQ RFP s Top 10 Problems with Multiple Award Task Order/Deliver Order IDIQ RFP s Brian Greenberg, CPCM, Fellow Chief Operating

More information

GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE Authorized Federal Supply Schedule Price List

GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE Authorized Federal Supply Schedule Price List GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE Authorized Federal Supply Schedule Price List On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option

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) 09-Jul-2014 1300351719-0002 N/A 6.

More information

NORTHROP GRUMMAN SYSTEMS CORPORATION

NORTHROP GRUMMAN SYSTEMS CORPORATION NORTHROP GRUMMAN SYSTEMS CORPORATION ADDENDUM TO COMMERCIAL TERMS AND CONDITIONS FOR SUBCONTRACTS IN SUPPORT OF THE ADVANCED MISSION PROGRAM (AMP) PRIME CONTRACT 04-C-3045 All of the additional terms and

More information

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

[ X] IS NOT A SMALL BUSINESS SET-ASIDE. UNDER BDSA REG. 2 N T Aug AND/OR DMS REG. 1 5a. ISSUED BY 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 N64498-16-T-0320 09-Aug-2016 1300587784

More information

NORTHROP GRUMMAN SYSTEMS CORPORATION

NORTHROP GRUMMAN SYSTEMS CORPORATION NORTHROP GRUMMAN SYSTEMS CORPORATION ADDENDUM TO USE WITH TERMS T-1 FOR FIRM FIXED-PRICE SUBCONTRACTS IN SUPPORT OF B-2 FAST II IDIQ PROGRAM Prime Contract FA8616-14-D-6060 All of the additional terms

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-2015 1300540532 N/A 6. ISSUED

More information

1. REQUISITION NUMBER M RC THIS ACQUISITION IS UNRESTRICTED X SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) 21M SIZE STANDARD: SEE ITEM 9

1. REQUISITION NUMBER M RC THIS ACQUISITION IS UNRESTRICTED X SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) 21M SIZE STANDARD: SEE ITEM 9 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER -05-C-4907 7. FOR SOLICITATION INFORMATION CALL:

More information

(APR 1984) Gratuities (MAY 2014) Covenant Against Contingent Fees (SEP 2006) Restrictions On Subcontractor Sales To The

(APR 1984) Gratuities (MAY 2014) Covenant Against Contingent Fees (SEP 2006) Restrictions On Subcontractor Sales To The N00019-18-C-1007 Clause Number Date Title 52.246-15 (APR 1984) Certificate of Conformance 5252.223-9502 (APR 2009) HAZARDOUS MATERIAL (NAVAIR) 5252.247-9507 (OCT 2005) PACKAGING AND MARKING OF REPORTS

More information

NAA. National Archives and Records Adminstration (NAA) Madan M. Kar (301) Adelphi Road RM1510 College Park MD

NAA. National Archives and Records Adminstration (NAA) Madan M. Kar (301) Adelphi Road RM1510 College Park MD AWARD/CONTRACT 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES UNDER DPAS (15 CRF 350) 2. CONTRACT (Proc. Inst. Ident.) NO. 3. EFFECTIVE DATE 08/16/2004 PR20040729018 5. ISSUED BY CODE 8800 6. ADMINISTERED

More information

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

[ X] IS [ ] IS NOT A SMALL BUSINESS SET-ASIDE. UNDER BDSA REG. 2 N T May 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 N64498-16-T-0105 04-May-2016 1300559443

More information

SECTION II- GENERAL PROVISIONS CPFF SUBCONTRACT (APR 2008) [COMMERCIAL COMPANY]

SECTION II- GENERAL PROVISIONS CPFF SUBCONTRACT (APR 2008) [COMMERCIAL COMPANY] SECTION II- GENERAL PROVISIONS CPFF SUBCONTRACT (APR 2008) [COMMERCIAL COMPANY] 1. PUBLICATIONS A. The Subcontractor shall closely coordinate with the Contractor s Subcontracting Officer Technical Representative

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) 12-Sep-2013 1300380503 N/A 6. ISSUED

More information

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER 7. FOR SOLICITATION INFORMATION CALL: 9. ISSUED

More information

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

[ X] IS [ ] IS NOT A SMALL BUSINESS SET-ASIDE. UNDER BDSA REG. 2 N T Jun 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 N64498-16-T-0193 27-Jun-2016 1300575700

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) 30-Jan-2014 1300387551-0005 N/A 6.

More information

APPLICABLE COMMERCIAL PROVISIONS WHEN SOLICITATION OR PURCHASE ORDER IS IN SUPPORT OF A GOVERNMENT CONTRACT:

APPLICABLE COMMERCIAL PROVISIONS WHEN SOLICITATION OR PURCHASE ORDER IS IN SUPPORT OF A GOVERNMENT CONTRACT: APPLICABLE COMMERCIAL PROVISIONS WHEN SOLICITATION OR PURCHASE ORDER IS IN SUPPORT OF A GOVERNMENT CONTRACT: General Provisions and Certifications for Government Contracts: The following clauses are applicable

More information

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEM Offeror To Complete Block 12, 17, 23, 24, & 30

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEM Offeror To Complete Block 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEM Offeror To Complete Block 12, 17, 23, 24, & 30 1. Requisition Number Page 1 Of 9 SEE SCHEDULE 2. Contract No. 3. Award/Effective Date 4. Order Number 5.

More information

10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA

10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA 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) -Mar-2011 MOD N/A 6. ISSUED BY CODE

More information

Document No REVISION B November 2014

Document No REVISION B November 2014 A. GOVERNMENT SUBCONTRACT This Contract is entered into by the parties in support of a U.S. Government Contract. As used in the clauses referenced below and otherwise in this Contract: 1. Commercial Item

More information