FOREIGN AREAS. It is anticipated that there may be Task Orders under this Contract for work outside the United States. The Contractor will be compensated for work performed OCONUS pursuant to the Task Order, including any applicable Status of Forces Agreements (SOFA) or Technical Expert Status Accreditation (TESA). Standard references for OCONUS pricing include: The U.S. Department of State’s Bureau of Administration, Office of Allowances, (▇▇▇▇▇://▇▇▇▇▇▇▇.▇▇▇▇▇.▇▇▇/) publishes quarterly report indexes of living costs abroad, per-diem rate maximums, quarter’s allowances, hardship differentials, and danger pay allowances for Contractors to follow when proposing on OCONUS efforts. No allowances, other than those listed by the U. S. Department of State, shall be allowed on Task Orders. The Department of State Standardized Regulations (DSSR) are the controlling regulations for allowances and benefits available to all U.S. Government civilians assigned to foreign areas; however, for Task Orders issued under the Base Contract, Contractor civilians assigned to foreign areas shall not exceed the allowances and benefits in the DSSR as well. For OCONUS Task Orders where costs are not specifically addressed in the DSSR, the Government will reimburse the Contractor for all reasonable, allowable, and allocable costs in accordance with FAR 31, Contract Cost Principles and Procedures. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Months Labor - FFP FFP Fixed Price (FP). All Variations. This CLIN applies to all variations of Contract types under FP. Ordering Period of five (5) years from Date of Award. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (1) No profit shall be paid on travel made under this CLIN; however, DCAA approved burden rates are authorized; (2) Travel must be incidental to the work being performed under this contract; (3) All Travel must be pre-approved by the COR prior to the Contractor incurring the cost; (4) Travel will be on a cost reimbursement basis only. All travel must be pre-approved by the COR prior to the Contractor incurring the cost. Travel shall be in accordance with FAR Subpart 31.205-46 and the Joint Travel Regulation (JTR). Ordering Period of five (5) years from Date of Award. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (1) No profit shall be paid on purchases made under this CLIN; however, DCAA approved burden rates are authorized; (2) ODCs must be purchased in accordance with the Contractor's approved Purchasing System, as applicable; (3) ODCs may be purchased from General Service Administration (GSA) Schedules or Enterprise Software Initiative (ESI), if available and authorized by the Contracting Officer; (4) ODCs must be incidental to the work being performed under this contract; (5) The Contractor will provide ODCs on a cost reimbursement basis only. All ODCs must be pre-approved by the COR prior to the Contractor incurring the cost. The Contractor shall be authorized to invoice on a monthly basis and in accordance with FAR Part 31. Ordering Period of five (5) years from Date of Award. Note: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The Contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Each $500.00 $500.00 Minimum Guarantee FFP The minimum guarantee may be invoiced for and paid after the attendance of the Kick-Off Meeting and the delivery and acceptance of the SCRM plan. The minimum guarantee is $500.00. FOB: Destination NET AMT $500.00 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 9999 Lot Surge Capacity COST The Government may require surge support during the ordering period or any option period and surge modifications must be in-scope to provide increased support for the defined task areas of the PWS. Surge support is OPTIONAL and is not a guarantee. If the Government determines that an increased quantity of support is required for the task areas defined in the PWS, the Government reserves the right to exercise the Surge Option unilaterally. The Contracting Officer will provide written notice to the Contractor at least seven (7) calendar days prior to any unilateral exercise of the Surge Option. In the event the Government does elect to exercise the Surge Option, surge support will be realigned under new or existing CLINs for the relevant task areas identified in the PWS, and an equal amount will be deducted from the Surge CLIN not-to-exceed amount. Surge support will be provided at the same labor rates proposed and found fair and reasonable at time of Contract/Task Order award for the applicable period of performance. Surge support over the life of the Contract will not exceed 35% of the Contractor's total proposed price for the base and all option periods, excluding any six-month extension of services pursuant to FAR 52.217-8. FOB: Destination ESTIMATED COST Section C - Descriptions and Specifications Indefinite Delivery, Indefinite Quantity (IDIQ) Number (completed by the KO at time of IDIQ award) Task Order Number: (completed by the KO at time of Task Order award or N/A) Contractor Name: (completed by the KO at time of IDIQ award) Tracking Number: (completed by the KO when complete package is received) Follow-on to Previous Contract and Task Order Number: HC1047-13-D-4000; 18 Task Orders were issued. 1. Contracting Officer’s Representative (COR). For Primary and Alternate COR detail, see DARS 52.204-9000 “Points of Contact” which will be included in the awarded contract. a. Primary COR. Name: TBD Organization: TBD DODAAC: TBD Address: TBD Phone Number: TBD E-Mail Address: TBD b. Alternate COR. Name: TBD Organization: TBD DODAAC: TBD Address: TBD Phone Number: TBD E-Mail Address: TBD 2. Contract Title. Mission Partner Environment (MPE) Network Engineering Services for the Combatant Commands (CCMDs)
Appears in 1 contract
Sources: Contract
FOREIGN AREAS. It is anticipated that there may be Task Orders task orders under this Contract contract for work outside the United States. The Contractor will be compensated for work performed OCONUS pursuant to the Task Ordertask order, including any applicable Status of Forces Agreements (SOFA) or Technical Expert Status Accreditation (TESA). Standard references for OCONUS pricing include: The U.S. Department of State’s Bureau of Administration, Office of Allowances, (▇▇▇▇▇://▇▇▇▇▇▇▇.▇▇▇▇▇.▇▇▇/) publishes quarterly report indexes of living costs abroad, per-diem rate maximums, quarter’s allowances, hardship differentials, and danger pay allowances for Contractors to follow when proposing on OCONUS efforts. No allowances, other than those listed by the U. S. Department of State, shall be allowed on Task Orderstask orders. The Department of State Standardized Regulations (DSSR) are the controlling regulations for allowances and benefits available to all U.S. Government civilians assigned to foreign areas; however, for Task Orders task orders issued under the Base Contract, Contractor civilians assigned to foreign areas shall not exceed the allowances and benefits in the DSSR as well. For OCONUS Task Orders where costs are not specifically addressed in the DSSRtask orders, the Government will reimburse not provide additional reimbursement outside of the Contractor for all reasonable, allowable, and allocable costs in accordance with FAR 31, Contract Cost Principles and Proceduresloaded labor rates negotiated into the contract. The contractor should take that into consideration when proposing the ceiling loaded labor rates. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Months Labor - Labor-FFP FFP All variations of Fixed Price (FP) Labor utilizing any variation of contract type(s). All Variations. This CLIN applies to all variations of Contract types under FP. Ordering Period of five Four (54) years from Date of Award. FOB: Destination PURCHASE REQUEST NUMBER: DESPR PSC CD: D318 NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 0002 Months Labor-Cost Reimbursement LH All variations of Cost Reimbursable (CR) Labor utilizing any variation of contract type(s). Ordering Period of Four (4) years from Date of Award. FOB: Destination PURCHASE REQUEST NUMBER: DESPR PSC CD: D318 TOT ESTIMATED PRICE CEILING PRICE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
(1) No profit shall be paid on travel made under this CLIN; however, DCAA approved burden rates are authorized; (2) Travel must be incidental to the work being performed under this contract; (3) All Non-local Travel must be pre-approved by the COR Contracting Officer Representative (COR) prior to the Contractor incurring the cost; (4) Travel will be on a cost reimbursement basis only. All travel must be pre-pre- approved by the COR prior to the Contractor incurring the cost. Travel shall be in accordance with FAR Subpart 31.205-46 and the Joint Travel Regulation (JTR). Ordering Period of five Four (54) years from Date of Award. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
(1) No profit shall be paid on purchases made under this CLIN; however, DCAA approved burden rates are authorized; (2) ODCs must be purchased in accordance with the Contractor's approved Purchasing System, as applicable; (3) ODCs may be purchased from General Service Administration (GSA) Schedules or Enterprise Software Initiative (ESI), if available and authorized by the Contracting Officer; (4) ODCs must be incidental to the work being performed under this contract; (5) The Contractor will provide ODCs on a cost reimbursement basis only. All ODCs must be pre-approved by the COR prior to the Contractor incurring the cost. The Contractor shall be authorized to invoice on a monthly basis and in accordance with FAR Part 31. Ordering Period of five (5) years from Date of Award. NotePURCHASE REQUEST NUMBER: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The Contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. NOTEDESPR PSC CD: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination D318 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Each $500.00 $500.00 Minimum Guarantee FFP The minimum guarantee may be invoiced for and paid after the attendance of the Kick-Off Meeting and the delivery and acceptance of the SCRM Supply Chain Risk Management (SCRM) plan. The minimum guarantee is $500.00. FOB: Destination PURCHASE REQUEST NUMBER: DESPR PSC CD: D318 NET AMT $500.00 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 Months OPTION Labor-FFP FFP All variations of Fixed Price (FP) Labor utilizing any variation of contract type(s). FOB: Destination PSC CD: D318 NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 1002 Months OPTION Labor-Cost Reimbursement LH All variations of Cost Reimbursable (CR) Labor utilizing any variation of contract type(s). FOB: Destination PSC CD: D318 TOT ESTIMATED PRICE CEILING PRICE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1003 Lot
(1) No profit shall be paid on travel made under this CLIN; however, DCAA approved burden rates are authorized; (2) Travel must be incidental to the work being performed under this contract; (3) Non-local Travel must be pre-approved by the Contracting Officer Representative (COR) prior to the Contractor incurring the cost; (4) Travel will be on a cost reimbursement basis only. All travel must be pre- approved by the COR prior to the Contractor incurring the cost. Travel shall be in accordance with FAR Subpart 31.205-46 and the Joint Travel Regulation (JTR). FOB: Destination PSC CD: D318 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 Months OPTION Labor-FFP FFP All variations of Fixed Price (FP) Labor utilizing any variation of contract type(s). FOB: Destination PSC CD: D318 NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 2002 Months OPTION Labor-Cost Reimbursement LH All variations of Cost Reimbursable (CR) Labor utilizing any variation of contract type(s). FOB: Destination PSC CD: D318 TOT ESTIMATED PRICE CEILING PRICE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2003 Lot
(1) No profit shall be paid on travel made under this CLIN; however, DCAA approved burden rates are authorized; (2) Travel must be incidental to the work being performed under this contract; (3) Non-local Travel must be pre-approved by the Contracting Officer Representative (COR) prior to the Contractor incurring the cost; (4) Travel will be on a cost reimbursement basis only. All travel must be pre- approved by the COR prior to the Contractor incurring the cost. Travel shall be in accordance with FAR Subpart 31.205-46 and the Joint Travel Regulation (JTR). FOB: Destination PSC CD: D318 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 Months OPTION Labor-FFP FFP All variations of Fixed Price (FP) Labor utilizing any variation of contract type(s). FOB: Destination PSC CD: D318 NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 3002 Months OPTION Labor-Cost Reimbursement LH All variations of Cost Reimbursable (CR) Labor utilizing any variation of contract type(s). FOB: Destination PSC CD: D318 TOT ESTIMATED PRICE CEILING PRICE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 Lot
(1) No profit shall be paid on travel made under this CLIN; however, DCAA approved burden rates are authorized; (2) Travel must be incidental to the work being performed under this contract; (3) Non-local Travel must be pre-approved by the Contracting Officer Representative (COR) prior to the Contractor incurring the cost; (4) Travel will be on a cost reimbursement basis only. All travel must be pre- approved by the COR prior to the Contractor incurring the cost. Travel shall be in accordance with FAR Subpart 31.205-46 and the Joint Travel Regulation (JTR). FOB: Destination PSC CD: D318 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 9999 Lot Surge Capacity COST FFP The Government may require surge support during the ordering period or any option period and surge modifications must be in-scope to provide increased support for the defined task areas of the PWS. Surge support is OPTIONAL and is not a guarantee. If the Government determines that an increased quantity of support is required for the task areas defined in the PWS, the Government reserves the right to exercise the Surge Option unilaterally. The Contracting Officer will provide written notice to the Contractor at least seven (7) calendar days prior to any unilateral exercise of the Surge Option. In the event the Government does elect to exercise the Surge Option, surge support will be realigned under new or existing CLINs for the relevant task areas identified in the PWS, and an equal amount will be deducted from the Surge CLIN not-to-exceed amount. Surge support will be provided at the same labor rates proposed and found fair and reasonable at time of Contract/Task Order award for the applicable period of performance. Surge support over the life of the Contract will not exceed 3540% of the Contractor's total proposed price for the base and all option periods, excluding any six-month extension of services pursuant to FAR 52.217-8. FOB: Destination ESTIMATED COST PURCHASE REQUEST NUMBER: DESPR PSC CD: D318 NET AMT Section C - Descriptions and Specifications Indefinite DeliveryDISA desires to partner with industry to provide commercial Information Technology (IT) services, Indefinite Quantity decrease redundant IT costs, enhance cybersecurity posture, and standardize IT services across disparate networks. Defense Enclave Services will unify the 4th Estate’s Common Use IT systems, personnel, functions, and program elements associated with the support of those systems and technologies under a Single Service Provider (IDIQSSP) Number (completed architecture managed, operated, and supported by the KO at time of IDIQ award) Task Order Number: (completed by the KO at time of Task Order award or N/A) Contractor Name: (completed by the KO at time of IDIQ award) Tracking Number: (completed by the KO when complete package is received) Follow-on to Previous Contract and Task Order Number: HC1047-13-D-4000; 18 Task Orders were issuedDISA.
1. Contracting Officer’s Representative (COR). For Primary and Alternate COR detail, see DARS 52.204-9000 “Points of Contact” which will be included in the awarded contract.
a. Primary COR. Name: TBD Organization: TBD DODAAC: TBD Address: TBD Phone Number: TBD E-Mail Address: TBD
b. Alternate COR. Name: TBD Organization: TBD DODAAC: TBD Address: TBD Phone Number: TBD E-Mail Address: TBD
2. Contract Title. Mission Partner Environment (MPE) Network Engineering Services for the Combatant Commands (CCMDs)
Appears in 1 contract
Sources: Task Order Contract
FOREIGN AREAS. It is anticipated that there may be Task Orders under this Contract for work outside the United States. The Contractor will be compensated for work performed OCONUS pursuant to the Task Order, including any applicable Status of Forces Agreements (SOFA) or Technical Expert Status Accreditation (TESA). Standard references for OCONUS pricing include: The U.S. Department of State’s Bureau of Administration, Office of Allowances, (▇▇▇▇▇://▇▇▇▇▇▇▇.▇▇▇▇▇.▇▇▇/) publishes quarterly report indexes of living costs abroad, per-diem rate maximums, quarter’s allowances, hardship differentials, and danger pay allowances for Contractors to follow when proposing on OCONUS efforts. No allowances, other than those listed by the U. S. Department of State, shall be allowed on Task Orders. The Department of State Standardized Regulations (DSSR) are the controlling regulations for allowances and benefits available to all U.S. Government civilians assigned to foreign areas; however, for Task Orders issued under the Base Contract, Contractor civilians assigned to foreign areas shall not exceed the allowances and benefits in the DSSR as well. For OCONUS Task Orders where costs are not specifically addressed in the DSSR, the Government will reimburse the Contractor for all reasonable, allowable, and allocable costs in accordance with FAR 31, Contract Cost Principles and Procedures. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Months Labor - FFP FFP Fixed Price (FP). All Variations. This CLIN applies to all variations of Contract types under FP. Ordering Period of five (5) years from Date of Award. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNTAMOUNT 0002 Lot Travel COST
(1) No profit shall be paid on travel made under this CLIN; however, DCAA approved burden rates are authorized; (2) Travel must be incidental to the work being performed under this contract; (3) All Travel must be pre-approved by the COR prior to the Contractor incurring the cost; (4) Travel will be on a cost reimbursement basis only. All travel must be pre-approved by the COR prior to the Contractor incurring the cost. Travel shall be in accordance with FAR Subpart 31.205-46 and the Joint Travel Regulation (JTR). Ordering Period of five (5) years from Date of Award. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNTAMOUNT 0003 Lot Other Direct Costs (ODCs) COST
(1) No profit shall be paid on purchases made under this CLIN; however, DCAA approved burden rates are authorized; (2) ODCs must be purchased in accordance with the Contractor's approved Purchasing System, as applicable; (3) ODCs may be purchased from General Service Administration (GSA) Schedules or Enterprise Software Initiative (ESI), if available and authorized by the Contracting Officer; (4) ODCs must be incidental to the work being performed under this contract; (5) The Contractor will provide ODCs on a cost reimbursement basis only. All ODCs must be pre-approved by the COR prior to the Contractor incurring the cost. The Contractor shall be authorized to invoice on a monthly basis and in accordance with FAR Part 31. Ordering Period of five (5) years from Date of Award. Note: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The Contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Each $500.00 $500.00 Minimum Guarantee FFP The minimum guarantee may be invoiced for and paid after the attendance of the Kick-Off Meeting and the delivery and acceptance of the SCRM plan. The minimum guarantee is $500.00. FOB: Destination NET AMT $500.00 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 9999 Lot Surge Capacity COST The Government may require surge support during the ordering period or any option period and surge modifications must be in-scope to provide increased support for the defined task areas of the PWS. Surge support is OPTIONAL and is not a guarantee. If the Government determines that an increased quantity of support is required for the task areas defined in the PWS, the Government reserves the right to exercise the Surge Option unilaterally. The Contracting Officer will provide written notice to the Contractor at least seven (7) calendar days prior to any unilateral exercise of the Surge Option. In the event the Government does elect to exercise the Surge Option, surge support will be realigned under new or existing CLINs for the relevant task areas identified in the PWS, and an equal amount will be deducted from the Surge CLIN not-to-exceed amount. Surge support will be provided at the same labor rates proposed and found fair and reasonable at time of Contract/Task Order award for the applicable period of performance. Surge support over the life of the Contract will not exceed 35% of the Contractor's total proposed price for the base and all option periods, excluding any six-month extension of services pursuant to FAR 52.217-8. FOB: Destination ESTIMATED COST Section C - Descriptions and Specifications Indefinite Delivery, Indefinite Quantity (IDIQ) Number (completed by the KO at time of IDIQ award) Task Order Number: (completed by the KO at time of Task Order award or N/A) Contractor Name: (completed by the KO at time of IDIQ award) Tracking Number: (completed by the KO when complete package is received) Follow-on to Previous Contract and Task Order Number: HC1047-13-D-4000; 18 Task Orders were issued.
1. Contracting Officer’s Representative (COR). For Primary and Alternate COR detail, see DARS 52.204-9000 “Points of Contact” which will be included in the awarded contract.
a. Primary COR. Name: TBD Organization: TBD DODAAC: TBD Address: TBD Phone Number: TBD E-Mail Address: TBD
b. Alternate COR. Name: TBD Organization: TBD DODAAC: TBD Address: TBD Phone Number: TBD E-Mail Address: TBD
2. Contract Title. Mission Partner Environment (MPE) Network Engineering Services for the Combatant Commands (CCMDs)
Appears in 1 contract
Sources: Solicitation, Offer and Award