Common use of Part Identification Clause in Contracts

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A Government N/A Government 1500 N/A Government N/A Government 2000 N/A Government N/A Government 2500 N/A Government N/A Government 3000 N/A Government N/A Government 3500 N/A Government N/A Government 4000 N/A Government N/A Government 4500 N/A Government N/A Government 5000 N/A Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To be determined in each DO/TO, as applicable. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQ-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 1000 60 mths. ADC N/A FOB: Origin (Shipping Point) 1500 120 mths. ADC N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOB: Origin (Shipping Point) 3000 60 mths. ADC N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination CLAUSES INCORPORATED BY REFERENCE 52.211-17 Delivery of Excess Quantities SEP 1989 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT G-216-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC (NAVSEA) (OCT 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENT (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Solicitation, Offer and Award

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A 0001 Destination Government N/A Destination Government 1500 N/A 0002 Destination Government N/A Destination Government 2000 N/A 0003 Origin Government N/A Origin Government 2500 N/A 0004 Destination Government N/A Destination Government 3000 N/A 0005 Origin Government N/A Origin Government 3500 N/A 0006 Destination Government N/A Government 4000 N/A Government N/A Government 4500 N/A Government N/A Government 5000 N/A Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H014 INSPECTION AND ACCEPTANCE OF ENGINEERING SERVICES (NAVSEA) (OCT 2018) Item(s) 0 001 and 0002 - Inspection and acceptance shall be made by the Contracting Officer’s Representative (COR) or a designated representative of the Government. E-246-H015 INSPECTION AND ACCEPTANCE OF ENGINEERING SERVICES IN SUPPORT OF SUPPLIES (NAVSEA) (FEB 2019) Item(s) 0 001 and 0002 - For engineering services in support of delivered supplies, authorization for services shall be made by the PCO or Contracting Officer’s Representative (COR). Inspection and acceptance shall be made by the COR or a designated representative of the Government following the receipt of the certification of performance on the delivered hardware. E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** 0 004 - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** 0 003 - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To E-246-H019 INSPECTION AND ACCEPTANCE OF PROVISIONING TECHNICAL DOCUMENTATION (NAVSEA) (OCT 2018) Item(s) 0 005 - The Government may accept, conditionally accept, or reject the Provisioning Technical Documentation (PTD) within sixty days after its delivery, or as specified on the applicable CDRL(s). A notice of conditional acceptance shall state any corrective action required by the Contractor. If PTD is rejected, the Contractor may be determined in each DO/TOrequired, as applicableat the option of the Government, to correct any or all of the PTD. The Contractor shall at no additional cost to the Government make any necessary changes, modifications, or corrections to the PTD. The Government shall take action on the corrected PTD within the time limit specified above. Government action under this requirement shall not affect or limit any other rights it may have under this contract. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQ-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 1000 60 mths0001 POP 26-FEB-2021 TO 25-FEB-2026 N/A NAVAL SURFACE WARFARE CENTER RECEIVING OFFICER ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇▇ BUILDING ▇▇▇ ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇ ▇▇▇▇▇-4307 805-228-8747 FOB: Destination N63394 0002 POP 26-FEB-2021 TO 25-FEB-2026 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N63394 0003 180 dys. ADC N/A FOB: Origin (Shipping Point) 1500 120 mths0004 POP 26-FEB-2021 TO 25-FEB-2026 N/A NAVAL SURFACE WARFARE CENTER RECEIVING OFFICER ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇▇ BUILDING ▇▇▇ ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇ ▇▇▇▇▇-4307 805-228-8747 FOB: Destination N63394 0005 180 dys. ADC 1 N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC 0006 POP 26-FEB-2021 TO 25-FEB-2026 N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOB: Origin (Shipping Point) 3000 60 mths. ADC N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A NAVAL SURFACE WARFARE CENTER RECEIVING OFFICER ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇▇ BUILDING ▇▇▇ ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇ ▇▇▇▇▇-4307 805-228-8747 FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination N63394 CLAUSES INCORPORATED BY REFERENCE 52.211-17 8 Alt III Time of Delivery of Excess Quantities SEP 1989 (Jun 1997) Alternate III APR 1984 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 30 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 Contractor's Facility FEB 2006 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. CLAUSES INCORPORATED BY FULL TEXT F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 Reports 252.246-7000 Material Inspection And Receiving Report 7001 Warranty Of Data MAR 2008 2014 G-216-H003 ORDERING PROCESS FOR MULTIPLE AWARD JAN 2020 CONTRACTS (MACS) (NAVSEA) (MAY 2019) CLAUSES INCORPORATED BY FULL TEXT G-216252.232-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION 7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC (NAVSEA) (OCT DEC 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENT (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Contract

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items. HQ D-2-0008 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) contract dollar amount (4) whether the contract was competitively or non-competitively awarded (5) sponsor: PEO IWS 2.0 (Name of Individual Sponsor) NAVSEA (Name of Requiring Activity) WASHINGTON, D.C. (City and State) Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A 1801 Destination Government N/A Destination Government 1500 N/A 1802 Destination Government N/A Destination Government 2000 N/A 1803 Destination Government N/A Destination Government 2500 N/A 1901 Destination Government N/A Destination Government 3000 N/A 1902 Destination Government N/A Destination Government 3500 N/A 1903 Destination Government N/A Destination Government 4000 N/A 2001 Destination Government N/A Destination Government 4500 N/A 2002 Destination Government N/A Destination Government 5000 N/A 2003 Destination Government N/A Destination Government 5500 N/A 2101 Destination Government N/A Destination Government 6000 N/A 2102 Destination Government N/A Destination Government 6500 N/A 2103 Destination Government N/A Destination Government 7000 N/A 2201 Destination Government N/A Destination Government 7500 N/A 2202 Destination Government N/A Destination Government 8000 N/A 2203 Destination Government N/A Destination Government 9900 Destination Government Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015ISO 9000 September 2015 None ISO 9001 September 2015 None (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To be determined in each DO/TO, as applicable. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQ-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 1000 60 mths. ADC N/A FOB: Origin (Shipping Point) 1500 120 mths. ADC N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOB: Origin (Shipping Point) 3000 60 mths. ADC N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination CLAUSES INCORPORATED BY REFERENCE 52.211-17 Delivery of Excess Quantities SEP 1989 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT G-216-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC (NAVSEA) (OCT 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENT (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Solicitation, Offer and Award

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A Government N/A Government 1500 N/A Government N/A Government 2000 N/A Government N/A Government 2500 N/A Government N/A Government 3000 N/A Government N/A Government 3500 N/A Government N/A Government 4000 N/A Government N/A Government 4500 N/A Government N/A Government 5000 N/A Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To be determined in each DO/TO, as applicable. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQ-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 1000 60 mths. ADC N/A FOB: Origin (Shipping Point) 1500 120 mths. ADC N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOB: Origin (Shipping Point) 3000 60 mths. ADC N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination CLAUSES INCORPORATED BY REFERENCE 52.211-17 Delivery of Excess Quantities SEP 1989 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT G-216-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC (NAVSEA) (OCT 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENT (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Solicitation, Offer and Award

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A Government N/A Government 1500 N/A Government N/A Government 2000 N/A Government N/A Government 2500 N/A Government N/A Government 3000 N/A Government N/A Government 3500 N/A Government N/A Government 4000 N/A Government N/A Government 4500 N/A Government N/A Government 5000 N/A Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 Reimbursement 52.246-8 Alt I Inspection Of Research And Development-Cost APR 1984 Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To be determined in each DO/TO, as applicable. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQ-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 1000 60 mths. ADC N/A FOB: Origin (Shipping Point) 1500 120 mths. ADC N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOB: Origin (Shipping Point) 3000 60 mths. ADC N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination CLAUSES INCORPORATED BY REFERENCE 52.211-17 Delivery of Excess Quantities SEP 1989 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT G-216-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC (NAVSEA) (OCT 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENT (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Solicitation, Offer and Award

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 0001 Origin Government Origin Government 000101 N/A Government N/A Government 1500 N/A Government N/A 0002 Destination Government 2000 N/A Government N/A Government 2500 N/A Government N/A Government 3000 N/A Government N/A Government 3500 N/A Government N/A Government 4000 N/A Government N/A Government 4500 N/A Government N/A Government 5000 N/A Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** 0001-0002 - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To be determined in each DO/TO, as applicable. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This REQUIRED DELIVERY DATES The ordering period for this indefinite-delivery indefinite-quantity (IDIQ-MAC ) contract has an initial Ordering Period of 60 months After will be five (5) years after the date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADCcontract award. The below table has required delivery date for orders is 180 days after receipt of order. Shipping will be at the ordering period identified for each CLIN series. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 1000 60 mths. ADC N/A FOB: Origin (Shipping Point) 1500 120 mths. ADC N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOB: Origin (Shipping Point) 3000 60 mths. ADC N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination CLAUSES INCORPORATED BY REFERENCE 52.211-17 Delivery of Excess Quantities SEP 1989 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assignedGovernment’s expense. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contractorder will specify quantity amount and location(s). F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) All data to The items will be furnished under this contract shall be delivered prepaid shipped to the destination(s) and at the time(s) specified on the Contract Data Requirements List(s), DD Form 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT G-216-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC (NAVSEA) (OCT 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets outfollowing locations: (1) The CLINs/SLINs covered by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENT (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Contract

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A 0001 Destination Government N/A Destination Government 1500 N/A 0002 Destination Government N/A Destination Government 2000 N/A 0003 Origin Government N/A Origin Government 2500 N/A 0004 Destination Government N/A Destination Government 3000 N/A 0005 Origin Government N/A Origin Government 3500 N/A 0006 Destination Government N/A Government 4000 N/A Government N/A Government 4500 N/A Government N/A Government 5000 N/A Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H014 INSPECTION AND ACCEPTANCE OF ENGINEERING SERVICES (NAVSEA) (OCT 2018) Item(s) 0001 and 0002 - Inspection and acceptance shall be made by the Contracting Officer’s Representative (COR) or a designated representative of the Government. E-246-H015 INSPECTION AND ACCEPTANCE OF ENGINEERING SERVICES IN SUPPORT OF SUPPLIES (NAVSEA) (FEB 2019) Item(s) 0001 and 00020001 and 0002 - For engineering services in support of delivered supplies, authorization for services shall be made by the PCO or Contracting Officer’s Representative (COR). Inspection and acceptance shall be made by the COR or a designated representative of the Government following the receipt of the certification of performance on the delivered hardware. E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** 00040004 - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** 00030003 - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To E-246-H019 INSPECTION AND ACCEPTANCE OF PROVISIONING TECHNICAL DOCUMENTATION (NAVSEA) (OCT 2018) Item(s) 00050005 - The Government may accept, conditionally accept, or reject the Provisioning Technical Documentation (PTD) within sixty days after its delivery, or as specified on the applicable CDRL(s). A notice of conditional acceptance shall state any corrective action required by the Contractor. If PTD is rejected, the Contractor may be determined in each DO/TOrequired, as applicableat the option of the Government, to correct any or all of the PTD. The Contractor shall at no additional cost to the Government make any necessary changes, modifications, or corrections to the PTD. The Government shall take action on the corrected PTD within the time limit specified above. Government action under this requirement shall not affect or limit any other rights it may have under this contract. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQ-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 1000 60 mths0001 POP 26-FEB-2021 TO 25-FEB-2026 N/A NAVAL SURFACE WARFARE CENTER RECEIVING OFFICER ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇▇ BUILDING ▇▇▇ ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇ ▇▇▇▇▇-4307 805-228-8747 FOB: Destination N63394 0002 POP 26-FEB-2021 TO 25-FEB-2026 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N63394 0003 180 dys. ADC N/A FOB: Origin (Shipping Point) 1500 120 mths0004 POP 26-FEB-2021 TO 25-FEB-2026 N/A NAVAL SURFACE WARFARE CENTER RECEIVING OFFICER ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇▇ BUILDING ▇▇▇ ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇ ▇▇▇▇▇-4307 805-228-8747 FOB: Destination N63394 0005 180 dys. ADC 1 N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC 0006 POP 26-FEB-2021 TO 25-FEB-2026 N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOB: Origin (Shipping Point) 3000 60 mths. ADC N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A NAVAL SURFACE WARFARE CENTER RECEIVING OFFICER ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇▇ BUILDING ▇▇▇ ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇ ▇▇▇▇▇-4307 805-228-8747 FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination N63394 CLAUSES INCORPORATED BY REFERENCE 52.211-17 8 Alt III Time of Delivery of Excess Quantities SEP 1989 (Jun 1997) Alternate III APR 1984 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 30 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 Contractor's Facility FEB 2006 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. CLAUSES INCORPORATED BY FULL TEXT F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report 7001 Warranty Of Data MAR 2008 2014 G-216-H003 ORDERING PROCESS FOR MULTIPLE AWARD CONTRACTS (MACS) (NAVSEA) (MAY 2019) JAN 2020 CLAUSES INCORPORATED BY FULL TEXT G-216252.232-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION 7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC (NAVSEA) (OCT DEC 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENT (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Contract

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018) The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, the above cited MIL-STD use of yellow wrapping or packaging material is prohibited except where used for marking the containment of assorted (related-unrelated) itemsradioactive material. Loose fill polystyrene is prohibited for shipboard use. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A 0001 Destination Government N/A Destination Government 1500 N/A 0002 Destination Government N/A Destination Government 2000 N/A 0003 Destination Government N/A Government 2500 N/A Government N/A Government 3000 N/A Government N/A Government 3500 N/A Government N/A Government 4000 N/A Government N/A Government 4500 N/A Government N/A Government 5000 N/A Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** 001-036 - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To be determined in each DO/TO, as applicable. CLAUSES INCORPORATED BY FULL TEXT E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQ-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 1000 60 0001 30-SEP-2019 5 NAVAL SURFACE WARFARE CENTER CRANE DIV M/F: ▇▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇▇▇ (BLDG 3330 C) BLDG 41 SE CENTRAL RECEIVING ▇▇▇ ▇▇▇ ▇▇▇ ▇▇▇▇▇ ▇▇ ▇▇▇▇▇-5001 812-854-4880 FOB: Destination N00164 0002 6 mths. ADC AOE 25 (SAME AS PREVIOUS LOCATION) FOB: Destination N00164 0003 POP 10-JAN-2020 TO 10-JAN-2022 N/A FOB: Origin (Shipping PointSAME AS PREVIOUS LOCATION) 1500 120 mths. ADC N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOB: Origin (Shipping Point) 3000 60 mths. ADC N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination N00164 CLAUSES INCORPORATED BY REFERENCE 52.211-17 Delivery of Excess Quantities SEP 1989 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT G-216G-242-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC W001 CONTRACT ADMINISTRATION FUNCTIONS (NAVSEA) (OCT 2018) (a) This contract is incrementally funded In accordance with respect FAR 42.302(a) all functions listed are delegated to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered the ACO except the following items to be retained by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to PCO: [ List specific functions that will be retained by the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENTPCO] (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (In accordance with FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs42.302(b), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, subcontractors following additional functions 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 delegated to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly ACO: [ List any additional functions that will be delegated to the Contracting Officer and Contracting Officer Representative ACO] 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT DEC 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Contract

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items. HQ D-2-0008 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) contract dollar amount (4) whether the contract was competitively or non-competitively awarded (5) sponsor: * (Name of Individual Sponsor) (Name of Requiring Activity) (City and State) * Sponsor information to be provided in each Delivery Order, as applicable. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A 0011 Destination Government N/A Destination Government 1500 N/A 0013 Destination Government N/A Destination Government 2000 N/A 0015 Destination Government N/A Destination Government 2500 N/A 0016 Destination Government N/A Destination Government 3000 N/A 0018 Destination Government N/A Destination Government 3500 N/A 0020 Destination Government N/A Destination Government 4000 N/A 0021 Destination Government N/A Destination Government 4500 N/A 0023 Destination Government N/A Destination Government 5000 N/A 0025 Destination Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246HQ E-1-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 0001 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018SEP 1990) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** 0011-0025 - Inspection and acceptance shall be made at destination by a representative of the Government. E-246CLAUSES INCORPORATED BY FULL TEXT HQ E-2-H017 INSPECTION AND ACCEPTANCE 0002 ADDITIONAL PROVISIONS RELATING TO CORRECTION OF F.O.B. ORIGIN DELIVERIES DEFECTS (NAVSEA) (OCT 20181990) Item(sIn case any work done or materials or supplies furnished by the Contractor under this contract for any vessel, or the equipment thereof, shall within sixty (60) ** - Inspection and acceptance days of delivery of the vessel to the Government, or the date of final acceptance, whichever occurs first, prove defective or deficient, such defects or deficiencies shall, as required by the Government, be corrected or repaired by the Contractor to the satisfaction of the Contracting Officer; provided, however, that with respect to any individual work item which is incomplete or deficient at the time of delivery or acceptance, the Contractor's obligation under this requirement to correct or repair such deficiency shall extend sixty (60) days from the date of such correction or repair, whichever occurs first. The Contractor shall be made at source by a representative of the cognizant Contract Administration Office entitled to allowable costs for corrections or other representative of the Governmentrepairs performed in accordance with this requirement but shall not be entitled to any additional fee for such work. **To be determined in each DO/TO, as applicable. E-246HQ E-2-H020 0015 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection toolsAPR 2017). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQ-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 1000 60 mths. ADC N/A FOB: Origin (Shipping Point) 1500 120 mths. ADC N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOB: Origin (Shipping Point) 3000 60 mths. ADC N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination CLAUSES INCORPORATED BY REFERENCE 52.211-17 Delivery of Excess Quantities SEP 1989 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT G-216-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC (NAVSEA) (OCT 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENT (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Contract

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A Government N/A Government 1500 N/A Government N/A Government 2000 N/A Government N/A Government 2500 N/A Government N/A Government 3000 N/A Government N/A Government 3500 N/A Government N/A Government 4000 N/A Government N/A Government 4500 N/A Government N/A Government 5000 N/A Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To be determined in each DO/TO, as applicable. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQ-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 1000 60 mths. ADC N/A FOB: Origin (Shipping Point) 1500 120 mths. ADC N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOB: Origin (Shipping Point) 3000 60 mths. ADC N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination CLAUSES INCORPORATED BY REFERENCE 52.211-17 Delivery of Excess Quantities SEP 1989 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT G-216-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC (NAVSEA) (OCT 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENT (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Contract

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items. D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018) The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, the use of yellow wrapping or packaging material is prohibited except where used for the containment of radioactive material. Loose fill polystyrene is prohibited for shipboard use. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A 0001 Origin Government N/A Destination Government 1500 N/A 0002 Origin Government N/A Destination Government 2000 N/A 0003 Origin Government N/A Destination Government 2500 N/A 0004 Origin Government N/A Destination Government 3000 N/A 0005 Destination Government N/A Destination Government 3500 N/A 0006 Destination Government N/A Government 4000 N/A Government N/A Government 4500 N/A Government N/A Government 5000 N/A Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015ISO 9001:2015 & SOW Quality Requirements (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To be determined in each DO/TO, as applicable. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 W004 PROCUREMENT QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION ASSURANCE INSPECTION AND ACCEPTANCE (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories:OCT 2018) (a) All deliverable software Initial inspection of the supplies to be furnished hereunder shall be made by the cognizant Defense Contract Management Agency (DCMA) Quality Assurance Representative (QAR) and/or NSWC Crane Representative(s) at the contractor's or subcontractor's plant located at TBD. The contractor shall notify the cognizant inspector when the material is available for inspection. The place designated for such inspections shall not be changed without authorization of the Contracting Officer. Final inspection and acceptance shall be made by NSWC Crane Representative(s) within 1 4 days after receipt of an acceptable First Article Test (FAT)/Lot Acceptance Test (LAT)** report by NSWC Crane. (b) All deliverable software that is included as part Initial inspection shall consist of deliverable hardware quality assurance at point of manufacture or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or assembly and check/test prior to shipment. Final inspection and acceptance will be made by the Receiving Activity after installation/check out/testing of deliverable software or hardware (includes automated fabrication, test, the supplies. **LAT of 3 Units/Lot will also be required of the Contractor at Contractor facilities and inspection/acceptance equipment software and software design, test, and inspection toolswill be witnessed by cognizant QAR and/or NSWC Crane Representative(s). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQ-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. D ELIVERY INFORMATION 1.0 DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC DODA AC / CAGE 1000 60 mths0001 246 days ADC 5 each NSWC CRANE ▇▇▇▇▇▇ ▇▇▇▇▇▇▇/▇▇▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇▇ ▇▇▇ ▇▇▇ ▇▇▇▇ ▇▇▇▇ ▇▇▇▇▇ IN 47522-5099 812-854-2440 FOB: Destination W53XMD 0002 246 days ADC 5 each (SAME AS PREVIOUS LOCATION) FOB: Destination W53XMD 0003 281 days AFATA To be Cited on each Delivery Order DESTINATION ADDRESS WILL BE DETERMINED ON A DELIVERY ORDER BASIS. ADC SEE ATTACHMENT 07 FOR POSSIBLE DELIVERY ADDRESSES. FOB: Destination TBD 0004 281 days AFATA To be Cited on each Delivery Order (SAME AS PREVIOUS LOCATION) FOB: Destination TBD 0005 IAW DD1423s 1 Lot IAW DD1423s N00164 0006 N/A FOB: Origin (Shipping Point) 1500 120 mths. ADC N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOBADC-After Date of Contract AFATA-After First Article Testing Acceptance TBD-To Be Determined EARLY DELIVERIES ARE ACCEPTABLE AND ENCOURAGED AT NO ADDITONAL CHARGE TO THE GOVERNMENT ADDITIONAL DELIVERY INFORMATION: Origin P roduction Lead Time Worksheet with First Article Test (Shipping PointFAT): FAT Delivery: 180 Days (FAT Sample Production) 3000 60 mths. ADC N/A FOB: Origin 7 Days (Shipping PointFAT Sample Delivery) 3500 120 mths. ADC N/A FOB: Origin 45 Days (Shipping PointFAT Sample Testing) 4000 60 mths. ADC N/A FOB: Origin 246 Days (Shipping PointFAT Requirement) 4500 120 mths. ADC N/A FOB: Origin 180 Days (Shipping PointMaterial) 5000 60 mths. ADC N/A FOB: Origin 21 Days (Shipping PointFirst Production per Lot) 5500 120 mths. ADC N/A FOB: Origin 7 Days (Shipping PointFirst Lot Acceptance Testing (LAT) 6000 60 mths. ADC N/A FOB: Origin Delivery) 45 Days (Shipping PointTesting at NSWC Crane) 6500 120 mths. ADC N/A FOB: Origin 14 Days (Shipping PointAcceptance at NSWC Crane) 7000 60 mths. ADC N/A FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination P roduction Lead Time Worksheet without First Article Test (FAT): 180 Days (Material) 21 Days (First Production per Lot) 7 Days (First Lot Acceptance Testing (LAT) Delivery) 45 Days (Testing at NSWC Crane) 14 Days (Acceptance at NSWC Crane) CLAUSES INCORPORATED BY REFERENCE 52.211-17 Delivery of Excess Quantities SEP 1989 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247252.223-48 F.O.B. Destination7003 Changes In Place Of Performance--Evidence Of Shipment FEB 1999 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN Ammunition And DEC 1991 Explosives CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE FULL TEXT 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT G-216-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) BILLING INSTRUCTIONS (OCT 20182005) The Government will withhold 15% of each fixed fee payment starting with When submitting a request for payment, the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC (NAVSEA) (OCT 2018)Contractor shall-- (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered by Identify the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/item(s) on the payment request that reasonably reflect contract subline item number (CLIN/SLIN), subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10)work performance; and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENT (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time Separately identify a payment amount for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced each contract line item numbers included in the payment request. (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT DEC 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Contract

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018) The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, the above cited MIL-STD use of yellow wrapping or packaging material is prohibited except where used for marking the containment of assorted (related-unrelated) itemsradioactive material. Loose fill polystyrene is prohibited for shipboard use. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A 0001 Destination Government N/A Destination Government 1500 N/A 0002 Destination Government N/A Destination Government 2000 N/A 0003 Destination Government N/A Government 2500 N/A Government N/A Government 3000 N/A Government N/A Government 3500 N/A Government N/A Government 4000 N/A Government N/A Government 4500 N/A Government N/A Government 5000 N/A Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H014 INSPECTION AND ACCEPTANCE OF ENGINEERING SERVICES (NAVSEA) (OCT 2018) Item(s) 0001 - Inspection and acceptance shall be made by the Contracting Officer’s Representative (COR) or a designated representative of the Government. E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** 0002 - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To be determined in each DO/TO, as applicable. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQE-246-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 1000 60 mths. ADC N/A FOB: Origin (Shipping Point) 1500 120 mths. ADC N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOB: Origin (Shipping Point) 3000 60 mths. ADC N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination CLAUSES INCORPORATED BY REFERENCE 52.211-17 Delivery of Excess Quantities SEP 1989 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. F-247-H001 DELIVERY W002 CERTIFICATE OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT G-216-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC COMPLIANCE (NAVSEA) (OCT 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: A certification of material shall be provided by the Contractor, one (1) The CLINs/SLINs covered by copy to accompany the clause shipment (in the packing list envelope) and (l) copy mailed to arrive at time of this contract entitled "Limitation receipt of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject the shipment. Mark all certificates to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period attention of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENTCode 00Q. (b) The parties contemplate that certificate shall state compliance of material with drawing specification and contract/order requirements. The certificate shall as a minimum state the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINscompany name, contract/SLINs by unilateral contract modificationorder number, drawing or specification number, and any such modification date. The certificate shall state separately state, above the amount(s) allotted for costsignature of a legally authorized representative of the company, the amount(s) allotted for fee, following: This certification concerns a matter within the CLINs/SLINs covered thereby, jurisdiction of an agency of the United States and the period making of performance which a false, fictitious, or fraudulent certification may render the amount(s) are expected maker subject to coverprosecution under Title 18, United States Code, Section 1001. (c) Performance under CLINs/SLINs which are fully funded is subject Failure to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, provide certification at the lowest level time of performance, either shipment may result in material being rejected and returned at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officercontractor's expense. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Contract

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018) The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, the above cited MIL-STD use of yellow wrapping or packaging material is prohibited except where used for marking the containment of assorted (related-unrelated) itemsradioactive material. Loose fill polystyrene is prohibited for shipboard use. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A 0001 Destination Government N/A Destination Government 1500 N/A 0002 Destination Government N/A Destination Government 2000 N/A 0003 Destination Government N/A Government 2500 N/A Government N/A Government 3000 N/A Government N/A Government 3500 N/A Government N/A Government 4000 N/A Government N/A Government 4500 N/A Government N/A Government 5000 N/A Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H014 INSPECTION AND ACCEPTANCE OF ENGINEERING SERVICES (NAVSEA) (OCT 2018) Item(s) 0001 - Inspection and acceptance shall be made by the Contracting Officer’s Representative (COR) or a designated representative of the Government. E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** 0002 - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To be determined in each DO/TO, as applicable. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQE-246-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 1000 60 mths. ADC N/A FOB: Origin (Shipping Point) 1500 120 mths. ADC N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOB: Origin (Shipping Point) 3000 60 mths. ADC N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination CLAUSES INCORPORATED BY REFERENCE 52.211-17 Delivery of Excess Quantities SEP 1989 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. F-247-H001 DELIVERY W002 CERTIFICATE OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT G-216-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC COMPLIANCE (NAVSEA) (OCT 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: A certification of material shall be provided by the Contractor, one (1) The CLINs/SLINs covered by copy to accompany the clause shipment (in the packing list envelope) and (l) copy mailed to arrive at time of this contract entitled "Limitation receipt of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject the shipment. Mark all certificates to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period attention of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENTCode 00Q. (b) The parties contemplate that certificate shall state compliance of material with drawing specification and contract/order requirements. The certificate shall as a minimum state the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINscompany name, contract/SLINs by unilateral contract modificationorder number, drawing or specification number, and any such modification date. The certificate shall state separately state, above the amount(s) allotted for costsignature of a legally authorized representative of the company, the amount(s) allotted for fee, following: This certification concerns a matter within the CLINs/SLINs covered thereby, jurisdiction of an agency of the United States and the period making of performance which a false, fictitious, or fraudulent certification may render the amount(s) are expected maker subject to coverprosecution under Title 18, United States Code, Section 1001. (c) Performance under CLINs/SLINs which are fully funded is subject Failure to provide certification at the clause time of this contract entitled "Limitation of Cost" (FAR 52.232-20)shipment may result in material being rejected and returned at the contractor's expense. (d) The Contractor certificate shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are read as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇I certify that on [insert date], SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ the [**insert Contractor’s name] A PCO will be will be specified furnished the supplies called for by the Order/Contract No. via [Carrier] on [identify the bill of lading or shipping document] in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is accordance with all applicable requirements. I further certify that the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope supplies or services are of the contract or to otherwise change any quality specified and conform in all respects with the contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority including specifications, drawings, preservation, packaging, packing, marking requirements, and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative physical item identification (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(spart number), and applicable fair opportunity notifications. At least one of are in the designated contacts shall be authorized to sigquantity shown on this document.

Appears in 1 contract

Sources: Contract

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A 0001 Destination Government N/A Destination Government 1500 N/A 0002 Destination Government N/A Destination Government 2000 N/A 0003 Origin Government N/A Origin Government 2500 N/A 0004 Destination Government N/A Destination Government 3000 N/A 0005 Origin Government N/A Origin Government 3500 N/A 0006 Destination Government N/A Government 4000 N/A Government N/A Government 4500 N/A Government N/A Government 5000 N/A Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H014 INSPECTION AND ACCEPTANCE OF ENGINEERING SERVICES (NAVSEA) (OCT 2018) Item(s) 0001 and 0002 - Inspection and acceptance shall be made by the Contracting Officer’s Representative (COR) or a designated representative of the Government. E-246-H015 INSPECTION AND ACCEPTANCE OF ENGINEERING SERVICES IN SUPPORT OF SUPPLIES (NAVSEA) (FEB 2019) Item(s) 0001 and 0002 - For engineering services in support of delivered supplies, authorization for services shall be made by the PCO or Contracting Officer’s Representative (COR). Inspection and acceptance shall be made by the COR or a designated representative of the Government following the receipt of the certification of performance on the delivered hardware. E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** 0004 - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** 0003 - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To E-246-H019 INSPECTION AND ACCEPTANCE OF PROVISIONING TECHNICAL DOCUMENTATION (NAVSEA) (OCT 2018) Item(s) 0005 - The Government may accept, conditionally accept, or reject the Provisioning Technical Documentation (PTD) within sixty days after its delivery, or as specified on the applicable CDRL(s). A notice of conditional acceptance shall state any corrective action required by the Contractor. If PTD is rejected, the Contractor may be determined in each DO/TOrequired, as applicableat the option of the Government, to correct any or all of the PTD. The Contractor shall at no additional cost to the Government make any necessary changes, modifications, or corrections to the PTD. The Government shall take action on the corrected PTD within the time limit specified above. Government action under this requirement shall not affect or limit any other rights it may have under this contract. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQ-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 1000 60 mths0001 POP 26-FEB-2021 TO 25-FEB-2026 N/A NAVAL SURFACE WARFARE CENTER RECEIVING OFFICER ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇▇ BUILDING ▇▇▇ ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇ ▇▇▇▇▇-4307 805-228-8747 FOB: Destination N63394 0002 POP 26-FEB-2021 TO 25-FEB-2026 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N63394 0003 180 dys. ADC N/A FOB: Origin (Shipping Point) 1500 120 mths0004 POP 26-FEB-2021 TO 25-FEB-2026 N/A NAVAL SURFACE WARFARE CENTER RECEIVING OFFICER ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇▇ BUILDING ▇▇▇ ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇ ▇▇▇▇▇-4307 805-228-8747 FOB: Destination N63394 0005 180 dys. ADC 1 N/A FOB: Origin (Shipping Point) 2000 60 mths. ADC 0006 POP 26-FEB-2021 TO 25-FEB-2026 N/A FOB: Origin (Shipping Point) 2500 120 mths. ADC N/A FOB: Origin (Shipping Point) 3000 60 mths. ADC N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A NAVAL SURFACE WARFARE CENTER RECEIVING OFFICER ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇▇ BUILDING ▇▇▇ ▇▇▇▇ ▇▇▇▇▇▇▇ ▇▇ ▇▇▇▇▇-4307 805-228-8747 FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination N63394 CLAUSES INCORPORATED BY REFERENCE 52.211-17 8 Alt III Time of Delivery of Excess Quantities SEP 1989 (Jun 1997) Alternate III APR 1984 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 30 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 Contractor's Facility FEB 2006 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. CLAUSES INCORPORATED BY FULL TEXT F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report 7001 Warranty Of Data MAR 2008 2014 G-216-H003 ORDERING PROCESS FOR MULTIPLE AWARD CONTRACTS (MACS) (NAVSEA) (MAY 2019) JAN 2020 CLAUSES INCORPORATED BY FULL TEXT G-216252.232-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION 7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC (NAVSEA) (OCT DEC 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENT (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Contract

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018) The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, the above cited MIL-STD use of yellow wrapping or packaging material is prohibited except where used for marking the containment of assorted (related-unrelated) itemsradioactive material. Loose fill polystyrene is prohibited for shipboard use. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A 0001 Destination Government N/A Destination Government 1500 N/A 0002 Destination Government N/A Destination Government 2000 N/A 0003 Destination Government N/A Destination Government 2500 N/A 0004 Destination Government N/A Destination Government 3000 N/A 0005 Destination Government N/A Destination Government 3500 N/A 0006 Destination Government N/A Government 4000 N/A Government N/A Government 4500 N/A Government N/A Government 5000 N/A Government N/A Government 5500 N/A Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 252.246-7000 Material Inspection And Receiving Report MAR 2008 252.246-7007 Contractor Counterfeit Electronic Part Detection and AUG 2016 Avoidance System 252.246-7008 Sources of Electronic Parts MAY 2018 E-246-H014 INSPECTION AND ACCEPTANCE OF ENGINEERING OCT 2018 SERVICES (NAVSEA) (OCT 2018) CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-, Quality Management Systems 2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To be determined in each DO/TO, as applicable. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. E-246-W007 NOTIFICATION OF INSPECTION OR TEST (NAVSEA) (OCT 2018) The Contractor agrees to notify TBD at the Order Level, in writing, when the material will be inspected and/or tested. A minimum of seven (7) working days is required to arrange such a visit. Section F - Deliveries or Performance ORDERING PERIOD This IDIQ-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has delivery dates and Periods of Performance (PoPs) are estimates and may be adjusted at time of award. PoPs represent the ordering period identified for the relevant CLINs. Specific delivery dates for each CLIN seriesrequirement will be established in each order at the time of issuance. DELIVERY INFORMATION CLIN 0001 DELIVERY DATE 04-JUN-2020 QUANTITY SHIP TO ADDRESS NAVAL STATION NWPT, RECEIVING DODAAC / CAGE 1000 60 mths. ADC N66604 OFFICER - RECEIVING OFFICER ▇▇ ▇▇▇▇▇▇▇▇ ▇▇▇▇▇▇ NEWPORT RI 02841 401-841-3827 FOB: Destination 0002 POP 04-MAY-2020 TO 03-MAY-2025 N/A (SAME AS PREVIOUS LOCATION) FOB: Origin (Shipping Point) 1500 120 mths. ADC Destination N66604 0003 POP 04-MAY-2020 TO 03-MAY-2025 N/A (SAME AS PREVIOUS LOCATION) FOB: Origin (Shipping Point) 2000 60 mths. ADC Destination N66604 0004 POP 04-MAY-2020 TO 03-MAY-2025 N/A (SAME AS PREVIOUS LOCATION) FOB: Origin (Shipping Point) 2500 120 mths. ADC Destination N66604 0005 POP 04-MAY-2020 TO 03-MAY-2025 N/A (SAME AS PREVIOUS LOCATION) FOB: Origin (Shipping Point) 3000 60 mths. ADC Destination N66604 0006 N/A FOB: Origin (Shipping Point) 3500 120 mths. ADC N/A FOB: Origin (Shipping Point) 4000 60 mths. ADC N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination CLAUSES INCORPORATED BY REFERENCE 52.211-17 Delivery of Excess Quantities SEP 1989 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 55 F.O.B. Destination--Evidence Point For Delivery Of Shipment FEB 1999 52.247Government-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 Furnished JUN 2003 Property CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. CLAUSES INCORPORATED BY FULL TEXT F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state)TBD at Order Level, for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report MAR 2008 Reports CLAUSES INCORPORATED BY FULL TEXT G-216-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232252.232-H001 ALLOTMENT OF FUNDS--BASIC 7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (NAVSEA) (OCT DEC 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENT (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Contract

Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items. Section E - Inspection and Acceptance NOTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: ▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 1000 N/A 0001 Destination Government N/A Destination Government 1500 N/A 0002 Destination Government N/A Destination Government 2000 N/A 0003 Destination Government N/A Destination Government 2500 N/A 0004 Destination Government N/A Destination Government 3000 N/A 0005 Destination Government N/A Destination Government 3500 N/A 0006 Destination Government N/A Destination Government 4000 N/A 0007 Destination Government N/A Destination Government 4500 N/A 0008 Destination Government N/A Destination Government 5000 N/A 0009 Destination Government N/A Destination Government 5500 N/A 0010 Destination Government N/A Government 6000 N/A Government N/A Government 6500 N/A Government N/A Government 7000 N/A Government N/A Government 7500 N/A Government N/A Government 8000 N/A Government N/A Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-2 Alt I Inspection Of Supplies Fixed Price (Aug 1996) - Alternate I JUL 1985 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-7 Inspection Of Research And Development Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost Reimbursement MAY 2001 52.246-8 Alt I Inspection Of Research And Development-Cost Reimbursement (May 2001) - Alternate I APR 1984 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. ANSI/ISO/ASQ 9001-2015 (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require-- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) CLAUSES INCORPORATED BY FULL TEXT E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY FULL TEXT E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** CLIN 0001- 0009 - Inspection and acceptance shall be made at destination by a representative of the Government. E-246-H017 INSPECTION AND ACCEPTANCE OF F.O.B. ORIGIN DELIVERIES (NAVSEA) (OCT 2018) Item(s) ** - Inspection and acceptance shall be made at source by a representative of the cognizant Contract Administration Office or other representative of the Government. **To be determined in each DO/TO, as applicable. E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements. E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. CLAUSES INCORPORATED BY FULL TEXT E-246-H023 QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) The contractor's software quality program shall be an integral part of the overall Quality Management System. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified within the following categories: (a) All deliverable software (b) All deliverable software that is included as part of deliverable hardware or firmware. (c) Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspection tools). (d) Commercially available, reusable, or Government software designated as part of a deliverable item. Section F - Deliveries or Performance ORDERING PERIOD This IDIQ-MAC contract has an initial Ordering Period of 60 months After date of Contract Award (ADC) and if options are exercised then this IDIQ-MAC will have an Ordering Period of 120 Months ADC. The below table has the ordering period identified for each CLIN series. DELIVERY INFO DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC DODA AC / CAGE 1000 60 mths0001 210 dys. ADC 3 NAVAL SURFACE WARFARE CENTER N00164 CRANE DIV M/F: ▇▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇ (BLDG 41) BLDG 41 SE CENTRAL RECEIVING ▇▇▇ ▇▇▇ ▇▇▇ CRANE IN 47522-5001 ▇▇▇-▇▇▇-▇▇▇▇ FOB: Destination 0002 210 dys. ADC 2 (SAME AS PREVIOUS LOCATION) FOB: Destination N00164 0003 210 dys. ADC 32 (SAME AS PREVIOUS LOCATION) FOB: Destination N00164 0004 210 dys. after delivery order N/A (SAME AS PREVIOUS LOCATION) FOB: Origin (Shipping Point) 1500 120 mthsDestination N00164 0005 210 dys. ADC after delivery order N/A (SAME AS PREVIOUS LOCATION) FOB: Origin (Shipping Point) 2000 60 mthsDestination N00164 0006 210 dys. ADC after delivery order N/A (SAME AS PREVIOUS LOCATION) FOB: Origin (Shipping Point) 2500 120 mthsDestination N00164 0007 210 dys. ADC after delivery order N/A (SAME AS PREVIOUS LOCATION) FOB: Origin (Shipping Point) 3000 60 mthsDestination N00164 0008 210 dys. ADC after delivery order N/A (SAME AS PREVIOUS LOCATION) FOB: Origin (Shipping Point) 3500 120 mthsDestination N00164 0009 210 dys. ADC after delivery order N/A (SAME AS PREVIOUS LOCATION) FOB: Origin (Shipping Point) 4000 60 mthsDestination N00164 0010 IAW CDRLs. ADC See DD1423 N/A FOB: Origin (Shipping Point) 4500 120 mths. ADC N/A FOB: Origin (Shipping Point) 5000 60 mths. ADC N/A FOB: Origin (Shipping Point) 5500 120 mths. ADC N/A FOB: Origin (Shipping Point) 6000 60 mths. ADC N/A FOB: Origin (Shipping Point) 6500 120 mths. ADC N/A FOB: Origin (Shipping Point) 7000 60 mths. ADC N/A FOB: Destination 7500 120 mths. ADC N/A FOB: Destination 8000 120 mths. ADC N/A FOB: Destination IAW DD1423 N00164 ** Early and/or partial deliveries are acceptable at no additional cost to the Government.** CLAUSES INCORPORATED BY REFERENCE 52.211-17 Delivery of Excess Quantities 11 Liquidated Damages--Supplies, Services, or Research and SEP 1989 2000 Development 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) 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 1423. F-247-H003 F.O.B. ORIGIN (NAVSEA) (OCT 2018) All supplies hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. Origin" (FAR 52.247-29) at or near the Contractor's plant, (*insert city, county, and state), for shipment at Government expense (normally on Government bill(s) of lading) in accordance with the delivery instructions specified herein. This paragraph is required pursuant to 52.247-29 (a)(1). FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act 49 U.S.C. Section 10721 and 13712 rates do not apply. F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204DELIVERY ORDER EVALUATION Each Awardee will be given a fair opportunity to be considered for each delivery order exceeding $3,500.00, IAW FAR 16.505(b)(1). Awardees will be requested to provide a delivery schedule for each requirement under the anticipated contract unless an exception IAW FAR 16.505(b)(2) applies. A maximum delivery schedule is established at the basic contract level in Section F. Pricing is also established at the basic contract level in Section B. A delivery schedule faster than the maximum delivery schedule stated in Section F will be requested for each delivery order. The contractor shall provide a delivery schedule for the machined items being solicited. Single Or Multiple Awards of Delivery Order Line Items: The government reserves the right to award any item or group of items of a proposal. The contractor shall submit a proposal with the appropriate delivery schedule for split awards of line items between the awardees and a single award of all items being solicited. The government will evaluate all delivery schedules for the best overall schedule to the government and make either a single or split award accordingly. Award decisions for delivery orders will be based on the following in descending order of importance: Fastest Schedule for Delivery Dates Acceptable past-7006 Billing Instructions OCT 2005 252.232performance during post-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.246-7000 Material Inspection And Receiving Report MAR 2008 award Established Price CLAUSES INCORPORATED BY FULL TEXT G-216252.204-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) 7006 BILLING INSTRUCTIONS (OCT 20182005) The Government will withhold 15% 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. (End of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216clause) CLAUSES INCORPORATED BY FULL TEXT 252.232-8, Fixed Fee. Applicable CLINs: 4000, 4500, 5000, 5500 G-232-H001 ALLOTMENT OF FUNDS--BASIC 7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (NAVSEA) (OCT DEC 2018) (a) This contract Definitions. As used in this clause— “Department of Defense Activity Address Code (DoDAAC)” is incrementally funded with respect to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22); (2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs; (3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN)a six position code that uniquely identifies a unit, subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and; (4) The period of performance for which it is estimated the allotted amount(s) will cover: CLINS/SLINS ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE FOR ALLOTMENT (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. Applicable CLINs: 3000, 3500, 4000, 4500, 5000, 5500, 6000, 6500 G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (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 other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLINactivity, or CLIN level. For other than firm fixed price subcontracts, 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 email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officerorganization. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The IDIQ MAC point(s) of contact are as follows: The Procuring Contracting Officer (PCO) is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇, SEA 02631 Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A PCO will be will be specified in each DO/TOs as applicable (d) The Contracting Officer’s Representative (▇▇▇) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The IDIQ MAC Contracting Officer’s Representative (COR) is: Name: ▇▇▇▇▇ ▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (▇▇▇) ▇▇▇-▇▇▇▇; E-mail: ▇▇▇▇▇.▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ [**] A Contracting Officer’s Representative(s) (CORs) will be specified in each DO/TOs as applicable (e) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: ▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇ Address: ▇▇▇▇ ▇▇▇▇▇ ▇▇▇▇ Ave., SE BLDG 197 Washington Navy Yard, DC 20376 Phone: (202) ▇▇▇- ▇▇▇▇; E-mail: ▇▇▇▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇ (f) The Contractor Representatives shall be sole the points of contact for Government correspondence regarding the IDIQ-MAC, applicable DO/TO solicitations for approved functional area(s), and applicable fair opportunity notifications. At least one of the designated contacts shall be authorized to sig

Appears in 1 contract

Sources: Contract