Free Notice (Other) - District Court of Federal Claims - federal


File Size: 550.6 kB
Pages: 12
Date: December 31, 1969
File Format: PDF
State: federal
Category: District
Author: unknown
Word Count: 2,636 Words, 17,038 Characters
Page Size: 622 x 792 pts
URL

https://www.findforms.com/pdf_files/cofc/2133/46-9.pdf

Download Notice (Other) - District Court of Federal Claims ( 550.6 kB)


Preview Notice (Other) - District Court of Federal Claims
Case 1:02-cv-00796-FMA

Document 46-9

Filed 03/18/2005

Page 1 of 12

NAVAL ~GIONAL CONTRACTING CENTER WASHINGTON

N00600-94-C-0389

changes relating to improved performance are necessary to meet increased data processing requirements of the user, those requirements sha~ not exceed the contract requirements by more than 25%.If the proposed changes are acceptable to both parties, the Contractor shall submit a price proposal to the Government evaluation. Those proposed changes that are acceptable for to the Government will be processed as modifications to the conlract. 0a) This clause applies only to those proposed changes identified by the Contractor under proposal submitted pursuant to the provisions of this clause. At a minimum, the following information shall be submitted by the Contractor with each proposal: (1) A description of the difference(s) betweenthe existing contract requirement and proposed change(s), and the comparative advantages and disadvantages of each; (2) Itemized requirements of the contract which must be changed if the proposal adopted, and the proposed revision to the contract for each such change; (3) An estimate of the changes in performance and cost, if any, that will result from adoption of the proposal; (4) Anevaluation of the effects the proposed change wouldhave on collateral costs the Government,such as Government-furnishedproperty costs, costs of related items, and costs of maintenance and operation; and (5) A statement of the time by which the change order adopting the proposal must issued so as to obtain the maximum benefits of the changes during the remainderof this contract. Also, any effect on the contract completiontime or delivery schedule shall be identified. (c) Changeproposals submitted to the Contracting Officer shall be processed expeditiously. The Government shall not be liable for proposal preparation costs or any delay in acting upon any proposal submitted pursuant to this clause. The Contractor has the right to withdraw, in whole or in part, any change proposal not accepted by the Governmentwithin the period specified in the change proposal. The decision of the Contracting Officer as to the acceptance of any such proposal under this contract shall be final and shall not be subject to the "Disputes" clause of this contract. (d) The Contracting Officer mayaccept any change proposal submitted pursuant to this clause by giving the Contractor written notice thereof. This written notice maybe given by issuance of a modification to this contract. Unless and until a modification is executed to incorporate a

PAGE 116

Case 1:02-cv-00796-FMA

Document 46-9

Filed 03/18/2005

Page 2 of 12

NAVAL REGIONAL CONTRACTING CENTER WASHINGTON

N00600-94-C-0389

change proposal under this contract, the Contractor shall remain obligated to perform in accordancewith the terms of the existing contract. (e) If a change proposal submitted pursuant to this clause is accepted and applied to this contract, an equitable adjustmentin the contract price and in any other affected provisions of this contract shall be madein accordance with this clause and other applicable clauses of this contract. (f) The Contractor is requested to identify specifically any information contained in the change proposal which the Contractor considers confidential and/or proprietary. Identification of information as confidential and/or proprietary is for information purposes only shall not be binding on the Government prevent disclosure of such information. Offerors are advised that to such information maybe subject to release upon request pursuant to the Freedom Information of Act (5 U.S.C. 552). (g) Nothing in this clause shall be construed to authorize change proposals which are properly changes under the "Changes" clause or new work which require justification and approval in accordance with FARPart 6. All matters should be coordinated with the Contracting Officer.

1.49

CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2

(JUN 1988)

This contract incorporates one or moreclauses by reference, with the sameforce and effect as if they were given in full text. Upon request, the Contracting Officer will maketheir full text available. 1.50 ALTERATIONS IN CONTRACT, FAR 52.252-4 (APR 1984)

Portions of this contract are altered as follows: G.4 G.24 G.6 H.4 G.12 1.26 G.20

I. 18_

1.51

AUTHORIZED DEVIATIONS IN CLAUSES, FAR52.252-6 (APR 1984) or contract of any Federal Acquisition Regulation (48

(a) The use in this solicitation

PAGE 117

Case 1:02-cv-00796-FMA

Document 46-9

Filed 03/18/2005

Page 3 of 12

NAVAL REGIONAL CONTRACTING CENTER WASHINGTON

N00600-94-C-0389

Chapter 1) clause with anauthorizeddeviation after the date of the clause.

isindicatedbythe

addition of"(DEVIATION)"

(b) Theuse in this solicitation of any DefenseFederal Acquisition Supplement(48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after date of the clause.

PAGE 118

Case 1:02-cv-00796-FMA

Document 46-9

Filed 03/18/2005

Page 4 of 12

NAVAL REGIONAL CONTRACTING CENTER WASHINGTON

N00600-94-C-0389

SECTION J - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS AT]?ACHMENTS: 1. Glossary (2 pages) 2.* Federal Information Processsing Standards (FIPS) Checklist (8 pages) 3.* Cost/Price Tables for Provision L.21. (6 pages) 4.* Certificate of Performance(1 page) 5.* Live Test Demonstration Evaluation Standards (15 pages) 6. DDForms 1423 (Exhibits A through AZ)(36 pages) 7.* DDForms 1664 (95 pages) 8.**DD Form 254 (2 pages) 9. Appendicesto the Specification: (A) - NTCCHAMtWON ROADS,(35 pages) 03) - NCTS JAPAN(26 pages) (C) - NTCCMAKALAPA pages) (29

(D) - NTCC CAMP SMrf~(23 pages)
(E) - NCTS SICFLY(37 pages) (F) - NCTSPUERTO RICO (23 pages) (G) - NCTSLONDON pages) (31 (H) - Examplesof currently used TCFforms (10 pages) *(1) - ATC NMC Functional Requirements (2 pages) *0) - List of Acronyms and Abbreviations (2 pages) *(K) - Information Exchange Subsystems 0FS) Descriptions and Signal Flow diagrams(EEl 30-PL-OMI-020/W142-U-I-IFSATCOM Manual) 10. Contract Administration Plan (2 pages) 11. *Amendments the RFP(Note: all replacement pages and Pen & Ink changes identified to in amendmentshave been inserted into award document.) *Amendment 0001, *Amendment 0002, *Amendment 0003 *Amendment 0004, *Amendment 0005, *Amendment 0006 *Amendment 0007, *Amendment 0008, *Amendment 0009 *Amendment 0010, *Amendment 0011, *Amendment 0012 *Amendment 0013 Solicitation sections K, L and Mhave been removed from award document for distribution purposes only. * Deleted from award documentfor dislribution purposes only. **DD form 254 will be provided in a subsequent modification to the contract. ISN proposal dated 1111/93, revised proposal dated 2/15/94 and BAFO dated 5/18/94 are incorporated into award documentby reference.

PAGE 119

Case 1:02-cv-00796-FMA

Document 46-9

Filed 03/18/2005

Page 5 of 12

Attach

Case 1:02-cv-00796-FMA

Document 46-9

Filed 03/18/2005

Page 6 of 12

ATTACHMENT I - GLOSSARY The definitions and explanations set forth in this glossary are an integral terms and conditions of this contract part of the

1. ALTERATION.An alteration is defined as any change to a machine which deviates from the physical, mechanical, or electrical machine design (including microcode), whether or not additional devices or parts are required. 2. ATTACHMENT. attachment is defined as the mechanical, electrical, An or electronic interconnection of equipment manufactured by other than the original equipment manufacturer of the machine or system. BONA- FIDE ATTEMPT. A Bona Fide A~tempt is defined as the Government's attempt to contact the POCdesignated by the Contractor. If contact cannot be made within 30 minutes after continuous attempts/i0 minutes intervals), the response time will start at the end of tha~ tmqe. if contact is madewithin 30 minutes, the response tmle will start at the time of contract, if the 30 minute time limit for contact has expired, the response time will begin and the Government will continue its attempt to make contact. DATA PROCESSING EQUIPMENT SYSTEM AND/OR SUBSYSTEM. The total complement of mdiv~duai machines and operazing sofzware furmshed by the Contractor and acquired to operate as an integrated group. 5. EQUIPMENT. all-inclusive An term which refers either to individual machines or to the total complement of machines required to operate as an integrated group. 6. EQUIPMENT AND~OR OPERATING SOFTWAREFAILURE. A malfunction the Contractor-suDp ~ed equipment ano, or operating software, excluding all external rectors, "wmcn prevents the accomplishment of a ~oo. in

7. EXTENDED MAINTENANCE PERIOD OPTION. Option to require maintenance serwce, during any extension of the Principal Period of Maintenance at a fixed price for s.uch period, regardless of the number of calls reques'ced during such period. 8. INSTALLATION DATE. ~-~ date by which the Contractor ,ae ordered equipment ready for use by tiqe Government. must have the

MACHINE. An individual unit, including features installed thereon, of a data orocessing system, or subsystem, ide~.tified by a type and/or model number, such as a central processing umt, an additional memorymodule, a ~ape unit, a card reader, etc. 10. MECHANICALREPLACEMENT. The reD,ace ,enc o," one machine for another occasioned by the mechanical condition of the equipment being replaced. 1 1. OPERATIONAL USE TIME. The time during which equipment is in actual operation, exclusive ot idle time, st~nooy ~me or ma,ntenance ~me due to Contractor caused machine failure; not synonymous w~th "~bower-on" time.

N00600-94-C-0389

ATTACHMENT

(i)

PAGE 1 OF 2

Case 1:02-cv-00796-FMA

Document 46-9

Filed 03/18/2005

Page 7 of 12

12. OPERATING SOFTWARE. Those routines that interface directly with hardware peripheral devices, the computer operations, applications, and utility programs. 13. PREVENTIVE MAINTENANCE. That maintenance performed by the Contractor which is designed to keep the equipment in proper operating condition. It is performed on a scheduled basis. 14. PRINCIPAL PERIOD OF MAINTENANCE.Any nine consecutive hours per day, includino an official meal period not to exceed one hour per day, excluding holidays observec~at the installation. (Unless a longer period is specifically set forth in the schedu!e.) i5. REMEDIAL MAINTENANCE.That maintenance performed by the Contractor which results from Contractor-supplied equipment or operating software failure. It is performed as required and therefore on an unscheduled basis. i6. SYSTEM'SLIFE.

"Systems or Items Life" meansa forecast or projection of the period of time that begins with the installation of the systems or items and ends when the need for such systems or items has terminated. Systems or items life is established by the Governmenton the bas~s of requirements and is usually set forth in the solicitation. Systems or items life ~s not necessarily synonymous with the actual life of the systems or items. i7. TOTAL MONTHLY CHARGES.

(a) Rental. All monthly charges for the use (rental) of equipment and software and ~or maintenance thereof. (b) Maintenance of Government-owned. All monthly charges for the maintenance of equipment and software supplied under this contract. (c) The "total monthly charge" for any equipment acquisition plan wherein the Government acauires title to the equipment shall be the total charge per site for equipment, softwar~ and their monthly ~aintenance provided under th s contract at each s~te, divided by ~he number of months in the System's Life stated in Section M. Whenrequirements change, option quantities are exercised, or evaluated option features are ordered subsequent to award, the :'totat monthly charge" shall be recomputed as stated herein.

N00600-94-C-0389

ATTACHMENT

il)

PAGE

2 OF

Case 1:02-cv-00796-FMA

Document 46-9

Filed 03/18/2005

Page 8 of 12

Attach (6)

Case 1:02-cv-00796-FMA

Document 46-9

Filed 03/18/2005

Page 9 of 12

DD Form 1423-2: ContractO~ta Requirements List CONTRACT DATA REQUIREMENTS LIST (2 Data Items)

(2 Data Ons)
Form Approved OMBNo. 0704-0188

A. CONTRACT LINE ITEM NO. 0003

B. EXHIBIT A

C. CATEGORY: TM OTHER MANAGEMENMT F. CONTRACTOR

D. SYSTEM/ITEM AUTOMATED TECHNICAL CONTROL A001

TDP E. CONTRACT/PR NO. N00600=94-C-0389

Management Plan
5. CONTRACT REFERENCE S.O,W. 3.6.1

DI-MGMT-80004of 3 May 85

PMW 152

30 DAC 13, DATE SUDSEQUENT OF SUBMISSION 30 DARC REMARKS

COPIES

Government will review NLT30 DAR. C~_ntractor shall include a programschedule showingthe planned programexecution as part of the Management Plan.

PMW 152-21F CNCTCN622

3 1

3 1

4
A002

4

ConferenceAgenda
CONTRACT REFERENCE S,O.W, 3,6.1 6. REQUIRING OFRCE PMW 152 DISTRtBUTION

DI-A-7088 of 18 Feb 81

As required 0. APP CODE 11. ASOFDATE

14. 12. DATE FIRST OF SUBMISSION 15 DP MTG 13. DATE SUBSEQUEN'r OF SUBMISSION At Meeting

Dr~ft

Repr

16~ REMARKS

PMW 152-21F CNCTCN622

2 1

3
G. PREPAREDBY H. DATE L. APPROVEDBY J. DATE

DD Form 1423-2, JUN 90
10591183

Previous editions are obsolete

Page 1 of 36 Pages

Attachment 6

Case 1:02-cv-00796-FMA

Document 46-9

Filed 03/18/2005

Page 10 of 12

DD Forln 1423-2: Contract ~ta Requirements List CONTRACT DATA REQUIREMENTS LIST (2 Data Items)

(2 Data Ons)
Form Approved OMB No. 0704-0188

A. CONTRACT ITEM NO. UNE 0003 D. SYSTEM/ITEM AUTOMATED TECHNICAL CONTROL AO03

EXHIBIT B

c. CATEGORY: TM OTHER MANAGEMENMT F. CONTRACTOR

TDP E. CONTRACT/PR NO. N00600-94-C-0389

Conference Minutes
CONTRACT REFERENCE 6. REQUIRING OF~CE

DI-A-7089 18 Feb 81 of

S.O.W. 3.6.1

PMW152

As required
8, APPCODE 11. AS OF DATE

15 DA MTG

b. COPIES

16, REMARKS

PMW152-21F CNCTC N622

2 1

3
PRICE

A004

Contractors Progress, Status, and Mgmt. Report

5. CONTRACT REFERENCE

DI-MGMT-80227 5 Sep 86 of Monthly
8~ APPCODE 11. AS OF DATE

S.O.W. 3.1 See Block 16

PMW 152

SeeBlock 16
16. REMARKS

Draft

SepĀ¢ 3 1 1

Block 12: Submit 15 days after first full month after contract award. Block 13: Submit 15 days after the end of each reporting period.

PMW152-21F NRCC CNCTC N622

15. TOTAL

GoPREPARED BY

H. DATE

L. APPROVED BY

5 J. DATE

DD Form 1423-2,
1059f183

JUN 90

Previous editions

are obsolete

Page 2 of

36 Pages

Attachment

6

Case 1:02-cv-00796-FMA

Document 46-9

Filed 03/18/2005

Page 11 of 12

DD Fomn 1423-2: Contract ~ta Requirements List (2 Data IDns) Form Approved CONTRACT DATA REQUIREMENTS LiST OMB No. 0704-0188 (2 DataItems)

A. CONTRACT LINE ITEM NO. 00O3

B. EXHIBIT C

c. CATEGORY: TM OTHER INSTALL ENGINEERING F. CONTRAu IUH

D. SYSTEM/ITEM AUTOMATED TECHNICAL CONTROL B001

TDP E, CONTRACT/PR NO. N0060O-94-C-0389

Site Survey Report

Dl-S~30601f 1 Jul 77 o
7. DD250 REQ 0. FREQUENCY

3.4.9

PMW 152

LT
8. APPCODE

ONE/R
11. AS OF DATE

SeeBlock 16
13. DATEOF SUBSEQUENT SUBMISSION

b. COPIES

15 DARC Block 12: Draft report due 15 days after site visit. will review and comment 30 DAR. *Block 2: Deliver separate reports for each site. Government PMW152-21F CNCTC N622

Dnfft

4 1

4 1

5
I, DATAITEMNO,

5

B002

Telecommunication System Installation

Plan

5, CONTRACT REFERENCE

DI-MGMT-81118 19 Dec 90 of
DIST STATEMENT 10. FREQUENCY REQUIRED ONE/R 8. APPCODE 11, AS OF DATE

S.O,W.3,4.7
DATE OF RRSTSUEM}SSION

PMW152

See Block 16
b. COPIES

A
16. REMARKS .

30 DARC PMW152-21F CNCTC N622

Draft

Repr

Block 12: Draft due 3 months sfter contrect award or option exercise. Government will review and comment or approve NET 30 DAR. Block 2: Deliver separate reports for each site.

4 1

4 1

15.

TOTAL-->

G, PREPARED BY

H. DATE

L. APPROVED BY

5 5 DATE

DD Form 1423-2, Attachment 6

JUN 90

Previous editions

are obsolete

Page 3 of

36 Pages

Case 1:02-cv-00796-FMA

Document 46-9

Filed 03/18/2005

Page 12 of 12

DD For~n 1423-2: Contract Qta Require~nents List (2 Data J~ns) Form Approved CONTRACT DATA REQUIREMENTS LIST OMBNo. 0704-0188 (2 DataItems)

A. CONTRACT ITEMNO. UNE 0003

c. CATEGORY: TM OTHERCONRGURA~ON MGM~ TDP F. CONTRACTOR E. CONTRACWPR NO. SYSTEM/ITEM N00600-94-C-0389 AUTOMATED TECHNICAL CONTROL C001 Configuration Management Plan
6. REQUIRING OFRCE

B. EXHIBIT D

DI.CMAN-80858 Jun 89 of 20
10. FREQUENCY

S.O.W. 3.4.1 ONF-JR 90 DAC

PMW 152

b, COPIES

5. APPCODE

11. AS OF DATE

AN
16. REMARKS

30 DARC review and comment approve NLT60 DAR, or

Dr~,ft

Government will

PMW152-21F CNCTCN622

3 1

3 1

4 C002 Baseline Description Document

4

Product Baseline Descri )tion
6. REQUIRING OFFICE

0. CONTRACT REFERENCE

DI-CMAN-81121 Feb91 of 1
r. DD050 REQ

S.O.W. 3.4.3 ONE/R
1% AS OF DATE

PMW 152

DD

9, DIST STATEMENT REQUIRED

SeeBlock 16
b. COPIES

30 DARC Block 3: Contractor shall provide unique deliverable for each site. Block 12: Submit 4 monthsafter contract award. Government will review and provide any comments required, NLT30 DAR. if PMW 152-21F CNCTCN622

Draft

Reg

3 ;3 1 [1

15.

TOTAL~

G. PREP~RED BY

H. DATE

L. APPROVED BY

4 4 J. DATE

DD Form 1423-2, JUN 90
10591183

Previous editions are obsolete

Page 4 of 36 Pages

Attachment 6