Common use of FFP Clause in Contracts

FFP. The Contractor shall perform Contract Manpower Reporting (CMR). The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The Contractor is required to completely fill in all required data fields using the following web address: ▇▇▇▇▇://▇▇▇.▇▇▇.gov. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2023. Contractors may direct questions to the help desk at the reporting website. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1005 Lot OPTION Option Year 1: MIOSS CDRLS FFP The Contractor shall furnish the necessary deliverables as identified in Exhibits A through M, Contract Data Requirements List (CDRL). Contract deliverables identified in Exhibits A through M will become active upon award of the initial task order. Reporting shall be cumulative and include information for all task orders. CDRLs are not separately priced. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1006 Lot OPTION Option Year 1: MIOSS Travel COST Travel is anticipated during the performance of this requirement. These costs cannot be accurately forecast at this time, however, based on our Independent Government Cost Estimate (IGCE), this a Government provided, NTE COST (no fee) amount, Travel will be awarded on a cost reimbursable basis and may be partially funded as indicated on the award document. Travel costs will be negotiated at the task order level. The Government will reimburse the contractor for allowable travel costs incurred by the contractor in performance of the contract in accordance with FAR Subpart 31.205-26. Travel required under this contract shall be governed in accordance with: Federal Travel Regulations (FTR), prescribed by the General Services Administration, for travel in the contiguous United States; Joint Travel Regulation (JTR), Volume 2, DoD Civilian Personnel, Appendix A, prescribed by the Department of Defense, for travel in Alaska, Hawaii, and other outlying areas of the United States; and Standardized Regulations (Government Civilians, Foreign Areas), Section 925, "Maximum Travel Per Diem Allowances for Foreign Areas," prescribed by the Department of State, for travel in areas not covered by FTR and JTR. Fee/Profit is not authorized on travel. All requests for travel must be submitted to the Contracting Officer's Representative (COR) for approval at least 5 days prior to incurring costs. The Contractor shall seek the lowest fare available to meet the revised schedule. The Contractor shall document the change in their submission for reimbursement. The Contractor shall use only the minimum quantity and cost of travel required to accomplish the task. Travel shall be scheduled during normal duty hours whenever possible. Airfare will be reimbursed for actual common carrier fares which are obtained by the most reasonable and economical means. FOB: Destination PSC CD: U009 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 1100 12 Months OPTION OY1 DOL Wage Determination FFP FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 2002 12 Months OPTION Option Year 2: MIOSS CONUS FFP The Contractor shall provide the services in accordance with the Medical Simulation Training Center (MSTC) Instructor/Operator Support Services (MIOSS) Performance Work Statement, as further specified by separate task orders issued under this contract. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 2003 12 Months OPTION Option Year 2: MIOSS OCONUS FFP The Contractor shall provide the services in accordance with the Medical Simulation Training Center (MSTC) Instructor/Operator Support Services (MIOSS) Performance Work Statement, as further specified by separate task orders issued under this contract. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2004 Lot OPTION Option Year 2: MIOSS CMR

Appears in 1 contract

Sources: Contract

FFP. The Contractor shall perform Contract Manpower Reporting (CMR). The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The Contractor is required to completely fill in all required data fields using the following web address: ▇▇▇▇▇://▇▇▇.▇▇▇.gov. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2023. Contractors may direct questions to the help desk at the reporting website. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1005 2005 Lot OPTION Option Year 12: MIOSS CDRLS FFP The Contractor shall furnish the necessary deliverables as identified in Exhibits A through M, Contract Data Requirements List (CDRL). Contract deliverables identified in Exhibits A through M will become active upon award of the initial task order. Reporting shall be cumulative and include information for all task orders. CDRLs are not separately priced. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1006 2006 Lot OPTION Option Year 12: MIOSS Travel COST Travel is anticipated during the performance of this requirement. These costs cannot be accurately forecast at this time, however, based on our Independent Government Cost Estimate (IGCE), this a Government provided, NTE COST (no fee) amount, Travel will be awarded on a cost reimbursable basis and may be partially funded as indicated on the award document. Travel costs will be negotiated at the task order level. The Government will reimburse the contractor for allowable travel costs incurred by the contractor in performance of the contract in accordance with FAR Subpart 31.205-26. Travel required under this contract shall be governed in accordance with: Federal Travel Regulations (FTR), prescribed by the General Services Administration, for travel in the contiguous United States; Joint Travel Regulation (JTR), Volume 2, DoD Civilian Personnel, Appendix A, prescribed by the Department of Defense, for travel in Alaska, Hawaii, and other outlying areas of the United States; and Standardized Regulations (Government Civilians, Foreign Areas), Section 925, "Maximum Travel Per Diem Allowances for Foreign Areas," prescribed by the Department of State, for travel in areas not covered by FTR and JTR. Fee/Profit is not authorized on travel. All requests for travel must be submitted to the Contracting Officer's Representative (COR) for approval at least 5 days prior to incurring costs. The Contractor shall seek the lowest fare available to meet the revised schedule. The Contractor shall document the change in their submission for reimbursement. The Contractor shall use only the minimum quantity and cost of travel required to accomplish the task. Travel shall be scheduled during normal duty hours whenever possible. Airfare will be reimbursed for actual common carrier fares which are obtained by the most reasonable and economical means. FOB: Destination PSC CD: U009 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 1100 2100 12 Months OPTION OY1 OY2 DOL Wage Determination FFP FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 2002 3002 12 Months OPTION Option Year 23: MIOSS CONUS FFP The Contractor shall provide the services in accordance with the Medical Simulation Training Center (MSTC) Instructor/Operator Support Services (MIOSS) Performance Work Statement, as further specified by separate task orders issued under this contract. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 2003 3003 12 Months OPTION Option Year 23: MIOSS OCONUS FFP The Contractor shall provide the services in accordance with the Medical Simulation Training Center (MSTC) Instructor/Operator Support Services (MIOSS) Performance Work Statement, as further specified by separate task orders issued under this contract. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2004 3004 Lot OPTION Option Year 23: MIOSS CMR

Appears in 1 contract

Sources: Contract

FFP. The Contractor shall perform Contract use the Enterprise-Wide Contractor Manpower Reporting Application (CMR)eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection sitecollectionsite. The Contractor is required to completely fill in all required data fields using the following web address: ▇▇▇▇▇://▇▇▇.▇▇▇.gov. ▇▇.▇▇▇/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, beginning with 2023please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at the reporting website. at: ▇▇▇▇▇://▇▇▇.▇▇▇▇▇.▇▇▇/ FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1005 Lot OPTION Option Year 1: MIOSS CDRLS FFP The 2009 LABOR - TRANSITION PERIOD COST Contractor shall furnish the necessary deliverables as identified services during a contractor transition period in Exhibits A through M, Contract Data Requirements List (CDRL). Contract deliverables identified in Exhibits A through M will become active upon award of the initial task order. Reporting shall be cumulative and include information for all task orders. CDRLs are not separately pricedresponse to a phasein/phase-out Task Order. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1006 Lot OPTION Option Year 1: MIOSS Travel COST Travel is anticipated during the performance of this requirement. These costs cannot be accurately forecast at this time, however, based on our Independent Government Cost Estimate (IGCE), this a Government provided, NTE COST (no fee) amount, Travel will be awarded on a cost reimbursable basis and may be partially funded as indicated on the award document. Travel costs will be negotiated at the task order level. The Government will reimburse the contractor for allowable travel costs incurred by the contractor in performance of the contract in accordance with FAR Subpart 31.205-26. Travel required under this contract shall be governed in accordance with: Federal Travel Regulations (FTR), prescribed by the General Services Administration, for travel in the contiguous United States; Joint Travel Regulation (JTR), Volume 2, DoD Civilian Personnel, Appendix A, prescribed by the Department of Defense, for travel in Alaska, Hawaii, and other outlying areas of the United States; and Standardized Regulations (Government Civilians, Foreign Areas), Section 925, "Maximum Travel Per Diem Allowances for Foreign Areas," prescribed by the Department of State, for travel in areas not covered by FTR and JTR. Fee/Profit is not authorized on travel. All requests for travel must be submitted to the Contracting Officer's Representative (COR) for approval at least 5 days prior to incurring costs. The Contractor shall seek the lowest fare available to meet the revised schedule. The Contractor shall document the change in their submission for reimbursement. The Contractor shall use only the minimum quantity and cost of travel required to accomplish the task. Travel shall be scheduled during normal duty hours whenever possible. Airfare will be reimbursed for actual common carrier fares which are obtained by the most reasonable and economical means. FOB: Destination PSC CD: U009 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 1100 3001 12 Months OPTION OY1 DOL Wage Determination LABOR - CORE LOGISTICS SUPPORT SERVICES FFP FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 2002 12 Months OPTION Option Year 2: MIOSS CONUS FFP The Contractor shall provide the services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the Medical Simulation Training Center PWS . Does not duplicate labor for transition periods (MSTCCLIN 3009) Instructor/Operator Support Services or additional surge labor in response to contingencies (MIOSS) Performance Work Statement, as further specified by separate task orders issued under this contractCLIN 3002). FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 2003 12 Months OPTION Option Year 2: MIOSS OCONUS FFP The Contractor shall provide the services in accordance with the Medical Simulation Training Center (MSTC) Instructor/Operator Support Services (MIOSS) Performance Work Statement, as further specified by separate task orders issued under this contract. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 3001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 3006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 3006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3008 1 Each CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: ▇▇▇▇▇://▇▇▇.▇▇▇▇▇.▇▇▇/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: ▇▇▇▇▇://▇▇▇.▇▇▇▇▇.▇▇▇/ FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4001 12 Months LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 4009) or additional surge labor in response to contingencies (CLIN 4002). FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 4001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 4006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 4006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4008 1 Each CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: ▇▇▇▇▇://▇▇▇.▇▇▇▇▇.▇▇▇/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: ▇▇▇▇▇://▇▇▇.▇▇▇▇▇.▇▇▇/ FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. CLIN MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT 0001 $ $ 0002 $ $ 0003 $ $ 0004 $ $ 0005 $ $ 0006 $ $ 0007 $ $ 0008 $ $ 0009 $ $ 1001 $ $ 1002 $ $ 1009 $ $ 2001 $ $ 2002 $ $ 2003 $ $ 2004 Lot OPTION Option Year 2: MIOSS CMR$ $ 2005 $ $ 2006 $ $ 2007 $ $ 2008 $ $ 2009 $ $ 3001 $ $ 3002 $ $ 3003 $ $ 3004 $ $ 3005 $ $ 3006 $ $ 3007 $ $ 3008 $ $ 3009 $ $ 4001 $ $ 4002 $ $ 4003 $ $ Table of Contents

Appears in 1 contract

Sources: Contract

FFP. The Contractor shall perform Contract Manpower Reporting (CMR). The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The Contractor is required to completely fill in all required data fields using the following web address: ▇▇▇▇▇://▇▇▇.▇▇▇.gov. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2023. Contractors may direct questions to the help desk at the reporting website. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1005 3005 Lot OPTION Option Year 13: MIOSS CDRLS FFP The Contractor shall furnish the necessary deliverables as identified in Exhibits A through M, Contract Data Requirements List (CDRL). Contract deliverables identified in Exhibits A through M will become active upon award of the initial task order. Reporting shall be cumulative and include information for all task orders. CDRLs are not separately priced. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1006 3006 Lot OPTION Option Year 13: MIOSS Travel COST Travel is anticipated during the performance of this requirement. These costs cannot be accurately forecast at this time, however, based on our Independent Government Cost Estimate (IGCE), this a Government provided, NTE COST (no fee) amount, Travel will be awarded on a cost reimbursable basis and may be partially funded as indicated on the award document. Travel costs will be negotiated at the task order level. The Government will reimburse the contractor for allowable travel costs incurred by the contractor in performance of the contract in accordance with FAR Subpart 31.205-26. Travel required under this contract shall be governed in accordance with: Federal Travel Regulations (FTR), prescribed by the General Services Administration, for travel in the contiguous United States; Joint Travel Regulation (JTR), Volume 2, DoD Civilian Personnel, Appendix A, prescribed by the Department of Defense, for travel in Alaska, Hawaii, and other outlying areas of the United States; and Standardized Regulations (Government Civilians, Foreign Areas), Section 925, "Maximum Travel Per Diem Allowances for Foreign Areas," prescribed by the Department of State, for travel in areas not covered by FTR and JTR. Fee/Profit is not authorized on travel. All requests for travel must be submitted to the Contracting Officer's Representative (COR) for approval at least 5 days prior to incurring costs. The Contractor shall seek the lowest fare available to meet the revised schedule. The Contractor shall document the change in their submission for reimbursement. The Contractor shall use only the minimum quantity and cost of travel required to accomplish the task. Travel shall be scheduled during normal duty hours whenever possible. Airfare will be reimbursed for actual common carrier fares which are obtained by the most reasonable and economical means. FOB: Destination PSC CD: U009 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 1100 3100 12 Months OPTION OY1 OY3 DOL Wage Determination FFP FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 2002 4002 12 Months OPTION Option Year 24: MIOSS CONUS FFP The Contractor shall provide the services in accordance with the Medical Simulation Training Center (MSTC) Instructor/Operator Support Services (MIOSS) Performance Work Statement, as further specified by separate task orders issued under this contract. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 2003 4003 12 Months OPTION Option Year 24: MIOSS OCONUS FFP The Contractor shall provide the services in accordance with the Medical Simulation Training Center (MSTC) Instructor/Operator Support Services (MIOSS) Performance Work Statement, as further specified by separate task orders issued under this contract. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2004 4004 Lot OPTION Option Year 24: MIOSS CMR

Appears in 1 contract

Sources: Contract

FFP. The Contractor shall perform Contract use the Enterprise-Wide Contractor Manpower Reporting Application (CMR)eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection sitecollectionsite. The Contractor is required to completely fill in all required data fields using the following web address: ▇▇▇▇▇://▇▇▇.▇▇▇.gov. ▇▇.▇▇▇/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, beginning with 2023please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at the reporting website. at: ▇▇▇▇▇://▇▇▇.▇▇▇▇▇.▇▇▇/ FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1005 Lot OPTION Option Year 1: MIOSS CDRLS FFP The 2009 LABOR - TRANSITION PERIOD COST Contractor shall furnish the necessary deliverables as identified services during a contractor transition period in Exhibits A through M, Contract Data Requirements List (CDRL). Contract deliverables identified in Exhibits A through M will become active upon award of the initial task order. Reporting shall be cumulative and include information for all task orders. CDRLs are not separately pricedresponse to a phasein/phase-out Task Order. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1006 Lot OPTION Option Year 1: MIOSS Travel COST Travel is anticipated during the performance of this requirement. These costs cannot be accurately forecast at this time, however, based on our Independent Government Cost Estimate (IGCE), this a Government provided, NTE COST (no fee) amount, Travel will be awarded on a cost reimbursable basis and may be partially funded as indicated on the award document. Travel costs will be negotiated at the task order level. The Government will reimburse the contractor for allowable travel costs incurred by the contractor in performance of the contract in accordance with FAR Subpart 31.205-26. Travel required under this contract shall be governed in accordance with: Federal Travel Regulations (FTR), prescribed by the General Services Administration, for travel in the contiguous United States; Joint Travel Regulation (JTR), Volume 2, DoD Civilian Personnel, Appendix A, prescribed by the Department of Defense, for travel in Alaska, Hawaii, and other outlying areas of the United States; and Standardized Regulations (Government Civilians, Foreign Areas), Section 925, "Maximum Travel Per Diem Allowances for Foreign Areas," prescribed by the Department of State, for travel in areas not covered by FTR and JTR. Fee/Profit is not authorized on travel. All requests for travel must be submitted to the Contracting Officer's Representative (COR) for approval at least 5 days prior to incurring costs. The Contractor shall seek the lowest fare available to meet the revised schedule. The Contractor shall document the change in their submission for reimbursement. The Contractor shall use only the minimum quantity and cost of travel required to accomplish the task. Travel shall be scheduled during normal duty hours whenever possible. Airfare will be reimbursed for actual common carrier fares which are obtained by the most reasonable and economical means. FOB: Destination PSC CD: U009 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 1100 3001 12 Months OPTION OY1 DOL Wage Determination LABOR - CORE LOGISTICS SUPPORT SERVICES FFP FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 2002 12 Months OPTION Option Year 2: MIOSS CONUS FFP The Contractor shall provide the services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the Medical Simulation Training Center PWS . Does not duplicate labor for transition periods (MSTCCLIN 3009) Instructor/Operator Support Services or additional surge labor in response to contingencies (MIOSS) Performance Work Statement, as further specified by separate task orders issued under this contractCLIN 3002). FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 2003 12 Months OPTION Option Year 2: MIOSS OCONUS FFP The Contractor shall provide the services in accordance with the Medical Simulation Training Center (MSTC) Instructor/Operator Support Services (MIOSS) Performance Work Statement, as further specified by separate task orders issued under this contract. FOB: Destination PSC CD: U009 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 3001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 3006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 3006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3008 1 Each CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: ▇▇▇▇▇://▇▇▇.▇▇▇▇▇.▇▇▇/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: ▇▇▇▇▇://▇▇▇.▇▇▇▇▇.▇▇▇/ FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4001 12 Months LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 4009) or additional surge labor in response to contingencies (CLIN 4002). FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 4001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 4006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 4006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4008 1 Each CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: ▇▇▇▇▇://▇▇▇.▇▇▇▇▇.▇▇▇/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: ▇▇▇▇▇://▇▇▇.▇▇▇▇▇.▇▇▇/ FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. CLIN MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT 0001 $ $ 0002 $ $ 0003 $ $ 0004 $ $ 0005 $ $ 0006 $ $ 0007 $ $ 0008 $ $ 0009 $ $ 1001 $ $ 1002 $ $ 1003 $ $ 1004 $ $ 1005 $ $ 1006 $ $ 1007 $ $ 1008 $ $ 1009 $ $ 2001 $ $ 2002 $ $ 2003 $ $ 2004 Lot OPTION Option Year 2$ $ 2005 $ $ 2006 $ $ 2007 $ $ 2008 $ $ 2009 $ $ 3001 $ $ 3002 $ $ 3003 $ $ 3004 $ $ 3005 $ $ 3006 $ $ 3007 $ $ 3008 $ $ 3009 $ $ 4001 $ $ 4002 $ $ 4003 $ $ 4004 $ $ 4005 $ $ 4006 $ $ 4007 $ $ 4008 $ $ 4009 $ $ Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: MIOSS CMR▇▇▇▇ INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 1001 Destination Government Destination Government 1002 Destination Government Destination Government 1003 Destination Government Destination Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 1007 Destination Government Destination Government 1008 Destination Government Destination Government 1009 Destination Government Destination Government 2001 Destination Government Destination Government 2002 Destination Government Destination Government 2003 Destination Government Destination Government 2004 Destination Government Destination Government 2005 Destination Government Destination Government 2006 Destination Government Destination Government 2007 Destination Government Destination Government 2008 Destination Government Destination Government 2009 Destination Government Destination Government 3001 Destination Government Destination Government 3002 Destination Government Destination Government 3003 Destination Government Destination Government 3004 Destination Government Destination Government 3005 Destination Government Destination Government 3006 Destination Government Destination Government 3007 Destination Government Destination Government 3008 Destination Government Destination Government 3009 Destination Government Destination Government 4001 Destination Government Destination Government 4002 Destination Government Destination Government 4003 Destination Government Destination Government 4004 Destination Government Destination Government 4005 Destination Government Destination Government 4006 Destination Government Destination Government 4007 Destination Government Destination Government 4008 Destination Government Destination Government 4009 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 1001 N/A N/A N/A N/A 1002 N/A N/A N/A N/A 1003 N/A N/A N/A N/A 1004 N/A N/A N/A N/A 1005 N/A N/A N/A N/A 1006 N/A N/A N/A N/A 1007 N/A N/A N/A N/A 1008 N/A N/A N/A N/A 1009 N/A N/A N/A N/A 2001 N/A N/A N/A N/A 2002 N/A N/A N/A N/A 2003 N/A N/A N/A N/A 2004 N/A N/A N/A N/A 2005 N/A N/A N/A N/A 2006 N/A N/A N/A N/A 2007 N/A N/A N/A N/A 2008 N/A N/A N/A N/A 2009 N/A N/A N/A N/A 3001 N/A N/A N/A N/A 3002 N/A N/A N/A N/A 3003 N/A N/A N/A N/A 3004 N/A N/A N/A N/A 3005 N/A N/A N/A N/A 3006 N/A N/A N/A N/A 3007 N/A N/A N/A N/A 3008 N/A N/A N/A N/A 3009 N/A N/A N/A N/A 4001 N/A N/A N/A N/A 4002 N/A N/A N/A N/A 4003 N/A N/A N/A N/A 4004 N/A N/A N/A N/A 4005 N/A N/A N/A N/A 4006 N/A N/A N/A N/A 4007 N/A N/A N/A N/A 4008 N/A N/A N/A N/A 4009 N/A N/A N/A N/A Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal orMAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014 To Inform Employees of Whistleblower Rights 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-8 Annual Representations and Certifications JAN 2017 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-15 Service Contract Reporting Requirements for Indefinite- Delivery Contracts 52.204-21 Basic Safeguarding of Covered Contractor Information Systems OCT 2016 JUN 2016

Appears in 1 contract

Sources: Contract