General Services Administration

Federal Supply Schedule

 

Authorized Federal Supply Schedule Price List

for

 

On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create an electronic delivery order is available through GSA Advantage! a menu-driven database system. The INTERNET address for GSA Advantage! is: http://www.GSAAdvantage.gov

 

 

Logistics Worldwide Services (LOGWORLD)

Contract Number: GS-10F-0133L

For more information on ordering from Federal Supply Schedules

click on the FSS Schedules button at http://www.fss.gsa.gov

Contract Period: 1-15-2001 through 1-14-2006

Pricelist Effective January 1, 2004

 

Awarded to: BAE Systems Applied Technologies

1601 Research Boulevard

Rockville, MD 20850-3173

 

Business Size: Large

 

Contract Administration: E. Kelly Hart

Telephone: (301) 738-4214

FAX: (301) 838-6110

Web Site: www.na.baesystems.com

Email: contracts.rockville@baesystems.com

 

Reseller: BAE Systems Technical Services

557 Mary Esther Cut-off

Fort Walton Beach, FL 32548

 

Business Size: Large

 

Contract Administration: James (Pat) Gillis

Telephone: (850) 244-7702

Web Site: www.na.baesystems.com

E-mail: pat.gillis@baesystems.com

 

 

 

INTRODUCTION TO BAE Systems

 

BAE Systems Applied Technologies Inc., an electronic and technical services company, is a business unit of BAE Systems North America, a $3.7 billion leading transnational aerospace, defense electronics, and information systems organization with over 22,000 employees worldwide. BAE Systems North America is a U.S. subsidiary of BAE Systems, plc.

This Logistics Worldwide Services (LOGWORLD) contract was awarded to BAE Systems Applied Technologies and offers the services of one other company as a reseller: BAE Systems Technical Services Inc. By offering our services in this manner, we believe that the Government can benefit by receiving a broader base of contracting support without expending the effort required to review, approve, and administer separate contracts.

BAE Systems Applied Technologies is a full-spectrum systems engineering, software engineering, logistics, information technology, and technical services firm supporting major defense, aviation, and space programs since 1948. Our customers include the DoD, NASA, FAA, intelligence agencies, state and local governments, international governments, and commercial clients. We are headquartered in Rockville, MD, and have over 40 additional offices located close to our clients in the continental U.S. and overseas. We currently have over 4,400 employees.

Reseller BAE Systems Technical Services provides technical services related to range operations and maintenance, logistics, and training. The company also develops and produces a wide variety of airborne and ground-based electronic warfare systems, precision tracking radars, and electro-optical systems. The company employs approximately 1,500 employees and is located in Fort Walton Beach, FL.

As a reseller, Technical Services would abide by the terms and conditions, Price List, and job descriptions in the contract, and would submit proposals to contracting agencies, submit invoices, and receive payments in its own name. The reseller s GSA Industrial Funding Fee would be sent to BAE Systems Applied Technologies each quarter for payment to the Government.


 

 

TABLE OF CONTENTS

 

CUSTOMER INFORMATION

CONTRACT TERMS AND CONDITIONS

ORDERING PROCEDURES FOR SERVICES

SCOPE OF SERVICES


 

CUSTOMER INFORMATION

LOGISTICS WORLDWIDE SERVICES (LOGWORLD)

Contract:

GS-10F-0133L

 

 

Awarded to:

BAE Systems Applied Technologies

 

1601 Research Boulevard

 

Rockville, MD 20850-3173

 

Attn:

E. Kelly Hart

 

 

(301) 738-4214

fkj

afg

e-mail: contracts.rockville@baesystems.com

 

DUNS:

10-393-3453

Reseller:

BAE Systems Technical Services

 

 

557 Mary Esther Cut-off

 

 

Fort Walton Beach, FL 32548

 

 

Attn:

James (Pat) Gillis

 

 

 

(850) 244-7702

 

 

DUNS:

15-080-5703

 

1.a. Special Item Numbers (SINs)

SIN 874-501 Supply and Value Chain Management Services

SIN 874-502 Acquisition Logistics

SIN 874-503 Distribution and Transportation Logistics Services

SIN 874-504 Deployment Logistics Services

SIN 874-505 Logistics Training Services

SIN 874-599 Introduction of New Services

 

1.b. Identification of the lowest unit price for each special item number: See Price List.

1.c. Labor Category Descriptions: See Labor Category Descriptions section.

2. Maximum Order: When an order reaches the maximum order threshold of $1,000,000, the Ordering Agency may ask for a reduced price or additional concessions; otherwise, there is no maximum ceiling for any task order.

3. Minimum Order: $300.

4. Geographic Coverage: The geographic scope of this contract includes the 48 contiguous states, Washington, DC, Alaska, Hawaii, Puerto Rico and, on a worldwide basis, any foreign country in which trade is not prohibited by the U.S. Government.

5. Points of Production: Over 50 locations throughout the United States and overseas.

6. Discounts: Discounts may be offered on specific orders depending upon the Statement of Work, staffing, geographic location, and other factors.

7. Quantity Discounts: N/A

8. Prompt Payment Term: Net 30 days

9. Government Commercial Credit Card (Both up to and above the micro-purchase threshold): The credit card is accepted but does not provide any additional discounts.

10. Foreign Items: None known at this time

11. Time of Delivery: Specified on each task order

12. FOB Points: Destination

13. Ordering Addresses: Same as Contractor and Resellers

14. Payment Addresses:

Electronic Payment Conventional Payment

(a) BAE Systems Applied Technologies

M&T Bank BAE Systems Applied Technologies

25 South Charles Street Attn.: N.L. Saylor

Baltimore, MD 21201 P.O. Box 64528

ABA Routing No. 052000113 Baltimore, MD 21264

Lockbox No. 151-9242-1

(b) BAE Systems Technical Services

Bank One BAE Systems Technical Services

221 West 6th Street Dallas, TX 75397-1311

Austin, TX Lockbox No. 971311

ABA Routing No. 111000614

Account No. 1559388150

15. Warranty Provision: Contact Contractor

16. Export Packing Charges (if Applicable): Not Applicable

17. Environmental Attributes, e.g., Recycled Content, Energy Efficiency, and/or Reduced Pollutants: Not Applicable

18. Other Information:

(a) BAE Systems Applied Technologies

TIN: 22-2466421

CAGE CODE: 99789

CCR: 333007

(b) BAE Systems Technical Services

TIN: 59-2609328

CAGE CODE: 26548

CCR: 15-080-5703

19. Terms and conditions of Government Commercial Credit Card acceptance. Contact Contractor

20. Terms and conditions of rental, maintenance, and repair: Not Applicable

21. Terms and conditions of installation: Not Applicable

22. Terms and conditions of repair parts: Not Applicable

23. Any other terms and conditions: Contact Contractor

24. List of service and distribution points: Not Applicable

25. List of participating dealers: Not Applicable

26. Preventive maintenance: Not Applicable

 

27. Industrial Funding Fee: The Industrial Funding Fee (IFF) is included in the labor rates. Contractor must pay GSA a 1% IFF on contract item sales (on-schedule sales) each quarter. For all orders & modifications funded prior to January 1, 2004, the IFF is 1%. For those orders & modifications funded after January 1, 2004, the IFF is 0.75%. The IFF does not apply to off-schedule items such as travel, materials, and subcontractors. The IFF reimburses the GSA Federal Supply Service (FSS) for the cost of operating the FSS Program.

The sales amount to be reported, which is the basis for the IFF, is only the sales amount of the labor categories (on-schedule items) in the schedule contract. Sales of travel, materials, and other off-schedule costs are not to be reported.

 

28. Type of Contract: IDIQ firm fixed price or labor hour task orders at the discretion of the Ordering Officer.

29. Service Contract Act: Area Wage Determinations are applicable to service personnel and may be obtained from the appropriate company Contract Administrator. There are 187 Wage Determinations incorporated in the contract.

30. Travel Costs: Travel costs (transportation, lodging, meals, and incidental expenses) will be billed in accordance with Public Law 99-234, FAR 31.205.46 Travel Costs, and the Contractor s cost accounting system.

(a) No reimbursement will be made for Contractor s local travel.

(b) It is GSA policy not to allow profit or fee on reimbursable items.

(c) Travel shall be on a not-to-exceed basis. Any applicable indirect costs associated with travel will be charged at a rate negotiated prior to the using agency s delivery order. Contractors shall be reimbursed only for incurred costs at or below the not-to-exceed .

31. Incidental Supplies: When tasking under this contract, agencies are not to use this vehicle for the acquisition of supplies other than that integral to the task and incidental to its central role of logistics services. It is GSA policy not to allow profit or fee on reimbursable items.

32. Subcontracting: Subcontractors are to be included on task orders under the contract labor categories and rates, when possible. Upon the approval of the Ordering Agency, subcontractors may be included as off-schedule costs if their services are not suitable under the contract labor categories.

33. Services Not Included: Typical services that are not appropriate under this schedule include, but are not limited to: financial or freight rate audits; engineering services; IT systems integration; network services; volume purchase of IT hardware, systems or software development; data base planning; marketing/media services; passenger airline service; household goods and moving and storage.

34. Other Direct Costs: The inclusion of Other Direct Costs such as materials, travel, and subcontractors is subject to approval of the Ordering Agency issuing the task order.

35. Section 508. Section 508 compliance information is available on Electronic and Information Technology (EIT) supplied and services. The EIT standards can be found at: www.Section508.gov/.

36. Blanket Purchasing Agreements: Blanket Purchasing Agreements (BPAs) can reduce costs and save time because individual purchase orders and invoices are not required for each procurement but can instead be documented on a consolidated basis. The Contractor agrees to enter into BPAs with ordering activities provided that the period of time covered by such agreements shall not exceed the period of the contract including option year period(s). Orders placed under such agreements shall be issued in accordance with all applicable regulations and the terms and conditions of the contract.

37. Teaming Arrangements: A teaming or partnering relationship is one in which two or more FSS contractors work together to create a team solution to meet a customer s requirements. FAR 9.6 provides guidance on using contractor teaming arrangements; however, in this contract, participation in contractor teaming/partner arrangements is limited to FSS contractors, either on the same or on different schedules, and all such arrangements are subject to the terms and conditions of the applicable schedule contracts. Such arrangements may also be included under a BPA. Note: This is not a subcontracting relationship.

38. Organizational Conflict of Interest:

(a) Definitions.

Contractor means the person, firm, unincorporated association, joint venture, partnership, or corporation that is a party to this contract.

Contractor and its affiliates and Contractor or its affiliates refers to the Contractor, its chief executives, directors, officers, subsidiaries, affiliates, subcontractors at any tier, any consultants and any joint venture involving the Contractor, any entity into or with which the Contractor subsequently merges or affiliates, or any other successor or assignee of the Contractor.

An organizational conflict of interest exists when the nature of the work to be performed under a proposed Government contract, without some restriction on activities by the Contractor and its affiliates, may either (i) result in an unfair competitive advantage to the Contractor or its affiliates or (ii) impair the Contractor s or its affiliates objectivity in performing contract work.

(b) To avoid an organizational or financial conflict of interest and to avoid prejudicing the best interest of the Government, ordering offices may place restrictions on Contractors, its affiliates, chief executives, directors, subsidiaries, and subcontractors at any tier when placing orders against schedule contracts. Such restrictions shall be consistent with FAR 9.505 and shall be designed to avoid, neutralize, or mitigate organizational conflicts of interest that might otherwise exist in situations related to individual orders placed against the schedule contract. Examples of situations which may require restrictions are provided in FAR 9.508.

39. Authorized Users of this Federal Supply Schedule: The following are allowed to issue orders:

(a) All Legislative, Judicial or Executive Members of the Federal Government;

(b) All Executive agencies including departments, independent establishments, and government corporations including agencies, boards, commissions and corporations;

(c) The Government of the District of Columbia.

40. Restrictions on Certain Foreign Purchases:

(a) Unless advance written approval of the Contracting Officer is obtained, the Contractor shall not acquire, for use in the performance of this contract, any supplies or services originating from sources within, or that were located in or transported from or through, countries whose products are banned from importation into the United States by Executive Order or regulations of the Office of Foreign Assets Control, Department of the Treasury. Those countries include Cuba, Iran, Iraq, Libya, North Korea, and Sudan.

(b) The Contractor shall not acquire for use in the performance of this contract any supplies or services from entities controlled by the Government of Iraq.

(c) The Contractor agrees to insert the provisions of this clause, including this paragraph (c), in all subcontracts hereunder.

41. Security Requirements: Ordering activities may incorporate a Security clause in their orders and assume the burden of administering the Security requirements.

42. Federal Excise Tax - District of Columbia Government: If the District of Columbia cites an Internal Revenue Tax Exempt Certificate Number on orders placed under this contract, the Contractor shall bill shipments to the District of Columbia at prices exclusive of Federal Excise Tax and show the amount of such tax on the invoice.

 

43. Ordering Procedures: See Price List.

 

 


CONTRACT TERMS AND CONDITIONS

1. Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. The Government must exercise its post-acceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

2. Assignment. The Contractor or its assignee s rights to be paid amounts due as a result of performance of this contract, may be assigned to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727).

3. Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.

4. Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-6 1 j). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.

5. Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.

6. Excusable Delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith; shall remedy such occurrence with all reasonable dispatch; and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. TAILORED TO INCLUDE THE FOLLOWING: The contractor shall also notify the Ordering Officer in writing as set forth above when service is expected to be delayed.

7. Invoice. The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include:

(a)            Name and address of the Contractor;

(b)           Invoice date;

(c)            Contract number, contract line item number and, if applicable, the order number;

(d)           Description, quantity, unit of measure, unit price, and extended price of the items delivered;

(e)            Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading;

(f)             Terms of any prompt payment discount offered;

(g)            Name and address of official to whom payment is to be sent; and

(h)            Name, title, and phone number of person to be notified in event of defective invoice.

 

Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice.

 

8. Patent Indemnify. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings.

9. Payment. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) Circular A- 1 25, Prompt Payment. If the Government makes payment by Electronic Funds Transfer (EFT), see 52.212-5(b) for the appropriate EFT clause. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date that appears on the payment check or the specified payment date if an electronic funds transfer payment is made.

10. Risk of Loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:

(a) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or

(b) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination.

 

11. Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.

12. Termination for the Government s Convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system that have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor s records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided.

13. Termination for Cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.

14. Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession.

15. Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.

16. Limitation of Liability. Except as otherwise provided by an express or implied warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.

17. Other Compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.

18. Compliance with Laws Unique to Government Contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 327, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity.

19. Order of Precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) the schedule of supplies/services; (2) the Assignments, Disputes, Payments, Invoices, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause; (3) the clause at 52.212-5; (4) addenda to this solicitation or contract, including any license agreements for computer software; (5) solicitation provisions if this is a solicitation; (6) other paragraphs of this clause; (7) the Standard Form 1449; (8) other documents, exhibits, and attachments; and (9) the specification.


ORDERING PROCEDURES FOR SERVICES

The GSA has determined that the rates for services contained in the Contractor s Price List are fair and reasonable. However, the Ordering Office is responsible for considering the level of effort and mix of labor proposed to perform specific tasks being ordered, for making a determination that a firm fixed price or labor hour order is required, and for evaluating the proposal and making the award.

The Ordering Office procedure includes:

1. Preparing a Request for Quote (RFQ)

(a)            A performance-based Statement of Work (SOW) must be prepared, including location of work, period of performance, deliverable schedule, applicable standards, acceptance criteria, travel requirements, and other elements necessary for a responsive quote.

(b)           An RFQ is prepared, including the SOW and requesting the contractors to submit either a firm fixed price or labor hour proposal. A firm fixed price proposal will be requested unless it is determined that it is not possible to accurately estimate the extent or duration of the work or to anticipate costs with any reasonable degree of confidence. A labor hour quote may then be requested. Orders must use the contract labor categories and the rates proposed must not exceed the rates in the contract. The quote should include all costs to perform the tasking.

(c)            The RFQ may request the contractor to submit a project plan for performing the task and/or information on the contractor s experience and/or past performance performing similar tasks.

(d)           The RFQ will notify the contractor what basis will be used for selecting the contractor to receive the order. The notice shall include the basis for determining whether the contractors are technically qualified and provide an explanation regarding the intended use of any experience and/or past performance information in determining technical acceptability of responses.

2. Transmit the RFQ to Contractors:

(a)            GSA offers an on-line shopping services called GSA Advantage! that enables ordering offices to search product specific information (i.e. national stock number, part/number, common names), review delivery options, place orders directly with contractors (or ask GSA to place orders on the agency s behalf), and pay contractors for orders using the Government wide commercial purchase card (or pay GSA). Ordering offices may access the GSA Advantage! shopping service by connecting to the Internet and using a web browser to connect to the Acquisition Reform Network (http://www.arnet.gov) or the GSA, Federal Supply Services (FSS) Home Page (http://www.fss.gsa.gov). For More information or assistance, contact GSA at Internet e-mail address: gsa.advantage@gsa.gov.

(b)           For proposed orders estimated at or below the micro-purchase threshold, the RFQ should be sent to at least three schedule contractors.

(c)            If the proposed order is estimated to exceed the micro-purchase threshold, the RFQ may to be sent to any Federal Supply Schedule contractor.

(d)           If the proposed order is estimated to exceed $750,000, the RFQ should be sent to additional schedule contractors or use the GSA Advantage! On-line shopping service.

(e)            Proposed orders to be placed under this schedule contract by DoD agencies, where the estimated value of the order is expected to exceed $100,000, shall be placed on a competitive basis in accordance with the requirements of DFARS 208.404-70.

(f)             RFQ s should be tailored to the minimum level necessary for adequate evaluation and selection for order placement. Oral presentations should be considered, when possible.

3. Evaluate Quotes and Select the Contractor to Receive the Order: After evaluating the quotes against the factors identified in the RFQ, the order should be placed with the contractor that represents the best value and results in the lowest overall cost alternative (considering price, special qualifications, administrative costs, etc.) to meet the Government s needs.

Blanket Purchasing Agreements (BPAs) for recurring services are permitted when the procedures outlined herein are followed. All BPAs for services must define the services that may be ordered under the BPA, along with delivery or performance time frames, billing procedures, etc. The potential volume of orders under BPAs, regardless of the size of individual orders, may offer the Ordering Office the opportunity to secure volume discounts. When establishing BPAs, Ordering Offices shall inform contractors in the RFQs (based on the agency s requirement) if a single BPA or multiple BPAs will be established, and indicate the basis that will be used for selecting the contractors to be awarded the BPAs.


SCOPE OF SERVICES

SIN 874-501 Supply and Value Chain Management Services

BAE Systems has provided Supply and Value Chain Management Services to Federal government agencies, including the Army, Navy, Air Force and NASA, for many years. These services cover the complete spectrum of items listed in SIN 874-501 for the planning, development, management, operation, and maintenance of logistics systems for the movement and maintenance of resources.

BAE Systems operates depots, warehouses, storerooms, and open storage areas containing a great diversity of items from electronic parts to radar systems and from documentation to hazardous materials such as ammunition and ordnance.

BAE Systems is responsible for material requirements planning, inventory management, and configuration management of these items. We use both Government agency-provided software systems and our own paperless requisition and purchase order systems.

BAE Systems is responsible for packaging, labeling and bar coding, handling, movement, and storage of these items. We provide specialized maintenance capabilities and negotiate agreements with vendors. Our services cover the complete hardware life cycle from acquisition to material disposal. We provide the full spectrum of logistics services from strategic planning, material planning, and solution implementation to support services.

Two current large-scale projects BAE Systems supports in the area of Supply and Value Chain Management Services are the Instrumented Radar Support Program (IRSP) and fleet logistics support for the Naval Undersea Warfare Center (NUWC), Keyport Division. For IRSP, we provide effective logistics, depot support and property control for fixed, transportable, and shipboard radars at locations throughout the world. For NUWC, we manage storerooms and perform warehousing, receiving, material movement, and other logistics support operations for torpedoes, fire control systems, and sensor systems.

SIN 874-502 Acquisition Logistics

BAE Systems has provided Acquisition Logistics support to Federal government agencies, including the Army, Navy and NASA, for many years. These services encompass all items listed in SIN 874-502, and include providing logistics expertise during all program phases from planning through disposal.

Two current large-scale projects BAE Systems supports in the area of Acquisition Logistics are for the U.S. Army Communications Electronics Command Space and Terrestrial Communications Directorate (S&TCD) and for the Naval Undersea Warfare Center (NUWC), Keyport Division. For S&TCD, BAE Systems provides acquisition logistics, program management, and support services for space dependent and terrestrial command, control, communications, computer and intelligence (C4I) systems. For NUWC, we provide acquisition support in the areas of mine warfare, anti-submarine warfare, and aircraft carrier tactical support.

In the area of Acquisition Logistics, BAE Systems personnel participate on Integrated Process Teams in conformance with the principles of Integrated Product and Process Development. We establish program objectives and develop milestone documentation. We conduct extensive market research to determine sources capable of meeting program requirements, including the use of commercial items or non-developmental items. We develop material specifications, technical manuals, and operating and maintenance procedures. BAE Systems performs Integrated Logistics Support (ILS) management functions during all program phases. Our responsibilities for integrating all ILS elements include storage, packaging, handling, transportation, asset management, and configuration control.

SIN 874-503 Distribution and Transportation Logistics Services

BAE Systems is providing Distribution and Transportation Logistics Services to NASA and the Navy. These services cover the complete spectrum of items listed in SIN 874-503. The consolidation of multiple stand-alone contracts for NASA space operations into the Consolidated Space Operations Contract (CSOC) required comprehensive distribution system analysis, as well as transportation system development, implementation, and management. The system development required location modeling and analysis of distribution network options and constraints. Transportation system features included fleet operations, carrier management, routing, freight forwarding and consolidation, and establishment of an effective tracking system for monitoring traffic operations. We support facilities throughout the United States as well as in Spain, Norway, Australia, Chile, Russia, and Guam.

BAE Systems also manages and executes Government storerooms, and performs warehousing, receiving, material movement, and other related program logistics support operations at the Naval Undersea Warfare Center (NUWC), Division Keyport. This effort includes furnishing management, supervision, training, labor, and support in all areas of NUWC Keyport operations. As part of the effort, BAE Systems personnel operate an integrated material movement system that provides scheduled material movement of pallet unit loads, small parcels, and containers among repair shops, production shops, and storage facilities. Pick-up and delivery of U.S. Mail and Center guardmail is also required.

SIN 874-504 Deployment Logistics

BAE Systems provides Deployment Logistics Services to its U.S. Air Force and Navy customers. These services include contingency planning; inventory and property planning, movement, storage, and accountability; and communication and logistics systems to support on-site and globally located customers.

Specific deployment logistics services include: contingency planning for equipment, facilities, personnel, supplies, and power for Information Technology systems; interim material supply support to deployed fleet units in conjunction with AEGIS Worldwide Depot Operations for the U.S. Navy AEGIS Weapon System; operation of storage and accountability systems, performing requirements analyses, and procurement support functions for Foreign Military Sales programs and U.S. Navy classroom upgrade programs at the Naval Undersea Warfare Center (NUWC), Keyport, WA; and creating repair part spares kits for deployment and re-supply to the TRIDENT submarine fleet at Kings Bay, GA, and other ports.

One of the large-scale projects BAE Systems supports in the area of Deployment Logistics includes operation of the Strategic Weapons Facility Atlantic (SWFLANT) Automated Data Processing (ADP) System and Physical Distribution at Kings Bay, GA.

SIN 874-505 Logistics Training Services

BAE Systems provides a wide range of Logistics Training Services for our U.S. Army, Navy, Marine Corps, and Coast Guard customers. These services include training in equipment and systems operations, warehousing, material planning and handling, transportation management, and inventory management.

Specific training services include new equipment training and sustainment training programs coordination for the U.S. Army at Ft. Monmouth, NJ; development, maintenance, and updating of training plans, curriculum and courseware for AN/SQQ-89(V) Systems Operation and Maintenance under a NAVSEA Program Management and Technical Support contract for the U.S. Navy in Crystal City, VA; training in the use of automated logistics support systems, inventory management systems, and physical inventory processes, including bar code reader training, for the U.S. Navy Strategic Systems Programs contract in Kings Bay, GA, and Bangor, WA; and hazardous material and equipment training for the Naval Magazine operation at Pearl Harbor, HI.

BAE Systems is a major support participant in the Chief of Naval Training (CNET) curriculum development and maintenance effort for training both the U.S. and the U.K navies on the TRIDENT Strategic Weapons System (SWS). Our staff develops Interactive Courseware (ICW) to support all levels of training, including equipment simulation and operator response to task performance as well as administrative and/or academic material presentation. We have the ability to present topics in various media, and we can provide training either in-house or on-site at the client location. Also, via various delivery media (videotape, CD-ROM, PowerPoint, and traditional face-to-face instructor/classroom scenario), we can provide interactive training that can be used remotely via Intranet or Internet.

BAE Systems provides training that supports the logistics systems and services we offer to our customers. Training work is done for the U.S. Navy and other services at Crystal City, VA, Bangor, WA, and Pearl Harbor, HI. The extensive use of classroom training and on-the-job training, using a variety of training aids from simulators and CD ROMs to interactive video, overhead slides and training material, provides significant training services and training capability for our logistics customers.

SIN 874-599 Introduction of New Services

BAE Systems provides services that integrate systems engineering functions with the typical logistics functions. Two examples, presented in more detail below, include the Automated Logistics Systems program that uses an integrated/automated database for Strategic Weapons System (SWS) programs connecting U.S. and U.K. TRIDENT submarine data, and the NASA Consolidated Space Operations Contract (CSOC) logistics operation s e-commerce on-line system approach to providing logistics support to NASA.

Automated Logistics Systems

BAE Systems developed the Comprehensive Logistics Automated Support Program (CLASP) for the U.S. Navy Strategic Systems Program (SSP). SSP is responsible for providing the U.K. with logistics data required to support the U.K. TRIDENT II Strategic Weapons System (SWS). CLASP is an automated logistics information system that effectively interfaces with the U.K. and U.S. legacy supply and logistics systems, providing a myriad of logistics support functions. These functions include requisition processing, reparable item tracking, discrepancy reports monitoring, Strategic Systems Programs Alteration (SPALT) status and monitoring, maintenance of U.S.-provided allowance data, maintenance of item management data, mingled item processing, management of U.K. material stored in the U.S., and customs reports for material shipped to the U.K. CLASP also contains a configuration management and reporting system to support CLASP system review by both U.S. and U.K. users, and continuous improvement processes.

BAE Systems believes this automated logistics systems capability can be provided to other Government agencies to assist in managing large logistics programs. The system links many of the individual functions listed under Supply and Value Chain Management Services, Acquisition Logistics, Distribution and Transportation Logistics, and Deployment Logistics (SINs 874-501, -502, -503, and -504). We have the capability to develop systems to interface between different logistics databases and operating systems, using and adapting Commercial-Off-The-Shelf (COTS) software, Government-provided-Off-The-Shelf (GOTS) software, or customer-provided software. The experiences gained from developing the automated logistics systems capability for the U.S. Navy played an important role in the development of the e-commerce approach used to solve the NASA CSOC logistics consolidation problems.

Online Automated Systems

The BAE Systems CSOC program serves to consolidate multiple logistics operations within the NASA community to provide a more economical, efficient, and accountable means of meeting the goals for NASA Space Programs. BAE Systems uses a modified COTS software solution to aid them in consolidating logistics operations at 10 NASA Centers and global operation sites, provide systems-wide asset visibility and management, integrate the procurement operations with all logistics sites, and provide a seamless environment between maintenance and logistics. The logistics operation uses a CSOC Wide Area Network (WAN) to serve the regional logistics facilities while centralizing a number of acquisition management, transportation management, inventory management, and administrative functions at the Consolidated Logistics Facility (CLF). These functions provide centralized program management, systems-wide asset visibility and catalog data and material identification, parts research and vendor search capability, and centralized transportation capability. Workstations are provided to the regional logistics facilities to allow online parts ordering and to provide inventory management across the entire NASA system. By centralizing the program, acquisition, inventory, and transportation management functions at the CLF, and using this e-commerce approach, BAE Systems and the CSOC contract have realized significant cost savings. BAE Systems believes that this on-line approach can help other Government agencies integrate their diverse logistics operations and realize significant cost savings.

BAE Systems Quality Assurance

BAE Systems assures the quality of its products and services by implementing its Corporate Quality Assurance Plan requirements on each contract. The Quality Assurance Policy Manual is fully compliant with the ISO 9001 international quality standard. The Policy requires each contract to develop a tailored Quality Assurance Plan that reflects both customer requirements and corporation quality procedures, practices, and disciplined management processes. The Corporation Quality Assurance Office provides independent verification of compliance to each task s tailored quality assurance plan.

Customer Satisfaction

BAE Systems requires periodic management reviews of each contracted program to assure compliance with customer requirements and corporate policies. The responsible BAE Systems management reviews relevant metrics that reflect both end item quality and customer satisfaction. Periodic customer surveys, often informal, are conducted to assess satisfaction and areas needing improvement.

 

For labor category definitions and rates, visit us at:

http://www.tss.na.baesystems.com/cgi-bin/PDF_Files/Logworld_GSA.pdf