Post on 04-Jun-2020
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)
58 13-Jun-2013 1300355828 N/A6. ISSUED BY CODE N00178 7. ADMINISTERED BY (If other than Item 6) CODE S2101A
NSWC, DAHLGREN DIVISION
17632 Dahlgren Road Suite 157
Dahlgren VA 22448-5110
DCMA Baltimore
217 EAST REDWOOD STREET, SUITE 1800
BALTIMORE MD 21202-5299
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
URS Federal Technical Services, Inc. 20501 Seneca Meadows Parkway Suite 300 Germantown MD 20876-7007 9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X] N00178-04-D-4042-0022
10B. DATED (SEE ITEM 13)
CAGECODE
34157 FACILITY CODE 01-Aug-2011
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
[ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of thisamendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitationand this amendment, and is received prior to the opening hour and date specified.12. ACCOUNTING AND APPROPRIATION DATA (If required)
SEE SECTION G
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
(*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. INITEM 10A.
[ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation
date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
[X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:FAR 52.232.22 Limitation of Funds
[ ] D. OTHER (Specify type of modification and authority)
E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office.14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
SEE PAGE 2
15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 13-Jun-2013
(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE
30-105 STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243
1. CONTRACT ID CODE PAGE OF PAGES
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3
GENERAL INFORMATION
The purpose of this modification is to provide an increment of funds. Accordingly, said Task Order ismodified as follows:
1. The Line of Accounting information is hereby changed as follows:
410333 1300333737 14000.00 LLA : KR 97X4930 NH1E 255 77777 0 050120 2F 000000 A80001607381 410334 1300333737 11000.00 LLA : KS 97X4930 NH1E 255 77777 0 050120 2F 000000 A80001607381 Option 1 Labor Funding for TI 28-1 410335 1300333737 30000.00 LLA : KT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001607381 Option 1 Labor Funding for TI 18-1 410336 1300333737 8000.00 LLA : KU 97X4930 NH1E 255 77777 0 050120 2F 000000 A90001607381 Option 1 Labor Funding for TI 14-1 410337 1300333737 7044.00 LLA : KV 97X4930 NH1E 255 77777 0 050120 2F 000000 B00001607381 Option 1 Labor Funding for TI 26-1 410338 1300333737 10000.00 LLA : KW 97X4930 NH1E 255 77777 0 050120 2F 000000 B10001607381 Option 1 Labor Funding for TI 20-1 410339 1300348598 7500.00 LLA : KM 1731319 W998 255 RA309 0 068342 2D 000000 642010006420 Standard Number: N0001413WX40043:AA Option 1 Labor Funding for TI 30-1 410340 1300333737 15000.00 LLA : KQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A70001607381 Option 1 Labor Funding for TI 3-1 410341 1300333737 15860.00 LLA : KX 97X4930 NH1E 255 77777 0 050120 2F 000000 B20001607381 Option 1 Labor Funding for TI 9-1
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
2 of 3 FINAL
410342 1300333737 19000.00 LLA : JT 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001607381 Option 1 Labor Funding for TI 6-1 410343 1300333010 25000.00 LLA : KY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001604302 Option 1 Labor Funding for TI 5-1 610029 1300333737 2600.00 LLA : JT 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001607381 Incremental Funding for TI 6-1
The total amount of funds obligated to the task is hereby increased from $9,093,187.93 by$165,004.00 to $9,258,191.93.
CLIN/SLIN Type Of Fund From ($) By ($) To ($)
410333 SCN 0.00 14,000.00 14,000.00
410334 SCN 0.00 11,000.00 11,000.00
410335 RDT&E 0.00 30,000.00 30,000.00
410336 WCF 0.00 8,000.00 8,000.00
410337 WCF 0.00 7,044.00 7,044.00
410338 RDT&E 0.00 10,000.00 10,000.00
410339 RDT&E 0.00 7,500.00 7,500.00
410340 OPN 0.00 15,000.00 15,000.00
410341 RDT&E 0.00 15,860.00 15,860.00
410342 OTHER 0.00 19,000.00 19,000.00
410343 RDT&E 0.00 25,000.00 25,000.00
610029 OTHER 0.00 2,600.00 2,600.00
The total value of the order is hereby increased from $11,005,125.00 by $0.00 to $11,005,125.00.
2. The Funding Profile and Allotment of Funds have been updated in Section G.
A conformed copy of this Task Order is attached to this modification for informational purposes only. Distribution:
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ ----------------- --------- ---- --------------- --------------- -------------- 4000 System Safety 46752.0 LH $2,829,584.00 Engineering Support (Base Period) (TBD) 400001 Incremental funding for TI #1 (O&MN,N) 400002 Incremental funding for TI #2 (RDT&E) 400003 Incremental funding for TI #4 (O&MN,N) 400005 Incremental funding for TI #3 (OPN) 400006 Incremental funding for TI #3 (O&MN,N) 400007 Incremental funding for TI #10 (SCN) 400008 Incremental funding for TI #5 (RDDA) 400009 Incremental funding for TI #14 (WCF) 400010 Incremental funding for TI #15 (O&MN,N) 400011 Incremental funding for TI #15 (O&MN,N) 400012 Incremental funding for TI#8 (SCN)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
1 of 96 FINAL
400013 Incremental funding for TI#11 (RDDA) 400014 Incremental funding for TI#3 (SCN) 400015 Incremental funding for TI#3 (O&MN,N) 400016 Incremental funding for TI#5 (RDDA) 400017 Incremental funding for TI#7 (RDT&E) 400018 Incremental funding for TI#8 (O&MN,N) 400019 Incremental funding for TI#8 (O&MN,N) 400020 Incremental funding for TI#10 (O&MN,N) 400021 Incremental funding for TI#10 (SCN) 400022 Incremental funding for TI#10 (O&MN,N) 400023 Incremental funding for TI#10 (SCN) 400024 Incremental funding for TI#10 (SCN) 400025 Incremental funding for TI#10 (RDT&E) 400026 Incremental funding for TI#10 (SCN) 400027 Incremental
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
2 of 96 FINAL
funding for TI#10 (SCN) 400028 Incremental funding for TI#10 (SCN) 400029 Incremental funding for TI#10 (SCN) 400030 Incremental funding for TI#10 (SCN) 400031 Incremental funding for TI#10 (OPN) 400032 Incremental funding for TI#10 (SCN) 400033 Incremental funding for TI#10 (O&MN,R) 400034 Incremental funding for TI#10 (O&MN,N) 400035 Incremental funding for TI#11 (RDDA) 400036 Incremental funding for TI#11 (RDDA) 400037 Incremental funding for TI#11 (RDDA) 400038 Incremental funding for TI#16 (RDT&E) 400039 Incremental funding for TI#16 (RDT&E) 400040 Incremental funding for TI#17 (PMC) 400041 Incremental funding for TI#1 (O&MN,N)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
3 of 96 FINAL
400042 Incremental funding for TI#1 (O&MN,N) 400043 Incremental funding for TI#6 (OTHER) 400044 Incremental funding for TI#7 (SCN) 400045 Incremental funding for TI#5 (RDDA) 400046 Incremental funding for TI#5 (WCF) 400047 Incremental funding for TI#11 (TBD) 400048 Incremental funding for TI#5 (TBD) 400049 Incremental funding for TI#14 (TBD) 400050 Incremental funding for TI#5 (TBD) 400051 Incremental funding for TI#2 (TBD) 400052 Incremental funding for TI#3 (TBD) 400053 Incremental funding for TI#5 (TBD) 400055 Incremental funding for TI#8 (TBD) 400056 Incremental funding for TI#3 (TBD) 400057 Incremental
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
4 of 96 FINAL
funding for TI#3 (TBD) 400058 Incremental funding for TI#3 (TBD) 400059 Incremental funding for TI#3 (TBD) 400060 Incremental funding for TI#3 (TBD) 400061 Incremental funding for TI#4 (O&MN,N) 400062 Incremental funding for TI#10 (RDT&E) 400063 Incremental funding for TI#19 (TBD) 400064 Incremental funding for TI#6 (TBD) 400065 Incremental funding for TI#3 (O&MN,N) 400066 Incremental funding for TI#3 (WPN) 400067 Incremental funding for TI#3 (WPN) 400068 Incremental funding for TI#3 (OPN) 400069 Incremental funding for TI#21 (OPN) 400070 Incremental funding for TI#21 (OPN) 400071 Incremental funding for TI#4 (O&MN,N)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
5 of 96 FINAL
400072 Incremental funding for TI#23 (PMC) 400073 Incremental funding for TI#2 (RDT&E) 400074 Incremental funding for TI#3 (O&MN,N) 400075 Incremental funding for TI#3 (WPN) 400076 Incremental funding for TI#3 (O&MN,N) 400077 Incremental funding for TI#3 (OTHER) 400078 Incremental funding for TI#19 (RDT&E) 400079 Incremental funding for TI#7 (RDT&E) 400080 Incremental funding for TI#2 (RDT&E) 400081 Incremental funding for TI#6 (RDT&E) 400082 Incremental funding for TI#3 (SCN) 400083 Incremental funding for TI#3 (SCN) 400084 Incremental funding for TI#21 (RDT&E) 400085 Incremental funding for TI#22 (OPN) 400086 Incremental
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
6 of 96 FINAL
funding for TI#2 (RDT&E) 400087 Incremental funding for TI#2 (RDT&E) 400088 Incremental funding for TI#18 (RDT&E) 400089 Incremental funding for TI#3 (PANMC) 400090 Incremental funding for TI#4 (O&MN,N) 400091 Incremental funding for TI#4 (O&MN,N) 400092 Incremental funding for TI#15 (RDT&E) 400093 Incremental funding for TI#10 (O&MN,N) 400094 Incremental funding for TI#10 (O&MN,N) 400095 Incremental funding for TI#10 (O&MN,N) 400096 Incremental funding for TI#4 (O&MN,N) 400097 Incremental funding for TI#11 (RDT&E) 400098 Incremental funding for TI#10 (O&MN,N) 4001 Systems Safety 1206.0 LH $73,000.00 Engineering Support (FMS Case #AT-P-L CQ) 400101 Incremental
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
7 of 96 FINAL
funding for TI #12 (FMS) 400102 Incremental funding for TI #12 (FMS) 400103 Incremental funding for TI #12 (FMS) 400104 Incremental funding for TI #3 (FMS) 4002 Systems Safety 322.0 LH $19,500.00 Engineering Support (FMS Case #JA-P-L WA) 400201 Incremental funding for TI #13 (FMS) 400202 Incremental funding for TI #13 (FMS) 4100 System Safety 68982.0 LH $4,283,125.00 Engineering Support (Option Period 1) (TBD) 410001 Incremental Funding for TI 19-1 (RDT&E) 410002 Incremental Funding for TI 14-1 (WCF) 410003 Incremental Funding for TI 18-1 (RDT&E) 410004 Incremental Funding for TI 22-1 (OPN) 410005 Incremental Funding for TI 3-1 (OTHER) 410006 Incremental Funding for TI 3-1 (OPN)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
8 of 96 FINAL
410008 Incremental Funding for TI 11-1 (RDT&E) 410009 Incremental Funding for TI 11-1 (RDT&E) 410010 Incremental Funding for TI 1-1 (O&MN,N) 410011 Incremental Funding for TI 20-1 (WPN) 410012 Incremental Funding for TI 2-1 (SCN) 410013 Incremental Funding for TI 9-1 (RDT&E) 410014 Incremental Funding for TI 21-1 (RDT&E) 410015 Incremental Funding for TI 10-1 (SCN) 410016 Incremental Funding for TI 6-1 (OTHER) 410017 Incremental Funding for TI 4-1 (O&MN,N) 410018 Incremental Funding for TI 3-1 (OTHER) 410019 Incremental Funding for TI 16-1 (RDT&E) 410020 Incremental Funding for TI 24-1 (SCN) 410021 Incremental Funding for TI 3-1 (O&MN,N) 410022 Incremental Funding for TI
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
9 of 96 FINAL
23-1 (RDT&E) 410023 Incremental Funding for TI 1-1 (O&MN,N) 410024 Incremental Funding for TI 5-1 (RDT&E) 410025 Incremental Funding for TI 5-1 (RDT&E) 410026 Incremental Funding for TI 2-1 (SCN) 410027 Incremental Funding for TI 7-1 (RDT&E) 410028 Incremental Funding for TI 5-1 (MDA) 410029 Incremental Funding for TI 5-1 (MDA) 410030 Incremental Funding for TI 3-1 (OPN) 410031 Incremental Funding for TI 3-1 (O&MN,N) 410032 Incremental Funding for TI 20-1 (OPN) 410033 Incremental Funding for TI 22-1 (OPN) 410034 Incremental Funding for TI 8-1 (O&MN,N) 410035 Incremental Funding for TI 26-1 (WCF) 410036 Incremental Funding for TI 17-1 (WCF)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
10 of 96 FINAL
410037 Incremental Funding for TI 14-1 (WCF) 410038 Incremental Funding for TI 3-1 (SCN) 410039 Incremental Funding for TI 3-1 (SCN) 410040 Incremental Funding for TI 5-1 (OTHER) 410041 Incremental Funding for TI 5-1 (OTHER) 410042 Incremental Funding for TI 10-1 (SCN) 410043 Incremental Funding for TI 15-1 (O&MN,N) 410044 Incremental Funding for TI 2-1 (SCN) 410045 Incremental Funding for TI 10-1 (O&MN,N) 410046 Incremental Funding for TI 11-1 (RDT&E) 410047 Incremental Funding for TI 11-1 (RDT&E) 410048 Incremental Funding for TI 20-1 (O&MN,N) 410049 Incremental Funding for TI 4-1 (O&MN,N) 410050 Incremental Funding for TI 4-1 (O&MN,N) 410051 Incremental Funding for TI
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
11 of 96 FINAL
18-1 (RDT&E) 410052 Incremental Funding for TI 3-1 (OPN) 410053 Incremental Funding for TI 10-1 (SCN) 410054 Incremental Funding for TI 10-1 (SCN) 410055 Incremental Funding for TI 2-1 (SCN) 410056 Incremental Funding for TI 2-1 (RDT&E) 410057 Incremental Funding for TI 2-1 (RDT&E) 410058 Incremental Funding for TI 2-1 (RDT&E) 410059 Incremental Funding for TI 2-1 (RDT&E) 410060 Incremental Funding for TI 4-1 (O&MN,N) 410061 Incremental Funding for TI 5-1 (RDT&E) 410062 Incremental Funding for TI 5-1 (RDT&E) 410063 Incremental Funding for TI 6-1 (OTHER) 410064 Incremental Funding for TI 3-1 (O&MN,N) 410065 Incremental Funding for TI 7-1 (RDT&E)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
12 of 96 FINAL
410066 Incremental Funding for TI 11-1 (RDT&E) 410067 Incremental Funding for TI 15-1 (O&MN,N) 410068 Incremental Funding for TI 10-1 (SCN) 410069 Incremental Funding for TI 6-1 (OTHER) 410070 Incremental Funding for TI 3-1 (SCN) 410071 Incremental Funding for TI 22-1 (SCN) 410072 Incremental Funding for TI 30-1 (OTHER) 410073 Incremental Funding for TI 10-1 (RDT&E) 410074 Incremental Funding for TI 29-1 (OTHER) 410075 Incremental Funding for TI 27-1 (RDT&E) 410076 Incremental Funding for TI 3-1 (WPN) 410077 Incremental Funding for TI 3-1 (WPN) 410078 Incremental Funding for TI 3-1 (O&MN,N) 410079 Incremental Funding for TI 10-1 (RDT&E) 410080 Incremental Funding for TI
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
13 of 96 FINAL
4-1 (O&MN,N) 410081 Incremental Funding for TI 3-1 (SCN) 410082 Incremental Funding for TI 3-1 (OTHER) 410083 Incremental Funding for TI 2-1 (RDT&E) 410084 Incremental Funding for TI 21-1 (RDT&E) 410085 Incremental Funding for TI 18-1 (RDT&E) 410086 Incremental Funding for TI 27-1 (RDT&E) 410087 Incremental Funding for TI 3-1 (SCN) 410088 Incremental Funding for TI 3-1 (OTHER) 410089 Incremental Funding for TI 14-1 (OTHER) 410090 Incremental Funding for TI 11-1 (RDDA) 410091 Incremental Funding for TI 9-1 (RDT&E) 410092 Incremental Funding for TI 9-1 (RDT&E) 410093 Incremental Funding for TI 5-1 (RDT&E) 410094 Incremental Funding for TI 11-1 (RDT&E)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
14 of 96 FINAL
410095 Incremental Funding for TI 10-1 (TBD) 410096 Incremental Funding for TI 4-1 (O&MN,N) 4101 Systems Safety 3279.0 LH $162,550.00 Engineering Support (FMS Case #AT-P-L CQ) 410101 Incremental Funding for TI 3-1 (FMS) 410102 Incremental Funding for TI 12-1 (FMS) 410103 Incremental Funding for TI 12-1 (FMS) 410104 Incremental Funding for TI 12-1 (FMS) 410105 Incremental Funding for TI 12-1 (FMS) 410106 Incremental Funding for TI 12-1 (FMS) 410107 Incremental Funding for TI 12-1 (FMS) 4102 Systems Safety 797.0 LH $88,500.00 Engineering Support (FMS Case #JA-P-L WA) 410201 Incremental Funding for TI 13-1 (FMS) 410202 Incremental Funding for TI 13-1 (FMS) 410203 Incremental Funding for TI
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
15 of 96 FINAL
13-1 (FMS) 410204 Incremental Funding for TI 13-1 (FMS) 4103 System Safety 32787.0 LH $2,001,706.00 Engineering Support (Option Period 1) (TBD) 410301 Option 1 Labor Funding for TI 6-1 (OTHER) 410302 Option 1 Labor Funding for TI 4-1 (O&MN,N) 410303 Option 1 Labor Funding for TI 2-1 (SCN) 410304 Option 1 Labor Funding for TI 5-1 (RDT&E) 410305 Option 1 Labor Funding for TI 5-1 (RDT&E) 410306 Option 1 Labor Funding for TI 5-1 (RDT&E) 410307 Option 1 Labor Funding for TI 7-1 (RDT&E) 410308 Option 1 Labor Funding for TI 8-1 (O&MN,N) 410309 Option 1 Labor Funding for TI 10-1 (RDT&E) 410310 Option 1 Labor Funding for TI 11-1 (RDT&E) 410311 Option 1 Labor Funding for TI 22-1 (OPN) 410312 Option 1 Labor Funding for TI 20-1 (WPN)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
16 of 96 FINAL
410313 Option 1 Labor Funding for TI 6-1 (OTHER) 410314 Option 1 Labor Funding for TI 25-1 (RDT&E) 410315 Option 1 Labor Funding for TI 28-1 (SCN) 410316 Option 1 Labor Funding for TI 31-1 (OPN) 410317 Option 1 Labor Funding for TI 32-1 (RDT&E) 410318 Option 1 Labor Funding for TI 18-1 (RDT&E) 410319 Option 1 Labor Funding for TI 10-1 (RDT&E) 410320 Option 1 Labor Funding for TI 11-1 (RDT&E) 410321 Option 1 Labor Funding for TI 19-1 (RDT&E) 410322 Option 1 Labor Funding for TI 3-1 (APN) 410323 Option 1 Labor Funding for TI 16-1 (O&MN,N) 410324 Option 1 Labor Funding for TI 3-1 (WPN) 410325 Option 1 Labor Funding for TI 7-1 (SCN) 410326 Option 1 Labor Funding for TI 8-1 (RDT&E) 410327 Option 1 Labor
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
17 of 96 FINAL
Funding for TI 19-1 (O&MN,N) 410328 Option 1 Labor Funding for TI 21-1 (RDT&E) 410329 Option 1 Labor Funding for TI 29-1 (RDT&E) 410330 Option 1 Labor Funding for TI 4-1 (O&MN,N) 410331 Option 1 Labor Funding for TI 10-1 (SCN) 410333 Option 1 Labor Funding for TI 3-1 (SCN) 410334 Option 1 Labor Funding for TI 28-1 (SCN) 410335 Option 1 Labor Funding for TI 18-1 (RDT&E) 410336 Option 1 Labor Funding for TI 14-1 (WCF) 410337 Option 1 Labor Funding for TI 26-1 (WCF) 410338 Option 1 Labor Funding for TI 20-1 (RDT&E) 410339 Option 1 Labor Funding for TI 30-1 (RDT&E) 410340 Option 1 Labor Funding for TI 3-1 (OPN) 410341 Option 1 Labor Funding for TI 9-1 (RDT&E) 410342 Option 1 Labor Funding for TI 6-1 (OTHER)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
18 of 96 FINAL
410343 Option 1 Labor Funding for TI 5-1 (RDT&E) 4200 System Safety 65211.0 LH $4,152,154.00 Engineering Support (Option Period 2) (TBD) Option For ODC Items: Item Supplies/Services Qty Unit Est. Cost ------ ----------------- --------- ---- ---------------- 6000 ODCs for CLIN 1.0 LO $768,450.00 4000 (Base Period) (TBD) 600001 Incremental funding for TI#1 (O&MN,N) 600002 Incremental funding for TI#2 (RDT&E) 600003 Incremental funding for TI#3 (O&MN,N) 600005 Incremental funding for TI #3 (OPN) 600006 Incremental funding for TI #11 (RDDA) 600007 Incremental funding for TI #10 (SCN) 600008 Incremental funding for TI #10 (OPN) 600009 Incremental funding for TI #11 (RDDA) 600010 Incremental funding for TI #16 (RDT&E) 600011 Incremental
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
19 of 96 FINAL
funding for TI #1 (O&MN,N) 600012 Incremental funding for TI #1 (O&MN,N) 600013 Incremental funding for TI#2 (TBD) 600014 Incremental funding for TI#6 (TBD) 600015 Incremental funding for TI#10 (RDT&E) 600016 Incremental funding for TI#3 (OPN) 600017 Incremental funding for TI#21 (OPN) 600018 Incremental funding for TI#4 (O&MN,N) 600019 Incremental funding for TI#21 (RDT&E) 600020 Incremental funding for TI#22 (OPN) 600021 6100 ODCs for CLIN 1.0 LO $776,210.00 4100 (Option Period 1) (TBD) 610001 Incremental Funding for TI 19-1 (RDT&E) 610002 Incremental Funding for TI 22-1 (OPN) 610003 Incremental Funding for TI 3-1 (OPN) 610004 Incremental
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
20 of 96 FINAL
Funding for TI 20-1 (WPN) 610005 Incremental Funding for TI 2-1 (SCN) 610006 Incremental Funding for TI 9-1 (RDT&E) 610007 Incremental Funding for TI 21-1 (RDT&E) 610008 IncrementalFundin g for TI 6-1 (OTHER) 610009 Incremental Funding for TI 4-1 (O&MN,N) 610010 Incremental Funding for TI 23-1 (RDT&E) 610011 Incremental Funding for TI 1-1 (O&MN,N) 610012 Incremental Funding for TI 26-1 (WCF) 610013 Incremental Funding for TI 17-1 (WCF) 610014 Incremental Funidng for TI 3-1 (SCN) 610015 Incremental Funding for TI 10-1 (SCN) 610016 Incremental Funding for TI 20-1 (O&MN,N) 610017 Incremental Funding for TI 4-1 (O&MN,N) 610018 Incremental Funding fof TI 2-1 (RDT&E)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
21 of 96 FINAL
610019 Incremental Funding for TI 10-1 (RDT&E) 610020 Incremental Funding for TI 11-1 (RDDA) 610021 Incremental Funding for TI 9-1 (RDT&E) 610022 Incremental Funding for TI 9-1 (RDT&E) 610023 Incremental Funding for TI 11-1 (RDT&E) 610024 Incremental Funding for TI 4-1 (O&MN,N) 610025 Incremental Funding for TI 2-1 (SCN) 610026 Incremental Funding for TI 22-1 (OPN) 610027 Incremental Funding for TI 21-1 (RDT&E) 610028 Incremental Funding for TI 2-1 (RDT&E) 610029 Incremental Funding for TI 6-1 (OTHER) 6101 ODCs for CLIN 1.0 LO $1,500.00 4101 (FMS Case #AT-P-L CQ) 610101 Incremental funding for TI 12-1 (FMS) 610102 Incremental funding for TI 12-1 (FMS)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
22 of 96 FINAL
6102 Incremental 1.0 LO $1,000.00 funding for TI 13-1 (FMS Case #JA-P-F JW) 610201 Incremental funding for TI 13-1 (FMS) 6200 ODCs for CLIN 1.0 LO $789,379.00 4200 (Option Period 2) (TBD) Option
B.1 USE WHOLE DOLLARS ONLY
All proposals shall be rounded to the nearest dollar. B.2 TYPE OF ORDER This is a term (Level of Effort) type order
Items in the 4xxx series are cost plus fixed fee typeItems in the 6xxx series are cost only, excluding fee. B.3 ADDITIONAL CLINS Additional CLINs may be unilaterally created by the Contracting Officer during the performance ofthis Task Order to accommodate the multiple types of funds that may be used under this Order. These modifications will not change the overall level of effort, estimated cost or fixed fee of theTask Order.
B.4 FEE RATE
The following table reflects the hourly rate to be billed in accordance with HQ B-2-0015 PAYMENTOF FEE(S) (LEVEL OF EFFORT-ALTERNATE 1).
Fixed Fee $ Amount Number of Man-hours Rate (Fee per man–hour)
Base 73,063
Option 1 73,063
Option 2 73,063
HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA)(DEC 1995)
(a) As part of the negotiated fixed price or total estimated amount of this contract, both theGovernment and the Contractor have agreed to waive any entitlement that otherwise might accrueto either party in any residual dollar amount of $500 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
23 of 96 FINAL
party at the end of the contract, except that, amounts connected in any way with taxation,allegations of fraud and/or antitrust violations shall be excluded. For purposes of determiningresidual dollar amounts, offsets of money owed by one party against money that would otherwise bepaid by that party may be considered to the extent permitted by law.
(b) This agreement to waive entitlement to residual dollar amounts has been considered by bothparties. It is agreed that the administrative costs for either party associated with collecting suchsmall dollar amounts could exceed the amount to be recovered.
HQ B-2-0007 LIMITATION OF COST OR LIMITATION OF FUNDS LANGUAGE
The clause entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF FUNDS" (FAR52.232-22), as appropriate, shall apply separately and independently to each separately identifiedestimated cost.
HQ B-2-0015 PAYMENTS OF FEE(S) (LEVEL OF EFFORT – ALTERNATE 1) (NAVSEA) (MAY 2010)
(a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts,"base fee" in cost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixed-fee type contracts forlevel of effort type contracts.
(b) The Government shall make payments to the Contractor, subject to and in accordance with theclause in this contract entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), asapplicable. Such payments shall be submitted by and payable to the Contractor pursuant to theclause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR 52.216-7), subject to thewithholding terms and conditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, andshall be paid at the hourly rate(s) specified above per man-hour performed and invoiced. Total fee(s)paid to the Contractor shall not exceed the fee amount(s) set forth in this contract. In no event shall theGovernment be required to pay the Contractor any amount in excess of the funds obligated under thiscontract.
HQ B-2-0020 TRAVEL COSTS - ALTERNATE (NAVSEA) (DEC 2005)
(a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actualtravel cost in accordance with FAR 31.205-46. The costs to be reimbursed shall be those costsaccepted by the cognizant DCAA.
(b) Reimbursable travel costs include only that travel performed from the Contractor's facility to theworksite, in and around the worksite, and from the worksite to the Contractor's facility.
(c) Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR31.205-35; however, Contracting Officer approval shall be required prior to incurring relocationexpenses and travel costs incident to the relocation.
(d) The contractor shall not be reimbursed for the following daily local travel costs:
(i) travel at U.S. Military Installations where Government transportation is available.
(ii) travel performed for personal convenience/errands, including commuting to and from work, and
(iii) travel costs incurred in the replacement of personnel when such replacement is accomplished forthe Contractor's or employee's convenience.
HQ B-2-0021 CONTRACT SUMMARY FOR PAYMENT OFFICE (COST TYPE) (NAVSEA) (FEB 1997)
This entire task order is cost type. The CLINs for the base labor requirements are CostPlus Fixed Fee (CPFF), and the ODC CLINs are Costs Only.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
24 of 96 FINAL
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
25 of 96 FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
PERFORMANCE WORK STATEMENT (PWS) SYSTEM SAFETY ENGINEERING SUPPORT
1 Background
The Government requires support to provide systems engineering analyses and technical andmanagement services in the project areas of system safety and risk assessment, including but notlimited to weapon system safety, explosives safety, environmental safety, and related safetyengineering for the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). These effortsinclude safety risk assessment studies for a variety of ordnance and weapon related systems andoperations and in various aspects of system, explosives, and environmental safety as defined in thefollowing sections.
The following paragraphs describe each of the areas in detail. These tasks require technical andmanagement support in the areas of system safety (including hardware, software, personnel,environmental, and explosives), risk assessment, systems engineering, and vulnerability assessmentof Navy, Marine Corps, and other joint/international weapon systems. As advances in technologiesand systems are integrated into each level of complexity, such as, (weapon system to combatsystem to platform system to battle force systems) the overall complexity and criticality of the safetyof the system increases.
1.1 Scope
The Contractor shall perform MIL-STD-882 type weapon system safety assessments to assist theContracting Officer's representative (COR), located in NSWCDD, Code G70 on assigned projects todetermine the level of risk associated with systems. These safety assessments shall include reviewsof historical data, analyses of system designs and associated equipment and their interfaces topersonnel, and safety assessments and safety evaluations of the environmental safety issues andsociological and political considerations, etc. as appropriate for program development. Riskassessment will be reported in the form of a Safety Assessment Report (SAR), System SafetyEngineering Report, System Safety Hazard Analysis Report, Mishap Assessment Report (MAR), or asotherwise assigned in Technical Instructions (TIs). These assessments may require performance ofspecific MIL-STD-882 system safety engineering analyses inherent in the risk assessment process.The safety assessments may be incorporated into a risk assessment report, in technical datapackages for the Weapon SystemExplosives Safety Review Board (WSESRB) or Software SystemsSafety Technical Review Panel (SSSTRP), or as separate documents.
1.2 Objectives
The objective of this task is to provide System Safety Engineering to Codes G71, G72, and G73,which includes weapon system safety, explosives safety, environmental safety, platform systemsafety, human engineering safety, and related safety engineering.
1.3 References
The following references in Table 1-1 were used while developing this Statement of Work(SOW) for Systems Safety Engineering.
Table 1-1. References
Document Number Document TitleDoD Directive 5000.1 The Defense Acquisition SystemDoD Instruction 5000.02 Operation of the Defense Acquisition SystemMIL-STD-882 D Standard Practice for System Safety
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
26 of 96 FINAL
Document Number Document TitleNAVSEAINST 8020.6E Navy Weapon System Safety ProgramOPNAVINST 5100.24 B Navy System Safety Program
2 Work Description Requirements
The contractor shall accomplish the work requirements of this task order by providingsystem safety engineering support as listed in the following paragraphs.
2.1 Technical Instruction
A Technical Instruction (TI) will be assigned to each work area in the form of a number. A TI is usedto identify safety projects for the Navy and other military services or work for other customers whereappropriate. TIs are effective upon issuance.
2.2 System Safety Analysis
The Contractor shall conduct safety analyses of hardware (e.g., electrical, mechanical andhydraulic) and software (e.g., fire control, weapon control, and command and decision systems) invarious weapons and related systems. The analyses shall be performed in accordance with theapplicable tasks of MIL-STD-882 series, or as otherwise specified in the TI Analyses shall beprepared and reported in accordance with Contract Data Requirements List (CDRL) Item A005 andas modified in the individual TIs.
2.3 Technical Safety Review and Documentation
Analysis techniques required under this task order may include, but not be limited to, Fault TreeAnalyses, Failure Modes and Hazardous Effects Analyses, Inadvertent Launch Analyses, and othertechniques as required in individual TIs.
Safety and Risk Assessment Reports, WSESRB, SSSTRP and Laser Safety Review Board TechnicalData Packages and Presentation Materials. The Contractor shall employ his/her knowledge,experience and technical expertise in the review and analysis of safety programs, safety analyses,accident and incident data, investigation reports, safety test plans and results, and other relateddata in the preparation of risk assessment reports, safety assessment reports, and technical datapackages and presentation materials for the WSESRB, SSSTRP, and the LSRB. The riskassessment reports, SARs, and technical data packages and presentation materials will be preparedto support requests for safety approvals at various stages of the program development cycle. Safetyand risk assessment reports, and WSESRB and SSSTRP technical data packages shall be preparedin accordance with CDRL item A008. Presentation material shall be prepared in accordance withCDRL item A009.
2.4 System Safety Program Plan
The Contractor shall prepare and/or modify System Safety Program Plans (SSPPs) and SystemSafety Management Plans (SSMPs). The SSPPs and SSMPs shall be prepared in accordance withCDRL Item A004 as modified in the individual TIs.
2.5 Hardware and Software Change Requests
The Contractor may be requested to conduct or review safety assessments of Engineering ChangeProposals (ECPS), Software Trouble Reports (STRs), Problem Reports (PRs), Specification ChangeNotices (SCNs), Computer Program Problem Reports (CPPRs), Computer Program Change Requests(CPCRs), Advance Change Notices (ACNs) and waiver, exemption requests, and problem/changedocuments for various systems. Assessments of ECPs, SCNs, CPCRs and waiver or exemptionrequests shall determine whether the change, waiver, or exemption will introduce new hazards to
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
27 of 96 FINAL
the system or personnel or increase the risk of existing hazards associated with the system.Assessments of STRs, PRs, CPPRs and related reports will determine whether a safety risk ispresented by the reported problem. These analyses shall be documented in accordance with CDRLItem A007 or as specified in the individual tasks.
2.6 Safety Test Plan
The Contractor shall develop safety test plans that comply with the appropriate DoD, Navy, andguidance for systems under development or review. Test plans shall be prepared in accordancewith CDRL Item A010 or as assigned in the individual tasks, on hardware, explosives, and software.The Contractor shall also assess system test documentation for incorporation of safety related testingto verify safety requirements.
2.7 Operations Analysis
The contractor shall perform operational analyses and studies to identify potential deficiencies inweapon operating procedures, ordnance handling procedures, stowage or other logistics phasesinvolving ordnance, safety procedures, etc. and make specific recommendations for their resolution.Trend studies shall be reported in accordance with CDRL A005 and CDRL A007 or as specified inthe individual TIs.
2.8 Environmental Safety
The contractor shall perform environmental safety assessments on weapons and related systems aspart of the system safety engineering tasks above. Environmental safety analyses and assessmentsinclude, but are not limited to, Programmatic Environment Safety and Occupational HealthEvaluations (PESHE), determination of compliance with the National Environmental Protection Act(NEPA), Environmental Analyses, and Environmental Assessments. These analyses shall ensure thatthe programs comply with applicable Navy, DoD, and federal environmental safety criteria. Theenvironmental safety assessments shall include all aspects of the system life cycle from prototypedevelopment through production, manufacturing waste disposal, operational use and maintenanceand demilitarization and disposal. Environmental analyses and assessment shall be in accordancewith CDRL Item A006 and as modified in the individual TIs.
2.9 WSESRB and SSSTRP
Provide support to the WSESRB and its SSSTRP. Support includes, but is not limited to evaluationof technical data packages, preparation of executive summaries, participation in reviews for safetyapproval and recommendations, providing support for meetings, drafting WSESRB or SSSTRPreporting letters, and other tasks as identified in the TIs. Provide support in the development andmaintenance of joint service, Navy, Naval Sea Systems Command, Naval Ordnance Center, andNaval Surface Warfare Center technical documents. Support includes, but is not limited to,providing expert technical assistance in the preparation of document text, expert technical review ofdocuments, review, correlation and adjudication of comments received on technical documents,and preparation of final drafts of these documents for publication. Provide support in theproduction of materials and presentations. Materials may include development of workbooks,presentation materials, tests, and study guides.
Deliverables shall be in accordance with CDRL Item A001 or as specified in the individual TIs.
2.10 Weekly and Monthly Status Reports
The Contractor shall prepare summary and status reports to show the progress of the contract andindividual TIs. The summary reports will be used in estimating performance and will aid inworkload estimates. Status reports are used to determine usage of resources and planning of futureworkloads. Summaries and Status Reports shall be prepared in accordance with CDRLs A002 and
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
28 of 96 FINAL
A003 and as specified in Table 3-1.
3 Delivery
3.1 Contract Data Requirements List
The following is a list of the Contract Data Requirements List (CDRL) items applicable to thiscontract listed below in Table 3-1.
Table 3-1. Deliverable CDRLS
CDRLNumber
CDRL Title CDRL Description Frequency
A001 Technical Report-Study/Services
Technical Report-Study/Services includereviews of on-going tasks (e.g., technicalcommittee support efforts, safety programs u m m a r y r e p o r t s , s a f e t y p r o g r a mmanagement support efforts) and are to bebr ie f desc r ip t ions o f p ro jec ts o r tasksd e t a i l i n g t h e s t a t u s o f t h e t a s k ,accomplishments to date, anticipated oractual problems and proposed resolutions,expected efforts for the next 90 days, andother pertinent information regarding thetask as assigned in the individual TIs.
As Applicable
A002 Project Status Report The contractor shal l prepare a monthlyProject Status Report for the task order andfor each Technica l Ins t ruc t ion. I t sha l lprovide an estimate of the efforts requireda n d a P l a n o f A c t i o n a n d M i l e s t o n e s( P O A & M ) o n h o w t h e c o n t r a c t o r w i l laccomplish the task. The report shall detailt he e f f o r t s accomp l i shed t o da te andcompare them to the POA&M. The reports h a l l i d e n t i f y p o t e n t i a l p r o b l e m s , a nestimate of the potential impact, and shallp rov ide recommended so lu t ions to theproblems. Where government act ion isr e q u i r e d t o r e s o l v e t h e p r o b l e m , t h econtractor shal l speci f ical ly ident i fy theac t ion requ i red . A g raph showing theanticipated expenditure rate in both dollarsand work hours for the task and the actualexpenditure rate shal l be included. Theperiod of performance for the task shall beshown on the horizontal axis and the dollaramount and hours on the ver t ica l ax is .Reporting Format shall be provided whichshows the personnel assigned (by name andtheir labor category) and the number ofhours expended on the task for each persona n d d i r e c t c o s t s a s s o c i a t e d w i t h t h e
Weekly andMonthly
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
29 of 96 FINAL
CDRLNumber
CDRL Title CDRL Description Frequency
Techn ica l Ins t ruc t ion . The mat r ix sha l linclude the hours and costs expended duringthe current and previous invoice period aswell as the hours expended during the periodof performance for the Technical Instruction.
A003 Contract FundsStatus Report
A chart showing the personnel assigned (byname), their labor category, and the numberof hours expended for each task under thecontract. The matrix shall include the hoursexpended during the current invoice period,the previous invoice period, and the periodof performance for the Technical Instruction.The matrix shall also include other directcos ts assoc ia ted w i th each Techn ica lInstruction. Note that the contractor maydrop TIs from the chart two months aftercompletion of the task.
A chart showing the cumulative number ofhours by labor category, labor rate for thecategory, and cost for the current invoiceperiod and the full period of performance ofthe contract. The chart shall also includeo ther d i rec t cos ts assoc ia ted w i th theconduct of the contract. The contractor shallattach Individual Project Status Reports tothe summary report. The Contract FundsStatus Report shal l be del ivered to theContracting Officer's Representative and theContract Specialist.
Weekly andMonthly
A004 System SafetyProgram Plan
(SSPP), DI-SAFT-80100, as modified
in individualTechnical Instruction
The contractor shall prepare and/or modify aSSPP that details the task and activities ofsystem safety management and systemsafety engineer ing required to ident i fy ,evaluate, and eliminate or control hazardsthroughout the sys tem l i fe cyc le . Thepurpose of this plan is to provide a basis ofunderstanding between the contractor andt h e m a n a g i n g a c t i v i t y t o e n s u r e t h a tadequate consideration is given to safetyduring the life cycle phases of the programand to es tab l i sh a fo rma l , d i sc ip l i nedprogram to ach ieve the sys tem sa fe tyobjectives.
As Applicable
A005 System SafetyHazard AnalysisReport (SSHAR),
DI-SAFT-80101, asmodified in
individual Technical
The contractor shall prepare and/or modify asystem safety hazard analysis report that isused to systematically identify and evaluatehazards, both real and potential, for theirelimination or control. Reports include aPreliminary Hazard List (PHL), Preliminary
As Applicable
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
30 of 96 FINAL
CDRLNumber
CDRL Title CDRL Description Frequency
Instruction H a z a r d A n a l y s i s ( P H A ) , S a f e t yRequirement/Cr i ter ia Analysis (SR/CA),System Hazard Analysis (SHA), SubsystemHazard Analysis (SSHA), Operat ing andSupport Hazard Analysis (O&SHA), and aHealth Hazard Analysis (HHA).
A006 EnvironmentalAssessment Report,
NAS-411, asmodified in
individual TechnicalInstruction
The contractor shall prepare and/or modifyenv i ronmenta l sa fe ty assessments onweapons and related systems as part of thesystem safety engineering tasks above.E n v i r o n m e n t a l s a f e t y a n a l y s e s a n dassessments include, but are not limited to,PESHEs, determination of compliance withthe NEPA, Environmental Analyses, andEnvironmental Assessments
As Applicable
A007 Waiver of DeviationSystem Safety Report(WDSSR), DI-SAFT-
80104B, as modifiedin individual
Technical Instruction
The contractor shall prepare and/or modifythe results of analysis, test, and tradeoffstudies as they relate to a request for waiverand deviation. This analysis will identify ther isk assessment, mishap potent ia l , andjustification associated with results of eachw a i v e r o r d e v i a t i o n r e q u e s t r e c e i v e dthroughout the system life cycle.
As Applicable
A008 Safety AssessmentReport (SAR),
DI-SAFT-80102, asmodified in
individual TechnicalInstruction
The contractor shall prepare and/or modify aSAR that is a comprehensive evaluation ofthe safety risks being assumed prior to test oropera t ion o f the sys tem or a t con t rac tcompletion. This report identifies all safetyf e a t u r e s o f t h e s y s t e m , d e s i g n , a n dprocedural hazards that may be present inthe system being acquired, and specif icprocedural controls and precautions thatshould be followed.
As Applicable
A009 PresentationMaterials, DI-ADMN-81373, as modified
in individualTechnical Instruction
Specific instructions regarding the formatand content of the WSESRB and SSSTRPTechnical Data Package (TDP) will be asi d e n t i f i e d i n t h e i n d i v i d u a l T I s . NAVSEAINST 8020.6E provides guidanceas to the technical content for the datapackage and presentation; however, not alli t ems l i s ted w i l l be requ i red fo r everyp r o g r a m o r f o r e v e r y p r e s e n t a t i o n . Distribution of the WSESRB data packageswill include 25 to 30 copies of the final and8 to 10 copies of SSSTRP technical datapackages unless otherwise stated in theTechnical Instruction. Presentation materialsw i l l c o n s i s t o f v i e w g r a p h s l i d e s o r
PowerPoint® unless otherwise identified inthe Technical Instruction. Paper copies (as
As Applicable
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
31 of 96 FINAL
CDRLNumber
CDRL Title CDRL Description Frequency
described in individual TIs) of presentationmaterials are required for handout at theWSESRB meeting. WSESRB and SSSTRPd a t a p a c k a g e s m a y b e d e l i v e r e d i nelectronic format, either via CD/ROM, or viae-mai l . The format w i l l be spec i f ied inindividual TIs.
A010 Safety Test Plans,DI-NDTI-80566, as
modified inindividual Technical
Instruction
The contractor shall prepare and/or modifysa fe ty tes t p lans tha t comp ly w i th theappropriate DoD, Navy, and guidance forsystems under development or review.
As Applicable
A011 Self-Assessment inaccordance with
QASP
T h e c o n t r a c t o r s h a l l c o m p l e t e aself-assessment of the performance providedduring the period.
Annually
4 Government Furnished Property
Each Technical Instruction will identify the material available as Government Furnished Equipment(GFE) or Government Furnished Information (GFI).
4.1 Travel Requirements
Travel is required for many tasks associated with System Safety support. Travel is required for bothinside the United States (local and distant) and abroad. Each individual Technical Instruction willidentify the estimated travel required to support the system.
4.2 Security
The Contractor's facility must be cleared at the SECRET level for handling of documentation. Allindividuals must possess a SECRET clearance.
4.3 Plan of Action and Milestones (POA&M)
The contractor shall develop a POA&M for each Technical Instruction. The POA&M shall beprovided electronically to the Contract Specialist, the COR, and the appropriate GovernmentTechnical Point of Contact (TPOC) within twenty-one (21) calendar days after issuance of the TI orrevision. While contractor format is acceptable, with Government's approval, the followinginformation, as a minimum, shall appear in each POA&M.
a. Date POA&M prepared/revised
b. Technical Instruction (number and title)
c. Revision number if applicable
d. Contract and Order Number
e. TI Period Of Performance
f. Contractor Interfaces/Points Of Contact (technical area)
g. Government Interfaces/POC
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
32 of 96 FINAL
h. Estimated labor hours and total cost (including fee)
i. Work summary - to include tasking for the year
j. Subcontractors identified by name
k. Travel
l. Data items to be delivered
m. List of individuals who are assigned to work under the TI
4.4 Facility for WSESRB and SSSTRP meetings
The Contractor shall provide facilities, materials, qualified personnel, and administrative supportnecessary to conduct WSESRB review meetings. The Contractor's facilities are required to beavailable during core hours which are from 7:00 AM to 5:00 PM and must be located within a 30mile radius of NSWCDD, Virginia. Required is a main WSESRB conference room with seating for80, a WSESRB Caucus room with seating for 25, a location for visitors to congregate duringcheck-in, and restroom facilities for use before, during and after WSESRB reviews. Administrativesupport is required for reproduction of WSESRB findings and other documents as required. Thisadministrative support shall be provided through a non-key labor category identified as WSERSBManagement Support.
WSESRB meetings will be 3 to 5 days in duration each month, held during the second full week ofeach month, unless there is a holiday during that week. For those weeks, the WSESRB will schedulethe meetings on either side of the affected week. Technical data packages and technicalpresentations to the WSESRB are usually unclassified but may be either Confidential or Secret,depending on the material presented. The Contractor facilities for WSESRB meetings will complywith the requirements of DOD 5220.22-M (Industrial Security Manual). WSESRB meetings will weattended by up to 80 people that includes 25 WSESRB members and up to 55 support attendeesand presenters. The Contractor shall control access to the meeting room during WSESRB reviews,including, ensure that all people admitted to the WSESRB conference room have an up to datesecurity clearance on file, issuing badges, and providing appropriate support.
Main WSESRB conference room requirements include;
A single room with seating capability for 80 peopleCenter table(s) with seating room around the table(s) for 16 WSESRB MembersMoveable podiumFacilities capable of holding classified meetings up to the SECRET level.A dedicated PC, projector system, and screen, capable of projecting MS PowerPointpresentations on the screen. The screen shall be big enough to view the presentation whenstanding in the back of the room.Microphone systemA desk for use by the Court ReporterTeleconferencing capabilityHeating and air conditioningRoom lighting with dimming capability
The Caucus room requirements include;
A single room with seating capability for up to 25 people, separate from the main WSESRBconference room.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
33 of 96 FINAL
Two tables with seating capability for six (6) or more individuals each A projector system, and screen, capable of projecting and viewing MS PowerPointpresentations when standing in the back of the room.Heating and air conditioningRoom lighting with dimming capability
4.5 Place of Performance
The task order will be performed at the contractor’s facility only. Performance of contract will notoccur at the government location at NSWCDD. The contractor is required to be available duringcore hours which are from 7:00 AM to 5:00 PM. The key personnel must be assigned to a regularwork site that is located within a 50 mile radius of NSWCDD, Virginia.
HQ C-2-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)
(a) "Organizational Conflict of Interest" means that because of other activities or relationships withother persons, a person is unable or potentially unable to render impartial assistance or advice tothe Government, or the person's objectivity in performing the order work is or might be otherwiseimpaired, or a person has an unfair competitive advantage. "Person" as used herein includesCorporations, Partnerships, Joint Ventures, and other business enterprises.
(b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise setforth in the order, the Contractor does not have any organizational conflict of interest(s) as definedin paragraph (a).
(c) It is recognized that the effort to be performed by the Contractor under this order may create apotential organizational conflict of interest on the instant order or on a future acquisition. In order toavoid this potential conflict of interest, and at the same time to avoid prejudicing the best interestof the Government, the right of the Contractor to participate in future procurement of equipmentand/or services that are the subject of any work under this order shall be limited as described belowin accordance with the requirements of FAR 9.5.
(d) (1) The Contractor agrees that it shall not release, disclose, or use in any way that would permitor result in disclosure to any party outside the Government any information provided to theContractor by the Government during or as a result of performance of this order. Such informationincludes, but is not limited to, information submitted to the Government on a confidential basis byother persons. Further, the prohibition against release of Government provided information extendsto cover such information whether or not in its original form, e.g., where the information has beenincluded in Contractor generated work or where it is discernible from materials incorporating orbased upon such information. This prohibition shall not expire after a given period of time.
(2) The Contractor agrees that it shall not release, disclose, or use in any way that would permit orresult in disclosure to any party outside the Government any information generated or derivedduring or as a result of performance of this order. This prohibition shall expire after a period of threeyears after completion of performance of this order.
(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to anyaffiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, any jointventure involving the Contractor, any entity into or with which it may merge or affiliate, or anysuccessor or assign of the Contractor. The terms of paragraph (f) of this Special ContractRequirement relating to notification shall apply to any release of information in contravention ofthis paragraph (d).
(e) The Contractor further agrees that, during the performance of this contract and for a period of
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
34 of 96 FINAL
three years after completion of performance of this contract, the Contractor, any affiliate of theContractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involvingthe Contractor, any entity into or with which it may subsequently merge or affiliate, or any othersuccessor or assign of the Contractor, shall not furnish to the United States Government, either as aprime contractor or as a subcontractor, or as a consultant to a prime contractor or subcontractor, anysystem, component or services which is the subject of the work to be performed under this contract.This exclusion does not apply to any recompetition for those systems, components or servicesfurnished pursuant to this contract. As provided in FAR 9.505-2, if the Government procures thesystem, component, or services on the basis of work statements growing out of the effort performedunder this contract, from a source other than the contractor, subcontractor, affiliate, or assign ofeither, during the course of performance of this contract or before the three year period followingcompletion of this contract has lapsed, the Contractor may, with the authorization of the cognizantContracting Officer, participate in a subsequent procurement for the same system, component, orservice. In other words, the Contractor may be authorized to compete for procurement(s) for systems,components or services subsequent to an intervening procurement.
(f) The Contractor agrees that, if after award, it discovers an actual or potential organizationalconflict of interest, it shall make immediate and full disclosure in writing to the Contracting Officer.The notification shall include a description of the actual or potential organizational conflict ofinterest, a description of the action, which the Contractor has taken or proposes to take to avoid,mitigate, or neutralize the conflict, and any other relevant information that would assist theContracting Officer in making a determination on this matter. Notwithstanding this notification, theGovernment may terminate the order for the convenience of the Government if determined to be inthe best interest of the Government.
(g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, ofan organizational conflict of interest prior to the award of this order or becomes, or should become,aware of an organizational conflict of interest after award of this order and does not make animmediate and full disclosure in writing to the Contracting Officer, the Government may terminatethis order for default.
(h) If the Contractor takes any action prohibited by this requirement or fails to take action requiredby this requirement, the Government may terminate this order for default.
(i) The Contracting Officer's decision as to the existence or nonexistence of an actual or potentialorganizational conflict of interest shall be final.
(j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing orselling to the United States Government its product lines in existence on the effective date of thisorder; nor, shall this requirement preclude the Contractor from participating in any research anddevelopment or delivering any design development model or prototype of any such equipment.Additionally, sale of catalog or standard commercial items are exempt from this requirement.
(k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked toevaluate or advise the Government concerning its own products or activities or those of a competitorin order to ensure proper safeguards exist to guarantee objectivity and to protect the Government'sinterest.
(l) The Contractor shall include this requirement in subcontracts of any tier which involve access toinformat ion or s i tuat ions/condi t ions covered by the preceding paragraphs, subst i tut ing"subcontractor" for "contractor" where appropriate.
(m) The rights and remedies described herein shall not be exclusive and are in addition to otherrights and remedies provided by law or elsewhere included in this order.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
35 of 96 FINAL
(n) Compliance with this requirement is a material requirement of this order.
HAZARDOUS MATERIALS (JAN 1992) (NAVSUP)
(a) Packaging, Packing, Marking and Labeling Hazardous materials to be shipped by any mode orcombination of transportation modes shall be prepared (properly classed, described, packaged,marked, labeled, transport vehicle placarded, etc.) for shipment in accordance with MIL-STD 129-1and all applicable government and carrier regulations in effect at time of shipment.
(b) In the event of a conflict between specific requirements in the contract or order and existingapplicable regulations, the regulations take precedence. Under no circumstances shall thecontractor knowingly use materials, markings or procedures that are not in accordance with laws andregulations applicable to the mode of transportation employed.
DIGITAL DELIVERY OF DATA
(a) Delivery by the Contractor to the Government of certain technical data and other data is nowfrequently required in digital form rather than as hard copy. Such delivery may cause confusionbetween data rights and computer software rights. It is agreed that, to the extent that any such datais computer software by virtue of its delivery in digital form, the Government will be licensed to usethat digital-form data with exactly the same rights and limitations as if the data had been deliveredas hard copy.
(b) Any limited rights legends or other allowed legends placed by a Contractor on technical data orother data delivered in digital form shall be digitally included on the same media as thedigital-form data and must be associated with the corresponding digital-form technical data towhich the legends apply to the extent possible. Such legends shall also be placed in human-readable form on a visible surface of the media carrying the digital-form data as delivered, to theextent possible.
USE OF INFORMATION SYSTEM (IS) RESOURCES
Contractor Provision of IS Resources
Except in special circumstances explicitly detailed elsewhere in this document, the Contractor shallprovide all IS resources needed in the performance of this contract. This includes, but is not limitedto computers, software, networks, certificates, and network addresses.
Contractor Use of NSWCDD IS Resources
In the event that the contractor is required to have access to NSWCDD IS resources, the login nameused for access shall conform to the NMCI login naming convention. If the contractor requiresaccess to applications/systems that utilize client certificates for authentication, the contractor isresponsible for obtaining requisite certificates from a DOD or External Certificate Authority.
If this contract requires that the contractor be granted access and use of NSWCDD IS resources (atany site), the IS shall be accredited for contractor use in accordance with procedures specified bythe Information Assurance Office.
Connections Between NSWCDD and Contractor Facilities
If there is a requirement (specifically delineated elsewhere in this contract) for interconnection (e.g.,link level or Virtual Private Network (VPN)) between any facilities and/or ISs owned or operated by
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
36 of 96 FINAL
the contractor and ISs owned or operated by NSWCDD, such interconnection shall take place onlyafter approval from the NSWCDD Information Assurance Office. All such connections as well as theISs connected thereto will be accredited in accordance with DOD policy (DODI 5200.40) by thecognizant Designated Approving authority (DAA) and comply with the requirements of CJCSI6211.02B regarding Memorandums of Agreement. All such connections will be made outside theappropriate NSWCDD firewall.
HQ C-2-0059 UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA) (AUG 1994)
If, during the performance of this or any other contract, the contractor believes that any contractcontains outdated or different versions of any specifications or standards, the contractor may requestthat all of its contracts be updated to include the current version of the applicable specification orstandard. Updating shall not affect the form, fit or function of any deliverable item or increase thecost/price of the item to the Government. The contractor should submit update requests to theProcuring Contracting Officer with copies to the Administrative Contracting Officer and cognizantprogram office representative for approval. The contractor shall perform the contract in accordancewith the existing specifications and standards until notified of approval/disapproval by the ProcuringContracting Officer. Any approved alternate specifications or standards will be incorporated into thecontract.
(End of Text)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
37 of 96 FINAL
SECTION D PACKAGING AND MARKING
HQ D-1-0001 DATA PACKAGING LANGUAGE
All unclassified data shall be prepared for shipment in accordance with best commercial practice. Classified reports, data, and documentation shall be prepared for shipment in accordance withNational Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M dated 28February 2006.
HQ-D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990)
All reports delivered by the Contractor to the Government under this contract shall prominently showon the cover of the report: (1) name and business address of the Contractor ; (2) contract number; (3)contract dollar amount; (4) whether the contract was competitively or non competitively awarded;(5) sponsor: Naval Surface Warfare Center, Dahlgren Division, Dahlgren, VA.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
38 of 96 FINAL
SECTION E INSPECTION AND ACCEPTANCE
Inspection and Acceptance shall be performed at NSWCDD, Dahlgren, VA by the COR designated herein.
PERFORMANCE BASED CONTRACT REVIEW AND ACCEPTANCE PROCEDURES
(a) This is a performance-based task order as defined in FAR Part 37.6. Contractor performance will bereviewed on annual basis in accordance with the Quality Assurance Surveillance Plan (QASP).
(b) The review and acceptance will become part of the annual Contractor Performance AssessmentReporting System (CPARS). The contractor may obtain more information regarding the CPARS process atthe following Internet site: http://cpars.navy.mil
QUALITY ASSURANCE SURVEILLANCE PLAN
1 Purpose
This Quality Assurance Surveillance Plan (QASP) is a Government developed and applied documentused to make sure the systematic quality assurance methods are used in the administration of theperformance based service order. The intent is to ensure that the Contractor performs in accordance withthe performance metrics and the Government receives the quality of services called for in the order. Aproperly executed QASP will assist the Government in achieving the objectives of this procurement.
This Task Order provides support to Naval Surface Warfare Center Dahlgren Division (NSWCDD) in systemsafety engineering. The resulting performance based order will have cost plus fixed fee Labor CLINS,and cost only Other Direct Cost (ODC) CLINS. The order will be for a base year with two one-yearoptions. A properly executed QASP will assist the Government in achieving the overall objectives of thisprocurement.
1.1 Authority
Authority for issuance of this QASP is provided under Contract Section E – Inspection and Acceptance,which provides for inspections and acceptance of the services and documentation called for in servicecontracts, to be executed by the Contracting Officer or a duly authorized representative.
1.2 Scope
The QASP is put in place to provide Government surveillance oversight of the Contractor’s efforts toassure that they are timely, effective and are delivering the results specified in the order.
The Contractor’s performance on this task order will be evaluated by the Government as described below. The first evaluation will cover the period ending eight months after date of task order award withsuccessive evaluations being performed for each twelve-month period thereafter until the Contractorcompletes performance under this task order. For the first period and each subsequent twelve-monthperiod, the Government will evaluate the Contractor’s performance. The evaluation will encompass allwork performed by the Contractor at any time during the twelve-month period but will not includecumulative information from prior reports. For each period, the Contractor will complete a self-assessment of the performance provided, to be delivered to the COR and Contract Specialist. The firstassessment shall be submitted nine months after the start of performance with annual reports submittedthereafter for each option exercised. The self-assessment shall cover all areas of the Government QASP. Based on the evaluation results, the Contracting Officer will assign an overall performance rating. If theContracting Officer assigns an “Unsatisfactory” performance rating for the period evaluated, the nextoption period will not be exercised.
1.3 Government Resources and Responsibilities
The following Government resources shall have responsibility for the implementation of this QASP:
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
39 of 96 FINAL
Contracting Officer – The Contracting Officer ensures performance of all necessary actions for effectivecontracting, ensures compliance with the terms of the contract and safeguards the interests of the UnitedStates in the contractual relationship. It is the Contracting Officer that assures the Contractor receivesimpartial, fair and equitable treatment under the contract. The Contracting Officer is ultimatelyresponsible for the final determination of the adequacy of the Contractor’s performance. The PCO for thiscontract is identified in Section G.
Contract Specialist– An individual assigned by the PCO to assist in the daily administration of thecontract. The Specialist also provides input to the PCO and the COR as to the quality of performance forareas addressed in this QASP. The Contract Specialist for this contract is identified in Section G.
Contracting Officer’s Representative (COR) –The COR is responsible for technical administration of thecontract and assures proper Government surveillance of the contractor’s performance. The COR is notempowered to make any contractual commitments or to authorize any changes on the Government’sbehalf. Any changes that the Contractor deems may affect contract price, terms, or conditions shall bereferred to the Contracting Officer for action.
Government Technical Assistant (TA) – The COR designates one or more individuals as GovernmentTAs to assist in administering specific projects under the order. The Government TAs are responsible forassisting in administering specific projects under the order. A Government TA cannot, in any manner,alter the scope of the order, make commitments or authorize any changes on the Government’s behalf.
1.4 Methods of QA Surveillance
a. QASP - The below listed methods of surveillance shall be used by the COR in the technicaladministration and the PCO/Contract Specialist in non-technical administration of this QASP. The QASPwill be the prime determinant in exercising the option.
b. Contractor Performance Assessment Report System (CPARS) – The market place forinformation technology, engineering, and management support services is very competitive. As such, thesuccessful offeror has a vested interest in the Government generated CPARS under this order. Additionally, an evaluation using the CPARS format will be performed at the end of each year ofperformance. This evaluation will be one determinant in exercising an option. The Government for thisprocurement will address the quality of product or service, schedule, cost control, business relations,management, and other important areas. As this information may affect future source selectionsthroughout DoD, and the continuation of the order, the annual Government assessment will be usedappropriately as an additional performance oversight and communication tool with the QASP.
1.5 Documentation
In addition to providing annual reports to the Contracting Officer, the COR will maintain a completeQuality Assurance file. The file will contain copies of all reports, evaluations, recommendations, and anyactions related to the Government’s performance of the quality assurance function. The COR shallforward these records to the Contracting Officer at termination or completion of the order.
1.6 Surveillance
The tables below set forth the performance ratings, standards, outcome and surveillance methods todocument the results of the surveillance on an annual basis as well as interim and informal reviews (i.e.,IPRs) on a more frequent basis.
(a) Performance Ratings: The Government will evaluate the Contractor’s performance of thePerformance Work Statement (PWS) and the Contracting Officer will assign one of the following ratings:
(1) Excellent
(2) Satisfactory
(3) Unsatisfactory
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
40 of 96 FINAL
The standards associated with these ratings are given in the following Table 1.
TABLE 1: OVERALL PERFORMANCE RATINGS
OVERALL
PERFORMANCE
RATING
STANDARD
Excellent “Excellent” ratings for all performance evaluation criteria.
SatisfactoryA minimum of “Satisfactory” ratings for all performanceevaluation criteria.
UnsatisfactoryA rating of “Unsatisfactory” for one or more performanceevaluation criteria.
(b) Objectives / Determination:
1. Interim/Informal – Interim/informal performance evaluations will be provided to assessperformance at each IPR.
2. Annual – The Contracting Officer will make a performance determination at the end of eachevaluation period. The determination will be based upon the COR’s recommendations, the Contractor’scomments including any Self-Evaluation Report, and any other information deemed relevant by theContracting Officer. The Contracting Officer shall resolve disagreements between the COR’Srecommendations and the Contractor’s comments/report regarding the evaluation. The ContractingOfficer’s performance determination is unilateral and final. The Contracting Officer will document thedetermination and provide a copy to the contractor within 30 days of receipt of the Contractors’self-assessment.
TABLE 2: OBJECTIVES
AssessmentPeriod
AcceptablePerformanceDefinition
How Measured Incentives
Base Period
All measurementareas rated atleast"Satisfactory".
After the first ninemonths using the QASPevaluation ratings;annually using the CPARSsystem covering theprevious 12 months.
(+) Meet the acceptableperformance definition as acondition for exercise of option 1.*
(-) Does not meet the acceptableperformance definition as acondition for exercise of an option1.*
Option I
All measurementareas rated atleast"Satisfactory".
Annually using the QASPevaluation ratings;annually using the CPARSsystem covering theprevious 12 months.
(+) Meet the acceptableperformance definition as acondition for exercise of an option.2.*
(-) Does not meet the acceptableperformance definition as acondition for exercise of an option.2.*
Option II
All measurementareas rated atleast"Satisfactory". Twoor more areasrated "Excellent". See Below.
Annually using the QASPevaluation ratings;annually using the CPARSsystem covering theprevious 12 months.
Final CPARS ratings.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
41 of 96 FINAL
The Government will not exercise the next option year term unless the contractor meets the acceptableperformance definition.
(c) Performance Evaluation Criteria. The Contractor’s performance will be evaluated using thecriteria and standards provided for each objective, and identified in Tables 3 through 5 of this contractclause.
(d) Organization. The performance evaluation organization consists of the Contracting Officer,who will serve as the Determining Official, and the COR. In some instances, TAs will be assigned to thecontract or task order in addition to a COR.
(e) This performance evaluation does not replace any other requirement for evaluating contractorperformance that may be required by this task order such as a Contractor Performance AssessmentReporting System (CPARS) report, or a Task Order Performance Evaluation (TOPE) report.
TABLE 3: TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS
CRITERION UNSATISFACTORY SATISFACTORY EXCELLENTTask Performance Work product fails to
meet Acceptable QualityLevels (AQLs) defined inPerformanceRequirements SummaryTable, Table 4
Work product routinelymeets AcceptableQuality Levels (AQLs)defined in PerformanceRequirements SummaryTable, Table 4
Work product frequentlyexceeds AcceptableQuality Levels (AQLs)defined inPerformanceRequirementsSummary Table, Table4
Staffing Contractor providesmarginally qualified orunqualified personnel.Lapses in coverage occurregularly.
Contractor providesqualified personnel.Lapses in coverage mayoccasionally occur andare managed per taskorder policy.
Contractor provideshighly qualifiedpersonnel. Contractorreassigns personnel toensure propercoverage. Actuallapses in coverageoccur very rarely, ifever, and are managedper task order policy.Contractor ensures stafftraining remainscurrent.
Timeliness Contractor frequentlymisses deadlines,schedules, or is slow torespond to governmentrequests or isnon-responsive togovernment requests.
Contractor routinelymeets deadlines,schedules, and respondsquickly to governmentrequests.
Contractor alwaysmeets deadlines,schedules, andresponds immediatelyto governmentrequests.
CustomerSatisfaction
Fails to meet customerexpectations
Meets customerexpectations.
Exceeds customerexpectations.
TABLE 4: PERFORMANCE REQUIREMENTS SUMMARY TABLE
Work Area/PBWSReference
Performance Objective Performance StandardAcceptable QualityLevel (AQL)
QASP TypicalMonitoring Method
2.2
Develop and/or updatedocumentation inaccordance with (IAW)
Documents aretechnically accurate andgrammatically correct.
Technicaldocumentation,reports and analysis,
Governmentoversight, monitoringand acceptance
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
42 of 96 FINAL
Work Area/PBWSReference
Performance Objective Performance StandardAcceptable QualityLevel (AQL)
QASP TypicalMonitoring Method
the applicable tasks ofMIL-STD-882 series, orotherwise specified in theTechnical Instruction.
Documents and revisionsare delivered IAWagreed upon schedules.
should meetacceptance 95%completed by duedate.
through use of review,comment, andapproval process.
2.3 Develop and/or updatesafety risk assessmentreports, technical datapackages, andpresentation materials forthe WSESRB andSSSTRP.
Reports, presentations,and documents aretechnically accurate andgrammatically correct. Documents and revisionsare delivered IAWagreed upon schedules.
Technicaldocumentation,reports and analysis, should meetacceptance 100%completed by duedate.
Governmentoversight, monitoringand acceptancethrough use ofreview, comment,and approval process.
2.4 Prepare and/or modifySystem Safety Programand Management Plans.
Documents aretechnically accurate andgrammatically correct. Documents and revisionsare delivered IAWagreed upon schedules.
Technicaldocumentation,reports and analysis, should meetacceptance 95%completed by duedate.
Governmentoversight, monitoringand acceptancethrough use ofreview, comment,and approval process.
2.5 Review and providesafety assessments ofECPs, STRs, SCNs,CPPRs, and CPCRs.
Documents aretechnically accurate andgrammatically correct. Documents and revisionsare delivered IAWagreed upon schedules.
Technicaldocumentation,reports and analysis, should meetacceptance 95%completed by duedate.
Governmentoversight, monitoringand acceptancethrough use ofreview, comment,and approval process.
2.6 Develop and/or updatesafety test plans thatcomply with theappropriate DoD andNavy guidelines.
Documents aretechnically accurate andgrammatically correct. Documents and revisionsare delivered IAWagreed upon schedules.
Technicaldocumentation,reports and analysis, should meetacceptance 95%completed by duedate.
Governmentoversight, monitoringand acceptancethrough use ofreview, comment,and approval process.
2.7 Perform and documentoperational safetyanalysis to identifypotential deficiencies inweapon procedures,ordinance handling,stowage or other logisticsphases.
Documents aretechnically accurate andgrammatically correct. Documents and revisionsare delivered IAWagreed upon schedules.
Technicaldocumentation,reports and analysis, should meetacceptance 95%completed by duedate.
Governmentoversight, monitoringand acceptancethrough use ofreview, comment,and approval process.
2.8 Perform and documentenvironmental safetyanalysis.
Documents aretechnically accurate andgrammatically correct. Documents and revisionsare delivered IAWagreed upon schedules.
Technicaldocumentation,reports and analysis, should meetacceptance 95%completed by duedate.
Governmentoversight, monitoringand acceptancethrough use ofreview, comment,and approval process.
2.9 Provide system safetysupport to the WSESRBand SSSTRP withdevelopment of technicaldata packages and
Documents aretechnically accurate andgrammatically correct. Documents and revisionsare delivered IAW
Technicaldocumentation,reports and analysis, should meetacceptance 100%
Governmentoversight, monitoringand acceptancethrough use ofreview, comment,
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
43 of 96 FINAL
Work Area/PBWSReference
Performance Objective Performance StandardAcceptable QualityLevel (AQL)
QASP TypicalMonitoring Method
training materials.
agreed upon schedules. completed by duedate.
and approval process.
2.10 Provide summary andstatus reports estimatingperformance andworkloads.
Documents aretechnically accurate andgrammatically correct. Documents and revisionsare delivered IAWagreed upon schedules.
Technicaldocumentation,reports and analysis, should meetacceptance 95%completed by duedate.
Governmentoversight, monitoringand acceptancethrough use ofreview, comment,and approval process.
TABLE 5: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS
CRITERION UNSATISFACTORY SATISFACTORY EXCELLENTProblem Resolution Problems are
unresolved, repetitive, ortake excessivegovernment effort toresolve.
Problems are resolvedquickly with minimalgovernmentinvolvement.
Problems are non-existentor the contractor takescorrective action withoutgovernment involvement.
Responsiveness Contractor’smanagement isunresponsive togovernment requestsand concerns.
Contractor’smanagement isresponsive togovernment requestsand concerns.
Contractor’s managementtakes proactive approachin dealing withgovernmentrepresentatives andanticipates Governmentconcerns.
Communications Contractor often fails tocommunicate withgovernment in aneffective and timelymanner.
Contractor routinelycommunicates withgovernment in aneffective and timelymanner.
Contractor takes aproactive approach suchthat communications arealmost always clear,effective and timely.
TABLE 6: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS
CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT
Cost Management
Contractor routinely failsto complete the effortwithin the originallyagreed to estimatedcost, i.e. cost overrunsfrequently occur.
Contractor routinelycompletes the effortwithin the originallyagreed to estimatedcost. Contractorprovides measures forcontrolling all costs atestimated costs. Fundsand resources aregenerally used in acost-effective manner.No major resourcemanagement problemsare apparent.
Reductions in direct costs tothe Government belowcontract estimated costs arenoteworthy. Contractorprovides detailed costanalysis andrecommendations toGovernment for resolutionof problems identified.Funds and resources areoptimally used to providethe maximum benefit forthe funds and resourcesavailable. Documentedsavings are apparent.
Cost ReportingReports are generallylate, inaccurateincomplete or unclear.
Reports are timely,accurate, complete andclearly written.Problems and/or trends
Reports are clear, accurate,and pro-active. Problemsand/or trends are addressedthoroughly, and the
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
44 of 96 FINAL
CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT
are addressed, and ananalysis is alsosubmitted.
contractor’srecommendations and/orcorrective plans areimplemented and effective.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
45 of 96 FINAL
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
4000 8/1/2011 - 6/30/2012
4001 8/1/2011 - 6/30/2012
4002 8/1/2011 - 6/30/2012
4100 7/1/2012 - 6/30/2013
4101 7/1/2012 - 6/30/2013
4102 7/1/2012 - 6/13/2013
4103 7/1/2012 - 6/30/2013
6000 8/1/2011 - 6/30/2012
6100 7/1/2012 - 6/30/2013
6101 7/1/2012 - 6/30/2013
6102 7/1/2012 - 6/30/2013
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following Items are as follows:
4000 8/1/2011 - 6/30/2012
4001 8/1/2011 - 6/30/2012
4002 8/1/2011 - 6/30/2012
4100 7/1/2012 - 6/30/2013
4101 7/1/2012 - 6/30/2013
4102 7/1/2012 - 6/13/2013
4103 7/1/2012 - 6/30/2013
6000 8/1/2011 - 6/30/2012
6100 7/1/2012 - 6/30/2013
6101 7/1/2012 - 6/30/2013
6102 7/1/2012 - 6/30/2013
The periods of performance for the following Option Items are as follows:
4200 7/1/2013 - 6/30/2014
6200 7/1/2013 - 6/30/2014
Services to be performed hereunder will be provided at the contractor's location.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
46 of 96 FINAL
SECTION G CONTRACT ADMINISTRATION DATA
ACCOUNTING DATA
The award document will include Accounting Data at the end of Section G. All lines of accountingare listed sequentially under a heading that identifies the particular action (award or modificationnumber) under which the funding was obligated. Under Seaport-e, all funding isidentified/obligated at the SubCLIN (SLIN) level. SLINs are established sequentially by theSeaport-e software. Each obligation of funds receives a unique SLIN identifier, even if the funds arean increase to an existing line of accounting (ACRN). Thus, an individual work assignment that isfunded incrementally, could have one ACRN but multiple SLINs. Accounting for expenditures andinvoicing at the SLIN level is required.
SPECIAL INVOICE INSTRUCTIONS
In an effort to utilize funds prior to cancellation and to ensure that funds are expensed inaccordance with expenditure benchmarks for the multiple program funding the Task Order effort, thecontractor shall coordinate invoicing of funds with the COR/ACOR, and the Paying Office shalldisburse funds in accordance with the contractor's invoice.
252.204-0003 Line Item Specific: Contracting Officer Specified ACRN Order. (SEP 2009)
The payment office shall make payment within the line item in the sequence ACRN order specifiedbelow, exhausting all funds in the previous ACRN before paying from the next ACRN.
The Payment Office make payment in accordance with the specific ACRNs and SLINs shown oneach individual invoice. This requirement includes support for multiple programs with independentbudgets and funding lines. These funding lines are NOT interchangeable and it is critical that thePaying Office pay in accordance with the ACRNs and SLINs noted on the contractor's invoices. Todo otherwise could result in a misappropriation of funds.
Ddl-G10 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT ANDRESPONSIBILITIES
Procuring Contracting Officer (PCO):
(a) Name: Code: CS11-3 Address: Naval Surface Warfare Center, Dahlgren Division 17632 Dahlgren Road, Dahlgren, Virginia 22448-5110 Phone: FAX: Email:
(b) PCO responsibilities are outlined in FAR 1.602-2. The PCO is the only person authorized toapprove changes in any of the requirements of this Task Order, notwithstanding provisionscontained elsewhere in this contract, the said authority remains solely the PCO’s. The contractorshall not comply with any order, direction or request of Government personnel unless it is issued inwriting and signed by the Contracting Officer or is pursuant to specific authority otherwise includedas part of this contract. In the event the contractor effects any change at the direction of any personother than the PCO, the change will be considered to be unauthorized.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
47 of 96 FINAL
Contract Specialist:
(a) Name: Code: CS11-9 Address: Naval Surface Warfare Center, Dahlgren Division 17632 Dahlgren Road, Dahlgren, Virginia 22448-5110 Phone: FAX: E-mail:
(b) The Contract Specialist is the representative of the Contracting Officer for all contractualmatters.
Administrative Contracting Officer (ACO)
(a) DCMA Baltimore Address: 217 E. Redwood St, Suite 1800 Baltimore MD 21202-5299 Phone: 410-962-9800 E-mail: 410-962-3319
(b) The Administrative Contracting Officer (ACO) of the cognizant Defense Contract ManagementAgency (DCMA) is designated as the authorized representative of the Contracting Officer forpurposes of administering this Task Order in accordance with FAR 42.3. However, in view of thetechnical nature of the supplies and services to be furnished, technical cognizance is retained bythe Naval Surface Warfare Center, Dahlgren Division.
Contracting Officers Representative (COR):
(a) Name: Code: G73 Address: Naval Surface Warfare Center, Dahlgren Division 5375 Marple Rd, Dahlgren VA 22448-5155 Phone: E-mail:
(b) The COR is the PCO’s appointed representative for technical matters. The COR is not acontracting officer and does not have the authority to direct the accomplishment of effort which isbeyond the scope of the Task Order or to otherwise change any Task Order requirements. A copy ofthe COR appointment letter which provides a delineation of COR authority and responsibilities isprovided as an attachment to this Task Order.
Ddl-G12 POST AWARD MEETING
(a) A Kick-Off Meeting with the successful offeror will be conducted within 15 working days afteraward of the contract.
(b) The contractor will be given at least five working days notice prior to the date of the meeting bythe Contracting Officer.
(c) The requirement for a Kick-Off meeting shall, in no event, constitute grounds for excusable delayby the Contractor in performance of any provisions of the Task Order.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
48 of 96 FINAL
FUNDING PROFILE
It is estimated that these incremental funds will provide for the number of hours of labor statedbelow. The following details funding to date:
Base Period Ceiling Funding Hours Hours Funded Unfunded Balance
4000 $2,829,584 $ 2,821,108.83 $8,475.17
4001 $73,000 $ 60,657.04 $12,342.96
4002 $19,500 $14,577.88 $4,922.12
6000 $768,450 $50,433.18 $718,016.82
TOTAL $3,690,534 $2,946,776.93 $743,757.07
Option 1 Ceiling Funding Hours Hours Funded Unfunded Balance
4100 $4,283,125 $4,236,988 $46,137
4101 $162,550 $162,550 $0
4102 $68,500 $64,967 $3,533
4103 $2,001,706 $1,731,010 $270,696
6100 $776,210 $103,400 $672,810
6101 $1,500 $1,500 $0
6102 $1,000 $1,000 $0
TOTAL $7,294,591 $6,301,415 $993,176
HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (APR 2011)
(a) In accordance with the clause of this contract entitled “ELECTRONICSUBMISSION OF PAYMENT REQUESTS” (DFARS 252.232-7003), the Naval SeaSystems Command (NAVSEA) will utilize the DoD Wide Area Workflow Receipt andAcceptance (WAWF) system to accept supplies/services delivered under this contract.This web-based system located at https://wawf.eb.mil provides the technology forgovernment contractors and authorized Department of Defense (DoD) personnel togenerate, capture and process receipt and payment-related documentation in a paperlessenvironment. Invoices for supplies/services rendered under this contract shall besubmitted electronically through WAWF. Submission of hard copy DD250/invoices mayno longer be accepted for payment. (b) It is recommended that the person in your company designated as the CentralContractor Registration (CCR) Electronic Business (EB) Point of Contact and anyoneresponsible for the submission of invoices, use the online training system for WAWF athttp://wawftraining.com. The Vendor, Group Administrator (GAM), and sectionsmarked with an asterisk in the training system should be reviewed. Vendordocumentation is available under Resources at http://wawftraining.com. (c) The designated CCR EB point of contact is responsible for activating the company’sCAGE code on WAWF by calling 1-866-618-5988. Once the company is activated, theCCR EB point of contact will self-register under the company’s CAGE code on WAWFand follow the instructions for a group administrator. After the company is set-up onWAWF, any additional persons responsible for submitting invoices must self-registerunder the company’s CAGE code at https://wawf.eb.mil. (d) The contractor shall use the following document types, DODAAC codes andinspection and acceptance locations when submitting invoices in WAWF:
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
49 of 96 FINAL
Type of Document(s) (contracting officer check all that apply)
Invoice (FFP Supply & Service) Invoice and Receiving Report Combo (FFP Supply) Invoice as 2-in-1 (FFP Service Only) Cost Voucher (Cost Reimbursable, T&M , LH, or FPI) XX Receiving Report (FFP, DD250 Only)
DODAAC Codes and Inspection and Acceptance Locations (contracting officercomplete appropriate information as applicable)
Issue DODAAC N00178
Admin DODAAC S2101A
Pay Office DODAAC HQ0338
Inspector DODAAC N/A
Service Acceptor DODAAC N/A
Service Approver DODAAC N00178
Ship To DODAAC N/A
DCAA Auditor DODAAC HAA211
LPO DODAAC N/A
Inspection Location Destination
Acceptance Location Destination Attachments created in any Microsoft Office product may be attached to the WAWFinvoice, e.g., backup documentation, timesheets, etc. Maximum limit for size of each fileis 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes. (e) The Contractor agrees to segregate costs incurred under this task order at the lowestlevel of performance, either task or subtask, rather than on a total task order basis, and tosubmit invoices reflecting costs incurred at that level. Supporting documentation inWAWF for invoices shall include summaries of work charged during the period coveredas well as overall cumulative summaries by individual labor categories, rates, and hours(both straight time and overtime) invoiced; as well as a cost breakdown of ODCs(materials and travel), by line item task or subtask. Subcontractors are also required toprovide labor categories, rates, and hours (both straight time and overtime) invoiced; aswell as, a cost breakdown of ODCs, materials, and travel invoiced. Supportingdocumentation may be encrypted before submission to the prime contractor for WAWFinvoice submittal. Subcontractors may email encryption code information directly to theContracting Officer and Contracting Officer Representative. Should the subcontractor
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
50 of 96 FINAL
lack encryption capability, the subcontractor may also email detailed supporting costinformation directly to the Contracting Officer and Contracting Officer Representative; orother method as agreed to by the Contracting Officer. (f) Before closing out of an invoice session in WAWF, but after submitting thedocument(s), you will be prompted to send additional email notifications. Click on“Send More Email Notification” and add the acceptor/receiver email addresses notedbelow in the first email address block, and add any other additional email addressesdesired in the following blocks. This additional notification to the government isimportant to ensure that the acceptor/receiver is aware that the invoice documents havebeen submitted into WAWF. Send Additional Email Notification To:
(g) The contractor shall submit invoices/cost vouchers for payment per contract termsand the government shall process invoices/cost vouchers for payment per contract terms.Contractors approved by DCAA for direct billing will submit cost vouchers directly toDFAS via WAWF. Final voucher submission will be approved by the ACO. (h) If you have any questions regarding WAWF, please contact the WAWF helpdesk atthe above 1-866 number or the NAVSEA WAWF point of contact Margaret Morgan at(202) 781-4815 or margaret.morgan@navy.mil.
CONSENT TO SUBCONTRACT
For subcontracts and consulting agreements for services, where the prime contractor anticipates thathours delivered will be counted against the hours in the Level of Effort clause in this section,Consent to Subcontract authority is retained by the Procuring Contracting Officer.
The following subcontractors are approved on this Task Order:
Ddl-G40 PAYMENT, SELECTED ITEMS OF COST REIMBURSEMENT CONTRACTS
(a) Travel costs
The contractor shall, to the maximum extent practicable, minimize overall travel costs by takingadvantage of discounted airfare rates available thru advance purchase. Charges associated withitinerary changes and cancelations under nonrefundable airline tickets are reimbursable as long asthe changes are driven by the work requirement.
(b) Training
The Government will not allow costs, nor reimburse costs associated with the contractor for trainingemployees in an effort to attain and/or maintain minimum personnel qualification requirements of
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
51 of 96 FINAL
this contract. Other training may be approved on a case-by-case basis by the Contracting Officer. Advance approval is required. Attendance at workshops or symposiums is considered training forpurposes of this clause. The contractor is encouraged to suggest a cost-sharing arrangement thataddresses registration/tuition, travel and labor costs.
(c) General Purpose Office Equipment (GPOE) and Information Technology (IT)
The cost of acquisition of GPOE and IT shall not be allowable as direct charges to this contract.The contractor is expected to have the necessary CONUS facilities to perform the requirements ofthis contract, including any necessary GPOE and IT. GPOE means equipment normally found in abusiness office such as desks, chairs, typewriters, calculators, file cabinets, etc. IT means anyequipment or interconnected system or subsystem of equipment that is used in the automaticacquisition, storage, manipulation, movement, control, display, switching, interchange,transmission, or reception of data or information. IT includes computers, ancillary equipment,software, firmware and similar products, services (including support services), and related resourcesfor both unclassified and classified applications.
(d) The requirements of the above clause apply equally to subcontractors and consultants.
EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES
When a Government facility is closed and/or early dismissal of Federal employees is directed due tosevere weather, a security threat, or a facility related problem that prevents personnel from working,on-site contractor personnel regularly assigned to work at that facility should follow the samereporting and/or departure directions given to Government personnel. The contractor shall notdirect charge to the contract for time off, but shall follow parent company policies regarding takingleave (administrative or other). Non-essential contractor personnel, who are not required to remainat or report to the facility, shall follow their parent company policy regarding whether they shouldgo/stay home or report to another company facility. Subsequent to an early dismissal and duringperiods of inclement weather, on-site contractors should monitor radio and televisionannouncements before departing for work to determine if the facility is closed or operating on adelayed arrival basis. When Federal employees are excused from work due to a holiday or a special event (that isunrelated to severe weather, a security threat, or a facility related problem), on-site contractors willcontinue working established work hours or take leave in accordance with parent company policy. Those contractors who take leave shall not direct charge the nonworking hours to the task order. Contractors are responsible for predetermining and disclosing their charging practices for earlydismissal, delayed openings, or closings in accordance with the FAR, applicable cost accountingstandards, and company policy. Contractors shall follow their disclosed charging practices duringthe task order period of performance, and shall not follow any verbal directions to the contrary. TheContracting Officer will make the determination of cost allowability for time lost due to facilityclosure in accordance with FAR, applicable Cost Accounting Standards, and the Contractor’sestablished accounting policy.
Accounting Data
SLINID PR Number Amount -------- ---------------------- ---------------------400001 1187317A 46000.00 LLA : AA 1711804 8B2B 252 68963 0 050120 2D 000000 A00000764757 Standard Number: N0002411RX02069:AA Funding for TI #1
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
52 of 96 FINAL
600001 1187318A 1150.00 LLA : AA 1711804 8B2B 252 68963 0 050120 2D 000000 A00000764757 Standard Number: N0002411RX02069:AA Incremental funding for TI #1 BASE Funding 47150.00 Cumulative Funding 47150.00 MOD 01 400002 1203302C 26817.00 LLA : AB 1701319 14KB 253 SASHP 0 068342 2D 009510 10119000CON0 Standard Number: N0002411WX10990: AA Incremental Funding for TI #2 400003 1209145A 137000.00 LLA : AC 1711804 8D4D 252 WS030 0 050120 2D 000000 A10000779220 Standard Number: N00002411RX02237:AB Incremental Funding for TI #4 600002 1203302C 3000.00 LLA : AB 1701319 14KB 253 SASHP 0 068342 2D 009510 10119000CON0 Standard Number: N0002411WX10990:AA Incremental Funding for TI #2 600003 1209011A 4884.00 LLA : AC 1711804 8D4D 252 WS030 0 050120 2D 000000 A10000779220 Standard Number: N0002411RX02237:AB Incremental Funding for TI#4 MOD 01 Funding 171701.00 Cumulative Funding 218851.00 MOD 02 400005 1209146A 139500.00 LLA : AD 97X4930 NH1E 000 77777 0 000178 2F 000000 21G3D11P1ASF Incremental funding for TI #3 400006 1208308A 20000.00 LLA : AE 97X4930 NH1E 000 77777 0 000178 2F 000000 21G2111MPFS5 Incremental funding for TI #3 600005 1209469A 500.00 LLA : AD 97X4930 NH1E 000 77777 0 000178 2F 000000 21G3D11P1ASF Incremental funding for TI #3 MOD 02 Funding 160000.00 Cumulative Funding 378851.00 MOD 03 400007 1214438C 25000.00 LLA : AF 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611SF781 Incremental funding for TI #10 MOD 03 Funding 25000.00 Cumulative Funding 403851.00
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
53 of 96 FINAL
MOD 04 400008 1223213C 15000.00 LLA : AG 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBD1151CSU Labor funding for TI #5 400009 1221401A 42607.00 LLA : AH 97X4930 NH1E 000 77777 0 000178 2F 000000 2FGRR11WFDEV Labor funding for TI #14 400101 1224393C 15939.00 LLA : AJ 97-11X8242 2884 000 74842 0 065916 2D PAT044 113980180LCQ Standard Number: N0002411RX00885:AA Labor funding for TI #12. Only work uniquely and specifically identifiable to FMS Case AT-P-LCQ is chargeable to this SLIN. Common support costs which benefit other customers may not be charged ot this SLIN. 400102 1224392C 2061.00 LLA : AK 97-11X8242 8NAS 252 X3400 0 068342 2D CCXT01 044PUESS101Z Standard Number: N0002409RX51497:AA Labor funding for TI #12. Only work uniquely and specifically identifiable to FMS Case AT-P-LCQ is chargeable to this SLIN. Common support costs which benefit other customers may not be charged ot this SLIN. MOD 04 Funding 75607.00 Cumulative Funding 479458.00 MOD 05 400010 1215294C 25000.00 LLA : AL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WX111USG21 Labor funding for TI #15 400011 1215295C 52500.00 LLA : AL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WX111USG21 Labor funding for TI #15 400201 1228440C 2800.00 LLA : AM 97-11X8242 8WJU 252 4Q452 0 068342 2D CCXT07 H44HHESS107Z Standard Number: N0002409RX50530:AA Labor Funding for TI #13 MOD 05 Funding 80300.00 Cumulative Funding 559758.00 MOD 06 400012 1237191C 590.00 LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA511SQ721 Incremental funding for TI #8 400013 1229167C 19000.00 LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBR11MISS4 Incremental funding for TI #11 400014 1236030A 45000.00 LLA : AQ 1751811 1224 252 YFWMW 0 068342 2D 000000 55688900703M Standard Number: N0002411RX22291:AA Incremental funding for TI #3
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
54 of 96 FINAL
400202 1229105C 16700.00 LLA : AM 97-11X8242 8WJU 252 4Q452 0 068342 2D CCXT07 H44HHESS107Z Standard Number: N002409RX50530:AA Incremental funding for TI #13 600006 1229167C 1000.00 LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBR11MISS4 Incremental funding for TI #11 MOD 06 Funding 82290.00 Cumulative Funding 642048.00 MOD 07 400015 1236031A 7000.00 LLA : AR 97X4930 NH1E 000 77777 0 000178 2F 000000 21G5311MK1T8 Labor funding for TI #3 400016 1243134C 15000.00 LLA : AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBD1141URS Labor funding for TI #5 400017 1238297C 5649.00 LLA : AT 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000664250 Standard Number: N0002411RX01131:AA Labor funding for TI #7 400018 1237090C 9000.00 LLA : AU 1711804 8B2B 252 WS010 0 050120 2D 000000 A00000646208 Standard Number: N0002411RX00966:AB Labor funding for TI #8 400019 1244342C 10000.00 LLA : AV 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111JB721 Labor funding for TI #8 400020 1244445C 110500.00 LLA : AW 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611SFAC1 Labor funding TI #10 400021 1244060C 47000.00 LLA : AX 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT61171SE1 Labor funding TI #10 400022 1244078C 20000.00 LLA : AY 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611AMSF1 Labor funding TI #10 400023 1244079C 40000.00 LLA : AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT61126SE1 Labor funding for TI #10 400024 1244056C 22600.00 LLA : AX 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT61171SE1 Labor funding for TI #10 400025 1244055C 14000.00 LLA :
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
55 of 96 FINAL
BA 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611FGSA1 Labor funding for TI #10 400026 1241336C 40000.00 LLA : BB 1711611 6212 251 CV312 0 050120 2D 000000 A00000845630 Standard Number: N0002411RX02860:AA Labor funding for TI #10 400027 1241337C 40000.00 LLA : BC 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT61172SF1 Labor funding for TI #10 400028 1241332C 9000.00 LLA : BD 1711611 6210 253 CV378 0 050120 2D 000000 A00000785623 Standard Number: N0002411RX02279:AA Labor funding for TI #10 400029 1241338C 50000.00 LLA : BE 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611SA722 Labor funding for TI #10 400030 1241333C 44000.00 LLA : BF 1711611 6210 252 CV378 0 050120 2D 000000 A00000760988 Standard Number: N0002411RX02042:AA Labor funding for TI #10 400031 1243018A 17800.00 LLA : BG 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q611109N12 Labor funding for TI #10 400032 1244451C 80000.00 LLA : BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCA11CSST1 Labor funding for TI #10 400033 1244446C 40500.00 LLA : BJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611TRSA2 Labor funding for TI #10 400034 1246322C 25000.00 LLA : BK 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611B1PF1 Labor funding for TI #10 400035 1242420C 20000.00 LLA : BL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBD11AASSF Labor funding for TI #11 400036 1243179C 24887.75 LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBR11MISS4 Labor funding for TI #11 400037 1243178C 54112.25 LLA : BM 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBR11MISS3 Labor funding for TI #11 400038 1243017A 11000.00 LLA : BN 97X4930 NH1E 000 77777 0 000178 2F 000000 21G8511RBPF1 Labor funding for TI #16 400039 1236476A 23000.00
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
56 of 96 FINAL
LLA : BN 97X4930 NH1E 000 77777 0 000178 2F 000000 21G8511RBPF1 Labor funding for TI #16 400040 1242454A 35641.55 LLA : BP 97X4930 NH1E 000 77777 0 000178 2F 000000 21G4711HLSAF Labor funding for TI #17 400041 1236057A 79000.00 LLA : BQ 1711804 12TA 250 48143 A 068892 2D XA0505 481431ANDIXQ Standard Number: N4814311WXA0505:AA Labor funding for TI #1 400042 1236056A 52000.00 LLA : BR 1711804 8B2B 253 68963 0 050120 2D 000000 A00000764757 Standard Number: N0002411RX02069:AA Labor funding for TI #1 600007 1241333C 3000.00 LLA : BF 1711611 6210 252 CV378 0 050120 2D 000000 A00000760988 Standard Number: N0002411RX02042:AA ODC funding for TI #10 600008 1243019A 200.00 LLA : BG 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q611109N12 ODC funding for TI #10 600009 1243179C 1720.00 LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBR11MISS4 ODC funding for TI #11 600010 1236476A 1000.00 LLA : BN 97X4930 NH1E 000 77777 0 000178 2F 000000 21G8511RBPF1 ODC funding for TI #16 600011 1236495A 1000.00 LLA : BR 1711804 8B2B 253 68963 0 050120 2D 000000 A00000764757 Standard Number: N0002411RX02069:AA ODC funding for TI #1 600012 1236496A 1000.00 LLA : BQ 1711804 12TA 250 48143 A 068892 2D XA0505 481431ANDIXQ Standard Number: N4814311WXA0505:AA ODC funding for TI #1 MOD 07 Funding 954610.55 Cumulative Funding 1596658.55 MOD 08 400043 1224438A 75000.00 LLA : BS 97X4930 NH1E 000 77777 0 000178 2F 000000 21G1311D9321 Labor funding for TI #6 MOD 08 Funding 75000.00 Cumulative Funding 1671658.55 MOD 09 Funding 0.00 Cumulative Funding 1671658.55
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
57 of 96 FINAL
MOD 10 Funding 0.00 Cumulative Funding 1671658.55 MOD 11 400044 1244361C 8000.00 LLA : BT 1711611 1224 252 SH400 0 050120 2D 000000 A00000789402 Standard Number: N00002411RX02314:AA Incremental funding for TI #7 MOD 11 Funding 8000.00 Cumulative Funding 1679658.55 MOD 12 400045 13226225 6000.00 LLA : BU 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBD1241SAF Labor funding for TI#5 MOD 12 Funding 6000.00 Cumulative Funding 1685658.55 MOD 13 Funding 0.00 Cumulative Funding 1685658.55 MOD 14 400046 12586.00 LLA : BV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000985438 Labor Funding for TI #5 AEGIS BMD MOD 14 Funding 12586.00 Cumulative Funding 1698244.55 MOD 15 400047 80000.00 LLA : BW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001003436 Labor funding for TI 11 SM3 400048 10000.00 LLA : BX 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000996615 Labor funding for TI 5 BMD 400049 50000.00 LLA : BY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001007205 Labor funding for TI 14 SES Sustainment 400050 5000.00 LLA : BZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000999454 Labor funding for TI 5 BMD 400051 20000.00 LLA : CA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000972329 Labor funding for TI 2 LCS Seaframe 400103 35000.00 LLA : CB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001001229 Labor funding for TI 12 AWD (Australian)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
58 of 96 FINAL
600013 3000.00 LLA : CA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000972329 ODC funding for TI 2 LCS Seaframe MOD 15 Funding 203000.00 Cumulative Funding 1901244.55 MOD 16 400052 1300247823-00002 10000.00 LLA : CC 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001042749 Labor funding for TI 3 GUNS 400053 1300244810-00001 15000.00 LLA : CD 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001020314 Labor funding for TI 5 BMD 400055 1300247823-00001 60000.00 LLA : CC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001042749 Labor funding for TI 18 GMM 600014 1300247218-00001 1000.00 LLA : CE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001038134 ODC funding for TI 6 WMSL MOD 16 Funding 86000.00 Cumulative Funding 1987244.55 MOD 17 400056 1300247552-00001 35000.00 LLA : CU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001040235 Labor funding for TI 3 GUNS 400057 1300247154-00001 10000.00 LLA : CF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001037584 Labor funding for TI 3 GUNS 400058 1300249134-00001 8000.00 LLA : CG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001051749 Labor funding for TI 3 GUNS 400059 1300249139-00001 10000.00 LLA : CH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001052165 Labor funding for TI 3 GUNS 400060 1300249139-00002 10000.00 LLA : CJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001052165 Labor funding for TI 3 GUNS MOD 17 Funding 73000.00 Cumulative Funding 2060244.55 MOD 18 Funding 0.00 Cumulative Funding 2060244.55 MOD 19 400061 1300249274-00001 25000.00
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
59 of 96 FINAL
LLA : CK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001052752 Labor funding for TI 4 CIWS MOD 19 Funding 25000.00 Cumulative Funding 2085244.55 MOD 20 400062 1300248846-00001 82400.00 LLA : CL 1721319 A5XZ 252 WS010 0 050120 2D 000000 A00001049550 Standard Number: N0002412WX01819 Labor funding for TI 10 SSDS 600015 1300248846-00001 25000.00 LLA : CL 1721319 A5XZ 252 WS010 0 050120 2D 000000 A00001049550 Standard Number: N0002412WX01819 ODC funding for TI 10 SSDS MOD 20 Funding 107400.00 Cumulative Funding 2192644.55 MOD 21 Funding 0.00 Cumulative Funding 2192644.55 MOD 22 400063 1300251774-00001 50000.00 LLA : CM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001070018 Labor Funding for TI 19 G72 400064 1300252856-00001 15000.00 LLA : CN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001078132 Labor funding for TI 6 WMSL MOD 22 Funding 65000.00 Cumulative Funding 2257644.55 MOD 23 400065 1300247555-00001 10000.00 LLA : CP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001040475 Labor funding for TI 3 GUNS 400066 1300254451-00001 22000.00 LLA : CQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001089573 Labor funding for TI 3 GUNS 400067 1300254451-00002 11000.00 LLA : CQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001089573 Labor funding for TI 3 GUNS 400068 1300255455-00001 50000.00 LLA : CR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001096418 Labor funding for TI 3 GUNS 400069 1300255455-00002 6583.00 LLA : CR 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001096418 Labor funding for TI 21 AN/SLQ 32
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
60 of 96 FINAL
400070 1300255455-00003 10000.00 LLA : CR 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001096418 Labor funding for TI 21 AN/SLQ-32 400071 1300256533-00001 36000.00 LLA : CS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001103379 Labor funding for TI 4 CIWS 600016 1300255455-00001 200.00 LLA : CR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001096418 ODC funding for TI 3 GUNS 600017 1300255455-00003 1000.00 LLA : CR 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001096418 ODC funding for TI 21 AN/SLQ-32 600018 1300256533-00001 4000.00 LLA : CS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001103379 ODC funding for TI 4 CIWS MOD 23 Funding 150783.00 Cumulative Funding 2408427.55 MOD 24 400072 1300257296-00001 24000.00 LLA : CT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001108419 Labor Funding for TI 23 ESSM MOD 24 Funding 24000.00 Cumulative Funding 2432427.55 MOD 25 400073 1300259576-00001 10000.00 LLA : CV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001124416 Labor funding for TI 2 LCS 400074 1300259588-00001 10000.00 LLA : CW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001124987 Labor funding for TI 3 GUNS 400075 1300259588-00002 10000.00 LLA : CX 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001124987 Labor funding for TI 3 GUNS 400076 1300259588-00003 10000.00 LLA : CY 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001124987 Labor funding for TI 3 GUNS 400077 1300259588-00004 10000.00 LLA : CZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001124987 Labor funding for TI 3 GUNS 400078 1300258630-00001 60000.00 LLA : DA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001117595 Labor funding for TI 19 G72 New Technology
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
61 of 96 FINAL
400104 1300259588-00005 20000.00 LLA : DB 97X4930 NH1E 255 77777 0 050120 2F 000000 A40001124987 Labor funding for TI 3 GUNS MOD 25 Funding 130000.00 Cumulative Funding 2562427.55 MOD 26 400079 1300257209-00001 58332.00 LLA : DC 1721319 A5XB 255 WS010 0 050120 2D 000000 A00001107729 Standard Number: N0002412WX04976 Base Period labor funding for TI 7 AEGIS B/L 400080 1300259294-00001 13750.00 LLA : DD 1721319 C4KB 252 24VCS 0 050120 2D 000000 A00001122615 Standard Number: N0002412WX04999-AA Base Period Labor Funding TI 2 LCS MOD 26 Funding 72082.00 Cumulative Funding 2634509.55 MOD 27 400081 1300262784-00001 35000.00 LLA : DE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001147925 Base Period Labor funding for TI 6 WMSL 400082 1300263514-00001 7120.00 LLA : DF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001151971 Base Period Labor funding for TI3 GUNS 400083 1300263514-00002 30000.00 LLA : DG 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001151971 Base Period Labor funding for TI3 GUNS 400084 1300263514-00003 48000.00 LLA : DH 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001151971 Base Period Labor funding TI21 AN/SLQ32 400085 1300263514-00004 12650.00 LLA : DJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001151971 Base Period Labor funding for TI22 NULKA 400086 1300264204-00001 35000.00 LLA : DK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001156615 Base Period Labor funding TI2 LCS 600019 1300263514 1370.00 LLA : DH 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001151971 Base Period ODC funding for TI21 AN/SLQ32 600020 1300263514-00004 100.00 LLA : DJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001151971 Base Period ODC funding for TI22 NULKA MOD 27 Funding 169240.00 Cumulative Funding 2803749.55
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
62 of 96 FINAL
MOD 28 400087 1300266961-00001 30000.00 LLA : DL 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001174274 Base Period Labor Funding TI 2 LCS 400088 1300263514-00005 55000.00 LLA : DM 97X4930 NH1E 255 77777 0 050120 2F 000000 A40001151971 Base Period Labor funding TI 18 GMM MOD 28 Funding 85000.00 Cumulative Funding 2888749.55 MOD 29 400049 (2800.00) LLA : BY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001007205 Labor funding for TI 14 SES Sustainment 400089 1300272292-00001 5000.00 LLA : DN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001211681 Labor Funding for TI 3 GUNS 400090 1300272950-00001 25000.00 LLA : DP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001216640 Labor funding for TI 4 CIWS 400091 1300270478-00001 10000.00 LLA : DQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001200168 Labor Funding for TI 4 CIWS 400092 1300266800-00001 50000.00 LLA : DR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001173783 Labor funding for TI 15 CEC MOD 29 Funding 87200.00 Cumulative Funding 2975949.55 MOD 30 400093 1300274966-00001 18000.00 LLA : DS 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001229191 Base Period Labor Funding for TI 10 SSDS MOD 30 Funding 18000.00 Cumulative Funding 2993949.55 MOD 31 400094 1300274970-00001 50000.00 LLA : DT 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001229312 Base Period Labor Funding for TI 10 SSDS 400095 1300272797-00001 132000.00 LLA : DU 1721804 8C2C 252 WS010 0 050120 2D 000000 A00001215149 Standard Number: N0002412WX00767 AA Base Period Labor Funding for TI 10 SSDS
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
63 of 96 FINAL
MOD 31 Funding 182000.00 Cumulative Funding 3175949.55 MOD 32 400096 1300279181 5000.00 LLA : EC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001256992 Base Period Labor Funding for TI 4 CIWS 400097 1300277610 47000.00 LLA : ED 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001247360 Base Period Labor Funding for TI 11 SM3 410001 1300275145-00001 260000.00 LLA : DV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001229534 Option 1 Labor Funding for TI 19 G72 New Technology 410002 1300275145-00002 30000.00 LLA : DW 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001229534 Option 1 Labor Funding for TI 14-1 410003 1300275145-00003 20000.00 LLA : DX 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001229534 Option 1 Labor Funding for TI 18-1 410004 1300272342-00001 13100.00 LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001212061 Option 1 Labor Funding for TI 22-1 410005 1300272342-00003 40000.00 LLA : DZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001212061 Option 1 Labor Funding for TI 3-1 410006 1300272342-00004 100000.00 LLA : EA 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001212061 Option 1 Labor Funding for TI 3-1 410008 1300277549 30000.00 LLA : EE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001247286 Option 1 Labor Funding for TI 11-1 SM3 410009 1300277673 30000.00 LLA : EF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001247503 Base Period Labor Funding for TI 11-1 SM3 410010 1300277060 152000.00 LLA : EB 1721804 8B2B 252 68963 0 050120 2D 000000 A00001243847 Option 1 Labor Funding for TI 1-1 WSESRB 410011 1300263514 18500.00 LLA : EG 97X4930 NH1E 255 77777 0 050120 2F 000000 A50001151971 Option 1 Labor Funding for TI 20-1 ESSM 610001 1300275145-00001 15000.00 LLA : DV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001229534 Option 1 ODC Funding for TI 19-1 610002 1300272342 150.00
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
64 of 96 FINAL
LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001212061 Option 1 ODC Funding for TI 22-1 610003 1300372342-00004 200.00 LLA : EA 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001212061 Option 1 ODC Funding for TI 3-1 GUNS 610004 1300263514-00006 1500.00 LLA : EG 97X4930 NH1E 255 77777 0 050120 2F 000000 A50001151971 Option 1 ODC Funding for TI 20-1 ESSM MOD 32 Funding 762450.00 Cumulative Funding 3938399.55 MOD 33 400098 1300279785 72750.00 LLA : EH 1721804 8C2C 252 WS010 0 050120 2D 000000 A00001260635 Standard Number: N0002412WX0996 Base Period Labor Funding for TI 10 SSDS MOD 33 Funding 72750.00 Cumulative Funding 4011149.55 MOD 34 400055 1300247823-00001 (22500.00) LLA : CC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001042749 Labor funding for TI 18 GMM 400088 1300263514-00005 (55000.00) LLA : DM 97X4930 NH1E 255 77777 0 050120 2F 000000 A40001151971 Base Period Labor funding TI 18 GMM 410012 1300281051 20000.00 LLA : EJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001269199 Option 1 Labor Funding for TI 2-1 410013 1300277824 120000.00 LLA : EK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001248712 Option 1 Labor Funding for TI 9-1 LCS MM 410014 1300277824 50400.00 LLA : EL 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001248712 Option 1 Labor Funding for TI 21-1 AN/SLQ-32 410015 1300281497 50000.00 LLA : EM 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001271503 Option 1 Labor Funding for TI 10-1 SSDS 610005 1300281051 3000.00 LLA : EJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001269199 Option 1 ODC Funding for TI 2-1 610006 1300277824 3000.00 LLA : EK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001248712 Option 1 ODC Funding for TI 9-1 LCS MM
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
65 of 96 FINAL
610007 1300277824 5000.00 LLA : EL 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001248712 Option 1 ODC Funding for TI 21-1 AN/SLQ32 MOD 34 Funding 173900.00 Cumulative Funding 4185049.55 MOD 35 410016 1300282543 50000.00 LLA : EN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001278379 Labor funding for TI 6-1 WMSL 410017 1300281286 37000.00 LLA : EP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001270270 Option 1 Labor Funding for TI 4-1 410018 1300281286 13000.00 LLA : EQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001270270 Option 1 Labor Funding for TI 3-1 GUNS 410019 1300281977 20000.00 LLA : ER 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001275204 Option 1 Labor Funding for TI 16-1 SM6 410020 1300281977 30000.00 LLA : ES 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001275204 Option 1 Labor Funding for TI 24-1 DECK HATCH 410021 1300281977 25000.00 LLA : ET 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001275204 Option 1 Labor Funding for TI 3-1 GUNS 410022 1300281977 107700.00 LLA : EU 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001275204 Option 1 Labor Funding for TI 23-1 EFSS 410101 1300281286 17500.00 LLA : EV 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001270270 Option 1 Labor Funding for TI 3-1 410102 1300281494 15000.00 LLA : EW 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001271413 Option 1 Labor Funding for TI 12-1 610008 1300282543 10000.00 LLA : EN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001278379 Option 1 ODC Funding for TI 6-1 WMSL 610009 1300281286 3000.00 LLA : EP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001270270 Option 1 ODC Funding for TI 4-1 CIWS 610010 1300281977 300.00 LLA : EU 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001275204 Option 1 ODC Funding for TI 23-1 EFSS
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
66 of 96 FINAL
MOD 35 Funding 328500.00 Cumulative Funding 4513549.55 MOD 36 Funding 0.00 Cumulative Funding 4513549.55 MOD 37 410023 1300287098 110000.00 LLA : EX 1721804 8B2B 252 68963 0 050120 2D 000000 A00001301414 Standard Number: N0002412WX08327 Option 1 Labor Funding for TI 1-1 WSESRB 410024 1300286767 12000.00 LLA : EY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001299273 Option 1 Labor Funding for TI 5-1 AEGIS BMD 410025 1300286764 17000.00 LLA : EZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001299078 Option 1 Labor Funding for TI 5-1 Aegis BMD 410201 1300285804 15000.00 LLA : FA 97-11X8242 2862 000 74622 0 065916 2D PJAH44 116780080LWA Standard Number: N0002412RX00782-AA Option 1 Labor Funding for TI 13-1 JABMD FMS Case JA-P-LWA MOD 37 Funding 154000.00 Cumulative Funding 4667549.55 MOD 38 410026 1300287040 7632.00 LLA : FB 1711611 1281 252 SH501 0 050120 2D 000000 A00001300636 Standard Number: N0002412WX04823-AA Option 1 Labor Funding for TI 2-1 LCS 410027 1300281302 65300.00 LLA : FC 1721319 A5XB 252 WS010 0 050120 2D 000000 A10001270497 Standard Number: N0002412WX04976-AA Option 1 Labor Funding for TI 7-1 AEGIS B/L 410028 1300287016 10000.00 LLA : FD 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001300360 Option 1 Labor Funding for TI 5-1 AEGIS BMD 410029 1300286930 4500.00 LLA : FE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001300205 Option 1 Labor Funding for TI 5-1 AEGIS BMD 410030 1300288520 11000.00 LLA : FF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001307939 Option 1 Labor Funding for TI 3-1 GUNS 410031 1300288520 15000.00 LLA : FG 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001307939 Option 1 Labor Funding for TI 3-1 GUNS 410032 1300288520 25000.00 LLA : FH 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001307939 Option 1 Labor Funding for TI 20-1 ESSM
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
67 of 96 FINAL
410033 1300288520 4500.00 LLA : FJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001307939 Option 1 Labor Funding for TI 22-1 NULKA MOD 38 Funding 142932.00 Cumulative Funding 4810481.55 MOD 39 410034 1300295115 50000.00 LLA : FL 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001335618 Option 1 Labor Funding for TI 8-1 AEGIS Inservice 410035 1300293680 16700.00 LLA : FM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001329147 Option 1 Labor Funding for TI 26-1 EW 410036 1300293680 13150.00 LLA : FM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001329147 Option 1 Labor Funding for TI 17-1 DLF-3B 410037 1300293680 33000.00 LLA : FP 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001329147 Option 1 Labor Funding for TI 14-1 SSe Sustainment 410038 1300290339 77500.00 LLA : FQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001315734 Option 1 Labor Funding for TI 3-1 GUNS 410039 1300290339 6000.00 LLA : FR 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001315734 Option 1 Labor Funding for TI 3-1 GUNS 410040 1300295415 30000.00 LLA : FS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001337679 Option 1 Labor Funding for TI 5-1 AEGIS BMD 410041 1300295380 10000.00 LLA : FT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001337457 Option 1 Labor Funding for TI 5-1 AEGIS BMD 410042 1300292921 52000.00 LLA : FU 1721611 6212 252 CV312 0 050120 2D 000000 A00001325113 Standard Number: N0002412WX08699-AA Option 1 Labor Funding for TI 10-1 SSDS 410043 1300295545 16842.00 LLA : FV 1711611 1281 252 SH501 0 050120 2D 000000 A00001338219 Standard Number: N0002412WX04752 Option 1 Labor Funding for TI 15-1 CEC 410044 1300295546 16841.00 LLA : FW 1711611 1281 252 SH501 0 050120 2D 000000 A00001338264 Standard Number: N0002412WX04752 Option 1 Labor Funding for TI 2-1 LCS 410045 1300299770 93600.00 LLA :
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
68 of 96 FINAL
FX 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001359235 Option 1 Labor Funding for TI 10-1 410046 1300293053 40000.00 LLA : FY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001326013 Option 1 Labor Funding for TI 11-1 SM3 410047 1300293053 40000.00 LLA : FZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001326013 Option 1 Labor Funding for TI 11-1 SM3 410048 1300296729 47000.00 LLA : GA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001344834 Option 1 Funding for TI 20-1 ESSM 410049 1300296729 9405.00 LLA : GB 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001344834 Option 1 Labor Funding for TI 4-1 CIWS 410050 1300296729 40000.00 LLA : GC 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001344834 Option 1 Labor Funding for TI 4-1 CIWS 410051 1300296729 80000.00 LLA : GD 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001344834 Option 1 Labor Funding for TI 18-1 GMM 410052 1300296729 25000.00 LLA : GE 97X4930 NH1E 255 77777 0 050120 2F 000000 A40001344834 Option 1 Labor Funding for TI 3-1 GUNS 410053 1300293777 49400.00 LLA : GF 1711611 6218 252 CV312 0 050120 2D 000000 A00001329075 Standard Number: N0002412WX07749 Option 1 Labor Funding for TI 10-1 SSDS 410054 1300288375 100000.00 LLA : GG 1721611 1317 253 SH317 0 050120 2D 000000 A00001306941 Standard Number: N0002412WX05485 Option 1 Labor Funding for TI 10-1 410055 1300296671 18940.00 LLA : GH 1711611 1281 252 SH501 0 050120 2D 000000 A00001344408 Standard Number: N0002412WX02679 Option 1 Funding for TI 2-1 LCS 410056 1300296590 98550.00 LLA : GJ 1721319 C4KB 252 24VCS 0 050120 2D 000000 A00001344368 Standard Number: N0002412WX04999 Option 1 Labor Funding for TI 2-1 LCS 410202 1300295150 14500.00 LLA : FK 97-11X8242 2862 000 74622 0 065916 2D PJAH44 116780080LWA Base Period Labor Funding for TI 13-1 JABMD 610011 1300296346 8000.00 LLA : GK 1721804 8B2B 252 68963 0 050120 2D 000000 A00001342858 Standard Number: N0002412WX08327 Option 1 funding for TI 1-1 WSESRB
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
69 of 96 FINAL
610012 1300293680 300.00 LLA : FM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001329147 Option 1 ODC Funding for TI 26-1 EW 610013 1300293680 100.00 LLA : FM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001329147 Option 1 ODC Funding for TI 17-1 DLF-3B 610014 1300290339 2000.00 LLA : FR 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001315734 Option 1 ODC Funding for TI 3-1 GUNS 610015 1300292921 12000.00 LLA : FU 1721611 6212 252 CV312 0 050120 2D 000000 A00001325113 Standard Number: N0002412WX08699-AA Option 1 ODC Funding for TI 10-1 SSDS 610016 1300296729 3000.00 LLA : GA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001344834 Option 1 ODC Funding for TI 20-1 610017 1300296729 5000.00 LLA : GC 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001344834 Option 1 ODC Funding for TI 4-1 CIWS 610018 1300296590 7000.00 LLA : GJ 1721319 C4KB 252 24VCS 0 050120 2D 000000 A00001344368 Standard Number: N0002412WX04999 Option 1 ODC Funding for TI 2-1 LCS MOD 39 Funding 1015828.00 Cumulative Funding 5826309.55 MOD 40 410057 1300305015 40000.00 LLA : GL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001401265 Option 1 Labor Funding for TI 2-1 LCS 410058 1300304332 40000.00 LLA : GM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001394529 Option 1 Labor Funding for TI 2-1 LCS 410059 1300301380 22065.00 LLA : GN 1721319 C4KB 252 24VCS 0 050120 2D 000000 A20001372855 Option 1 Labor Funding for TI 2-1 LCS 410060 1300299497 5000.00 LLA : GP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001357467 Option 1 Labor Funding for TI 4-1 CIWS 410061 1300303144 10000.00 LLA : GQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001385456 Option 1 Labor Funding for TI 5-1 AEGIS BMD 410062 1300304148 15000.00 LLA : GR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001393579
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
70 of 96 FINAL
Option 1 Funding for TI 5-1 AEGIS BMD 410063 1300303366 100000.00 LLA : GS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001386886 Option 1 Labor Funding for TI 6-1 WMSL 410064 1300303366 25000.00 LLA : GT 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001386886 Option 1 Labor Funding for TI 3-1 GUNS 410065 1300294009 54700.00 LLA : FC 1721319 A5XB 252 WS010 0 050120 2D 000000 A00001329930 Option 1 Labor Funding for TI 7-1 AEGIS B/L 410066 1300304203 48300.00 LLA : GU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001393377 Option 1 Labor Funding for TI 11-1 SM3 410067 1300295544 100000.00 LLA : GV 1721804 8C1C 252 WS060 0 050120 2D 000000 A00001338000 Option 1 Labor Funding for TI 15-1 CEC 410103 1300304797 15000.00 LLA : GW 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001398057 Option 1 Funding for TI 12-1 Australia AWD (AT-P-LCQ) 410104 1300304791 20800.00 LLA : GX 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001397939 Option 1 Labor Funding for TI 12-1 Australia BMD (AT-P-LCQ) 410105 1300304740 19200.00 LLA : GY 97-11X8242 2884 000 74842 0 065916 2D PAT044 113980180LCQ Standard Number: N0002411RX00885-AA Option 1 Labor Funding for TI 12-1 Australia BMD (AT-P-LCQ) MOD 40 Funding 515065.00 Cumulative Funding 6341374.55 MOD 41 400053 1300244810-00001 (9057.26) LLA : CD 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001020314 Labor funding for TI 5 BMD 400055 1300247823-00001 (2471.38) LLA : CC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001042749 Labor funding for TI 18 GMM 400078 1300258630-00001 (54344.36) LLA : DA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001117595 Labor funding for TI 19 G72 New Technology 400079 1300257209-00001 (1850.70) LLA : DC 1721319 A5XB 255 WS010 0 050120 2D 000000 A00001107729 Standard Number: N0002412WX04976 Base Period labor funding for TI 7 AEGIS B/L 400081 1300262784-00001 (8237.91) LLA :
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
71 of 96 FINAL
DE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001147925 Base Period Labor funding for TI 6 WMSL 400084 1300263514-00003 (16617.21) LLA : DH 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001151971 Base Period Labor funding TI21 AN/SLQ32 400087 1300266961-00001 (30000.00) LLA : DL 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001174274 Base Period Labor Funding TI 2 LCS 400092 1300266800-00001 (26086.25) LLA : DR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001173783 Labor funding for TI 15 CEC 400096 1300279181 (2953.00) LLA : EC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001256992 Base Period Labor Funding for TI 4 CIWS 400097 1300277610 (31098.65) LLA : ED 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001247360 Base Period Labor Funding for TI 11 SM3 400098 1300279785 (72750.00) LLA : EH 1721804 8C2C 252 WS010 0 050120 2D 000000 A00001260635 Standard Number: N0002412WX0996 Base Period Labor Funding for TI 10 SSDS 400103 (3043.86) LLA : CB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001001229 Labor funding for TI 12 AWD (Australian) 400104 1300259588-00005 (9299.10) LLA : DB 97X4930 NH1E 255 77777 0 050120 2F 000000 A40001124987 Labor funding for TI 3 GUNS 400202 1229105C (4922.12) LLA : AM 97-11X8242 8WJU 252 4Q452 0 068342 2D CCXT07 H44HHESS107Z Standard Number: N002409RX50530:AA Incremental funding for TI #13 410105 1300304740 (950.00) LLA : GY 97-11X8242 2884 000 74842 0 065916 2D PAT044 113980180LCQ Standard Number: N0002411RX00885-AA Option 1 Labor Funding for TI 12-1 Australia BMD (AT-P-LCQ) 600009 1243179C (1690.82) LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBR11MISS4 ODC funding for TI #11 600010 1236476A (1000.00) LLA : BN 97X4930 NH1E 000 77777 0 000178 2F 000000 21G8511RBPF1 ODC funding for TI #16 600012 1236496A (1000.00) LLA : BQ 1711804 12TA 250 48143 A 068892 2D XA0505 481431ANDIXQ Standard Number: N4814311WXA0505:AA ODC funding for TI #1
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
72 of 96 FINAL
MOD 41 Funding -277372.62 Cumulative Funding 6064001.93 MOD 42 410068 1300307100 100000.00 LLA : GZ 1721611 1317 252 SH317 0 050120 2D 000000 A00001421246 Option 1 Labor Funding for TI 10-1 410069 1300311675 50000.00 LLA : HA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001464380 Option 1 Labor Funding for TI 6-1 MOD 42 Funding 150000.00 Cumulative Funding 6214001.93 MOD 43 410070 1300314131 104000.00 LLA : HB 1701811 1224 251 YFWMW 0 068342 2D 000000 20010900701H Standard Number: N0002412RX21653:AA Option 1 Labor Funding for TI 301 GUNS 410071 1300314131 11000.00 LLA : HC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001484131 Option 1 Labor Funding for TI 22-1 NULKA 410072 1300314131 45000.00 LLA : HD 2122093 5U5 U0420 1 6A0002 55 X81B3A 6JDJTMIPR2E1 92J7221B3A681S12193 012193 Standard Number: MIPR2E192J7221 Option 1 Labor Funding for TI 30-1 BANE MOD 43 Funding 160000.00 Cumulative Funding 6374001.93 MOD 44 410073 1300314743 50000.00 LLA : HE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001488893 Option 1 Labor Funding for TI 10-1 SSDS 410074 1300316491 45000.00 LLA : HF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001499785 Option 1 Labor Funding for TI 30-1 BANE 410075 1300316491 70000.00 LLA : HG 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001499785 Option 1 Labor Funding for TI 27-1 LCS SSMM MOD 44 Funding 165000.00 Cumulative Funding 6539001.93 MOD 45 410076 1300319192 11000.00 LLA : HH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001516476 Option 1 Labor Funding for TI 3-1 410077 1300319192 10000.00
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
73 of 96 FINAL
LLA : HJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001516476 Option 1 Labor Funding for TI 3-1 410078 1300319192 29000.00 LLA : HK 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001516476 Option 1 Labor Funding for TI 3-1 410079 1300317002 95000.00 LLA : HL 1731804 8C2C 255 WS100 0 050120 2D 000000 A00001502877 Option 1 Labor Funding for TI 10-1 410080 1300317466 40000.00 LLA : HM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001505944 Option 1 Labor Funding for TI 4-1 410081 1300317466 10000.00 LLA : HN 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001505944 Option 1 Labor Funding for TI 3-1 410082 1300317466 19500.00 LLA : HP 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001505944 Option 1 Labor Funding for TI 3-1 610019 1300317002 5000.00 LLA : HL 1731804 8C2C 255 WS100 0 050120 2D 000000 A00001502877 Option 1 ODC Funding for TI 10-1 MOD 45 Funding 219500.00 Cumulative Funding 6758501.93 MOD 46 410083 1300321464 47500.00 LLA : HQ 1731319 C4KB 252 24VCS 0 050120 2D 000000 A00001532114 Option 1 Labor Funding for TI 2-1 410084 1300321676 52500.00 LLA : HR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001530612 Option 1 Labor Funding for TI 21-1 410085 1300321676 35000.00 LLA : HS 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001530612 Option 1 Labor Funding for TI 18-1 410086 1300321676 17000.00 LLA : HT 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001530612 Option 1 Labor Funding for TI 27-1 410087 1300322950 28000.00 LLA : HU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001537094 Option 1 Labor Funding for TI 3-1 410088 1300322950 20000.00 LLA : HV 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001537094 Option 1 Labor Funding for TI 3-1 410089 1300322950 37000.00 LLA :
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
74 of 96 FINAL
HW 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001537094 Option 1 Labor Funding for TI 14-1 410106 1300323374 41000.00 LLA : HX 97-11X8242 2884 000 74842 0 065916 2D PAT044 117480440LCQ Standard Number: N0002413WX00508-AA Option 1 Labor Funding for TI 12-1 610101 1300323374 1000.00 LLA : HX 97-11X8242 2884 000 74842 0 065916 2D PAT044 117480440LCQ Standard Number: N0002413WX00508-AA Option 1 ODC Funding for TI 12-1 MOD 46 Funding 279000.00 Cumulative Funding 7037501.93 MOD 47 410090 1300324674 22500.00 LLA : HY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001546183 Option 1 Labor Funding for TI 11-1. 410091 1300325705 28000.00 LLA : HZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001553940 Option 1 Labor Funding for TI 9-1. 410092 1300325705 87000.00 LLA : JA 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001553940 Option 1 Labor Funding for TI 9-1. 610020 1300324674 2500.00 LLA : HY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001546183 Option 1 ODC Funding for TI 11-1. 610021 1300325705 2000.00 LLA : HZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001553940 Option 1 ODC Funding for TI 9-1. 610022 1300325705 3000.00 LLA : JA 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001553940 Option 1 ODC Funding for TI 9-1. MOD 47 Funding 145000.00 Cumulative Funding 7182501.93 MOD 48 410093 1300325986 16000.00 LLA : JC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001556217 Incremental Funding for TI 5-1 410094 1300329462 39000.00 LLA : JB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001577679 Incremental Funding for TI 5-1 410095 1300321468 200000.00 LLA : JD 1731319 A5XZ 252 WS100 0 050120 2D 000000 A00001532986 Incremental Funding for TI 10-1
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
75 of 96 FINAL
610023 1300329462 1000.00 LLA : JB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001577679 Incremental Funding for TI 5-1 MOD 48 Funding 256000.00 Cumulative Funding 7438501.93 MOD 49 410096 1300331586 40000.00 LLA : JE 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001592938 Incremental Funding for TI 4-1 410203 1300331398 20000.00 LLA : FK 97-11X8242 2862 000 74622 0 065916 2D PJAH44 116780080LWA Standard Number: N0002412RX00782-AA FMS CASE JA-P-LWA Incremental Funding for TI 13-1 MOD 49 Funding 60000.00 Cumulative Funding 7498501.93 MOD 50 410301 1300331586 195000.00 LLA : JF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001592938 Option 1 Labor Funding for TI 6-1 410302 1300327816 35000.00 LLA : JG 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001567363 Option 1 Labor Funding for TI 4-1 610024 1300327816 5000.00 LLA : JG 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001567363 Incremental Funding for TI 4-1 MOD 50 Funding 235000.00 Cumulative Funding 7733501.93 MOD 51 410303 1300330341 62000.00 LLA : JH 1711611 1281 252 SH501 0 050120 2D 000000 A00001584139 Option 1 Labor Funding for TI 2-1 410304 1300333522 10000.00 LLA : JJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001605953 Option 1 Labor Funding for TI 5-1 410305 1300333010 20000.00 LLA : JK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001604302 Option 1 Labor Funding for TI 5-1 410306 1300333446 30000.00 LLA : JL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001605831 Option 1 Labor Funding for TI 5-1 410307 1300327870 50000.00 LLA : JM 1731319 A5XB 252 WS010 0 050120 2D 000000 A00001568484
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
76 of 96 FINAL
Option 1 Labor Funding for TI 7-1 410308 1300327637 10743.00 LLA : JN 1731804 8B2B 252 WS010 0 050120 2D 000000 A00001566259 Option 1 Labor Funding for TI 8-1 610025 1300330341 3000.00 LLA : JH 1711611 1281 252 SH501 0 050120 2D 000000 A00001584139 Option 1 ODC Funding for TI 2-1 MOD 51 Funding 185743.00 Cumulative Funding 7919244.93 MOD 52 410107 1300323374 35000.00 LLA : JS 97-11X8242 2884 000 74842 0 065916 2D PAT044 117480440LCQ Standard Number: N0002413WX00508-AA FMS Case AT-P-LCQ Incremental Funding for TI 12-1 410309 1300328297 156600.00 LLA : JP 1731319 A5XZ 252 WS100 0 050120 2D 000000 A10001571593 Option 1 Labor Funding for TI 10-1 410310 1300329462 60000.00 LLA : JB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001577679 Option 1 Labor Funding for TI 11-1 410311 1300330154 23750.00 LLA : JR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001583884 Option 1 Labor Funding for TI 22-1 410312 1300333737 30000.00 LLA : JQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001607381 Option 1 Labor Funding for TI 20-1 410313 1300333737 180000.00 LLA : JT 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001607381 Option 1 Labor Funding for TI 6-1 610026 1300330154 250.00 LLA : JR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001583884 Incremental Funding for TI 22-1 610102 1300323374 500.00 LLA : JS 97-11X8242 2884 000 74842 0 065916 2D PAT044 117480440LCQ Standard Number: N0002413WX00508-AA FMS Case AT-P-LCQ Incremental funding for TI 12-1 MOD 52 Funding 486100.00 Cumulative Funding 8405344.93 MOD 53 410302 1300327816 5000.00 LLA : JG 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001567363 Option 1 Labor Funding for TI 4-1 410314 1300327920 49000.00
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
77 of 96 FINAL
LLA : JU 1731319 A5HA 252 WS020 0 050120 2D 000000 A00001568558 Option 1 Labor Funding for TI 25-1 410315 1300330154 51100.00 LLA : JV 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001583884 Option 1 Labor Funding for TI 28-1 410316 1300327816 25000.00 LLA : JW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001567363 Option 1 Labor Funding for TI 31-1 410317 1300335947 70000.00 LLA : JX 1731319 W3DJ 255 RA353 0 068342 2D 000000 02911000GGA0 Standard Number: N0001413RX20234:AA Option 1 Labor Funding for TI 32-1 410318 1300333737 50000.00 LLA : JY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001607381 Option 1 Labor Funding for TI 18-1 610024 1300327816 (5000.00) LLA : JG 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001567363 Incremental Funding for TI 4-1 MOD 53 Funding 245100.00 Cumulative Funding 8650444.93 MOD 54 410204 1300339193 39000.00 LLA : KC 9711X8242 2862 000 74622 0 065916 2D PJAH44 223380040FJW Standard Number: N0002413WX05097 FMS CASE JA-P-FJW Incremental Funding for TI 13-1 410319 1300334657 100000.00 LLA : JZ 1721319 A5XZ 252 WS010 0 050120 2D 000000 A00001612852 Option 1 Labor Funding for TI 10-1 410320 1300340083 80000.00 LLA : KA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001652826 Option 1 Labor Funding for TI 11-1 410321 1300332643 25000.00 LLA : KB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001599208 Option 1 Labor Funding for TI 19-1 410322 1300333737 60000.00 LLA : KD 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001607381 Option 1 Labor Funding for TI 3-1 410323 1300333737 20000.00 LLA : KE 97X4930 NH1E 255 77777 0 050120 2F 000000 A40001607381 Option 1 Labor Funding for TI 16-1 610201 1300339193 1000.00 LLA : KC 9711X8242 2862 000 74622 0 065916 2D PJAH44 223380040FJW Standard Number: N0002413WX05097 FMS CASE JA-P-FJW Incremental funding for TI 13-1
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
78 of 96 FINAL
MOD 54 Funding 325000.00 Cumulative Funding 8975444.93 MOD 55 410039 1300290339 1500.00 LLA : FR 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001315734 Option 1 Labor Funding for TI 3-1 GUNS 410324 1300327816 21000.00 LLA : KG 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001567363 Option 1 Labor Funding for TI 3-1 410325 1300341385 32000.00 LLA : KH 1721611 1224 252 SH400 0 050120 2D 000000 A00001661730 Option 1 Labor Funding for TI 7-1 410326 1300341387 34500.00 LLA : KJ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001661955 Option 1 Labor Funding for TI 8-1 410327 1300333737 117000.00 LLA : KK 97X4930 NH1E 255 77777 0 050120 2F 000000 A50001607381 Option 1 Labor Funding for TI 19-1 410328 1300332643 25000.00 LLA : KL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001599208 Option 1 Labor Funding for TI 21-1 610014 1300290339 (1500.00) LLA : FR 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001315734 Option 1 ODC Funding for TI 3-1 GUNS 610027 1300321676 4000.00 LLA : KF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001530612 Incremental Funding for TI 21-1 610028 1300321464 3000.00 LLA : HQ 1731319 C4KB 252 24VCS 0 050120 2D 000000 A00001532114 Incremental Funding for TI 2-1 MOD 55 Funding 236500.00 Cumulative Funding 9211944.93 MOD 56 410329 1300347433 7500.00 LLA : KM 1731319 W998 255 RA309 0 068342 2D 000000 642010006420 Option 1 Labor Funding for TI 29-1 410330 1300333737 15000.00 LLA : KN 97X4930 NH1E 255 77777 0 050120 2F 000000 A60001607381 Option 1 Labor Funding for TI 4-1 410331 1300331475 100000.00 LLA : KP 1721611 1317 252 SH317 0 050120 2D 000000 A00001591306 Option 1 Labor Funding for TI 10-1
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
79 of 96 FINAL
MOD 56 Funding 122500.00 Cumulative Funding 9334444.93 MOD 57 410022 1300281977 (9000.00) LLA : EU 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001275204 Option 1 Labor Funding for TI 23-1 EFSS 410023 1300287098 (8806.00) LLA : EX 1721804 8B2B 252 68963 0 050120 2D 000000 A00001301414 Standard Number: N0002412WX08327 Option 1 Labor Funding for TI 1-1 WSESRB 410075 1300316491 (26000.00) LLA : HG 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001499785 Option 1 Labor Funding for TI 27-1 LCS SSMM 410204 1300339193 (20000.00) LLA : KC 9711X8242 2862 000 74622 0 065916 2D PJAH44 223380040FJW Standard Number: N0002413WX05097 FMS CASE JA-P-FJW Incremental Funding for TI 13-1 410311 1300330154 (7000.00) LLA : JR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001583884 Option 1 Labor Funding for TI 22-1 410314 1300327920 (10000.00) LLA : JU 1731319 A5HA 252 WS020 0 050120 2D 000000 A00001568558 Option 1 Labor Funding for TI 25-1 410316 1300327816 (7346.00) LLA : JW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001567363 Option 1 Labor Funding for TI 31-1 410317 1300335947 (25111.00) LLA : JX 1731319 W3DJ 255 RA353 0 068342 2D 000000 02911000GGA0 Standard Number: N0001413RX20234:AA Option 1 Labor Funding for TI 32-1 410320 1300340083 (36383.00) LLA : KA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001652826 Option 1 Labor Funding for TI 11-1 410323 1300333737 (5000.00) LLA : KE 97X4930 NH1E 255 77777 0 050120 2F 000000 A40001607381 Option 1 Labor Funding for TI 16-1 410325 1300341385 (30000.00) LLA : KH 1721611 1224 252 SH400 0 050120 2D 000000 A00001661730 Option 1 Labor Funding for TI 7-1 410326 1300341387 (11611.00) LLA : KJ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001661955 Option 1 Labor Funding for TI 8-1 410327 1300333737 (45000.00) LLA :
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
80 of 96 FINAL
KK 97X4930 NH1E 255 77777 0 050120 2F 000000 A50001607381 Option 1 Labor Funding for TI 19-1 MOD 57 Funding -241257.00 Cumulative Funding 9093187.93 MOD 58 410333 1300333737 14000.00 LLA : KR 97X4930 NH1E 255 77777 0 050120 2F 000000 A80001607381 410334 1300333737 11000.00 LLA : KS 97X4930 NH1E 255 77777 0 050120 2F 000000 A80001607381 Option 1 Labor Funding for TI 28-1 410335 1300333737 30000.00 LLA : KT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001607381 Option 1 Labor Funding for TI 18-1 410336 1300333737 8000.00 LLA : KU 97X4930 NH1E 255 77777 0 050120 2F 000000 A90001607381 Option 1 Labor Funding for TI 14-1 410337 1300333737 7044.00 LLA : KV 97X4930 NH1E 255 77777 0 050120 2F 000000 B00001607381 Option 1 Labor Funding for TI 26-1 410338 1300333737 10000.00 LLA : KW 97X4930 NH1E 255 77777 0 050120 2F 000000 B10001607381 Option 1 Labor Funding for TI 20-1 410339 1300348598 7500.00 LLA : KM 1731319 W998 255 RA309 0 068342 2D 000000 642010006420 Standard Number: N0001413WX40043:AA Option 1 Labor Funding for TI 30-1 410340 1300333737 15000.00 LLA : KQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A70001607381 Option 1 Labor Funding for TI 3-1 410341 1300333737 15860.00 LLA : KX 97X4930 NH1E 255 77777 0 050120 2F 000000 B20001607381 Option 1 Labor Funding for TI 9-1 410342 1300333737 19000.00 LLA : JT 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001607381 Option 1 Labor Funding for TI 6-1 410343 1300333010 25000.00 LLA : JK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001604302 Option 1 Labor Funding for TI 5-1 610029 1300333737 2600.00 LLA : JT 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001607381 Incremental Funding for TI 6-1 MOD 58 Funding 165004.00 Cumulative Funding 9258191.93
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
81 of 96 FINAL
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
82 of 96 FINAL
SECTION H SPECIAL CONTRACT REQUIREMENTS
Section H clauses are in accordance with Section H of the IDIQ contract and otherwise asincorporated below.
TASK ORDER LABOR CATEGORY QUALIFICATIONS
To perform the requirements of the PWS, the Government desires Key Personnel with theappropriate experience and professional development qualifications. Key Personnel qualificationlevels are considered to be "desired" for those individuals whose resumes are submitted forevaluation with the proposal. Resumes for any replacement personnel that are submitted followingaward shall be equal to or better than the individuals initially proposed as required by the clauseentitled SUBSTITUTION OF PERSONNEL in this Section H. Following award, the qualificationlevels are considered to be minimums for any growth beyond those individuals initially proposed orin labor categories where no resumes were required for proposal purposes.
(a) Experience Definitions:
General Experience is defined as experience in Department of Defense (DOD), otherGovernment agencies, and other Government systems and programs in the areas of engineering,warfare and systems analysis, specific weapons systems and/or performance assessments relatedto weapons development, program management, and program documentation. Specialized experience is defined as experience described under "general experience" above inrelation to the requirements identified in paragraph 2.0 of the Performance Work Statement.
(b) Professional Development - Professional development includes honors, degrees, publications,professional licenses and certifications and similar evidence of professional accomplishments thatdirectly impact the offerors' ability to perform the order. The years of experience listed below are inaddition to appropriate professional development. It is incumbent upon the offeror to demonstratethat the proposed personnel have appropriate credentials to perform the work.
(c) Accumulation Of Qualifying Experience - Categories of experience may be accumulatedconcurrently.
QUALIFICATIONS BY LABOR CATEGORY FOR WHICH KEY RESUMES ARE REQUIRED
1.1 Program Manager
Program Manager (PM) Experience:· Indepth understanding of DoD policies, guidance, and best practices regarding system safety· Management of tasks focused on maintaining the appropriate level of manpower needed toperform the contract tasks· Knowledge of DoD security policies and procedures· Management of information systems engineering or systems integration projects· Technical writing· Knowledge of Microsoft Office products for creating products using MS Word, PowerPoint, andExcel and assisting contracting staff when assistance is required· Knowledge and skills associated with customer service oriented practices
Desired Experience: 7 Years
1.2 Senior System Safety Engineer
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
83 of 96 FINAL
Senior System Safety Engineer Experience:
· Indepth understanding of DoD policies, guidance, and best practices regarding system safety· Knowledge and application of system safety principles and methods in the design,development, maintenance, and operation of Naval programs through various safety analyses andtesting. Areas of analysis include hardware, software, human, and firmware.· Preparation of system safety analysis documentation in accordance with MIIL-STD-882 series.· Coordination and execution of comprehensive technical data packages, Safety AssessmentReports (SARs), and presentations to support SSSTRP and WSESRB.· Subject Matter Expert (SME) system safety support to system development activities such asintegrated products teams, working group meetings, documentation reviews, design reviews, testevents, or related functions· Identification, documentation, and tracking of resolutions of safety anomalies and issues.· Interface with the Principal for Safety (PFS) regarding system safety issues and resolutions.
Desired Experience: 5 Years
1.3 System Safety Engineer
System Safety Engineer Experience:· Indepth understanding of DoD policies, guidance, and best practices regarding system safety· Knowledge and application of system safety principles and methods in the design,development, maintenance, and operation of Naval programs through various safety analyses andtesting. Areas of analysis include hardware, software, human, and firmware.· Preparation of system safety analysis documentation in accordance with MIIL-STD-882 series.· Coordination and execution of comprehensive technical data packages, Safety AssessmentReports (SARs), and presentations to support SSSTRP and WSESRB.· System safety support to system development activities such as integrated products teams,working group meetings, documentation reviews, design reviews, test events, or related functions· Identification, documentation, and tracking resolutions of safety anomalies and issues.· Interface with the Principal for Safety (PFS) regarding system safety issues and resolutions.
Desired Experience: 2 Years
1.4 Junior System Safety Engineer
Junior Safety Engineer Experience:
· Understanding of DoD policies, guidance, and best practices regarding system safety· Application of system safety principals and methods in the design, development, maintenance,and operation of Naval programs through various safety analyses and testing. Areas of analysisinclude hardware, software, human, and firmware.· Preparation of system safety analysis documentation in accordance with MIIL-STD-882 series.· Coordination and execution of comprehensive technical data packages, Safety AssessmentReports (SARs), and presentations to support SSSTRP and WSESRB.· System safety support to system development activities such as integrated products teams,working group meetings, documentation reviews, design reviews, test events, or related functions· Identification, documentation, and tracking resolutions of safety anomalies and issues.· Interface with the Principal for Safety (PFS) regarding system safety issues and resolutions.
Desired Experience: 1 Year
1.5 Software System Safety Engineer
Software System Safety Engineer Experience:
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
84 of 96 FINAL
· Proficient understanding of DoD policies, guidance, and best practices regarding system safety· Preparation of software system safety analysis documentation in accordance with the JointSoftware Systems Safety Engineering Handbook.· Application of system safety principals and methods in the design, development, maintenance,and operation of Naval programs through various safety analyses and testing. Areas of analysisinclude hardware, software, human, and firmware.· Preparation of system safety analysis documentation in accordance with MIIL-STD-882 series.· Coordination and execution of comprehensive technical data packages, Safety AssessmentReports (SARs), and presentations to support SSSTRP and WSESRB.· Understanding of Information Assurance (IA) architectures.· End to end systems engineering lifecycle.· Knowledge Messaging/data delivery frameworks.· Service Oriented Architecture (SOA).· Java, J2EE, JavaScript development.· Provide maintenance to total systems engineering perspective.· Provide maintenance to legacy infrastructure components.· Use of coding methods in specific programming languages to initiate or enhance programexecution and functionality by performing code analysis.· Evaluation, recommendation, and selection of hardware and software solutions.· Research/analyze data processing functions, methods and procedures.· Full Information Technology (IT) lifecycle, which includes requirements, development, testing,and production implementation.· Computer hardware, operating system software and desktop applications with a specificconcentration in one or more areas.· One or more structured programming languages.· Hardware or software design methods and processes.· Design principles and applications.· Design principles and applications related to integrated plant, aircraft, ship and/or weaponssystems (Naval architecture only).· Knowledge of application development tools.· C, C++, UNIX/Linux.
Desired Experience: 3 Years
NAVSEA 5252.237-9106 SUBSTITUTION OF PERSONNEL (SEP 1990)
(a) The Contractor agrees that a partial basis for award of this contract is the list of key personnelproposed. Accordingly, the Contractor agrees to assign to this contract those key persons whoseresumes were submitted with the proposal necessary to fulfill the requirements of the contract. Nosubstitution shall be made without prior notification to and concurrence of the Contracting Officer inaccordance with this requirement. (b) All proposed substitutes shall have qualifications equal to orhigher than the qualifications of the person to be replaced. The Contracting Officer shall benotified in writing of any proposed substitution at least forty-five (45) days, or ninety (90) days if asecurity clearance is to be obtained, in advance of the proposed substitution. Such notification shallinclude: (1) an explanation of the circumstances necessitating the substitution; (2) a completeresume of the proposed substitute; and (3) any other information requested by the ContractingOfficer to enable him/her to judge whether or not the Contractor is maintaining the same highquality of personnel that provided the partial basis for award.
Ddl-H13 POST AWARD CONTRACTOR PERSONNEL APPROVAL
(a) Requests for post award approval of additional and/or replacement personnel (both Key andnon-Key) shall be submitted via e-mail. E-mail submissions shall be made simultaneously to the
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
85 of 96 FINAL
Contract Specialist and the COR, and the Alternate COR. Electronic notification via e-mail fromthe Contract Specialist will serve as written approval/disapproval on behalf of the ContractingOfficer. This approval is required before an individual may begin charging to the Task Order.
(b) It is desired that resumes be submitted in the format required below. However, in order toexpedite contract administration, contractor format may be used providing sufficient information issubmitted for an independent comparison of the individual's qualifications with labor categoryrequirements.
(c) If the employee is not a current employee of the contractor (or a subcontractor), a copy of theaccepted offer letter (which identifies a projected start date and the agreed to annual salary) shallbe provided.
Ddl-H16 RESUME FORMAT AND CONTENT REQUIREMENTS
All resumes submitted under this contract shall be provided in the following format.
(a) COMPLETE NAME
(b) CONTRACT LABOR CATEGORY
(c) CONTRACTOR'S LABOR CATEGORY
(d) CURRENT EMPLOYER
(e) AVAILABILITY (state as a percentage of a total man-year the amount of time the individualshall be dedicated to the resultant contract. Note whether individual is proposed or is working as akey person on another requirement and, if so, provide explanation as to how both requirements willbe satisfied).
(f) LEVEL OF SECURITY CLEARANCE
(g) CURRENT WORK LOCATION
(h) PLANNED WORK LOCATION (If the planned work location is other than the offeror's primarylocation supporting this effort, the nature of the proposed individual's planned contribution shall bediscussed.)
(i) CHRONOLOGICAL WORK HISTORY/EXPERIENCE -- Show experience and dates as follows:
Name of Employer; 6 years 4 mos.; 10/91 - 2/98; Position Title
Work experience shall be presented in separate paragraphs, clearly marked with proper category ofexperience (Qualifying Experience; Non-Relevant Experience -- If relevant and non-relevantexperience was obtained while at the same employer, separate time periods shall be noted foreach assignment.) All qualifying experience shall be presented in a level of detail that will permitthe evaluator to make a clear connection between the experience and the stated qualifications forthe labor category. Specific examples of work assignments, accomplishments, and products shall beprovided. Phrases such as "assisted with", "participated in", or "supported" are unacceptable exceptas introductory to a detailed description of the actual work performed. In addition, the resume forthe Project Manager shall list previous contracts or tasks under which he/she had technical andmanagement responsibility including contract number and customer point of contact.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
86 of 96 FINAL
All military experience claimed shall be described such that each tour is treated as a separateemployer. Time frames/titles/ responsibilities shall be provided at the level of detail prescribed byabove. Military experience not documented in this manner may not be considered.
Contractors shall avoid gaps in experience as time unaccounted for may lead to rejection of theresume.
The cut-off date for any experience claimed shall be the date the resume is certified (see paragraph(k) below).
(j) PROFESSIONAL DEVELOPMENT -- Show any honors, degrees, publications, professionallicenses, specialized certifications and other evidence of professional accomplishments that aredirectly relevant and impact the offerors ability to perform the contract. The following format ispreferred:
Degree(s); Date(s); Institution; Major/Minor
(k) CERTIFICATION -- A certification of correctness of information, signed and dated by both theperson named and the contractor, scanned in PDF format, and forwarded electronically to theGovernment. The employee certification shall include the following statement: CERTIFICATION: "Icertify that the professional development and experience described herein is complete andaccurate in all respects. I consent to the disclosure of my resume for NSWCDD Solicitation/OrderN00024- (insert appropriate solicitation or contract number) by (insert Company name) and intendto make myself available to work under the contract to the extent proposed."
Employee Signature and Date Contractor Signature and Date
Resumes without this certification may not be considered. The employee and contractorcertifications shall not be dated earlier than the issue date of this solicitation.
If the employee is not a current employee of the contractor (or a subcontractor), a copy of theaccepted offer letter (which identifies a projected start date and the agreed to annual salary) shallbe provided.
NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)
(a) Performance of the work hereunder shall be subject to written technical instructions issuedelectronically by the Contract Specialist on behalf of the Contracting Officer. As used herein,technical instructions are defined to include the following:
(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis,fill in details or otherwise serve to accomplish the contractual PWS.
(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications ortechnical portions of work description.
(b) Technical instructions must be within the general scope of work stated in the order. Technicalinstructions may not be used to: (1) assign additional work under the order; (2) direct a change asdefined in the "CHANGES" clause of the basic contract; (3) increase or decrease theestimated order amount (including fee), as applicable, the level of effort, or the time requiredfor task order performance; or (4) change any of the terms, conditions or specifications of the order.
(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
87 of 96 FINAL
the order or is inconsistent with this requirement, the Contractor shall notify the Contracting Officerin writing within ten (10) working days after the receipt of any such instruction. The Contractor shallnot proceed with the work affected by the technical instruction unless and until the Contractor isnotified by the Contracting Officer that the technical instruction is within the scope of this order.
(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performingthat portion of the contractual work statement which is not affected by the disputed technicalinstruction.
NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (JAN 2008)
(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presentlyavailable and allotted to this contract for payment of fee for incrementally funded contract line itemnumber/contract subline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below. The amount(s)presently available and allotted to this contract for payment of cost for incrementally fundedCLINs/SLINs is set forth below. As provided in the clause of this contract entitled "LIMITATION OFFUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and the period of performance for which itis estimated the allotted amount(s) will cover are as follows:
ITEMALLOTTEDTO COST
ALLOTTEDTO FIXEDFEE
CPFF EST. POP
4000 2,821,108.8308/01/2011 -06/30/2012
4001 60,657.0408/01/2011 -06/30/2012
4002 14,577.8808/01/2011 -06/30/2012
4100 4,239,319.0007/01/2012 -06/30/2013
4102 68,500.0007/01/2012 -06/13/2013
4103 1,735,146.0007/01/2012 -06/30/2013
6000 0.00 0.00 50,433.1808/01/2011 -06/30/2012
6100 0.00 0.00 103,400.0007/01/2012 -06/30/2013
(b) The parties contemplate that the Government will allot additional amounts to this contract fromtime to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and anysuch modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee,the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected tocover.
(c) CLINs/SLINs 4102 are fully funded and performance under these CLINs/SLINs is subject to theclause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20).
(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs fromthe costs of performance of fully funded CLINs/SLINs.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
88 of 96 FINAL
INSTRUCTIONS REGARDING INVOICING OF FIXED FEE DURING PERFORMANCE
(a) The clause entitled "ALLOTMENT OF FUNDS" in this Section provides the cumulative amountfunded. Separate amounts are provided for Estimated Cost and Fixed Fee. The funded fixed fee isbased on the ratio of negotiated Fixed Fee to Estimated Cost in Section B (including FacilitiesCapital Cost of Money) for the applicable Task Order period. When obligating labor funds, theSeaPort-e software computes, for the Government, separate cumulative cost and fee amounts. These amounts are then used by the Government to complete the "ALLOTMENT OF FUNDS"clause. The contractor is not authorized to invoice in excess of the funded fee dollars shown in theALLOTMENT OF FUNDS" clause for each Labor CLIN.
NAVSEA 5252.216-9122 LEVEL OF EFFORT – ALTERNATE 1 (MAY 2010)
(a) The Contractor agrees to provide the total level of effort specified below in performance of the workdescribed in Sections B and C of this contract. The total level of effort for the performance of thiscontract shall be
219189.00
total man-hours of direct labor, including subcontractor direct labor for those subcontractors specificallyidentified in the Contractor's proposal as having hours included in the proposed level of effort. Thetable below and information for blanks in paragraph (b) and (d) are to be completed by the Offeror.
Total LaborHours
Compensated Uncompensated
Base Period (CLIN 4000and 4001)
73,063 73,063 0
Option 1 (CLIN 4100) 73,063 73,063 0Option 2 (CLIN 4200) 73,063 73,063 0
(b) Of the total man-hours of direct labor set forth above, it is estimated that 0 man-hours areuncompensated effort.
Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week withoutadditional compensation for such excess work. All other effort is defined as compensated effort. If noeffort is indicated in the first sentence of this paragraph, uncompensated effort performed by theContractor shall not be counted in fulfillment of the level of effort obligations under this contract.
(c) Effort performed in fulfilling the total level of effort obligations specified above shall only includeeffort performed in direct support of this contract and shall not include time and effort expended onsuch things as (local travel to and from an employee's usual work location), uncompensated effort whileon travel status, truncated lunch periods, work (actual or inferred) at an employee's residence or othernon-work locations (except as provided in paragraph (i) below), or other time and effort which does nothave a specific and direct contribution to the tasks described in Sections B and C.
(d) The level of effort for this contract shall be expended at an average rate of approximately 1,442.03hours per week. It is understood and agreed that the rate of man-hours per month may fluctuate inpursuit of the technical objective, provided such fluctuation does not result in the use of the totalman-hours of effort prior to the expiration of the term hereof, except as provided in the followingparagraph.
(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of directlabor to such an extent that the total man-hours of effort specified above would be used prior to theexpiration of the term, the Contractor shall notify the Contracting Officer in writing setting forth the
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
89 of 96 FINAL
acceleration required, the probable benefits which would result, and an offer to undertake theacceleration at no increase in the estimated cost or fee together with an offer, setting forth a proposedlevel of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of theterm hereof. The offer shall provide that the work proposed will be subject to the terms and conditionsof this contract and any additions or changes required by then current law, regulations, or directives,and that the offer, with a written notice of acceptance by the Contracting Officer, shall constitute abinding contract. The Contractor shall not accelerate any effort until receipt of such written approvalby the Contracting Officer. Any agreement to accelerate will be formalized by contract modification.
(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure ofdirect labor such that the total man-hours of effort specified in paragraph (a) above would be used priorto the expiration of the term. This order shall specify the acceleration required and the resultingrevised term. The Contractor shall acknowledge this order within five days of receipt.
(g) The Contractor shall provide and maintain an accounting system, acceptable to the AdministrativeContracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred andeffort (compensated and uncompensated, if any) provided in fulfillment of the level of effortobligations of this contract. The Contractor shall indicate on each invoice the total level of effortclaimed during the period covered by the invoice, separately identifying compensated effort anduncompensated effort, if any.
(h) Within 45 days after completion of the work under each separately identified period of performancehereunder, the Contractor shall submit the following information in writing to the Contracting Officerwith copies to the cognizant Contract Administration Office and to the DCAA office to which vouchersare submitted: (1) the total number of man-hours of direct labor expended during the applicableperiod; (2) a breakdown of this total showing the number of man-hours expended in each direct laborclassification and associated direct and indirect costs; (3) a breakdown of other costs incurred; and (4)the Contractor's estimate of the total allowable cost incurred under the contract for the period. Within45 days after completion of the work under the contract, the Contractor shall submit, in addition, in thecase of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced torecover excess funds. All submissions shall include subcontractor information.
(i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental tocontract performance, the Contractor may perform up to 10% of the hours at an alternative worksite,provided the Contractor has a company-approved alternative worksite plan. The primary worksite is thetraditional “main office” worksite. An alternative worksite means an employee’s residence or atelecommuting center. A telecommuting center is a geographically convenient office setting as analternative to an employee’s main office. The Government reserves the right to review the Contractor’salternative worksite plan. In the event performance becomes unacceptable, the Contractor will beprohibited from counting the hours performed at the alternative worksite in fulfilling the total level ofeffort obligations of the contract. Regardless of work location, all contract terms and conditions,including security requirements and labor laws, remain in effect. The Government shall not incur anyadditional cost nor provide additional equipment for contract performance as a result of theContractor’s election to implement an alternative worksite plan.
(j) Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATION OFFUNDS or LIMITATION OF COST clauses, as applicable, the period of performance may be extendedand the estimated cost may be increased in order to permit the Contractor to provide all of theman-hours listed in paragraph (a) above. The contractor shall continue to be paid fee for eachman-hour performed in accordance with the terms of the contract.
SAVINGS INITIATIVE
In accordance with the contractor's proposal, the contractor shall provide the following savingsinitiatives to the Government in performance of this task order.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
90 of 96 FINAL
Fixed Fee: . Pass-Thru Rate: Annual Labor Escalation: Rate Caps:
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
91 of 96 FINAL
SECTION I CONTRACT CLAUSES
CLAUSES INCORPORATED BY REFERENCE:
52.224-1 Privacy Act Notification (Apr 1984)
52.224-2 Privacy Act (Apr 1984)
252.239-7001 Information Assurance Contractor Training and Certification (Jan 2008)
CLAUSES INCORPORATED BY FULL TEXT:
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (NAVSEA VARIATION)(SEP 2009)
(a) The Government may extend the term of this contract by written notice(s) to the Contractorwithin the periods specified below. If more than one option exists the Government has the right tounilaterally exercise any such option whether or not it has exercised other options.
ITEM(S) LATEST OPTION EXERCISE DATE
4100 Option 1 Labor 7/1/20126100 Option 1 ODC 7/1/20124200 Option 2 Labor 7/1/20136200 Option 2 ODC 7/1/2013
(b) If the Government exercises this option, the extended contract shall be considered to includethis option clause.
(c) The total duration of this contract, including the exercise of any option(s) under this clause, shallnot exceed three (3) years, however, in accordance with paragraph (g) of the requirement of thiscontract entitled "LEVEL OF EFFORT" (NAVSEA 5252.216-9122), if the total manhours delineatedin paragraph (a) of the LEVEL OF EFFORT requirement, have not been expended within theperiod specified above, the Government may require the Contractor to continue to perform the workuntil the total number of manhours specified in paragraph (a) of the aforementioned requirementhave been expended.
(End of Clause)
52.244-2 SUBCONTRACTS (JUN 2007); ALTERNATE 1 (JUN 2007) (a) Definitions. As used in this clause--
Approved purchasing system means a Contractor's purchasing system that has been reviewed andapproved in accordance with Part 44 of the Federal Acquisition Regulation (FAR).
Consent to subcontract means the Contracting Officer's written consent for the Contractor to enterinto a particular subcontract.
Subcontract means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor tofurnish supplies or services for performance of the prime contract or a subcontract. It includes, but isnot limited to, purchase orders, and changes and modifications to purchase orders.
(b) When this clause is included in a fixed-price type contract, consent to subcontract is required
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
92 of 96 FINAL
only on unpriced contract actions (including unpriced modifications or unpriced delivery orders),and only if required in accordance with paragraph (c) or (d) of this clause.
(c) If the Contractor does not have an approved purchasing system, consent to subcontract isrequired for any subcontract that—
(1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or
(2) Is fixed-price and exceeds—
(i) For a contract awarded by the Department of Defense, the Coast Guard, or the NationalAeronautics and Space Administration, the greater of the simplified acquisition threshold or 5percent of the total estimated cost of the contract; or
(ii) For a contract awarded by a civilian agency other than the Coast Guard and the NationalAeronautics and Space Administration, either the simplified acquisition threshold or 5 percent ofthe total estimated cost of the contract.
(d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtainthe Contracting Officer’s written consent before placing the following subcontracts:
(e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing anysubcontract or modification thereof for which consent is required under paragraph (b), (c), or (d) ofthis clause, including the following information:
(i) A description of the supplies or services to be subcontracted.
(ii) Identification of the type of subcontract to be used.
(iii) Identification of the proposed subcontractor.
(iv) The proposed subcontract price.
(v) The subcontractor’s current, complete, and accurate cost or pricing data and Certificate ofCurrent Cost or Pricing Data, if required by other contract provisions.
(vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standardswhen such data are required by other provisions of this contract.
(vii) A negotiation memorandum reflecting—
(A) The principal elements of the subcontract price negotiations;
(B) The most significant considerations controlling establishment of initial or revised prices;
(C) The reason cost or pricing data were or were not required;
(D) The extent, if any, to which the Contractor did not rely on the subcontractor’s cost or pricing datain determining the price objective and in negotiating the final price;
(E) The extent to which it was recognized in the negotiation that the subcontractor’s cost or pricingdata were not accurate, complete, or current; the action taken by the Contractor and thesubcontractor; and the effect of any such defective data on the total price negotiated;
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
93 of 96 FINAL
(F) The reasons for any significant difference between the Contractor’s price objective and the pricenegotiated; and
(G) A complete explanation of the incentive fee or profit plan when incentives are used. Theexplanation shall identify each critical performance element, management decisions used toquantify each incentive element, reasons for the incentives, and a summary of all trade-offpossibilities considered.
(2) The Contractor is not required to notify the Contracting Officer in advance of entering into anysubcontract for which consent is not required under paragraph (c), (d), or (e) of this clause.
(f) Unless the consent or approval specifically provides otherwise, neither consent by the ContractingOfficer to any subcontract nor approval of the Contractor’s purchasing system shall constitute adetermination—
(1) Of the acceptability of any subcontract terms or conditions;
(2) Of the allowability of any cost under this contract; or
(3) To relieve the Contractor of any responsibility for performing this contract.
(g) No subcontract or modification thereof placed under this contract shall provide for payment on acost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement typesubcontracts shall not exceed the fee limitations in FAR 15.404-4(c)(4)(i).
(h) The Contractor shall give the Contracting Officer immediate written notice of any action or suitfiled and prompt notice of any claim made against the Contractor by any subcontractor or vendorthat, in the opinion of the Contractor, may result in litigation related in any way to this contract, withrespect to which the Contractor may be entitled to reimbursement from the Government.
(i) The Government reserves the right to review the Contractor’s purchasing system as set forth inFAR Subpart 44.3.
(j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which wereevaluated during negotiations:
Alternate I (Jun 2007).
(f)(2) If the Contractor has an approved purchasing system and consent is not required underparagraph (d), or (e) of this clause, the Contractor nevertheless shall notify the Contracting Officerreasonably in advance of entering into any (i) cost-plus-fixed-fee subcontract, or (ii) fixed-pricesubcontract that exceeds either the simplified acquisition threshold or 5 percent of the totalestimated cost of this contract. The notification shall include the information required byparagraphs (f)(1)(i) through (f)(1)(iv) of this clause. SUBCONTRACTORS/CONSULTANTS (a) In addition to the information required by FAR 52.244-2(f)(1)(vii) above, and in accordance withthe provisions of the contractor's SeaPort-e contract, the contractor shall include the followinginformation in requests to add subcontractors or consultants during performance, regardless ofsubcontract type or pricing arrangement. These requirements apply to all subcontracts/consultingagreements where labor hour performed will be counted against the requirements of the Level of
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
94 of 96 FINAL
Effort clause in Section G of the Task Order. Further, this documentation should be submitted foreach subcontract increase in scope or CPFF/price.
(1) Sole Source justification (if applicable)
(2) A copy of the proposed subcontractor's cost or price proposal.
(3) Documentation establishing that the negotiated price is fair and reasonable.
(4) The results of negotiations to incorporate rate caps no higher than the lower of (i) SeaPort-erate caps for the prime contractor, or in the case where the proposed subcontractor is also aSeaPort-e prime, (ii) rate caps that are no higher than the subcontractor's prime SeaPort-e contract. (5) Detailed justifications to include second-tier subcontracting to other subcontractors orconsultants to include a rationale why these additional firms or consultants could not be obtainedby subcontracts or consulting agreements with the prime contractor. (b) The Government strongly discourages T&M or Labor Hour pricing arrangements because thecontractor has little incentive to manage their labor force effectively or to control ODC costs. However, this type of pricing arrngement is permitted. In these instances, the contractor shallprovide specific justification for negotiating subcontracts with this pricing arrangement. The primecontractor is strongly encouraged to ensure that any fee rate incorporated into the negotiated laborrate(s) does not exceed SeaPort-e limitations. In the case of subcontracts with T&M or Labor Hourpricing arrangements, also identify specific additional surveillance/controls to be employed by theprime contractor to ensure that efficient performance methods are being employed.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
95 of 96 FINAL
SECTION J LIST OF ATTACHMENTS
Attachment J.1 Contract Security Classification Specification, DD Form 254
Attachment J.2 Contracting Officer's Representative (COR) Appointment -Revised
Attachment J.3 ACRN/TI Table
Attachment J.4 Technical Instructions
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0022 AMENDMENT/MODIFICATION NO.
58 PAGE
96 of 96 FINAL