6. ISSUED BY CODE N61331 (If other than Item 6) S3101A ...

116
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 67 06-Jul-2018 1300707128 N/A 6. ISSUED BY CODE N61331 7. ADMINISTERED BY (If other than Item 6) CODE S3101A NSWC, PANAMA CITY 110 Vernon Avenue Panama City FL 32407-7001 [email protected] 850-234-4396 DCMA MUNITIONS AND SUPPORT SYSTEMS SPRINGFIELD BLDG. 1, ARDEC PICATINNY NJ 07806-5000 SCD: C 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. EPS Corporation 78 Apple Street Tinton Falls NJ 07724-2695 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4044-HR02 10B. DATED (SEE ITEM 13) CAGE CODE 64022 FACILITY CODE 26-Jun-2015 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) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment 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 solicitation and 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. IN ITEM 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) Charlene A Buduo, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Charlene A Buduo 06-Jul-2018 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Transcript of 6. ISSUED BY CODE N61331 (If other than Item 6) S3101A ...

2.  AMENDMENT/MODIFICATION NO. 3.  EFFECTIVE DATE 4.  REQUISITION/PURCHASE REQ. NO. 5.  PROJECT NO. (If applicable)

67 06-Jul-2018 1300707128 N/A6.  ISSUED BY CODE N61331 7.  ADMINISTERED BY (If other than Item 6) CODE S3101A

NSWC, PANAMA CITY

110 Vernon Avenue

Panama City FL 32407-7001

[email protected] 850-234-4396

 

DCMA MUNITIONS AND SUPPORTSYSTEMS SPRINGFIELD

BLDG. 1, ARDEC

PICATINNY NJ 07806-5000

 

SCD: C

   8.  NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code)   9A.  AMENDMENT OF SOLICITATION NO.

EPS Corporation    78 Apple Street    Tinton Falls NJ 07724-2695   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4044-HR02

    10B.  DATED (SEE ITEM 13)

CAGECODE

64022 FACILITY CODE   26-Jun-2015

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 THE PLACEDESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.  If by virtue of this amendmentyou 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 solicitation and thisamendment, 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)

      Charlene A Buduo, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Charlene A Buduo 06-Jul-2018 

(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 2

GENERAL INFORMATION

The purpose of this modification is to incorporate incremental funding in the amount of $257,500.84. Accordingly, said Task Order is modified as follows:

1.  The following SLINs are incorporated into the Task Order and funding is provided as follows:

CLIN/SLIN Type Of Fund From ($) By ($) To ($)

7400AR PMC 0.00 10,000.00 10,000.00

7400AS OPN 0.00 50,062.00 50,062.00

7400AT RDT&E 0.00 100,000.00 100,000.00

 9400AH  OPN  0.00  67,438.84  67,438.84

9400AJ RDT&E 0.00  0.00 30,000.00

  

2.  As a result of the above funding, the total amount funds obligated to the task is hereby increased from$11,102,857.34 by $257,500.84 to $11,360,358.18.

 3.  The total value of the order and level of effort remain unchanged.

 4.  The Task Order Contract Line Items (CLINs) funding is identified in Section H Special ContractRequirements NAVSEA Clause 5252.232-9104 Allotment of Funds.

5. Section G Accounting data incorporates the accounting data for each CLIN/SLIN.

6. Section F incorporates the period of performance for each CLIN/SLIN.

7.  Except as provided herein, all terms and conditions remain unchanged and in full force and effect.

8.  A conformed copy of this Task Order is attached to this modification for information purposes only.

 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 2 of 2

 FINAL 

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7000 R425 CPFF Base Year. See SectionB, note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.(Fund Type - TBD)

41254.0 LH $2,511,583.59 $138,137.30 $2,649,720.89

700001 R425 Incrementally Funded PR#1300506077 $50,000.00 (OMAPROJECT ORDER - FUNDING)(Fund Type - OTHER)

700002 R425 Incrementally Funded PR#1300520140 $15,000.00 (OMMC- FUNDING) 10 U.S.C. 2410aAuthority is being Invoked(Fund Type - OTHER)

700003 R425 Incrementally Funded PR#1300520211 $15,000.00 (OMMC- FUNDING) 10 U.S.C. 2410aAuthority is being Invoked(Fund Type - OTHER)

700004 R425 Incrementally Funded PR#1300520217 $20,000.00 (PMC- FUNDING) 10 U.S.C. 2410aAuthority is being Invoked(Fund Type - OTHER)

700005 R425 Incrementally Funded PR#1300520222 $40,000.00 10U.S.C. 2410a Authority isbeing Invoked (RDT&E)

700006 R425 Incrementally Funded PR#1300520851 $22,900.00 (PMC- FUNDING) 10 U.S.C. 2410aAuthority is being Invoked(Fund Type - OTHER)

700007 R425 Incrementally Funded PR#1300520852 $5,100.00 (PMC -FUNDING) 10 U.S.C. 2410aAuthority is being Invoked(Fund Type - OTHER)

700008 R425 Incrementally Funded PR#1300520853 $24,714.45 (PMC- FUNDING) 10 U.S.C. 2410a

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 1 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Authority is being Invoked(Fund Type - OTHER)

700009 R425 Incrementally Funded PR#1300521458 $64,215.69 10U.S.C. 2410a Authority isbeing Invoked (RDT&E)

700010 R425 Incrementally Funded PR#1300520103 $550,000.00(O&MN,N)

700011 R425 Incrementally Funded PR#1300521834 $370,000.00 10U.S.C. 2410a Authority isbeing Invoked (O&MN,N)

700012 R425 DELETE Incrementally FundedPR# 1300522114 FROM$171,130.00 TO $0.00(RDT&E)

700013 R425 Incrementally Funded PR#1300521951 $74,400.00(RDT&E)

700014 R425 Incrementally Funded PR#1300521846 $30,000.00 (FundType - OTHER)

700015 R425 Incrementally Funded PR#1300523261 $9,679.00 (SCN)

700016 R425 Incrementally Funded PR#1300523159 $45,887.00 10U.S.C. 2410a Authority isbeing Invoked (O&MN,N)

700017 R425 1300523160 $8,121.00 10U.S.C. 2410a Authority isbeing Invoked (O&MN,N)

700018 R425 1300524708 $60,000.00 10U.S.C. 2410a Authority isbeing Invoked (O&MN,N)

700019 R425 Incrementally Funded PR#1300529333 $97,000.00(RDT&E)

700020 R425 Incrementally Funded PR#1300531515 $98,800.00 (WCF)

700021 R425 Incrementally Funded PR#1300532652 $95,000.00(O&MN,N)

700022 R425 DELETE Incrementally FundedPR# 1300531274 FROM$45,000.00 TO $0.00 (WCF)

700023 R425 Incrementally Funded PR#1300539096 $171,130.00(RDT&E)

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 2 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

700024 R425 Incrementally Funded PR#1300551600 $55,000.00 10U.S.C. 2410a Authority isbeing Invoked (RDT&E)

700025 R425 Incrementally Funded PR#1300549557 $100,000.00(WCF)

700026 R425 Incrementally Funded PR#1300550066 $92,200.00(RDT&E)

700027 R425 Incrementally Funded PR#1300534502 $75,000.00 (FundType - OTHER)

700029 R425 Incrementally Funded PR#1300549384 $63,000.00(O&MN,N)

700030 R425 Incrementally Funded PR#1300551600 $24,300.00 10U.S.C. 2410a Authority isbeing Invoked (RDT&E)

700031 R425 Incrementally Funded PR#1300556504 $255,000.00(O&MN,N)

700032 R425 Incrementally Funded PR#1300561038 $20,000.00(RDT&E)

700033 R425 Incrementally Funded PR#1300564478 $35,000.00(RDT&E)

700034 R425 Incrementally Funded PR#1300567381 $152,800.80(RDT&E)

700035 R425 Incrementally FundedPR#1300569853 $15,000(RDT&E)

700036 R425 Incrementally FundedPR#1300571447 $215,530(RDT&E)

7001 R425 CPFF Task Order Year 2. SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. (Fund Type -TBD)

0.0 LH $0.00 $0.00 $0.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 3 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7002 R425 CPFF Option 2. See SectionB, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. (Fund Type -TBD)

0.0 LH $0.00 $0.00 $0.00

7101 R425 CPFF Task Order Year 2. TI0006 (O&MN,N)

8888.0 LH $546,919.43 $30,080.57 $577,000.00

710101 R425 Incremental funding PR #1300578063 (O&MN,N)

7102 R425 CPFF Task Order Year 2. TI0003 (RDT&E)

1155.0 LH $71,090.05 $3,909.95 $75,000.00

710201 R425 Incremental funding PR#1300572175 2410a Authorityis hereby invoked. (RDT&E)

7103 R425 CPFF Task Order Year 2.TI0004 (RDT&E)

1032.0 LH $63,507.11 $3,492.89 $67,000.00

710301 R425 Incremental funding PR#1300575533 (RDT&E)

710302 R425 Incremental funding PR#1300601724 (RDT&E)

7104 R425 CPFF Task Order Year 2. TI0007 10 U.S.C 2410 (a)authority is being invoked.(FMS Case #JA-P-NAC)

462.0 LH $28,436.02 $1,563.98 $30,000.00

710401 R425 Incremental FundingPR#1300574334 (FMS)

7105 R425 CPFF Task Order Year Two.TI0016 (Fund Type - OTHER)

444.0 LH $27,313.07 $1,502.22 $28,815.29

710501 R425 Incremental FundingPR#1300577173 (Fund Type -OTHER)

710502 R425 Incremental FundingPR#1300599320 (Fund Type -OTHER)

7106 R425 CPFF Task Order Year 2. TI0010 (O&MN,N)

1540.0 LH $94,786.73 $5,213.27 $100,000.00

710601 R425 Incremental Funding PR#1300573950 10 USC 2410aAuthority is being invoked.(O&MN,N)

7107 R425 CPFF Task Order Year 2. TI0015 (Fund Type - TBD)

1615.0 LH $99,383.89 $5,466.11 $104,850.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 4 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

710701 R425 Incremental fundingPR#1300579818 TI 0015 (SCN)

710702 R425 Incremental fundingPR#1300579165 TI 0015(RDT&E)

710703 R425 Incremental fundingPR#1300579556 TI 0015(NDSF)

710704 R425 Incremental fundingPR#1300579857 (O&MN,N)

710705 R425 Incremental fundingPR#1300579115 (RDT&E)

7108 R425 CPFF Task Order Year 2.TI0013. (Fund Type - TBD)

1146.0 LH $70,521.33 $3,878.67 $74,400.00

710801 R425 Incremental FundingPR#1300580767 (RDT&E)

7109 R425 CPFF. Task Order Year 1.TI0008. (Fund Type - TBD)

1155.0 LH $71,090.05 $3,909.95 $75,000.00

710901 R425 Incremental fundingPR#1300579153 TI 0008r100(RDT&E)

7110 R425 CPFF. Task Order Year 2.TI0014 (Fund Type - TBD)

1146.0 LH $70,521.33 $3,878.67 $74,400.00

711001 R425 Incremental fundingPR#1300581004 (RDT&E)

7111 R425 CPFF Task Order Year 2. TI00017 (RDT&E)

558.0 LH $34,353.84 $1,889.46 $36,243.30

711101 R425 Incremental fundingPR#1300584249 (RDT&E)

711102 R425 Incremental fundingPR#1300583028 (RDT&E)

7112 R425 CPFF. Task Order Year 2. TI0018 (Fund Type - TBD)

3184.0 LH $195,910.24 $10,775.06 $206,685.30

711201 R425 Incremental fundingPR#1300579736 (RDT&E)

711202 R425 Incremental fundingPR#1300591253 10 U.S.C.2410A Authority is beingInvoked for this line item.(RDT&E)

711203 R425 Incremental Funding PR#1300598677 10 USC 2410aAuthority is invoked.(RDT&E)

7113 R425 CPFF Task Order Year 2TI0002 (Fund Type - TBD)

2796.0 LH $172,037.91 $9,462.09 $181,500.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 5 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

711301 R425 Incremental fundingPR#1300587008 (RDT&E)

711302 R425 Incremental fundingPR#1300598101 10 USC 2410aAuthority is invoked(RDT&E)

711303 R425 Incremental FundingPR#1300598102 10 USCAuthority is invoked(RDT&E)

7114 R425 CPFF. Task Order Year 2.TI0019 (Fund Type - TBD)

415.0 LH $25,562.29 $1,405.93 $26,968.22

711401 R425 Incremental fundingPR#1300592655 (RDT&E)

7115 R425 CPFF. Task Order Year 2.TO0020rev0 (Fund Type -TBD)

924.0 LH $56,872.04 $3,127.96 $60,000.00

711501 R425 Incrementally FundedPR#1300606414 (O&MN,N)

7116 R425 CPFF Task Order Year 2TI0007rev101 (Fund Type -TBD)

308.0 LH $18,957.35 $1,042.65 $20,000.00

711601 R425 Incrementally FundedPR#1300606991 (SCN)

7117 R425 CPFF. Task Year 2. TI0021(Fund Type - TBD)

456.0 LH $28,085.90 $1,544.72 $29,630.62

711701 R425 Incremental FundingPR#1300607632 (Fund Type -OTHER)

7200 $1,178,695.03

7200AA R425 CPFF Task Order Year 2. SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. (OPN)

0.0 LH $0.00 $0.00 $0.00

7200AB R425 CPFF Task Order Year 2. SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained in

354.0 LH $21,800.95 $1,199.05 $23,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 6 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Section J. Ref.TI0004rev102 (RDT&E)

7200AC R425 CPFF Task Order Year 2. SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0018rev4(RDT&E)

263.0 LH $16,178.18 $889.80 $17,067.98

7200AD R425 CPFF Task Order Year 2. SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0015R1(RDT&E)

482.0 LH $29,663.51 $1,631.49 $31,295.00

7200AE R425 CPFF Task Order Year 2. SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0014rev001 (RDT&E)

1232.0 LH $75,829.38 $4,170.62 $80,000.00

7200AF R425 CPFF Task Order Year 2. SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0015rev002 (RDT&E)(RDT&E)

344.0 LH $21,189.57 $1,165.43 $22,355.00

7200AG R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with Performance

764.0 LH $47,003.34 $2,585.18 $49,588.52

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 7 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Work Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0010rev101 (OM&N)(O&MN,N)

7200AH R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0013rev2(RDT&E)

677.0 LH $41,642.16 $2,290.32 $43,932.48

7200AJ R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0020rev001 (O&MN,N)

816.0 LH $50,236.97 $2,763.03 $53,000.00

7200AK R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0018rev005 (RDT&E)

308.0 LH $18,945.04 $1,041.98 $19,987.02

7200AL R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained in

287.0 LH $17,681.91 $972.51 $18,654.42

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 8 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Section J. Ref. TI0023rev0(RDT&E)

7200AM R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0015rev003 (O&MN,N)

659.0 LH $40,568.72 $2,231.28 $42,800.00

7200AN R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0024rev0(O&MN,N)

193.0 LH $11,895.73 $654.27 $12,550.00

7200AP R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0024rev0(O&MN,N)

864.0 LH $53,161.40 $2,923.88 $56,085.28

7200AQ R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0024rev0(O&MN,N)

464.0 LH $28,540.62 $1,569.73 $30,110.35

7200AR R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.

80.0 LH $4,895.73 $269.27 $5,165.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 9 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0024rev0(O&MN,N)

7200AT R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0024rev0(RDT&E)

695.0 LH $42,748.82 $2,351.18 $45,100.00

7200AU R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0024rev0(O&MN,N)

1624.0 LH $99,935.03 $5,496.43 $105,431.46

7200AV R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0024rev0(O&MN,N)

2936.0 LH $180,676.78 $9,937.22 $190,614.00

7200AW R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),

1829.0 LH $112,563.03 $6,190.97 $118,754.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 10 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

DD1423-2, and any otherattachments contained inSection J. Ref. TI0024rev0(O&MN,N)

7200AX R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0024rev0(O&MN,N)

548.0 LH $33,709.95 $1,854.05 $35,564.00

7200AY R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C,Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0008rev101 (RDT&E)(RDT&E)

368.0 LH $22,657.33 $1,246.15 $23,903.48

7200AZ R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0003rev101 (RDT&E)(RDT&E)

154.0 LH $9,478.67 $521.33 $10,000.00

7200BA R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0003rev101(RDT&E) (RDT&E)

104.0 LH $6,414.52 $352.80 $6,767.32

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 11 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7200BB R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0007rev102 (O&MN,N)(O&MN,N)

162.0 LH $9,984.10 $549.13 $10,533.23

7200BC R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List(CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0022rev0(RDT&E) (RDT&E)

139.0 LH $8,529.62 $469.13 $8,998.75

7200BD R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev001 (O&MN,N)(O&MN,N)

451.0 LH $27,747.19 $1,526.10 $29,273.29

7200BE R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0006rev103 (O&MN,N)(O&MN,N)

509.0 LH $31,325.61 $1,722.91 $33,048.52

7200BF R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.

231.0 LH $14,218.01 $781.99 $15,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 12 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0015rev004 (RDT&E)

7200BG R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0015rev004 (SCN)

31.0 LH $1,895.73 $104.27 $2,000.00

7200BH R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0015rev004 (RDT&E)

48.0 LH $2,983.20 $164.08 $3,147.28

7200BJ R425 CPFF Task Order Year 2.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0020rev002 (O&MN,N)

539.0 LH $33,145.64 $1,823.01 $34,968.65

7300 Reallocated from CLIN 7002,Year 3. CPFF LOE. Period ofPerformance: 26 June 2017through 25 June 2018

$4,401,200.66

7300AA R425 CPFF Task Order Year 3. SeeSection B, notes A, B & D.Intelligent SensingOperational Support in

21165.0 LH $1,318,612.03 $72,523.66 $1,391,135.69

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 13 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

accordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. (Fund Type -TBD)

7300AB R425 CPFF Task Order Year 3. SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref TI0003rev200(RDT&E)

129.0 LH $7,962.09 $437.91 $8,400.00

7300AC R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0003rev200 (RDT&E)

91.0 LH $5,687.20 $312.80 $6,000.00

7300AD R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0003rev200 (RDT&E)

106.0 LH $6,635.07 $364.93 $7,000.00

7300AE R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.

1065.0 LH $66,350.71 $3,649.29 $70,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 14 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

TI0010rev200 (O&MN,N)

7300AF R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0015rev200 (O&MN,N)

335.0 LH $20,853.08 $1,146.92 $22,000.00

7300AG R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0026rev0(RDT&E)

335.0 LH $20,853.08 $1,146.92 $22,000.00

7300AH R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0013rev200 (RDT&E)

2130.0 LH $132,701.42 $7,298.58 $140,000.00

7300AJ R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0025rev010 USC 2410a authority isbeing invoked. (RDT&E)

456.0 LH $28,436.02 $1,563.98 $30,000.00

7300AK R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.

2100.0 LH $130,805.69 $7,194.31 $138,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 15 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0014rev200 (RDT&E)

7300AL R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0006rev200 10 U.S.C. 2410(a) authority s beinginvoked. (O&MN,N)

1445.0 LH $90,047.39 $4,952.61 $95,000.00

7300AM R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0015rev201 (PMC)

305.0 LH $18,995.26 $1,044.74 $20,040.00

7300AN R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0015rev201 (PMC)

198.0 LH $12,331.75 $678.25 $13,010.00

7300AP R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained in

152.0 LH $9,478.67 $521.33 $10,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 16 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Section C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0015rev201 (PMC)

7300AQ R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0015rev201 (SCN)

345.0 LH $21,516.59 $1,183.41 $22,700.00

7300AR R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0022rev200 (RDT&E)

456.0 LH $28,436.02 $1,563.98 $30,000.00

7300AS R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0026rev001 (RDT&E)

755.0 LH $47,014.22 $2,585.78 $49,600.00

7300AT R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev200 (RDT&E)

162.0 LH $10,112.61 $556.19 $10,668.80

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 17 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7300AU R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0006rev201 (O&MN,N)

2967.0 LH $184,834.12 $10,165.88 $195,000.00

7300AW R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev201 (OPN)

609.0 LH $37,914.69 $2,085.31 $40,000.00

7300AX R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev201 **10U.S.C.2410A Authority isbeing invoked. (O&MN,N)

77.0 LH $4,777.25 $262.75 $5,040.00

7300AY R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev201 **10 U.S.C.aAuthority is being invoked.(O&MN,N)

363.0 LH $22,641.09 $1,245.26 $23,886.35

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 18 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7300AZ R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev201 10 U.S.C.aAuthority is being invoked(O&MN,N)

128.0 LH $8,004.25 $440.23 $8,444.48

7300BA R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev201 10.U.S.C 2410AAuthority is being invoked(O&MN,N)

128.0 LH $7,946.59 $437.06 $8,383.65

7300BB R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev201 (RDT&E)

192.0 LH $11,985.78 $659.22 $12,645.00

7300BC R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0027rev0**10 U.S.C. 2410a Authorityis being Invoked.**(O&MN,N)

1902.0 LH $118,483.41 $6,516.59 $125,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 19 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7300BD R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0003rev201 (RDT&E)

298.0 LH $18,578.20 $1,021.80 $19,600.00

7300BE R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0004rev200 (RDT&E)

350.0 LH $21,800.95 $1,199.05 $23,000.00

7300BF R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0015rev202 (RDT&E)

1012.0 LH $63,047.39 $3,467.61 $66,515.00

7300BG R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0008rev200 (RDT&E)

609.0 LH $37,914.69 $2,085.31 $40,000.00

7300BH R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with Performance

685.0 LH $42,654.03 $2,345.97 $45,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 20 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Work Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0014rev201 (RDT&E)

7300BJ R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0014rev201 (RDT&E)

1293.0 LH $80,568.72 $4,431.28 $85,000.00

7300BK R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0003rev202 (RDT&E)

152.0 LH $9,478.67 $521.33 $10,000.00

7300BL R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0003rev202 (RDT&E)

167.0 LH $10,426.54 $573.46 $11,000.00

7300BM R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.

2130.0 LH $132,701.42 $7,298.58 $140,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 21 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

TI0006rev202 (O&MN,N)

7300BN R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0025rev002 (RDT&E)

228.0 LH $14,218.01 $781.99 $15,000.00

7300BP R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0026rev002 10 U.S.C.2410a Authority is beinginvoked. (RDT&E)

152.0 LH $9,478.67 $521.33 $10,000.00

7300BQ R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev202 (OPN)

237.0 LH $14,786.73 $813.27 $15,600.00

7300BR R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev202 (OPN)

285.0 LH $17,747.11 $976.09 $18,723.20

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 22 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7300BS R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev202 (O&MN,N)

1690.0 LH $105,278.98 $5,790.34 $111,069.32

7300BT R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev202 (O&MN,N)

556.0 LH $34,634.12 $1,904.88 $36,539.00

7300BU R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0010rev201 (OPN)

304.0 LH $18,957.35 $1,042.65 $20,000.00

7300BV R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0004rev201 (RDT&E)

342.0 LH $21,327.01 $1,172.99 $22,500.00

7300BW R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with Performance

76.0 LH $4,739.34 $260.66 $5,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 23 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Work Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0026rev003 10 USC 2410aauthority is being invoked.(RDT&E)

7300BX R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0015rev203, Fund TypeO&M,A (Fund Type - OTHER)

766.0 LH $47,696.68 $2,623.32 $50,320.00

7300BY R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev203 (O&MN,N)

1081.0 LH $67,365.88 $3,705.12 $71,071.00

7300BZ R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0010rev202 (O&MN,N)

304.0 LH $18,957.35 $1,042.65 $20,000.00

7300CA R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),

316.0 LH $19,715.64 $1,084.36 $20,800.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 24 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

DD1423-2, and any otherattachments contained inSection J. Ref.TI0003rev203 (O&MN,N)

7300CB R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0003rev203 (O&MN,N)

21.0 LH $1,279.62 $70.38 $1,350.00

7300CC R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev203 (O&MN,N)

3754.0 LH $233,861.61 $12,862.39 $246,724.00

7300CD R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev204 (O&MN,N)

1374.0 LH $85,592.42 $4,707.58 $90,300.00

7300CE R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0003rev204 (RDT&E)

228.0 LH $14,218.01 $781.99 $15,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 25 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7300CF R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0010rev203 (O&MN,N)

304.0 LH $18,957.35 $1,042.65 $20,000.00

7300CG R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev205 (OPN)

152.0 LH $9,478.67 $521.33 $10,000.00

7300CH R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev205 (O&MN,N)

486.0 LH $30,287.73 $1,665.82 $31,953.55

7300CJ R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev205 (O&MN,N)

1164.0 LH $72,531.30 $3,989.22 $76,520.52

7300CK R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with Performance

2332.0 LH $145,285.31 $7,990.69 $153,276.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 26 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Work Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev205 (O&MN,N)

7300CL R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev205 (O&MN,N)

134.0 LH $8,355.48 $459.55 $8,815.03

7300CM R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev206 (OPN)

655.0 LH $40,793.36 $2,243.64 $43,037.00

7300CN R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev206 (OPN)

563.0 LH $35,057.18 $1,928.14 $36,985.32

7300CP R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.

1521.0 LH $94,786.73 $5,213.27 $100,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 27 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

TI0006rev203 (RDT&E)

7300CQ R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref. TI0028(FMS Case #EG-P-GGD)

852.0 LH $53,080.57 $2,919.43 $56,000.00

7300CR R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0010rev204 (O&MN,N)

259.0 LH $16,113.74 $886.26 $17,000.00

7300CS R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev207 (O&MN,N)

1205.0 LH $75,090.05 $4,129.95 $79,220.00

7300CT R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent SensingOperational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev208 (O&MN,N)

657.0 LH $40,943.13 $2,251.87 $43,195.00

7300CU R425 CPFF Task Order Year 3.Incremental Funding SeeSection B, notes A, B & D.Intelligent Sensing

169.0 LH $10,552.37 $580.38 $11,132.75

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 28 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Operational Support inaccordance with PerformanceWork Statement contained inSection C, Contract DataRequirements List (CDRL),DD1423-2, and any otherattachments contained inSection J. Ref.TI0024rev208 (RDT&E)

7400 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.

$3,051,571.33

7400AA R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.(Fund Type - TBD)

16380.0 LH $1,001,926.55 $55,105.75 $1,057,032.30

7400AB R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.Ref.TI0003rev300 (RDT&E)

635.0 LH $38,862.56 $2,137.44 $41,000.00

7400AC R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J. 10USC 2410A is herebyinvoked. (ref TI0010rev300)(O&MN,N)

775.0 LH $47,393.36 $2,606.64 $50,000.00

7400AD R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Support

3486.0 LH $213,270.14 $11,729.86 $225,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 29 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

in accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J. 10USC 2410A authority ishereby invoked.(TI0006rev300) (O&MN,N)

7400AE R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J. 10USC 2410A authority ishereby invoked.(TI0024rev300) (O&MN,N)

1115.0 LH $68,233.34 $3,752.83 $71,986.17

7400AF R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.(TI0024rev300) (O&MN,N)

3513.0 LH $214,919.30 $11,820.56 $226,739.86

7400AG R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J. 10USC 2410A authority ishereby invoked.(TI0024rev300) (O&MN,N)

394.0 LH $24,129.86 $1,327.14 $25,457.00

7400AH R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.(TI0024rev300) (OPN)

155.0 LH $9,478.67 $521.33 $10,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 30 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7400AJ R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.(TI0024rev300) (O&MN,N)

12159.0 LH $743,880.57 $40,913.43 $784,794.00

7400AK R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J. 10USC 2410a authority ishereby invoked.(TI0027rev300) (O&MN,N)

3099.0 LH $189,573.46 $10,426.54 $200,000.00

7400AL R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.(TI0025rev300) (Fund Type -OTHER)

635.0 LH $38,862.56 $2,137.44 $41,000.00

7400AM R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.(TI0028rev300)(FMS Case #EG-P-GGD)

775.0 LH $47,393.36 $2,606.64 $50,000.00

7400AN R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.

310.0 LH $18,957.35 $1,042.65 $20,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 31 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

(TI0015rev300) (PMC)

7400AP R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.(TI0015rev300) 10 USC 2410ais hereby invoked. (O&MN,N)

364.0 LH $22,274.88 $1,225.12 $23,500.00

7400AQ R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.(TI0014rev300) (RDT&E)

1007.0 LH $61,611.37 $3,388.63 $65,000.00

7400AR R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.(TI0015rev301) (PMC)

155.0 LH $9,478.67 $521.33 $10,000.00

7400AS R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.(TI0024rev302) (OPN)

776.0 LH $47,452.13 $2,609.87 $50,062.00

7400AT R425 CPFF Year 4. See Section B,note A & D. IntelligentSensing Operational Supportin accordance withPerformance Work Statementcontained in Section C,Contract Data RequirementsList (CDRL), DD1423-2, andany other attachmentscontained in Section J.(TI0029rev0) (RDT&E)

1549.0 LH $94,786.73 $5,213.27 $100,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 32 of 114

 FINAL 

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9000 R425 Cost - Base Year. See Section B, Note C & D. Not to exceedOther Direct Cost (ODC) in support of CLIN 7000. (FundType - TBD)

1.0 LO $259,829.04

900001 R425 Incrementally Funded PR# 1300520103 $50,000.00 (O&MN,N)

900002 R425 DELETE Incrementally Funded PR# 1300522114 FROM $76,700.00TO $0.00 (RDT&E)

900003 R425 Incrementally Funded PR# 1300521951 $11,200.00 (RDT&E)

900004 R425 Incrementally Funded PR# 1300521846 $10,000.00 (RDT&E)

900005 R425 Incrementally Funded PR# 1300521834 $30,000.00 10 U.S.C.2410a Authority is being Invoked (O&MN,N)

900006 R425 Incrementally Funded PR# 1300524476 $5,100.00 10 U.S.C.2410a Authority is being invoked (PMC)

900007 R425 Incrementally Funded PR# 1300529333 $3,000.00 (RDT&E)

900008 R425 Incrementally Funded PR# 1300531515 $7,000.00 (WCF)

900009 R425 Incrementally Funded PR# 1300539096 $76,700.00 (RDT&E)

900010 R425 REMOVE PR# 1300551600 $24,300.00 from ODC and place onlabor CLIN (RDT&E)

900011 R425 Incrementally Funded PR# 1300550536 $4,000.00 (RDT&E)

900012 R425 Incrementally Funded PR# 1300550066 $21,000.00 (RDT&E)

900013 R425 Incrementally Funded PR# 1300549384 $16,000.00 (O&MN,N)

900014 R425 Incrementally Funded PR# 1300557812 $1,000.00 (RDT&E)

900015 R425 Incrementally Funded PR# 1300561484 $6,000.00 (RDT&E)

900016 R425 Incrementally Funded PR#1300571447 $53,694 for ODCmaterials (RDT&E)

900017 R425 Incrementally Funded PR#1300571447 $767 for Travel (RDT&E)

900018 R425 Incrementally Funded PR #1300571447 $1582 for Travel(RDT&E)

900019 R425 Incrementally Funded PR #1300571447 $11,295 for Travel(RDT&E)

9001 R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. (Fund Type - TBD)

1.0 LO $0.00

9002 R425 Cost; Option 2. See Section B, Notes B, C & D. Not toexceed Other Direct Cost (ODC) in support of CLIN 7002.(Fund Type - TBD)

1.0 LO $0.00

9101 R425 Cost - Task Order Year Two. Travel associated with 710101TI 0006. (O&MN,N)

1.0 LO $17,000.00

910101 R425 Incremental funding PR# 1300578063 (O&MN,N)

910102 R425 Incremental funding PR#1300601397 (OPN)

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 33 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost

9102 R425 Funding provided for travel associated with CLIN 7103 TI0004. (RDT&E)

1.0 LO $7,746.99

910201 R425 Incremental Funding PR #1300575533 (RDT&E)

910202 R425 Incremental Funding PR#1300601724 (RDT&E)

9103 R425 Cost Task Order Year 2. ODC's in support of TI0015 CLIN7104. (MDA)

1.0 LO $0.00

910301 R425 Incremental funding PR#1300579165 TI 0015 (RDT&E)

9104 R425 Cost. Task Order Year 2. Funding provided for Travelassociated with TI0013 and CLIN 7108. (Fund Type - TBD)

1.0 LO $9,000.00

910401 R425 Incremental funding PR#1300580767 (RDT&E)

9105 R425 Cost. Task Order Year 2. ODC in support of TI0008 and CLIN7109. (Fund Type - TBD)

1.0 LO $3,000.00

910501 R425 Incremental funding PR#1300579153 (RDT&E)

9106 R425 Cost. ODC's in support of TI0014 and CLIN 7110. (Fund Type- TBD)

1.0 LO $4,570.14

910601 R425 Incremental funding PR#1300581004 (RDT&E)

9107 R425 Cost. ODC's in support of TI0017 and CLIN 7111 (RDT&E) 1.0 LO $0.00

910701 R425 Incremental funding PR#1300584249 (RDT&E)

910702 R425 Incremental funding PR#1300583028 (RDT&E)

9108 R425 Cost. Task Order Year 2. Funding provided for ODCsassociated with TI18. (Fund Type - TBD)

1.0 LO $19,877.00

910801 R425 Incremental funding PR#1300579736 (RDT&E)

910802 R425 Incremental funding PR#1300591253 10 USC 2410a Authorityis being Invoked for this line item (RDT&E)

910803 R425 Incremental funding PR#1300591253 10 USC 2410a Authorityis being Invoked for this line item (RDT&E)

910804 R425 Incremental funding PR#1300598677 10 USC 2410a Authorityis invoked (RDT&E)

9109 R425 Cost - Task Order Year Two. ODCs associated with TI0002(Fund Type - TBD)

1.0 LO $12,500.00

910901 R425 Incremental funding PR# 1300587008 (RDT&E)

910902 R425 Incremental funding PR#1300598101 10 USC 2410a Authorityis invoked (RDT&E)

910903 R425 Incremental funding PR#1300598102 10 USC 2410a Authorityis invoked (RDT&E)

9110 R425 Cost. ODC's in support of TI00019 and CLIN 7114. (FundType - TBD)

1.0 LO $1,643.87

911001 R425 Incremental funding PR#1300592655 (RDT&E)

9111 R425 Cost - Task Order Year Two. ODC (Travel) associated withTI0013-rev001 (Fund Type - TBD)

1.0 LO $8,558.82

911101 R425 Incremental funding PR# 1300605015 (RDT&E)

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 34 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost

9112 R425 Cost: Task Order Year 2. ODC in support of TI0020rev0(Fund Type - TBD)

1.0 LO $10,000.00

911201 R425 Incrementally Funded PR#1300606414 (O&MN,N)

9113 R425 Cost. Task Order Year 2. ODC in support of TI0006rev102(O&MN,N)

1.0 LO $4,816.29

911301 R425 Incremental Funding PR#1300607264 (O&MN,N)

9200 This CLIN added for funding purposes $26,707.47

9200AA R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. (Fund Type - TBD)

1.0 LO $0.00

9200AB R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. TI0004rev102 (O&MN,N)

1.0 LO $142.81

9200AC R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. TI0018rev4 (RDT&E)

1.0 LO $1,094.75

9200AD R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. TI0020rev001 (O&MN,N)

1.0 LO $449.64

9200AE R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. TI0018rev005 (RDT&E)

1.0 LO $839.25

9200AF R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. TI0023rev0 (RDT&E)

1.0 LO $490.20

9200AG R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. TI0024rev0 (O&MN,N)

1.0 LO $10,274.00

9200AH R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. TI0024rev0 (O&MN,N) (O&MN,N)

1.0 LO $5,270.00

9200AJ R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. TI0008 rev101 (RDT&E) (RDT&E)

1.0 LO $315.81

9200AK R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. TI0003 rev101 (RDT&E) (RDT&E)

1.0 LO $0.00

9200AL R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. TI0024 rev001 (O&MN) (O&MN,N)

1.0 LO $7,831.01

9200AM R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. TI0013rev003 (O&MN,N) (RDT&E)

1.0 LO $0.00

9200AN R425 Cost: Task Order Year 2. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7001. TI0020rev002 (O&MN,N) (O&MN,N)

1.0 LO $0.00

9300 Year 3 from CLIN 9002: ODC Cost Only. Period ofperformance 26 June 2017 through 25 June 2018

$1,251,404.16

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 35 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost

9300AA R425 Cost; Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. (Fund Type - TBD)

1.0 LO $1,100,787.79

9300AB R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0003rev200 10 U.S.C. 2410a Authority is beinginvoked. (RDT&E)

1.0 LO $1,600.00

9300AC R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0026rev0 (RDT&E)

1.0 LO $1,100.00

9300AD R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0013rev200 10 USC 2410a Authority is beinginvoked. (RDT&E)

1.0 LO $21,000.00

9300AE R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0025rev0 10 USC 2410a Authority is being invoked.(RDT&E)

1.0 LO $0.00

9300AF R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0014rev200 (RDT&E)

1.0 LO $16,210.00

9300AG R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0006rev200 10 U.S.C.2410(a) is being invoked.(O&MN,N)

1.0 LO $5,000.00

9300AH R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0026rev001 (RDT&E)

1.0 LO $2,400.00

9300AJ R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0024rev201 10.U.S.Ca Authority is being invoked(O&MN,N)

1.0 LO $4,874.36

9300AK R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0006rev201 (RDT&E)

1.0 LO $5,000.00

9300AL R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0003rev201 (RDT&E)

1.0 LO $400.00

9300AM R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0004rev200 (Materials) (RDT&E)

1.0 LO $1,100.00

9300AN R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0004rev200 (Travel) (RDT&E)

1.0 LO $2,000.00

9300AP R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0014rev201 (Travel) (RDT&E)

1.0 LO $5,000.00

9300AQ R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0006rev202 (O&MN,N)

1.0 LO $10,000.00

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 36 of 114

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost

9300AR R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0026rev002 10 U.S.C. Authority is being invoked.(RDT&E)

1.0 LO $3,500.00

9300AS R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0024rev202 (O&MN,N)

1.0 LO $32,225.00

9300AT R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0004rev201 (RDT&E)

1.0 LO $5,000.00

9300AU R425 Cost: Task Order Year 3. See Section B, Notes B, C & D.Not to exceed Other Direct Cost (ODC) in support of CLIN7002. TI0024rev206 (OPN)

1.0 LO $34,207.01

9400 $1,992,037.38

9400AA R425 Cost - Year 4. See Section B, Note C & D. Not to exceedOther Direct Cost (ODC) in support of CLIN 7400 (Fund Type- TBD)

1.0 LO $1,762,780.46

9400AB R425 Cost - Year 4. See Section B, Note C & D. Not to exceedOther Direct Cost (ODC) in support of CLIN 7400, 10 USC2410A is hereby invoked. Travel in support of TI0006rev300(O&MN,N)

1.0 LO $23,000.00

9400AC R425 Cost - Year 4. See Section B, Note C & D. Not to exceedOther Direct Cost (ODC) in support of CLIN 7400. 10 USC2410a authority is hereby invoked. Materials in support ofTI0006rev300 (O&MN,N)

1.0 LO $2,000.00

9400AD R425 Cost - Year 4. See Section B, Note C & D. Not to exceedOther Direct Cost (ODC) in support of CLIN 7400. 10 USC2410a authority is hereby invoked. Travel in support ofTI0024rev300 (O&MN,N)

1.0 LO $45,257.30

9400AE R425 Cost - Year 4. See Section B, Note C & D. Not to exceedOther Direct Cost (ODC) in support of CLIN 7400. Travel insupport of TI0024rev300 (O&MN,N)

1.0 LO $25,435.00

9400AF R425 Cost - Year 4. See Section B, Note C & D. Not to exceedOther Direct Cost (ODC) in support of CLIN 7400. Materialin support of TI0024rev300 (OPN)

1.0 LO $30,000.00

9400AG R425 Cost - Year 4. See Section B, Note C & D. Not to exceedOther Direct Cost (ODC) in support of CLIN 7400. Travel insupport of TI0024rev301. 10 USC 2410a is hereby invoked.(O&MN,N)

1.0 LO $6,125.78

9400AH R425 Cost - Year 4. See Section B, Note C & D. Not to exceedOther Direct Cost (ODC) in support of CLIN 7400. Travel insupport of TI0024rev302. (OPN)

1.0 LO $67,438.84

9400AJ R425 Cost - Year 4. See Section B, Note C & D. Not to exceedOther Direct Cost (ODC) in support of CLIN 7400. Travel insupport of TI0029rev0. (RDT&E)

1.0 LO $30,000.00

NOTES:NOTE A: TERM FORM, LEVEL OF EFFORT (See FAR Part 16.306(d))For Labor Items, Offerors shall propose the level of effort specified for this CLIN in this Section B.  The CLIN structure andcorresponding level of effort in this Section B reflects the Task Order structure that will be awarded to each successful

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 37 of 114

 FINAL 

Offeror.  Clause HQ B-2-0015 PAYMENT OF FEE(S) (LEVEL OF EFFORT-ALT 1) (NAVSEA) (MAY 2010) clause applies tothese Items. 

NOTE B: Option

CLIN which may be unilaterally exercised. 

NOTE C: ODC

Other Direct Costs shall be proposed in accordance with Section L.  These Items are non-fee bearing CLINs and shall be pricedas cost-only.  Non-fee bearing refers to fee (i.e., profit), not allowable indirect costs or burdens.

Note D: Contracts Crossing Fiscal Years

In accordance with DFARS 232.703-3, this Task Order includes severable services that begin in one fiscal year and end in thenext fiscal year. For CLINs and SLINs annotating Note D, 10 U.S.C 2410(a) Authority applies which authorizes the use of anappropriation beyond the normal expiration date to fund severable services for a period of performance of less than twelvemonths; the CLIN must begin in the fiscal year the appropriation would normally have been available.

 MOD 54

HQ B-2-0007 LIMITATION OF COSTS OR LIMITATION OF FUNDS LANGUAGE

The clause entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF FUNDS" (FAR 52.232-22), asappropriate, shall apply separately and independently to each separately identified estimated cost. 

(End of Text)

FIXED FEE TABLESection B Cost Items Hourly Rates Totals

CLIN Qty(Hrs)

EstimatedHourly

Rate(Rate)

FixedFee/Hour

(FF)FixedFee(Hrs*FF)

Estimated Cost(Hrs* Rate)

7400 47282 $ 61.18 $ 3.365 $159,086.46 $ 3,051,571.33

           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-feetype contracts, or "fixed fee" in cost-plus-fixed-fee type contracts for level of effort type contracts. (b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled"FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE"(FAR 52.216-10), as applicable.  Such payments shall be submitted by andpayable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR 52.216-7),subject to the withholding terms and conditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paidfee at the hourly rate(s) specified above per man-hour performed and invoiced.  Total fee(s) paid to the Contractor shall not exceedthe fee amount(s) set forth in this contract.  In no event shall the Government be required to pay the Contractor any amount in excess

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 38 of 114

 FINAL 

of the funds obligated under this contract. (End of Text)

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 39 of 114

 FINAL 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

11 September 2014

PERFORMANCE WORK STATEMENTFOR

ENGINEERING SUPPORT OFNAVAL SURFACE WARFARE CENTER, PANAMA CITY DIVISION (NSWC PCD)

INTELLIGENT SENSING OPERATIONAL SUPPORT (ISOS)

 

1.0  SCOPE

The Naval Surface Warfare Center, Panama City Division (NSWC PCD), Science & Technology Department(Code X), has been tasked to provide technical support for various Department of Defense (DoD) initiatives.  Thetasking primarily covers various areas of concern affecting NSWC PCD mission support areas for Naval FacilitiesEngineering Command Headquarters (NAVFAC HQ), such as the Environmental Restoration Program (ERP)(Preliminary Assessments, potential Site virtual monitoring and protection, Munitions Response Program (MRP),Site Inspections, Remedial Investigations, Feasibility studies, Remediation and Long Term Monitoring) and theOcean Facilities Program (OFP). This tasking includes activities on land-based installations, as well as riverineand offshore locations, and may include U.S. Marine Corps (USMC) Installations, current/former NavalInstallations, and other DoD Sites such as Department of the Army (Army). 

NSWC PCD has been tasked to provide the necessary technical and administrative support for individualEnvironmental Restoration Sites (focusing on complex underwater munitions response sites).  This PerformanceWork Statement (PWS) specifies the requirements for a level of effort of support to ongoing efforts describedabove as well as to meet newly emerging and indeterminate requirements, especially concerning UnexplodedOrdnance (UXO) and other environmental hazards and initiatives set out by NAVFAC HQ or other DoDEnvironmental Commands. Tasking for concept or prototype evaluation and investigation support, with additionalprogram support as required (i.e. expert engineering, configuration management, fiscal and program management,briefing and documentation preparation, administrative support, library management, Information Assurance (IA)and Information Technology (IT) support) is required to assure successful completion of the various programs.  Asnoted, Other Department of Defense (DoD) Military Departments are partners within the portfolio work and onoccasion provide tasking within the scope of this PWS. The tasking consists of the following:  

Cable InspectionsPier InspectionsUnderwater structure inspectionsUnderwater range inspectionsAwareness monitoring and protectionSupporting various stages of the Environmental Restoration Program (but not limited to the MunitionsResponse Program)Preliminary AssessmentSamplingsSite InspectionsRemedial Investigation/Feasibility StudyNon-Intrusive Geophysical Survey Operations executed under anomaly-avoidance safety-controls

NOTE: Under this PWS, there will be no ordnance handling or intrusive investigation of anomalies orintentional interaction with anomalies.

The task areas defined in this PWS describe the Contractor requirement to provide a level of effort of support forthe following task areas:  (1) program function areas (includes technical operational analysis and documentation), business and financial support functions, (2) hardware design engineering and technical support, (3) system

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 40 of 114

 FINAL 

engineering and (4) software engineering to support the Government.

 1.1 Acronym List 

AA&E Arms, Ammunition, and Explosives

ACA Associate Contractor Agreement

ACTR Assistant Customer Technical Representative

AQAPS Automated Quality Assessment Planning System

AQL Acceptable Quality Level

CAC Common Access Card

CCI Controlled Cryptographic Items

CERCLA Comprehensive Environmental Response, Compensation and Liability Act

CERFA Community Environmental Response Facilitation Act

CMMI Capability Maturity Model Integration

COMSEC Communications Security

CONOPS Concept of Operations

CONUS Continental United States

COR Contracting Officer's Representative

COTS Commercial-Off-The-Shelf

CPARS Contractor Performance Assessment Reporting System

CPI Critical Program Information

CPU Central Processing Unit

CSCI Computer Software Configuration Item

CUI Controlled Unclassified Information

DDESB Department of Defense Explosives Safety Board

DoD Department of Defense

DoN Department of the Navy

ECMRA Enterprise-Wide Contractor Manpower Reporting Application

eCRAFT  Electronic Cost Reporting and Financial Tracking

EPA Environmental Protection Agency

EPRU eCRAFT Periodic Report Utility

ERP Environmental Restoration Program

ESO Explosives Safety Officer

ESOH Environment, Safety, and Occupational Health

EVM Earned Value Management

FAR Federal Acquisition Regulation

FOIA Freedom of Information Act

FOUO For Official use Only

FS Feasibility Studies

FSO Facility Security Officer

FSR Field Service Representative

FY Fiscal Year

GFE Government Furnished Equipment

GFI Government Furnished Information

GFM Government Furnished Material

GFP Government Furnished Property

HSI Human Systems Integration

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 41 of 114

 FINAL 

HPLC High Performance Liquid Chromatography

HTL Hazard Tracking Log

HTRW Hazardous, Toxic, And Radioactive Waste

IA Information Assurance

IEEE Institute of Electrical and Electronic Engineers

IRAPT  Invoicing, Receipt, Acceptance and Property Transfer

IT Information Technology

LCC Life Cycle Cost

MC Munitions Constituent

MCO Marine Corps Order

MEC Munitions and Explosives of Concern

MPPEH Management and Disposition of Material Potentially Presenting an Explosive Hazard

MRP Munitions Response Program

MS Mass Spectrometry

NAVFAC HQ Naval Facilities Engineering Command Headquarters

NAVSEA Naval Sea Systems Command

NCP National Oil and Hazardous Substances Pollution Contingency Plan

NDA Non-Disclosure Agreement

NERP Navy Enterprise Resource Planning

NISPOM National Industrial Security Program Operating Manual

NMCI Navy Marine Corps Intranet

NOSSA Naval Ordnance Safety and Security Activity

NSA PC Naval Support Activity Panama City

NSWC PCD Naval Surface Warfare Center, Panama City Division

OCONUS Outside Continental United States

OE Ordnance and Explosives

OEM Original Equipment Manufacturer

OFP Ocean Facilities Program

OHE Ordnance Handling Equipment

ONR Office of Naval Research

OPM Office of Personnel Management

OPSEC Operations Security

OSD Office of the Secretary of Defense

OSWER Office of Solid Waste and Emergency Response

PCO Procuring Contracting Officer

POC Point of Contact

PWS Performance Work Statement

RDT&E Research, Development, Test, and Evaluation

RI Remedial Investigations

ROI Return on Investment

SAAR-N Systems Authorization Access Request Navy

SDP Software Development Plan

SOP Standard Operating Procedure

SPR System Problem Report

T&E Test and Evaluation

T&M Time and Materials

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 42 of 114

 FINAL 

TA Trusted Agent

TASS Trusted Associate Sponsorship System

TLS Transport Layer Security

TS Thermospray

TSRC Test and Safety Review Committee

USACOE U.S. Army Corps of Engineers

USEPA U.S. Environmental Protection Agency

USMC U.S. Marine Corps

UV Ultraviolet

UXO Unexploded Ordnance

WBS Work Breakdown Structure

2.0  APPLICABLE DOCUMENTS 

The following documents, of the exact issue shown, form a part of this PWS to the extent specified herein. In caseof conflict between the document referenced herein and the contents of this PWS, the contents of this PWS willtake precedence. Second tier and lower reference documents (i.e., documents referenced in the primary references)will be for guidance only. Due to their complexity and criticality, Ordnance requirements and also Explosives-Safety requirements apply in a cross-referencing cascading fashion.

 2.1  Military Standards

(a) MIL-STD-882E, System Safety dated 12 May 2012 

2.2  Military Specifications: Will be provided upon issuance of Technical Instruction, after award of Task Order.

2.3  Other Documents: 

(a) OPNAVINST 8020.14A, Department of the Navy Explosives Safety Management Policy Manual dated 15 Feb2013

(b) OPNAVINST 8023.24B, Navy Personnel Ammunition and Explosives Handling Qualification and CertificationProgram 16 Mar 2010

(c) DoD 4145.26-M, DoD Contractor's Safety Manual for Ammunition and Explosives, 13 March 2008

(d) DFAR 252.223-7002, Safety Precautions for Ammunition and Explosives dated May 1994

(e) OPNAVINST 5530.13C, Department of the Navy Physical Security Instruction for Conventional Arms,Ammunition, and Explosives (AA&E) dated September 2003

(f) Marine Corps Order (MCO) 8023.3B, Personnel Qualification and Certification Program for Class VAmmunition and Explosives Directive Certification Program 16 Mar 2010

(g) NSWCPCDINST 8023.4E, Naval Surface Warfare Center, Panama City Division Explosives Safety Policies,Requirements, and Procedures dated 31 March 2009 

(h) NAVSEA OP-5, Vol. 1, Seventh Revision, “Ammunition and Explosives Ashore Safety Regulations forHandling, Storing, Production, Renovation and Shipping” dated 21 May 1997

(i) Naval Ordnance Safety and Security Activity (NOSSA) Instruction 8020.15D (or Marine Corps Equivalent),“Explosives Safety Review, Oversight, and Verification Of Munitions Responses (U)”  dated 18 April 2013

(j) OPNAVINST 8020.15/MCO 8020.13, “Explosives Safety Review, Oversight, and Verification of Response

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 43 of 114

 FINAL 

Actions Involving Military Munitions” dated 14 Oct 2003

(k) DOD Manual 6055.9-M DoD Ammunition and Explosives Safety Standards: Criteria for UnexplodedOrdnance, Munitions Response, Waste Military Munitions, and Material Potentially Presenting an ExplosiveHazard dated 04 August 2010

(l) MCO P8020.10B, “Marine Corps Ammunition Management and Explosives Safety Policy Manual” (for workperformed at USMC installations) dated 31 October 2007

(m) OPNAV M-5090.1, Department of the Navy Environmental Readiness Manual dated 10 January 2014

(n) Military Munitions Rule [Federal Register: February 12, 1997 (Volume 62, Number 29)]

(o) DODD 4715.11E, Environment, Safety, and Occupational Health (ESOH) dated March, 2005

(p) U.S. Environmental Protection Agency (EPA) Handbook on the Management of Munitions Response Actions(Draft Final dated May 2005)

(q) Comprehensive Environmental Response, Compensation and Liability Act of 1980 (CERCLA) Section 120 (h)42 U.S.C. Section 9620) and as amended by the SARA of 1986

(r) Community Environmental Response Facilitation Act (CERFA), Public Law 102-426 dated 19 Oct 1992

(s) The National Oil and Hazardous Substances Pollution Contingency Plan (NCP), Part 300, Chapter 40, CFR,Chapter 1, Subchapter J, Part 300 dated September 1994

(t) DODI 4140.62, Management and Disposition of Material Potentially Presenting an Explosive Hazard (MPPEH)dated December, 2004

(u) U.S. Army Corps of Engineers (USACOE) EM 1110-1-4009,  Military Munitions Response Actions, datedJune 15, 2007

(v) USACOE, Military Munitions Center of Expertise, Technical Update for Munitions Constituents (MC)Sampling dated March 2005

(w) USACOE, EM 1110-1-1200, Conceptual Site Models for Ordnance and Explosives (OE) and Hazardous,Toxic, And Radioactive Waste (HTRW) Projects dated Feb 2003

(x) USACOE, Munitions and Explosives of Concern (MEC) Detection, Recovery, And Disposal TechnologyAssessment Report dated Dec 2005

(y) USEPA SW 846 Test Methods for Evaluating Solid Waste, Physical/Chemical Methods, Method 8330BNitroaromatics, Nitramines and Nitrate Esters by High Performance Liquid Chromatography and Method 8321ASolvent Extractable Nonvolatile Compounds by High Performance Liquid Chromatography/Thermospray/MassSpectrometry (HPLC/TS/MS) or Ultraviolet (UV) Detection dated February 2007

(z) EPA540/R-D0/002, OSWER 9355.0-75,USEPA A Guide to Developing and Documenting Cost EstimatesDuring the Feasibility Study dated July 2000

(aa) EPA 540/G-89/004, OSWER 9355.3-01, USEPA Guidance for Conducting Remedial Investigations andFeasibility Studies under CERCLA, Interim Final dated October 1988

(bb) Office of Solid Waste and Emergency Response (OSWER) (U.S. EPA) 9355.3-01FS1, NTIS:PB90-274390INX, USEPA Getting Ready: Scoping the RI/FS dated November 1989

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 44 of 114

 FINAL 

(cc) OSWER 9355.3-01FS3, NTIS: PB90-274416INX ,USEPA The Feasibility Study, Development and Screeningof Remedial Action Alternatives dated November 1989

(dd) OSWER 9355.3-01FS4, NTIS: PB90-272675INX, USEPA The Feasibility Study: Detailed Analysis ofRemedial Action Alternatives dated March 1990

(ee) OSWER 9355.3-01FS2, NTIS: PB90-274408INX ,USEPA The Remedial Investigation, Site Characterizationand Treatability Studies dated November 1989

(ff) EPA/540/K-01/003, USEPA Superfund Community Involvement Handbook dated April 2002

(gg) USEPA Uniform Federal Policy for Quality Assurance Project Plans Manual dated March 2005

(hh) NAVSEA S9095-AD-TRQ-010/TSTP, "Total Ship Test Program," dated 03 Mar 1995

(ii) NAVSEAINST 3900.8A, "Policy for Incorporating Human Systems Integration (HSI) in Acquisition andModernization," dated 05 May 2005

(jj) NAVSEA SW020–AC-SAF-010, Navy Transportation Safety Manual for Ammunition, Explosives and RelatedHazardous Materials dated 11 Jun 2008

(kk) OPNAVINST 5530.13, Department of the Navy Physical Security Instruction for conventional Arms,Ammunition, and Explosives (AA&E)), dated 26 Sep 03

(ll) Joint Technical Bulletin TB 700–2 NAVSEAINST 8020.8B TO 11A-1-47 DLAR 8220.1, Department ofDefense Ammunition And Explosives Hazard Classification Procedures dated 30 July 2012

(mm) NSWCPCD-MN-13-0001, "NSWCPCD Test & Evaluation Manual," dated 15 Jan 2013

(nn) NSWCPCDINST 3120.2A, “Pre-Sail Common Operating Procedures," dated 4 Nov 2008

(oo) NSWCPCINST 3110.2A, “Dispatching, Operating, and Reporting Procedures for Naval Surface WarfareCenter Panama City (NSWCPC) Support Craft,” dated 05 Jan 2006

(pp) COASTSYSTAINST 3900.5A, “Use of Human Subjects in Research, Development, Test, and Evaluation(RDT&E),” dated 01 Aug 1994

(qq) NSWCPCDINST 5100.34B, "NSWCPCD Safety Program," dated 22 Sep 2011

(rr) ISO ISO/IEC 12207  Systems and software engineering - Software life cycle processes - Second edition dated01 Feb 2008

(ss)  SO/IEC/IEEE 15289:2011, Systems and software engineering - Content of life-cycle information products(documentation) - First Edition dated 01 Nov 2011

(tt) ISO 9001-2008, Quality Management Systems Requirements dated 01 Jan 2008

(uu) U.S. Code of Federal Regulations (CFR) Title 29: Labor, PART 1910—Occupational Safety and HealthStandards. Subpart H—Hazardous Materials, § 1910.120 Hazardous Waste Operations and Emergency Response,Geophysical Survey Operations 08 Feb 2013

(vv)  Department Of Defense Explosives Safety Board (DDESB) TP-18, Minimum Qualifications for UnexplodedOrdnance (UXO) Technicians and Personnel dated 20 Dec 2004

Military Specifications and Standards are available from:https://assist.dla.mil/online/start/.

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 45 of 114

 FINAL 

OPNAV Instructions are available from:http://doni.daps.dla.mil/default.aspx.

DoD Instructions and Directives are available from:http://www.dtic.mil/whs/directives/corres/ins1.html.

DFAR is available at:http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.

CFR is available at:http://www.gpo.gov/fdsys/browse/collectionCfr.action?collectionCode=CFR. 

Marine Corps Orders (MCO) are available at:http://www.marines.mil/News/Publications/ELECTRONICLIBRARY.aspx.

EPA and OSWER  documents are available at:http://www.epa.gov/.

42 U.S.C. and other sections of U.S. Code available at:http://www.law.cornell.edu/uscode/text. 

U.S. Army Corps of Engineers documents available at: http://www.publications.usace.army.mil/USACEPublications/EngineerManuals.aspx. 

NAVSEA Instructions are available at:http://www.navsea.navy.mil/Organization/Navsea%20Instructions.aspx.

DDESB document available at:http://www.ddesb.pentagon.mil/products/?Handler.ashx?ID=49.

3.0 REQUIREMENTS

The Contractor shall coordinate with the Contracting Officer's Representative (COR) and Contract Specialist toconduct a kick-off meeting within ten working days after the award of the task order. This meeting's date, timeand location shall be determined at time of award.

During performance in the task areas defined in this PWS, the Contractor may require access to information that isproprietary to the Original Equipment Manufacturers (OEMs), some of which may or may not have already beendelivered to the Government. The Contractor shall negotiate in good faith and enter into appropriate agreements(e.g., subcontracts, Associate Contractor Agreements (ACA), or Non-Disclosure Agreements (NDA)) withpertinent OEMs to gain access to such information as required to perform the tasks defined in this PWS. It isanticipated that, as a minimum, the Prime Contractor may be required to negotiate appropriate agreements with:

L-3 Klein AssociatesOceanServerDidsonSeabotixMarine SonicPolatomicBluefinBlueviewEdgetech

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 46 of 114

 FINAL 

Hydroid

3.1  Task Area #1 - Program Support Functions (Including technical operational analysis anddocumentation), Business and Financial Support

3.1.1 Program Support (CDRL A002)

The Contractor shall provide expert knowledge and technical support for NSWC PCD initiatives supporting theEnvironmental Restoration (ERP), including the Munitions Response Program (MRP) and Ocean FacilitiesPrograms (OFP). While the primary focus of the PWS will be to support Navy work, the Government may requestthat the Contractor  provide expert knowledge supporting any  DoD subordinate Military Department.  TheContractor shall, as required, provide recommendations to the U.S. Navy regarding future field operations andtechnical data calls. This may include attendance and participation in various planning and strategy sessions,including discussions with command leadership (i.e., NAVFAC HQ) and with NSWC PCD Department, Divisionand Branch level managers. 

3.1.2 Meeting Support (CDRL A003)

The Contractor shall attend, as needed, Branch, Department, or other command staff meetings and providemeeting minutes, action items, and support the Division Heads, Branch Heads, and other command staff workforceas necessary to schedule meetings, coordinating resources, tracking action items, and other administrative actionsas required. Meetings are primarily at NSWC PCD but may include meetings in Washington, DC metropolitanarea.

3.1.3 Presentations (CDRL A004)

The Contractor shall prepare electronic multi-media presentations based on GFI covering emerging operationalconcepts, processes, and strategies, and integrate these presentations with current electronic media. The Contractorshall provide expert advice on the operational concept and processes, graphic formulations, and depictions. Presentations are in support of staff meetings and in response to NAVFAC, Office of Naval Research (ONR),Office of the Secretary of Defense (OSD), U.S. Navy & U.S. Marine Corps and other customer tasking.

3.1.4 Project Accomplishment Reporting (CDRL A005)

The Contractor shall, as required, gather and compile the monthly accomplishments for each task from eachproject task leader via the Project Engineers. This data will include financial reporting. 

3.1.5 Earned Value Management (EVM) Input (CDRL A006)

The Contractor shall provide input into the tailored NSWC PCD EVM process and system to support the overallmanagement needs of the Government's ISOS Initiative tasks. The system ensures that the cost, schedule, andtechnical aspects of the program are integrated to provide an accurate picture of program status, provide the basisfor course correction, and bring projects in on schedule and within budget.

3.2 Task Area # 2 - Hardware Engineering and Technical Support (CDRL A007, A008, A009, A010,  A011,A012, A013, A014)

The Contractor shall provide engineering documentation including design, analysis, testing, computer models,sketches, drawings, hardware repair, sensor evaluation & integration, integration modifications and test andevaluation of Government prototypes as required.  The Contractor shall technically support the evaluation of newtechnologies (either developed by the Government or Commercial) for application to the inspections and fieldwork specified in this PWS and for training Government personnel in the application of these technologies. Thiseffort includes any physical, mechanical, and electrical or electronic software based modeling pertaining to NSWCPCD and customer requirements.

3.3 Task Area # 3 - Field Work Planning, Data Collection, and Analysis (CDRL A015, A016, A017)

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 47 of 114

 FINAL 

The Contractor shall support testing of prototype systems for the evaluation of prototype hardware or COTSsystems as required for the proposed system developments.  Descriptions of anticipated tasking are as follows: 

a. Data Acquisition:  Support the Government in the development of requirements for hardware (i.e. sensors,support hardware, data loggers and Central Processing Units (CPUs)), for software (either COTS or speciallyprogrammed by the Government), and for collection procedures. Document in the test plan required below.

b. Data Processing:  Provide or execute procedures for data retrieval and processing including software selectionand outlining the objectives for analysis.   

c. Test Plan:  Document procedures and schedules for location, test setup, physical security, safety, personnelrequirements, test parameters, etc., and process through the required safety review boards and the Test and SafetyReview Committee (TSRC), to obtain permissions for the Government to conduct testing.

d. Field Work Execution:  Provide or assist the Government with execution of Data Acquisition and Test Plan,data retrieval and conversion, material shipment, and clean up. The Contractor shall document fieldwork and testresults. The Contractor shall provide certified assistance experienced in executing system testing involvingexplosive safety. 

e. ERP, MRP, OFP Events:  The Contractor shall provide support in planning and witnessing program level ERP,MRP and OFP field events.  Support includes tasks such as preparation of test plans, procedures, and reports.  TheContractor shall conduct and support testing as required including set-up, execution, providing on- site support,providing equipment and hardware to support events, providing technical expertise, and shipping hardware &equipment.

Prior to initial operations or training, for each location Afloat or Ashore, operating personnel shall contact thelocal Explosives Safety Officer (ESO) or appropriate explosives-safety authority to (a) disclose the scope of workand to (b) obtain written explosives-safety guidance applicable to the specific proposed-operations.  All fieldinvestigations will be conducted in accordance with all applicable NOSSA, DDESB, and CFR requirements (suchas DDESB TP-18, NOSSAINST 8020.15D, and the hazard-disclosure & training-requirements of 29 CFR1910.120 for personnel performing geophysical survey operations).  As noted previously, there will be noordnance handling or intrusive investigation of anomalies or intentional interaction with anomalies) performedunder this PWS.

3.4 Task Area # 4 - Systems Engineering (CDRL A018)

The Contractor shall provide support to the NSWC PCD as required regarding systems engineering within thescope of this Task Order.  The Contractor shall coordinate capabilities of different resources and Subcontractorpartners to test new operational concepts.  The Contractor shall provide expertise in utilizing various military landand vehicle systems and integrated sensor technology.  Technical performance measure evaluations and projectmilestone achievements or events shall be documented and reported monthly, as required.

3.4.1 Systems Safety (CDRL A004, A019, A020)

The Contractor shall, as required, maintain the required systems safety Hazard Tracking Log (HTL), prepare andimplement schedules, conduct briefs, submit applicable systems safety milestone documents and reports, attendand actively participate in meetings and training, manage data exchanges of systems safety information, andprovide administrative support using the guidance of MIL-STD-882E.  The Contractor shall provide directassistance to the Systems Safety Lead (NSWC PCD agent) as required.  The Contractor shall interface with otherDoD activities as required.

3.5 Task Area # 5 - Software Engineering  (CDRL A004, A021, A022)

The Contractor shall, as required, perform software engineering tasks for the continued design, development,testing, and sustainment of defined NSWC PCD and other DoD Government organizations systems software.  To

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 48 of 114

 FINAL 

accomplish these tasks, the Contractor shall participate in technical meetings, briefings, presentations, and reviews.This area includes software system engineering and consulting on proposed solutions; working with vendors indesigning tests of solutions to verify the issue has been resolved; and performing regression testing and makingrecommendations to the Government concerning certification issues or software problem reports. Recommendations should include whether the issue or software problem has been satisfactorily resolved and cantherefore be closed. Contractor will also support system longevity testing.  After the resolution of issue or problemreport closure criteria, the Contractor shall provide a written report of approximately one page detailing:

a. In plain language, a description of the problem and the impact on the system (why is it a problem?)

b. In plain language; a description of the solution.

c. The closure criteria used to evaluate the solution.

d. A description of the test results and whether or not the test was successful.

The Contractor shall participate in identifying and evaluating System Problem Reports (SPR), validating softwaredesign requirements have been met and verifying the Prime Contractor incorporates SPR resolutions into formalsubmissions to the Navy.

3.5.1 HQ C-2-0065 Software Development Requirements (NAVSEA) (DEC 2006)  (Modified) (Sep 2012)(CDRL A023)

(a) The contractor shall define a general Software Development Plan (SDP) appropriate for the computer softwareeffort to be performed under this contract. The SDP shall, at a minimum:

(1) Define the contractor's proposed life cycle model and the processes used as a part of that model. In thiscontext, the term "life cycle model" is as defined in IEEE Std. 12207:2008;

(2) Contain the information defined by ISO/IEC/IEEE 15289:2011, section 7.3 (generic content) and the Mappingof ISO/IEC 12207:2008 (IEEE Std. 12207:2008) Clauses to Information Items for Each Software Life CycleProcess in Table 2 of ISO/IEC/IEEE 15289:2011. In all cases, the level of detail shall be sufficient to define allsoftware development processes, activities, and tasks to be conducted;

(3) Identify the specific standards, methods, tools, actions, strategies, and responsibilities associated withdevelopment and qualification;

(4) Document all processes applicable to the system to be acquired, including the Primary, Supporting, andOrganizational life cycle processes as defined by IEEE Std. 12207:2008 as appropriate.  Such processes shall beequivalent to those articulated by CMMI®;

(5) Include the content defined by all information items listed in Table 2 of ISO/IEC/IEEE 15289:2011, asappropriate for the system and be consistent with the processes proposed by the developers;

(6) Adhere to the characteristics defined in section 6.1 ISO/IEC/IEEE 15289:2011, as appropriate;

(7) Describe the overall life cycle and include primary, supporting, and organizational processes based on the workcontent of this contract;

(8) Be in accordance with the framework defined in IEEE Std. 12207:2008, including, but not limited to, definingthe processes, the activities to be performed as a part of the processes, the tasks which support the activities, andthe techniques and tools to be used to perform the tasks;

(9) Contain a level of information sufficient to allow the use of the SDP as the full guidance for the developers. Inaccordance with 7.3 of ISO/IEC/IEEE 15289:2011, such information shall at a minimum contain, specificstandards, methods, tools, actions, reuse strategy, and responsibility associated with the development andqualification of all requirements, including safety and security.

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 49 of 114

 FINAL 

(b) The SDP shall be delivered to the Government for concurrence under CDRL A023 and shall not varysignificantly from that proposed to the Government for evaluation for award. The contractor shall follow theGovernment concurred with SDP for all computer software to be developed or maintained under this effort. Anychanges, modifications, additions or substitutions to the SDP also require prior Government concurrence.

3.5.2 System Software Development Support (CDRL A024, A025, A026, A027, A028, A029, A030)

The Contractor shall provide engineering, integration, testing and documentation support to support NAVFACprograms.  Descriptions of anticipated tasking are as follows: supporting mission requirements, design, andimplementation analysis; providing programming and network support; developing and maintaining an integrationnotebook that contains the installation, setup, and configuration parameters for each of the software packages;running prescribed test scripts for software test events; installing computer software configuration items (CSCI);reviewing and commenting on system software design documentation; and developing and maintaining softwareuser guidelines. The Contractor shall conduct periodic code walkthroughs during the software development phase.Senior technical personnel from the development team shall review the code and unit test plans that have beendeveloped for a specification. The purpose of the review is to identify that the code adheres to the program’sdevelopment standards, is technically sound, meets the design articulated in the related specification, and that theunit test plan for the code under review is documented. The Navy reserves the right to have one or morerepresentatives, on a not-to-interfere basis, observe any and all code walkthroughs and create a detailed report. Code walkthroughs will not be conducted until the code has appropriate markings with respect to intellectualproperty rights. These walkthroughs help support the open architecture principle of design disclosure.

3.5.3 Software Testing and Support (CDRL A031, A032)

The Contractor shall, as required, perform checkout functions, debugging, and software integration. TheContractor shall provide test integration of both subsystems and systems, as required. The Contractor shall supportsoftware integration, configuration management, and logistics as required that will meet Government acceptablestandards such as ISO 12207 and Capability Maturity Model Integration (CMMI) Level 3 requirements.

3.6 Operations Safety Program (CDRL A033)

The Contractor shall document and implement a Safety Program for all non-office related work performed underthis Task Order. The Contractor shall describe or reference in a Safety Plan the methods that will be used toidentify and apply safety and hazard control. The Safety Plan shall list the industry safety standards orspecifications that are the sources of safety requirements with which the Contractor is required to comply and anyothers the Contractor intends to use. The Safety Plan shall address:

Equipment Transport, Handling, Assembly and StorageEquipment Test and checkoutMaintenance and inspectionEmergency operationsGeneral safety and fire requirements not covered above.Such other operations deemed necessary by the Contractor to safely execute the requirements of the TaskOrder.

The Contractor shall describe in the Safety Plan the techniques and procedures to be used by the Contractor toensure that the objectives and requirements of the safety program are met in the safety training for engineers,technicians, operating,  and maintenance personnel.  The Safety Plan shall describe the mishap and hazardousmalfunction analysis process for mishaps and the process for mishap and malfunction reporting to the COR, PCO,and any other Government officials required.

3.7 Quality Control (CDRL A034)

The Contractor shall implement and maintain a quality system that, as a minimum adheres to the requirements ofISO 9001-2008, or equivalent, acceptable to the Government.  The quality system procedures, planning, and allother documentation and data that comprise the quality system shall be documented in a Quality Plan.  Existing

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 50 of 114

 FINAL 

quality documentation that meets the requirements of this task order may continue to be used.  The Governmentmay perform any necessary inspections, verification, and evaluations to ascertain conformance to requirements andthe adequacy of the implementing procedures.  The Contractor shall require of Subcontractors a quality systemachieving control of the quality of services and supplies provided.  The Government reserves the right todisapprove the quality system or portions thereof when it fails to meet its contractual requirements.

3.8 Contract Status Report (CDRL A001)

(a) The Contractor agrees to upload the Contractor's Funds and Man-hour Expenditure Reports in the ElectronicCost Reporting and Financial Tracking (eCRAFT) System and submit the Contract Status Report on the day andfor the same timeframe the Contractor submits an invoice into the Invoicing, Receipt, Acceptance, and PropertyTransfer (iRAPT) system. Compliance with this requirement is a material requirement of this contract. Failure tocomply with this requirement may result in contract termination.

(b) The Contract Status Report indicates the progress of work and the status of the program and of all assignedtasks. It informs the Government of existing or potential problem areas.

(c) The Contractor's Funds and Man-hour Expenditure Report reports contractor expenditures for labor, materials,travel, subcontractor usage, and other contract charges.

(1) Access:

eCRAFT: Reports are uploaded through the eCRAFT Periodic Report Utility (EPRU). The EPRU spreadsheet anduser manual can be obtained at:  http://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Newport/Partnerships/Commercial-Contracts/Information-eCraft-/ under eCRAFT information. The eCRAFT e-mail address for reportsubmission is: [email protected]. If you have problems uploading reports, please see the FrequentlyAsked Questions at the site address: http://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Newport/Partnerships/Commercial-Contracts/Information-eCraft-/eCraft-FAQs/

(2) Submission and Acceptance/Rejection:

The Contractor shall submit reports on the same day and for the same timeframe the Contractor submits aninvoice in iRAPT.  The amounts shall be the same. eCRAFT acceptance/rejection will be indicated by e-mailnotification from eCRAFT.  

The Contractor shall assign standard eCRAFT labor categories to each existing proposed and executed laborcategory on the Task Order/Contract. The entire catalog of standard labor categories can be found at the followingtwo websites:

Standard eCRAFT Labor Categories:

http://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Newport/Partnerships/Commercial-Contracts/Labor-Categories/

Service Contract Act (SCA) Labor Categories:

https://www.dol.gov/whd/govcontracts/sca.htm - under the header “Guidance”, select “Service Contract Act

Directory of Occupations, 5th Edition (PDF)”

 

3.9 Travel

The Contractor shall, as required, travel as specified and approved by the Contract Officer Representative (COR),the Contractor shall be required to travel to various Continental United States (CONUS) locations other thanNSWC PCD, outside the Continental United States (OCONUS) to provide support to geophysical surveys, tests,meetings and remedial actions. These locations may be located in all 48 contiguous states and in OCONUS

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 51 of 114

 FINAL 

locations. Travel to support events has been required in locations as diverse as Washington D.C.; Norfolk, VA; SanDiego, CA; Newport, RI; Keyport WA; Key West, FL; Caribbean Nations; Europe; South and Central America;Canada; and Japan.   In the event that Contractor support is required at a location other than NSWC PCD, aminimum 7 day notice shall be given by the COR. The Contractor shall submit a cost break down of the estimatedtravel to the COR and Contracting Officer for approval prior to initiating any travel. Travel expenses are limitedby Joint Travel Regulation (JTR). The Contractor shall not exceed funded Other Direct Costs (ODC) withoutwritten authorization from the Contracting Officer.

3.10 Material Purchases

Only items directly used for this order, for work within the scope, shall be purchased under the material line item.Material purchase above $3,000 shall be approved by the PCO prior to purchase by the Contractor. The Contractorshall not split requirements for like items to avoid obtaining PCO approval. The purchase request shall be itemizedand contain the cost or price analysis performed by the Contractor to determine the reasonableness of pricing. Therequest and supporting documentation shall be submitted, in writing (e-mail is preferred), to the COR forconcurrence prior to being submitted to the PCO for approval. The COR shall review and provide approval formaterial purchases at and below $3,000. Information Technology (IT) equipment, or services must be approved bythe proper NSWC PCD approval authority.  All IT requirements, regardless of dollar amount, submitted under thisTask Order shall be submitted to the Contracting Officer for review and approval prior to purchase.   Thedefinition of information technology is identical to that of the Clinger-Cohen Act, that is, any equipment orinterconnected system or subsystem of equipment that is used in the automatic acquisition, storage, manipulation,management, movement, control, display, switching, interchange, transmission, or reception of data orinformation.  Information technology includes computers, ancillary equipment, software, firmware and similarprocedures, services (including support services), and related resources.

When authorized by the COR and approved by the PCO, the Contractor shall rent, lease, fabricate or procure testmaterials and test support items. The Contractor shall supply parts and materials necessary to support testpreparation, testing, analysis, and system design, development, prototyping, and fabrication efforts. This includesproviding components needed for major test and evaluation (T&E) efforts such as specialized equipment required.From time to time, the Contractor shall be required to provide large T&E assets to ensure successful testingincluding items such as but not limited to specialized platforms, undersea recovery gear, side scan sonars,oceanographic equipment, communication devices, and other specialized items. Materials shall be used to supportT&E related activity over the entire acquisition lifecycle and includes the design, development, prototyping, andfabrication of systems required by NSWC PCD.

3.11  Government Space

The Government will not provide space to Contractor personnel onboard the Naval Support Activity Panama City(NSA PCD) during performance of this Task Order unless the following conditions are met:

1.       Government provided space is necessary to meet the requirements of the mission as identified under specificTechnical Instruction.

 2.      The contractor agrees to consideration in exchange for the utilization of Government furnished facility space,

equipment, utilities, and miscellaneous provisions.  Consideration will be quantified as lowered labor rates andnegotiated prior to allowance onto the installation.

 3.      The Contractor personnel meet and adhere to all security and safety requirements and general codes of conduct as

deemed applicable by NSWC PCD.  Contractors who do not qualify or retain security clearances and followsecurity compliances will not be allowed on the installation.

 

3.12 Navy Enterprise Resource Planning (NERP) Access

Contractor personnel assigned to perform program or project support work under this task order may require

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 52 of 114

 FINAL 

limited access to the NERP System which requires a Common Access Card (CAC). The Contractor shall submit arequest for NERP access and the role required via the COR to the Competency Role Mapping Point of Contact. The COR will validate the need for access, ensure all prerequisites are completed, and with the assistance of theRole Mapping Point of Contact (POC), identify the Computer Based Training requirements needed to perform therole assigned. Items to have been completed prior to requesting a role for NERP include: Systems AuthorizationAccess Request Navy (SAAR-N), DD Form 2875, Oct 2007, Annual Information Assurance (IA) trainingcertificate and Office of Personnel Management (OPM) Questionnaire for Public Trust Positions (Standard Form(SF) 85P).

(a) For this procedure, reference to the COR shall mean the PCO for contracts that do not have a designated COR.For directions on completing the SF85P, the Contractor is instructed to consult with their company's SecurityManager. In order to maintain access to required systems, the Contractor shall ensure completion of annual IAtraining, monitor expiration of requisite background investigations, and initiate re-investigations.

(b) For DoD Information Assurance Awareness training, please use this site: http://iase.disa.mil/index2.html.       DIRECTIONS: On the right side under "IA Training:" select “Training Available Online". On the next page selectthe frame with "DoD Information Assurance Awareness". When the next page comes up, select "Launch DoDInformation Assurance Awareness.

4.0 GOVERNMENT FURNISHED PROPERTY

4.1 Government Furnished Information (GFI)

NSWC PCD will provide relevant program management and technical documentation as that information becomesavailable. The Contractor shall return all GFI to NSWC PCD within 10 days after completion of the task orderunless otherwise stated, in writing, by the PCO. NSWC PCD will provide the following within 10 days afteraward of the task order or as they become available:

(a) Access to the Automated Quality Assessment Planning System (AQAPS)(b) DDESB Technical Paper Number 18, dated December 2004(c) Preliminary Assessments and Site Inspections report or Archives Search Report of installation(d) IRP Initial Assessment Studies, Preliminary Assessments, Site Inspections and other IRP reports(e) Environmental Baseline Surveys or Environmental Condition of Property(f) Integrated Natural Resources Management Plans(g) DOD Policy to Implement the EPA’s Military Munitions Rule dated July 1, 1998(h) Navy Policy for Conducting Ecological Risk Assessments Ser. N453E/9U595355 dated 05 Apr. 1999(i) U.S. Environmental Protection Agency (USEPA) MEC Hazard Assessment Guidance, XXXX 2007 (whenfinalized)(j) Conducting Human Health Risk Assessments Under the Environmental Restoration Program Ser.N453E/10595168 dated 12 Feb 2001

4.2 Government Furnished Equipment or Material (GFE / GFM)

NSWC PCD will provide relevant GFE or GFM, to be determined later and issued as required, to complete thistask order. The Contractor shall return all GFE or GFM to NSWC PCD within 10 days after completion of thetask order unless otherwise stated, in writing, by the PCO.

5.0 SECURITY

The highest security classification for work under this Task Order is SECRET. Provisions of the attached DDForm 254 apply. Access to confidential or secret documents and discussions will be required for the performanceof this task.  The Contractor will not be required to generate or store classified data to meet the requirements ofthis Task Order.  The Contractor will require access to Communications Security (COMSEC) Information andControlled Cryptographic Items (CCI) in an operational setting.

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 53 of 114

 FINAL 

The Contractor shall appoint a Facility Security Officer (FSO), who shall:

(a) Be responsible for all security aspects of the work performed under this Task Order;

(b) Assure compliance with the National Industrial Security Program Operating Manual (NISPOM) (DOD5220.22-M); and

(c) Assure compliance with any written instructions from the NSWC PCD, Security Office, 110 Vernon Avenue,Panama City, Florida 32407-7001.

The FSO shall be responsible to ensure that all employees that require Common Access Card (CAC) are processedin a timely manner.  The COR will assign a Trusted Agent (TA) and sponsor to assist the Contractor FSO navigatethe process to obtain CAC through the Trusted Associate Sponsorship System (TASS).   Additional information onthe process for Contractor requiring CAC can be found at: http://www.cac.mil/common-access-card/getting-your-cac/for-contractors/. 

The Prime Contractor shall:

(1) Forward copies of DD Form 254(s) provided to subcontractors to the NSWC PCD, ATTN: Security.

(2) Direct the subcontractor to obtain approval, through the prime Contractor, for the public release of informationreceived or generated by the sub through the prime Contractor. 

(3) Submit the subcontractor’s request for public release through the technical point of contact identified on theDD 254. 

5.1 Security Requirements

The Contractor, Contractor employees, and subcontractors shall become familiar with and obey all applicableactivity regulations, directives and instructions, including fire, traffic, safety and security regulations.  Allpersonnel employed on the activity shall keep within the limits of the worksite and avenues of ingress and egressand shall not enter any restricted areas unless required to do so and cleared for such entry. The Contractor shallcomply with all federal, state, and local security statutes, regulations, and requirements.  The Contractor shallbecome acquainted with and comply with all Government regulations as posted, or as requested by theContracting Officer, when required to enter a Government site. 

The Contractor shall ensure that all security and entrance clearances are obtained.  Neither the Contractor nor anyof its employees shall disclose or cause to be disseminated any information concerning the operations of theactivity which could result in or increase the possibility of a breach of the activity's security or interrupt thecontinuity of its operations.  Disclosure of information relating to the services hereunder to any person not entitledto receive it, or failure to safeguard any classified information that may come to the Contractor or any personunder his control in connection with work under the task order, may subject the Contractor, his agents oremployees, to criminal liability under 18 U.S.C., Sections 793 and 798.  All inquiries, comments, or complaintsarising from any matter observed, experienced, or learned as a result of or in connection with the performance ofthe task order, the resolution of which may require the dissemination of official information, will be directed to theactivity Commanding Officer.  Deviations from, or violations of, any of the provisions of this paragraph will, inaddition to all other criminal and civil remedies provided by law, subject the Contractor to immediate terminationfor default and the individuals involved to a withdrawal of the Government's acceptance and approval ofemployment.

5.2 Minimum Requirements for Access to Controlled Unclassified Information (CUI)

Prior to access, Contractor personnel requiring access to DON controlled unclassified information (CUI) or "userlevel access to DON or DoD networks and information systems, system security and network defense systems, orto system resources providing visual access and/or ability to input, delete or otherwise manipulate sensitiveinformation without controls to identify and deny sensitive information" contractors must have clearance

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 54 of 114

 FINAL 

eligibility, or submit an Electronic Questionnaire for Investigation Processing (SF 86) to NSWC PCD Security forprocessing and subsequent adjudication by the DON Central Adjudication Facility. 

5.3 Minimum Protection Requirements for Controlled Unclassified Information

Security classification guides (OPNAVINST 5513 series) and unclassified limited documents (e.g., FOUO,Distribution Statement Controlled) are not authorized for public release and, therefore, cannot be posted on apublicly accessible webserver or transmitted over the Internet unless appropriately encrypted.

5.4 Controlled Unclassified Information (CUI)

Controlled unclassified information (CUI) is official information that requires the application of controls andprotective measures for a variety of reasons and has not been approved for public release, to include technicalinformation, proprietary data, information requiring protection under the Privacy Act of 1974, and Government-developed privileged information involving the award of contracts.  CUI is a categorical designation that refers tounclassified information that does not meet the standards for National Security Classification under ExecutiveOrder 13526, but is (a) pertinent to the national interest of the United States or to the important interests of entitiesoutside the Federal Government, and (b) under law or policy requires protection from unauthorized disclosure,special handling safeguards, or prescribed limits on exchange or dissemination.

5.5 For Official use Only (FOUO)

FOUO is a document designation, not a classification.  This designation is used by Department of Defense (DoD)and a number of other federal agencies to identify information or material, which although unclassified, disclosureto the public of the information would reasonably be expected to cause a foreseeable harm to an interest protectedby one or more provisions of the Freedom of Information Act (FOIA). This includes information that qualifies forprotection pursuant to the provisions of the Privacy Act of 1974, as amended. FOUO must be marked, controlledand safeguarded in accordance with DoD 5200.01, Vol. 4, DoD Information Security Program: ControlledUnclassified Information (CUI), February 24, 2012

5.6 Security of Unclassified DoD Information on Non-DoD Information Systems (DoD 8582.01) DoD Policy

Adequate security shall be provided for all unclassified DoD information on non-DoD information systems.Appropriate requirements shall be incorporated into all contracts, grants, and other legal agreements with non-DoDentities.

Information Safeguards are applicable to unclassified DoD information in the possession or control of non-DoDentities on non-DoD information systems, to the extent provided by the applicable task order, grant, or other legalagreement with the DoD.

Information Safeguards

Unclassified DoD information that has not been cleared for public release may be disseminated by the Contractor,grantee, or awardee to the extent required to further the task order, grant, or agreement objectives, provided thatthe information is disseminated within the scope of assigned  duties and with a clear expectation thatconfidentiality will be preserved. Examples include:

a. Non-public information provided to a Contractor (e.g., with a request for proposal).

b. Information developed during the course of a task order, grant, or other legal agreement (e.g., draft documents,reports, or briefings and deliverables).

c. Privileged information contained in transactions (e.g., privileged task order information, program schedules, taskorder-related event tracking).

It is recognized that adequate security will vary depending on the nature and sensitivity of the information on anygiven non-DoD information system.  However, all unclassified DoD information in the possession or control of

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 55 of 114

 FINAL 

non-DoD entities on non-DoD information systems shall minimally be safeguarded as follows:

a. Do not process unclassified DoD information on publically available computers (e.g., those available for use bythe general public in kiosks or hotel business centers).

b. Protect unclassified DoD information by at least one physical or electronic barrier (e.g., locked container orroom, logical authentication or logon procedure) when not under direct individual control of an authorized user.

c. At a minimum, overwrite media that have been used to process unclassified DoD information before externalrelease or disposal.

d. Encrypt all information that has been identified as CUI when it is stored on mobile computing devices such aslaptops and personal digital assistants, compact disks, or authorized removable storage media such as thumb drivesand compact disks, using the best encryption technology available to the Contractor or teaming partner.

e. Limit transfer of unclassified DoD information to subcontractors or teaming partners with a need to know andobtain a commitment from them to protect the information they receive to at least the same level of protection asthat specified in the task order or other written agreement.

f. Transmit e-mail, text messages, and similar communications containing unclassified DoD information usingtechnology and processes that provide the best level of privacy available, given facilities, conditions, andenvironment. Examples of recommended technologies or processes include closed networks, virtual privatenetworks, public key-enabled encryption, and Transport Layer Security (TLS).

g. Encrypt organizational wireless connections and use encrypted wireless connections where available whentraveling. If encrypted wireless is not available, encrypt document files (e.g., spreadsheet and word processingfiles), using at least application-provided password protected level encryption.

h. Transmit voice and fax transmissions only when there is a reasonable assurance that access is limited toauthorized recipients.

i. Do not post unclassified DoD information to website pages that are publicly available or have access limitedonly by domain or Internet protocol restriction. Such information may be posted to website pages that controlaccess by user identification and password, user certificates, or other technical means and provide protection viause of TLS or other equivalent technologies during transmission. Access control may be provided by the intranet(vice the website itself or the application it hosts).

j. Provide protection against computer network intrusions and data exfiltration, minimally including:

(1) Current and regularly updated malware protection services, e.g., anti-virus, anti-spyware.

(2) Monitoring and control of both inbound and outbound network traffic (e.g., at the external boundary,sub-networks, individual hosts), including blocking unauthorized ingress, egress, and exfiltration throughtechnologies such as firewalls and router policies, intrusion prevention or detection services, and host-basedsecurity services. Prompt application of security-relevant software patches, service packs, and hot fixes.

k. Comply with other current Federal and DoD information protection and reporting requirements for specifiedcategories of information (e.g., medical, proprietary, Critical Program Information (CPI), personally identifiableinformation, export controlled) as specified in contracts, grants, and other legal agreements.

l. Report loss or unauthorized disclosure of unclassified DoD information in accordance with task order, grant, orother legal agreement requirements and mechanisms.

m. Do not use external IT services (e.g., e-mail, content hosting, database, document processing) unless theyprovide at least the same level of protection as that specified in the task order or other written agreement.

5.7 Operations Security

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 56 of 114

 FINAL 

Operations Security (OPSEC) is concerned with the protection of critical information:  facts about intentions,capabilities, operations, or activities that are needed by adversaries or competitors to bring about failure orunacceptable consequences of mission accomplishment.

Critical information includes information regarding:Operations, missions, and exercises, test schedules or locations;Location/movement of sensitive information, equipment, or facilities;Force structure and readiness (e.g., recall rosters);Capabilities, vulnerabilities, limitations, security weaknesses;Intrusions/attacks of DoD networks or information systems;Network (and system) user IDs and passwords;Movements of key personnel or visitors (itineraries, agendas, etc.);Security classification of equipment, systems, operations, etc.

The Contractor, subcontractors and their personnel shall employ the following countermeasures to mitigate thesusceptibility of critical information to exploitation, when applicable:

Practice OPSEC and facilitate OPSEC awareness;Immediately retrieve documents from printers assessable by the public;Shred sensitive and Controlled Unclassified Information (CUI) documents when no longer needed;Protect information from personnel without a need-to-know;When promulgating information, limit details to that essential for legitimacy;During testing and evaluation, practice OPSEC methodologies of staging out of sight, desensitization, orspeed of execution, whenever possible.

5.8  Cyber-Security

In addition to information assurance and awareness, all work shall be conducted with adequate security regardingthe integration of contractor and government systems (including but not limited to:   hardware, software, andapplications).  The Government will utilize the following references in determining case-specific integrations:

    - NAVSEAINST 5239.2A, dated 15 Dec 08, "Naval Sea Systems Command (NAVSEA) Information Assurance(IA) Program"

    - Department of Defense Instruction Number 8582.01, dated June 6, 2012, "Security of Unclassified DoDInformation on Non-DoD Information Systems"

    - SECNAVINST 5239.3B, dtd 17 June 2009 "Department of the Navy Information Assurance Policy"

    - OPNAV Instruction 5239.1C, dtd 20 Aug 08:  "Navy Information Assurance (IA) Program"

    - SECNAV M-5239.1, dated November 2005, Department of the Navy Information Assurance Program:Information Assurance Manual"

    - COMNAVCYBERFORINST 5239.2A - Commander's Cyber Security and Information Assurance HandbookRev 2, 26 Feb 2013.

6.0 GOVERNMENT AND CONTRACTOR RELATIONSHIP

(a) The services to be delivered under this Task Order are non-personal services and the parties recognize andagree that no employer-employee relationship exists or will exist under the Task Order between the Governmentand the Contractor's personnel.  It is, therefore, in the best interest of the Government to afford both parties a fullunderstanding of their respective obligations. 

(b) All Contractor, Subcontractor, and consultant personnel shall wear prominently displayed identification badgesat all times when performing work on NSWC PCD property or attending meetings in the performance of this TaskOrder.  The badge shall contain the individual's name, the company name and logo.  When participating in such

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 57 of 114

 FINAL 

meetings (e.g., as a speaker, panel member), those individuals in Contractor employ must supplement physicalidentification (e.g., badges, place markers) with verbal announcements so that it is clear to the assembled groupthat they are employees of the Contractor, not NSWC PCD employees. In addition, when working on NSWC PCDproperty, all Contractor, Subcontractor, and consultant personnel shall have signs visible on their desks or at theirwork sites that clearly state that they are not NSWC PCD employees.

(c) The Contractor is responsible for supervision of all Contractor personnel assigned to this Task Order.  TheContractor shall exercise control over all aspects of Contractor personnel day-to-day work under this Task Orderincluding the assignment of work, means and manner of Contractor employee performance and the amount ofContractor supervision provided.  The Contractor shall be ultimately responsible for all aspects of performanceunder this Task Order including the work of its Contractor personnel. 

Contractor personnel under this Task Order shall not:

(1) Be placed in a position where they are under the supervision, direction, or evaluation of a Governmentemployee.

(2) Be placed in a position of command, supervision, administration or control over Government personnel, orover personnel of other Contractors under other NSWC PCD contracts, or become a part of the Governmentorganization.

(3) Be used in administration or supervision of Government procurement activities. 

(4) Have access to proprietary information belonging to another without the express written permission of theowner of that proprietary information.

(d) Employee Relationship:

(1) The services to be performed under this Task Order do not require the Contractor or its personnel to exercisepersonal judgment and discretion on behalf of the Government.  Rather the Contractor's personnel will act andexercise personal judgment and discretion on behalf of the Contractor.

(2) Rules, regulations, directives and requirements that are issued by the U.S. Navy and NSWC PCD under itsresponsibility for good order, administration, and security are applicable to all personnel who enter theGovernment installation or who travel on Government transportation. This is not to be construed or interpreted toestablish any degree of Government control that is inconsistent with a non-personal services Task Order. 

(e) Inapplicability of Employee Benefits: This Task Order does not create an employer-employee relationship.Accordingly, entitlements and benefits applicable to such relationships do not apply. 

(1) Payments by the Government under this Task Order are not subject to the Federal income tax withholdings. 

(2) Payments by the Government under this Task Order are not subject to the Federal Insurance Contributions Act.

(3) The Contractor is not entitled to unemployment compensation benefits under the Social Security Act, asamended, by virtue of performance of this Task Order.

(4) The Contractor is not entitled to workman's compensation benefits by virtue of this Task Order. 

(5) The entire consideration and benefits to the Contractor for performance of this Task Order are contained in theprovisions for payment under this Task Order.

(f)   Notice.  It is the Contractor's, as well as, the Government's responsibility to monitor Task Order activities andnotify the Contracting Officer if the Contractor believes that the intent of this clause has been or may be violated. 

(1) The Contractor should notify the Contracting Officer in writing promptly, within three (3) calendar days fromthe date of any incident that the Contractor considers to constitute a violation of this clause.  The notice should

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 58 of 114

 FINAL 

include the date, nature, and circumstances of the conduct, the name, function and activity of each Governmentemployee or Contractor official or employee involved or knowledgeable about such conduct, identify anydocuments or substance of any oral communication involved in the conduct, and the estimate in time by which theGovernment must respond to this notice to minimize cost, delay or disruption of performance. 

(2) The Contracting Officer shall promptly, within five (5) calendar days after receipt of notice, respond to thenotice in writing.  In responding, the Contracting Officer will either:

(i) confirm the conduct is in violation and when necessary direct the mode of further performance,

(ii) countermand any communication regarded as a violation

(iii) deny that the conduct constitutes a violation and when necessary direct the mode of further performance; or

(iv) in the event the notice is inadequate to make a decision, advise the Contractor what additional information isrequired, and establish the date by which it should be furnished by the Contractor and the date.  

7.0 PERFORMANCE BASED REQUIREMENTS

The Task Order service requirements are summarized below into Performance Objectives, Performance Standardsand AQLs that relate directly to mission essential items. The performance thresholds describe the minimallyacceptable levels of service required for each requirement and are considered critical to mission success.Procedures as set forth in the FAR 52.246-5, Inspection of Services – Cost Reimbursement, shall be utilized toremedy all deficiencies. 

Work Area PerformanceObjective

PerformanceStandard

Acceptable QualityLevel (AQL)

QASP SurveillanceMethod

Performance WorkStatement (PWS)3.1

Contractor attends,participates in asrequired, andsupports meetingsproviding input asrequired. 

Attends a minimumof 100% ofmeetingsconducted.

Meetings areattended in a timely manner.

IAW 52.246-5Inspection of Services –Cost Reimbursement

  Ensure qualifiedstaff are providedand performproperly

100% of personnelvacancies are filledwithin 30 days,performance issuesare resolved within1 day of anyoccurrence

Staff is maintainedand productive

IAW52.246-5 Inspection ofServices – CostReimbursement

  Program/Projectdocumentation andpresentations aretimely andaccurate  

100% ofdocumentations andpresentations areprovided withinagreed uponschedules

No more than 2review cycles tocomplete.

 

IAW 52.246-5Inspection of Services –Cost Reimbursement

Work Area PerformanceObjective

PerformanceStandard

Acceptable QualityLevel (AQL)

QASP SurveillanceMethod

PWS paragraph3.2

Produce hardwareengineering studiesand analyses,design support,modeling analysis,

Documents aretechnically accurateand grammaticallycorrect. 100% ofdocuments and

Engineeringdocumentation orhardware produced,reviewed andpresented to meet

IAW 52.246-5Inspection of Services –Cost Reimbursement

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 59 of 114

 FINAL 

fabrication support revisions aredelivered inaccordance withagreed uponschedules

acceptance.

Work Area PerformanceObjective

PerformanceStandard

Acceptable QualityLevel (AQL)

QASP SurveillanceMethod

PWS paragraph3.3

Produce testdocumentation

 

 

 

 

 

Documents aretechnically accurateand grammaticallycorrect. 100% ofdocuments andrevisions aredelivered inaccordance withagreed uponschedules

Test documentationor hardwareproduced, reviewedand presented tomeet acceptance.

 

 

 

IAW 52.246-5Inspection of Services –Cost Reimbursement

 

 

 

 

   Participates in Field

Work Planning,Data Collection,and Analysis testevents as required 

Participates in100% of requiredevents conducted.

 

 

 

Events conducted ina timely manner onthe part of theContractor

 

 

IAW 52.246-5Inspection of Services –Cost Reimbursement

 

 

   Field Work / Test

Events conductedin a safe andscheduled manner

Support test eventsas scheduled withno mishaps oraccidents resultingin personnel injuryor equipmentdamage

ZERO mishaps oraccidents. ZEROdeviations fromregulatoryrequirements.

IAW 52.246-5Inspection of Services –Cost Reimbursement

Work Area PerformanceObjective

PerformanceStandard

Acceptable QualityLevel (AQL)

QASP SurveillanceMethod

PWS paragraph3.4

Review and assesssystem engineeringdocumentation andplans  andassociated plansand briefingmaterials forequipment/equipment suitesdocumentationassigned

Review all relatedengineering documentation ofassigned systems toinsure all requiredupdates areincorporated

Supportdocumentationupdated as requiredto ensure systemsengineeringdocumentation isaccurate

IAW 52.246-5Inspection of Services –Cost Reimbursement

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 60 of 114

 FINAL 

  Perform SafetyAnalysis of assigned equipmentsuites and developsafetydocumentation

Review equipmentoperationprocedures toinsure operator,equipment andplatform safety arenot adverselyimpacted byemergingtechnology dictatedmodifications.

Safety Analysisperformed for eachequipment item/equipment suiteassigned andtouched bytechnology changesdue to system lifesustainment /maintenance efforts

IAW 52.246-5Inspection of Services –Cost Reimbursement

Work Area PerformanceObjective

PerformanceStandard

Acceptable QualityLevel (AQL)

QASP SurveillanceMethod

 PWS paragraph3.5

Prepare softwarestudies, trade offstudies and assist insoftwarerequirementsdefinition anddesigndocumentation toinsure soundsoftwareengineeringpractices areimplemented

Documents aretechnically accurateand grammaticallycorrect.

Softwaredocumentationincluding,specifications,interface documents,version descriptionsetc. and changesrequire no more thantwo (2)review/comment/approval cycles tomeet acceptance.100% completed bydue date.

IAW 52.246-5Inspection of Services –Cost Reimbursement

8.0 SUBCONTRACTORS AND CONSULTANTS

(a) In addition to the information required by Federal Acquisition Regulation (FAR) 52.244-2 in the Contractor'sbasic SeaPort-e contract, the Contractor shall include the following information in requests to add Subcontractorsor consultants during performance, regardless of subcontract type or pricing arrangement. These requirementsapply to all subcontracts and consulting agreements where labor hours performed will be counted against therequirements of the Level of Effort clause in Section H of the Task Order.

(1) A copy of the proposed Subcontractor’s cost or price proposal.

(2) The results of negotiations to incorporate rate caps no higher than the lower of (i) SeaPort-e rate caps for theprime Contractor, or in the case where the proposed Subcontractor is also a SeaPort-e prime, (ii) rate caps that areno higher than the Subcontractor's prime SeaPort-e contract.

(3) Detailed justifications to include second-tier subcontracting to other Subcontractors or consultants to include arationale why these additional firms or consultants could not be obtained by subcontracts or consulting agreementswith the prime Contractor.

(b) As required by FAR 15.404-3(b) the Contractor shall conduct an appropriate cost or price analysis and includethe results of this analysis with each request to add a Subcontractor or consultant."

(c) Time and Materials (T&M) pricing arrangements require an accounting system rating of adequate as deemedby the Contracting Officer. In these instances, the Contractor shall provide specific justification for negotiatingsubcontracts with this pricing arrangement. The prime Contractor is strongly encouraged to ensure that any feerate incorporated into the negotiated labor rate(s) does not exceed SeaPort-e limitations. In the case of subcontractswith T&M or Labor Hour pricing arrangements, also identify specific additional surveillance and controls to beemployed by the prime Contractor to ensure that efficient performance methods are being employed.

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 61 of 114

 FINAL 

9.0 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA)

The Contractor shall report ALL Contractor labor hours (including Subcontractor labor hours) required forperformance of services provided under this Task Order for NSWC PCD via a secure data collection site.  TheContractor is required to completely fill in all required data fields using the following web addresshttps://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performanceduring each Government Fiscal Year (FY), which runs October 1 through September 30.  While inputs may bereported any time during the FY, all data shall be reported no later than October 31 of each calendar year.Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil.

HQ C-2-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)

(a)  "Organizational Conflict of Interest" means that because of other activities or relationships with other persons,a person is unable or potentially unable to render impartial assistance or advice to the Government, or the person'sobjectivity in performing the contract work is or might be otherwise impaired, or a person has an unfaircompetitive advantage.  "Person" as used herein includes Corporations, Partnerships, Joint Ventures, and otherbusiness enterprises.

(b)  The Contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in thecontract, the Contractor does not have any organizational conflict of interest(s) as defined in paragraph (a).

(c)  It is recognized that the effort to be performed by the Contractor under this contract may create a potentialorganizational conflict of interest on the instant contract or on a future acquisition.  In order to avoid this potentialconflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the right of theContractor to participate in future procurement of equipment and/or services that are the subject of any work underthis contract shall be limited as described below in 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 permit or result indisclosure to any party outside the Government any information provided to the Contractor by the Governmentduring or as a result of performance of this contract.  Such information includes, but is not limited to, informationsubmitted to the Government on a confidential basis by other persons.  Further, the prohibition against release ofGovernment provided information extends to cover such information whether or not in its original form, e.g.,where the information has been included in Contractor generated work or where it is discernible from materialsincorporating or based 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 or result indisclosure to any party outside the Government any information generated or derived during or as a result ofperformance of this contract.  This prohibition shall expire after a period of three years after completion ofperformance of this contract.

(3)  The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate ofthe Contractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving theContractor, any entity into or with which it may merge or affiliate, or any successor or assign of the Contractor. The terms of paragraph (f) of this Special Contract Requirement relating to notification shall apply to any releaseof information in contravention of this paragraph (d).

(e)  The Contractor further agrees that, during the performance of this contract and for a period of three years aftercompletion of performance of this contract, the Contractor, any affiliate of the Contractor, any subcontractor,consultant, or employee of the Contractor, any joint venture involving the Contractor, any entity into or withwhich it may subsequently merge or affiliate, or any other successor or assign of the Contractor, shall not furnishto the United States Government, either as a prime Contractor or as a subcontractor, or as a consultant to a primeContractor or subcontractor, any system, component or services  which is the subject of the work to be performedunder 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 the system,component, or services on the basis of work statements growing out of the effort performed under this contract,

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 62 of 114

 FINAL 

from a source other than the Contractor, subcontractor, affiliate, or assign of either, during the course ofperformance of this contract or before the three year period following completion of this contract has lapsed, theContractor may, with the authorization of the cognizant Contracting Officer, participate in a subsequentprocurement for the same system, component, or service.  In other words, the Contractor may be authorized tocompete 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 organizational conflict of interest,it shall make immediate and full disclosure in writing to the Contracting Officer.  The notification shall include adescription of the actual or potential organizational conflict of interest, a description of the action which theContractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevantinformation that would assist the Contracting Officer in making a determination on this matter.  Notwithstandingthis notification, the Government may terminate the contract for the convenience of the Government if determinedto be in the best interest of the Government.

(g)  Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of anorganizational conflict of interest prior to the award of this contract or becomes, or should become, aware of anorganizational conflict of interest after award of this contract and does not make an immediate and full disclosurein writing to the Contracting Officer, the Government may terminate this contract for default.

(h)  If the Contractor takes any action prohibited by this requirement or fails to take action required by thisrequirement, the Government may terminate this contract for default.

(i)  The Contracting Officer's decision as to the existence or nonexistence of an actual or potential organizationalconflict of interest shall be final.

(j)  Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to theUnited States Government its product lines in existence on the effective date of this contract; nor, shall thisrequirement preclude the Contractor from participating in any research and development or delivering any designdevelopment model or prototype of any such equipment.  Additionally, sale of catalog or standard commercialitems are exempt from this requirement.

(k)  The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate oradvise the Government concerning its own products or activities or those of a competitor in order to ensure propersafeguards exist to guarantee objectivity and to protect the Government's interest.

(l)  The Contractor shall include this requirement in subcontracts of any tier which involve access to informationor situations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "Contractor" whereappropriate.

(m)  The rights and remedies described herein shall not be exclusive and are in addition to other rights andremedies provided by law or elsewhere included in this contract.

(n)  Compliance with this requirement is a material requirement of this contract.

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 63 of 114

 FINAL 

SECTION D PACKAGING AND MARKING

MARKING OF REPORTS (NAVSEA) (SEP 1990)All reports delivered by the Contractor to the Government under this contract shall prominently show on the coverof the report:

1) Name and Business address of the Contractor2) Contract number3) Task Order number4) Whether the contract was competitively or non-competitively awarded5) Sponsor

     _______________________      Name of the Individual Sponsor     _______________________     Name of the Requiring Activity     _______________________     City and State

All data deliverables shall be delivered in accordance with the Contract Data Requirements List (CDRL), DDForm 1423, Exhibit A.

DISTRIBUTION LIMITATION STATEMENT

Technical documents generated under this delivery order shall carry the following limitation statement.  Wordprocessing files shall have the statements included on the cover page of any resultant hard copy.  Any deliveredCD-ROM shall be marked externally with the statements.

DISTRIBUTION STATEMENT D: DISTRIBUTION AUTHORIZED TO DEPARTMENT OF DEFENSE ANDU.S. DOD CONTRACTORS ONLY; ADMINISTRATIVE/OPERATIONAL USE (CONTRACTOR INSERTDATE STATEMENT APPLIED). OTHER U.S. REQUESTS FOR THIS DOCUMENT SHALL BE REFERREDTO COMMANDING OFFICER, NAVAL SURFACE WARFARE CENTER PANAMA CITY, CODE X12, 110VERNON AVENUE, PANAMA CITY, FL 32407-5000.

DESTRUCTION NOTICE - FOR CLASSIFIED DOCUMENTS, FOLLOW PROCEDURES IN DOD 5220.22-M,NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL, CHAPTER 5, SECTION 7 ORDOD 5200.1-R, INFORMATION SECURITY PROGRAM REGULATION. FOR UNCLASSIFIED, LIMITEDDOCUMENTS, DESTROY BY ANY METHOD THAT WILL PREVENT DISCLOSURE OF CONTENTS ORRECONSTRUCTION OF THE DOCUMENT.

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 64 of 114

 FINAL 

SECTION E INSPECTION AND ACCEPTANCE

52.246-5 Inspection of Services - Cost Reimbursement (Apr 1984)

Inspection and acceptance of services and deliverables will be accomplished by Government personnel atGovernment facilities identified in task order and as directed by the COR via Technical Instructions.  Alldeliverables shall be FOB Destination.

HQ E-2-0015 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (SEP 2009)

Quality Management System Requirements. The Contractor shall provide and maintain a qualitymanagement system that, as a minimum, adheres to the requirements of ANSI/ISO/ASQ 9001-2008 QualityManagement Systems and supplemental requirements imposed by this contract. The quality management systemprocedures, planning, and all other documentation and data that comprise the quality management system shall bemade available to the Government for review. Existing quality documents that meet the requirements of thiscontract may continue to be used. The Government may perform any necessary inspections, verifications, andevaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. TheContractor shall require of subcontractors a quality management system achieving control of the quality of theservices and/or supplies provided. The Government reserves the right to disapprove the quality managementsystem or portions thereof when it fails to meet the contractual requirements.

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 65 of 114

 FINAL 

SECTION F DELIVERABLES OR PERFORMANCE

The periods of performance for the following Items are as follows:

   

7000 6/26/2015 - 6/25/2016

7001 6/26/2016 - 6/25/2017

7002 6/26/2017 - 6/25/2018

7101 6/26/2016 - 6/25/2017

7102 6/26/2016 - 6/25/2017

7103 6/26/2016 - 6/25/2017

7104 6/26/2016 - 6/25/2017

7105 6/26/2016 - 6/25/2017

7106 6/26/2016 - 6/25/2017

7107 6/26/2016 - 6/25/2017

7108 7/15/2016 - 6/25/2017

7109 6/26/2016 - 6/25/2017

7110 7/15/2016 - 6/25/2017

7111 7/15/2016 - 6/25/2017

7112 7/15/2016 - 6/25/2017

7113 8/23/2016 - 6/25/2017

7114 8/23/2016 - 6/25/2017

7115 11/9/2016 - 6/25/2017

7116 11/9/2016 - 6/25/2017

7117 11/9/2016 - 6/25/2017

7200AA 12/19/2016 - 6/25/2017

7200AB 12/19/2016 - 6/25/2017

7200AC 12/19/2016 - 7/24/2017

7200AD 12/19/2016 - 6/25/2017

7200AE 12/21/2016 - 6/25/2017

7200AF 12/21/2016 - 6/25/2017

7200AG 1/26/2017 - 6/25/2017

7200AH 3/7/2017 - 6/25/2017

7200AJ 3/7/2017 - 6/25/2017

7200AK 3/15/2017 - 6/25/2017

7200AL 3/15/2017 - 6/25/2017

7200AM 3/15/2017 - 6/25/2017

7200AN 3/15/2017 - 6/25/2017

7200AP 3/15/2017 - 6/25/2017

7200AQ 3/15/2017 - 6/25/2017

7200AR 3/15/2017 - 6/25/2017

7200AT 3/15/2017 - 6/25/2017

7200AU 3/15/2017 - 6/25/2017

7200AV 3/15/2017 - 6/25/2017

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 66 of 114

 FINAL 

7200AW 3/15/2017 - 6/25/2017

7200AX 3/15/2017 - 6/25/2017

7200AY 4/14/2017 - 6/25/2017

7200AZ 4/14/2017 - 6/25/2017

7200BA 4/14/2017 - 6/25/2017

7200BB 4/17/2017 - 6/25/2017

7200BC 4/14/2017 - 6/25/2017

7200BD 4/14/2017 - 6/25/2017

7200BE 6/26/2016 - 6/25/2017

7200BF 5/31/2017 - 6/25/2017

7200BG 5/31/2017 - 6/25/2017

7200BH 5/31/2017 - 6/25/2017

7200BJ 5/31/2017 - 6/25/2017

7300AA 6/26/2017 - 6/25/2018

7300AB 6/26/2017 - 6/25/2018

7300AC 6/26/2017 - 6/25/2018

7300AD 6/26/2017 - 6/25/2018

7300AE 6/26/2017 - 6/25/2018

7300AF 6/26/2017 - 6/25/2018

7300AG 6/26/2017 - 6/25/2018

7300AH 6/26/2017 - 6/25/2018

7300AJ 6/26/2017 - 6/25/2018

7300AK 6/26/2017 - 6/25/2018

7300AL 6/26/2017 - 6/25/2018

7300AM 6/26/2017 - 6/25/2018

7300AN 6/26/2017 - 6/25/2018

7300AP 6/26/2017 - 6/25/2018

7300AQ 6/26/2017 - 6/25/2018

7300AR 8/2/2017 - 6/25/2018

7300AS 6/26/2017 - 3/9/2018

7300AT 6/26/2017 - 6/25/2018

7300AU 8/28/2017 - 6/25/2018

7300AW 8/28/2017 - 6/25/2018

7300AX 8/28/2017 - 6/25/2018

7300AY 8/28/2017 - 6/25/2018

7300AZ 8/28/2017 - 6/25/2018

7300BA 8/28/2017 - 6/25/2018

7300BB 8/28/2017 - 6/25/2018

7300BC 9/14/2017 - 6/25/2018

7300BD 6/14/2017 - 6/25/2018

7300BE 9/22/2017 - 6/25/2018

7300BF 9/22/2017 - 6/25/2018

7300BG 11/8/2017 - 6/25/2018

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 67 of 114

 FINAL 

7300BH 11/8/2017 - 6/25/2018

7300BJ 11/8/2017 - 6/25/2018

7300BK 12/5/2017 - 6/25/2018

7300BL 12/5/2017 - 6/25/2018

7300BM 12/5/2017 - 6/25/2018

7300BN 12/5/2017 - 6/25/2018

7300BP 12/5/2017 - 6/25/2018

7300BQ 12/5/2017 - 6/25/2018

7300BR 12/5/2017 - 6/25/2018

7300BS 12/5/2017 - 6/25/2018

7300BT 12/5/2017 - 6/25/2018

7300BU 12/15/2017 - 6/25/2018

7300BV 12/15/2017 - 6/25/2018

7300BW 1/18/2018 - 6/25/2018

7300BX 1/18/2018 - 6/25/2018

7300BY 2/1/2018 - 6/25/2018

7300BZ 2/15/2018 - 6/25/2018

7300CA 3/2/2018 - 6/25/2018

7300CB 3/2/2018 - 6/25/2018

7300CC 3/9/2018 - 6/25/2018

7300CD 3/9/2018 - 6/25/2018

7300CE 3/23/2018 - 6/25/2018

7300CF 3/23/2018 - 6/25/2018

7300CG 3/23/2018 - 6/25/2018

7300CH 3/23/2018 - 6/25/2018

7300CJ 3/23/2018 - 6/25/2018

7300CK 3/23/2018 - 6/25/2018

7300CL 3/23/2018 - 6/25/2018

7300CM 4/18/2018 - 6/25/2018

7300CN 4/18/2018 - 6/25/2018

7300CP 4/18/2018 - 6/25/2018

7300CQ 5/10/2018 - 6/25/2018

7300CR 5/10/2018 - 6/25/2018

7300CS 5/10/2018 - 6/25/2018

7300CT 5/29/2018 - 6/25/2018

7300CU 5/29/2018 - 6/25/2018

7400AA 6/26/2018 - 6/25/2019

7400AB 6/26/2018 - 6/25/2019

7400AC 6/26/2018 - 6/25/2019

7400AD 6/26/2018 - 6/25/2019

7400AE 6/26/2018 - 6/25/2019

7400AF 6/26/2018 - 6/25/2019

7400AG 6/26/2018 - 6/25/2019

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 68 of 114

 FINAL 

7400AH 6/26/2018 - 6/25/2019

7400AJ 6/26/2018 - 6/25/2019

7400AK 6/26/2018 - 6/25/2019

7400AL 6/26/2018 - 6/25/2019

7400AM 6/27/2018 - 6/25/2019

7400AN 6/27/2018 - 6/25/2019

7400AP 6/27/2018 - 6/25/2019

7400AQ 6/27/2018 - 6/25/2019

7400AR 7/6/2018 - 6/25/2019

7400AS 7/6/2018 - 6/25/2019

7400AT 7/6/2018 - 6/25/2019

9000 6/26/2015 - 6/25/2016

9001 6/26/2016 - 6/25/2017

9002 6/26/2017 - 6/25/2018

9101 6/26/2016 - 6/25/2017

9102 6/26/2016 - 6/25/2017

9103 6/26/2016 - 6/25/2017

9104 7/15/2016 - 6/25/2017

9105 6/26/2016 - 6/25/2017

9106 7/15/2016 - 6/25/2017

9107 7/15/2016 - 6/25/2017

9108 7/15/2016 - 6/25/2017

9109 8/23/2016 - 6/25/2017

9110 8/23/2016 - 6/25/2017

9111 6/26/2016 - 6/25/2017

9112 11/9/2016 - 6/25/2017

9113 11/9/2016 - 6/25/2017

9200AA 12/19/2016 - 6/25/2017

9200AB 12/19/2016 - 6/25/2017

9200AC 12/19/2016 - 7/24/2017

9200AD 3/7/2016 - 6/25/2017

9200AE 3/15/2017 - 6/25/2017

9200AF 3/15/2017 - 6/25/2017

9200AG 3/15/2017 - 6/25/2017

9200AH 3/15/2017 - 6/25/2017

9200AJ 4/14/2017 - 6/25/2017

9200AK 4/14/2017 - 6/25/2017

9200AL 4/14/2017 - 6/25/2017

9200AM 6/26/2016 - 6/25/2017

9200AN 5/31/2017 - 6/25/2017

9300AA 6/26/2017 - 6/25/2018

9300AB 6/26/2017 - 6/25/2018

9300AC 6/26/2017 - 6/25/2018

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 69 of 114

 FINAL 

9300AD 6/26/2017 - 6/25/2018

9300AE 6/26/2017 - 6/25/2018

9300AF 6/26/2017 - 6/25/2018

9300AG 6/26/2017 - 6/25/2018

9300AH 8/2/2017 - 3/9/2018

9300AJ 8/28/2017 - 6/25/2018

9300AK 8/28/2017 - 6/25/2018

9300AL 9/14/2017 - 6/25/2018

9300AM 9/22/2017 - 6/25/2018

9300AN 9/22/2017 - 6/25/2018

9300AP 11/8/2017 - 6/25/2018

9300AQ 12/5/2017 - 6/25/2018

9300AR 12/5/2017 - 6/25/2018

9300AS 12/5/2017 - 6/25/2018

9300AT 12/15/2017 - 6/25/2018

9300AU 4/18/2018 - 6/25/2018

9400AA 6/26/2018 - 6/25/2019

9400AB 6/26/2018 - 6/25/2019

9400AC 6/26/2018 - 6/25/2019

9400AD 6/26/2018 - 6/25/2019

9400AE 6/26/2018 - 6/25/2019

9400AF 6/26/2018 - 6/25/2019

9400AG 6/27/2018 - 6/25/2019

9400AH 7/6/2018 - 6/25/2019

9400AJ 7/6/2018 - 6/25/2019

CLIN - DELIVERIES OR PERFORMANCE

The periods of performance for the following items are as follows:

Base Year

7000 From Award through 12 months thereafter9000 From Award through 12 months thereafter

Option 1

7001 Exercise of Option 1 through 12 months thereafter9001 Exercise of Option 1 through 12 months thereafter

Option 27002 Exercise of Option 2 through 12 months thereafter9002 Exercise of Option 2 through 12 months thereafter

Mod 54:

7400 From the end of Option 2 through 12 months thereafter

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 70 of 114

 FINAL 

9400 From the end of Option 2 through 12 months thereafter

Services may be performed at the Contractor's facility, Naval Surface Warfare Center Panama City Division(NSWCPCD), or travel location. Location is dependent upon type of task being performed.

DURATION OF TASK ORDER PERIOD

This Task Order shall be become effective on the date of award and shall continue for a period of one year.  Theorder may continue for up to two additional years if the options are exercised.

Mod 54:  The task order is hereby extended for one year, for a total of four years.

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 71 of 114

 FINAL 

SECTION G CONTRACT ADMINISTRATION DATA

GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT

Procurement Contracting Officer:Vaughn Lasater110 Vernon AvePanama City, FL 32407-7001850-235-5058

[email protected]

Contract SpecialistCharlene Buduo110 Vernon AvePanama City, FL [email protected]

OmbudsmanGerald [email protected]

Contracting Officer RepresentativeCarrie Delcomyn110 Vernon AvePanama City, FL 32407-7001Email:  [email protected]: 850-636-6471

Code X12 Technical Supervisor Keith Aliberti110 Vernon AvePanama City, FL 32407-7001Email:  [email protected]: 850-636-6136

 

 

 

 

----------------------------------------------------------------------------------------------------------------------------------------ACCOUNTING DATA

The award document will include Accounting Data at the end of Section G. All lines of accounting are listedsequentially under a heading that identifies the particular action (award or modification number) under which thefunding was obligated. Under SeaPort, all funding is identified/obligated at the sub contract line item (SLIN)level.

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 72 of 114

 FINAL 

SLINs are established sequentially by the SeaPort software. Each obligation of funds receives a unique SLINidentifier, even if the funds are an increase to an existing line of accounting (ACRN). Thus, an individualfunctional area or Technical Instruction that is funded incrementally could have one ACRN but multiple SLINs.Accounting for expenditures and invoicing at the SLIN level is required.

---------------------------------------------------------------------------------------------------------------------------------------PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

252.204-0002 Line Item Specific: Sequential ACRN Order. (SEP 2009)

The payment office shall make payment in sequential ACRN order within the line item, exhausting all funds in theprevious ACRN before paying from the next ACRN using the following sequential order: Alpha/Alpha;Alpha/numeric; numeric/alpha; and numeric/numeric.

---------------------------------------------------------------------------------------------------------------------------------------

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause—

“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit,activity, or organization.

“Document type” means the type of payment request or receiving report available for creation in Wide AreaWorkflow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when payment certification isdone external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests andreceiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests andReceiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall—

(1) Have a designated electronic business point of contact in the System for Award Management at:

https://www.acquisition.gov

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registrationavailable at this web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based TrainingCourse and use the Practice Training Site before submitting payment requests through WAWF. Both can beaccessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/

(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic DataInterchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting paymentrequests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

Cost Voucher (Cost Reimbursable, T&M, LH, or FPI)

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 73 of 114

 FINAL 

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance  location(s) inWAWF, as specified by the contracting officer.

See Section E – Inspection and Acceptance

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill inapplicable fields in WAWF when creating payment requests and receiving reports in the system.

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includesappropriate contract line item and subline item descriptions of the work performed or supplies delivered, unitprice/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F,(e.g. timesheets) in support of each payment request.

Routing Data Table*

Field Name in WAWF Data to be entered in WAWFPay Official DoDAAC HQ0337 Issue By DoDAAC N61331Admin DoDAAC S3101A Inspect By DoDAAC LEAVE BLANK Ship To Code N61331 (invoice purposes only)Ship From Code LEAVE BLANK Mark For Code LEAVE BLANKService Approver (DoDAAC) S3101A Service Acceptor (DoDAAC) S3101AAccept at Other DoDAAC LEAVE BLANK LPO DoDAAC LEAVE BLANKDCAA Auditor DoDAAC HAA310Other DoDAAC(s) LEAVE BLANK

(4) Payment request and supporting documentation. The Contractor shall ensure a payment requestincludesappropriate contract line item and subline item descriptions of the work performed or supplies delivered,unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARSAppendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the“SendAdditional Email Notifications” field of WAWF once a document is submitted in the system.

[email protected]@navy.mil

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contractingactivity’s WAWF point of contact. 

[email protected] and [email protected]

**Please send an e-mail to both POCs.

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

-----------------------------------------------------------------------------------------------------------------------------------------HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING (NAVSEA) (SEP

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 74 of 114

 FINAL 

2012)

(a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at thelowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract lineitem number (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costsincurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall includesummaries of

work charged during the period covered as well as overall cumulative summaries by individual labor categories,rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs(ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors,subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime)invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may beencrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may emailencryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative(COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supportingcost information directly to the CO and COR; or other method as agreed to by the CO.

(b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic DataInterchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the CORand CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does notprovide the COR and CO email notification as required herein.

------------------------------------------------------------------------------------------------------------------

CONTRACTOR INVOICING RESPONSIBILITY

For the purpose of satisfying the requirements of DFARS Clause 252.232-7006 WIDE AREA WORKFLOWPAYMENT INSTRUCTIONS (MAY 2013), and NAVSEA Clause HQ G-2-0009 SUPPLEMENTALINSTRUCTIONS REGARDING ELECTRONIC INVOICING (NAVSEA) (SEP 2012), the contractor shallprovide a cost breakdown at the SLIN level as part of the PDF invoice attachment package.  The Governmentconcurs with the contractor’s assessment that a cost breakdown at the SLIN level within WAWF database isneither feasible nor necessary.

------------------------------------------------------------------------------------------------------------------

EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES

 

When a Government facility is closed and/or early dismissal of Federal employees is directed due to severeweather, a security threat, or a facility-related problem that prevents personnel from working, on-site Contractorpersonnel regularly assigned to work at that facility should follow the same reporting and/or departure directionsgiven to Government personnel. The Contractor shall not direct charge to the contract for time off, but shall followparent company policies regarding taking leave (administrative or other). Non-essential Contractor personnel, whoare not required to remain at or report to the facility, shall follow their parent company policy regarding whetherthey should go/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 television announcements beforedeparting for work to determine if the facility is closed or operating on a delayed arrival basis.

When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severeweather, a security threat, or a facility-related problem), on-site Contractors will continue working establishedwork hours or take leave in accordance with parent company policy. Those Contractors who take leave shall notdirect charge the non-working hours to the Task Order.

Contractors are responsible for predetermining and disclosing their charging practices for early dismissal, delayed

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 75 of 114

 FINAL 

openings, or closings in accordance with the FAR, applicable cost accounting standards, and company policy.

Contractors shall follow their disclosed charging practices during the Task Order period of performance, and shallnot follow any verbal directions to the contrary. The Contracting Officer will make the determination of costallowability for time lost due to facility closure in accordance with FAR, applicable Cost Accounting Standards,and the Contractor’s established accounting policy.

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------700001 130050607700001 50000.00  LLA : AA 97X4930 NH1D 252 77777 0 050120 2F 000000 A00002925243   BASE Funding 50000.00 Cumulative Funding 50000.00  MOD 01  700002 130052014000001 15000.00  LLA : AB 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003018755  700003 130052021100001 15000.00  LLA : AC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003018757  700004 130052021700001 20000.00  LLA : AD 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003018862  700005 130052022200001 40000.00  LLA : AE 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003018871  700006 130052085100001 22900.00  LLA : AF 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003022534  700007 130052085200001 5100.00  LLA : AG 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003022536  700008 130052085300001 24714.45  LLA : AH 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003022537  700009 130052145800001 64215.69  LLA : AJ 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003026826   MOD 01 Funding 206930.14 Cumulative Funding 256930.14  MOD 02  700010 130052010300001 550000.00  LLA : AK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003018190  900001 130052010300002 50000.00  LLA : AL 97X4930 NH1D 251 77777 0 050120 2F 000000 A10003018190 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 76 of 114

 FINAL 

  MOD 02 Funding 600000.00 Cumulative Funding 856930.14  MOD 03 Funding 0.00 Cumulative Funding 856930.14  MOD 04 Funding 0.00 Cumulative Funding 856930.14  MOD 05  700011 130052183400001 370000.00  LLA : AM 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003029159  700012 130052211400001 171130.00  LLA : AN 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003030605  700013 130052195100001 74400.00  LLA : AP 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003029185  700014 130052184600001 30000.00  LLA : AQ 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003028934  700015 130052326100001 9679.00  LLA : AR 1731611 1576 252 SH377 0 050120 2D 000000 A00003038132  700016 130052315900001 45887.00  LLA : AT 1751804 8C6C 252 SH377 0 050120 2D 000000 A00003037806  700017 130052316000001 8121.00  LLA : AU 1751804 8C6C 252 SH377 0 050120 2D 000000 A00003038098  700018 130052470800001 60000.00  LLA : AV 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003049412  900002 130052211400002 76700.00  LLA : AN 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003030605  900003 130052195100003 11200.00  LLA : AP 97X4930 NH1D 255 77777 0 050120 2F 000000 A00003029185  900004 130052184600002 10000.00  LLA : AQ 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003028934  900005 130052183400002 30000.00  LLA : AM 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003029159  900006 130052447600001 5100.00  LLA : AS 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003047764   MOD 05 Funding 902217.00 Cumulative Funding 1759147.14  MOD 06 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 77 of 114

 FINAL 

 700019 130052933300001 97000.00  LLA : AW 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003089367  700020 130053151500001 98800.00  LLA : AX 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003113761  700021 130053265200001 95000.00  LLA : AY 97X4930 NH1D 255 77777 0 050120 2F 000000 A00003127879  700022 130053127400001 45000.00  LLA : AZ 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003110582  900007 130052933300002 3000.00  LLA : AW 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003089367  900008 130053151500002 7000.00  LLA : AX 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003113761   MOD 06 Funding 345800.00 Cumulative Funding 2104947.14  MOD 07  700012 130052211400001 (171130.00)  LLA : AN 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003030605  700022 130053127400001 (45000.00)  LLA : AZ 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003110582  700023 130053909600001 171130.00  LLA : BA 9750400 1120 P59 23 04 0 3 251C 0 00000 049447 DWAM5 1521 049447   900002 130052211400002 (76700.00)  LLA : AN 97X4930 NH1D 252 77777 0 050120 2F 000000 A00003030605  900009 130053909600002 76700.00  LLA : BA 9750400 1120 P59 23 04 0 3 251C 0 00000 049447 DWAM5 1521 049447    MOD 07 Funding -45000.00 Cumulative Funding 2059947.14  MOD 08  700024 130055160000001 55000.00  LLA : BB 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003290823  700025 130054955700001 100000.00  LLA : BC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003273662  700026 130055006600001 92200.00  LLA : BD 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003277915  700027 130053450200001 75000.00  

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 78 of 114

 FINAL 

LLA : BE 97X4930 NH1D 255 77777 0 050120 2F 000000 A00003146564  900010 130055160000002 24300.00  LLA : BB 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003290823  900011 130055053600001 4000.00  LLA : BF 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003281995  900012 130055006600002 21000.00  LLA : BD 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003277915   MOD 08 Funding 371500.00 Cumulative Funding 2431447.14  MOD 09  700029 130054938400001 63000.00  LLA : BG 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003272498  900010 130055160000002 (24300.00)  LLA : BB 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003290823  900013 130054938400002 16000.00  LLA : BG 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003272498   MOD 09 Funding 54700.00 Cumulative Funding 2486147.14  MOD 10  700030 130055160000002 24300.00  LLA : BH 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003290823   MOD 10 Funding 24300.00 Cumulative Funding 2510447.14  MOD 11  700031 130055650400001 255000.00  LLA : BK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003328570  900014 130055781200001 1000.00  LLA : BL 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003337925   MOD 11 Funding 256000.00 Cumulative Funding 2766447.14  MOD 12  700032 130056103800001 20000.00  LLA : BM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003362458  900015 130056148400001 6000.00  LLA : BN 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003364697 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 79 of 114

 FINAL 

Incremental Funding PR# 1300561484   MOD 12 Funding 26000.00 Cumulative Funding 2792447.14  MOD 13  700033 130056447800001 35000.00  LLA : BP 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003386674 PR 1300564478   MOD 13 Funding 35000.00 Cumulative Funding 2827447.14  MOD 14  700034 130056738100001 152800.80  LLA : BQ 1761319 8508 251 240V0 0 050120 2D 000000 A00003410376 Incremental funding PR 1300567381   MOD 14 Funding 152800.80 Cumulative Funding 2980247.94  MOD 15  700035 130056985300001 15000.00  LLA : BR 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003431739  700036 130057144700001 215530.00  LLA : BS 9760400 1120 P69 23 04 0 3 251C 0 00000 049447 DWAM6 0643 049447   900016 130057144700002 53694.00  LLA : BS 9760400 1120 P69 23 04 0 3 251C 0 00000 049447 DWAM6 0643 049447   900017 130057144700002 776.00  LLA : BS 9760400 1120 P69 23 04 0 3 251C 0 00000 049447 DWAM6 0643 049447   900018 130057144700003 1582.00  LLA : BU 9750400 1120 P59 23 04 0 3 251C 0 00000 049447 DWAM5 1521 049447   900019 130057144700004 11295.00  LLA : BT 97X4930 NH1D 251 77777 0 050120 2F 00000 059447 DWAM6 0643 049447    MOD 15 Funding 297877.00 Cumulative Funding 3278124.94  MOD 16  700026 130055006600001 (62000.00)  LLA : BD 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003277915  700029 130054938400001 (22000.00)  LLA : BG 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003272498  900012 130055006600002 (17850.00)  LLA : 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 80 of 114

 FINAL 

BD 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003277915  900013 130054938400002 (13000.00)  LLA : BG 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003272498   MOD 16 Funding -114850.00 Cumulative Funding 3163274.94  MOD 17  700032 130056103800001 (20000.00)  LLA : BM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003362458   MOD 17 Funding -20000.00 Cumulative Funding 3143274.94  MOD 18  710101 130057806300001 577000.00  LLA : BV 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003489130  710201 130057217500001 75000.00  LLA : BW 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003449622  710301 130057553300001 45000.00  LLA : BX 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003473725  710401 130057433400001 30000.00  LLA : BY 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003465190  710501 130057717300001 20000.00  LLA : BZ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003484371  710601 130057395000001 100000.00  LLA : CA 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003463271  910101 130057806300002 7000.00  LLA : BV 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003489130  910201 130057553300002 5000.00  LLA : BX 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003473725   MOD 18 Funding 859000.00 Cumulative Funding 4002274.94  MOD 19 Funding 0.00 Cumulative Funding 4002274.94  MOD 20 Funding 0.00 Cumulative Funding 4002274.94  MOD 21  710701 130057981800001 30231.00  LLA : CB 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003500279  

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 81 of 114

 FINAL 

710702 130057916500001 21000.00  LLA : CC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003496321  710703 130057955600001 23619.00  LLA : CD 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003498554  710704 130057985700001 10000.00  LLA : CE 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003500382  710705 130057911500001 20000.00  LLA : CF 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003496015  710901 130057915300001 75000.00  LLA : CG 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003496260  910301 130057916500002 4000.00  LLA : CC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003496321  910501 130057915300002 3000.00  LLA : CG 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003496260   MOD 21 Funding 186850.00 Cumulative Funding 4189124.94  MOD 22  710801 130058076700001 74400.00  LLA : CH 97X4930 NH1D 253 77777 0 050120 2F 000000 A00003505977  711001 130058100400001 74400.00  LLA : CM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003507483  711101 130058424900001 40000.00  LLA : CJ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003531221  711102 130058302800001 40000.00  LLA : CK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003523354  711201 130057973600001 37000.00  LLA : CL 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003499374  910401 130058076700002 9000.00  LLA : CH 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003505977  910601 130058100400002 27000.00  LLA : CM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003507483  910701 130058424900002 5000.00  LLA : CJ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003531221  910702 130058302800002 5000.00  LLA : CK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003523354  

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 82 of 114

 FINAL 

910801 130057973600002 3000.00  LLA : CL 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003499374   MOD 22 Funding 314800.00 Cumulative Funding 4503924.94  MOD 23  700035 130056985300001 (15000.00)  LLA : BR 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003431739  700036 130057144700001 (153685.30)  LLA : BS 9760400 1120 P69 23 04 0 3 251C 0 00000 049447 DWAM6 0643 049447   900012 130055006600002 (3150.00)  LLA : BD 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003277915  900018 130057144700003 (1582.00)  LLA : BU 9750400 1120 P59 23 04 0 3 251C 0 00000 049447 DWAM5 1521 049447   900019 130057144700004 (11295.00)  LLA : BT 97X4930 NH1D 251 77777 0 050120 2F 00000 059447 DWAM6 0643 049447    MOD 23 Funding -184712.30 Cumulative Funding 4319212.64  MOD 24  711202 130059125300001 153685.30  LLA : CQ 9760400 1120 P69 23 04 0 3 251C 0 00000 049447 DWAM6 0643 049447   711301 130058700800001 41500.00  LLA : CN 1761319 8508 251 240V0 0 050120 2D 000000 A00003550481  711401 130059265500001 27000.00  LLA : CP 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003585172  910802 130059125300002 11295.00  LLA : CR 97X4930 NH1D 251 77777 0 050120 2F 000000 059447 DWAM6  910803 130059125300003 1582.00  LLA : CS 9750400 1120 P59 23 04 0 3 251C 0 00000 049447 DWAM5 1521 049447   910901 130058700800002 2500.00  LLA : CN 1761319 8508 251 240V0 0 050120 2D 000000 A00003550481  911001 130059265500002 3000.00  LLA : CP 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003585172   MOD 24 Funding 240562.30 Cumulative Funding 4559774.94  MOD 25 Funding 0.00 Cumulative Funding 4559774.94 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 83 of 114

 FINAL 

 MOD 26  710502 130059932000001 10000.00  LLA : CV 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003630937  711203 130059867700001 16000.00  LLA : CW 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003626235  711302 130059810100001 45000.00  LLA : CT 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003621381  711303 130059810200001 95000.00  LLA : CU 1751319 84ER 251 240V0 0 050120 2D 000000 A00003621539  910804 130059867700002 4000.00  LLA : CW 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003626235  910902 130059810100002 5000.00  LLA : CT 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003621381  910903 130059810200002 5000.00  LLA : CU 1751319 84ER 251 240V0 0 050120 2D 000000 A00003621539   MOD 26 Funding 180000.00 Cumulative Funding 4739774.94  MOD 27  700033 130056447800001 (9415.73)  LLA : BP 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003386674 PR 1300564478  700034 130056738100001 (16360.26)  LLA : BQ 1761319 8508 251 240V0 0 050120 2D 000000 A00003410376 Incremental funding PR 1300567381  700036 130057144700001 (21595.76)  LLA : BS 9760400 1120 P69 23 04 0 3 251C 0 00000 049447 DWAM6 0643 049447   900016 130057144700002 (1503.67)  LLA : BS 9760400 1120 P69 23 04 0 3 251C 0 00000 049447 DWAM6 0643 049447   900017 130057144700002 (137.29)  LLA : BS 9760400 1120 P69 23 04 0 3 251C 0 00000 049447 DWAM6 0643 049447    MOD 27 Funding -49012.71 Cumulative Funding 4690762.23  MOD 28  710302 130060172400001 22000.00  LLA : CX 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003648452  910102 130060139700001 10000.00  

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 84 of 114

 FINAL 

LLA : CY 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003651030  910202 130060172400002 13000.00  LLA : CX 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003648452   MOD 28 Funding 45000.00 Cumulative Funding 4735762.23  MOD 29  911101 130060501500001 10000.00  LLA : CZ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003685528   MOD 29 Funding 10000.00 Cumulative Funding 4745762.23  MOD 30  711501 130060641400001 60000.00  LLA : DA 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003697187  711601 130060699100001 20000.00  LLA : DB 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003701215  711701 130060763200001 30000.00  LLA : DC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003707149  910701 130058424900002 (5000.00)  LLA : CJ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003531221  911201 130060641400002 10000.00  LLA : DA 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003697187  911301 130060726400001 30000.00  LLA : DD 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003704724   MOD 30 Funding 145000.00 Cumulative Funding 4890762.23  MOD 31  711101 130058424900001 (11101.38)  LLA : CJ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003531221  711102 130058302800001 (28898.62)  LLA : CK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003523354   MOD 31 Funding -40000.00 Cumulative Funding 4850762.23  MOD 32  7200AB 130061181700001 23000.00  LLA : DE 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003740152 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 85 of 114

 FINAL 

 7200AC 130061365000002 17636.72  LLA : CQ 9760400 1120 P69 23 04 0 3 251C 0 00000 049447 DWAM6 0643 049447   7200AD 130061465100001 31295.00  LLA : DF 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003761923  9200AB 130061181700002 2000.00  LLA : DE 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003740152  9200AC 130061365000001 5600.00  LLA : CQ 9760400 1120 P69 23 04 0 3 251C 0 00000 049447 DWAM6 0643 049447    MOD 32 Funding 79531.72 Cumulative Funding 4930293.95  MOD 33  7200AE 130061369400001 100000.00  LLA : DG 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003754266  7200AF 130061456800001 22355.00  LLA : DH 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003761946   MOD 33 Funding 122355.00 Cumulative Funding 5052648.95  MOD 34  7200AG 130061924400001 55000.00  LLA : DH 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003800016   MOD 34 Funding 55000.00 Cumulative Funding 5107648.95  MOD 35  711102 130058302800001 (3756.70)  LLA : CK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003523354  7200AE 130061369400001 (20000.00)  LLA : DG 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003754266  7200AH 130062668400001 45100.00  LLA : DK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003862521  7200AJ 130062647900001 53000.00  LLA : DL 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003860598  910601 130058100400002 (22429.86)  LLA : CM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003507483  910702 130058302800002 (5000.00)  LLA : CK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003523354 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 86 of 114

 FINAL 

 9200AD 130062647900002 17000.00  LLA : DL 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003860598   MOD 35 Funding 63913.44 Cumulative Funding 5171562.39  MOD 36  7200AK 130062822900002 20000.00  LLA : DM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003876928  7200AL 130062854400001 19500.00  LLA : DN 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003879467  7200AM 130063056200001 42800.00  LLA : DP 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003894113  7200AN 130063046700001 12550.00  LLA : DQ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003892937  7200AP 130062733500001 56085.28  LLA : DR 1771804 60BD 251 53825 S 060951 2D C001XZ 465817SU001Q  7200AQ 130062733500002 30110.35  LLA : DS 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003867342  7200AR 130062709700001 5165.00  LLA : DT 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003866159  7200AT 130062709300001 45100.00  LLA : DV 1771319 X5RC 255 00039 0 050120 2D 000000 A00003866082  7200AU 130062709400001 105431.46  LLA : DW 1771804 5C6C 257 00039 0 050120 2D 000000 A00003866087  7200AV 130062709500001 190614.00  LLA : DX 1771804 5T6M 257 00039 0 050120 2D 000000 A00003866091  7200AW 130062709600001 118754.00  LLA : DY 1771804 5C1C 257 00039 0 050120 2D 000000 A00003866155  7200AX 130062709600002 35564.00  LLA : DZ 1771804 5C1C 257 00039 0 050120 2D 000000 A10003866155  9200AE 130062822900001 1000.00  LLA : DM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003876928  9200AF 130062854400002 500.00  LLA : DN 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003879467  9200AG 130063046700002 10274.00  LLA : DQ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003892937 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 87 of 114

 FINAL 

 9200AH 130062709700002 5270.00  LLA : DT 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003866159   MOD 36 Funding 698718.09 Cumulative Funding 5870280.48  MOD 37  7200AY 130063399600001 25000.00  LLA : EA 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003920809  7200AZ 130063296900010 10000.00  LLA : EB 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003914118  7200BA 130063522000001 10000.00  LLA : EC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003931679  7200BB 130063227100001 14500.00  LLA : ED 1771804 8C6C 251 SH377 0 050120 2D 000000 A00003906677  7200BC 130061925700001 10000.00  LLA : EE 1771319 W2DB 251 00014 0 050120 2D 000000 A00003800663  7200BD 130063046500001 29310.00  LLA : EF 1771804 5C6C 257 00039 0 050120 2D 000000 A00003892886  9200AJ 130063399600002 3000.00  LLA : EA 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003920809  9200AK 130063522000002 1600.00  LLA : EC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003931679  9200AL 130063046500002 13809.00  LLA : EF 1771804 5C6C 257 00039 0 050120 2D 000000 A00003892886   MOD 37 Funding 117219.00 Cumulative Funding 5987499.48  MOD 38  7200BE 130063965700001 50000.00  LLA : EH 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003966248  9200AM 130063734900001 1500.00  LLA : EG 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003948752   MOD 38 Funding 51500.00 Cumulative Funding 6038999.48  MOD 39  7200BB 130063227100001 (3966.77)  LLA : ED 1771804 8C6C 251 SH377 0 050120 2D 000000 A00003906677 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 88 of 114

 FINAL 

 7200BF 130064434000001 15000.00  LLA : EJ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004004156  7200BG 130064455500001 2000.00  LLA : EK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004004587  7200BH 130064455100001 4000.00  LLA : EL 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004004157  7200BJ 130064597500001 35000.00  LLA : EM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004014934  910202 130060172400002 (10253.01)  LLA : CX 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003648452  910301 130057916500002 (4000.00)  LLA : CC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003496321  9200AB 130061181700002 (1857.19)  LLA : DE 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003740152  9200AN 130064597500002 5000.00  LLA : EM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004014934   MOD 39 Funding 40923.03 Cumulative Funding 6079922.51  MOD 40  7300AB 130064748100001 8400.00  LLA : EN 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004025128  7300AC 130064738400001 6000.00  LLA : EP 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004024418  7300AD 130064738300001 7000.00  LLA : EQ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004024028  7300AE 130064394400001 70000.00  LLA : ER 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003999935  7300AF 130064916700001 22000.00  LLA : ES 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004037412  7300AG 130064947300002 22000.00  LLA : ET 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004039635  7300AH 130064873400001 140000.00  LLA : EU 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004035104  7300AJ 130064738800001 30000.00  LLA : EW 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004024621 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 89 of 114

 FINAL 

 9300AB 130064748100002 1600.00  LLA : EN 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004025128 10 U.S.C. 2410a Authority is being Invoked.  9300AC 130064947300001 1100.00  LLA : ET 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004039635  9300AD 130064873300001 21000.00  LLA : EV 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004034876  9300AE 130064738800002 9600.00  LLA : EW 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004024621   MOD 40 Funding 338700.00 Cumulative Funding 6418622.51  MOD 41  7300AK 130065051000001 138000.00  LLA : EX 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004047081  7300AL 130065039100001 95000.00  LLA : EZ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004045486  9300AF 130065072200001 16210.00  LLA : EY 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004047246  9300AG 130065039100002 5000.00  LLA : EZ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004045486   MOD 41 Funding 254210.00 Cumulative Funding 6672832.51  MOD 42  7300AM 130065263700001 20040.00  LLA : FA 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004060717  7300AN 130065263700002 13010.00  LLA : FB 97X4930 NH1D 251 77777 0 050120 2F 000000 A10004060717  7300AP 130065208900001 10000.00  LLA : FC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004056725  7300AQ 130065134300001 22700.00  LLA : FD 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004051881   MOD 42 Funding 65750.00 Cumulative Funding 6738582.51  MOD 43  7300AR 130061925700002 30000.00  LLA : 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 90 of 114

 FINAL 

FE 1771319 W2DB 251 00014 0 050120 2D 000000 A00003800663  7300AS 130066006300002 49600.00  LLA : FF 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004103991  7300AT 130065928500001 10668.80  LLA : FG 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004099977  9300AH 130066006300001 2400.00  LLA : FF 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004103991   MOD 43 Funding 92668.80 Cumulative Funding 6831251.31  MOD 44  7300AU 130066260000001 195000.00  LLA : FH 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004122866  7300AW 130066108300001 40000.00  LLA : FK 1771810 M7R2 310 00039 0 050120 2D 000000 A00004111610  7300AX 130065941300001 5040.00  LLA : FL 1771804 5C1C 257 00039 0 050120 2D 000000 A00004100523  7300AY 130066428400001 23886.35  LLA : FM 1771804 5T6M 257 00039 0 050120 2D 000000 A00004132688  7300AZ 130066471000001 8444.48  LLA : FN 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004135937  7300BA 130066565200001 8383.65  LLA : FP 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004140631  7300BB 130063241200001 12645.00  LLA : FQ 1771319 X7DJ 255 00039 0 050120 2D 000000 A00003908144  9300AJ 130066565200002 4874.36  LLA : FP 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004140631  9300AK 130066260000002 5000.00  LLA : FH 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004122866   MOD 44 Funding 303273.84 Cumulative Funding 7134525.15  MOD 45  710502 130059932000001 (1184.71)  LLA : CV 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003630937  711401 130059265500001 (31.78)  LLA : CP 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003585172  

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 91 of 114

 FINAL 

711701 130060763200001 (369.38)  LLA : DC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003707149  7200AG 130061924400001 (5411.48)  LLA : DH 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003800016  7200AH 130062668400001 (1167.52)  LLA : DK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003862521  7200AL 130062854400001 (845.58)  LLA : DN 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003879467  7200AY 130063399600001 (1096.52)  LLA : EA 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003920809  7200BA 130063522000001 (3232.68)  LLA : EC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003931679  7200BC 130061925700001 (1001.25)  LLA : EE 1771319 W2DB 251 00014 0 050120 2D 000000 A00003800663  7200BD 130063046500001 (36.71)  LLA : EF 1771804 5C6C 257 00039 0 050120 2D 000000 A00003892886  7200BE 130063965700001 (16951.48)  LLA : EH 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003966248  7200BH 130064455100001 (852.72)  LLA : EL 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004004157  7200BJ 130064597500001 (31.35)  LLA : EM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004014934  911001 130059265500002 (1356.13)  LLA : CP 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003585172  911101 130060501500001 (1441.18)  LLA : CZ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003685528  911301 130060726400001 (25183.71)  LLA : DD 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003704724  9200AD 130062647900002 (16550.36)  LLA : DL 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003860598  9200AF 130062854400002 (9.80)  LLA : DN 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003879467  9200AJ 130063399600002 (2684.19)  LLA : EA 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003920809  9200AK 130063522000002 (1600.00)  LLA : 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 92 of 114

 FINAL 

EC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003931679  9200AL 130063046500002 (5977.99)  LLA : EF 1771804 5C6C 257 00039 0 050120 2D 000000 A00003892886  9200AM 130063734900001 (1500.00)  LLA : EG 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003948752  9200AN 130064597500002 (5000.00)  LLA : EM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004014934   MOD 45 Funding -93516.52 Cumulative Funding 7041008.63  MOD 46  7300BC 130066637400001 125000.00  LLA : FR 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004145898 10 USC 2410a Authority is being Invoked.  7300BD 130066435400001 19600.00  LLA : FS 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004133190  9300AL 130066435400002 400.00  LLA : FS 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004133190   MOD 46 Funding 145000.00 Cumulative Funding 7186008.63  MOD 47  7300BE 130066752300001 23000.00  LLA : FT 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004154051  7300BF 130067336600001 66515.00  LLA : FU 1771319 C4AU 251 24VCS 0 050120 2D 000000 A00004198077  9300AM 130066752300002 1100.00  LLA : FT 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004154051  9300AN 130066752300003 2000.00  LLA : FT 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004154051   MOD 47 Funding 92615.00 Cumulative Funding 7278623.63  MOD 48 Funding 0.00 Cumulative Funding 7278623.63  MOD 49 Funding 0.00 Cumulative Funding 7278623.63  MOD 50  7200AC 130061365000002 (568.74)  LLA : CQ 9760400 1120 P69 23 04 0 3 251C 0 00000 049447 DWAM6 0643 049447  

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 93 of 114

 FINAL 

 7200AK 130062822900002 (12.98)  LLA : DM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003876928  9200AC 130061365000001 (4505.25)  LLA : CQ 9760400 1120 P69 23 04 0 3 251C 0 00000 049447 DWAM6 0643 049447   9200AE 130062822900001 (160.75)  LLA : DM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00003876928  9300AE 130064738800002 (9600.00)  LLA : EW 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004024621   MOD 50 Funding -14847.72 Cumulative Funding 7263775.91  MOD 51 Funding 0.00 Cumulative Funding 7263775.91  MOD 52  7300BG 130067838300001 40000.00  LLA : FV 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004249924  7300BH 130067987400001 45000.00  LLA : FW 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004264192  7300BJ 130067998400001 85000.00  LLA : FX 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004264931  9300AP 130067976000001 5000.00  LLA : FY 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004264350   MOD 52 Funding 175000.00 Cumulative Funding 7438775.91  MOD 53  7300BK 130068423000001 10000.00  LLA : FZ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004297962  7300BL 130068416600001 11000.00  LLA : GA 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004297931  7300BM 130068409200001 140000.00  LLA : GB 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004296762  7300BN 130068416200001 15000.00  LLA : GC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004296985  7300BP 130068187400002 10000.00  LLA : GD 97X4930 NH1D 251 77777 0 050120 2F 000000 A10004280576  7300BQ 130068322600001 15600.00  LLA : 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 94 of 114

 FINAL 

GE 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004290111  7300BR 130068322500001 18723.20  LLA : GF 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004290106  7300BS 130068338500001 111069.32  LLA : GG 1781804 5C6C 257 00039 0 050120 2D 000000 A00004291109  7300BT 130067998900001 36539.00  LLA : GH 1781804 5C6C 251 00039 0 050120 2D 000000 A00004265499  9300AQ 130068409200002 10000.00  LLA : GB 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004296762  9300AR 130068187400001 3500.00  LLA : GD 97X4930 NH1D 251 77777 0 050120 2F 000000 A10004280576  9300AS 130067998900002 32225.00  LLA : GH 1781804 5C6C 251 00039 0 050120 2D 000000 A00004265499   MOD 53 Funding 413656.52 Cumulative Funding 7852432.43  MOD 54 Funding 0.00 Cumulative Funding 7852432.43  MOD 55  7300BU 130068523300001 20000.00  LLA : GJ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004306849  7300BV 130068534000001 22500.00  LLA : GK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004308424  9300AT 130068534000002 5000.00  LLA : GK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004308424   MOD 55 Funding 47500.00 Cumulative Funding 7899932.43  MOD 56  7300BW 130068776800001 5000.00  LLA : GL 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004330513  7300BX 130068837000001 50320.00  LLA : GM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004334568   MOD 56 Funding 55320.00 Cumulative Funding 7955252.43  MOD 57  7300BY 130068288500001 71071.00  LLA : GN 1781804 5C1C 257 00039 0 050120 2D 000000 A00004287215 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 95 of 114

 FINAL 

  MOD 57 Funding 71071.00 Cumulative Funding 8026323.43  MOD 58  7300BZ 130069500600001 20000.00  LLA : GP 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004383755   MOD 58 Funding 20000.00 Cumulative Funding 8046323.43  MOD 59  7300CA 130069800700001 20800.00  LLA : GQ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004409199  7300CB 130069800700002 1350.00  LLA : GQ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004409199   MOD 59 Funding 22150.00 Cumulative Funding 8068473.43  MOD 60  7300CC 130070000600001 246724.00  LLA : GR 1781804 5C1C 257 00039 0 050120 2D 000000 A00004422443  7300CD 130070044000001 90300.00  LLA : GS 1781804 5C6C 257 00039 0 050120 2D 000000 A00004425949   MOD 60 Funding 337024.00 Cumulative Funding 8405497.43  MOD 61  7300CE 130070432500001 15000.00  LLA : GT 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004455405  7300CF 130070320600001 20000.00  LLA : GU 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004448050  7300CG 130070372300001 10000.00  LLA : GV 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004450995  7300CH 130070337900001 31953.55  LLA : GW 1781804 5C1C 257 00039 0 050120 2D 000000 A00004448395  7300CJ 130070298600001 76520.52  LLA : GX 1781804 5C1C 257 00039 0 050120 2D 000000 A00004446121  7300CK 130070411700001 153276.00  LLA : GY 1781804 5C1C 257 00039 0 050120 2D 000000 A00004454074  7300CL 130070387700001 8815.03  

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 96 of 114

 FINAL 

LLA : GZ 1781804 5C1C 257 00039 0 050120 2D 000000 A00004452461   MOD 61 Funding 315565.10 Cumulative Funding 8721062.53  MOD 62  7300CM 130070680200001 43037.00  LLA : HA 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004473848  7300CN 130070853300001 36985.32  LLA : HB 1781810 M2T4 251 00039 0 050120 2D 000000 A00004487472  7300CP 130070697600001 100000.00  LLA : HC 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004474561  9300AU 130070853300002 34207.01  LLA : HB 1781810 M2T4 251 00039 0 050120 2D 000000 A00004487472   MOD 62 Funding 214229.33 Cumulative Funding 8935291.86  MOD 63  7300CQ 130070831200001 56000.00  LLA : HD 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004485899  7300CR 130071369300001 17000.00  LLA : HE 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004523951  7300CS 130071414100001 79220.00  LLA : HF 1781804 5C1C 257 00039 0 050120 2D 000000 A00004526384   MOD 63 Funding 152220.00 Cumulative Funding 9087511.86  MOD 64  7300CT 130071592300001 43195.00  LLA : HG 1781804 5C1C 257 00039 0 050120 2D 000000 A00004537835  7300CU 130071273200001 11132.75  LLA : HH 1781319 W2F2 251 00014 0 050120 2D 000000 A00004517551   MOD 64 Funding 54327.75 Cumulative Funding 9141839.61  MOD 65  7400AB 130072346900001 41000.00  LLA : HJ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004583060  7400AC 130072100400001 50000.00  LLA : HK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004569448 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 97 of 114

 FINAL 

 7400AD 130072236500001 225000.00  LLA : HL 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004576803  7400AE 130071682900001 71986.17  LLA : HM 1781804 5C6C 257 00039 0 050120 2D 000000 A00004544359  7400AF 130071472200001 226739.86  LLA : HN 1781804 5C6C 257 00039 0 050120 2D 000000 A00004530418  7400AG 130072162700001 25457.00  LLA : HP 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004572557  7400AH 130071905500001 10000.00  LLA : HQ 1771810 M7R2 310 00039 0 050120 2D 000000 A00004557619  7400AJ 130072196500001 784794.00  LLA : HR 1781804 5C1C 257 00039 0 050120 2D 000000 A00004574666  7400AK 130072344300001 200000.00  LLA : HS 1781804 8D4D 251 24VCS 0 050120 2D 000000 A00004582748  7400AL 130072350000001 41000.00  LLA : HT 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004583221  9300AN 130066752300003 (277.38)  LLA : FT 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004154051  9300AT 130068534000002 (5000.00)  LLA : GK 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004308424  9400AB 130072236500002 23000.00  LLA : HL 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004576803  9400AC 130072236500003 2000.00  LLA : HL 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004576803  9400AD 130071682900002 45257.30  LLA : HM 1781804 5C6C 257 00039 0 050120 2D 000000 A00004544359  9400AE 130072162700002 25435.00  LLA : HP 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004572557  9400AF 130071905500002 30000.00  LLA : HQ 1771810 M7R2 310 00039 0 050120 2D 000000 A00004557619   MOD 65 Funding 1796391.95 Cumulative Funding 10938231.56  MOD 66  7400AM 130072334600001 50000.00  LLA : HU 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004582544 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 98 of 114

 FINAL 

 7400AN 130072410100001 20000.00  LLA : HV 1781109 6544 251 67854 067443 2D 654400 8RC865701532  7400AP 130072420400001 23500.00  LLA : HW 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004586637  7400AQ 130070712800001 65000.00  LLA : HX 1781319 W3F3 255 00014 0 050120 2D 000000 A00004475895  9400AG 130072363600001 6125.78  LLA : HY 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004584348   MOD 66 Funding 164625.78 Cumulative Funding 11102857.34  MOD 67  7400AR 130072420100001 10000.00  LLA : HZ 1771109 6520 251 67854 067443 2D 652000 8RC76803152T  7400AS 130072129000001 50062.00  LLA : JA 1781810 M2T4 310 00039 0 050120 2D 000000 A00004571370  7400AT 130072329200001 100000.00  LLA : JB 1781319 8508 251 240V0 0 050120 2D 000000 A00004582005  9400AH 130072129000002 67438.84  LLA : JA 1781810 M2T4 310 00039 0 050120 2D 000000 A00004571370  9400AJ 130072329200002 30000.00  LLA : JB 1781319 8508 251 240V0 0 050120 2D 000000 A00004582005   MOD 67 Funding 257500.84 Cumulative Funding 11360358.18 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 99 of 114

 FINAL 

SECTION H SPECIAL CONTRACT REQUIREMENTS

 5252.202-9101 ADDITIONAL DEFINITIONS (MAY 1993)

As used throughout this contract, the following terms shall have the meanings set forth below:

(a) DEPARTMENT - means the Department of the Navy.

(b) REFERENCES TO THE FEDERAL ACQUISITION REGULATION (FAR) – All references to the FAR inthis contract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS),unless clearly indicated otherwise.

(c) REFERENCES TO ARMED SERVICES PROCUREMENT REGULATION OR DEFENSE ACQUISITIONREQULATION – All references in this document to either the Armed Services Procurement Regulation (ASPR)or the Defense Acquisition Regulation (DAR) shall be deemed to be references to the appropriate sections of theFAR/DFARS.

--------------------------------------------------------------------------------------------------------------------------------------

5252.216-9122 LEVEL OF EFFORT – ALTERNATE 1 (MAY 2010)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of thework described in Sections B and C of this contract. The total level of effort for the performance of this contractshall be 200,880 total man-hours of direct labor, including Subcontractor direct labor for those Subcontractorsspecifically identified in the Contractor's proposal as having hours included in the proposed level of effort.

(b) Of the total man-hours of direct labor set forth above, it is estimated that __0_ man-hours are uncompensatedeffort. 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 no effort isindicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not becounted 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 include effortperformed in direct support of this contract and shall not include time and effort expended on such things as (localtravel to and from an employee's usual work location), uncompensated effort while on travel status, truncatedlunch periods, work (actual or inferred) at an employee's residence or other non-work locations (except asprovided in paragraph (i) below), or other time and effort which does not have a specific and direct contribution tothe tasks described in Sections B and C.

(d) It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technicalobjective, provided such fluctuation does not result in the use of the total man-hours of effort prior to theexpiration of the term hereof, except as provided in the following paragraph.

(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to suchan extent that the total man-hours of effort specified above would be used prior to the expiration of the term, theContractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probablebenefits which would result, and an offer to undertake the acceleration at no increase in the estimated cost or feetogether with an offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuationof the work until expiration of the term hereof. The offer shall provide that the work proposed will be subject tothe terms and conditions of this contract and any additions or changes required by then current law, regulations, ordirectives, 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 approval by theContracting 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 of direct

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 100 of 114

 FINAL 

labor such that the total man-hours of effort specified in paragraph (a) above would be used prior to the expirationof the term. This order shall specify the acceleration required and the resulting revised term. The Contractor shallacknowledge this order within five days of receipt. 

(g) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative ContractingOfficer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensatedand uncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. TheContractor shall indicate on each invoice the total level of effort claimed during the period covered by the invoice,separately identifying compensated effort and uncompensated effort, if any.

(h) Within 45 days after completion of the work under each separately identified period of performance hereunder,the Contractor shall submit the following information in writing to the Contracting Officer with copies to thecognizant Contract Administration Office and to the DCAA office to which vouchers are submitted:

(1) the total number of man-hours of direct labor expended during the applicable period;

(2) a breakdown of this total showing the number of man-hours expended in each direct labor classification andassociated 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. Within 45 daysafter completion of the work under the contract, the Contractor shall submit, in addition, in the case of a costunder run; (5) the amount by which the estimated cost of this contract may be reduced to recover excess funds.All submissions shall include Subcontractor information.

(i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contractperformance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided theContractor has a company-approved alternative worksite plan. The primary worksite is the traditional “mainoffice” worksite.  An alternative worksite means an employee’s residence or a telecommuting center. Atelecommuting center is a geographically convenient office setting as an alternative to an employee’s main office.The Government reserves the right to review the Contractor’s alternative worksite plan. In the event performancebecomes unacceptable, the Contractor will be prohibited from counting the hours performed at the alternativeworksite in fulfilling the total level of effort obligations of the contract. Regardless of work location, all contractterms and conditions, including security requirements and labor laws, remain in effect. The Government shall notincur any additional cost nor provide additional equipment for contract performance as a result of the Contractor’selection to implement an alternative worksite plan.

(j) Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATION OF FUNDS orLIMITATION OF COST clauses, as applicable, the period of performance may be extended and the estimated costmay be increased in order to permit the Contractor to provide all of the man-hours listed in paragraph (a) above. The Contractor shall continue to be paid fee for each man-hour performed in accordance with the terms of thecontract.

(End of Text)

*PCO approval for an alternate worksite is required prior to work performed. 

------------------------------------------------------------------------------------------------------------------------------------BASIC CONTRACT CLAUSES

As applicable, all clauses contained in the basic, multiple award contracts apply to any Task Order resulting fromthis solicitation. 

------------------------------------------------------------------------------------------------------------------------------------

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 101 of 114

 FINAL 

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 personnel proposed.  Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submittedwith the proposal necessary to fulfill the requirements of the contract. No substitution shall be made without priornotification to and concurrence of the Contracting Officer in accordance with this requirement.

(b) All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person to bereplaced. The Contracting Officer shall be notified in writing of any proposed substitution at least forty-five (45)days, or ninety (90) days if a security clearance is to be obtained, in advance of the proposed substitution. Suchnotification shall include: (1) an explanation of the circumstances necessitating the substitution; (2) a completeresume of the proposed substitute; and (3) any other information requested by the Contracting Officer to enablehim/her to judge whether or not the Contractor is maintaining the same high quality of personnel that provided thepartial basis for award. 

KEY PERSONNELSenior Program ManagerSenior Systems EngineerSenior Test & Evaluation (T&E) EngineerSenior Mechanical EngineerSenior Electrical EngineerSenior Physical Scientist

(End of Text)

------------------------------------------------------------------------------------------------------------------------------------

NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)

(a) Performance of the work hereunder may be subject to written technical instructions signed by the ContractingOfficer's Representative specified in Section G of this contract. As used herein, technical instructions are definedto include the following: (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shiftwork emphasis, fill in details or otherwise serve to accomplish the contractual statement of work; (2) Guidelines tothe Contractor which assist in the interpretation of drawings, specifications or technical portions of workdescription.

(b) Technical instructions must be within the general scope of work stated in the contract. Technical instructionsmay not be used to: (1) assign additional work under the contract; (2) direct a change as defined in the"CHANGES" clause of this contract; (3) increase or decrease the contract price or estimated contract amount(including fee), as applicable, the level of effort, or the time required for contract performance; or (4) change anyof the terms, conditions or specifications of the contract.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the contract oris inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10)working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected bythe technical instruction unless and until the Contractor is notified by the Contracting Officer that the technicalinstruction is within the scope of this contract.

(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portion ofthe contractual work statement which is not affected by the disputed technical instruction.

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 102 of 114

 FINAL 

------------------------------------------------------------------------------------------------------------------------------------

CAPPED RATES

The Offeror shall apply realistic rates that do not exceed the maximum capped rates contained in the basiccontract.  The Offeror shall identify each capped rate contained in its SeaPort contract. The capped rates shall notbe exceeded. The capped rates shall flow down and become a part of the Task Order awarded as a result of thissolicitation.

Contractor Vehicles

Contractor-furnished vehicles shall meet the following criteria:

The company name shall be displayed on each of the Contractor's vehicles in a manner and size that is clearlyvisible. All vehicles shall display a valid state license plate that complies with State Vehicle Code. Vehicles shallmeet all other requirement of the State Vehicle Code, such as safety standards, and shall carry proof of insuranceand state registration. The Contractor shall mark all Government Furnished Vehicles “Contractor operated” in oneand one-half inch (1 ½”) lettering. The color of the marking may be either black or blue to match other vehiclemarkings, and in close proximity to the USN number.  Contractor personnel shall not utilize cellular telephones orpersonal devices while operating Contractor- furnished equipment or vehicles or personal owned vehicles onGovernment property.

------------------------------------------------------------------------------------------------------------------------------------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) presently available andallotted to this contract for payment of fee for incrementally funded contract line item number/contract sublineitem number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE"(FAR 52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this contractfor payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of thiscontract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and the periodof performance for which it is estimated the allotted amount(s) will cover are as follows: 

CPFF/COSTCLIN ALLOTTED TO COST($) ALLOTTED TO FEE ($) CPFF/COST ($) LOE7000 $2,511,583.59 $138,137.30 $2,649,720.89 412549000 $259,829.04 $0.00 $259,829.04  7101 $546,919.43 $30,080.57 $577,000.00 88887102 $71,090.05 $3,909.95 $75,000.00 11557103 $63,507.11 $3,492.89 $67,000.00 10327104 $28,436.02 $1,563.98 $30,000.00 4627105 $27,313.07 $1,502.22 $28,815.29 4447106 $94,786.73 $5,213.27 $100,000.00 15407107 $99,383.89 $5,466.11 $104,850.00 16157108 $70,521.33 $3,878.67 $74,400.00 11467109 $71,090.05 $3,909.95 $75,000.00 11557110 $70,521.33 $3,878.67 $74,400.00 11467111 $34,353.84 $1,889.46 $36,243.30 5587112 $195,910.24 $10,775.06 $206,685.30 3184

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 103 of 114

 FINAL 

7113 $172,037.91 $9,462.09 $181,500.00 27967114 $25,562.29 $1,405.93 $26,968.22 4157115 $56,872.04 $3,127.96 $60,000.00 9247116 $18,957.35 $1,042.65 $20,000.00 3087117 $28,085.90 $1,544.72 $29,630.62 4567200 $1,117,246.47 $61,448.56 $1,178,695.03 181567300 $2,853,142.15 $156,922.82 $3,010,064.97 457947400 $1,890,558.32 $103,980.71 $1,994,539.03 309029101 $17,000.00 $0.00 $17,000.00  9102 $7,746.99 $0.00 $7,746.99  9103 $0.00 $0.00 $0.00  9104 $9,000.00 $0.00 $9,000.00  9105 $3,000.00 $0.00 $3,000.00  9106 $4,570.14 $0.00 $4,570.14  9107 $0.00 $0.00 $0.00  9108 $19,877.00 $0.00 $19,877.00  9109 $12,500.00 $0.00 $12,500.00  9110 $1,643.87 $0.00 $1,643.87  9111 $8,558.82 $0.00 $8,558.82  9112 $10,000.00 $0.00 $10,000.00  9113 $4,816.29 $0.00 $4,816.29  9200 $26,707.47 $0.00 $26,707.47  9300 $145,338.99 $0.00 $145,338.99  9400 $229,256.92 $0.00 $229,256.92  

Total $10,807,724.63 $552,633.55 $11,360,358.18 163331

(b) The parties contemplate that the Government will allot additional amounts to this contract from time to timefor the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shallstate separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby,and the period of performance which the amount(s) are expected to cover.

(c) CLINs/SLINs__none____________ are fully funded and performance under these CLINs/SLINs is subject tothe clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20).

(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costsof performance of fully funded CLINs/SLINs.

 

 

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 104 of 114

 FINAL 

SECTION I CONTRACT CLAUSES

As applicable, all clauses contained in the basic, multiple award contract applies to any Task Order resulting fromthis solicitation. Additionally, the below clauses are also included at the task order level.

CLAUSES INCORPORATED BY REFERENCE

52.204-2 Security Requirements (Aug 1996)52.216-8 Fixed Fee (June 2011)52.227-1 Authorization and Consent (Dec 2007)52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (Dec. 2007)52.227-3 Patent Indemnity (Apr 1984)52.227-13 Patent Rights -- Ownership by the Government (Dec 2007)52.232-18 Availability of Funds (Apr 1984)52.232-20 Limitation of Cost (Apr 1984)52.232-22 Limitation of Funds (Apr 1984)52.244-2 Subcontracts (OCt 2010)52.244-2 Alt I (June 2007)252.227-7025 Limitations on the Use or Disclosure of Government- Technical Data—Withholding of Payment(MAR 2000)252.227-7038 Patent Rights—Ownership by the Contractor (Large Business) (Jun 2012)

Added Mod 37:

            52.245-1, Government Property (Jan 2017)

52.245-9 , Use and Charges (Apr 2012)252.211-7007, Reporting of Government-Furnished Property (Aug 2012)252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property (Apr 2012)252.245-7002, Reporting Loss of Government Property (APR 2012)252.245-7003, Contractor Property Management System Administration (Apr 2012)252.245-7004, Reporting, Reutilization, and Disposal (Mar 2015)

------------------------------------------------------------------------------------------------------------------------------------CLAUSES INCORPORATED BY FULL TEXT

52.217-8 Option to Extend Services (Nov 1999)

The Government may require continued performance of any services within the limits and at the rates specified inthe contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by theSecretary of Labor. The option provision may be exercised more than once, but the total extension of performancehereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to theContractor within (30) days prior to the end of this task order.

------------------------------------------------------------------------------------------------------------------------------------

52.217-9 Option to Extend the Term of the Contract (Mar 2008)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days priorto completion of the base period; provided that the Government gives the Contractor a preliminary written noticeof its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit theGovernment to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 105 of 114

 FINAL 

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed fiveyears.

------------------------------------------------------------------------------------------------------------------------------------

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

(a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed $0.00 orthe overtime premium is paid for work --

(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns ofproduction equipment, or occasional production bottlenecks of a sporadic nature;

(2) By indirect-labor employees such as those performing duties in connection with administration, protection,transportation, maintenance, standby plant protection, operation of utilities, or accounting;

(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportationconveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interruptedor completed otherwise; or

(4) That will result in lower overall costs to the Government.

(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include allestimated overtime for contract completion and shall –

(1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together withpresent workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer toevaluate the necessity for the overtime;

(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;

(3) Identify the extent to which approval of overtime would affect the performance or payments in connectionwith other Government contracts, together with identification of each affected contract; and

(4) Provide reasons why the required work cannot be performed by using multi-shift operations or by employingadditional personnel.

------------------------------------------------------------------------------------------------------------------------------------

52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989)

In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor(29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under thecontract and states the wages and fringe benefits payable to each if they were employed by the contracting agencysubject to the provisions of 5 U.S.C. 5341 or 5332.

This Statement is for Information Only It is NOT a Wage Determination

Employee Class Monetary Wage - Fringe Benefits

Engineering/Analyst II $34.63

Jr. Engineering/Analyst III $28.20

Technician I $12.29

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 106 of 114

 FINAL 

Technician II $22.30

Admin Support V $21.59

Admin Support VI $21.59

------------------------------------------------------------------------------------------------------------------------------------ 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984)

Funds are not presently available for performance under this contract beyond April 2015. The Government’sobligation for performance of this contract beyond that date is contingent upon the availability of appropriatedfunds from which payment for contract purposes can be made. No legal liability on the part of the Government forany payment may arise for performance under this contract beyond April 2015, until funds are made available tothe Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed inwriting by the Contracting Officer.

(End of Clause)

------------------------------------------------------------------------------------------------------------------------------------

52.252-2 Clauses Incorporated by Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were givenin full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clausemay be accessed electronically at this/these address(es):

http://farsite.hill.af.mil/vffara.htm http://acquisition.gov/far/

(End of Clause)

 

252.204-7009  LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTORREPORTED CYBER INCIDENT INFORMATION (DEC 2015)

      (a)  Definitions.  As used in this clause —

“Compromise” means disclosure of information to unauthorized persons, or a violation of the security policy of a system,in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of an object, or thecopying of information to unauthorized media may have occurred.

“Controlled technical information” means technical information with military or space application that is subject tocontrols on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination. Controlled technical information would meet the criteria, if disseminated, for distribution statements B through F usingthe criteria set forth in DoD Instruction 5230.24, Distribution Statements on Technical Documents.  The term does notinclude information that is lawfully publicly available without restrictions.

“Covered defense information” means unclassified information that—

      (1)  Is—

            (i)  Provided to the contractor by or on behalf of DoD in connection with the performance of the contract;or

            (ii)  Collected, developed, received, transmitted, used, or stored by or on behalf of the contractor in

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 107 of 114

 FINAL 

support of the performance of the contract;  and

      (2)  Falls in any of the following categories:

            (i)  Controlled technical information.

            (ii)  Critical information (operations security).  Specific facts identified through the Operations Securityprocess about friendly intentions, capabilities, and activities vitally needed by adversaries for them to plan and acteffectively so as to guarantee failure or unacceptable consequences for friendly mission accomplishment (part ofOperations Security process).

            (iii)  Export control.  Unclassified information concerning certain items, commodities, technology,software, or other information whose export could reasonably be expected to adversely affect the United Statesnational security and nonproliferation objectives.  To include dual use items; items identified in exportadministration regulations, international traffic in arms regulations and munitions list; license applications; andsensitive nuclear technology information.

            (iv)  Any other information, marked or otherwise identified in the contract, that requires safeguarding ordissemination controls pursuant to and consistent with law, regulations, and Governmentwide policies (e.g.,privacy, proprietary business information).

“Cyber incident” means actions taken through the use of computer networks that result in a compromise or anactual or potentially adverse effect on an information system and/or the information residing therein.

      (b)  Restrictions.  The Contractor agrees that the following conditions apply to any information it receives or createsin the performance of this contract that is information obtained from a third-party’s reporting of a cyber incident pursuantto DFARS clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (or derivedfrom such information obtained under that clause):

            (1)  The Contractor shall access and use the information only for the purpose of furnishing advice or technicalassistance directly to the Government in support of the Government’s activities related to clause 252.204-7012, and shallnot be used for any other purpose.

            (2)  The Contractor shall protect the information against unauthorized release or disclosure.

            (3)  The Contractor shall ensure that its employees are subject to use and non-disclosure obligations consistentwith this clause prior to the employees being provided access to or use of the information.

            (4)  The third-party contractor that reported the cyber incident is a third-party beneficiary of the non-disclosureagreement between the Government and Contractor, as required by paragraph (b)(3) of this clause.

            (5)  A breach of these obligations or restrictions may subject the Contractor to—

                  (i)  Criminal, civil, administrative, and contractual actions in law and equity for penalties, damages, and otherappropriate remedies by the United States; and

                  (ii)  Civil actions for damages and other appropriate remedies by the third party that reported the cyberincident, as a third party beneficiary of this clause.

      (c) Subcontracts.  The Contractor shall include this clause, including this paragraph (c), in subcontracts, or similarcontractual instruments, for services that include support for the Government’s activities related to safeguarding covereddefense information and cyber incident reporting, including subcontracts for commercial items, without alteration, exceptto identify the parties.

(End of clause)

252.204-7012  SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 108 of 114

 FINAL 

REPORTING (DEC 2015)

      (a)  Definitions.  As used in this clause—

“Adequate security” means protective measures that are commensurate with the consequences and probability ofloss, misuse, or unauthorized access to, or modification of information.

“Compromise” means disclosure of information to unauthorized persons, or a violation of the security policy of asystem, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of anobject, or the copying of information to unauthorized media may have occurred.

“Contractor attributional/proprietary information” means information that identifies the contractor(s), whether directly orindirectly, by the grouping of information that can be traced back to the contractor(s) (e.g., program description, facilitylocations), personally identifiable information, as well as trade secrets, commercial or financial information, or othercommercially sensitive information that is not customarily shared outside of the company.

“Contractor information system” means an information system belonging to, or operated by or for, the Contractor.

“Controlled technical information” means technical information with military or space application that is subject tocontrols on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination. Controlled technical information would meet the criteria, if disseminated, for distribution statements B through Fusing the criteria set forth in DoD Instruction 5230.24, Distribution Statements on Technical Documents.  Theterm does not include information that is lawfully publicly available without restrictions.

“Covered contractor information system” means an information system that is owned, or operated by or for, a contractorand that processes, stores, or transmits covered defense information.

“Covered defense information” means unclassified information that—

      (i)  Is—

            (A)  Provided to the contractor by or on behalf of DoD in connection with the performance of the contract; or

            (B)  Collected, developed, received, transmitted, used, or stored by or on behalf of the contractor in support ofthe performance of the contract; and

      (ii)  Falls in any of the following categories:

            (A)  Controlled technical information.

            (B)  Critical information (operations security).  Specific facts identified through the Operations Security processabout friendly intentions, capabilities, and activities vitally needed by adversaries for them to plan and act effectively so asto guarantee failure or unacceptable consequences for friendly mission accomplishment (part of Operations Securityprocess).

            (C)  Export control.  Unclassified information concerning certain items, commodities, technology, software, orother information whose export could reasonably be expected to adversely affect the United States national security andnonproliferation objectives.  To include dual use items; items identified in export administration regulations, internationaltraffic in arms regulations and munitions list; license applications; and sensitive nuclear technology information.

            (D)  Any other information, marked or otherwise identified in the contract, that requires safeguarding ordissemination controls pursuant to and consistent with law, regulations, and Governmentwide policies (e.g.,privacy, proprietary business information).

“Cyber incident” means actions taken through the use of computer networks that result in a compromise or anactual or potentially adverse effect on an information system and/or the information residing therein.

 “Forensic analysis” means the practice of gathering, retaining, and analyzing computer-related data for investigative

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 109 of 114

 FINAL 

purposes in a manner that maintains the integrity of the data.

“Malicious software” means computer software or firmware intended to perform an unauthorized process that will haveadverse impact on the confidentiality, integrity, or availability of an information system.  This definition includes a virus,worm, Trojan horse, or other code-based entity that infects a host, as well as spyware and some forms of adware.

“Media” means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks,magnetic disks, large-scale integration memory chips, and printouts onto which information is recorded, stored, orprinted within an information system.

‘‘Operationally critical support’’ means supplies or services designated by the Government as critical for airlift, sealift,intermodal transportation services, or logistical support that is essential to the mobilization, deployment, or sustainment ofthe Armed Forces in a contingency operation.

“Rapid(ly) report(ing)” means within 72 hours of discovery of any cyber incident.

“Technical information” means technical data or computer software, as those terms are defined in the clause atDFARS 252.227-7013, Rights in Technical Data-Non Commercial Items, regardless of whether or not the clause isincorporated in this solicitation or contract.  Examples of technical information include research and engineeringdata, engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technicalreports, technical orders, catalog-item identifications, data sets, studies and analyses and related information, andcomputer software executable code and source code.

      (b)  Adequate security.  The Contractor shall provide adequate security for all covered defense information onall covered contractor information systems that support the performance of work under this contract.  To provideadequate security, the Contractor shall—

            (1)  Implement information systems security protections on all covered contractor information systemsincluding, at a minimum—

                  (i)  For covered contractor information systems that are part of an Information Technology (IT) service orsystem operated on behalf of the Government—

                        (A)  Cloud computing services shall be subject to the security requirements specified in the clause252.239-7010, Cloud Computing Services, of this contract; and

                        (B)  Any other such IT service or system (i.e., other than cloud computing) shall be subject to thesecurity requirements specified elsewhere in this contract; or

                  (ii)  For covered contractor information systems that are not part of an IT service or system operated onbehalf of the Government and therefore are not subject to the security requirement specified at paragraph (b)(1)(i) of thisclause—

                        (A)  The security requirements in National Institute of Standards and Technology (NIST) SpecialPublication (SP) 800-171, “Protecting Controlled Unclassified Information in Nonfederal Information Systems andOrganizations,”http://dx.doi.org/10.6028/NIST.SP.800-171 that is in effect at the time the solicitation is issued orauthorized by the Contracting Officer, as soon as practical, but no later than December 31, 2017.  The Contractorshall notify the DoD CIO, via email at [email protected], within 30 days of contract award, of any securityrequirements specified by NIST SP 800-171 not implemented, at the time of contract award; or

                        (B)  Alternative but equally effective security measures used to compensate for the inability tosatisfy a particular requirement and achieve equivalent protection accepted in writing by an authorizedrepresentative of the DoD CIO; and

              (2)  Apply other information systems security measures when the Contractor reasonably determines thatinformation systems security measures, in addition to those identified in paragraph (b)(1) of this clause, may berequired to provide adequate security in a dynamic environment based on an assessed risk or vulnerability.

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 110 of 114

 FINAL 

      (c)  Cyber incident reporting requirement.

            (1)  When the Contractor discovers a cyber incident  that affects a covered contractor information systemor the covered defense information residing therein, or that affects the contractor’s ability to perform therequirements of the contract that are designated as operationally critical support, the Contractor shall—

                  (i)  Conduct a review for evidence of compromise of covered defense information, including, but not limitedto, identifying compromised computers, servers, specific data, and user accounts.  This review shall also include analyzingcovered contractor information system(s) that were part of the cyber incident, as well as other information systems on theContractor’s network(s), that may have been accessed as a result of the incident in order to identify compromised covereddefense information, or that affect the Contractor’s ability to provide operationally critical support; and

                  (ii)  Rapidly report cyber incidents to DoD at http://dibnet.dod.mil.

            (2)  Cyber incident report.  The cyber incident report shall be treated as information created by or for DoD andshall include, at a minimum, the required elements at http://dibnet.dod.mil.

(3)  Medium assurance certificate requirement.  In order to report cyber incidents in accordance with this clause, theContractor or subcontractor shall have or acquire a DoD-approved medium assurance certificate to report cyber incidents. For information on obtaining a DoD-approved medium assurance certificate, see http://iase.disa.mil/pki/eca/Pages/index.aspx.

      (d)  Malicious software.  The Contractor or subcontractors that discover and isolate malicious software in connectionwith a reported cyber incident shall submit the malicious software in accordance with instructions provided by theContracting Officer.

      (e)  Media preservation and protection.  When a Contractor discovers a cyber incident has occurred, the Contractorshall preserve and protect images of all known affected information systems identified in paragraph (c)(1)(i) of this clauseand all relevant monitoring/packet capture data for at least 90 days from the submission of the cyber incident report toallow DoD to request the media or decline interest.

      (f)  Access to additional information or equipment necessary for forensic analysis.  Upon request by DoD, theContractor shall provide DoD with access to additional information or equipment that is necessary to conduct a forensicanalysis.

      (g)  Cyber incident damage assessment activities.  If DoD elects to conduct a damage assessment, theContracting Officer will request that the Contractor provide all of the damage assessment information gathered inaccordance with paragraph (e) of this clause.

      (h)  DoD safeguarding and use of contractor attributional/proprietary information.  The Government shall protectagainst the unauthorized use or release of information obtained from the contractor (or derived from information obtainedfrom the contractor) under this clause that includes contractor attributional/proprietary information, including suchinformation submitted in accordance with paragraph (c).  To the maximum extent practicable, the Contractor shall identifyand mark attributional/proprietary information.  In making an authorized release of such information, the Government willimplement appropriate procedures to minimize the contractor attributional/proprietary information that is included in suchauthorized release, seeking to include only that information that is necessary for the authorized purpose(s) for which theinformation is being released.

      (i)  Use and release of contractor attributional/proprietary information not created by or for DoD.  Information thatis obtained from the contractor (or derived from information obtained from the contractor) under this clause that is notcreated by or for DoD is authorized to be released outside of DoD—

            (1)  To entities with missions that may be affected by such information;

            (2)  To entities that may be called upon to assist in the diagnosis, detection, or mitigation of cyber incidents;

            (3)  To Government entities that conduct counterintelligence or law enforcement investigations;

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 111 of 114

 FINAL 

            (4)  For national security purposes, including cyber situational awareness and defense purposes (including withDefense Industrial Base (DIB) participants in the program at 32 CFR part 236); or

            (5)  To a support services contractor (“recipient”) that is directly supporting Government activities under acontract that includes the clause at 252.204-7009, Limitations on the Use or Disclosure of Third-Party ContractorReported Cyber Incident Information.

      (j)  Use and release of contractor attributional/proprietary information created by or for DoD.  Information that isobtained from the contractor (or derived from information obtained from the contractor) under this clause that is createdby or for DoD (including the information submitted pursuant to paragraph (c) of this clause) is authorized to be used andreleased outside of DoD for purposes and activities authorized by paragraph (i) of this clause, and for any other lawfulGovernment purpose or activity, subject to all applicable statutory, regulatory, and policy based restrictions on theGovernment’s use and release of such information.

      (k)  The Contractor shall conduct activities under this clause in accordance with applicable laws and regulations onthe interception, monitoring, access, use, and disclosure of electronic communications and data.

      (l)  Other safeguarding or reporting requirements.  The safeguarding and cyber incident reporting required by thisclause in no way abrogates the Contractor’s responsibility for other safeguarding or cyber incident reporting pertaining toits unclassified information systems as required by other applicable clauses of this contract, or as a result of otherapplicable U.S. Government statutory or regulatory requirements.

      (m)  Subcontracts.  The Contractor shall—

            (1)  Include this clause, including this paragraph (m), in subcontracts, or similar contractual instruments,for operationally critical support, or for which subcontract performance will involve a covered contractorinformation system, including subcontracts for commercial items, without alteration, except to identify the parties;and

            (2)  When this clause is included in a subcontract, require subcontractors to rapidly report cyber incidentsdirectly to DoD at http://dibnet.dod.mil and the prime Contractor.  This includes providing the incident reportnumber, automatically assigned by DoD, to the prime Contractor (or next higher-tier subcontractor) as soon aspracticable.

(End of clause)

 

 

 

------------------------------------------------------------------------------------------------------------------------------------252.222-7006 RESTRICTIONS ON THE USE OF MANDATORY ARBITRATION  AGREEMENTS (DEC2010)

(a) Definitions. As used in this clause --

“Covered Subcontractor” means any entity that has a subcontract valued in excess of $1 million, except asubcontract for the acquisition of commercial items, including commercially available off-the-shelf items.”

“Subcontract” means any contract, as defined in Federal Acquisition Regulation subpart 2.1, to furnish supplies orservices for performance of this contract or a higher-tier subcontract there under.”

(b) The Contractor --

(1) Agrees not to –

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 112 of 114

 FINAL 

(i) Enter into any agreement with any of its employees or independent Contractors that requires, as a condition ofemployment, that the employee or independent Contractor agree to resolve through arbitration

(A) Any claim under title VII of the Civil Rights Act of 1964; or

(B) Any tort related to or arising out of sexual assault or harassment, including assault and battery, intentionalinfliction of emotional distress, false imprisonment, or negligent hiring, supervision, or retention; or

(ii) Take any action to enforce any provision of an existing agreement with an employee or independentContractor that mandates that the employee or independent Contractor resolve through arbitration–

(A) Any claim under title VII of the Civil Rights Act of 1964; or

(B) Any tort related to or arising out of sexual assault or harassment, including assault and battery, intentionalinfliction of emotional distress, false imprisonment, or negligent hiring, supervision, or retention; and

(2) Certifies, by signature of the contract, that it requires each covered Subcontractor to agree not to enter into,and not to take any action to enforce, any provision of any existing agreements, as described in paragraph (b)(1)of this clause, with respect to any employee or independent Contractor performing work related to suchsubcontract.

(c) The prohibitions of this clause do not apply with respect to a Contractor’s or Subcontractor’s agreements withemployees or independent Contractors that may not be enforced in a court of the United States.

(d) The Secretary of Defense may waive the applicability of the restrictions of paragraph (b) of this clause inaccordance with Defense Federal Acquisition Regulation Supplement 222.7404.

(End of clause)

------------------------------------------------------------------------------------------------------------------------------------

252.227-7030 Technical Data—Withholding Of Payment (Mar 2000)

(a) If technical data specified to be delivered under this contract, is not delivered within the time specified by thiscontract or is deficient upon delivery (including having restrictive markings not identified in the list described inthe clause at 252.227-7013(e)(2) or 252.227-7018(e)(2) of this contract), the Contracting Officer may until suchdata is accepted by the Government, withhold payment to the Contractor of ten percent (10%) of the total contractprice or amount unless a lesser withholding is specified in the contract. Payments shall not be withheld nor anyother action taken pursuant to this paragraph when the Contractor's failure to make timely delivery or to deliversuch data without deficiencies arises out of causes beyond the control and without the fault or negligence of theContractor. 

(b) The withholding of any amount or subsequent payment to the Contractor shall not be construed as a waiver ofany rights accruing to the Government under this contract.

(End of clause)

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 113 of 114

 FINAL 

SECTION J LIST OF ATTACHMENTS

Attachment # Title Pages DateEXHIBIT A Contract Data Requirements List (CDRLs) 17 27 August 2014

and 27 Sept 2017Attachment J.2 DD Form 254 3 22 June 2015Attachment J.3          COR Appointment Letter  4  23 June 2015 Attachment J.4  GFP    13 Apr 2017Attachment J.5

eCRAFT Upload V2.2 1  26 Oct 2017

Attachment J.6   DI MGMT 81991  6  19 Jan 2016

 CONTRACT NO. N00178-04-D-4044

 DELIVERY ORDER NO. N00178-04-D-4044-HR02

 AMENDMENT/MODIFICATION NO. 67

 PAGE 114 of 114

 FINAL