7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

122
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P00005 31-May-2019 1300787628 N/A 6. ISSUED BY CODE N00178 7. ADMINISTERED BY (If other than Item 6) CODE S5111A NSWC, DAHLGREN DIVISION 17632 Dahlgren Road Suite 157 Dahlgren VA 22448-5110 [email protected] 540-653-4606 DCMA HAMPTON 2128 Pershing Avenue Fort Eustis VA 23604 SCD: C 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. SIMVENTIONS, INC. 11905 Bowman Drive, Suite 502 Fredericksburg VA 22408-7307 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4124 / N0017819F3008 10B. DATED (SEE ITEM 13) CAGE CODE 1R5Z0 FACILITY CODE 11-Feb-2019 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). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) MOD IAW FAR 52.232-22, Limitation of Funds 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) Amy T Richards, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Amy T Richards 31-May-2019 (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 3

Transcript of 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

Page 1: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

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

P00005 31-May-2019 1300787628 N/A6. ISSUED BY CODE N00178 7. ADMINISTERED BY (If other than Item 6) CODE S5111A

NSWC, DAHLGREN DIVISION

17632 Dahlgren Road Suite 157

Dahlgren VA 22448-5110

[email protected] 540-653-4606

DCMA HAMPTON

2128 Pershing Avenue

Fort Eustis VA 23604

SCD: C

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

SIMVENTIONS, INC.11905 Bowman Drive, Suite 502

Fredericksburg VA 22408-7307 9B.  DATED (SEE ITEM 11)

10A.  MODIFICATION OF CONTRACT/ORDER NO.

[X]N00178-04-D-4124 / N0017819F3008

10B.  DATED (SEE ITEM 13)

CAGECODE

1R5Z0 FACILITY CODE 11-Feb-2019

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).

[  ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

[X] D. OTHER (Specify type of modification and authority)MOD IAW FAR 52.232-22, Limitation of Funds

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)

Amy T Richards, Contracting Officer15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED

BY /s/Amy T Richards 31-May-2019(Signature of person authorized to sign) (Signature of Contracting Officer)

NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243

1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

Page 2: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

GENERAL INFORMATION

The purpose of this modification is the following: a) Incorporate the revised (REV 1) DD254, Attachment J.1 ; b)Correct SLIN 9000AE, ACRN AD to SLIN 9000AK, ACRN AJ and c) Add and increment of funds. The FundingProfile and Allotment of Funds tables have been updated to reflect this addition of funds. Accordingly, said TaskOrder is modified as follows: A conformed copy of this Task Order is attached to this modification forinformational purposes only.

The Line of Accounting information is hereby changed as follows:

9000AK:From: AD 97-11X8242 2880 000 74802 0 065916 2D PUK044 401681840FAYTo:     AJ 97-11X8242 2880 000 74802 0 065916 2D PUK044 401681840FAY

CLIN/SLIN Type Of Fund

7000AL RDT&E

7000AM RDT&E

7000AN O&MN,N

9000AM RDT&E

CLIN/SLIN

7000AA

7000AL

7000AM

7000AN

9000AA

9000AM

The Period of Performance of the following line items is hereby changed as follows:

CLIN/SLIN From To

7000AL 5/31/2019 - 3/3/2020

7000AM 5/31/2019 - 3/3/2020

7000AN 5/31/2019 - 3/3/2021

9000AE 3/29/2019 - 3/3/2020

9000AK 3/29/2019 - 3/3/2020

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 2 of 3

 FINAL

Page 3: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

9000AM 5/31/2019 - 3/3/2020

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 3 of 3

 FINAL

Page 4: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

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 Base Period EngineeringSupport for NSWCDD WarfareSystems Strike WeaponsSystems Division (H50)Department in accordancewith Section C, Statementof Work (Fund Type-TBD)

7000AA R425 Holding SLIN, unfunded, for7000-Base Period (Fund Type- TBD)

7000AB R425 Increment of funding for

7000AC R425 Incremental Funding for

7000AD R425 Increment of funds for

7000AE R425 Increment of funding for

7000AF R425 Increment of funds for LH

7000AH R425 Increment of funds for

7000AJ R425 Increment of funds for

7000AL R425 Increment of funding for LH

7000AM R425 Increment of funding for

7000AN R425 10 USC 2410(a) Authority is

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 1 of 119

 FINAL

Page 5: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

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

Engineering support(O&MN,N)

For Cost Type / NSP Items

Item PSC Supplies/Services Qty UnitEst.Cost

FixedFee

CPFF

7099 Data Deliverables for Base Period in accordance withExhibit A, CDRLs, Not Separately Priced. (See Note 4)

1.0 LO NSP

For Cost Type Items:

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

7100 Option Period 1,Engineering Support forNSWCDD Warfare SystemsStrike Weapons SystemsDivision (H50)Department in accordancewith Section C,Statement of Work (FundType-TBD)(See Notes 1and 2)

7100AA R425 Holding SLIN(unfunded),Option Period1, to support CLIN 7100(Fund Type - TBD)

Option

For Cost Type / NSP Items

Item PSC Supplies/Services Qty UnitEst.Cost

FixedFee

CPFF

7199 Data Deliverables for Option 1 in accordance withExhibit A, CDRLs, Not Separately Priced. (See Note 4)

1.0 LO NSP

For Cost Type Items:

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

7200 Option Period 2,Engineering Support forNSWCDD Warfare SystemsStrike Weapons SystemsDivision (H50)Department in accordancewith Section C,Statement of Work (FundType-TBD) (See Notes 1 &

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 2 of 119

 FINAL

Page 6: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

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

3)

7200AA R425 Holding SLIN,(unfunded), for OptionPeriod 2 (Fund Type -TBD)

Option

For Cost Type / NSP Items

Item PSC Supplies/Services Qty UnitEst.Cost

FixedFee

CPFF

7299 Data Deliverables for Option 2 in accordance withExhibit A, CDRLs, Not Separately Priced. (See Note 4)

1.0 LO NSP

For Cost Type Items:

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

7300 Option Period 3,Engineering Support forNSWCDD Warfare SystemsStrike Weapons SystemsDivision (H50)Department in accordancewith Section C,Statement of Work (FundType-TBD)(See Notes 1 &2)

7300AA R425 Holding SLIN,(unfunded), for OptionPeriod 3 (Fund Type -TBD)

Option

For Cost Type / NSP Items

Item PSC Supplies/Services Qty UnitEst.Cost

FixedFee

CPFF

7399 Data Deliverables for Option 3 in accordance withExhibit A, CDRLs, (See Note 4)

1.0 LO NSP

For Cost Type Items:

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

7400 Option Period 4,Engineering Support forNSWCDD Warfare Systems

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 3 of 119

 FINAL

Page 7: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

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

Strike Weapons SystemsDivision (H50)Department in accordancewith Section C,Statement of Work (FundType-TBD)(See Notes 1 &2)

7400AA R425 Holding SLIN,(unfunded), for OptionPeriod 4 (Fund Type -TBD)

Option

For Cost Type / NSP Items

Item PSC Supplies/Services Qty UnitEst.Cost

FixedFee

CPFF

7499 Data Deliverables for Option 4 in accordance withExhibit A, CDRLs, Not Separately Priced. (See Note 4)

1.0 LO NSP

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9000 Base Period, ODCs for CLIN 7000 (See Note 3)

1.0 LO

1.0 LO

1.0 LO

1.0 LO

9000AA R425 Holding SLIN (Fund Type - TBD)

9000AG R425 10 USC 2410(a) Authority is hereby invoked, Incrmental

Funding for ODCs,(RDT&E)

9000AJ R425 Increment of Funds for ODCs, (OPN)

9000AK R425 Increment of funds for , FMS Case #UK-P-FAY

Engineering support (RDT&E)1.0 LO

9100 Option 1, ODCs for CLIN 7100 (See Note 2 & 3)

9100AA R425 Holding SLIN for Option 1, ODCs for CLIN 7100 (Fund Type -TBD)

1.0 LO

Option

9200 Option 2, ODCs for CLIN 7200 (See Notes 2 & 3)

9200AA R425 Holding SLIN, Option 2 (Fund Type - TBD) 1.0 LO

Option

9300 Option 3, ODCs for CLIN 7300 (See Notes 2 & 3)

9300AA R425 Holding SLIN for Option 3 (Fund Type - TBD) 1.0 LO

Option

9400 Option 4, ODCs for CLIN 7400 (See Notes 2 & 3)

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 4 of 119

 FINAL

Page 8: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

Item PSC Supplies/Services Qty Unit Est. Cost

9400AA R425 Holding SLIN for Option 4 (Fund Type - TBD) 1.0 LO

Option

NOTE 1: LABOR HOURS

The labor hours (LH) for the Base Period and each Option Period shallreflect the Level of Effort provided in Section H, 5252.216-9122 (Alt.1)Level of Effort Clause.

NOTE 2: OPTION CLAUSE

The "OPTION TO EXTEND THE TERM OF THE CONTRACT" clause in Section Iapplies only to the Option CLINs.

NOTE 3: OTHER DIRECT COSTS

ODCs shall include material and travel required during the Period ofPerformance of the identified CLIN and limited to those stated in SectionC.

NOTE 4: NOT SEPARATELY PRICED

The price for Not Separately Priced (NSP) Data items are included in theprice of the corresponding Labor CLINs.

B.1 TYPE OF ORDER

(a) This is a Level of Effort (term) type Task Order.

(b) Items In the 7xxx series are Cost-Plus-Fixed-Fee type.

(c) Items in the 7x99 series are NOT Separately Priced (NSP).

(d) Items in the 9xxx series are cost only, excluding fee.

B.2 ADDITIONAL CLINS

Additional CLINs may be unilaterally created by the Procuring ContractingOfficer (PCO) during the performance of this Task Order to allow foradditional CLINs/SLINs as needed to accommodate the multiple types offunds that may be used under this Task Order.

These modifications will not change the overall Level of Effort or valueof the Task Order.

B.3 FEE INSTRUCTIONS

The following table reflects the hourly rates to be billed.

POPEst.Cost

Fixed Fee    Amount

Man-Hours Rate (fee/hr)

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 5 of 119

 FINAL

Page 9: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

Base Year (CLIN 7000)

Option Year 1 (CLIN 7100)

Option Year 2 (CLIN 7200)

Option Year 3 (CLIN 7300)

Option Year 4 (CLIN 7400)

B.4 FINALIZED FIXED FEE

(a) If the total Level of Effort for each period specified in Section H, 5252.216-9122 LEVEL OF EFFORT-ALTERNATE 1 (MAY 2010) is not provided by the Contractor during the period of this Task Order, the Contracting Officer, at their sole discretion, shall finalize fee based on the percent of hours provided in relation to the Fixed Fee. For example, if ninety percent of the funded hours were provided, the Contractor is entitled to ninety percent of the Fixed Fee.

(b) This Task Order will be incrementally funded and budgetary constraints may prevent full funding of all periods. The process for finalizing the Fixed Fee is the same for both fully funded periods and periods funded at less than the estimated total Cost-Plus-Fixed-Fee.

B.5 HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)

(a) As part of the negotiated fixed price or total estimated amount of this Contract,both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of or less at the time of final Contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the Contract,except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would therwise be paid by that party may be considered to the extend permitted by law.

(b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered.

B.6 HQ B-2-0007 LIMITATION OF COST OR LIMITATION OF FUNDS LANGUAGE

The clause entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATIONOF FUNDS" (FAR 52.232-22), as appropriate, shall apply separately andindependently to each separately identified estimated cost.

B.7 HQ B-2-0015 PAYMENT OF FEE(S) (LEVEL OF EFFORT-ALTERNATE I) (NAVSEA)(MAY 2010)

(a) For purposes of this Contract, "fee" means "target fee" in Cost-Plus-Incentive-Fee type contracts for Level of Effort type Contracts.

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 6 of 119

 FINAL

Page 10: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

(b) The Government shall make payments to the Contractor, subject to andin accordance with the clause in this Contract entitled "FIXED FEE" (FAR52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable. Suchpayments shall be submitted by and payable to the Contractor pursuant tothe clause of this Contract entitled "ALLOWABLE COST AND PAYMENT" (FAR52.216-7), subject to the withholding terms and conditions of the "FIXEDFEE" or "INCENTIVE FEE" clause, as applicable, and shall be paid fee atthe hourly rate specified per man-hour performed and invoiced. Totalfee(s) paid to the Contractor shall not exceed the fee amount(s) setforth in this Contract. In no event shall the Government be required topay the Contractor any amount in excess of the funds obligated under thisContract.

B.8 HQ B-2-0020 TRAVEL COSTS - ALTERNATE I (NAVSEA) (APR 2015)

(a) Except as otherwise provided herein, the Contractor shall bereimbursed for its actual travel costs in accordance with FAR 31.205-46.The costs to be reimbursed shall be those costs determined to beallowable, allocable and reasonable by the Procuring Contracting Officer,Administrative Contracting Officer or their duly authorizedrepresentative, as advised by DCAA.

(b) Reimbursable travel costs include only that travel performed from theContractor's facility to the worksite, in and around the worksite, andfrom the worksite to the Contractor's facility.

(c) Relocation costs and travel costs incidental to relocation areallowable to the extent provided in FAR 31.205-35; however, ContractingOfficer approval shall be required prior to incurring relocation expensesand travel costs incidental to relocation.

(d) The Contractor shall not be reimbursed for the following daily localtravel costs:

(i) travel at U.S. Military Installations where Government transportationis available,

(ii) travel performed for personal convenience/errands, includingcommuting to and from work, and

(iii) travel costs incurred in the replacement of personnel when suchreplacement is accomplished for the Contractor's or employee'sconvenience.

B.9 HQ B-2-0021 CONTRACT SUMMARY FOR PAYMENT OFFICE (COST TYPE) (FEB1997)

This entire Contract is cost type.

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 7 of 119

 FINAL

Page 11: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

SECTION C DESCRIPTIONS AND SPECIFICATIONS

SECTION C – DESCRIPTION/SPECIFICATION/STATEMENT OF WORK (SOW)

C.1 BACKGROUND

The Naval Surface Warfare Center Dahlgren Division (NSWCDD),Weapons Control and Integration Department (H), Strike WeaponsSystems Division (H50) provides total systems engineering,software development, and test and evaluation capabilities tovarious Naval Sea Systems Command (NAVSEA) and Naval Air SystemsCommand (NAVAIR) Programs, as well as other program offices andprojects. Projects include systems, software, and testengineering, along with system analysis and modeling andsimulation of a variety of weapons systems, weapon controlsystems, and warfare systems, most notably the Tomahawk WeaponSystem (TWS) and the Tactical Tomahawk Weapon Control System(TTWCS). 

NSWCDD is the Software Support Activity (SSA) and/or the DesignAgent (DA) for various Navy weapon and weapon control systemsincluding the tactical software components and systems of H50. H50’s primary thrust includes serving the Tomahawk Program Office(PMA 280) as the System Development Activity (SDA). The purposeof this acquisition is to provide systems engineering, softwaredevelopment, and test and evaluation services to H50 in supportof TWS, TTWCS, and other Navy and Department of Defense programs,including weapon control systems, strike systems, and warfaresystems. 

The overall focus of the H50 Strike Weapons Systems Division hasgrown and changed over time to broaden its scope to include anyweapons system/weapons control system programs, as well as othercomplex engineering systems. As such, H50 requires versatile andin-depth systems, software, and test engineering Contractorcapabilities in order to compliment the Division with extensiveexperience in all aspects of systems and software engineering;advanced systems and software design, development and deployment;component and system test and evaluation; and theconceptualization and exploration of future technologies.

C.2 SCOPE

The scope of this contract covers general program management andsystems engineering (SE) activities including: conceptdefinition, system architecture development, system design,operational and system requirements development and management,human factors engineering, external and internal interfacemanagement, security engineering, systems certification,communications and network engineering, hardware (HW) design andintegration, system interoperability support, integrated

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 8 of 119

 FINAL

Page 12: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

logistics, training, and fleet support, tactics and operations,mission engineering, and analysis, modeling and simulations. The software (SW) engineering services defined in thisacquisition will include requirements analysis, specificationdevelopment, software design and development, softwareintegration and testing, and software support functions.  Thesystems test and evaluation (T&E) engineering and analysisservices included in this acquisition will be system testanalysis, system testing, general test support, quality assurancetesting, hardware testing, configuration management, and systemand software process improvement.  The acquisition applies toversions of systems and programs supported by H50 including boththe US and Foreign Military Sales (FMS) configurations, as wellas, to all associated support tools and test simulations.  

All work performed under this acquisition shall be performedfollowing H50/NAVSEA/Department of Defense (DoD) softwaredevelopment plans, standards, policies, and processes asreferenced in C.3. The Contractor shall generate plans forspecific tasking consistent with the Government’s master schedulefor product development to include scoping of the task, scheduledevelopment and preparation of workload estimates. TheContractor’s activities must be consistent with established H50procedures and must conform to the representative systemsengineering, software development, and systems test environmentsand standards stipulated in C.3 herein, and including allupdates, improvements, and additions to these process documentsmade over the life of the contract. All requirements, softwaredesign, and test documentation shall be developed within thesoftware development environment specified by the Government toinclude use of specific development tools such as Dynamic ObjectOriented Requirements System (DOORS) (requirements traceabilityand management tool), Microsoft Office toolset and other specifictools and environments utilized by H50 and in any documentationherein. Deviations from these processes, policies and proceduresare not authorized without advance approval by the ContractingOfficer's Representative (COR). 

This is a contract for the provision of services by theContractor. In accordance with law and policy and with theprovisions of this contract, Contractor personnel shall performas required by this contract, and such work shall include workingin cooperation and collaboration with Government personnel. Performance of this contract work shall require, among otherthings, the Contractor to access and use Government owned datasuch as software, documentation, technical data, process andreport templates. Any and all software, documentation, andtechnical data generated from such access and use shall also beand remain Government owned data.  The Contractor’s use of andaccess to Government owned data shall neither constitute nor

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 9 of 119

 FINAL

Page 13: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

create any Contractor rights in or license to such data; the onlyContractor permissions to use and access the data shall be thosenecessarily required by the Contractor to perform the workherein.  Notwithstanding this, certain tasks within the scope ofthis contract may require the Contractor independently togenerate and develop technical data and/or noncommercial computersoftware.  Tasking for such independent generation anddevelopment shall be specifically identified.  Rights in suchindependently generated data and software shall be governed bythe appropriate contract clauses. 

The Contractor shall develop and maintain an Open Architecture(OA) that incorporates appropriate considerations forre-configurability, portability, maintainability, technologyinsertion, vendor independence, reusability, scalability,interoperability, upgradeability, and long-term supportability asdefined in the OA Contract Guidebook (https://acc.dau.mil/NOAGuidebook). 

C.3  APPLICABLE DOCUMENTS 

C.3.1 The applicable documents will be available for Contractoraccess and reference at NSWCDD, Dahlgren, Virginia throughout thecontract performance period. If required and approved, theContractor may make working copies at the Contractor's expenseincluding labor and material. 

C.3.2 Military and DOD standards, specifications, andinstructions may be made available upon request; however, itshould be noted that some of these documents are classifiedand/or have restricted access. 

C.3.3 The Government’s software engineering processes aredocumented in numerous Instructions and Process documents and aredivided into top level plans and lower level supportingdocuments. Representative top level plans applicable to H50programs are listed below: 

Strike Systems Division Development PlanStrike Systems Division System Quality Assurance PlanStrike Systems Division Software Development PlanStrike Systems Division Configuration Management PlanStrike Systems Division Process Improvement Plan

C.3.4 Applicable documents and guidance, including policystatements specifically for Information Assurance are listedbelow: 

DoD Directive 8500.1, "Information Assurance," (IA) October24, 2002DoD Directive 8500.2, "Information Assurance Implementation,"February 6, 2003

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 10 of 119

 FINAL 

Page 14: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

DoD Directive 8570.1, “Information Assurance Training,Certification and Workforce ManagementDoD Directive 8570.1-M, “Information Assurance WorkforceImprovement Program”DoD Manual 4160.28-M-V3 Defense Demilitarization ProceduralGuidance,” June 7, 2011National Institute of Standards and Technology (NIST) SpecialPublication 800-53, “Security and Privacy Controls forFederal Information Systems and Organizations”, April 2013 

C.4 REQUIREMENTS 

C.4.1 Systems Engineering 

C.4.1.1 General Program Management and Technical AdministrativeServices

C.4.1.1.1 The Contractor shall provide general program managementand technical administrative service capabilities in technical,financial, and administrative functions within H50.  TheContractor shall prepare and produce technical presentationmaterial such as PowerPoint viewgraph briefings, technicalreview/status reports, Work Breakdown Structure (WBS) andschedule development.  Additionally, the Contractor shallcontribute to Technical Exchange Meetings (TEMs), ConceptDevelopment Reviews, Software Requirements Reviews (SRRs), HumanSystems Interface (HSI) Reviews, Preliminary and Critical DesignReviews (PDRs and CDRs), and Production Readiness Reviews (PRRs).(CDRL A002, A003, A004, A006) 

C.4.1.1.2 The Contractor shall provide program/project monthlyfinancial metrics and status (funding and expenditures, includingtravel expenditures), and make determinations of estimated datesthat current funding for all tasking performed by H50 will befully expended. (CDRL A002) 

C.4.1.1.3 The Contractor (in cooperation with the Government)shall establish and/or maintain a financial performance systemusing Earned Value Management System (EVMS) principles in orderto report status of work being performed.  The system shall beintegrated into the H50 development processes. Specific workareas include the following: 

C.4.1.1.3.1 The Contractor shall work with the Governmentto establish an estimated financial spend plan based on thebudget per the level of the WBS.  The Contractor shall chartthis data using EVMS principles.  The spend plans may need tobe updated periodically during the fiscal year (FY). 

C.4.1.1.3.2 The Contractor shall work with the Government toprovide their actual cost of work performed, and their earnedvalue of the work performed per the level of WBS that is

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 11 of 119

 FINAL 

Page 15: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

specified by the Government. 

C.4.1.1.3.3 The Contractor shall enter hours into TechnicalEffort Tracking Tool (TETT) for general project management andtracking on a weekly basis.  The Contractor shall chart the datausing EVMS principles on a monthly basis.  In addition, theContractor shall retrieve TETT data to verify which WBS elementnumbers were used to support the EVMS.  (CDRL A002) 

C.4.1.1.3.4 The Contractor shall identify and submit scheduleand cost variances using EVMS principles on a monthly basis. The Contractor shall include variance data on the EVMS monthlycharts along with the plan data, actual cost, and earned value.Additionally, when either the cost or schedule variancethresholds are met, the Contractor shall work with theGovernment to document variance explanations and correctiveactions.  (CDRL A002) 

C.4.1.1.3.5 The Contractor shall present the integratedfinancial system data on a monthly basis through meetings toinclude: Cost Account Manager (CAM) monthly reviews, InternalFinancial Reviews (IFR), and Cost Performance Reviews (CPRs). The Contractor shall document and submit the minutes and actionsfrom each of these monthly meetings. (CDRL A008) 

C.4.1.1.4 The Contractor shall perform as a collaborative teammember in any process improvement initiatives within H50 tosupport Division project and engineering policies. 

C.4.1.2 Engineering Program and Project Management 

C.4.1.2.1 The Contractor shall collect weekly technical projecthighlights, and shall provide weekly technical progress andissues reports. (CDRL A007)

C.4.1.2.2 The Contractor shall perform planning and engineeringanalysis for the evolution of assigned projects. The Contractorshall define and maintain top-level system architectures andprogram engineering requirements and shall translate thoserequirements into system concepts and plans. The Contractor shallprovide technical capability for the review, maintenance,generation, tracking, and distribution of system engineeringdocumentation.  Such documents shall include the following:Engineering Change Proposals (ECPs), Document Change Requests,Interface Change Requests, Requests for Technical Direction,Software Problem Reports, Interface Requirements Specifications(IRSs), Interface Design Specifications (IDSs), SpecificationChange Notices (SCN), Interface Design Documents (IDD), SystemEngineering Notebook entries, Electrical Interface ControlDrawings, System Performance Specifications (SPSs), SystemSegment Design Documents (SSDDs), Software RequirementsSpecifications (SRSs), Concepts of Operations (CONOPS), and

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 12 of 119

 FINAL 

Page 16: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

technical bulletins. The Contractor shall also develop andevaluate technical white papers on system/component selection andtradeoffs, emerging technologies; technology integration;performance, operational, and design tradeoffs; systeminterface/interoperability; as well as physical, functional, andoperational design documentation for IA and Security. (CDRL A003,A004) 

C.4.1.2.3 The Contractor shall provide systems engineeringcapability for the review of technical documentation includingPerformance Specifications, System Safety Hazard Analysis,Operational Safety Hazard Analysis, Safety Assessment Reports,SSDDs, White Papers, and Technical Report deliverables. TheContractor shall review and analyze fleet documents, programplanning documents, and other documents.  This tasking shallinclude technical reviews for adequacy, accuracy and consistencywith system requirements and higher-level specifications.  TheContractor shall evaluate proposed weapons system upgrades toassess their value and impact for the Navy, and shall generatereports of analyses and investigation in the appropriatetechnical memorandum format. (CDRL A003, A004) 

C.4.1.2.4 The Contractor shall proactively provide engineeringcapabilities during project-specific technical, status, andprogress meetings related to system development and sustainmentactivities, to include providing the status of executed tasks anddeveloped capabilities.  These meetings shall include projectstatus meetings, Technical Topics discussions, Change RequestBoard (CRBs), Engineering Review Boards (ERBs), ResourcePlanning Groups (RPG), SE Integrated Product Teams (IPTs),Operational Documentation meetings, Operational Crosstalks,Customer Management meetings, Customer working meetings,product peer reviews and other TEMs/Technical InformationMeetings (TIMs). (CDRL A003, A004, A006) 

C.4.1.2.5 The Contractor shall assess the impact hardware andsoftware changes may have on hardware and softwareimplementation, system operation, and fleet documentation.  (CDRLA006) The Contractor shall collaborate with Government personnellocated at Dahlgren, VA. The dynamic and varied nature of thework performed in support of the requirements outlined in thisSOW requires e-mail, teleconference, and face-to-faceinteraction. Face-to-face collaboration, in particular, is oftenrequired on short notice. On average, this face-to-facecollaboration occurs once per week, with periods of dailycollaboration and interaction in preparation for, or during testevents and other technical activities. As such, the Contractorshall be able to provide the necessary personnel availability andaccessibility to execute this collaboration. 

C.4.1.3 Mission Systems Engineering, Concepts, and Capabilities 

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 13 of 119

 FINAL 

Page 17: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

C.4.1.3.1 The Contractor shall have the capability to define andmaintain top-level system architectures and program requirementsthat satisfy fleet needs, and shall provide expertise in thetranslation of those requirements into system concepts and plans.The Contractor shall develop and contribute to technical andprogram specifications and Joint Capability Integration andDevelopment Systems (JCIDS)-related documentation such asMission Needs Statement/Initial Capabilities Document,Operational Requirements Document/Capability DescriptionDocument, Capstone Requirements Document/Capabilities ProductionDocument, System Architecture Models, Test and Evaluation MasterPlan, Tactics and CONOPS, Program Roadmaps, and ProgramInformation Support Plans (ISP). (CDRL A003, A004)

C.4.1.3.2 The Contractor shall provide engineering expertise forthe evaluation of operational capability mission, needs, andgaps, and facilitate the translation of fleet needs (desiredoperational effects) into Doctrine, Organization, Training,Material, Leadership, Personnel and Facilities (DOTMLPF)requirements. (CDRL A003, A004, A006)

C.4.1.3.3 The Contractor shall recommend Concepts of Employment(CONEMPS) and evaluate operational concepts to define operationalenvironments, force structure, and threats. (CDRL A003, A004,A006)

C.4.1.3.4  The Contractor shall conduct mission levelarchitecture and integration analysis to: establish and definemission level architectures; define and implement Department ofDefense Architectural Framework (DoDAF) compliant operational,system, capability, and other models/viewpoints; develop missionthreads and use cases; and define information exchangerequirements between system nodes.  Specifically identifiedContractor personnel will be required to hold a TOP SECRETclearance to process this material, and all TOP SECRET materialwill be processed onboard Government/military installations wherethe Contractor personnel are seated (Naval Surface Warfare CenterDahlgren Division (NSWCDD) Dahlgren VA, Naval Special WarfareDevelopment Group (NSWCDG) Dam Neck/Virginia Beach, United StatesFleet Forces Command (USFFC) Norfolk VA, Washington PlanningCenter, NAVAIR Patuxent River MD). (CDRL A003, A004, A006)

C.4.1.3.5 The Contractor shall conduct analysis, modeling andsimulation support for mission engineering and analysis tasking.(CDRL A003, A004, A006)

C.4.1.3.6  The Contractor shall participate in the development ofoperational and weapon system level requirements. (CDRL A003,A004, A006)

C.4.1.3.7 The Contractor shall participate in fleet

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 14 of 119

 FINAL 

Page 18: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

experimentation and exercises to understand the operationalenvironment as well as to explore new concepts and technologies.

C.4.1.3.8 The Contractor shall define and develop new andevolving weapon system-level and weapon control system-levelfunctions and capabilities as technological and design candidatesderived from operational requirements for the evolution of Navytactical and operational programs such as those identified inparagraph C.1, Background, of this SOW. Once the Government hasdetermined the applicable candidates, the Contractor shall leadassigned candidate capabilities through all phases fromdefinition, engineering, development, and implementation throughthe life-cycle of the program. Specifically, for each candidate,the Contractor shall provide analysis and technical capability inthe visionary and budgetary phase, concept development andengineering phases, and in the system development and test andevaluation phases.  As a result, the Contractor shall develop andproduce products to include: program plans, concept definitionpresentations, budgetary estimates, integrated master schedules,resource planning spreadsheets, whitepapers, user interfacedocumentation, Candidate Change Packages (CCPs), trade studies,system requirements, system design diagrams, system architecturediagrams, as well as related systems engineering presentationmaterial, EVMS charts, and progress reports.  (CDRLs A002, A003,A004, A006, A007)

C.4.1.3.9 The Contractor shall develop and maintain system designand system architecture diagrams utilizing the appropriatearchitecture tool and other development tools. The generationand maintenance of these diagrams shall be in accordance withthe documented Job Instructions (JIs), NSWCDD H Department andH50 processes, and generally established best engineeringpractices.  In addition, these views shall be compliant with theDoDAF Framework and/or other architectural products such as Level1 Diagrams and User Work flows.  (CDRL A004)

C.4.1.3.9.1 The Contractor shall develop DoDAF compliantarchitecture products utilizing the System Architect (SA) tool,the Magic Draw tool, or similar tools.  The Government willprovide access to the required tools. (CDRL A004)

C.4.1.3.9.2 The Contractor shall develop, implement and maintainautomated traceability between requirements and DoDAF compliantarchitecture products. (CDRL A004)

C.4.1.3.10 The Contractor shall provide technical expertise forthe development and analysis of the Information Support Plan(ISP) for programs such as TWS.  (CDRL A003, A004)

C.4.1.3.11 The Contractor shall review and analyze proposedsystem changes and Change Requests (CRs) to determine either the

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 15 of 119

 FINAL 

Page 19: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

cause of the reported problem or the value of the proposed changeand impact on the affected system. The Contractor shall use theappropriate toolsets for change management (e.g., SoftwareInformation Management System (SWIMS) toolset and other similartools) to accomplish this task.  (CDRL A004)

C.4.1.3.12 The Contractor shall provide technical andengineering expertise for inputs to various weapon system designproposals using forums such as system design working groups,IPTs, development and deployment teams, change control boards,and other advanced concepts-related tasking. (CDRL A003, A006)

C.4.1.3.13 The Contractor shall conduct system threat analysisand identify potential threat mitigation strategies. TheContractor shall document the results of the threatanalyses.(CDRL A003, A004, A006)

C.4.1.4  Requirements Management 

C.4.1.4.1 The Contractor shall review and analyze the systemrequirements of the war fighting systems supported by the H50Strike Weapons Systems Division to determine the impact on thesystem and identify impacts to the appropriate requirements anddesign specifications.  (CDRL A004)

C.4.1.4.2 The Contractor shall provide engineering capability forthe development and maintenance of engineering requirementsdocuments such as the System Segment Specification (SSS), SSDDand other specifications that may include Hardware RequirementsSpecifications (HRS), System Level Design Specification, andSoftware Requirement Specification (SRS).  The Contractor shallimport and work in tandem with other internal H50 Branch andfunctional disciplines (i.e. hardware, software, system test) inmaintaining requirements documentation, test plans and proceduresin requirements tracking tools and ensure that traceability linksare established. The Contractor shall maintain documentation andperform traceability using the DOORS (or other appropriatetracking/management tool sets) and SA (or other appropriatearchitecture development tool).

C.4.1.4.3 The Contractor shall provide configuration management(CM) of all system and software level requirements as documentedin program/project-specific processes and JIs. (CDRL A004)

C.4.1.4.4 The Contractor shall develop and maintain the TestVerification Matrix (TVM), and the System Verification Matrix(SVM) in DOORS (or other tool sets that may be implemented forthe given program) to track the status and verification ofrequirements by systems engineering and system test activities,as well as any other applicable discipline activities.  (CDRLA004)

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 16 of 119

 FINAL 

Page 20: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

C.4.1.4.5 The Contractor shall provide technical capability forthe analysis and evaluation of system requirements allocated tosystem engineering for verification and validation.  TheContractor shall input the analysis results in the SVM.  (CDRLA004)

C.4.1.4.6 The Contractor shall provide engineering expertise inInterfacing System program reviews and requirements generation.(CDRL A003, A004, A006)

C.4.1.4.7 The Contractor shall incorporate and provideconfiguration management of SRSs for each Computer SoftwareConfiguration Item (CSCI) and the HRS in DOORS.  This shallinclude any linking of the SRS/HRS to the higher level SSDD.(CDRL A004)

C.4.1.4.8 The Contractor shall ensure that consistency andtraceability exists between the system requirements in DOORS andthe system design artifacts maintained in SA. The Contractorshall generate and provide reports for ongoing programactivities. (CDRL A004)

C.4.1.4.9 The Contractor shall execute requirements metricsactivities.  The Contractor shall develop and maintain DXL andExcel macros for gathering requirements metrics to supportanalysis of requirements quality, volatility, and traceability. These macros and their output shall be provided to theGovernment. Reports, charts and analysis results shall begenerated and provided from artifacts maintained in DOORS and SA.(CDRL A004)

C.4.1.4.10  The Contractor shall provide human factorsengineering, prototyping, and analysis support for thedevelopment and maintenance of the system user interfacerequirements and specifications (e.g., the Human ComputerInterface (HCI) Design Specification and the HCI Style Guide).(CDRL A004)

C.4.1.4.11  The Contractor shall generate and distributesnapshots, engineering drops, and baseline deliveries of thesystems specifications and system design in accordance withapplicable JIs and processes. (CDRL A004)

C.4.1.4.12 The Contractor shall provide expertise in thedevelopment and maintenance of requirements management processesused by H50. (CDRL A004)

C.4.1.4.13  The Contractor shall make recommendations and, uponGovernment approval, implement updates to the system engineeringdevelopment tools in order to improve the overall generation andmaintenance of the H Department products and processes. (CDRLA004)

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 17 of 119

 FINAL 

Page 21: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

C.4.1.4.14 The Contractor shall review the requirements sectionsof each change package for conformance to JI guidance and supplyappropriate comments prior to engineering reviews.  (CDRL A004,CDRL A006)

C.4.1.4.15  The Contractor shall provide engineering disciplinesduring Software Requirements Management Boards (SRMBs),Development and Deployment reviews, CCBs, and Single SystemInitiative (SSI) Reviews by performing package development,package review and comment and documentation of results. (CDRLA004, CDRL A006)

C.4.1.4.16 The Contractor shall provide systems engineering forthe continuous evaluation and refinement of new and existingsystem level requirements and upgrades.  The Contractor shallprovide recommendations for the update of the requirements orrecommendations for design options that can satisfy therequirements. The Contractor shall develop and use Model-Basedtools as applicable.  (CDRL A004)

C.4.1.4.17   The Contractor shall review technical documentationto ensure consistency with system/software requirements andhigher level specifications.   The Contractor shall document thediscrepancies in the appropriate change management systems.

C.4.1.5 Interface Management 

C.4.1.5.1  The Contractor shall provide systems engineeringcapabilities for internal interface management for all weaponsystem versions. The Contractor shall provide technical inputsas part of the development and maintenance of the IDD (CDRL A004)

C.4.1.5.2 The Contractor shall conduct external interfacemanagement for all weapon system versions and execute themanagement of external interfaces. The Contractor shall provideengineering expertise as members of systems interoperabilityworking groups and interface control working groups. TheContractor shall provide systems engineering analysis and inputfor the development, maintenance and tracking of all interfacedocumentation (e.g., IDS, IRS, Interface Issue Report (IFIR),Interface Control Documents (ICD), Interface Change Requests(ICRs) and Interface Change Notices (ICNs)). (CDRL A004)

C.4.1.5.3 The Contractor shall provide technical capabilities forinterfacing systems integration and technical issue investigationand resolution. The Contractor shall provide briefings andtechnical reports on emerging issues and ensure effectivecommunication is maintained between the weapon system program andinterfacing systems communities regarding the development,installation, and maintenance plans. The Contractor shall provideengineering review of and comments for documentation todetermine potential impact to the weapon system.  (CDRL A003,

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 18 of 119

 FINAL 

Page 22: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

CDRL A006)

C.4.1.5.4 The Contractor shall perform systems certificationefforts, which may include submitting requests for certificationto the certification authorities, facilitating the certificationdecisions by the various certification authorities; providingtechnical input to various certification meetings; providingbriefings on certification status and issues; maintainingcognizance of certification agencies’ DoD processes and ensuringeffective communication is maintained between the developerorganization and certification agencies to ensure allcertification plans will meet required policies and processes. (CDRL A003, A004, A006)

C.4.1.5.5 The Contractor shall provide technical consultation tothe development and provision of external interface impacts forthe TTWCS- specific CCP development process in accordance withthe applicable JIs and NSWCDD processes. (CDRL A003, A006)

C.4.1.5.6 The Contractor shall develop and process requests forweapons system connections to shipboard networks with the Spaceand Naval Warfare Systems Command (SPAWAR) and the Naval NetworkWarfare Command (NETWARCOM).  (CDRL A004)

C.4.1.6 Command, Control, Communications, Computers, andIntelligence (C4I) 

C.4.1.6.1 The Contractor shall analyze any proposed changes forthe various external systems and related technologies supportingthe interface to the H50 Strike Weapons systems (e.g. Cop SyncTool (CST), Integrated Command and Control Support Framework(ICSF), Common Weapons System (CWS), Service OrientedArchitecture (SOA), Open Architecture (OA), Internet Protocolversion 6 (IPv6), Net-Enabled Command Capability (NECC), Aegis,DDG-1000, net-centric warfare) to determine impacts upon the H50systems and programs.

C.4.1.6.2 The Contractor shall assess C4I architectures anddesign issues related to interoperability and requirements. TheContractor shall assess the impact of emerging technologies tothe H50 systems related to the C4I environments.

C.4.1.6.3  The Contractor shall document proposed enhancements orchanges driven by the C4I and system environment as CRs orProposed Notice of Changes (PNOCs) in the Government’s changerequest database.

C.4.1.6.4 The Contractor shall provide engineering developmentand analysis of the interface requirements/design documentationdescribing the interface between the weapons and systems and thesystems providing external C4I data. (CDRL A004)

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 19 of 119

 FINAL 

Page 23: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

C.4.1.7 Security Engineering 

C.4.1.7.1 The Contractor shall provide Cybersecurity Engineering(CSE) capability as defined in DoD Instruction (DoDI) 8500.1 andDoDI 8510.01. These controls shall be the primary set of securityrequirements for all automated information operational afloatsystems used in support of the H50 mission.  The detailed set ofcontrols will be determined based on processes laid out in DoDI8510.01.

C.4.1.7.2 The Contractor shall develop and maintain systemsecurity requirements in accordance with DoD, Defense InformationSystems Agency (DISA), Department of Navy (DoN), and NSWCDDsecurity directives, standards, and processes.  (CDRL A004)

C.4.1.7.3 The Contractor shall assess proposed system changes todetermine impact to the system’s security profile andaccreditation status.  (CDRL A003, A006)

C.4.1.7.4 The Contractor shall develop and provide necessarycompliance statements for all relevant controls including thedocumentation of impacts imposed on the overall security postureas a result of programmatic realities.

C.4.1.7.5  The Contractor shall coordinate with the InformationSystems Security Officer (ISSO) with information or datasubmissions to the Navy Authorizing Official for approval. TheContractor shall provide maintenance and management ofInformation System Accreditation/Database Internet ProtocolAddress (IPA) data, Security Vulnerability Scanning, Host BasedSecurity System compliance where applicable, all other local,Navy, DoD, and DISA security requirements necessary to gain andmaintain the authority to operate (ATO) for operational afloatsystems. The Contractor shall forward system scan results to theappropriate Authorizing Official (AO).  The Contractor shallconduct systems analysis, engineering, and documentation supportfor the development and maintenance of both a comprehensiveSecurity Plan (SP) and Security Accreditation Plan (SAP). (CDRLA003, A004, A006)

C.4.1.7.6   The Contractor shall provide security engineering andAssessment and Authorization (A&A) analysis for the H50operational afloat systems in order to plan, schedule, implementand integrate the operational use of all system resources,ensuring IA and security compliance within DoD, Navy and NSWCDDlocal system Security directives.

C.4.1.7.6.1  The Contractor shall prepare and document securityinputs for the H50 operational afloat systems throughout thesystem’s life cycle by working closely with all engineeringdisciplines to include without limitation: network, software,hardware, and integration; system administrators; help desk

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 20 of 119

 FINAL 

Page 24: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

personnel; and the NSWCDD Information Assurance Management (IAM)office. Typical documentation required or products produced mayinclude System Engineering Plans (for both individual systems andsystems of systems), Operational Requirements Documents (ORDs),CONOPS, A&A packages, Platform IT (PIT) Designations, PIT RiskApproval (PRA) requests, System Designs, Functional andArchitectural Diagrams, Integration Plans, and Database DesignDocuments, System Security Administrator’s and Operator’s Manual,etc.  (CDRL A004)

C.4.1.7.6.2  The Contractor shall prepare A&A packages utilizingthe appropriate DoD accreditation standards, policies anddirectives, conduct of vulnerability assessments, development andexecution of security test plans and procedures, and facilitationof the accreditation decision from the appropriate approvalauthority to obtain interim and final IA approvals for operationof operational afloat systems in the fleet environment. (e.g.,Interim Authority to Operate (IATO), Interim PRA (IPRA),Authority To Operate (ATO), PRA, etc).  (CDRL A004)

C.4.1.7.6.3  The Contractor shall collect and maintain theappropriate, current system security accreditation and associateddocumentation for operational afloat systems. The Contractorshall also conduct laboratory, schoolhouse facilities, andshipboard verification of such accreditation/documentation, asspecified by DoD policies, prior to delivery to the ship. TheContractor shall provide the status of accreditation actionsunderway or planned and shall maintain updated accreditationschedules. The Contractor shall maintain a duplicate file ofsigned copies of accreditation approvals, latest versions ofdomain risk assessments, and other accreditation documentation. (CDRL A002, A003, A004) 

C.4.1.7.7  The Contractor shall perform Information AssuranceVulnerability Alert (IAVA) tracking and assessment. TheContractor shall collect IAVA compliance responses from systemadministrators and provide consolidated reports to appropriateDesignated Approving Authorities ( DAA’s).  (CDRL A003, A004,A006)

C.4.1.7.8 The Contractor shall create or modify weapon systemSecurity Technical Implementation Guidance (STIG) documentationto reflect how STIGs will be addressed in operational afloatsystems. The Contractor shall track and assess the implementationof applicable STIGs to the weapon system. (CDRL A004)

C.4.1.7.9 The Contractor shall develop and maintain Clinger-CohenAct (CCA) Documentation.  (CDRL A004)

C.4.1.7.10 The Contractor shall provide system security impactsfor support of the overall development of CCPs, Record ECPs,

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 21 of 119

 FINAL 

Page 25: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

Statement of Functionality (SOF), and other technical and programdocumentation for operational afloat systems. (CDRL A006)

C.4.1.7.11  The Contractor shall assess and develop processimprovement initiatives as they relate to assigned H Departmenttactical information system efforts. (CDRL A004)

C.4.1.7.12   The Contractor shall perform and documentCybersecurity Standards Baseline (CSB) requirements analysis, SSSanalysis, risk analysis, technology assessments or othersecurity-related studies. (CDRL A003, A006)

C.4.1.7.13 The Contractor shall review and analyze CybersecurityControls, security penetration test plans, security testspecifications, security test procedures, and security testresults for compliance with higher-level requirements andoperational fleet guidance and tactics. (CDRL A006)

C.4.1.7.14 The Contractor shall collect and import systemsecurity test results and other supporting security testanalysis data into the CSB development structure in order toimplement and work with H50 system security test activities.  TheContractor shall generate and maintain the CSB and provideregular updates of the CSB to Government system/cyber testpersonnel. (CDRL 0004)

C.4.1.7.15 The Contractor shall perform cybersecurity testingthat result in verification of and validation of systemcybersecurity requirements.

C.4.1.8 Communications and Network Systems Engineering 

C.4.1.8.1 The Contractor shall provide tactical communicationsand network systems engineering for systems evolution andintegration, including system engineering for the upgrade of thedevelopment and tactical hardware suites located within the LandAttack Systems Integration Laboratory (LASIL) supporting H50programs.(CDRL A003, A004, A006)

C.4.1.8.2   The Contractor shall provide functional and logicalassessments and analyses of the systems under development by H50.This includes system engineering support for the tacticalnetworks and communications infrastructure located in the LASILand maintained, integrated, and supported by H50.  (CDRL A003,A004)

C.4.1.8.3   The Contractor shall provide network andcommunications engineering for program-specific interoperabilitytest efforts (e.g., planning, conducting, analyzing, reporting,etc.). This activity may include providing engineering for theinterface and integration of the Digital Modular Radio (DMR) tothe KIV-7M Crypto Modems.  (CDRL A003, A004)

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 22 of 119

 FINAL 

Page 26: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

C.4.1.9 Hardware Systems Engineering

C.4.1.9.1  The Contractor shall provide hardware systemsengineering of weapon system and weapon control systemevolution and integration, including the integration,implementation, and maintenance of tactical, engineering, anddevelopmental test equipment suites in the LASIL. (CDRL A003,A004, A006)

C.4.1.9.2  The Contractor shall provide functional and logicalassessments and troubleshooting analyses of the C4I systems,weapon systems, weapon control systems, and laboratoryhardware suites for the development and prioritization ofinfrastructure upgrades. (CDRL A004, A006)

C.4.1.9.3  The Contractor shall provide project and userexpertise that is inclusive of cable fabrication, hardwareinstallation and relocation, hardware preventative andcorrective maintenance, hardware fault isolation and hardwarerepair.  The Contractor shall document their findings andrecommendations in appropriate documentation.  (CDRL A003,A004, A006)

C.4.1.9.4  The Contractor shall perform independent analysis onexisting and emerging hardware and associated software andassess the impact hardware and software changes may have onhardware and software implementation, system operation, fleetdocumentation and ordnance. (CDRL A003, A004, A006)

C.4.1.9.5  The Contractor shall develop, modify, redesign,convert and utilize existing hardware and software to performanalysis for system upgrades.

C.4.1.9.6  The Contractor shall provide capability forplanning, designing, acquisition recommendations,implementation, and integration of system hardwarecomponents. (CDRL A003, A004, A006)

C.4.1.10 In-Service Systems and Fleet Support

C.4.1.10.1   The Contractor shall provide logistics engineeringand operational support for the Integrated Logistics Support(ILS) function through the development of source material forILS products in the areas of ensuring engineering changes areproperly incorporated in technical, operation and maintenanceproducts. The Contractor shall provide ILS representation atprogram meetings and analysis of proposed system candidates todetermine potential ILS impacts. (CDRL A006)

C.4.1.10.2   The Contractor shall provide source data forTechnical Bulletins which define, for shipboard personnel,discrepancies in the system performance in compliance with the

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 23 of 119

 FINAL 

Page 27: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

ordinance documents and technical manuals.  (CDRL A004)

C.4.1.10.3   The Contractor shall facilitate the transitionfrom development and initial version release by the program tolife cycle support by the In-Service Engineering Activity(ISEA).

C.4.1.10.4   The Contractor shall provide systems engineeringexpertise for all fielded weapon system and weapon controlsystem versions to ensure that all impacts, includinginteroperability and suitability, of proposed changes areidentified and tracked. (CDRL A004)

C.4.1.10.5   The Contractor shall provide dedicated fleetrepresentatives, who shall serve as a Subject Matter Expert(SME) for H50-supported system engineering and developmentactivities.

C.4.1.10.6   The Contractor shall provide engineering expertisein the development and maintenance of valid systemconfiguration descriptions.  (CDRL A004)

C.4.1.10.7   The Contractor shall provide systems engineeringcapabilities to the hardware, test, and software developmentactivities and the associated development of logisticsrequirements and design artifacts.  (CDRL A004)

C.4.1.10.8   The Contractor shall support the investigation andresolution of fleet related issues, problem reports, TroubleFailure Reports (TFRs), and system enhancements (e.g., SystemDesign Issue Resolutions (SDIRs), CCPs, CRs, SCRs).  TheContractor shall provide engineering documentation of theanalysis.   (CDRLs A004, A006)

C.4.1.10.9  The Contractor shall provide analysis and evaluationof emerging capabilities from an operational, fleet, or customerperspective.

C.4.1.11 Systems Engineering for Test and Evaluation Activities

C.4.1.11.1  The Contractor shall provide system engineeringexpertise to the weapon system and weapon control systems testand evaluation efforts. This support shall include testplanning, test development and test execution in the LASIL, atland-based test sites, or onboard ship.  (CDRL A004)

C.4.1.11.2 The Contractor shall provide capabilities inintegrated T&E management, planning and coordination teams, andprovide the Government with defining and evaluating Measures ofEffectiveness (MOEs)/Measures of Performance MOPs/Measures ofSuitability (MOSs), and mission-level Test Objectives (TOs).

C.4.1.11.3  The Contractor shall review and analyze test plans,

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 24 of 119

 FINAL 

Page 28: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

test specifications, test procedures, and test results forcompliance with higher-level requirements, physical models, andoperational fleet guidance and tactics.  (CDRL A004)

C.4.1.11.4  The Contractor shall review and develop Tactics,Techniques, and Procedures (TTPs) that document the recoveryactions, mitigations, and workarounds for problems and issuesbased on open Test/Trouble Observations Reports (TORs) andComputer Program Change Requests (CPCRs), as well as InitialCheckout and Operation (INCO) lessons learned.

C.4.1.11.5  The Contractor shall provide systems engineeringanalysis, evaluation, and development of Targeting/MissionPlanning Models and Simulations.

C.4.1.11.6  The Contractor shall collect and import system testresults and other supporting test analysis data into the SVM inDOORS to support system test activities.  The Contractor shallgenerate and maintain regular updates of the SVM and provide theupdates to the Government system test personnel. (CDRL A004)

C.4.1.11.7 The Contractor shall provide systems engineeringexpertise for system requirements familiarity and awarenesssessions with system test personnel to ensure new systemenhancements and capabilities are clearly understood andadequately tested.  (CDRL A003, A006)

C.4.1.11.8  The Contractor shall engage in the generation andtesting of system requirements status, tactical hardwareconfiguration, and metrics data for readiness reviews andassessments to include Test Readiness Reviews (TRRs), andother System Engineering Technical Reviews (SETR) eventactivities. (CDRL A003, A004)

C.4.1.11.9  The Contractor shall provide technical informationand engagement in the maintenance of the LASIL’s supportingprograms to ensure they are equivalent to the configurationsfor all fleet deployed system platforms.  (CDRL A004)

C.4.1.12 Systems Engineering for Software Development Activities

C.4.1.12.1 The Contractor shall provide systems engineeringexpertise to all H50 hardware and software developmentactivities as well as to the development and maintenance ofsoftware requirements and design artifacts. The Contractorshall provide an engineering presence for Anomaly Review Boards(ARBs), Local Change Control Board, other related problemreport change and control boards, and design and codeinspections.  (CDRL A004)

C.4.1.12.2  The Contractor shall employ software, models, andsimulations in the development, approval, and configuration

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 25 of 119

 FINAL 

Page 29: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

management of software requirements artifacts.   This shallinclude engaging in peer reviews of the requirements, testplans, test procedures, test reports, and the development andtesting of models and simulations.   The Contractor shall alsoimport, link, and trace the software artifacts to the systemrequirements in DOORS.  (CDRL A004)

C.4.1.12.3 The Contractor shall provide system engineeringexpertise for failure trend analysis and reporting. This shallinclude coordination between NSWCDD and external organizations.(CDRL A006)

C.4.2 Software Development

As stated in the introduction, the purpose of this acquisitionincludes providing software engineering and technical supportservices to H50 in support of software intensive tacticalsystems. The Contractor shall provide software engineeringcapability to strike weapon systems that shall be in compliancewith Navy Open Architecture (NOA) requirements. In general,unless otherwise specified, the engineering services described indetail in the following paragraphs shall be performed as acollaborative effort between the Government and Contractor andproducts produced shall be placed under configuration control.These products shall be owned by the Government. 

C.4.2.1 Software Engineering Analysis 

The Contractor shall perform software engineering analysis ofsoftware systems, including requirements analysis, softwareproblem and discrepancy resolution, enhancement assessment, andimplementation analysis. Causal analysis and prototyping shall beperformed wherever applicable. The Contractor shall conductsoftware investigations and shall update software anddocumentation.   

C.4.2.1.1 The Contractor shall perform requirements analysis andshall recommend changes to specific sections of the softwarerequirements specifications. The Contractor shall provide theengineering expertise required to review, assess, and analyze alllevels of system documentation to identify and define softwaredesign and maintenance requirements.  Documentation to bereviewed shall include system and software requirements andspecifications, test plans and procedures, test results,logistics training documentation, and change proposals. TheContractor shall write and evaluate defects, anomalies, andenhancements against requirements and design documentation,including an assessment of problem definition and an assessmentof resulting proposed corrections. The Contractor shall preparedetailed specification of software requirement changes to updateapplicable documentation.  (CDRL A004) 

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 26 of 119

 FINAL 

Page 30: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

C.4.2.1.2 The Contractor shall document and evaluate defects,anomalies, and enhancements by providing an assessment of theproblem definition, proposed correction, level of difficulty, andeffects on other system components as defined by the appropriateprogram review board processes. Defects, anomalies, enhancements,and their assessments shall be entered into a project specificdatabase tracking tool. 

C.4.2.1.3 The Contractor shall develop and assess requirementsfor proposed enhancements to baseline software and providerecommendations as to the implementation approach. 

C.4.2.1.4 The Contractor shall perform scoping analysis tosupport Build Reviews and other forums. Scoping analysis shallinclude time and resource estimates for the entire softwareengineering process including requirements assessment,requirements development, software development, test planning andprocedure development, test execution and testing support as itrelates to software development, Software IntegrationEngineering, and preparation of software deliveries.  

C.4.2.1.5 The Contractor shall provide risk assessments andtradeoff analyses for the software under development and shallperform special software investigations. The Contractor shalldevelop software prototypes to perform these evaluations. 

C.4.2.2 Software Design and Development 

The Contractor shall be assigned software elements of H50 weaponscontrol or strike systems to design and develop using establishedH50 processes and procedures. For each element assigned, usingtop-level requirements provided by the Government, the Contractorshall perform tasks in conformance with H50 software developmentplans, processes, policies, procedures, and schedules. Eachsoftware product, including commercial off-the-shelf (COTS)developmental software, shall be under configuration control. 

C.4.2.2.1 The Contractor shall provide expertise and engagementin all levels of the software development and maintenance processfor assigned program elements including: 

C.4.2.2.1.1 Develop software design based on approvedrequirements. 

C.4.2.2.1.1.1 Generate and document the software preliminarydesign which describes the high-level software design. 

C.4.2.2.1.1.2 Generate and document the detailed software designwhich describes the detailed software design. 

C.4.2.2.1.1.3 Provide technical input for all required reviewsthroughout the entire software development process, such as

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 27 of 119

 FINAL 

Page 31: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

System/Software Requirements Reviews (SRRs), Preliminary DesignReviews (PDRs), Incremental Design Reviews (IDRs), and CriticalDesign Reviews (CDRs). (CDRL A002) 

C.4.2.2.1.1.4 Provide input for the development of softwareuser’s manuals. 

C.4.2.2.1.2 Generate and debug assigned software code elements. 

C.4.2.2.1.3 Generate and implement unit level test procedures. 

C.4.2.2.1.4 Generate and perform capability test procedures inorder to verify complete functional coverage of all new/modifiedcode. 

C.4.2.2.1.5 Generate procedures and scripts and perform automatedtesting. 

C.4.2.2.2 The Contractor shall prepare and submit correctionpackage data for all assigned defects, anomalies, andenhancements. The correction package shall define proposed codechanges and test plans. Upon approval and completion of thecorrection, the Contractor shall assist in documenting theresults of the testing.  

C.4.2.2.3 The Contractor shall generate and maintain developmentschedules consistent with the Government’s master schedule. (CDRLA006) 

C.4.2.2.4 The Contractor shall conform to Quality Assurance (QA)and Software Integration Engineering programs in the developmentand documentation of assigned source code as defined inGovernment furnished process documentation in paragraphs C.3.2,C.3.3 and C.3.4. The Contractor shall adhere to standards definedby the Government for any source code developed. The Contractorshall ensure all software design and code is subjected to formalinspection led by the Government prior to development testing inaccordance with established processes and procedures. Contractorpersonnel shall review and provide input for design and codeinspections of elements developed by other personnel (Governmentor Contractors).  

C.4.2.2.5 The Contractor shall investigate defects in all phasesof testing and integration as it relates to software development.The Contractor shall conduct unit level and capability testing oneach new or modified software module to determine compliance withthe applicable technical, operations, and performancespecifications.

C.4.2.2.6 During all phases of testing, defects, anomalies, andenhancements shall be documented to identify problems withcontrolled software and/or documentation. Defects, anomalies and

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 28 of 119

 FINAL 

Page 32: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

enhancements with assessments shall be documented during softwaretesting and in conformance with the processes and proceduresreferenced in C.3. (CDRL A006)

C.4.2.2.7 The Contractor shall monitor and evaluate softwareperformance characteristics during the software development andtest phases to ensure the orderly and efficient growth andrefinement of the software capabilities, e.g. measurement ofcomputer processor time usage, Random Access Memory (RAM) usage,disk space usage, and network loading/throughput during maximumCSCI loading conditions. 

C.4.2.3 Tools and Data Management Support 

C.4.2.3.1 The Contractor shall design, code, and maintainsoftware support tools and models. 

C.4.2.3.2 The Contractor shall perform analysis of tools to aidin software development (e.g. memory checking tool, testautomation tools, code coverage tools). 

C.4.2.3.3 The Contractor shall perform testing of COTS hardwarereplacements for systems and software impacts. 

C.4.2.3.4 The Contractor shall maintain compliance with program-specific policies and procedures. 

C.4.2.3.5 The Contractor shall make modifications to existingdatabases and assist with migration of databases to a newdatabase management system (e.g. Oracle). 

C.4.2.3.6 The Contractor shall perform research related to andexecute conversion of software models into web-based services. 

C.4.3 Test and Evaluation

C.4.3.1 System Test Analysis

The Contractor shall perform test analysis of systems identifiedin Section C.1, including test requirements analysis, support forproject development reviews, and generation/evaluation of problemreports. 

C.4.3.1.1 Test Requirements Analysis - The Contractor shallprovide test engineering capability required to review, assessand analyze all levels of system documentation to identify anddefine test requirements. Documentation to be reviewed includesrequirements and design specifications, test plans andprocedures, test results, logistics training documentation, andchange proposals. The Contractor shall perform requirementstraceability and change impact assessments. 

C.4.3.1.2 Project Development Reviews - The Contractor shall

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 29 of 119

 FINAL 

Page 33: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

provide technical expertise on panels and boards such asTechnical Review Boards (TRBs) (e.g. PDRs and CDRs), ChangeControl Boards (CCBs), Formal Reviews and Inspections, DeveloperTest Reviews (DTRs), TRRs, In-Process Reviews (IPRs), andperiodic system status coordination meetings. 

C.4.3.1.3 Problem Reports - The Contractor shall write andevaluate problem reports or enhancement reports against software,hardware, peripheral support tools and documentation (i.e.,requirement or procedure) with respect to the system or softwareelement under test or evaluation or with respect to futuredevelopment or program execution. The Contractor shall evaluateproblem and enhancement reports by providing an assessment of theproblem definition, correction and effects on other systemcomponents. The Contractor shall provide engineeringdocumentation of the findings during the requirement, design, andcode reviews. The Contractor shall also analyze each reportedproblem to determine any associated impact on weapons systemsafety and certification.  (CDRL A004) 

C.4.3.2 System Testing

The Contractor shall provide the test engineering support definedin the following sections in order to demonstrate the performanceof the system under test. The Contractor shall perform systemtest tasks including the development of content and inputs forH50 test plans, test procedures, and test reports.  TheContractor shall also perform and execute all program testfunctions and activities and support resulting problem reporting.This is applicable for all baseline versions, revisions andchanges for the system under test.  The Contractor shall provideformal testing, including Formal Qualification Test (FQT),Software Build FQT, and Segment/System test. Test sites may be atNSWCDD, shipboard or other designated Government or Contractorfacilities. During all phases of testing, problem reports shallbe generated to identify problems with controlled software and/ordocumentation. The Contractor shall perform analysis of datagenerated and recorded during the test to include data digitallyrecorded by data extract tools.

C.4.3.2.1 Test Plan - The Contractor shall support thedevelopment of test plans to cover system test activities derivedfrom the individual program test schedules. Test activities shallinclude system upgrades, hardware and software, peripheralhardware and software modifications and changes, upgrades andaccreditation activities.  A test plan shall be developed foreach approved software build. The Contractor shall update thetest plan to reflect changes due to maintenance builds,improvements to or enhancements to existing tests. The Contractorshall provide an assessment of the test efforts (types andnumbers of tests, schedules, effort scoping, etc.) required for

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 30 of 119

 FINAL 

Page 34: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

testing. The Contractor shall provide recommendations forpossible automated testing. 

C.4.3.2.2 Test Verification Matrix (TVM) - Using the Government’srequirements management tool, the Contractor shall supportdevelopment and maintenance of a TVM that allows for correlationof test procedures and requirements for each test effort. The TVMshall include, at a minimum, test categories (i.e. go-path,fault, etc.), test objectives, test numbers, test platformconfiguration, the test requirements assigned to individualtests, and requirements pass/fail status.   

C.4.3.2.3 Test Procedures - The Contractor shall support thedevelopment, update, and maintenance of test procedures to verifythe performance of system and software requirements for allphases of testing. The Contractor shall provide detailed dataanalysis instructions to verify internal/external interfacerequirements. The Contractor shall validate the test proceduresby inspection and procedure checkout. The test procedures shallinclude required test preparation materials (including scenarios,tasking, identification of cryptographic materials, etc.). Thevalidated test procedures shall be provided before the executionof formal testing. The Contractor shall update the test proceduredocument to incorporate changes resulting from procedurecheckout.   

C.4.3.2.4 Test Execution - The Contractor shall conduct andexecute tests and analyze test results for all phases of testingidentified for the system under test in accordance withapplicable test plans and associated procedures.  The Contractorshall enter or update records for each test in a data capturetool as the testing progresses using the electronic meansprovided by NSWCDD. The data recorded shall include, at aminimum, a log of steps taken during execution of each procedure,overall test status, and requirement status resulting from thetest, defects in procedures or system, and analysis results.  TheContractor shall provide support in the execution of governmentacceptance tests of hardware (e.g. VLS or GTS) as well ascertification procedures for SEMS as the TTWCS high-fidelitysimulation program.  The Contractor shall prepare and enterproblem reports detailing any problems discovered as a result ofall test activities in the appropriate Government database. TheContractor shall be prepared to substantiate the problem reportat the appropriate change control board. 

C.4.3.2.5 Test Reports - The Contractor shall support thedevelopment of a test report for each test effort. The reportshall include traceability that performance requirements havebeen met, pass/fail status of requirements under test, pass/failstatus of capabilities and functionality under test, conclusionsbased on analysis of test results, and recommendations on

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 31 of 119

 FINAL 

Page 35: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

improvements to the test program. The test report shall includechanges to the testing process (i.e., lessons learned) resultingfrom the test experience, and identification of regression,maintenance build, and special tests added to the overall testevent.  The report shall include requirement test status, problemreports written during the event, overall test status of eachprocedure executed, metrics, and other report data.   

C.4.3.2.6 Off-Site Land Based and Shipboard Testing Events - TheContractor shall provide Off-site Land Based and Shipboardtesting capability for United States (US) and FMS platforms. TheContractor shall collaborate with shipboard installation teamsfor tactical system deployment and verify installations areoperating in accordance with the system requirements. Technicalexpertise shall include resolving Fleet identified system issuesand evaluating problems reported against the deployed systems inaccordance with the current system requirements as described bythe Navy regional maintenance centers. This shall includeobservation and software problem reporting, response to fleetqueries and fleet safety advisories.  The Contractor shallprovide land-based and shipboard technical capability fordeployed tactical systems, including troubleshooting andrepairing of shipboard systems, installing firmware and softwareon the shipboard systems, and identifying the necessary parts forprocurement in order to repair the shipboard systems. 

C.4.3.3 General Test Support 

The Contractor shall support the preparation and submission ofpresentations for technical meetings and management reviews insupport of assigned tasks. The Contractor shall conductlaboratory demonstrations of tactical systems and tacticalsimulators under development and/or test.  The Contractor shallgenerate system requirements status, tactical hardwareconfiguration, and metrics for readiness reviews. The Contractorshall provide requirements analysis, metrics charts, requirementsstatuses, and presentations, as well as engineering assessmentsof test plans, procedures, and reports, participate in IPTs todiscuss and resolve any issues/comments, and track resolutionthrough to final approval. 

C.4.3.3.1 Test Activity Schedule - The Contractor, in cooperationwith the Government Test Lead, shall maintain a weekly testactivity schedule. This schedule will include all test events bytest suite, off-site work or training events and desktop tasksthat test personnel support. 

C.4.3.4 Hardware Testing 

The Contractor shall support the testing of COTS hardwarereplacements for system and software impacts. As part of system

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 32 of 119

 FINAL 

Page 36: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

engineering candidate development, the Contractor shall evaluatehardware components for system suitability in order to addresshardware obsolescence issues. 

C.4.3.5 Configuration Management (CM)  

The Contractor shall provide technical capability for CM byattending change control board meetings, conducting specialinvestigations, and issuing summary reports concerning actions ofthe boards in accordance with CDRL A004. The Contractor shallprovide CM support by delivering all Government approved testartifacts (plans, procedures, reports) to the designatedconfiguration management authority.  

C.4.3.6 System and Software Process Improvement 

The Contractor shall provide expertise to the Government forsystem and software processes improvement and the StandardCapability Maturity Model Integration (CMMI) Appraisal Method forProcess Improvement (SCAMPI) style appraisal. The Contractorshall collaborate with the Government for organizational processimprovements in the areas of system project management,verification, and validation. In particular, the Contractor shallcoordinate with H50 in preparing for the SCAMPI appraisals and tocollaborate on possible CMMI-SE/SW Level 5 activities.  On acontinuing basis, the Contractor shall evaluate test coveragewith respect to test type, test validity, test scenarios, testconduct, test results, and problem report content. The goal is toreduce the number of defects or problems reported at integratedcombat systems test sites and aboard ships by continuallyimproving software verification level test methods. TheContractor shall make recommendations for improvements inaccordance with Government processes. 

C.4.4 Task Order Management 

C.4.4.1 Progress Report 

The Contractor shall submit a Contracting Officer’s ManagementReport. (CDRL A001) 

C.4.4.2 In-Progress Reviews (IPR) 

The Contractor shall conduct both formal and informal IPRs ofwork performed.  The Government will schedule formal reviews inGovernment spaces.  At the time the review is scheduled, theGovernment shall communicate the specific purpose of the review. The Contractor shall, within 60 days of the Task Order awarddate, conduct an initial IPR and follow an agenda agreed to bythe Task Order’s COR.  Subsequent IPRs shall be heldapproximately every 90 days thereafter unless waived by theGovernment.   The Contractor shall submit minutes (CDRL A008) and

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 33 of 119

 FINAL 

Page 37: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

copies of data presented during the IPR. (CDRL A003) 

C.4.4.3 Task Prioritization Meeting 

The Contractor shall conduct periodic Task PrioritizationMeetings with the COR and SMEs.  The purpose of these meetings isto convey the Government’s technical program schedules andpriorities and to identify corresponding task priorities for thisorder.  The Contractor shall document meeting minutes of themeetings. (CDRL A008) 

C.5 OTHER DIRECT COSTS 

C.5.1 Travel 

The Contractor shall be required to travel in performance of thisTask Order.  The numbers of trips and types of personneltraveling shall be limited to the minimum required to accomplishwork requirements and shall be coordinated with the COR.  Alltravel shall be conducted in accordance with Federal AcquisitionRegulation (FAR) 31.205-46 Travel Costs and shall be pre-approvedby the COR.  Anticipated travel destinations are identified inTable 1: 

Table 1 – Anticipated Travel Destinations 

Patuxent River, MD Austin, TXValley Forge, PA San Diego, CAOxnard, CA Washington Navy Yard,

Washington, DCPearl Harbor, HI OCONUS (U.K.)Norfolk/Virginia Beach, VA Newport, RIManassas, VA Wallops Island, VA

The Contractor shall submit trip reports following any travelunder this effort. (CDRL A005) 

C.5.2 Direct Charge of Materials and Equipment 

C.5.2.1 Materials and Equipment Costs 

During the performance of this task order, it may be necessaryfor the Contractor to procure materials or equipment (hereafterreferred “materials”) to respond to the mission requirementslisted in the Statement of Work (SOW).  This task order is issuedfrom a service contract and the procurement of materials of anykind that are not directly related to and necessary for contractperformance may be determined to be unallowable costs pursuant toFAR Part 31.  The term “material” includes supplies, parts,equipment, hardware, and Information Technology (IT) resourcesincluding hardware, services, and software.  Any materialprovided by the Contractor is subject to the requirements of the

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 34 of 119

 FINAL 

Page 38: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

FAR, DFARS, and the applicable Department of Navy regulations andinstructions.  Charges related to material costs may includegeneral and administrative (G&A) expenses, but shall not includefee or profit. 

C.5.2.2 Materials List 

The materials and equipment listed below are authorized forpurchase once the Contractor has complied with approvalrequirements as stated in Sections C.5.2.3 and C.5.2.4 below: 

Materials List 

-Software Licenses

-Hardware components (e.g. connectors, batteries, switches,cables, adapter, dongles, power supplies, fiber optic materials,amplifiers, wire assemblies, racks, transformers, circuitbreakers)

-Analysis and test equipment and tools

-Misc. cables, connectors, interface assemblies

Materials not fitting the description listed in this Section maynot be purchased and reimbursed as an Other Direct Cost to thiscontract unless mutually agreed to by both the Government and theContractor and subsequently added to the task order by contractmodification. 

C.5.2.3 Requiring Approvals for ODCs 

All purchases of materials, exceeding per individual purchase, and all Personal Protective Equipment (PPE), require COR approval prior to purchase.  As well as approval by the COR, prior written approval from the Procuring Contracting Officer(PCO) shall be required for all purchases of materials under the following circumstances: 

a. If the Contractor possesses an approved purchasing system, the following applies: 

1) A purchase of materials in accordance with what is stated in Section C.5.2.2 above that exceeds per individual purchase may NOT be executed unless the COR reviews the proposed purchase and the Contract Specialist issues an electronic written PCO approval. 

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 35 of 119

 FINAL

Page 39: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

b. If the Contractor does not possess an approved purchasingsystem, the following applies:

1) A purchase of materials in accordance with what is stated in Section C.5.2.2 above that equals or less per individual purchase may be executed with COR review and written approval. PCO approval is not required.

2) A purchase of materials in accordance with what is stated in Section C.5.2.2 above that exceeds per individual purchase may NOT be executed unless the COR the proposed purchase and the Contract Specialist issues an electronic written PCO approval.

c. Separate multiple purchases of amounts valued below thosethresholds stated in this section shall not be submitted tocircumvent the COR and PCO review and approval procedure.Splitting purchase requirements to defeat purchasing thresholdsshall not be approved.

C.5.2.4 Procedure for Obtaining COR/PCO Approval

To obtain COR and/or PCO approval, the Contractor shall:

a. Submit a written request for purchase of materials to the COR(email is acceptable). The COR shall review the request. If it isin accordance with the list above and requires PCO approval, theCOR shall submit the request via the Contract Specialist to thePCO for review and approval.

b. Minimum requirements for a written request for purchase are asfollows:

1) Complete description of the material to be purchased

2) Quantity

3) Unit and Total Cost

4) Delivery/Freight Charges

5) Any associated service charges such as assembly,configuration, packing, etc.

6) An explanation for the need for the material

7) List the competitive quotes received from potential suppliers

8) The basis for the selection of the selected supplier

9) Price reasonableness determination

10) If the procurement is sole sourced to a particular supplieror manufacturer, include the rationale for limiting the

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 36 of 119

 FINAL

Page 40: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

procurement to that supplier/manufacturer.

c. Once the COR and/or PCO have reviewed the request, theGovernment shall notify the Contractor of the outcome. Issues ordetails may be discussed with the Contract Specialist or the PCOuntil a final Government determination is made as to whether toapprove, modify, or reject the purchase. 

C.5.2.5 Disposition of Material 

Upon completion of the period of performance, all materialsassociated with this contract that were purchased by theContractor and not depleted during the performance of thecontract shall become the property of the Government. TheContractor shall transfer all materials not depleted to the CORby way of a Material Inspection and Receiving Report (DD Form250).  The Contractor’s Monthly Progress Report shall include acomplete list of all material purchased to date under thecontract. (CDRL A001)

C.5.2.6 Information Technology (IT) Resources

IT Resources shall not be purchased unless DOD and Navypurchasing procedures have been satisfied and approvals obtained.IT resources include personal computers (PC’s), laptops,printers, software, servers, hubs, routers, phones, fax machines,and any related maintenance, telecommunications, training, orother support services. All IT Resource Other Direct CostPurchases require COR and PCO approval regardless of the dollarvalue associated with the purchase. 

C.6  GOVERNMENT FURNISHED EQUIPMENT, INFORMATION, AND MATERIALS 

C.6.1  Government Furnished Office Space 

The Government will provide office space in NSWCDD spaces on afull-time basis for Contractor personnel.  Each office spaceshall include a desk, computer, chair, telephone, and printeraccess.  It is estimated that up to 23 spaces will be required atNSWCDD to support the work described in the SOW.  The laborcategories and numbers are shown in the Table 3.  (Note thatSoftware and Test categories may not be planned during the Baseyear of the contract). 

Table 3 – Contractor Office Space at NSWCDD 

Labor Category Base Year Option1

Option2

Option3

Option4

Senior Systems Engineer/Analyst 1 1 1 1 1Journeyman Technical Support 1 1 1 1 2

Journeyman Systems Test Engineer 0 1 1 1 2Junior Test Engineer 0 1 2 2 3

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 37 of 119

 FINAL 

Page 41: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

Senior Software Engineer 0 1 1 1 1Senior Software Test Engineer/Analyst 0 0.5 0.5 1 1

Journeyman Software Engineer 0 0 1 1 1Junior Software Engineer 0 10  10 11 11

Journeyman Software Test Engineer 0 1 1 1 1 TOTAL 2 16.5  18.5  20  23

 Government workspace will also be provided at the followinglocations in Table 4 at the time of award: 

Table 4 – Contractor Workspace at non-NSWCDD GovernmentLocations 

Labor Category # of Spaces LocationJourneyman LogisticsEngineer/Analyst

1 NAVAIR, Patuxent River, MD

Senior LogisticsEngineer/Analyst

1 PACFLT, Honolulu, HI

Senior LogisticsEngineer/Analyst

1 FFCOM, Norfolk, VA

Senior LogisticsEngineer/Analyst

1 NSWCDN, Dam Neck, VA

Journeyman LogisticsEngineer/Analyst

1 COFT, Norfolk VA

Principle LogisticsEngineer/Analyst

1 NAWDC N20 HQ, Fallon, NV

Due to the engineering teaming environment with Governmentemployees, access to laboratories and access to closed classifiedcomputing systems, the Contractor is not guaranteed a specificamount or schedule of laboratory/system time, and time grantedmay be scheduled at other than normal working hours. TheContractor shall be expected to adjust his work scheduleaccordingly. The Contractor shall adhere to all policiesgoverning the utilization of the laboratories. 

C.6.2 Government Furnished Materials

No Government Furnished Equipment (GFE) is expected to beprovided to the Contractor upon award of the contract, or duringthe term of the contract.  Any Government Furnished Information(GFI), if required by the individual or specific tasking, will beprovided to the Contractor for usage. 

C.6.3 Alternate Worksite

In accordance with the clause 5252.216-9122 Level of Effort – Alt1, individual Contractor personnel may perform up to 10% of theindividual’s assigned hours during a defined reporting period atan alternative worksite. In addition, due to the nature of thework, the following six (6)labor categories are not permitted: 

Senior Systems Test Analyst

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 38 of 119

 FINAL

Page 42: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

Senior Systems Test EngineerPrincipal Systems Test EngineerJourneyman Systems Test EngineerJourneyman Systems Test AnalystJunior Software EngineerJunior Test Engineer

C.7 MANDATORY REQUIREMENTS

In addition, mandatory requirements must be maintained throughoutthe life of the Task Order. The mandatory requirements are asfollows: 

Requirement 1:  Facility Security Clearance:

The Contractor’s primary facility for supporting this Task Orderis required to have a facility clearance of TOP SECRET and mustbe cleared at the SECRET level for both information processingand storage. 

Requirement 2:  Personnel Security Clearances:

All personnel providing technical support under this requirementmust possess clearances at the SECRET level or higher. Additionally, a minimum of one (1) Senior Cyber-Security SystemsEngineer/Analyst, a minimum of three(3) Senior LogisticsEngineer/Analysts (Norfolk, VA, Dam Neck, VA and Honolulu, HI) ,and a minimum of one (1) Journeyman Logistics Engineer/Analyst(Norfolk, VA) must possess a clearance at the TOP SECRET levelwith a Single Scope Background Investigation (SSBI) completed inthe last six years.  Interim clearances are acceptable for allclearance levels, except those that require IT Level Idesignation in the Joint Personnel Adjudication System (JPAS). 

The following labor categories require IT Level I designation inJPAS requiring either a completed SSBI investigation within thelast five years or initiation of SSBI upon award of the contract:

1. Senior Cyber-Security Systems Engineer/Analyst

2. Principal Cyber-Security Systems Engineer/Analyst

3. Journeyman Cyber-Security Systems Engineer/Analyst

Requirement 3: Sensitive Compartmented Information (SCI)Eligibility:

Once sponsored, the Offeror is required to obtain and maintainSCI eligibility. 

Requirement 4: Facility location:

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 39 of 119

 FINAL

Page 43: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

The Offeror’s primary facility must be located within 60 miles ofNSWCDD, Dahlgren, VA. 

Requirement 5: Professional Certifications

The Contractor shall ensure that personnel accessing informationsystems have the proper and current information assurancecertification to perform information assurance functions inaccordance with DoD 8570.01-M, Information Assurance WorkforceProgram.  The Contractor shall meet the applicable informationassurance certification requirements, including DoD-approvedinformation assurance workforce certifications appropriate foreach category and level as listed in the current version of DoD8570.01-M (or superseding documentation); and appropriateoperating system certification for information assurancetechnical positions as required by DoD 8570.01-M (or supersedingdocumentation). 

Personnel proposed in the following categories must possessprofessional certifications:

1. The Senior Cyber-Security Systems Engineer/Analyst positionshall have a DoD 8570.01M Information Assurance Management (IAM)Level I certification or higher, as well as an IT-Level 1Clearance. 

2. The Principal Cyber-Security Systems Engineer/Analystposition shall have a DoD 8570.01M Information AssuranceManagement (IAM) Level I certification or higher, as well as anIT-Level 1 Clearance. 

3. The Journeyman Cyber-Security Systems Engineer/Analystposition shall have an IAM Level I certification or higher, aswell as an IT-Level 1 Clearance. 

The baseline certification (per DoD 8570.01-M) is required atcontract award, and the operating system/operating environmentspecific certification must be achieved within six months aftercontract award. 

C.8  SECURITY

C.8.1 Personnel Clearance

Personnel providing direct technical support to this effort willbe required to have at a minimum a DoD SECRET clearance at timeof award.  Additionally, a minimum of one (1) Senior Cyber-Security Systems Engineer/Analyst, a minimum of three (3) SeniorLogistics Engineer/Analysts (Norfolk, VA, Dam Neck, VA, andHonolulu, HI), and a minimum of one (1) Journeyman LogisticsAnalyst (Norfolk, VA) must possess a clearance at the TOP SECRETlevel with a Single Scope Background Investigation (SSBI)

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 40 of 119

 FINAL

Page 44: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

completed in the last six years.  The Senior Cyber-SecuritySystems Engineer/Analyst, the Principal Cyber-Security SystemsEngineer/Analyst and the Journeyman Cyber-Security SystemsEngineer/Analyst labor categories require IT Level 1 designationin Joint Personnel Adjudication System (JPAS) requiring acompleted SSBI investigation within the last six years.  Interimclearances are acceptable for all clearance levels, except thosethat require IT Level I designation in the Joint PersonnelAdjudication System (JPAS). The Contractor will have access toinformation and compartments with a SECRET, TOP SECRET, and SCIclassification.  All deliverables associated with this contractare unclassified unless otherwise specified.  Access toclassified spaces and material and generation of classifiedmaterial shall be in accordance with the attached DD Form 254. The Department of Defense Contract Security ClassificationSpecification (DD Form 254) provides the security classificationrequirements for this Task Order. The Contractor shall obtainfacility and personnel security clearances as required by theDepartment of Industrial Security Program prior to starting towork on tasks requiring clearances.  Access to classified spacesand material and generation of classified material shall be inaccordance with the National Industrial Security ProgramOperating Manual (NISPOM) and the NSWCDD Command SecurityManual. 

C.8.2  Contractor Access 

The Contractor shall require access to Communications Security(COMSEC) and a COMSEC account in order to use crypto keyingmaterial.  Access to Non-SCI intelligence is needed in order toutilize intelligence documents related to foreign governmentweapons systems.  Access to SCI intelligence is required to workin Sensitive Compartmented Information Facility (SCIF) spaces andto review SCI documentation.  Access to North Atlantic TreatyOrganization (NATO) is required to obtain a Secret InternetProtocol Router Network (SIPRnet) account and to utilize theDefense Technical Information Center (DTIC) system to obtaindocuments on intelligence. Access to Foreign GovernmentInformation is required to obtain United Kingdom documents onspecific weapon systems.  For Official Use Only (FOUO) andPersonally Identifiable Information (PII) generated and/orprovided under this contract shall be safeguarded and marked asspecified in DoD 5400.7-R Chapters 3 and 4.  All above accessesare needed to support and provide the system engineering,software development, and maintenance of Navy tacticalinitiatives and spiral and baseline developments to supportNSWCDD.  In performing under this contract, the Contractor shallhave access to U.S. classified information outside the U.S.,Puerto Rico, U.S. Possessions, and Trust Territories:  UnitedKingdom onboard United Kingdom ships and platforms. In accordance

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 41 of 119

 FINAL 

Page 45: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

with (IAW) DOD/DON Cyber Security Workforce (CSWF) requirements,Contractorpersonnel assigned to an IT Level-I designatedposition with SECRET access shall be required to have a favorablyadjudicated SSBI completed every 6 years. Contractor personnelassigned to an IT Level-I designated position within JPAS shallnot charge to this Task Order in an IT Level-I labor categoryuntil either receiving a favorably adjudicated SSBI or NSWCDDCommand Security grants an emergency appointment waiver. Underthe emergency appointment process, an SSBI request will beinitiated by NSWCDD Command Security. The Contractor shall submitcompleted clearance packages within 10 calendar days followingcontract award or any identification of any increased securityrequirements. Certain Contractor personnel will require DoDDirective 8570.01M or its successorcertification(s)/qualifications to be maintained throughout theperformance of this contract. Section H will identify theContractor Labor Categories for which this requirement applies. 

C.8.3 Facility Clearance

The Contractor shall possess and maintain a TOP SECRET facilityclearance as verified within the Industrial Security FacilityDatabase, with a SECRET storage capability. 

C.8.4 Physical Security

The Contractor shall be responsible for safeguarding allGovernment information or property provided for Contractor use. At the end of each work period, Government information,facilities, equipment and materials shall be secured as specifiedby the NISPOM and the NSWCDD Command Security Manual.  SECRETstorage is required at the Contractor’s facility in order to meetrequirements of receiving and generating classified material inaccordance with this contract. 

C.8.5 Electronic Spillages

Electronic Spillages (ES) are unacceptable and pose a risk tonational security.  An electronic spillage is defined asclassified data placed on an information system (IS), media orhardcopy document possessing insufficient security controls toprotect the data at the required classification level, thusposing a risk to national security (e.g., sensitive compartmentedinformation (SCI) onto collateral, Secret onto Unclassified,etc).  The Contractor’s performance as it relates to ES will beevaluated by the Government.  ES reflects on the overall securityposture of NSWCDD and a lack of attention to detail with regardto the handling of classified information of IS securitydiscipline and will be reflected in the Contractor's performancerating.  In the event that a Contractor is determined to beresponsible for an ES, all direct and indirect costs incurred by

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 42 of 119

 FINAL

Page 46: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

the Government for ES remediation will be charged to theContractor. 

C.8.6 Electronic Spillage Responsibilities

NSWCDD Security will continue to be responsible for thecorrective action plan in accordance with the security guidancereflected on the DOD Contract Security ClassificationSpecification - DD254.  NSWCDD Security will identify theContractor facility and contract number associated with allelectronic spillages during the investigation that involveContractor support.  NSWCDD Security will notify the ContractsDivision with the Contractor facility name and contract number,incident specifics and associated costs for clean up.  TheContracting Officer will be responsible to work with theContractor Facility to capture the costs incurred during thespillage clean up.  The Contractor is also responsible for takingInformation Security Awareness training annually, via theirFacility Security Officer (FSO), as part of the mandatorytraining requirements.  If a spillage occurs additional trainingwill be required to prevent recurrence. 

C.8.7 Portable Electronic Devices (PEDs)

C.8.7.1

(a)Non-government and/or personally owned portable electronicdevices (PEDs) are prohibited in all NSWCDD buildings with theexception of personally owned cell phones which are authorizedfor use in spaces up to and including Controlled Access Areas.The Contractor shall ensure the onsite personnel remain compliantwith this PED policy. NSWCDD instruction defines PEDS as thefollowing: any electronic device designed to be easilytransported, with the capability to store, record, receive ortransmit text, images, video, or audio data in any format via anytransmission medium. PEDS include, but are not limited to,pagers, laptops, radios, compact discs and cassetteplayers/recorders. In addition, this includes removable storagemedia such as flash memory, memory sticks, multimedia cards andsecure digital cards, micro-drive modules, ZIP drives, ZIP disks,recordable CDs, DVDs, MP3 players, iPADs, digital picture frames,electronic book readers, kindle, nook, cameras, external harddisk drives, and floppy diskettes.

(b)Personal Wearable Fitness Devices (PWFDs) marketed primarilyas fitness or sleep devices are allowed in all Navy spaces wherecollateral non-Sensitive Compartmented Information (SCI),classified information is processed, stored, or discussed up toand including secret. User must ensure PWFD is compliant with allrequirements in NAVADMIN 216/15, Cyber Hygiene Authorization touse Personal Wearable Fitness Devices (e.g., Fitbit, Jawbone UP,

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 43 of 119

 FINAL

Page 47: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

etc.) in Navy Spaces, dated 14 September 2015 and register PWFDin the NSWCDD Fitness Device Tracker.

C.8.7.2  PEDs belonging to an external organization shall not beconnected to NSWCDD networks or infrastructure without priorapproval from the NSWCDD Information Assurance and ComplianceBranch, Code 1043. This approval will be granted using theTemporary Approval Request for Information Systems (TARIS) formand action tracker process. 

C.8.7.3  Personally owned hardware or software shall not beconnected or introduced to any NSWCDD hardware, network orinformation system infrastructure. 

C.8.8  Operations Security (OPSEC) 

C.8.8.1  All Contractors (including Sub-contractors) shallsupplement their current security practices by requiring anypersonnel involved in executing this contract to completeGovernment-sponsored and administered Operations Security (OPSEC)training.  In addition, all Contractors should be aware of theCritical Information List (CIL) for the department they aresupporting as well as the OPSEC plan for NSWCDD.  Upon contractaward, all identified Contractors (including Sub-contractors)shall sign a Contractor's conformance statement and submit it tothe NSWCDD COR named in block 13 of the attached DD-254 therebyacknowledging that they will meet the requirements of thiscontract. The COR shall contact their Department TrainingCoordinator to schedule key employees to attend the Government-sponsored OPSEC training.  The Contractor must immediately notifythe Government upon the discovery of any nonconformance with theOPSEC Plan.

C.8.9  Privacy Program Training

C.8.9.1  Privacy Program Training.  Privacy training is mandatoryfor all NSWCDD personnel (military, civilian, and Contractor) andmust be completed annually.  The Total Workforce ManagementSystem (TWMS) is the official database for workforce training andis the preferred tool for taking and recording privacy acttraining.  All NSWCDD personnel are responsible for ensuringindividual annual privacy training requirements are met.   

C.8.10 Visits by Foreign Nationals and Foreign Representatives 

C.8.10.1  Contract performance may require that the Contractorhost, at an off-base location, foreign nationals and/or foreignrepresentatives.  A foreign national is a person who is a citizenof a foreign nation, and who is not a citizen of the UnitedStates.  A foreign representative is a person who represents aforeign interest in dealings with the U.S. Government, eitherdirectly or through dealings with a U.S. Government Contractor. 

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 44 of 119

 FINAL 

Page 48: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

A foreign representative may be a United States citizen. 

C.8.10.1.1  A Contractor-hosted visit of a foreign national orforeign representative may be either an “official” visit or an“unofficial” visit.  An official visit is a visit where theforeign national or foreign representative is representing aforeign government in an official capacity.  An unofficial visitis a visit where the foreign national or foreign representativeis not representing a foreign government. 

C.8.10.1.2  A visit by a foreign national or a foreignrepresentative may be either “DoD Sponsored” or “Non-DoDSponsored”.  A DoD Sponsored visit is a visit that is coordinatedby a DoD entity.  A Non-DoD Sponsored visit is a visit that doesnot involve DoD coordination (A visit by either a foreignnational or a foreign representative pursuant to performance bythe Contractor under this contract is not considered to be, byitself, a sponsored visit). 

C.8.10.2 The Contractor hosting a visit by either a foreignnational or a foreign representative is responsible for adherenceto Department of Defense and Department of the Navy directives,instructions, regulations, and manuals that govern foreigndisclosure.  “Foreign Disclosure” is defined as the disclosure ofClassified Military Information (CMI) and Controlled UnclassifiedInformation (CUI) to foreign nationals and/or foreignrepresentatives.  Disclosure of such information may beaccomplished orally, visually, in writing, or by any othermedium. 

C.8.10.2.1 Classified Military Information (CMI).  This isinformation that is originated by or for the Department ofDefense, or a Military Department, or an entity under itsjurisdiction and control, and which requires protection in theinterest of national security.  Such information is designated asTOP SECRET, SECRET, or CONFIDENTIAL. 

C.8.10.2.2 Controlled Unclassified Information (CUI).  This isinformation that although unclassified is subject to access ordistribution limitations in accordance with statute orregulation.  Included is information exempt from mandatoryrelease to the public under the Freedom of Information Act, orinformation that is subject to export control. 

C.8.10.3 Naval Surface Warfare Center Dahlgren Division (NSWCDD)Foreign National Visitor and Foreign Disclosure Applicationprocess.  The NSWCDD has established a foreign national visitorapproval and foreign disclosure process.   Whenever, pursuant tothe terms of this contract, a visit to a Contractor facility orContractor workspace by a foreign national or foreignrepresentative is anticipated, and one or more NSWCDD employees

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 45 of 119

 FINAL 

Page 49: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

will be in attendance at this visit/meeting for the purpose ofpotential discussions, above the public release level, resultingin disclosure of either CMI or CUI, a completed “NSWCDD ForeignNational Visitor and Foreign Disclosure Application” e-form mustbe supplied to the Contractor’s FSO.  The accountable NSWCDDpersonnel attending the meeting must ensure that the NSWCDDdisclosure process has been complied with and an approved copy ofthe “NSWCDD Foreign National Visitor and Foreign DisclosureApplication” generated e-form has been provided to the COR andthe Contractor’s FSO.  The Contractor’s FSO should ensure thatapproved copies of the e-form are maintained at their facility asa record of compliance with requirements set forth in the NISPOMas well as the requirements set forth above. 

C.9  ON-SITE ENVIRONMENTAL AWARENESS 

C.9.1 The Contractor shall strictly adhere to all Federal, Stateand local laws and regulations, Executive Orders, and Departmentof Defense and Navy policies.  

C.9.2 The Contractor shall ensure that each Contractor employeewho has been or will be issued a Common Access Card (CAC)completes the annual NSWCDD Environmental Awareness Training(EAT) within 30 days of commencing contract performance andannually thereafter as directed by their NSWCDD trainingcoordinator or their COR. 

C.9.3 The Contractor shall ensure that each Contractor employeenot required to complete the training described in C.9.2 above(i.e., those who do not have and will not be issued a CAC) readsthe NSWCDD Environmental Policy Statement within 30 days ofcommencing contract performance. This document will be availablefrom the COR, however, the policy is also provided on thepublicly-available NSWCDD website, https://wwwdd.nmci.navy.mil/program/Safety_and_Environmental_Office.

C.9.4 Within 30 days of commencing contract performance, theContractor shall certify by e-mail to their COR that therequirements captured by C.9.2 and C.9.3 above have been met. The e-mail shall include each employee name and work site andshall indicate which requirement—C.9.2 or C.9.3 above--eachemployee has satisfied. 

C.9.5 Contractor copies of the records generated by the actionsdescribed in C.9.2 and C.9.3 above will be maintained anddisposed of by the Contractor in accordance with Secretary ofNavy Instruction (SECNAVINST) 5210.8D.  

C.10 ON-SITE SAFETY REQUIREMENTS  

C.10.1  The Contractor shall strictly adhere to FederalOccupational Safety and Health Agency (OSHA) Regulations,

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 46 of 119

 FINAL 

Page 50: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

Environmental Protection Agency (EPA) Regulations, and allapplicable state and local requirements. 

C.10.2  The Contractor shall ensure that each Contractor employeereads the document entitled, "Occupational Safety and Health(OSH) Policy Statement" within 30 days of commencing performanceat NSWCDD. This document is available at:https://wwwdd.nmci.navy.mil/program/Safety_and_Environmental_Office/Safety/Safety.html 

C.10.3  The Contractor shall provide each Contractor employeewith the training required to do his/her job safely and incompliance with applicable regulations.  The Contractor shalldocument and provide, upon request, qualifications,certifications, and licenses as required.   

C.10.4 The Contractor shall provide each Contractor employee withthe personal protective equipment required to do their job safelyand in compliance with all applicable regulations. 

C.10.5  Contractors working with ionizing radiation (radioactivematerial or machine sources) must comply with NAVSEA S0420-AA-RAD-010 (latest revision) [provided upon request]. Prior tobringing radioactive materials or machine sources on base, theContractor must notify the Command Radiation Safety Officer inthe Safety & Environmental Office. 

C.10.6 The Contractor shall ensure that all hazardous materials(hazmat) procured for NSWCDD are procured through or approvedthrough the hazmat procurement process. Hazmat brought intoNSWCDD work spaces shall be reviewed and approved by the Safety &Environmental Office prior to use by submitting an Authorized UseList addition form and Safety Data Sheet that shall be routedthrough the Government supervisor responsible for the specificwork area. The Authorized Use List addition form can be found athttps://wwwdd.nmci.navy.mil/program/Safetyand_Environmental_Office/. 

C.10.7  Upon request the Contractor shall submit their OSHA 300Logs (injury/illness rates) for review by the Safety Office.  Ifa Contractor's injury/illness rates are above the Bureau of Labor& Statistics industry standards, a safety assessment will beperformed by the Safety Office to determine if any administrativeor engineering controls can be utilized to prevent furtherinjuries/illnesses, or if any additional PPE or training will berequired.

C.10.8  Applicable Contractors shall submit Total Case IncidentRate (TCIR) and Days Away, Restricted and Transfer (DART) ratesfor the past three years upon request by the Safety Office.  AContractor meets the definition of applicable if its employees

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 47 of 119

 FINAL 

Page 51: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

worked 1,000 hours or more in any calendar quarter on site and where oversight is not directly provided in day to day activities by the command

C.10.9  The Contractor shall report all work-relatedinjuries/illnesses that occurred while working at NSWCDD to the Safety Office. 

C.10.10  The Contractor shall ensure that all on-site Contractor work at NSWCDD is in accordance with the NSWCDDINST 5100.1D Occupational Safety and Health Instruction, availableat:https://wwwdd.nmci.navy.mil/program/Safety_and_Environmental_Office/Safety/Safety.html 

C.11 Labor Tripwire Justifications

C.11.1  The Contractor shall advise the COR and the Contract Specialist, by email, if the pending addition of any individual (Key or non-Key) will be at a fully loaded labor rate that exceeds the labor tripwire amount in a contract labor category with no previous tripwire approval.  If the contract labor category has not been approved, the Contractor may not proceed with the addition until he is advised by the Contract Specialist that the request has been approved. 

C.11.2  The Contractor’s request shall include: the proposed individual’s resume, labor hourly rate build-up, labor hours per work year, detailed justification for the addition of the particular individual based on his/her technical expertise and projected technical impact on the Task Order/Technical Instruction.  If the individual is a subcontractor or consultant, the rate build-up shall include the Prime Contractor’s pass through rate. 

C.11.3 Currently, the labor tripwire is per hour, regardless of the number of labor hours the proposed individual will work.  The Contractor will be advised of any changes to this tripwire level that occur during performance. 

C.12 SHIPBOARD PROTOCOL

C.12.1 This tasking may involve platform engineering and fleet support onboard ship. As such, the offeror is reminded of his responsibility to assure that shipboard protocol is stringently followed. Specifically, visit clearances must be arranged through the Government sponsor and must be forwarded to the individual command being visited as well as to all supporting commands, such as the base, squadron, tender, etc. that the visitor must pass through to get to the ship; the Contractor is responsible for obtaining and maintaining specialized training (i.e. nuclear awareness, safety, quality control, etc.) and certification (i.e.

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 48 of 119

 FINAL

Page 52: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

SUBSAFE certificates etc.); personnel performing on board US NavyShips must have at least a Secret Security Clearance; if not ledby a Government representative the Contractor is responsible forbriefing the ship/command upon arrival; and the Contractor isresponsible for debriefing the ship/command upon departure toinclude operational status of the equipment.  

C.12.2  The Contractor shall ensure its personnel adhere to theserequirements when performing shipboard tasking. Compliance shallbe reported in the trip report.  

C.12.3  All assigned personnel must possess at least a SECRETSecurity Clearance.  

C.12.4  All personnel, while shipboard, shall conform to therules and regulations of the ship. It is the responsibility ofthe Contractor to determine the proper rules, regulations,actions, policy and procedures.  

C.12.5  Alarms - actual or drill shall be reported and proceduresappropriately adhered.  

C.12.6  Safety - hardhats, tag-outs, safety shoes, goggles,safety harnesses, etc., as appropriate shall be utilized. 

C.12.7   Some shipboard tasking may require ascending anddescending vertical ladders to and from the highest points of theship both pier side and underway.  

C.12.8   Must be able stand; walk; climb stairs; balance; stoop;kneel; crouch or crawl around and lift a maximum of 50 lbs(single person) in the test environment.  

C.12.9   HAZMAT - Bringing hazardous materials aboard, usinghazardous materials is strictly prohibited.  

C.12.10  The designated team lead shall, upon arrival, brief theCommanding Officer or his/her designated representative as to thepurpose of the visit and expected duration.  

C.12.11  The designated team lead shall, upon final departure,debrief the Commanding Officer or his/her designatedrepresentative as to the success of the tasking and theoperational condition of affected equipment.  

C.12.12  The Contractor shall comply withCOMUSFLTFORCOM/COMPACFLT INSTRUCTION 6320.3A regarding themedical and dental screening of all personnel that may embarkaboard any U.S. Navy vessel.  

C.12.13  The Contractor shall be ensure that repair andmaintenance employees working aboard vessels, dry docks and piersshall have a valid 10 hour OSHA Maritime Shipyard Employment

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 49 of 119

 FINAL 

Page 53: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

Course #7615 completion card within 60 days of employment. 

C.13 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION(ECMRA) 

The Contractor shall report Contractor labor hours (includingsubcontractor labor hours) required for performance of servicesprovided under this contract for the Naval Surface WarfareCenter, Dahlgren Division via a secure data collection site.Contracted services excluded from reporting are based on ProductService Codes (PSCs). The excluded PSCs are:

(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facilities;

(3) Y, Construction of Structures and Facilities;

(4) S, Utilities ONLY;

(5) V, Freight and Shipping ONLY. 

The Contractor is required to completely fill in all requireddata fields using the following web addresshttps://doncmra.nmci.navy.mil. 

Reporting inputs will be for the labor executed during the periodof performance during each Government FY, which runs October 1through September 30. While inputs may be reported any timeduring the FY, all data shall be reported no later than October31 of each calendar year. Contractors may direct questions to thehelp desk, linked at https://doncmra.nmci.navy.mil.

C.14 ELECTRONIC COST REPORTING AND FINANCIAL TRACKING (eCRAFT)

(a) The Contractor shall upload the Contractor’s Funds andMan-hour Expenditure Reports in the Electronic Cost Reporting andFinancial Tracking (eCRAFT).

(1) Access:

eCRAFT: Reports are uploaded through the eCRAFT System PeriodicReport Utility (EPRU). The EPRU spreadsheet and user manual canbe obtained at: 

http://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Newport/Partnerships/Commercial-Contracts/Information-eCraft-/undereCRAFT 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 above.

(2) Submission and Acceptance/Rejection:

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 50 of 119

 FINAL 

Page 54: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

The Contractor shall submit their reports on the same day and forthe same timeframe the Contractor submits an invoice in iRAPT.The amounts shall be same. eCRAFT acceptance/rejection will beindicated by e-mail notification from eCRAFT.

C.15 NON-DISCLOSURE AGREEMENTS (NDAs)

NDAs may be utilized to allow for access to company sensitive andproprietary data. For tasks requiring NDAs, the Contractor shallobtain appropriate agreements for all of their employees that areassociated with the task requiring such an agreement.

Contractor personnel may be required, from time to time, to signnon-disclosure statements as applicable to specific to theStatement of Work tasking. The COR will notify the Contractorof the number and type of personnel that will need to sign theNon-Disclosure agreements. The signed Non-Disclosure Agreementsshall be executed prior to accessing data or providing supportfor information that must be safeguarded and returned to the CORfor endorsement and retention. Copies of all executed NDAs shallbe provided to the COR and the Contracting Officer.

C.16 NON-PERSONAL SERVICES/INHERENTLY GOVERNMENTAL FUNCTIONS

C.16.1 The Government will neither supervise Contractor employeesnor control the method by which the Contractor performs therequired tasks. Under no circumstances shall the Governmentassign tasks to, or prepare work schedules for, individualContractor employees. It shall be the responsibility of theContractor to manage its employees and to guard against anyactions that are of the nature of personal services or give theperception that personal services are being provided. If theContractor feels that any actions constitute, or are perceived toconstitute personal services, it shall be the Contractor'sresponsibility to notify the Contracting Officer immediately.

C.16.2 Inherently-Governmental functions are not within the scopeof this Task Order. Decisions relative to programs supported bythe Contractor shall be the sole responsibility of theGovernment. The Contractor may be required to attend technicalmeetings for the Government;however, they are not, under anycircumstances, authorized to represent the Government or give theappearance that they are doing so.

C.17 DIGITAL DELIVERY OF DATA

C.17.1 Delivery by the Contractor to the Government of certaintechnical data and other information is now frequently requiredto be made in digital form rather than in hardcopy form. Themethod of delivery of such data and/or other information (i.e.,in electronic, digital, paper hardcopy, or other form) shall notbe deemed to affect in any way either the identity of the

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 51 of 119

 FINAL 

Page 55: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

information (i.e., as “technical data” or “computer software”) orthe Government’s and the Contractor’s respective rightstherein.  

C.17.2 Whenever technical data and/or computer softwaredeliverables required by this contract are to be delivered indigital form, any authorized, required, or permitted markingsrelating to the Government’s rights in and to such technical dataand/or computer software must also be digitally included as partof the deliverable and on or in the same medium used to deliverthe technical data and/or software. Such markings must be clearlyassociated with the corresponding technical data and/or computersoftware to which the markings relate and must be included insuch a way that the marking(s) appear in human-readable form whenthe technical data and/or software is accessed and/or used. Suchmarkings must also be applied in conspicuous humanreadable formon a visible portion of any physical medium used to effectdelivery of the technical data and/or computer software. Nothingin this paragraph shall replace or relieve the Contractor’sobligations with respect to requirements for marking technicaldata and/or computer software that are imposed by otherapplicable clauses such as, where applicable and withoutlimitation, DFARS 252.227-7013 and/or DFARS 252.227-7014.  

C.17.3 Digital delivery means (such as but not limited toInternet tools, websites, and shared networks) sometimes require,as a condition for access to and/or use of the means, anagreement by a user to certain terms, agreements, or otherrestrictions such as but not limited to “Terms of Use,” licenses,or other restrictions intended to be applicable to theinformation being delivered via the digital delivery means. TheContractor expressly acknowledges that, with respect todeliverables made according to this contract, no such terms,agreements, or other restrictions shall be applicable to orenforceable with respect to such deliverables unless such terms,agreements, or other restrictions expressly have been accepted inwriting by the Procuring Contracting Officer; otherwise, theGovernment’s rights in and to such deliverables shall be governedexclusively by the terms of this Task Order.

C.18 POST AWARD MEETINGS 

A Post Award Meeting with the successful Offeror will beconducted within 15 working days after award of the contract. Themeeting will be held at a To Be Determined (TBD) location inDahlgren, VA. The Contractor will be given at least five workingdays’ notice prior to the date of the meeting by the ContractSpecialist. The requirement for a Post Award meeting shall, in noevent, constitute grounds for excusable delay by the Contractorin performance of any provisions of the Task Order. A second postaward meeting may, if necessary, be held after the receipt of the

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 52 of 119

 FINAL 

Page 56: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

first invoice to assure that adequate documentation has beenreceived to substantiate the validity of the invoice for thestated Period of Performance, in accordance with FAR252.232-7006. The Contractor will be given at least five workingdays’ notice prior to the date of the meeting by the ContractSpecialist.

C.19 SUB-CONTRACTORS/CONSULTANTS

In addition to the information required by FAR 52.244-2 Alternate1 (JUN 2007), the Contractor shall include the followinginformation in requests to add Sub-contractors or Consultantsduring performance, regardless of subcontract type or pricingarrangement.

(1) Clearly present the business case for the addition of theSub-contractor/Consultant,

(2) If applicable, the impact on subcontracting goals, and

(3) Impact on providing support at the contracted value. 

C.20 CONTROL OF CONTRACTOR PERSONNEL

The Contractor shall comply with the requirements of NAVSEA andNSWCDD instructions regarding performance in Governmentfacilities. All persons engaged in work while on Governmentproperty shall be subject to search of their persons (no bodilysearch) and vehicles at any time by the Government, and shallreport any known or suspected security violations to theappropriate Security Department. Assignment, transfer, andreassignment of Contractor personnel shall be at the discretionof the Contractor. However, when the Government directs,theContractor shall remove from contract performance any person whoendangers life, property,or national security through improperconduct. All Contractor personnel engaged in work while onGovernment property shall be subject to the Standards of Conductcontained in SECNAVINST 5370.2J.

C.21 CONTRACTOR IDENTIFICATION

C.21.1 The Contractor shall be required to obtain identificationbadges from the Government for all Contractor personnel requiringregular access to Government property. The identification badgeshall be visible at all times while employees are on Governmentproperty. The Contractor shall furnish all requested informationrequired to facilitate issuance of identification badges andshall conform to applicable regulations concerning the use andpossession of the badges. The Contractor shall be responsible forensuring that all identification badges issued to Contractoremployees are returned to the appropriate Security Office within48 hours following completion of the Task Order, relocation or

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 53 of 119

 FINAL 

Page 57: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

termination of an employee, and upon request by the ProcuringContracting Officer.

C.21.2 All Contractor personnel shall identify their companyaffiliation when answering or making telephone calls and sendingemail and when attending meetings where Government personnel orrepresentatives from other Contractor personnel are present.

C.22 SKILLS AND TRAINING

The Contractor shall provide capable personnel withqualifications, experience levels, security clearances, andnecessary licenses, certifications, and training required byFederal, State and Local laws and regulations. Informationassurance functions require certifications specified in DFARS252.223-7001 INFORMATION ASSURANCE Contractor TRAINING ANDCERTIFICATION. Training necessary to ensure that personnelperforming under this Task Order maintain the knowledge andskills to successfully perform the required functions is theresponsibility of the Contractor. Training necessary to maintainprofessional certification is the responsibility of theContractor.

C.23 INFORMATION SECURITY AND COMPUTER SYSTEM USAGE

In accordance with U.S. Navy policy, any personnel, including theContractor, who utilizes DOD-owned systems, shall assumeresponsibility for adherence to restrictions regarding internetand email usage. Navy policy prohibits racist, sexist,threatening, pornographic, personal business, subversive orpolitically partisan communications. All personnel, including theContractor, are accountable and must act accordingly. DODcomputer systems are monitored to ensure that the use isauthorized, to facilitate protection against unauthorized access,and to verify security procedures, survivability and operationalsecurity. During monitoring, information may be examined,recorded, copied, and used for authorized purposes. Allinformation, including personal information, placed on or sentover a DOD system may be monitored. Use of a DOD systemconstitutes consent to monitoring. Unauthorized use may result incriminal prosecution. Evidence of unauthorized use collectedduring monitoring may be used as a basis for recommendedAdministrative, criminal or adverse action.

C.24 NOTIFICATION OF POTENTIAL ORGANIZATIONAL CONFLICT(S) OFINTEREST

Offerors are reminded that certain arrangements may preclude,restrict or limit participation, in whole or in part, as either aSub-contractor or as a Prime Contractor under this competitiveprocurement. Notwithstanding the existence or non-existence of anOCI clause in the current contract, the Offeror shall comply with

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 54 of 119

 FINAL 

Page 58: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

FAR 9.5 and identify if an OCI exists at any tier or arises atany tier at any time during contract performance. The Contractorshall provide notice within 14 days of receipt of any informationthat may indicate a potential OCI and how they shall mitigatethis.

C.25 CONTRACT CLAUSES

HQ C-1-0001 ITEM(S) - DATA REQUIREMENTS (NAVSEA) (SEP 1992)

The data to be furnished hereunder shall be prepared inaccordance with the Contract Data Requirements List, DD Form1423, Exhibit(s) (A), attached hereto.

HQ C-2-0002 ACCESS TO PROPRIETARY DATA OR COMPUTER SOFTWARE

(NAVSEA) (JUN 1994)

(a) Performance under this contract may require that theContractor have access to technical data, computer software, orother sensitive data of another party who asserts that such dataor software is proprietary. If access to such data or software isrequired or to be provided, the Contractor shall enter into awritten agreement with such party prior to gaining access to suchdata or software. The agreement shall address, at a minimum, (1)access to, and use of, the proprietary data or softwareexclusively for the purposes of performance of the work requiredby this contract, and (2) safeguards to protect such data orsoftware from unauthorized use or disclosure for so long as thedata or software remains proprietary. In addition, the agreementshall not impose any limitation upon the Government or itsemployees with respect to such data or software. A copy of theexecuted agreement shall be provided to the Contracting Officer.The Government may unilaterally modify the contract to list thosethird parties with which the Contractor has agreement(s).

(b) The Contractor agrees to: (1) indoctrinate its personnel whowill have access to the data or software as to the restrictionsunder which access is granted; (2) not disclose the data orsoftware to another party or other Contractor personnel except asauthorized by the Contracting Officer; (3) not engage in anyother action, venture, or employment wherein this informationwill be used, other than under this contract, in any mannerinconsistent with the spirit and intent of this requirement; (4)not disclose the data or software to any other party, including,but not limited to, joint venturer, affiliate, successor, orassign of the Contractor; and (5) reproduce the restrictivestamp, marking, or legend on each use of the data or softwarewhether in whole or in part.

(c) The restrictions on use and disclosure of the data andsoftware described above also apply to such information received

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 55 of 119

 FINAL 

Page 59: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

from the Government through any means to which the Contractor hasaccess in the performance of this contract that containsproprietary or other restrictive markings.

(d) The Contractor agrees that it will promptly notify theContracting Officer of any attempt by an individual, company, orGovernment representative not directly involved in the effort tobe performed under this contract to gain access to suchproprietary information. Such notification shall include the nameand organization of the individual, company, or Governmentrepresentative seeking access to such information.

(e) The Contractor shall include this requirement in subcontractsof any tier which involve access to information covered byparagraph (a), substituting "Sub-contractor" for "Contractor"where appropriate.

(f) Compliance with this requirement is a material requirement ofthis contract.

HQ C-2-0011 COMPUTER SOFTWARE AND/OR COMPUTERDATABASE(S)DELIVERED TO AND/OR RECEIVED FROM THE GOVERNMENT(NAVSEA) (APR 2004) 

(a) The Contractor agrees to test for viruses all computersoftware and/or computer databases, as defined in the clauseentitled "RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE ANDNONCOMMERCIAL COMPUTER SOFTWARE DOCUMENTATION" (DFARS252.227-7014), before delivery of that computer software orcomputer database in whatever media and on whatever system thesoftware is delivered. The Contractor warrants that any suchcomputer software and/or computer database will be free ofviruses when delivered.

(b) The Contractor agrees to test any computer software and/orcomputer database(s) received from the Government for virusesprior to use under this contract.

(c) Unless otherwise agreed in writing, any license agreementgoverning the use of any computer software to be delivered as aresult of this contract must be paid-up and perpetual, or sonearly perpetual as to allow the use of the computer software orcomputer data base with the equipment for which it is obtained,or any replacement equipment, for so long as such equipment isused. Otherwise the computer software or computer database doesnot meet the minimum functional requirements of this contract. Inthe event that there is any routine to disable the computersoftware or computer database after the software is developed foror delivered to the Government, that routine shall not disablethe computer software or computer database until at leasttwenty-five calendar years after the delivery date of theaffected computer software or computer database to the

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 56 of 119

 FINAL 

Page 60: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

Government.

(d) No copy protection devices or systems shall be used in anycomputer software or computer database delivered under thiscontract to restrict or limit the Government from making copies.This does not prohibit license agreements from specifying themaximum amount of copies that can be made.

(e) Delivery by the Contractor to the Government of certaintechnical data and other data is now frequently required indigital form rather than as hard copy. Such delivery may causeconfusion between data rights and computer software rights. It isagreed that, to the extent that any such data is computersoftware by virtue of its delivery in digital form, theGovernment will be licensed to use that digital-form data withexactly the same rights and limitations as if the data had beendelivered as hard copy.

(f) Any limited rights legends or other allowed legends placed bya Contractor on technical data or other data delivered in digitalform shall be digitally included on the same media as thedigital-form data and must be associated with the correspondingdigital-form technical data to which the legends apply to theextent possible. Such legends shall also be placed in humanreadable form on a visible surface of the media carrying thedigital-form data as delivered, to the extent possible.

HQ C-2-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL2000)

(a) "Organizational Conflict of Interest" means that because ofother activities or relationships with other persons, a person isunable or potentially unable to render impartial assistance oradvice to the Government, or the person's objectivity inperforming the contract work is or might be otherwise impaired,or a person has an unfair competitive advantage. "Person" as usedherein includes Corporations, Partnerships, Joint Ventures, andother business enterprises.

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

(c) It is recognized that the effort to be performed by theContractor under this contract may create a potentialorganizational conflict of interest on the instant contract or ona future acquisition. In order to avoid this potential conflictof interest, and at the same time to avoid prejudicing the bestinterest of the Government, the right of the Contractor toparticipate in future procurement of equipment and/or servicesthat are the subject of any work under this contract shall be

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 57 of 119

 FINAL 

Page 61: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

limited as described below in accordance with the requirements ofFAR 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 informationprovided to the Contractor by the Government during or as aresult of performance of this contract. Such informationincludes, but is not limited to, information submitted to theGovernment on a confidential basis by other persons. Further, theprohibition against release of Government provided informationextends to cover such information whether or not in its originalform, e.g., where the information has been included in Contractorgenerated work or where it is discernible from materialsincorporating or based upon such information. This prohibitionshall not expire after a given period of time.

(2) The Contractor agrees that it shall not release, disclose, oruse in any way that would permit or result in disclosure to anyparty outside the Government any information generated or derivedduring or as a result of performance of this contract. Thisprohibition shall expire after a period of three years aftercompletion of performance of this contract.

(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2)shall apply with equal force to any affiliate of the Contractor,any Sub-contractor, Consultant, or employee of the Contractor,any joint venture involving the Contractor, any entity into orwith which it may merge or affiliate, or any successor or assignof the Contractor. The terms of paragraph (f) of this SpecialContract Requirement relating to notification shall apply to anyrelease of information in contravention of this paragraph (d).

(e) The Contractor further agrees that, during the performance ofthis contract and for a period of three years after completion ofperformance of this contract, the Contractor, any affiliate ofthe Contractor, any Sub-contractor, Consultant, or employee ofthe Contractor, any joint venture involving the Contractor, anyentity into or with which it may subsequently merge or affiliate,or any other successor or assign of the Contractor, shall notfurnish to the United States Government, either as a PrimeContractor or as a Sub-contractor, or as a Consultant to a PrimeContractor or Sub-contractor, any system, component or serviceswhich is the subject of the work to be performed under thiscontract. This exclusion does not apply to any recompetition forthose systems, components or services furnished pursuant to thiscontract. As provided in FAR 9.505-2, if the Government procuresthe system, component, or services on the basis of workstatements growing out of the effort performed under thiscontract, from a source other than the Contractor,Sub-contractor, affiliate, or assign of either, during the courseof performance of this contract or before the three year period

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 58 of 119

 FINAL 

Page 62: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

following completion of this contract has lapsed, the Contractormay, with the authorization of the cognizant Contracting Officer,participate in a subsequent procurement for the same system,component, or service. In other words, the Contractor may beauthorized to compete for procurement(s) for systems, componentsor services subsequent to an intervening procurement.

(f) The Contractor agrees that, if after award, it discovers anactual or potential organizational conflict of interest, it shallmake immediate and full disclosure in writing to the ContractingOfficer. The notification shall include a description of theactual or potential organizational conflict of interest, adescription of the action which the Contractor has taken orproposes to take to avoid, mitigate, or neutralize the conflict,and any other relevant information that would assist theContracting Officer in making a determination on this matter.Notwithstanding this notification, the Government may terminatethe 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 wasaware, or should have been aware, of an organizational conflictof interest prior to the award of this contract or becomes, orshould become, aware of an organizational conflict of interestafter award of this contract and does not make an immediate andfull disclosure in writing to the Contracting Officer, theGovernment may terminate this contract for default.

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

(i) The Contracting Officer's decision as to the existence ornonexistence of an actual or potential organizational conflict ofinterest shall be final.

(j) Nothing in this requirement is intended to prohibit orpreclude the Contractor from marketing or selling to the UnitedStates Government its product lines in existence on the effectivedate of this contract; nor, shall this requirement preclude theContractor from participating in any research and development ordelivering any design development model or prototype of any suchequipment. 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 or advise theGovernment concerning its own products or activities or those ofa competitor in order to ensure proper safeguards exist toguarantee objectivity and to protect the Government's interest.

(l) The Contractor shall include this requirement in subcontracts

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 59 of 119

 FINAL 

Page 63: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

of any tier which involve access to information orsituations/conditions covered by the preceding paragraphs,substituting "Sub-contractor" for "Contractor" where appropriate.

(m) The rights and remedies described herein shall not beexclusive and are in addition to other rights and remediesprovided by law or elsewhere included in this contract.

(n) Compliance with this requirement is a material requirement ofthis contract.

USE OF INFORMATIONS SYSTEM (IS) RESOURCES

Contractor Provision of IS Resources

Except in special circumstances explicitly detailed elsewhere inthis document, the Contractor shall provide all IS resourcesneeded in the performance of this contract. This includescomputers, software, networks, certificates, and networkaddresses.

Contractor Use of NSWCDD IS Resources

In the event that the Contractor is required to have access toNSWCDD IS resources, the login name used for access shall conformto the NMCI login naming convention. If the Contractor requiresaccess to applications/systems that utilize client certificatesfor authentication, the Contractor is responsible for obtainingrequisite certificates from a DOD or External CertificateAuthority. If this contract requires that the Contractor begranted access and use of NSWCDD IS resources (at any site), theIS shall be accredited for Contractor use in accordance withprocedures specified by the Information Assurance Office.

Connections Between NSWCDD and Contractor Facilities

If there is a requirement (specifically delineated elsewhere inthis contract) for interconnection (e.g., link level or VirtualPrivate Network (VPN)) between any facilities and/or ISs owned oroperated by the Contractor and ISs owned or operated by NSWCDD,such interconnection shall take place only after approval fromthe NSWCDD Information Assurance Office. All such connections aswell as the ISs connected thereto will be accredited inaccordance with DOD policy (DODI 5200.40) by the cognizantDesignated Approving Authority (DAA) and comply with the currentrequirements of CJCSI 6211.02 regarding Memorandums of Agreement.All such connections will be made outside the appropriate NSWCDDfirewall

TERMINATION OF EMPLOYEES WITH NSWCDD BASE ACCESS

(a) The Contractor shall insure that all employees who have aCommon Access Card (CAC) turn in the CAC immediately upon

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 60 of 119

 FINAL 

Page 64: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

termination of their employment under this order. The aboverequirement shall be made a part of the standard employeefacility clearance procedures for all separated personnel. TheContractor shall advise NSWCDD Physical Security of all changesin their contract personnel requiring NSWCDD base access.

(b) For involuntarily separated personnel and those separatedunder adverse circumstances, the Contractor shall notify NSWCDDPhysical Security in advance of the date, time and location wherethe NSWCDD representative may physically retrieve the CAC priorto the employee departing the Contractor’s facility. In the eventthe employee is separated in his or her absence,the Contractorshall immediately notify NSWCDD Physical Security of theseparation and make arrangements between the former employee andNSWCDD Physical Security for the return of the CAC.

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 61 of 119

 FINAL 

Page 65: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

SECTION D PACKAGING AND MARKING

D.1 HQ D-1-0001 PACKAGING OF DATA 

Data to be delivered by Integrated Digital Environment (IDE) orother electronic media shall be as specified in the Contract. 

All unclassified data to be shipped shall be prepared forshipment in accordance with best commercial practice. 

Classified reports, data, and documentation shall be prepared forshipment in accordance with National Industrial Security ProgramOperating Manual (NISPOM), DOD 5220.22-M dated 28 February 2006with Change 1 dated 28 March 2013. 

D.2 HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990) 

All reports delivered by the Contractor to the Government underthis Contract shall prominently show on the cover of the report: 

(1) Name and business address of the Contractor

(2) Contract number

(3) Contract dollar amount

(4) Whether the contract was competitively or non-competitivelyawarded

(5) Sponsor: 

________________________________________________________

(Name of Individual Sponsor)

________________________________________________________

(Name of Requiring Activity)

________________________________________________________

(City and State) 

All Deliverables shall be packaged and marked IAW Best CommercialPractice.

 

 

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 62 of 119

 FINAL 

Page 66: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

SECTION E INSPECTION AND ACCEPTANCE

E.1 HQ E-1-0001 INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA 

Items 7099-7499 -  Inspection and acceptance of all data shall beas specified on the attached Contract Data Requirements List(s),DD Form 1423. 

E.2 HQ E-1-0003 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATIONDELIVERIES 

Items 9000-9400 -  Inspection and acceptance shall be made atdestination by a representative of the Government. 

E.3 HQ E-1-0007 INSPECTION AND ACCEPTANCE LANGUAGE FOR LOESERVICES  

Items 7000-7400 – Inspection and acceptance shall be made by theContracting Officer’s Representative (COR)or a designatedrepresentative of the Government.

E.4 PERFORMANCE TASK ORDER REVIEW AND ACCEPTANCE PROCEDURES - THEQUALITY ASSURANCE SURVEILLANCE PLAN (QASP) 

E.4.1 The Contractor’s performance in each of the work areas ofStatement of Work will be continually monitored in conjunctionwith the Contractor Performance Assessment Reporting System(CPARS) and the criteria set forth below. The results of thisevaluation will factor into the Government’s Option Exercisedetermination and will be included in the Contractor’s CPARsevaluation, which is accomplished on an annual basis. Theevaluation will be based on Contractor performance during theprevious period. The primary Government official responsible forthe QASP evaluation is the Contracting Officers Representative(COR) for the Contract. Other Government individuals havinginformation relevant to the quality of Contractor performance mayassist the COR, as necessary.  

E.4.2 Contractor performance will be assessed on a continuingbasis throughout the year based on review and assessment ofproducts and deliverables (technical and management), byobservation of personnel during technical meetings and taskexecution, by monthly progress and status reports for theContractor, formal In-Progress Reviews, and general Contacts withthe Contractor.

E.4.3 Contractor performance will be evaluated in six generalareas. A rating of Exceptional, Very Good, Satisfactory, Marginalor Unsatisfactory (as defined in Table 42-1 at FAR 42.1503) willbe assigned to each area. These general areas are describedbelow. The items identified under each area represent the typesof considerations to be addressed. They should not be considered

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 63 of 119

 FINAL 

Page 67: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

an exclusive list. The degree of Government technical directionnecessary to solve problems that arise during performance will bea consideration for each area. Improvements made in an areaduring the evaluation period will also be considered as willdegradation in the overall quality of performance.

E.4.3.1 Quality of Product or Service – Addresses the extent towhich the Contractor (a) met contract technical requirements,including the accuracy (information conveyed by products andservices are factually accurate and, where applicable, annotatedwith supporting source) and completeness of reports/datadelivered (products are complete, well-coordinated with allrelated managers and personnel, and presented in concise andunderstandable format); (b) employed methods and approaches toensure fully successful performance; (c) consistently conveyedhis intended approach clearly and completely to ensure that therewere no surprises; (d) was proactive and demonstrated initiative;(e) remained flexible to internal or external changes; (f) waseffective in developing and implementing process improvements tomake the end product development more efficient and the endproduct display more effective and (g) Services are provided in aprofessional unbiased manner.

E.4.3.2 Schedule – Addresses the extent to which the Contractormet Contract schedules, including the need for deadlineextensions. Delivery of products and services are withindeadlines identified by the COR or his representative.

E.4.3.3 Cost Control – Addresses the Contractor’s overalleffectiveness in controlling both direct, indirect costs, andother direct costs as well as the incidence of cost overruns.

E.4.3.4 Business Relations – Addresses the responsiveness of theContractor’s upper-level management to Government concerns andneeds, the effectiveness of the Contractor’s management interfacewith the Government, and the overall cooperativeness andreceptiveness of the Contractor in dealing with the Government,and the overall cooperativeness and receptiveness of theContractor in dealing with the Government on both technical andmanagement issues.

E.4.3.5 Management of Key Personnel – Addresses the overallquality of the Contractor’s team, including their education,relevant experience, skill levels and expertise as well as thedegree of compliance with the terms of the Task Order regardingKey Personnel. Also includes the effectiveness of theContractor’s efforts to retain or attract qualified personnel.

E.4.3.6 Utilization of Small Business - Timeliness and accuracyof reporting of subcontracting performance in accordance with H.5of the Contractor's MAC which states all Seaport-e MACs with

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 64 of 119

 FINAL 

Page 68: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

large businesses require at least 20% of the total amountobligated under the contract (not per Task Order) to besubcontracted to small businesses.  

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 65 of 119

 FINAL 

Page 69: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

SECTION F DELIVERABLES OR PERFORMANCE

The periods of performance for the following Items are as follows:

   

7000AA 3/4/2019 - 3/3/2020

7000AB 3/4/2019 - 3/3/2020

7000AC 3/29/2019 - 3/3/2020

7000AD 3/29/2019 - 3/3/2020

7000AE 3/29/2019 - 3/3/2020

7000AF 3/29/2019 - 3/3/2020

7000AH 4/24/2019 - 3/3/2020

7000AJ 4/24/2019 - 3/3/2020

7000AL 5/31/2019 - 3/3/2020

7000AM 5/31/2019 - 3/3/2020

7000AN 5/31/2019 - 3/3/2021

9000AA 3/4/2019 - 3/3/2020

9000AG 4/18/2019 - 3/3/2020

9000AJ 4/24/2019 - 3/3/2020

9000AK 3/29/2019 - 3/3/2020

9000AM 5/31/2019 - 3/3/2020

CLIN - DELIVERIES OR PERFORMANCE

The periods of performance for the following Items are as follows:

   

7000AA 3/4/2019 - 3/3/2020

7000AB 3/4/2019 - 3/3/2020

7000AC 3/29/2019 - 3/3/2020

7000AD 3/29/2019 - 3/3/2020

7000AE 3/29/2019 - 3/3/2020

7000AF 3/29/2019 - 3/3/2020

7000AH 4/24/2019 - 3/3/2020

7000AJ 4/24/2019 - 3/3/2020

7000AL 5/31/2019 - 3/3/2020

7000AM 5/31/2019 - 3/3/2020

7000AN 5/31/2019 - 3/3/2021

9000AA 3/4/2019 - 3/3/2020

9000AG 4/18/2019 - 3/3/2020

9000AJ 4/24/2019 - 3/3/2020

9000AK 3/29/2019 - 3/3/2020

9000AM 5/31/2019 - 3/3/2020

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 66 of 119

 FINAL 

Page 70: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

The periods of performance for the following Option Items are as follows:

   

7100AA 3/4/2020 - 3/3/2021

7200AA 3/4/2021 - 3/3/2022

7300AA 3/4/2022 - 3/3/2023

7400AA 3/4/2023 - 3/3/2024

9100AA 3/4/2020 - 3/3/2021

9200AA 3/4/2021 - 3/3/2022

9300AA 3/4/2022 - 3/3/2023

9400AA 3/4/2023 - 3/3/2024

7099                                                                           03/04/2019-03/03/2020       

7199                                                                           03/04/2020-03/03/2021

7299                                                                           03/04/2021-03/03/2022

7399                                                                           03/04/2022-03/03/2023

7499                                                                           03/04/2023-03/03/2024

   

F.1 Services to be performed hereunder will be provided at NSWCDDin Dahlgren, VA., Government facilities, (see C.6.1 Table 4), andthe Contractor's facilities (see C.6.1, Table 4). 

F.2  HQ-F-1-0003 PERFORMANCE LANGUAGE FOR LOE SERVICES

The Contractor shall perform the work described in Section C, atthe Level of Effort specified in Section B, as follows:

See Above

F.3 HQ F-2-0003 DATA DELIVERY LANGUAGE FOR SERVICES ONLYPROCUREMENTS

All data to be furnished under this Contract shall be deliveredprepaid to the destination(s) and at the time(s) specified on theContract Data Requirements List(s), DD Form 1423.

 

 

 

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 67 of 119

 FINAL 

Page 71: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 68 of 119

 FINAL

Page 72: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

SECTION G CONTRACT ADMINISTRATION DATA

G.1 ACCOUNTING DATA

Accounting Data appears at the end of Section G. All lines ofaccounting are listed sequentially under a heading thatidentifies the particular action (award or modification number)under which the funding was obligated. Under SeaPort-e, allfunding is identified/obligated at the SubCLIN (SLIN) level.SLINs are established sequentially by the SeaPort-e software.Each obligation of funds receives a unique SLIN identifier,unless the funds are an increase to an existing line ofaccounting (ACRN). Thus, an individual project/work area orTechnical Instruction that is funded incrementally, could havemultiple SLINs. Accounting for expenditures at the SLIN level isrequired.

G.2 SPECIAL INVOICE INSTRUCTIONS

Each SLIN providing funding designates a specific projectarea/work area/work breakdown structure (WBS) item. Tracking andreporting shall be accomplished at the project/work area/WBS itemlevel. Each identified project/work area/WBS shall be invoiced byits associated CLIN and ACRN. If multiple ACRNs are associatedwith a single project/work area/WBS, the Contractor shall consultwith the Contracting Officer Representative (COR) for additionalinvoicing instructions.

G.3 PAYMENT INSTRUCTION

204.7108 Payment Instructions

(a) Scope. This section applies to contracts and orders that arefunded by multiple accounting classification citations and—

(1) Include deliverable line items or deliverable subline items(see FAR 4.1005-1) that are funded by multiple accountingclassification citations;

(2) Contain cost-reimbursement or time-and-materials/labor-hourline items; or

(3) Authorize financing payments.

(b) For contracts and orders covered by this subpart—

(1) The contracting officer shall insert the table at (b)(2) inSection G of the contract, or equivalent, including contractswith incrementally funded line items. When some, but not

all, of the fixed price line items in a contract are subject tocontract financing payments, the

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 69 of 119

 FINAL

Page 73: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

contracting officer shall clearly identify to which line itemsthe payment clause(s) included in Section I apply. 

(2) The payment office shall allocate and record the amounts paidto the accounting classification citations in the contract usingthe table below based on the type of payment request submitted(see DFARS 252.232-7006) and the type of effort.

Contract/OrderPayment Clause

Type of PaymentRequest Supply Service Construction

Payment Office

AllocationMethod

52.212-4 (Alt I),Contract Termsand Conditions—Commercial Items

52.216-7,Allowable Costand Payment

52.232-7,Payments underTime-and-Materials andLabor-HourContracts

Cost Voucher X X N/A Line itemspecificproration. Ifthere is morethan one ACRNwithin adeliverableline ordeliverablesubline item,the funds willbe allocatedin the sameproportion asthe amount offundingcurrentlyunliquidatedfor each ACRNon thedeliverableline ordeliverablesubline itemfor whichpayment isrequested.

52.232-1,Payments

Navy ShipbuildingInvoice (FixedPrice)

X N/A N/A Line Itemspecific byfiscal year.If there ismore than oneACRN within adeliverableline ordeliverablesubline item,the funds willbe allocatedusing theoldest funds.

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 70 of 119

 FINAL

Page 74: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

In the eventof adeliverableline ordeliverablesubline itemwith two ACRNswith the samefiscal year,those amountswill beprorated tothe availableunliquidatedfunds for thatyear.

52.232-1,Payments;

52.232-2,Payments underFixed-PriceResearch andDevelopmentContracts;

52.232-3,Payments underPersonal ServicesContracts;

52.232-4,Payments underTransportationContracts andTransportation-Related ServicesContracts; and

52.232-6,Payments underCommunicationService Contractswith CommonCarriers

Invoice X X N/A Line ItemSpecificproration. Ifthere is morethan one ACRNwithin adeliverableline ordeliverablesubline item,the funds willbe allocatedin the sameproportion asthe amount offundingcurrentlyunliquidatedfor each ACRNon thedeliverableline ordeliverablesubline itemfor whichpayment isrequested.

52.232-5,Payments UnderFixed-PriceConstructionContracts

ConstructionPayment Invoice

N/A N/A X Line Itemspecific byfiscal year.If there ismore than oneACRN within adeliverableline ordeliverablesubline item,the funds will

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 71 of 119

 FINAL

Page 75: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

be allocatedusing theoldest funds.In the eventof adeliverableline ordeliverablesubline itemwith two ACRNswith the samefiscal year,those amountswill beprorated tothe availableunliquidatedfunds for thatyear.

52.232-16,Progress Payments

Progress Payment* X X N/A Contract-wideproration.Funds shall beallocated inthe sameproportion asthe amount offundingcurrentlyunliquidatedfor each ACRN.ProgressPayments areconsideredcontract levelfinancing, andthe “contractprice” shallreflect thefixed priceportion of thecontract perFAR 32.501-3.

52.232-29, Termsfor Financing ofPurchases ofCommercial Items;

52.232-30,InstallmentPayments forCommercial Items

Commercial ItemFinancing*

X X N/A Specified inapprovedpayment. Thecontractingofficer shallspecify theamount to bepaid and theaccount(s) tobe charged foreach paymentapproval inaccordancewith FAR

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 72 of 119

 FINAL

Page 76: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

32.207(b)(2)and32.1007(b)(2).

52.232-32,Performance-BasedPayments

Performance-BasedPayments*

X X N/A Specified inapprovedpayment. Thecontractingofficer shallspecify theamount to bepaid and theaccount(s) tobe charged foreach paymentapproval inaccordancewith FAR32.207(b)(2)and32.1007(b)(2).

252.232-7002,Progress Paymentsfor ForeignMilitary SalesAcquisitions

Progress Payment* X X N/A Allocate costsamong lineitems andcountries in amanneracceptable totheAdministrativeContractingOfficer.

*Liquidation of Financing Payments. Liquidation will be appliedby the payment office against those ACRNs which are identifiedby the payment instructions for the delivery payment and inkeeping with the liquidation provision of the applicablecontract financing clause (i.e., progress payment,performance-based payment, or commercial item financing).

(c) Reserved.

(d) The numbered payment instructions ((d)(1) through (11)) arereplaced by the table at paragraph (b)(2) of this section.

(12) Other. If none of the payment instructions identified inparagraph (b)(2) of this section are appropriate (i.e., multiplelot progress payments), the contracting officer

may insert other payment instructions, provided the other paymentinstructions—

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 73 of 119

 FINAL

Page 77: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

(i) Provide a significantly better reflection of how funds willbe expended in support of contract performance; and

(ii) Are agreed to by the payment office and the contractadministration

office. A copy of the agreement will be kept in the contractfile. 

G.4 EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES

When a Government facility is closed and/or early dismissal ofFederal employees is directed due to severe weather, securitythreat, or a facility related problem that prevents personnelfrom working, onsite Contractor personnel regularly assigned towork at that facility should follow the same reporting and/ordeparture directions given to Government personnel. TheContractor shall not direct charge to the Contract for time off,but shall follow parent company policies regarding taking leave(administrative or other). Non-essential Contractor personnel,who are not required to remain at or report to the facility,shall follow their parent company policy regarding whether theyshould go/stay home or report to another companyfacility.Subsequent to an early dismissal and during periods ofinclement weather, onsite Contractors should monitor radio andtelevision announcements before departing for work to determineif the facility is closed or operating on a delayed arrivalbasis.

When Federal employees are excused from work due to a holiday ora special event (that is unrelated to severe weather, a securitythreat, or a facility related problem), on-site Contractors willcontinue working established work hours or take leave inaccordance with parent company policy. Those Contractors who takeleave shall not direct charge the non-working hours to the TaskOrder. Contractors are responsible for predetermining anddisclosing their charging practices for early dismissal, delayedopenings, or closings in accordance with the FAR, applicable costaccounting standards, and company policy. Contractors shallfollow their disclosed charging practices during the Task OrderPeriod of Performance, and shall not follow any verbal directionsto the contrary. The PCO will make the determination of costallowability for time lost due to facility closure in accordancewith FAR, applicable Cost Accounting Standards, and theContractor's established accounting policy.

G.5 GOVERNMENT CONTRACT ADMINISTRATION POINTS OF-CONTACT ANDRESPONSIBILITIES

Procuring Contracting Officer (PCO):

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 74 of 119

 FINAL

Page 78: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

(a) Name: Linda Wilkes

Code: 024

Address: Naval Surface Warfare Center, Dahlgren Division

17632 Dahlgren Road, Suite 157

Dahlgren, Virginia 22448-5100

E-mail:  [email protected]

(b) PCO responsibilities are outlined in FAR 1.602-2. The PCO isthe only person authorized to approve changes in any of therequirements of this Task Order, notwithstanding provisionscontained elsewhere in this Contract, the said authority remainssolely the PCO’s. The Contractor shall not comply with any order,direction or request of Government personnel unless it is issuedin writing and signed by the PCO or is pursuant to specificauthority otherwise included as part of this Contract. In theevent the Contractor effects any change at the direction of anyperson other than the PCO, the change will be considered to beunauthorized.

Contract Specialist:

(a) Name: Patricia Harper

Code:  0243

Address:  Naval Surface Warfare Center, Dahlgren Division

17632 Dahlgren Road, Suite 157

Dahlgren, Virginia 22448-5100

 Phone:  (540) 653-4606

E-mail:  [email protected]

(b) The Contract Specialist is the representative of the PCO forall contractual matters.

Contracting Officers Representative (COR):

(a) Name: Kathrina L. Urann

Code:     H0C

Address:  Naval Surface Warfare Center, Dahlgren Division

18732 Frontage Road, Suite 318

 Dahlgren, VA  22448-5100

Phone:  (540) 653-0956

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 75 of 119

 FINAL

Page 79: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

E-mail: [email protected]

(b) The COR is the PCO’s appointed representative for technicalmatters. The COR is not a Contracting Officer and does not havethe authority to direct the accomplishment of effort which isbeyond the scope of the Task Order or to otherwise change anyTask Order requirements. A copy of the COR appointment letterwhich provides a delineation of COR authority andresponsibilities is provided as an Attachment to this Task Order.

Administrative Contracting Officer (ACO)

(a) Name: DCMA-Hampton

Code:  S5111A

Address:  2128 Pershing Avenue

 Fort Eustis, VA  23604 

 Phone:  (757)527-4700

E-mail:  [email protected]

(b) The Administrative Contracting Officer (ACO) of the cognizantDefense Contract Management Agency (DCMA) is designated as theauthorized representative of the PCO for purposes ofadministering this Task Order in accordance with FAR 42.3.However, in view of the technical nature of the supplies andservices to be furnished, technical cognizance is retained by theNaval Surface Warfare Center, Dahlgren Division.

G.6 CONSENT TO SUBCONTRACT

For Subcontracts and Consulting agreements for services, wherethe Prime Contractor anticipates that hours delivered will becounted against the hours in the Level of Effort clause in thisSection, Consent to Subcontract authority is retained by theProcuring Contracting Officer.

The following Sub-contractors are approved on this Task Order: 

COMPANYAdded toContract

Systems Technology Forum, Ltd. (STF) @ Time of AwardManTech International Corporation (ManTech) @ Time of AwardTactical Engineering & Analysis (TEA) @ Time of AwardInternational Preparedness Associates, Inc.(IPA)

@ Time of Award

Precise Systems, Inc. (Precise) @ Time of Award

G.7 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY2013)

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 76 of 119

 FINAL

Page 80: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

(a) Definitions. As used in this clause—

“Department of Defense Activity Address Code (DoDAAC)” is a sixposition code that uniquely identifies a unit, activity, ororganization.

“Document type” means the type of payment request or receivingreport available for creation in Wide Area WorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible forpayment certification when payment certification is done externalto the entitlement system.

(b) Electronic invoicing. The WAWF system is the method toelectronically

process vendor payment requests and receiving reports, asauthorized by DFARS 252.232-7003, Electronic Submission ofPayment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall—

(1) Have a designated electronic business point of contact in theSystem for Award Management at https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ followingthe step-by-step procedures for self-registration available atthis web site.

(d) WAWF training. The Contractor should follow the traininginstructions of the WAWF Web-Based Training Course and use thePractice Training Site before submitting payment requests throughWAWF. Both can be accessed 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 maybe via web entry, Electronic Data Interchange, or File TransferProtocol.

(f) WAWF payment instructions. The Contractor must use thefollowing information when submitting payment requests andreceiving reports in WAWF for this Contract/Order:

(1) Document type. The Contractor shall use the following documenttype(s).

Cost Voucher

(2) Inspection/acceptance location. The Contractor shall selectthe following inspection/acceptance location(s) in WAWF, asspecified by the Contracting Officer.

N00178

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 77 of 119

 FINAL

Page 81: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

(3) Document routing. The Contractor shall use the information inthe Routing Data Table below only to fill in applicable fields inWAWF when creating payment requests and receiving reports in thesystem.

 Routing Data TableField Name in WAWF Data to be entered in WAWFPay Official DoDAAC HAA47BIssue By DoDAAC N00178Admin DoDAAC S5111AInspect By DoDAAC Not ApplicableShip To Code Not ApplicableShip From Code Not ApplicableMark For Code Not ApplicableService Approver (DoDAAC) N00178Service Acceptor (DoDAAC) Not ApplicableAccept at Other DoDAAC Not ApplicableLPO DoDAAC Not ApplicableDCAA Auditor DoDAAC S111AOther DoDAAC(s) Not Applicable

(4) Payment request and supporting documentation. The Contractorshall ensure a payment request includes appropriate Contract LineItem and Subline Item descriptions of the work performed orsupplies delivered, unit price/cost per unit, fee (ifapplicable), and all relevant back-up documentation, as definedin DFARS Appendix F, (e.g. timesheets) in support of each paymentrequest.

(5) WAWF email notifications. The Contractor shall enter thee-mail address identified below in the “Send Additional EmailNotifications” field of WAWF once a document is submitted in thesystem.

 [email protected]

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicingin WAWF from the following contracting activity’s WAWF point ofcontact: [email protected].

(2) For technical WAWF help, contact the WAWF helpdesk at866-618-598

G.8 ACCOUNTING SYSTEM ADEQUACY

(a) FAR 16.301-3(a)(1) requires that a Contractor’s accountingsystem be adequate for determining costs applicable to the

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 78 of 119

 FINAL

Page 82: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

contract in order to be eligible for a cost reimbursement typecontract. This is understood to mean that the accounting systemmust have been reviewed and approved by the Government.

(b) This requirement applies equally to the prime Contractor aswell as their Sub-contractors who are proposed forcost-reimbursement or time and materials (T&M) contracts. T&Mcontracts are considered to be a form of cost reimbursementcontracting because of the manner in which materials and ODCs arepriced (actual cost plus indirect burdens). Sub-contractorswithout approved accounting systems should be contracted usingfirm fixed price or labor hour contracts.

(c) The prime contract is solely responsible for verifying thatSub-contractors proposed for cost reimbursement contracts(including T&M), have DCAA-approved accounting systems. Theyshall require Sub-contractors to provide a copy of DCAA’s mostrecent review/approval letter. A copy of this letter shall beprovided to the Government.

(d) The prime Contractor shall also provide a copy of DCAA’s mostrecent review/approval of their accounting system. The status ofactions taken as a result of DCAA recommendations shall beaddressed. Any unresolved issues shall be identified and theirimpact on this requirement shall be discussed.

G.9 HQ G-2-0002 CONTRACT ADMINISTRATION DATA

Enter below the address (street and number, city, county, stateand zip code) of the Contractor's facility which will administerthe contract if such address is different from the address shownon the SF 26 or SF 33, as applicable.

SimVentions, 100 Riverside Parkway, Suite 123, Fredericksburg,VA.  22406  

G.10 HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONICINVOICING (NAVSEA) (APR 2015)

(a) For other than firm fixed priced contract line item numbers(CLINs), the Contractor agrees to segregate costs incurred underthis contract/task order (TO), as applicable, at the lowest levelof performance, either at the technical instruction (TI), subline item number (SLIN), or contract line item number (CLIN)level, rather than on a total contract/TO basis, and to submitinvoices reflecting costs incurred at that level. Supportingdocumentation in Wide Area Workflow (WAWF) for invoices shallinclude summaries of work charged during the period covered aswell as overall cumulative summaries by individual laborcategories, 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

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 79 of 119

 FINAL

Page 83: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

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 be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption 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 supporting cost 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 Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO email notification as required herein.

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- --------------------- 7000AB 130076873600001 LLA : AA 97X4930 NH1E 251 77777 0 050120 2F 000000 A00004913421 Increment of funding for Labor,  

BASE Funding Cumulative Funding

MOD P00001 Funding  Cumulative Funding

MOD P00002 

7000AE 130076171100001 LLA : AD 97-11X8242 2880 000 74802 0 065916 2D PUK044 401681830FAY  Increment of funding for Labor, FMS# UK-P-FAY 

9000AK 130076171100002 LLA : 

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 80 of 119

 FINAL

Page 84: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

AJ 97-11X8242 2880 000 74802 0 065916 2D PUK044 401681840FAY Increment of funds for ODCs, , FMS Case #UK-P-FAY 

MOD P00003 

9000AG 130078180200001 LLA : AF 97X4930 NH1E 251 77777 0 050120 2F 000000 A00005017108 10 USC 2410(a) Authority is hereby invoked, Incremental Funding for ODCs, 

MOD P00004 

MOD P00005 

7000AL 130078762800001 LLA : AK 1791319 J7XR 251 00019 0 050120 2D 000000 A00005061053 Increment of funding for Labor, for Systems Engineering support to  initiate Cybersecurity planning 

7000AN 130078901700001 LLA : AM 1791804 4D4D 251 00019 0 050120 2D 000000 A00005072736 10 USC 2410(a) Authority is hereby invoked, Increment of funding for Labor,  for Systems Engineering support 

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 81 of 119

 FINAL

Page 85: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 82 of 119

 FINAL

Page 86: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

SECTION H SPECIAL CONTRACT REQUIREMENTS

SECTION H SPECIAL CONTRACT REQUIREMENTS 

H.1 TASK ORDER LABOR CATEGORY QUALIFICATIONS

To perform the requirements of the Statement of Work (SOW), theGovernment requires Personnel with the appropriate experience andprofessional qualifications.  The applicable labor categories andassociated qualifications are listed in Sections H.2 and H.3below.  Key Personnel qualification levels are considered to berequired, unless otherwise stated, for those individuals whoseresumes are submitted for evaluation with the proposal. Allindividuals performing under the Key Personnel labor categoriesare considered Key.  Resumes for any replacement of Key Personnelthat are submitted following award shall have qualificationsconsidered to be equal to or higher than the qualifications of theperson to be replaced, as required by the clause entitled5252.237-9106 - Substitution of Personnel. Following award, thequalification levels for Key Personnel are considered to beminimums for any growth beyond those individuals initiallyproposed.  Non-Key Personnel are the personnel proposed to providehours in labor categories that are not identified as Key and thequalification levels are minimums. 

a. Experience – The specific experience for each Key LaborCategory must be directly related to the tasks and programs listedin the SOW. For experience, Personnel with Fleet operationalexperience who are familiar with tactics, techniques, andprocedures and operations are preferred. Specialized experience isconcurrent with the general experience requirements listed foreach labor category.

b. Formal Education - For each Key Labor Category, formaleducation qualifications are cited, as appropriate to therequirements of the Labor Category, to establish professionalcredentials from which applied experience is founded. Alternativesto the formal education requirements as stated in each applicablelabor category description will be considered by the Government;however, the identified degrees are preferred.

c. Professional Development - Professional development includeshonors, degrees, publications, professional licenses andcertifications and similar evidence of professionalaccomplishments that directly impact the offers’ ability toperform the Task Order. The years of experience listed below arein addition to appropriate professional development. It isincumbent upon the Offeror to demonstrate that the proposedpersonnel have appropriate credentials to perform the work. DoD8570 Directive Certifications are required for this Task Order.

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 83 of 119

 FINAL

Page 87: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

d. Accumulation of Qualifying Experience - Categories ofexperience may be accumulated concurrently.

e. The Program Manager shall be an employee of the Prime.

H.2 KEY PERSONNEL – LABOR CATEGORY QUALIFICATIONS

Program Manager

A Bachelor’s degree from an accredited college or university in anengineering, scientific, business, or technical discipline, or ten(10) years of a demonstrated knowledge base and subject matterexpertise relevant to the specific technical disciplines of theSOW.

In addition, ten (10) years of specific professional research,engineering, design, and development experience with weaponcontrol systems, including an understanding and working knowledgeof systems engineering disciplines, software development and testtechniques, as well as test and evaluation functionalcapabilities.  Demonstrated leadership experience and ability tomanage large projects including acting as primary point of contactfor the Contractor’s tasking. This includes formulating, guiding,and directing the technical approach, and establishing andcontrolling technical milestones, schedules, and costs forday-to-day execution. Experience monitoring tasks in accordancewith Earned Value Management System (EVMS) plans and an IntegratedMaster Schedule (IMS). Five (5) years of concurrent experience asa Program Manager for a contract comparable in scope and size tothis effort that includes: 

Managing and providing effective leadership for theengineering and development of a major DoD weapon controlsystems program.Ability to plan, control, and direct large efforts andinterface with sponsor personnel.Organizing, budgeting, managing, establishing and maintainingschedules for systems engineering, software development andtest and evaluation tasks associated with developing anddeployed software.Demonstrated capability to direct a multi-disciplined team oftechnical experts to produce required products within cost,schedule and time constraints. 

Lead Project Engineer

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technical discipline,or ten (10) years of a demonstrated knowledge base and subjectmatter expertise relevant to specific technical disciplines of theSOW, including the qualifications below.

In addition, ten (10) years of systems engineering, design, and

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 84 of 119

 FINAL

Page 88: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

development experience with weapon control systems. This includesexperience related to the identification, analysis and resolutionof complex systems engineering issues involving surface andsubsurface Navy weapon systems. Experience with other disciplinessuch as Integrated Logistics Support, Test and Evaluation, andsoftware engineering and integration of systems with multiple Navysurface and submarine platforms and operational weapons systems.Six (6) years of concurrent, direct experience providing projectengineering and technical leadership for Navy weapons systemsprograms.  

Senior Systems Engineer/Analyst

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technical discipline,or ten (10) years of a demonstrated and established knowledge baseand subject matter expertise relevant to specific technicaldisciplines of the SOW, including the qualifications below. 

In addition, ten (10) years professional systems engineeringexperience with a DoD major platform, weapon, Command and Control(C2), or fire control systems program, with five (5) yearsconcurrent experience as a team leader performing systemengineering and mission engineering efforts that includedeveloping requirements, top level designs and systemarchitectures for software intensive systems. This includesexperience related to the identification, analysis and resolutionof complex systems engineering design issues involving platform,weapon, C2, and fire control systems for Navy/Joint warfightingcapabilities. 

Specialized Systems Engineering Experience – Six (6) yearsspecialized demonstrated expertise in total life cycle systemdevelopment and analysis, supporting achievement of milestonedecisions and concepts of operations (CONOPS) and initial design development from upper level requirements. Experience dealingwith issues for a system employing Government Off- The-Shelf(GOTS) software and Commercial Off-The-Shelf (COTS) softwaretechnology.  Demonstrated experience developing system integrationdocuments for weapons systems and weapons control systems. Demonstrated experience with weapon system certification processesand requirements, specifically self-certification criteria forelements of these systems. 

Senior Foreign Military Sales (FMS) Systems Engineer/Analyst

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technical discipline,or ten (10) years of a demonstrated and established knowledge baseand subject matter expertise relevant to specific technicaldisciplines of the SOW, including the qualifications below. 

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 85 of 119

 FINAL

Page 89: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

In addition, ten (10) years professional systems engineeringexperience with a DoD major platform, weapon, Command and Control(C2), or fire control systems program, with five years concurrentexperience as a team leader performing system engineering andmission engineering efforts that include developing requirements,top level designs and system architectures for software intensivesystems. This includes experience related to the identification,analysis and resolution of complex systems engineering designissues involving platform, weapon, C2, and fire control systemsfor Navy/Joint warfighting capabilities. 

Specialized Foreign Military Sales (FMS) Experience – Six (6)years of specialized demonstrated expertise in total life cyclesystem development for a major weapon system, supportingachievement of milestone decisions and concept of operations,and initial design development from upper level requirementsfor Foreign Military Sales (FMS) cases.  Three (3) years ofexperience in FMS system platform integration. 

Senior Cyber Security Systems Engineer/Analyst

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technical discipline,or ten (10) years of a demonstrated and established knowledge baseand subject matter expertise relevant to specific technicaldisciplines of the SOW, including the qualifications below. 

In addition, ten (10) years professional systems engineeringexperience with a DoD major platform, weapon, Command and Control(C2), or fire control systems program, with five (5)yearsconcurrent experience as a team leader performing systemengineering and mission engineering efforts that includedeveloping requirements, top level designs and systemarchitectures for software intensive systems. This includesexperience related to the identification, analysis and resolutionof complex systems engineering design issues involving platform,weapon, C2, and fire control systems for Navy/Joint warfightingcapabilities. 

Specialized Cyber-Security Systems Engineering Experience - Six(6) years specialized experience in preparing and submittingdocumentation for obtaining Navy/DoD security accreditation andauthorization (A&A) of major weapon systems. Five (5) years ofthis experience directing and leading efforts to obtain A&A of theweapon systems via Risk Management Framework (RMF) or predecessorprocesses. As per Department of Defense (DoD) Directive 8570, thisposition shall require Information Assurance Management (IAM)Level I certification or higher. This position shall also requirean IT-1 level clearance.

Senior Command, Control, Communications, Computers, andInformation (C4I) Systems Engineer/Analyst

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 86 of 119

 FINAL

Page 90: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technical discipline,or ten (10) years of a demonstrated and established knowledge baseand subject matter expertise relevant to specific technicaldisciplines of the SOW, including the qualifications below. 

In addition, ten (10) years professional systems engineeringexperience with a DoD major platform, weapon, Command and Control(C2), or fire control systems program, with five (5) yearsconcurrent experience as a team leader performing systemengineering and mission engineering efforts that includedeveloping requirements, top level designs and systemarchitectures for software intensive systems. This includesexperience related to the identification, analysis and resolutionof complex systems engineering design issues involving platform,weapon, C2, and fire control systems for Navy/Joint warfightingcapabilities. 

Specialized Command, Control, Communications, Computers, andInformation (C4I) Systems Experience -

Six (6) years of specialized progressive experience with ademonstrated technical background in the identification, tracking,and presenting of C4I issues and alternatives to the Navy and DODcommunity, testing shipboard and in a laboratory, andparticipating in meetings and forums regarding the development andimplementation of ship inter- and intra-communications supportinga major weapon system. Direct experience with SPAWAR weapon systemcertification and integration is desired. 

Senior Data Analyst (Requirements Database Manager)

A Bachelor’s degree from an accredited college or university, orfive (5) years of a demonstrated knowledge base and subject matterexpertise relevant to specific technical disciplines of the SOW. 

In addition, ten (10) years of systems requirements analysis,decomposition documentation, and management experience includingexperience related to the identification, analysis, anddocumentation of complex systems involving shipboard Navy weaponsystems. Six (6) years of concurrent experience utilizing DOORSand System Architect as well as other architecture tools, forrequirements development and management. Experience with otherrelated engineering environment disciplines such as configurationmanagement, test and evaluation, software engineering and design,and familiarization with complex weapons systems and weaponscontrol systems requirements management products. 

Senior Logistics Engineer/Analyst

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technical discipline;or eight (8) years of demonstrated subject matter expertise in the

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 87 of 119

 FINAL

Page 91: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

discipline of logistics functions and applications, including thequalifications below; or US Naval operational experience at the E7level or higher. 

In addition, ten (10) years professional or operational experiencein developing logistics support requirements and applicabledocumentation for a major DOD weapon systems program that employsthe use of GOTS and COTS products. This includes five (5) years ofconcurrent experience in logistics management concepts, policies,systems, and practices in order to provide extensive analysis ofcurrent and future logistics infrastructure. Ability to developlogistic support requirements, identify and establish linkagebetween functions and tasks common to multiple organizationalmissions. Professional or operational experience in developinglogistics support requirements and applicable documentation. Six(6) years of concurrent experience, demonstrated for current Navyweapons systems programs in performing logistics managementfunctions involving the development of training products, sparingallocation, and embedded help/training for a major weapon controlsystem.

Senior Software Engineer

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technicaldiscipline. 

Ten (10) years of professional experience providing softwareengineering for analysis, design, development, test, andmaintenance of software and database models. 

Specialized Software Engineering experience – Six (6) years ofconcurrent progressive experience with a demonstrated technicalbackground in developing programs in higher level computerlanguages, such as FORTRAN, C, C++, Java, PERL, Oracle, StructuredQuery Language (SQL), CMS2, Pascal, and Pro*C hosted on bothUnix/Linux and Microsoft systems; and using structured programmingmethods, Program Design Languages (PDLs), Agile Softwaredevelopment process, Modular Software design, ANSI C++ and Javaapplications in a networked LINUX environment, personal computersin Windows environment; and developing software in a multi-threaded/multi-process environment. 

Senior Software Test Engineer/Analyst

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technical discipline,or fifteen (15) years of demonstrated and established knowledgebase and subject matter expertise relevant to specific technicaldisciplines of the SOW. 

Ten (10) years of experience (may be concurrent with the 15 yearsof experience referenced above) with real time Weapon Systems

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 88 of 119

 FINAL

Page 92: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

development or test and evaluation. Experience with test andevaluation strategies, and statistical analysis of data andengineering tools. Demonstrated understanding of concepts relatedto software performance testing and methods of software testdesign. Experience with process development, management andimplementation (such as the Software Engineering InstitutesCapability maturity Model Integration process). Experience withConfiguration Management (CM) processes and Configuration ControlBoard (CCB) support. Experience with the use of simulations in atest environment. 

Specialized Software Test experience - Six (6) years of concurrentprogressive experience with a demonstrated technical background inplanning, conducting, analyzing, and reporting system or softwaretesting for real time software intensive weapon systems.Experience shall include capability in one or more of thefollowing areas:  software module level testing; system leveltesting; functional level testing; or software integration. Experience shall also include software requirements trace tools(e.g., DOORS) and experience with LINUX. 

Specialized Test Analysis experience - Five (5) years concurrentprogressive experience with a demonstrated technical backgroundin: Tomahawk Weapon System (TWS)/ Tactical Tomahawk Weapon ControlSystem (TTWCS). 

Senior Systems Test Analyst

Ten (10) years of System Test experience in real time WeaponSystems. Experience with Configuration Management (CM) processesand Configuration Control Board (CCB) support including performingrequirements traceability. 

Specialized Test Analysis experience - Five (5) years concurrentprogressive experience with a demonstrated technical backgroundin: Tomahawk Weapon System (TWS)/ Tactical Tomahawk Weapon ControlSystem (TTWCS); Five (5) years concurrent experience in VerticalLaunching System (VLS). 

Senior Systems Test Engineer

A Bachelor’s degree from an accredited college or university in anengineering, scientific or technical discipline. 

Ten (10) years of System Test experience in real time WeaponSystems development or test and evaluation. Experience with testand evaluation strategies, statistical analysis of data andengineering tools. Demonstrated understanding of concepts relatedto system performance testing and methods of system test design.Experience with process development, management and implementation(such as the Software Engineering Institutes Capability maturityModel Integration process). Experience with ConfigurationManagement (CM) processes and Configuration Control Board (CCB)

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 89 of 119

 FINAL

Page 93: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

support. Experience with the use of simulations in a testenvironment. 

Specialized Test Engineering experience - Five (5) yearsconcurrent progressive experience with a demonstrated technicalbackground in: Tomahawk Weapon System (TWS)/Tactical TomahawkWeapon Control System (TTWCS). 

H.3 NON-KEY PERSONNEL – MINIMUM QUALIFICATIONS

The contractor shall provide non-key personnel who meet or exceedthe minimum qualifications provided below. Prior to chargingnon-key personnel labor to this order, the contractor shallprovide written certification stating the individual’s name, laborcategory, and certification that the individual meets or exceedsthe minimum qualifications of the labor category. This writtencertification shall be made by email to the Contract Specialistand the COR.

Principal Systems Engineer/Analyst 

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technical discipline,or ten (10) years of a demonstrated and established knowledge baseand subject matter expertise relevant to specific technicaldisciplines of the SOW, including the qualifications below. 

In addition, ten (10) years professional systems engineeringexperience with a DoD major platform, weapon, Command and Control(C2), or fire control systems program, with five (5) yearsconcurrent experience as a team leader performing systemengineering and mission engineering efforts that includedeveloping requirements, top level designs and systemarchitectures for software intensive systems. This includesexperience related to the identification, analysis and resolutionof complex systems engineering design issues involving platform,weapon, C2, and fire control systems for Navy/Joint warfightingcapabilities. 

Specialized Systems Engineering Experience – Five (5) yearsspecialized demonstrated expertise in total life cycle systemdevelopment and analysis, supporting achievement of milestonedecisions and concepts of operations (CONOPS) and initial design development from upper level requirements. Experience dealing withissues for a system employing Government Off- The-Shelf (GOTS)software and Commercial Off-The-Shelf (COTS) software technology. Demonstrated experience developing system integration documentsfor weapons systems and weapons control systems.  Demonstratedexperience with weapon system certification processes andrequirements, specifically self-certification criteria forelements of these systems. 

Principal Cyber Security Systems Engineer/Analyst 

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 90 of 119

 FINAL

Page 94: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technical discipline,or ten (10) years of a demonstrated and established knowledge baseand subject matter expertise relevant to specific technicaldisciplines of the SOW, including the qualifications below. 

In addition, ten (10) years professional systems engineeringexperience with a DoD major platform, weapon, Command and Control(C2), or fire control systems program, with five years concurrentexperience as a team leader performing system engineering andmission engineering efforts that include developing requirements,top level designs and system architectures for software intensivesystems. This includes experience related to the identification,analysis and resolution of complex systems engineering designissues involving platform, weapon, C2, and fire control systemsfor Navy/Joint warfighting capabilities. 

Specialized Cyber-Security Systems Engineering Experience - Five(5) years specialized experience in preparing and submittingdocumentation for obtaining Navy/DoD security accreditation andauthorization (A&A) of major weapon systems. Five (5) years ofthis experience directing and leading efforts to obtain A&A of theweapon systems via Risk Management Framework (RMF) or predecessorprocesses. As per Department of Defense (DoD) Directive 8570, thisposition shall require Information Assurance Management (IAM)Level I certification or higher. This position shall also requirean IT-1 level clearance.

Principal Logistics Engineer/Analyst 

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technical discipline;or eight (8) years of demonstrated subject matter expertise in thediscipline of logistics functions and applications, including thequalifications below; or US Naval operational experience at the E7level or higher. 

In addition, ten (10) years professional or operational experiencein developing logistics support requirements and applicabledocumentation for a major DOD weapon systems program that employsthe use of GOTS and COTS products. This includes five (5) years ofconcurrent experience in logistics management concepts, policies,systems, and practices in order to provide extensive analysis ofcurrent and future logistics infrastructure. Ability to developlogistic support requirements, identify and establish linkagebetween functions and tasks common to multiple organizationalmissions. Professional or operational experience in developinglogistics support requirements and applicable documentation.  Five(5) years of concurrent experience, demonstrated for current Navyprograms such as Tomahawk, in performing logistics managementfunctions involving the development of training products, sparingallocation, and embedded help/training for a major weapon control

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 91 of 119

 FINAL

Page 95: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

system. 

Principal Systems Test Engineer 

A Bachelor’s degree from an accredited college or university in anengineering, scientific or technical discipline.  

Nine (9) years of System Test experience in real time WeaponSystems development or test and evaluation. Experience with testand evaluation strategies, statistical analysis of data andengineering tools. Demonstrated understanding of concepts relatedto system performance testing and methods of system test design.Experience with process development, management and implementation(such as the Software Engineering Institutes Capability maturityModel Integration process). Experience with ConfigurationManagement (CM) processes and Configuration Control Board (CCB)support. Experience with the use of simulations in a testenvironment. 

Specialized Test Engineering experience - Five (5) yearsconcurrent progressive experience with a demonstrated technicalbackground in: Tomahawk Weapon System (TWS)/Tactical TomahawkWeapon Control System (TTWCS). 

Journeyman Systems Engineer/Analyst

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technical discipline,or four (4) years of a demonstrated knowledge base and subjectmatter expertise relevant to specific technical disciplines of theSOW, including the qualifications below; or US Naval operationalexperience at the E7 level or higher. 

In addition, five (5) years of engineering experience with a DoDmajor weapon and/or fire control systems program. Experience inconcept definition, Department of Defense Architecture Framework(DoDAF)-compliant architecture development, requirementsdefinition, and initial and detailed system design activities.Systems engineering experience focused on requirements developmentand management of software systems. This includes experiencerelated to the identification, analysis, and documentation ofcomplex systems involving DOD weapon and/or fire control systems.Two (2) years of concurrent experience with Navy surface orsubmarine shipboard weapons and/or fire control systems to includecurrent Navy programs such as Tomahawk or other related missileand weapon control systems. One Engineer/Analyst experienced withengineering tools such as DOORS, Change Synergy, and SystemArchitect.  

Specialized Systems Engineering Experience – Three (3) yearsspecialized demonstrated expertise in total life cycle systemdevelopment and analysis, supporting achievement of milestonedecisions and CONOPS and initial design development from upper

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 92 of 119

 FINAL

Page 96: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

level requirements. Experience dealing with issues for a systememploying GOTS software and COTS software technology. Demonstrated experience developing system design/systemintegration documents for weapons systems and weapons controlsystems to include Engineering Change Proposals (ECP), InterfaceChange Requests (ICD), Interface Design Specifications (IDS), andWeapon Specifications (WS).  Demonstrated experience with weaponsystem certification processes and requirements, specificallyself-certification criteria for elements of these systems. Demonstrated technical background in the identification, tracking,and presenting of command, control, communications, computers, andinformation (C4I) issues and alternatives to the weapons controlsystems community. 

Journeyman Cyber Security Systems Engineer/Analyst

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technical discipline,or four (4) years of a demonstrated and established knowledge baseand subject matter expertise relevant to specific technicaldisciplines of the SOW, including the qualifications below; or USNaval operational experience at the E7 level or higher. 

In addition, five (5) years professional systems engineeringexperience with a DoD major platform, weapon, Command and Control(C2), or fire control systems program, with five (5) yearsconcurrent experience as a team leader performing systemengineering and mission engineering efforts that includedeveloping requirements, top level designs and systemarchitectures for software intensive systems. This includesexperience related to the identification, analysis and resolutionof complex systems engineering design issues involving platform,weapon, C2, and fire control systems for Navy/Joint warfightingcapabilities. 

Specialized Cyber-Security Systems Engineering Experience - Three(3) years generalized cyber-security experience in preparing andsubmitting documentation for obtaining Navy/DoD security A&A ofmajor weapon systems. Two (2) years of this experience supportingengineering efforts to obtain the A&A of the weapon systems viaRMF or predecessor processes. As per DoD Directive 8570, thisposition shall require IAM level I certification or higher. Thisposition shall also require an IT-1 level clearance.

Journeyman Logistics Engineer/Analyst

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technical discipline;or four (4) years of demonstrated subject matter expertise in thediscipline of logistics functions and applications, including thequalifications below; or US Naval operational experience at the E4level or higher. 

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 93 of 119

 FINAL

Page 97: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

Additionally, five (5) years professional or operationalexperience in developing logistics support requirements for a DODmajor weapon, combat, and/or fire control systems program thatemploys the use of GOTS and COTS products. Three (3) years ofconcurrent experience performing logistics management functionsinvolving the development of training products, sparingallocation, and embedded help/training for a major weapon, combat,and/or fire control system. 

Journeyman Technical Specialist

Five (5) years of work-related experience demonstrating atechnical understanding and ability to prepare complex anddetailed technical documents and reports; OR, three (3) years ofspecialized experience in: financial planning, budgeting andexecution of project funds for allocation purposes; integratedmanagement schedule (IMS) development and tracking for planningand budgeting; coordination of task planning, schedule developmentand task execution for Navy programs and projects. Skill setrequires demonstrating both a comprehensive knowledge of softwareapplications and best business practices along with a high degreeof skill in applying software functions necessary to preparecomplex and detailed documents utilizing the Microsoft (MS) Officesuite of products. Experience in processing complex and lengthytechnical reports that include tables, graphs, charts, or multiplecolumns, participating in Technical Progress and Design Reviewsand program technical meetings, and providing status and inputs totechnical reports, white papers and meetings. 

Journeyman Software Engineer

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technicaldiscipline. 

Five (5) years of professional experience providing softwareengineering for analysis, design, development, test, andmaintenance of software and database models. 

Specialized Software Engineering experience – Three (3) years ofconcurrent progressive experience with a demonstrated technicalbackground in developing programs in higher level computerlanguages, such as FORTRAN, C, C++, Java, PERL, Oracle, StructuredQuery Language (SQL), CMS2, Pascal, and Pro*C hosted on bothUnix/Linux and Microsoft systems; and using structured programmingmethods, Program Design Languages (PDLs), Agile Softwaredevelopment process, Modular Software design, ANSI C++ and Javaapplications in a networked LINUX environment, personal computersin Windows environment; and developing software in a multi-threaded/multi-process environment. 

Journeyman Software Test Engineer

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 94 of 119

 FINAL

Page 98: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technicaldiscipline. 

Five (5) years of experience with test and evaluation strategies,statistical analysis of data and engineering tools. Demonstratedunderstanding of concepts related to software performance testingand methods of software test design. Experience with processdevelopment, management and implementation (such as the SoftwareEngineering Institutes Capability maturity Model Integrationprocess). Experience with Configuration Management (CM) processesand Configuration Control Board (CCB) support. Experience with theuse of simulations in a test environment.  

Specialized Software Test experience - Three (3) years ofconcurrent progressive experience with a demonstrated technicalbackground in planning, conducting, analyzing, and reportingsystem or software testing for real time software intensive weaponsystems. Experience shall include capability in one or more of thefollowing areas:  software module level testing; system leveltesting; functional level testing; or software integration. Experience shall also include software requirements trace tools(e.g., DOORS). 

Journeyman Systems Test Engineer

A Bachelor’s degree from an accredited college or university in anengineering, scientific, or technical discipline. 

Five (5) years of System Test experience in real time WeaponSystems development or test and evaluation. Experience with testand evaluation strategies, statistical analysis of data, andengineering tools. Demonstrated understanding of concepts relatedto system performance testing and methods of system test design.Experience with process development, management and implementation(such as the Software Engineering Institutes Capability maturityModel Integration process). Experience with ConfigurationManagement (CM) processes and Configuration Control Board (CCB)support. Experience with the use of simulations in a testenvironment. 

Specialized Test Engineering experience - Three (3) yearsconcurrent experience in: Tomahawk Weapon System (TWS) /TacticalTomahawk Weapon Control System (TTWCS). 

Journeyman Systems Test Analyst

Five (5) years of System Test experience in real time WeaponSystems. Familiarization with Configuration Management (CM)processes and Configuration Control Board (CCB) support includingperforming requirements traceability. 

Specialized Test Engineering experience - Three (3) years

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 95 of 119

 FINAL

Page 99: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

concurrent experience in: Tomahawk Weapon System (TWS)/TacticalTomahawk Weapon System (TTWCS). 

Junior Systems Engineer

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technicaldiscipline. 

Junior Software Engineer

A Bachelor’s of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technicaldiscipline. 

Junior Test Engineer

A Bachelor's of Science (BS) degree from an accredited college oruniversity in an engineering, scientific, or technicaldiscipline. 

Junior Analyst

Three (3) years of fleet operational weapons systems experience ortwo (2) years general experience in an engineering environmentrelated to Computer Science, Mathematics, Physical Science,Operations Research, Statistics, Information Systems, Electricalor Software Engineering.

H.4 eCRAFT LABOR CATEGORY CROSSWALK

The Contractor shall utilize the below Labor Categories as part ofthe Contractor’s Funds and Man-hour Expenditure Reports in theElectronic Cost Reporting and Financial Tracking (eCRAFT) reportsubmittal in accordance with C.14. This table identifies the TaskOrder Labor Category, as well as, the corresponding eCRAFT LaborCategory for reporting purposes. 

Contract Labor Category (current title) eCRAFT Labor Category Title  Worksite

Program Manager MANAGER, PROGRAM/PROJECT KR-Site

Lead Project Engineer MANAGER, PROGRAM/PROJECT III ------ MANP3  KR-Site

Sr Systems Engineer/Analyst ENGINEER, SYSTEMS IV ------ ESY4  KR/GOVT-Site

Sr FMS Systems Engineer/Analyst ENGINEER, SYSTEMS IV ------ ESY4  KR-Site

Sr Cyber Security Systems Engineer/Analyst

ENGINEER, SYSTEMS IV ------ ESY4

 KR-Site

Sr C4I Systems Engineer/Analyst ENGINEER, SYSTEMS IV ------ ESY4  KR/GOVT-Site

Sr Data Analyst (Requirements Database Manager) ENGINEER, SYSTEMS III ------ ESY3  KR-Site

Sr Logistics Engineer/Analyst LOGISTICIAN III ------ LGT3 KR/GOVT-Site

Sr Software Engineer ENGINEER, COMPUTER IV ------ EC4 KR/GOVT-Site

Sr Software Test Engineer/Analyst  ENGINEER, COMPUTER IV  ------ EC4   KR/GOVT-Site

Sr Systems Test Analyst ENGINEER, SYSTEMS III ------ ESY3  KR/GOVT-Site

Sr Systems Test Engineer ENGINEER, SYSTEMS IV ------ ESY4 KR-Site

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 96 of 119

 FINAL

Page 100: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

Principal Systems Engineer/Analyst ENGINEER, SYSTEMS IV--------ESY4  KR-Site

Principal Cyber Security Systems Engineer/Analyst ENGINEER, SYSTEMS IV--------ESY4  KR-Site

Principal Logistics Engineer/Analyst LOGISTICIAN III-------------LGT3 KR-Site

Principal Systems Test Engineer ENGINEER, SYSTEMS IV ------ ESY4 KR-Site

Journeyman Systems Engineer/Analyst ENGINEER, SYSTEMS II ------ ESY2 KR-Site

Journeyman Cyber Security Systems Engineer/Analyst ENGINEER, SYSTEMS II ------ ESY2 KR-Site

Journeyman Logistics Engineer/Analyst LOGISTICIAN II ------ LGT2 GOVT-Site

Journeyman Technical Specialist ANALYST, MANAGEMENT I ------ ANM1 KR-GOVT-Site

Journeyman Software Engineer ENGINEER, COMPUTER II ------ EC2 GOVT-Site

Journeyman Software Test Engineer ENGINEER, COMPUTER III ------ EC3 KR/GOVT-Site

Journeyman Systems Test Engineer ENGINEER, SYSTEMS III ------ ESY3  KR/GOVT-Site

Journeyman Systems Test Analyst ENGINEER, SYSTEMS II ------ ESY2  KR-Site

Junior Systems Engineer ENGINEER, SYSTEMS I ------ ESY1 KR-Site

Junior Software Engineer ENGINEER, COMPUTER I ------ EC1 GOVT-Site

Junior Test Engineer ENGINEER, SYSTEMS I ------ ESY1 KR/GOVT-Site

Junior Analyst ANALYST, OPERATIONS I ------ ANP1  KR-Site

H.5 RESUME FORMAT AND CONTENT REQUIREMENTS

In order to facilitate evaluation, all resumes shall be providedin the following format, and not exceed three (3) pages each, (theCertification of correctness of information is not included in thethree pages. It may be on a fourth page):

(a) HEADER

Complete NameCurrent EmployerTask Order Labor CategoryContractor Labor CategoryPercentage of time to be allocated to this effort upon awardof this Task OrderCurrent security clearance level per JPAS (identify if interimor final)Current work location Planned work location upon award of this Task Order

Note if the individual is Key on another Task Order with a Periodof Performance that will overlap this requirement. Note plans tosatisfy both Contracts if the Offeror is selected for award.

(b) EDUCATION/PROFESSIONAL DEVELOPMENT – Show any degrees, honors,publications, professional licenses, specialized certificationsand other evidence of professional accomplishments that aredirectly relevant and will impact the Offeror’s qualifications toperform under the Task Order. For education and training, thefollowing format is preferred:

Academic: Degree(s); Date(s); Institution; Major/MinorAcademic: Course title, date(s), approximate length (as cited

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 97 of 119

 FINAL

Page 101: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

in labor categories)Non-Academic: Course title, date(s), approximate lengthProfessional licenses and specialized certifications. (Notethe date obtained for each, as well as the date when eachlicense/certification requires renewal)

(c) CHRONOLOGICAL WORK HISTORY/EXPERIENCE

i. Employer: Dates (month/year); Title(s) held

ii. Work experience shall be presented separately for eachemployer, clearly marked with proper category of experience (i.e,Relevant Experience;Non-Relevant Experience.). If relevant andnon-relevant experience were obtained while at the same employer,separate time periods shall be noted for each assignment. (This isnecessary to prevent an Offeror from describing relevantexperience obtained in a six month assignment for Company A asapplicable to the entire ten (10) year employment with that firmand to ensure Offerors' proposals are evaluated on an equalbasis). Responsibilities shall be discussed in sufficient detailfor each assignment so as to permit comparison with experiencelevels in Section H. Specific examples of work assignments,accomplishments, and products shall be provided.

Phrases such as "assisted with", "participated in", or "supported"are unacceptable except as introductory to a detailed descriptionof the actual work performed. If no such description is provided,the sentence or bulleted information will not be considered in theresume evaluation process. This is because evaluators would not beable to identify the specific technical work contributions made bythe individual.

Resume information is encouraged to be presented in bullet format.This will allow evaluators to focus on relevant information.

Lack of specific definition in job responsibilities, servicesperformed or products produced may be viewed as a lack ofunderstanding of the Labor Category requirements.

All relevant military experience claimed shall be described suchthat each relevant tour is treated as a separate employer. Timeframes/titles /responsibilities shall be provided in accordancewith the level of detail prescribed above. Military experience notdocumented in this manner will not be considered.

Gaps in experience shall be explained.

Certification of correctness of information signed and dated byboth the person named and the Offeror. The employee certificationshall include the following statement: CERTIFICATION: "I certifythat the experience and professional development described hereinare complete and accurate in all respects. I consent to thedisclosure of my resume for NSWCDD Solicitation Number N00178-18-

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 98 of 119

 FINAL

Page 102: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

R-3010 to be replaced by NSWCDD Task Order N00178-XX-X-XXXX byCompany Name at award) and intend to make myself available to workunder any resultant Task Order to the extent proposed."

___________________________________       _________________________________

Employee Signature and Date   Offeror Signature and Date

Resumes without this certification will be unacceptable and willnot be considered.

If the employee is not a current employee of the Offeror (or aproposed Sub-Contractor), a copy of the accepted offer lettershall be provided. The letter shall identify the projected startdate. The Cost Proposal shall include documentation thatidentifies the agreed-to salary amount. 

H.6 FUNDING PROFILE

It is estimated that these incremental funds will provide for thenumber of hours of labor stated below. The following detailsfunding to date:

CLINTotal

CPFF

Funding

This

Action

Previous

Funding

Total

Funding

Balance

Unfunded

Hours

Funded

 7000

 9000

H.7 POST AWARD CONTRACTOR PERSONNEL APPROVAL

(a) Requests for post award approval of additional and/orreplacement Key Personnel shall be submitted via e-mail. E-mailsubmissions shall be made simultaneously to the ContractSpecialist, COR, and the Alternate COR. Electronic notificationvia e-mail from the Contract Specialist will serve as writtenapproval/disapproval on behalf of the Contracting Officer. Thisapproval is required before an individual may begin charging tothe Task Order.

(b) Resumes should be submitted in the format required underSection H.10. However, in order to expedite Task Orderadministration, Contractor format may be used providing thatsufficient information is submitted for an independent comparisonof the individual's qualifications with Labor Categoryrequirements.

(c) If the employee is not a current employee of the Contractor(or a Sub-contractor), a copy of the accepted offer letter (which

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 99 of 119

 FINAL

Page 103: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

identifies a projected start date and the agreed to annual salary)shall be provided.

H.8 252.239-7001 INFORMATION ASSURANCE CONTRACTOR TRAINING ANDCERTIFICATION (JAN 2008)

(a) The Contractor shall ensure that Personnel accessinginformation systems have the proper and current informationassurance certification to perform information assurance functionsin accordance with DoD 8570.01-M, Information Assurance WorkforceImprovement Program. The Contractor shall meet the applicableinformation assurance certification requirements, including-

(1) DoD-approved information assurance workforce certificationsappropriate for each category and level as listed in the currentversion of DoD 8570.01-M; and

(2) Appropriate operating system certification for informationassurance technical positions as required by DoD 8570.01-M.

(b) Upon request by the Government, the Contractor shall providedocumentation supporting the information assurance certificationstatus of Personnel performing information assurance functions.

(c) Contractor Personnel who do not have proper and currentcertifications shall be denied access to DoD information systemsfor the purpose of performing information assurance.

H.9 5252.202-9101 ADDITIONAL DEFINITIONS (MAY 1993)

 As used throughout this contract, the following terms shall havethe meaning set forth below:

a. DEPARTMENT means the Department of the Navy.

b. REFERENCES TO THE FEDERAL ACQUISITION REGULATION (FAR). Allreferences to the FAR in this contract shall be deemed to alsoreference the appropriate sections of the Defense FAR Supplement(DFARS), unless clearly indicated otherwise.

c. REFERENCES TO ARMED SERVICES PROCUREMENT REGULATION ORDEFENSE ACQUISITION REGULATION. All references in this document toeither the Armed Services Procurement Regulation (ASPR) or theDefense Acquisition Regulation (DAR) shall be deemed to bereferences to the appropriate sections of the FAR/DFARS.

d. NATIONAL STOCK NUMBERS. Whenever the term Federal ItemIdentification and its acronym FIIN or the term Federal StockNumber and its acronym FSN appear in the contract, order or theircited specifications and standards, the terms and acronyms shallbe interpreted as National Item Identification Number (NIIN) andNational Stock Number (NSN) respectively which shall be defined asfollows:

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 100 of 119

 FINAL

Page 104: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

1. National Item Identification Number (NIIN). The numberassigned to each approved Item Identification under the FederalCataloging Program. It consists of nine numeric characters, thefirst two of which are the National Codification Bureau (NCB)Code. The remaining positions consist of a seven digitnon-significant number.

2. National Stock Number (NSN). The National Stock Number (NSN)for an item of supply consists of the applicable four positionsSupply Class (FSC) plus the applicable nine positions NIINassigned to the item of supply.

H.10 5252.216-9122 LEVEL OF EFFORT – ALTERNATE 1 (MAY 2010)

(a) The Contractor agrees to provide the total Level of Effortspecified below in performance of the work described in Sections Band C of this Task Order. The total Level of Effort for theperformance of this Task Order shall be the man-hours of directlabor identified in the table below, including Sub-contractordirect labor for those Sub-contractors specifically identified inthe Contractor's proposal as having hours included in the proposedLevel of Effort.

The table below and information for blanks in Paragraph (b) and(d) are to be completed by the Offeror.

CLINTotal Man

Hours

Compensated

Man Hours

Uncompensated

Man Hours7000

7,080  0

7100 0

7200  0

7300 0

7400 0

(b) Of the total man-hours of direct labor set forth above, it is estimated that man-hours are uncompensated effort. Uncompensated effort is defined as hours provided by Personnel in excess of forty (40) hours per week without additional compensation for such excess work. Total Times Accounting (TTA) efforts are included in this definition. All other effort is defined as compensated effort. If no effort is indicated in the first sentence of this Paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillment of the Level of Effort obligations under this Task Order.

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 101 of 119

 FINAL

Page 105: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

(c) Effort performed in fulfilling the total Level of Effort obligations specified above shall only include effort performed in direct support of this Task Order and shall not include time and effort expended on such things as local travel to and from an employee's usual work location, uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at an employee's residence or other non-work locations (except as provided in Paragraph (i) below), or other time and effort which does not have a specific and direct contribution to the tasks described in Sections B and C.

(d) The Level of Effort for this Task Order shall be expended at an average rate of approximately __ per week. It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective, provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration 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 such an extent that the total man-hours of effort specified above would be used prior to the expiration of the term, the Contractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefits which would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together with an offer, setting forth a proposed Level of Effort, cost breakdown, and proposed fee, for continuation of the work until expiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms and conditions of this Task Order and any additions or changes required by then current law, regulations, or directives, and that the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding Task Order. The Contractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Any agreement to accelerate will be formalized by Contract modification.

(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor such that the total man-hours of effort specified in Paragraph (a) above would be used prior to the expiration of the term. This Task Order shall specify the acceleration required and the resulting revised term. The Contractor shall acknowledge this order within five days of receipt.

(g) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative Contracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated and uncompensated, if any) provided in fulfillment of the Level of Effort obligations of this

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 102 of 119

 FINAL

Page 106: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

Task Order. The Contractor shall indicate on each invoice thetotal Level of Effort claimed during the period covered by theinvoice, separately identifying compensated effort anduncompensated effort, if any.

(h) Within forty-five (45) days after completion of the work undereach separately identified Period of Performance hereunder, theContractor shall submit the following information in writing tothe Contracting Officer with copies to the cognizant ContractAdministration Office and to the DCAA office to which vouchers aresubmitted: (1) the total number of man-hours of direct laborexpended during the applicable period; (2) a breakdown of thistotal showing the number of man-hours expended in each directlabor classification and associated direct and indirect costs; (3)a breakdown of other costs incurred; (4) the Contractor's estimateof the total allowable cost incurred under the Task Order for theperiod. Within forty-five (45) days after completion of the workunder the Contract, the Contractor shall submit, in addition, inthe case of a cost underrun; and (5) the amount by which theestimated cost of this Task Order may be reduced to recover excessfunds. All submissions shall include Sub-contractor information.

(i) Unless the Contracting Officer determines that alternativeworksite arrangements are detrimental to Task Orderperformance, individual Contractor personnel may perform up to 10%of the individual's assigned hours during a defined reportingperiod at an alternative worksite, provided the Contractor hasestablished a company-approved alternative worksite plan. Theprimary worksite is the traditional “main office” worksite oronsite at NSWCDD as defined in Paragraph C.6.1 of this SOW. Analternative worksite means an employee’s residence or atelecommuting center. A telecommuting center is a geographicallyconvenient office setting as an alternative to an employee’s mainoffice. The Government reserves the right to review theContractor’s alternative worksite plan. In the event performancebecomes unacceptable, the Contractor will be prohibited fromcounting the hours performed at the alternative worksite infulfilling the total Level of Effort obligations of the TaskOrder. Regardless of work location, all Contract terms andconditions, including security requirements and labor laws, remainin effect. The Government shall not incur any additional cost norprovide additional equipment for Task Order performance as aresult of the Contractor’s election to implement an alternativeworksite plan.

(j) Notwithstanding any of the provisions in the above Paragraphsand subject to the LIMITATION OF FUNDS or LIMITATION OF COSTclauses, as applicable, the Period of Performance may be extendedand the estimated cost may be increased in order to permit theContractor to provide all of the man-hours listed in Paragraph (a)above. The Contractor shall continue to be paid fee for each

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 103 of 119

 FINAL

Page 107: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

man-hour performed in accordance with the terms of the Task Order.

H.11 5252.227-9113 GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (APR2015)

(a) The Contractor shall participate in the appropriate interchange of the Government-Industry Data Exchange Program(GIDEP) in accordance with GIDEP PUBLICATION 1 dated April 2008. Data entered is retained by the program and provided to qualified participants. Compliance with this requirement shall not relieve the Contractor from complying with any other requirement of the Task Order.

(b) GIDEP materials, software and information are available without charge.

GIDEP Operations Center

P.O. Box 8000

Corona, CA 92878-8000

Phone: (951) 898-3207

FAX: (951) 898-3250

Internet: http://www.gidep.org

H.12 5252.232-9104 ALLOTMENT OF FUNDS (JAN 2008)

(a) This Task Order is incrementally funded with respect to bothcost and fee. The amount(s) presently available and allotted tothis Task Order for payment of fee for incrementally fundedContract Line Item Number/Contract Subline Item Number(CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, isspecified below. The amount(s) presently available and allotted tothis Task Order for payment of cost for incrementally fundedCLINs/SLINs is set forth below. As provided in the clause of thisContract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), theCLINs/SLINs covered thereby, and the Period of Performance forwhich it is estimated the allotted amount(s) will cover are asfollows:

CLINAllotted

To Cost

Allotted

To Fee

Funded

CPFFPoP 

 7000 03/04/19-    

03/03/20

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 104 of 119

 FINAL

Page 108: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

 9000  03/04/19-    03/03/20

(b) The parties contemplate that the Government will allotadditional amounts to this Task Order from time to time for theincrementally funded CLINs/SLINs by unilateral Task Ordermodification, and any such modification shall state separately theamount(s) allotted for cost, the amount(s) allotted for fee, theCLINs/SLINs covered thereby, and the Period of Performance whichthe amount(s) are expected to cover.

(c) CLINs/SLINs ________ are fully funded and performance underthese CLINs/SLINs is subject to the clause of this Contractentitled "LIMITATION OF COST" (FAR 52.232-20).

H.13 5252.237-9106 SUBSTITUTION OF PERSONNEL (SEP 1990)

(a) The Contractor agrees that a partial basis for award of thisTask Order is the list of Key Personnel proposed. Accordingly, theContractor agrees to assign to this Task Order those Key personswhose resumes were submitted with the proposal necessary tofulfill the requirements of the Task Order. The Contractor agreesthat during the first ninety (90) days of the Period ofPerformance no Key Personnel substitutions will be permittedunless such substitutions are necessitated by an individual’ssudden illness, death or termination of employment. Nosubstitution shall be made without prior notification to andconcurrence of the Contracting Officer in accordance with thisrequirement.

(b) All proposed substitutes shall have qualifications equal to orhigher than the qualifications of the person to be replaced. TheContracting Officer shall be notified in writing of any proposedsubstitution at least forty-five (45) days, or ninety (90) days ifa security clearance is to be obtained, in advance of the proposedsubstitution. Such notification shall include: (1) an explanationof the circumstances necessitating the substitution; (2) acomplete resume of the proposed substitute; and (3) any otherinformation requested by the Contracting Officer to enable him/herto judge whether or not the Contractor is maintaining the samehigh quality of Personnel that provided the partial basis foraward.

H.14 5252.245-9108 Government-Furnished Property (Performance)(SEP 1990)

The Government will provide only that property set forth inAttachment J.1, notwithstanding any term or condition of this TaskOrder to the contrary. Upon Contractor's written request to thecognizant Technical Program Manager, via the cognizant ContractAdministration Office, the Government will furnish the propertyfor use in the performance of this Task Order as shown in

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 105 of 119

 FINAL

Page 109: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

Attachment J.1.

H.15 SAVINGS INITIATIVES

The following cost savings initiatives are required under thisTask Order.

(a) The Government strongly encourages the Prime Contractor to eliminate “double pass-through” costs by avoiding second tier Sub-contractors/Consultants during performance and where this situation is unavoidable, limiting Sub-contractor pass-through costs to the lower of:

(1) the Prime Contractor’s pass-through rate under this order, or

(2) the Sub-contractor’s SeaPort-e pass-through rate where theSub-contractor is also a Prime Contractor under SeaPort-e.

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 106 of 119

 FINAL

Page 110: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

SECTION I CONTRACT CLAUSES

I.1 CLAUSES INCORPORATED BY REFERENCE

52.203-16 Preventing Personal Conflicts of Interest Dec-11

52.203-19Prohibition on Requiring Certain InternalConfidentiality Agreements or Statements

  Jan-17

52.204-2 Security Requirements Aug-96

52.204-6 Unique Entity Identifier Oct-16

52.204-9Personal Identity Verification ofContractor Personnel

Jan-11

52.204-12 Unique Entity Identifier Maintenance Oct-16

52.204-19  Representations and Certificates   Dec-14

52.209-10Prohibition on Contracting with InvertedDomestic Corporations

  NOV-15

52.215-21Requirements for Certified Cost or PricingData and Data Other Than Certified Cost orPricing Data - Modifications

Oct-10

52.219-14  Limitations on Subcontracting    Jan-17

52.222-50 Combating Trafficking in Persons Mar-15

52.223.18Encouraging Contractor Policies to Ban TextMessaging While Driving

Aug-11

52.224-1 Privacy Act Notification Apr-84

52.224-2 Privacy Act Apr-84

52.228-3Workers’ Compensation Insurance (DefenseBase Act)

Apr-84

52.233-3 Protest After Award    Aug-96

52.233-4Applicable Law for Breach of ContractClaim     Oct-04

52.243-7 Notification of Changes    Jan-1752.245-1 Government Property Apr-12

52.245-9 Use and Charges Apr-12

52.232-39Unenforceability of UnauthorizedObligations      Jun-13

252.203-7000 Requirements Relating to Compensation ofFormer DoD Officials    Sep-11

252.203-7002 Requirement to Inform Employees ofWhistleblower Rights 

 Sep-13

252.204-7000  Disclosure of Information   Oct-16

252.204-7003 Control of Government Work Product    Apr-92

252.204-7005Oral Attestation of securityresponsibilities

Nov-01

252.204-7009Limitations on the Use or Disclosure ofThird-Party Contractor Reported CyberIncident Information

Oct-16

252.204-7012Safeguarding Covered Defense Informationand Cyber Incident Reporting

Oct-16

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 107 of 119

 FINAL 

Page 111: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

252.204-7013Limitations on the Use or Disclosure ofInformation by Litigation Support Offerors

  May-16

252.204-7014Limitations on the Use or Disclosure ofInformation by Litigation SupportContractors

   May-16

252.204-7015  Disclosure of Information to LitigationSupport Contractors

  May-16

252.211-7007 Reporting of Government-Furnished Property Aug-12

 252.215-7013Supplies and Services Provided byNontraditional Defense Contractors

  Jan-18

252.222-7002 Compliance with Local Laws (Overseas) Jun-97

252.225-7028Exclusionary Policies and Practices ofForeign Governments

Apr-03

252.225-7040Contractor Personnel Supporting U.S. ArmedForces Deployed Outside the United States

Oct-15

252.225-7043Antiterrorism/Force Protection Policy forDefense Contractors Outside the UnitedStates

Jun-15

252.225-7048  Export Controlled Items   Jun-13

252.225-7993Prohibiting on Contracting with the Enemy(DEVIATION)

Feb-15

252.228-7003 Capture and Detention Dec-91

252.232-7010 Levies on Contract Payments    Dec-06

252.233-7001 Choice of Laws Jun-97

252.245-7001Tagging, Labeling, and Marking ofGovernment-Furnished Property

Apr-12

252.245-7002 Reporting Loss of Government Property Apr-12

252.245-7003Contractor Property Management SystemAdministration

Apr-12

252.245-7004 Reporting, Reutilization, and Disposal Sep-16

252.247-7023  Transportation of Supplies by Sea   Apr-14

Note: Regarding 52.244-2 -- SUBCONTRACTS (JUNE 2007) - ALTERNATEI (JUNE 2007), Teaming arrangement with any firm not included inthe Contractor's basic MAC Contract must be submitted to thebasic MAC Contracting Officer for approval. Team member(Sub-contractor) additions after Task Order award must beapproved by the Task Order Contracting Officer.

The resultant Task Order will be considered non-commercial;therefore, the commercial clauses identified in Section I of theOfferor's MAC Contract do not apply. The clauses listed below arealso not applicable to this procurement:

52.227-3-Patent Indemnity

52.227-13 - Patent Rights-Ownership by the Government

252.246-7001 Alternates I & II - Warranty of Data

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 108 of 119

 FINAL 

Page 112: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

I.2 CLAUSES INCORPORATED BY FULL TEXT

I.2.1 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR2000) (NAVSEA VARIATION) (APR 2015)

(a) The Government may extend the term of this Contract bywritten notice(s)to the Contractor within the periods specifiedbelow. If more than one (1) option exists the Government has theright to unilaterally exercise any such option whether or not ithas exercised other options. 

ITEM(S) LATEST OPTION EXERCISE DATE

7050, 9050, 7100, 7199,9100

No later than twelve (12) months after theTask Order POP start date.

7150, 9150, 7200, 7299,9200

No later than twenty-four (24) months afterthe Task Order POP start date.

7250, 9250, 7300, 7399,9300

No later than thirty-love (36) months afterthe Task Order POP start date.

7350, 9350, 7400, 7499,9400

No later than forty-eight (48) months afterthe Task Order POP start date.

7450, 9450No later than sixty (60) months after the TaskOrder POP start date. See Section (c) underthis clause.

(b) If the Government exercises this option, the extended TaskOrder shall be considered to include this option clause.

(c) The total duration of this Contract, including the exerciseof any option(s) under this clause (to include surge), shall notexceed five (5)years, however, in accordance with Paragraph (j)of the requirement of this Task Order entitled "LEVEL OF EFFORT -ALTERNATE 1", (NAVSEA 5252.216-9122), if the total man hoursdelineated in Paragraph (a) of the LEVEL OF EFFORT requirement,have not been expended within the period specified above, theGovernment may require the Contractor to continue to perform thework until the total number of man-hours specified in Paragraph(a) of the aforementioned requirement have been expended.

I.2.2 52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

(a) The use of overtime is authorized under this Contract if theovertime premium does not exceed twelve thousand (12,000) hoursor the overtime premium is paid for work --

(1) Necessary to cope with emergencies such as those resultingfrom accidents, natural disasters, breakdowns of productionequipment, or occasional production bottlenecks of a sporadicnature;

(2) By indirect-labor employees such as those performing dutiesin connection with administration, protection, transportation,

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 109 of 119

 FINAL 

Page 113: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

maintenance, standby plant protection, operation of utilities, oraccounting;

(3) To perform tests, industrial processes, laboratoryprocedures, loading or unloading of transportation conveyances,and operations in flight or afloat that are continuous in natureand cannot reasonably be interrupted or completed otherwise; or

(4) That will result in lower overall costs to the Government.

(b) Any request for estimated overtime premiums that exceeds theamount specified above shall include all estimated overtime forContract completion and shall --

(1) Identify the work unit; e.g., Department or Section in whichthe requested overtime will be used, together with presentworkload, staffing, and other data of the affected unitsufficient to permit the Contracting Officer to evaluate thenecessity for the overtime;

(2) Demonstrate the effect that denial of the request will haveon the Contract delivery or performance schedule;

(3) Identify the extent to which approval of overtime wouldaffect the performance or payments in connection with otherGovernment Contracts, together with identification of eachaffected Contract; and

(4) Provide reasons why the required work cannot be performed byusing multishift operations or by employing additional personnel.

* Insert either “zero” (0) or the dollar amount agreed to duringnegotiations. The inserted figure does not apply to theexceptions in Subparagraph (a)(1) through (a)(4) of the clause.

252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSEINFORMATION CONTROLS (DEC 2015)  

(a) Definitions. As used in this provision—

“Controlled technical information,” “covered Contractorinformation system,” and “covered defense information” aredefined in clause 252.204-7012, Safeguarding Covered DefenseInformation and Cyber Incident Reporting.  

(b) The security requirements required by contract clause252.204-7012, Covered Defense Information and Cyber IncidentReporting, shall be implemented for all covered defenseinformation on all covered Contractor information systems thatsupport the performance of this contract.  

(c) For covered Contractor information systems that are not partof an information technology (IT) service or system operated on

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 110 of 119

 FINAL 

Page 114: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

behalf of the Government (see 252.204-7012(b)(1)(ii))—  

(1) By submission of this offer, the Offeror represents that itwill implement the security requirements specified by NationalInstitute of Standards and Technology (NIST) Special Publication(SP) 800-171, “Protecting Controlled Unclassified Information inNonfederal Information Systems and Organizations” (seehttp://dx.doi.org/10.6028/NIST.SP.800-171), not later thanDecember 31, 2017. 

(2)(i) If the Offeror proposes to vary from any of the securityrequirements specified by NIST SP 800-171 that is in effect atthe time the solicitation is issued or as authorized by the

Contracting Officer, the Offeror shall submit to the ContractingOfficer, for consideration by the DoD Chief Information Officer(CIO), a written explanation of—  

(A) Why a particular security requirement is not applicable; or

(B) How an alternative but equally effective, security measure isused to compensate for the inability to satisfy a particularrequirement and achieve equivalent protection.

(ii) An authorized representative of the DoD CIO will adjudicateOfferor requests to vary from NIST SP 800-171 requirements inwriting prior to contract award. Any accepted variance from NISTSP 800-171 shall be incorporated into the resulting contract. 

252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBERINCIDENT REPORTING (OCT 2016)  

(a) Definitions. As used in this clause--

Adequate security means protective measures that are commensuratewith the consequences and probability of loss, misuse, orunauthorized access to, or modification of information.

Compromise means disclosure of information to unauthorizedpersons, or a violation of the security policy of a system, inwhich unauthorized intentional or unintentional disclosure,modification, destruction, or loss of an object, or the copyingof information to unauthorized media may have occurred.  

Contractor attributional/proprietary information meansinformation that identifies the contractor(s), whether directlyor indirectly, by the grouping of information that can be tracedback to the contractor(s) (e.g., program description, facilitylocations), personally identifiable information, as well as tradesecrets, commercial or financial information, or othercommercially Contractor attributional/proprietary informationmeans information that identifies the contractor(s), whetherdirectly or indirectly, by the grouping of information that can

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 111 of 119

 FINAL 

Page 115: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

be traced back to the contractor(s) (e.g., program description,facility locations), personally identifiable information, as wellas trade secrets, commercial or financial information, or othercommercially sensitive information that is not customarily sharedoutside of the company.

Controlled technical information means technical information withmilitary or space application that is subject to controls on theaccess, use, reproduction, modification, performance, display,release, disclosure, or dissemination. Controlled technicalinformation would meet the criteria, if disseminated, fordistribution statements B through F using the criteria set forthin DoD Instruction 5230.24, Distribution Statements on TechnicalDocuments. The term does not include information that is lawfullypublicly available without restrictions.

Covered contractor information system means an unclassifiedinformation system that is owned,or operated by or for, acontractor and that processes, stores, or transmits covereddefense information.

Covered defense information means unclassified controlledtechnical information or other information, as described in theControlled Unclassified Information (CUI) Registry athttp://www.archives.gov/cui/registry/category-list.html, thatrequires safeguarding or dissemination controls pursuant to andconsistent with law, regulations, and Governmentwide policies,and is— 

(1) Marked or otherwise identified in the Contract, Task Order,or Delivery Order and provided to the contractor by or on behalfof DoD in support of the performance of the contract; or 

(2) Collected, developed, received, transmitted, used, or storedby or on behalf of the contractor in support of the performanceof the contract.

Cyber incident means actions taken through the use of computernetworks that result in a compromise or an actual or potentiallyadverse effect on an information system and/or the informationresiding therein.

Forensic analysis means the practice of gathering, retaining, andanalyzing computer-related data for investigative purposes in amanner that maintains the integrity of the data.

Information system means a discrete set of information resourcesorganized for the collection, processing, maintenance, use,sharing, dissemination, or disposition of information.

Malicious software means computer software or firmware intendedto perform an unauthorized process that will have adverse impact

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 112 of 119

 FINAL 

Page 116: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

on the confidentiality, integrity, or availability of aninformation system. This definition includes a virus, worm,Trojan horse, or other code-based entity that infects a host, aswell as spyware and some forms of adware.

Media means physical devices or writing surfaces including, butis not limited to, magnetic tapes, optical disks, magnetic disks,large-scale integration memory chips, and printouts onto whichcovered defense information is recorded, stored, or printedwithin a covered contractor information system.

Operationally critical support means supplies or servicesdesignated by the Government as critical for airlift, sealift,intermodal transportation services, or logistical support that isessential to the mobilization, deployment, or sustainment of theArmed Forces in a contingency operation.

Rapidly report means within 72 hours of discovery of any cyberincident.

Technical information means technical data or computer software,as those terms are defined in the clause at DFARS 252.227-7013,Rights in Technical Data--Noncommercial Items, regardless ofwhether or not the clause is incorporated in this solicitation orcontract. Examples of technical information include research andengineering data, engineering drawings, and associated lists,specifications, standards, process sheets, manuals, technicalreports, technical orders, catalog-item identifications, datasets, studies and analyses and related information, and computersoftware executable code and source code.

 (b) Adequate security. The Contractor shall provide adequatesecurity on all covered contractor information systems. Toprovide adequate security, the Contractor shall implement, at aminimum, the following information security protections: 

(1) For covered contractor information systems that are part ofan information technology (IT)service or system operated onbehalf of the Government, the following security requirementsapply: 

(i) Cloud computing services shall be subject to the securityrequirements specified in the clause 252.239-7010, CloudComputing Services, of this contract.  

(ii) Any other such IT service or system (i.e., other than cloudcomputing) shall be subject to the security requirementsspecified elsewhere in this contract. 

(2) For covered contractor information systems that are not partof an IT service or system operated on behalf of the Governmentand therefore are not subject to the security requirement

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 113 of 119

 FINAL 

Page 117: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

specified at paragraph (b)(1) of this clause, the followingsecurity requirements apply: 

(i) Except as provided in paragraph (b)(2)(ii) of this clause,the covered contractor information system shall be subject to thesecurity requirements in National Institute of Standards andTechnology (NIST) Special Publication (SP) 800-171, ``ProtectingControlled Unclassified Information in Nonfederal InformationSystems and Organizations'' (available via the internet athttp://dx.doi.org/10.6028/NIST.SP.800-171) in effect at the timethe solicitation is issued or as authorized by the ContractingOfficer. 

(ii)(A) The Contractor shall implement NIST SP 800-171, as soonas practical, but not later than December 31, 2017. For allcontracts awarded prior to October 1, 2017, the Contractor shallnotify the DoD Chief Information Officer (CIO), via email [email protected], within 30 days of contract award, of anysecurity requirements specified by NIST SP 800-171 notimplemented at the time of contract award. 

(B) The Contractor shall submit requests to vary from NIST SP800-171 in writing to the Contracting Officer, for considerationby the DoD CIO. The Contractor need not implement any securityrequirement adjudicated by an authorized representative of theDoD CIO to be nonapplicable or to have an alternative, butequally effective, security measure that may be implemented inits place. 

(C) If the DoD CIO has previously adjudicated the contractor'srequests indicating that a requirement is not applicable or thatan alternative security measure is equally effective, a copy ofthat approval shall be provided to the Contracting Officer whenrequesting its recognition under this contract.

(D) If the Contractor intends to use an external cloud serviceprovider to store, process, or transmit any covered defenseinformation in performance of this contract, the Contractor shallrequire and ensure that the cloud service provider meets securityrequirements equivalent to those established by the Governmentfor the Federal Risk and Authorization Management Program(FedRAMP) Moderate baseline https://www.fedramp.gov/resources/documents/) and that the cloud service provider complies withrequirements in paragraphs (c) through (g) of this clause forcyber incident reporting, malicious software, media preservationand protection, access to additional information and equipmentnecessary for forensic analysis, and cyber incident damageassessment.  

(3) Apply other information systems security measures when theContractor reasonably determines that information systems

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 114 of 119

 FINAL 

Page 118: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

security measures, in addition to those identified in paragraphs(b)(1) and (2) of this clause, may be required to provideadequate security in a dynamic environment or to accommodatespecial circumstances (e.g., medical devices) and any individual,isolated, or temporary deficiencies based on an assessed risk orvulnerability. These measures may be addressed in a systemsecurity plan.  

(c) Cyber incident reporting requirement.  

(1) When the Contractor discovers a cyber incident that affects acovered contractor information system or the covered defenseinformation residing therein, or that affects the contractor'sability to perform the requirements of the contract that aredesignated as operationally critical support and identified inthe contract, the Contractor shall—  

(i) Conduct a review for evidence of compromise of covereddefense information, including, but not limited to, identifyingcompromised computers, servers, specific data, and user accounts.This review shall also include analyzing covered contractorinformation system(s) that were part of the cyber incident, aswell as other information systems on the contractor's network(s),that may have been accessed as a result of the incident in orderto identify compromised covered defense information, or thataffect the Contractor's ability to provide operationally criticalsupport; and 

(ii) Rapidly report cyber incidents to DoD athttp://dibnet.dod.mil. 

(2) Cyber incident report. The cyber incident report shall betreated as information created by or for DoD and shall include,at a minimum, the required elements at http://dibnet.dod.mil.

(3) Medium assurance certificate requirement. In order to reportcyber incidents in accordance with this clause, the Contractor orsubcontractor shall have or acquire a DoD-approved mediumassurance certificate to report cyber incidents. For informationon obtaining a DoD-approved medium assurance certificate, seehttp://iase.disa.mil/pki/eca/Pages/index.aspx.  

(d) Malicious software. When the Contractor or subcontractorsdiscover and isolate malicious software in connection with areported cyber incident, submit the malicious software to DoDCyber Crime Center (DC3) in accordance with instructions providedby DC3 or the Contracting Officer. Do not send the malicioussoftware to the Contracting Officer.

(e) Media preservation and protection. When a Contractordiscovers a cyber incident has occurred, the Contractor shallpreserve and protect images of all known affected information

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 115 of 119

 FINAL 

Page 119: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

systems identified in paragraph (c)(1)(i) of this clause and allrelevant monitoring/packet capture data for at least 90 days fromthe submission of the cyber incident report to allow DoD torequest the media or decline interest.  

(f) Access to additional information or equipment necessary forforensic analysis. Upon request by DoD, the Contractor shallprovide DoD with access to additional information or equipmentthat is necessary to conduct a forensic analysis.  

(g) Cyber incident damage assessment activities. If DoD elects toconduct a damage assessment, the Contracting Officer will requestthat the Contractor provide all of the damage assessmentinformation gathered in accordance with paragraph (e) of thisclause.  

(h)DoD safeguarding and use of contractorattributional/proprietary information. The Government shallprotect against the unauthorized use or release of informationobtained from the contractor (or derived from informationobtained from the contractor) under this clause that includescontractor attributional/proprietary information, including suchinformation submitted in accordance with paragraph (c). To themaximum extent practicable, the Contractor shall identify andmark attributional/proprietary information. In making anauthorized release of such information, the Government willimplement appropriate procedures to minimize the contractorattributional/proprietary information that is included in suchauthorized release, seeking to include only that information thatis necessary for the authorized purpose(s) for which theinformation is being released.

(i) Use and release of contractor attributional/proprietaryinformation not created by or for DoD. Information that isobtained from the contractor (or derived from informationobtained from the contractor) under this clause that is notcreated by or for DoD is authorized to be released outside ofDoD— 

(1) To entities with missions that may be affected by suchinformation; 

(2) To entities that may be called upon to assist in thediagnosis, detection, or mitigation of cyber incidents; 

(3) To Government entities that conduct counterintelligence orlaw enforcement investigations; 

(4) For national security purposes, including cyber situationalawareness and defense purposes (including with Defense IndustrialBase (DIB) participants in the program at 32 CFR part 236); or 

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 116 of 119

 FINAL 

Page 120: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

(5) To a support services contractor (``recipient'') that isdirectly supporting Government activities under a contract thatincludes the clause at 252.204-7009, Limitations on the Use orDisclosure of Third-Party Contractor Reported Cyber IncidentInformation.

(j) Use and release of contractor attributional/proprietaryinformation created by or for DoD. Information that is obtainedfrom the contractor (or derived from information obtained fromthe contractor) under this clause that is created by or for DoD(including the information submitted pursuant to paragraph (c) ofthis clause) is authorized to be used and released outside of DoDfor purposes and activities authorized by paragraph (i) of thisclause, and for any other lawful Government purpose or activity,subject to all applicable statutory, regulatory, and policy basedrestrictions on the Government's use and release of suchinformation.  

(k) The Contractor shall conduct activities under this clause inaccordance with applicable laws and regulations on theinterception, monitoring, access, use, and disclosure ofelectronic communications and data.  

(l) Other safeguarding or reporting requirements. Thesafeguarding and cyber incident reporting required by this clausein no way abrogates the Contractor's responsibility for othersafeguarding or cyber incident reporting pertaining to itsunclassified information systems as required by other applicableclauses of this contract, or as a result of other applicable U.S.Government statutory or regulatory requirements.  

(m) Subcontracts. The Contractor shall—  

(1) Include this clause, including this paragraph (m), insubcontracts, or similar contractual instruments, foroperationally critical support, or for which subcontractperformance will involve covered defense information, includingsubcontracts for commercial items, without alteration, except toidentify the parties. The Contractor shall determine if theinformation required for subcontractor performance retains itsidentity as covered defense information and will requireprotection under this clause, and, if necessary, consult with theContracting Officer; and  

(2) Require subcontractors to—  

(i) Notify the prime Contractor (or next higher-tiersubcontractor) when submitting a request to vary from a NIST SP800-171 security requirement to the Contracting Officer, inaccordance with paragraph (b)(2)(ii)(B) of this clause; and

(ii) Provide the incident report number, automatically assigned

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 117 of 119

 FINAL 

Page 121: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

by DoD, to the prime Contractor (or next higher-tiersubcontractor) as soon as practicable, when reporting a cyberincident to DoD as required in paragraph (c) of this clause.

252.239-7001 Information Assurance Contractor Training andCertification (JAN 2008)

(a) The Contractor shall ensure that personnel accessinginformation systems have the proper and current informationassurance certification to perform information assurancefunctions in accordance with DoD 8570.01-M, Information AssuranceWorkforce Improvement Program. The Contractor shall meet theapplicable information assurance certification requirements,including -

(1) DoD-approved information assurance workforce certificationsappropriate for each category and level as listed in the currentversion of DoD 8570.01-M; and

(2) Appropriate operating system certification for informationassurance technical positions as required by DoD 8570.01-M.

(b) Upon request by the Government, the Contractor shall providedocumentation supporting the information assurance certificationstatus of personnel performing information assurance functions.

(c) Contractor personnel who do not have proper and currentcertifications shall be denied access to DoD information systemsfor the purpose of performing information assurance functions.

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 118 of 119

 FINAL 

Page 122: 7. ADMINISTERED BY CODE NSWC, DAHLGREN DIVISION …

SECTION J LIST OF ATTACHMENTS

 

  Attachment J.1, REV 1:  Final DD 254 Security Classification Specification

 

COR:  Kathrina L. Urann, email:  [email protected]

 

DFAS:  Deborah Peachey, email:  [email protected]

NAVAIR:  Tiant Richardson, email:  [email protected]

 

 

 CONTRACT NO. N00178-04-D-4124

 DELIVERY ORDER NO. N0017819F3008

 AMENDMENT/MODIFICATION NO. P00005

 PAGE 119 of 119

 FINAL