€ 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software...

68
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 21 27-Apr-2012 1300262174 N/A 6. ISSUED BY CODE N00178 7. ADMINISTERED BY (If other than Item 6) CODE S2101A NSWC, DAHLGREN DIVISION 17632 Dahlgren Road Suite 157 Dahlgren VA 22448-5110 - - DCMA Baltimore 217 EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD 21202-5299 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. URS Federal Technical Services, Inc. 20501 Seneca Meadows Parkway Suite 300 Germantown MD 20876-7007 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4042-0021 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Oct-2010 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) Limitation of Funds 52.232-22 E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 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) Sheila K. Lundstrom, Contract Administrator Amy T Richards, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Sheila K. Lundstrom 27-Apr-2012 BY /s/Amy T Richards 30-Apr-2012 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Transcript of € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software...

Page 1: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

  

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

21 27-Apr-2012 1300262174 N/A6.  ISSUED BY CODE N00178 7.  ADMINISTERED BY (If other than Item 6) CODE S2101A

NSWC, DAHLGREN DIVISION

17632 Dahlgren Road Suite 157

Dahlgren VA 22448-5110

- -  

DCMA Baltimore

217 EAST REDWOOD STREET, SUITE 1800

BALTIMORE MD 21202-5299

 

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

URS Federal Technical Services, Inc.    20501 Seneca Meadows Parkway Suite 300    Germantown MD 20876-7007   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4042-0021    10B.  DATED (SEE ITEM 13)

CAGE CODE 34157 FACILITY CODE   01-Oct-201011.  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) Limitation of Funds 52.232-22

E.  IMPORTANT:  Contractor [   ] is not, [ X ] is required to sign this document and return   1   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)

   Sheila K. Lundstrom, Contract Administrator Amy T Richards, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED

       /s/Sheila K. Lundstrom 27-Apr-2012

BY /s/Amy T Richards 30-Apr-2012 

(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 GSAFAR (48 CFR) 53.243

                   1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Page 2: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

GENERAL INFORMATION

The purpose of this modification is to de-obligate funding in the amount of from ACRN BE; provide incremental funding in the amount of for TI 21; for TI 20 and updated COR Appointment Letter. AID#: 129022 A conformed copy of this Task Order is attached to this modification for informational purposes only.

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from $13,249,452.00 by $235,259.00 to $13,484,711.00.

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

410032 SCN 0.00 110,000.00 110,000.00

410033 RDT&E 0.00 60,000.00 60,000.00

410034 SCN 0.00 40,000.00 40,000.00

410035 WCF 0.00 30,259.00 30,259.00

600017 OPN 5,000.00 (5,000.00) 0.00

The total value of the order is hereby increased from $17,106,236.00 by $0.00 to $17,106,236.00.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 2 of 2  FINAL

 

Page 3: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES   For Cost Type Items:  Item   Supplies/Services       Qty Unit       Est. Cost        Fixed Fee           CPFF ------ ----------------- --------- ---- ---------------  --------------- --------------   4000   Software                $5,608,411.00        engineering,                            analysis,                               research                                development, test                       and engineering                         support for                             Strategic and                           Weapon Control                          Systems                                 Department IAW                          Section C, PWS.                         (TBD)                             400001 Incremental                  Funding (OPN)      400002 Incremental                  Funding (OPN)      400003 Incremental                  Funding (OPN)      400004 Incremental                  Funding (OPN)      400005 Incremental                  Funding (OPN)      400006 Incremental                  Funding (OPN)      400007 Incremental                  Funding (WCF)      400008 Incremental                  Funding (OPN)      400009 Incremental                  Funding (OPN)      400010 Incremental                  Funding (RDT&E)    400011 Incremental                  Funding (OPN)      400012 Incremental                  Funding (O&MN,N)   400013 Incremental                  Funding (RDT&E)    400014 Incremental           

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 1 of 66  FINAL

 

Page 4: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

       Funding (OPN)      400015 Incremental                  Funding (OPN)      400016 Incremental                  Funding (OPN)      400017 Incremental                  Funding (RDT&E)    400018 Incremental                  Funding (WPN)      400019 Incremental                  Funding (O&MN,N)   400020 Incremental                  Funding (O&MN,N)   400021 Incremental                  Funding (OPN)      400022 Incremental                  Funding (OPN)      400023 Incremental                  Funding (O&MN,N)   400024 Incremental                  Funding (OPN)      400025 Incremental                  Funding (SCN)      400026 Incremental                  Funding (OPN)      400027 Incremental                  Funding (OPN)      400028 Incremental                  Funding (OPN)      400029 Incremental                  Funding (OPN)      400030 Incremental                  Funding (OPN)      400031 Incremental                  Funding (WCF)      400032 Incremental                  Funding (WCF)      400033 Incremental                  Funding (OPN)      400034 Incremental                  Funding (RDT&E)    400035 Incremental                  Funding (OPN)     

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 2 of 66  FINAL

 

Page 5: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

 400036 Incremental                  Funding (OPN)      400037 Incremental                  Funding (O&MN,N)   400038 Incremental                  Funding (O&MN,N)   400039 Incremental                  Funding (O&MN,N)   400040 Incremental                  Funding (O&MN,N)   400041 Incremental                  Funding (O&MN,N)   400042 Incremental                  Funding (O&MN,N)   400043 Incremental                  Funding (OPN)      400044 Incremental                  Funding (OPN)      400045 Incremental                  Funding (OPN)      400046 Incremental                  Funding (SCN)      400047 Incremental                  Funding (OPN)      400048 Incremental                  Funding (OPN)      400049 Incremental                  Funding (RDT&E)    400050 Incremental                  Funding (SCN)      400051 Incremental                  Funding (OPN)      400052 Incremental                  Funding (OPN)      400053 Incremental                  Funding (WPN)      400054 Incremental                  Funding (OPN)      400055 Incremental                  Funding (O&MN,N)   400056 Incremental                  Funding (RDDA)     

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 3 of 66  FINAL

 

Page 6: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

400057 Incremental                  Funding (O&MN,N)   400058 Incremental                  Funding (OPN)      400059 Incremental                  Funding (SCN)      400060 Incremental                  Funding (RDT&E)    400061 Incremental                  Funding (TBD)      400062 Incremental                  Funding (TBD)      400063 Incremental                  Funding (TBD)      400064 Incremental                  Funding (TBD)      400065 Incremental                  Funding (TBD)      400066 Incremental                  Funding (TBD)      400067 Incremental                  Funding (TBD)      400068 Incremental                  Funding (TBD)      400069 Incremental                  Funding (TBD)      400070 Incremental                  Funding (TBD)      400071 Incremental                  Funding (TBD)      400072 Incremental                  Funding (TBD)      400073 Incremental                  Funding (TBD)      4050   Software                   $1,869,471.00        engineering,                            analysis,                               research                                development, test                       and engineering                         support for                             Strategic and                           Weapon Control                          Systems                                 Department IAW                          Section C, PWS.                         (FMS Case #UZ-P-B                

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 4 of 66  FINAL

 

Page 7: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

       AR)                               405001 Incremental                  Funding                  (FMS Case #UZ-P-B        AR)                405002 Incremental                  Funding                  (FMS Case #UZ-P-B        AR)                405003 Incremental                  Funding (FMS)      405004 Incremental                  Funding (FMS)      405005 Incremental                  Funding (FMS)      405006 Incremental                  Funding (FMS)      405007 Incremental                  Funding (FMS)      4100   Software                  $6,871,683.00        engineering,                            analysis,                               research                                development, test                       and engineering                         support for                             Strategic and                           Weapon Control                          Systems                                 Department IAW                          Section C (PWS).                        (TBD)                             410001 Incremental                  Funding (O&MN,N)   410002 Incremental                  Funding (O&MN,N)   410003 Incremental                  Funding (O&MN,N)   410004 Incremental                  Funding (O&MN,N)   410005 Incremental                  Funding (O&MN,N)   410006 Incremental                  Funding (O&MN,N)   410007 Incremental                  Funding (OPN)      410008 Incremental                  Funding (OPN)     

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 5 of 66  FINAL

 

Page 8: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

 410009 Incremental                  Funding (WCF)      410010 Incremental                  Funding (WCF)      410011 Incremental                  Funding (RDT&E)    410012 Incremental                  Funding (OPN)      410013 Incremental                  Funding (RDT&E)    410014 Incremental                  Funding (O&MN,N)   410015 Incremental                  Funding for TI           #12 (O&MN,N)       410016 Incremental                  Funding for TI           #13 (O&MN,N)       410017 Incremental                  Funding for TI           #14 (O&MN,N)       410018 Incremental                  Funding for TI           #14 (O&MN,N)       410019 Incremental                  Funding for TI           #15 (O&MN,N)       410020 Incremental                  Funding for TI           #16 (O&MN,N)       410021 Incremental                  Funding for TI           #17 (O&MN,N)       410022 Incremental                  Funding for TI           #18 (O&MN,N)       410023 Incremental                  Funding for TI           #20 (O&MN,N)       410024 Incremental                  Funding for TI           #21 (OTHER)        410025 Incremental                  Funding for TI           #21 (OPN)          410026 Incremental           

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 6 of 66  FINAL

 

Page 9: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

       Funding for TI           #21 (RDT&E)        410027 Incremental                  Funding for TI           #21 (OPN)          410028 Incremental                  Funding for TI           #21 (OTHER)        410029 Incremental                  Funding for TI           #21 (SCN)          410030 Incremental                  Funding for TI           #21 (OPN)          410031 Incremental                  Funding for TI           #21 (OPN)          410032 Incremental                  Funding for TI           #21 (SCN)          410033 Incremental                  Funding for TI           #21 (RDT&E)        410034 Incremental                  Funding for TI           #21 (SCN)          410035 Incremental                  Funding for TI           #20 (WCF)          4150   Software                  $1,300,000.00        engineering,                            analysis,                               research                                development, test                       and engineering                         support for                             Strategic and                           Weapon Control                          Systems                                 Department IAW                          Section C (PWS).                        Option 1                                (FMS Case #UZ-P-B                       AR)                               415001 Incremental                  Funding (FMS)      415002 Incremental                  Funding (FMS)      415003 Incremental                  Funding TI#19            (FMS)             

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 7 of 66  FINAL

 

Page 10: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

 415004 Incremental                  Funding TI#19            (FMS)              4200   Software                   $8,692,888.00        engineering,                            analysis,                               research                                development, test                       and engineering                         support for                             Strategic and                           Weapon Control                          Systems                                 Department, IAW                         Section C (PWS).                        (TBD)                                   Option                            4300   Software                 $9,273,577.00        engineering,                            analysis,                               research                                development, test                       and engineering                         support for                             Strategic and                           Weapon Control                          Systems                                 Department, IAW                         Section C (PWS).                        (TBD)                                   Option                             For ODC Items:  Item   Supplies/Services       Qty Unit       Est. Cost                                 ------ ----------------- --------- ---- ----------------                                  6000   Base Period, ODCs       1.0  LO      $544,354.00        for CLIN 4000                           (TBD)                             600001 Incremental                  Funding (OPN)      600002 Incremental                  Funding (OPN)      600003 Incremental                  Funding (OPN)      600004 Incremental                  Funding (OPN)      600005 Incremental                  Funding (OPN)      600006 Incremental                  Fundin (RDT&E)     600007 Incremental           

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 8 of 66  FINAL

 

Page 11: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

       Funding (OPN)      600008 Incremental                  Funding (WPN)      600009 Incremental                  Funding (O&MN,N)   600010 Incremental                  Funding (OPN)      600011 Incremental                  Funding (SCN)      600012 Incremental                  Funding (OPN)      600013 Incremental                  Funding (OPN)      600014 Incremental                  Funding (OPN)      600015 Incremental                  Funding (O&MN,N)   600016 Incremental                  Funding (O&MN,N)   600017 Incremental                  Funding (OPN)      600018 Incremental                  Funding (WPN)      600019 Incremental                  Funding (RDDA)     600020 Incremental                  Funding (O&MN,R)   600021 Incremental                  Funding (WPN)      6050   Base Period, ODCs       1.0  LO      $181,451.00        for CLIN 4050                           (FMS Case #UZ-P-B                       AR)                               605001 Incremental                  Funding                  (FMS Case #UZ-P-B        AR)                605002 Incremental                  Funding (FMS)      605003 Incremental                  Funding (FMS)      605004 Incremental                  Funding (FMS)      6100   Option 1, ODCs          1.0  LO      $605,866.00 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 9 of 66  FINAL

 

Page 12: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

       for CLIN 4100                           (TBD)                             610001 Incremental                  Funding (O&MN,N)   610002 Incremental                  Funding (O&MN,N)   610003 Incremental                  Funding (RDT&E)    610004 Incremental                  Funding (OPN)      610005 Incremental                  Funding (O&MN,N)   610006 Incremental                  Funding TI# 13           (O&MN,N)           610007 Incremental                  Funding TI# 14           (O&MN,N)           610008 Incremental                  Funding TI# 16           (O&MN,N)           610009 Incremental                  Funding TI# 21           (OTHER)            610010 Incremental                  Funding TI# 21           (RDT&E)            610011 Incremental                  Funding TI# 21           (OPN)              6150   Option 1, ODCs          1.0  LO      $125,000.00        for CLIN 4150                           (FMS Case #UZ-P-B                       AR)                               615001 Incremental                  Funding (FMS)      615002 Incremental                  Funding TI#19            (FMS)              6200   Option 2, ODCs          1.0  LO      $731,666.00        for CLIN 4200                           (TBD)                                   Option                            6300   Option 3, ODCs          1.0  LO      $726,757.00        for CLIN 4300                           (TBD)                                   Option                            

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 10 of 66  FINAL

 

Page 13: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

 For Cost Type Items:  Item   Supplies/Services       Qty Unit       Est. Cost        Fixed Fee           CPFF ------ ----------------- --------- ---- ---------------  --------------- --------------   7000   Software                  $9,733,106.00        engineering,                            analysis,                               research                                development, test                       and engineering                         support for                             Strategic and                           Weapon Control                          Systems                                 Department, IAW                         Section C (PWS).                        (TBD)                                   Option                             For ODC Items:  Item   Supplies/Services       Qty Unit       Est. Cost                                 ------ ----------------- --------- ---- ----------------                                  9000   Option 4, ODCs          1.0  LO      $727,071.00        for CLIN 7000                           (TBD)                                   Option                            

* NOTE 1: LABOR HOURS (LH)

At the time of award the number of labor hours listed above (0.0 LH) in the Base Period and each Option Period will be changed to coincide with the Level of Effort provided in Section G, SEA 5252216-9122 Level of Effort clause and the number of hours reflected in the cost proposal of the successful offeror.

B.1 USE OF WHOLE DOLLARS ONLY

All Proposals shall be rounded to the nearest dollar.

B.2 TYPE OF ORDER

This is a term (level of effort) order.

Items in the 4XXX and 7XXX series are cost plus fixed fee type.Items in the 6XXX and 9XXX series are cost only.

B.3 ADDITIONAL CLINS

Additional CLINs may be unilaterally created by the Contracting Officer during the performance of this Task Order to accommodate the multiple types of funds that may be used under this Order.  These modifications will not change the overall level of effort, estimated cost, or base fee of the task order.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 11 of 66  FINAL

 

Page 14: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

SECTION C DESCRIPTIONS AND SPECIFICATIONS

RESEARCH & ANALYSIS

BACKGROUND: The Government requires support in lifetime systems leadership and support for Navy strategic and weapons systems control in related core technical capabilities for the Naval Surface Warfare Center, Dahlgren Division.  These efforts include concept and requirements development, design, integration and testing of 1. SLBM, 2. Automated Planning, Control, and Information Systems including System Software Engineering, Systems Engineering, and System Test and 3. Maritime Warfare Control Systems including Undersea Warfare (USW) Systems.  The following paragraphs describe each of the areas in detail.  These tasks require technical and management support in the areas of mission planning, high performance computer programs, weapons control, systems engineering, information assurance and accreditation, hypersonic weapons, reentry body technology and integrated ship strike capability.  SCOPE: This support services contract is intended to obtain continuing support for SLBM, Automated Planning, Control, and Information Systems, Maritime Warfare Control Systems, and all related mission areas.  Following is a brief description of the technical scope of covered areas of this Statement of Work: 1. SLBM  

System requirements are allocated to software, software requirements, and geoballistic research in support of systems development.  This work includes: 

a.                             Designing and developing fire control computational algorithms, and defining computational architecture;

b.                             Coordinating development of fire control software specifications for the United States (US) and United Kingdom (UK) SLBM systems, and support specification testing;

c.                             Designing, implementing, documenting, and maintaining software systems essential for the SLBM program, including the SSGN – Guided Missile Submarine portion;

d.                             Developing and maintaining operational software that is compatible with system capabilities for the United States Strategic Command (USSTRATCOM) and the Alternate Command Center (ACC);

e.                             Maintaining and fostering interfaces with USSTRATCOM and the Commander Task Forces (CTFs);

f.                               Analyzing existing and advanced SLBM and SSGN systems, including future systems concepts, and developing deterministic simulations of the total system; and

g.                             Researching and analyzing weapon system performance.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 12 of 66  FINAL

 

Page 15: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

SYSTEM DEVELOPMENT 

 Research and development in systems and software engineering, including production, distribution and maintenance of operational products to the Fleet.  This work includes: 

a.                Supporting the Fleet with documentation, an active Fleet interface, and responses to Fleet problems;

b.                Performing software logistics planning, production, and processing of media and data to/from the Fleet;

c.                Designing, developing, integrating, testing, maintaining, and configuration management of operational software for the SLBM Weapon Control System (WCS) and the SSGN Launch Control System (LCS);

d.                Conducting concept exploration to support future SLBM and SSGN system development;

e.                Developing and maintaining complete software computing environment encompassing hardware, software, security and operating procedures; and

f.                  Performing Configuration Management (CM), Quality Control (QC), Review and Audit, independent Verification, and Formal Qualification Testing (FQT) of all generated Fleet products, including Programs, data, and documentation.

g.                Developing and maintaining program plans for the SLBM WCS and SSGN LCS as changes are made to the system.

h.                Performing independent assessment of changes (both hardware and software) made to the SLBM WCS and SSGN LCS.

 2. AUTOMATED PLANNING, CONTROL, AND INFORMATION SYSTEMS Total system engineering, software development and system test capabilities.  This work includes:   

a.                                            Software engineering tasks including requirements analysis, software development, software problem and discrepancy resolution, enhancement assessment, and implementation analysis.

b.                                           Systems engineering tasks for design and development including mission analysis, system architectural design, system level requirements, external interface design, and problem reporting.

c.                                            System test tasks including test plan development, test procedure development, test performance, problem reporting, and test reporting.

 3. MARITIME WARFARE CONTROL SYSTEMS  The contractor shall provide systems engineering services in support of development and certification of USW systems to ensure delivery of the highest quality weapons and fire control functionality.  This work includes:   

a.                       Applying systems engineering expertise to the development of weapons and fire control systems.

b.                      Adhering to the principle that systems are fully engineered within the context of the “Total Warfighting Environment”.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 13 of 66  FINAL

 

Page 16: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

c.                       Adhering to the principle that systems are fully engineered within the need for “Coordinated Multi-platform Joint Operations”.

d.                      Developing and maintaining complete system security documentation and operating procedures.

 4. TECHNICAL REQUIREMENTS  In providing this support, the contractor shall perform activity associated with the following work areas. 4.1. Formal Qualification Testing (FQT) 

The contractor shall perform the verification, acceptance, static and/or dynamic testing for models, including Fire Control (FC) support software, United Kingdom (UK) reference/simulation models, US/UK targeting models and SLBM general purpose tools.  The contractor shall develop, write, and update test case input for the Software Test Description (STD) along with Software Test Reports (STR) for assigned models.  The contractor shall execute and analyze the test cases developed for assigned models.  Static testing shall be accomplished in accordance with the Quality Assurance (QA) Methodology.  During the implementation of the STD for assigned models, the document will be updated as necessary.  The contractor shall provide documentation of the results of any portions of the assigned tasks.  The contractor shall develop utility software as required for this QA task on the Distributed Graphics System (DGS), SMGS, PC and/or SUN.  The contractor will perform certification on the software and documentation delivery packages.  The contractor will participate in planning meetings and sponsor reviews as required.

 4.2. Integrated Production Environment (IPEnet) Maintenance and Technical Support 

The contractor shall provide support for receipt of deliveries, for inventories, entering data as required, maintaining a technical knowledge of current systems, attending meetings, and providing support in the maintenance and enhancement of all K40/K50 equipment.  The contractor shall provide technical personnel to perform all functions necessary to bring ADP equipment from an initial condition “off state”, to the point where it is available for production use.  The contractor shall provide documentation to include procedures for installation and maintenance of all new enhancements made to K40/K50 networks, documentation on all network load studies conducted, providing procedures for K40/K50 systems and/or components, writing and/or updating Routine Maintenance Procedures, and writing and/or updating Network Troubleshooting Procedures.  Contractor will be required to hold a clearance of Secret and be able to hold up to a Top Secret as deemed necessary.

 4.3. SSP Fire Control and Guidance Branch (SP23) Tasking 

The contractor shall provide support to Fire Control (FC) Systems program personnel in management and execution of the Fire Control Modernization and SPALT program.  The contractor shall participate in, and chair, as required SP23 Change Control Boards, working group meetings and software product team meetings.  The contractor will provide program level documentation to include an integrated master schedule and resource loaded capabilities matrix, documentation support, and coordinate recommended changes for publication and distribution.  The contractor will review design and specification documents for adequacy and adherence to requirements.  The

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 14 of 66  FINAL

 

Page 17: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

contractor will coordinate, document and maintain with all FC activities the SP23 cognizant program, safety and related SPALT Program action items.  The contractor will prepare the implementation reports required by DOD ACAT Programs.  The contractor shall participate in and support the generation of program briefings.  The contractor shall provide documentation configuration management and analysis support, in electronic versions on the DGS Network and paper copy, for documentation related to the Strategic Weapons System Fire Control System upgrade.  The contractor shall provide meeting support for the NSWCDD SP23 program (SWS and AWCS) related meetings and reviews and maintain program artifacts in the program repository.  The contractor shall assess the impact hardware and/or software changes may have on hardware and/or software implementation, system operation, fleet documentation and ordnance and nuclear safety.  The contractor shall develop Depot Availability Program/Engineered Overhaul work packages, test procedures and planning for D5 Backfit as required.  The contractor shall review and analyze fleet documents, program planning documents, and other documents as required.  The contractor shall evaluate proposed weapons systems upgrades to their value and impact.  The contractor shall generate reports of analyses and investigation in technical memorandum format.  The contractor shall prepare material for, participate in, and support SLBM meetings and briefings as requested.  The contractor shall provide support to SP23 Shipboard Systems Personnel in analysis, oversight, and execution of SLBM development and deployment programs.  The contractor shall provide support in the analysis, oversight, and execution of paper and electronic documentation for nuclear/conventional safety.

 4.4. Models and Database Support 

The contractor shall maintain, modify, and verify changes to SLBM models hosted on the DGS or PC computer system, as specified by the government.  The contractor shall convert, as required, existing models from the DGS environment to a PC.  The contractor shall design, code, checkout, and document additional software on general purpose computer systems as needed.  The contractor shall maintain, modify, verify, and disseminate changes to software tools residing on the DGS Classified computer systems and PCs.  The contractor shall design and develop new UNIX-based tools (programs and scripts) that satisfy the functional requirements defined by the government.  The contractor shall provide a handbook that documents the methodology for software environments, as required.  The contractor shall provide support for the evaluation and implementation of software and hardware tools and the migration of software to new implementations, including different workstation platforms and CM tools (e.g., Dimensions).  The contractor shall make modifications to existing databases on the DGS.  The contractor shall design, code, checkout, and, if necessary, populate all or part of a new database application, as required by a Software Requirements Specification (SRS).  The contractor shall perform research and development tasks related to Database Management, as set forth by the government.

 4.5. Storage and Media Analysis 

The contractor shall develop or assist in the development process in specifying equipment requirements that will be required in the certification of new media and equipment related to the new media for future Fleet applications.  The contractor shall generate and perform various repairs to media under evaluation or designated for use in Fleet applications.  The contractor shall provide engineering support in the analysis, design, and specifications of a variety of computer storage media

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 15 of 66  FINAL

 

Page 18: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

that include preparation and submission of reports of findings.  The contractor shall provide failure analysis support in resolving subsystem conflicts between the media, drive hardware and firmware and subsystem software.  The contractor shall assist Media Preparation Facility (MPF) personnel with the issue of media status reports, detailing reported failures, current analysis status, and recommendations and disposition of the media.  The contractor shall analyze or assist in the analysis of requirements in the support of future upgrades in media supporting applications in the Fleet Programs.  The contractor shall develop or assist in the development of engineering design specifications, operational scenarios, and performance requirements of new media for future Fleet applications.  The contractor shall assist personnel in performing tasks in accordance with MPF operating procedures.  Efforts shall include the recycling of media, the updates of associated databases, and the modification of procedures.  The contractor shall develop or assist in the development of software and recommend changes to existing software in the support of media testing, specifications, and repair processes and procedures.  The contractor shall develop and/or maintain specifications and documentation for the procurement and testing of storage media.  The contractor shall provide investigative criteria, development, and engineering support for the design and development of storage media test equipment and fixtures.  The contractor shall prepare and submit monthly progress reports and weekly reports as required.

 4.6. Integrated Budget Planning and Execution System (IBPES)/ Integrated Logistics Support Management Information System (ILSMIS) 

The contractor shall provide IBPES program modifications according to specifications for custom Strategic and Weapon Control Systems- related financial reports and IBPES data entry modules.  The contractor shall provide additional IBPES databases as required.  The contractor shall provide technical support in the creation and distribution of IBPES branch/program manager update disks for program planning cycles as specified.  The contractor shall provide technical support on an as-needed basis for the operation and maintenance of IBPES for each Program Office.  The contractor shall provide technical support and develop appropriate interfaces to/from IBPES to accommodate transition to new operating environments and software technology.  The contractor shall provide upgrades to existing IBPES customizations so the Program Offices can use the most recent version of IBPES, which is using Oracle as the backend database.  The contractor shall provide technical support for integrating sponsor generation program and sponsor historical data into the overall financial system.  The contractor shall prepare and maintain user guides for IBPES for Stub Maintenance, Budget Management, and Financial Management and Maintenance.

 4.7. Information Assurance 

The contractor shall provide engineering and documentation support to establish and maintain accreditation of Computer Networks and Computer Systems. The contractor shall develop, acquire approvals and maintain all Accreditation documents which would include DIACAP/DITSCAP C&A Packages-as appropriate, Platform Information Technology (PIT) packages, Network CONOPS and Firewall Mods.  The contractor shall be responsible for accurately entering all accreditation information into the CXA10 IPA database.  The contractor shall also meet the requirements for Information Assurance Officer (IAO) which requires DOD 8570.1 certification and be responsible for carrying out all IAO duties.

 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 16 of 66  FINAL

 

Page 19: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

4.8. Ship, Submersible Guided Nuclear (SSGN) 

The contractor shall provide support to NSWCDD Guided Missile Submarine (SSGN) in the management and execution of the SSGN project/program including the AWCS Design & Deployment Team (ADDT) and AWCS Program Management Team (APMT).  The contractor shall participate in the preparation of SSGN AWCS DDT, AWCS PMT, and LCS 102 CDT meetings, and shall be responsible for generating and distributing advanced agenda and supporting meeting materials.  The contractor shall participate in, as requested, SSGN AWCS DDT, AWCS PMT and LCS102 CDT, Working Groups and Focus Team meetings and Technical Reviews, and shall be responsible for the preparation and posting of meeting minutes and action item lists.  The contractor shall participate in and support the generation of program briefings.  The contractor will provide program level documentation, documentation support, AWCS Master Schedule support, and coordinate recommended changes for publication and distribution.  The contractor shall review program, design, and specification documents for consistency with SSGN requirements as required.  The contractor shall participate in the SP23 SSGN AWCS Documentation Working Group and other such working groups, as required.  The contractor shall perform analysis of the tasks necessary for the operation of the AWCS and develop and/or review the corresponding procedural documentation defining the required steps and procedures.  The contractor shall maintain databases such as the AWCS Action Item Database/Milestone Database, AWCS Decision Database, and files on the NSWCDD SSGN Documentation Repository.

 4.9. System Software Engineering 

The contractor shall perform software engineering tasks including requirements analysis, software development, software problem and discrepancy resolution, enhancement assessment, and implementation analysis.  The contractor shall also provide support for software testing including development of CSCI level test cases, test execution, and test reporting.

 4.10. Systems Engineering 

The contractor shall perform systems engineering tasks for design and development including mission analysis, system architectural design, system level requirements, external interface design, documentation writing, and problem reporting.

 4.11. System Test Engineering 

The contractor shall perform system test tasks including Test Plan development, Test Procedure development, test performance, problem reporting, and test reporting.

  5. Contract Data Requirements List (CDRL) The following is a list of the Contract Data Requirements List items applicable to this contract.   A001 – Contractor’s Progress, Status & Management Report

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 17 of 66  FINAL

 

Page 20: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

A002 – Technical Report – Study/Services (Miscellaneous Reports)A003 - Computer Software Product End Items A004 - System/Subsystem Specification A005 – Conference Agenda A006 – Presentation Material A007 – Software Requirement Specification A008 – Interface Requirements SpecificationA009 – Software Users ManualA010 – Interface Design DescriptionA011 – Software Test PlanA012 – Software Test DescriptionA013 – Technical Report – Study/Services (Memorandums)A014 – Report, Record of Meeting/MinutesA015 – Software Test ReportA016 – Technical Report – Study/Services (Software Problem Report)A017 – Operating Procedures Manual (Maintenance & Operations Manuals)A018 – Critical Task Analysis ReportA019 – Technical Report – Study/Services (Fleet Documentation Outlines)A020 – Operating Procedures Manual (Standard Operating Procedures (SOPs)) 6. Government Furnished Items: Each Technical Instruction will identify the material available as Government Furnished Equipment (GFE) or Government Furnished Information (GFI).  In general, past K Department documentation and program documentation will be available for use to complete the tasks.  Some of the GFI include Test Plan Procedures mentioned in the SOW, System Test Development Plans, Standards and Policies, System Engineering Standards, Policies and Process Procedures, Software Development Plans.  7. Travel Requirements: Travel is required for many tasks associated with K Department support.  Travel is required for both inside the United States (local and distant) and abroad.  Each individual Technical Instruction will identify the estimated travel required to support the system. 8. Security: The contractor's facility must be cleared at the SECRET level for handling/storage of documentation.  All individuals must possess a SECRET clearance.  Some individuals may be required to be authorized for Critical Nuclear Weapons Design Information (CNWDI).  9. Progress Reporting: The Contractor shall prepare and submit monthly progress reports in accordance with CDRL A001.

 

TERMINATION OF EMPLOYEES WITH NSWCDD BASE ACCESS

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 18 of 66  FINAL

 

Page 21: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

The Contractor shall ensure that all employees who have a NSWCDD badge and or vehicle sticker turn in the badge and remove the vehicle sticker immediately upon termination of their employment under this order.  The above requirement shall be made a part of the standard employee facility clearance procedures for all separated personnel.  The Contractor shall advise NSWCDD Physical Security of all changes in their personnel requiring NSWCDD base access.

 For involuntarily separated personnel and those separated under adverse circumstances, the Contractor shall notify NSWCDD Physical Security in advance of the date, time, and location where the NSWCDD representative may physically remove the employee’s vehicle sticker and retrieve the NSWCDD badge prior to the employee departing the Contractor’s facility.  In the event the employee is separated in his or her absence, the Contractor shall immediately notify NSWCDD Physical Security of the separation and make arrangements between the former employee and NSWCDD Physical Security for the return of the badge and removal of the sticker.

Ddl-C30   HAZARDOUS MATERIALS USED ON GOVERNMENT SITE

(a) This clause applies if hazardous materials are utilized at any time during the performance of work on a Government site under this order.  Hazardous materials are defined in Federal Standard No. 313 and include items such as chemicals, paint, thinners, cleaning fluids, alcohol, epoxy, flammable solvents, or asbestos.

(b) The contractor shall have an active Hazard Communication Program in place for all contractor employees per 29 C.F.R. 1910.1200.  Before delivery of any hazardous materials onto Government property, the Contractor shall provide the TOM with an inventory and Material Safety Data Sheet (MSDS) for these materials.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 19 of 66  FINAL

 

Page 22: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

SECTION D PACKAGING AND MARKING

All Deliverables shall be packaged and marked IAW Best Commercial Practice.

  SECTION D PACKAGING AND MARKING

Delivery shall be in accordance with the provisions of the basic contract. Some deliveries may contain classified information. All technical reports and other deliverable items shall be marked to include, as a minimum, the prime contractor's name, contract number, and task order number.

All Deliverables shall be packaged and marked IAW Best Commercial Practice.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 20 of 66  FINAL

 

Page 23: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

SECTION E INSPECTION AND ACCEPTANCE

 SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance shall be performed at NSWCDD, Dahlgren, VA by the Task Order Manager (TOM) designated herein.

PERFORMANCE BASED CRITERIA:

PERFORMANCE BASED CONTRACT REVIEW AND ACCEPTANCE PROCEDURE

(a) This is a performance-based contract as defined in FAR Part 37.6 (PERFORMANCE BASED ACQUISITIONS). Contractor performance will be reviewed in accordance with the Quality Assurance Surveillance Plan (QASP) in Section H.

(b) The plan defines that this review and acceptance will become part of the annual Contractor Performance Assessment Reporting System (CPARS). The contractor may obtain more information regarding CPARS process at the following internet site:

http://cpars.navy.mil

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 21 of 66  FINAL

 

Page 24: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

SECTION F DELIVERABLES OR PERFORMANCE

CLIN - DELIVERIES OR PERFORMANCE

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

   

4000 10/1/2010 - 7/31/2011

4050 10/1/2010 - 7/31/2011

4100 8/1/2011 - 7/31/2012

4150 8/1/2011 - 7/31/2012

6000 10/1/2010 - 7/31/2011

6050 10/1/2010 - 7/31/2011

6100 8/1/2011 - 7/31/2012

6150 8/1/2011 - 7/31/2012

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

   

4200 8/1/2012 - 7/31/2013

4300 8/1/2013 - 7/31/2014

6200 8/1/2012 - 7/31/2013

6300 8/1/2013 - 7/31/2014

7000 8/1/2014 - 7/31/2015

9000 8/1/2014 - 7/31/2015

Services to be performed hereunder will be provided at (insert specific address and building etc.)

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 22 of 66  FINAL

 

Page 25: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

SECTION G CONTRACT ADMINISTRATION DATA

ACCOUNTING DATA

 The award document will include Accounting Data at the end of Section G. All lines of accounting are listed sequentially under a heading that identifies the particular action (award or modification number) under which the funding was obligated. Under SeaPort-e, all funding 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, even if the funds are an increase to an existing line of accounting (ACRN). Thus, an individual project/work area or Technical Instruction that is funded incrementally, could have one ACRN but multiple SLINs. Accounting for expenditures and invoicing at the SLIN level is required.

 Ddl-G1 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

 The Payment Office shall ensure that each payment under this contract is made in accordance with the accounting classification reference numbers (ACRNs) and Sub-Line (SLIN) numbers shown on each individual invoice, including attached data.

 Ddl-G10 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES

 (*) - To be identified at time of award.

 Procuring Contracting Officer (PCO):

 (a)        Name:                          Code:               CXS 13 - 15             Address:           Naval Surface Warfare Center, Dahlgren Division                                     17632 Dahlgren Road, Suite 157                                       Dahlgren, Virginia 22448-5100             Phone:                 -             FAX:                  ( -             E-mail:                

 (b) PCO responsibilities are outlined in FAR 1.602-2. The PCO is the only person authorized to approve changes in any of the requirements of this Task Order , notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the PCO’s. The contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. In the event the contractor effects any change at the direction of any person other than the PCO, the change will be considered to be unauthorized.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 23 of 66  FINAL

 

Page 26: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

 Contract Specialist:

 (a)        Name:                           Code:               CXS 13-2            Address:           Naval Surface Warfare Center, Dahlgren Division                                     17632 Dahlgren Road, Suite 157                                    Dahlgren, Virginia 22448-5100             Phone:              ( -             FAX:                ( -             E-mail:                 

 (b) The Contract Specialist is the representative of the Contracting Officer for all contractual matters.

 Administrative Contracting Officer (ACO)

 (a)        Name:             DCMA Baltimore            Code:                           Address:           217 East Redwood Street, Suite 1800, Baltimore MD 21202-5299             Phone:              (410)962-9925             FAX:                            E-mail:              

 (b) The Administrative Contracting Officer (ACO) of the cognizant Defense Contract Management Agency (DCMA) is designated as the authorized representative of the Contracting Officer for purposes of administering this Task Order in accordance with FAR 42.3. However, in view of the technical nature of the supplies and services to be furnished, technical cognizance is retained by the Naval Surface Warfare Center, Dahlgren Division.

 Task Order Manager (TOM):

 

(a)        Name:              -             Code:               K03B            Address:           5442 Bronson Road, Suite 110                                    Dahlgren, VA 22448-5159             Phone:              ( -             FAX:                (540) 653-5159            E-mail:             DLGR_NSWC_K_COR

 (b) The TOM is the PCO’s appointed representative for technical matters. The TOM is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the Task Order or to otherwise change any Task Order requirements. An informational copy of the TOM appointment letter which provides a delineation of TOM authority and responsibilities is provided as an attachment to this Task Order.

 Alternate Task Order Manager (ATOM):

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 24 of 66  FINAL

 

Page 27: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

 (a)        Name:                          Code:               K03            Address:           5442 Bronson Road, Suite 110                                    Dahlgren, VA 22448-5159             Phone:              ( -             FAX:                (540) 653-5159             E-mail:              DLGR_NSWC_K_COR

 (b) The ATOM is responsible for TOM responsibilities and functions in the event that the TOM is unavailable due to leave, illness, or other official business. The ATOM is appointed by the PCO; a copy of the ATOM appointment is provided as an attachment to this Task Order.

 Ddl-H40 FUNDING PROFILE

It is estimated that these incremental funds will provide the labor hours for the task order period as shown below.  The following details funding to date. 

Total CPFFPreviousFunding

Funds thisAction

Total Funding

BalanceUnfunded Hours

CLIN 4000  $5,608,411.00  $ 4,524,806.00   $0.00 $4,524,806.00$1,083,605.00

CLIN 4050 $1,869,471.00 $1,073,958.00           $0.00 $1,073,958.00$795,513.00

    

CLIN 4100 $6,871,683.00 $290,995.00 $240,259.00 $6,710,668.00$161,015.00

CLIN 4150 $1,300,000.00 $254,886.00 $0.00 $516,150.00 $783,850.00

CLIN 6000  $ 544,354.00 $ 256,576.00  ($5,000.00)  $251,576.00  $ 292,778.00  

CLIN 6050 $181,451.00 $22,040.00 $0.00 $22,040.00 $159,411.00

CLIN6100 $605,866.00 $266,769.00 $0.00 $335,513.00 $270,353.00 -

CLIN6150

$125,000.00 $45,114.00 $0.00 $50,000.00 $75,000.00 -

 Note: This table will be completed at time of award. Funding details for subsequent periods will be identified as Option (s) are exercised.

 NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (JAN 2008)

(a)  This contract is incrementally funded with respect to both cost and fee.  The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below.  The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs is set forth below.  As provided in the clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 25 of 66  FINAL

 

Page 28: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

the period of performance for which it is estimated the allotted amount(s) will cover are as follows:

 NAVSEA 5252.216-9122  LEVEL OF EFFORT (DEC 2000)

Alloted to Cost

Allottedto Fee

Estimated CPFF

CLIN 4000 $4,524,806.00 CLIN 4050 $1,073,958.00CLIN 6000 $251,576.00 CLIN 6050 $22,040.00Total Base Period $5,877,380.00 

CLIN 4100 $6,710,668.00CLIN 4150 $516,150.00CLIN 6100 $335,513.00CLIN 6150 $50,000.00Total Option 1 Period $7,372,072.00

(a)  The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the work described in Sections B and C of this contract.  The total level of effort for the performance of this contract shall be                          total man-hours of direct labor, including subcontractor direct labor for those subcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level of effort.

(*The table below and information for the blanks in paragraph (a), (b), and (d) are to be completed by the offeror as part of his proposal.)  

  Total Labor Hours Compensated Uncompensated

 Base Period (CLIN 4000)

           

          

                  0

Option 1 (CLIN 4100)

                                  0

Option 2 (CLIN 4200)

                                  0

Option 3 (CLIN 4300)

                                  0

Option 4 (CLIN 4400)

         1                          0

 b)  Of the total man-hours of direct labor set forth above, it is estimated that        0     man-hours are uncompensated effort.

 Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additional compensation for such excess work.  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

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 26 of 66  FINAL

 

Page 29: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

this contract.

 (c)  Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performed in direct support of this contract 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 (j) 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 contract shall be expended at an average rate of approximately         hours 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 contract and any additions or changes required by then current law, regulations, or directives, and that the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract.  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 order shall specify the acceleration required and the resulting revised term.  The Contractor shall acknowledge this order within five days of receipt.

 (g)  If the total level of effort specified in paragraph (a) above is not provided by the Contractor during the period of this contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract as follows:

          Fee Reduction = Fee (Required LOE - Expended )                                                               Required LOE                                                                     

 or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable, require the Contractor to continue to perform the work until the total number of man-hours of direct labor specified in paragraph (a) above shall have been expended, at no increase in the fee of this contract.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 27 of 66  FINAL

 

Page 30: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

 (h)  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.  The Contractor shall indicate on each invoice the total level of effort claimed during the period covered by the invoice, separately identifying compensated effort and uncompensated effort, if any.

 (i)  Within 45 days after completion of the work under each separately identified period of performance hereunder, the Contractor shall submit the following information in writing to the Contracting Officer with copies to the cognizant Contract Administration Office and to the DCAA office to which vouchers are submitted:  (1) the total number of man-hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the number of man-hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for the period.  Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, in the case of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced to recover excess funds and, in the case of an underrun in hours specified as the total level of effort; and (6) a calculation of the appropriate fee reduction in accordance with this clause.  All submissions shall include subcontractor information.

 (j) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contract performance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided the Contractor has a company-approved alternative worksite plan.  The primary worksite is the traditional “main office” worksite. An alternative worksite means an employee’s residence or a telecommuting center.  A telecommuting center is a geographically convenient office setting as an alternative to an employee’s main office. The Government reserves the right to review the Contractor’s alternative worksite plan. In the event performance becomes unacceptable, the Contractor will be prohibited from counting the hours performed at the alternative worksite in fulfilling the total level of effort obligations of the contract. Regardless of work location, all contract terms and conditions, including security requirements and labor laws, remain in effect.  The Government shall not incur any additional cost nor provide additional equipment for contract performance as a result of the Contractor’s election to implement an alternative worksite plan.

 (k) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish man-hours up to five percent in excess of the total man-hours specified in paragraph (a) above, provided that the additional effort is furnished within the term hereof, and provided further that no increase in the estimated cost or fee is required.

 PAYMENT OF FEE(S) (LEVEL OF EFFORT) (NAVSEA 1993)

(a) For purposes of this delivery order, “fee” means "target fee" in cost-plus-incentive-fee type contracts, "base fee" in cost-plus-award-fee type contracts, or “fixed fee” in cost-plus-fixed-fee for level of effort type delivery orders.

(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled “FIXED FEE” (FAR 52.216-8) or “INCENTIVE FEE”, (FAR 52.216-10), as applicable.  Such payments shall be equal to the percentage of Fixed Fee to Costshown for the applicable CLIN in Section B on each invoice submitted by and payable to the

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 28 of 66  FINAL

 

Page 31: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

Contractor pursuant to the clause of this contract entitled “ALLOWABLE COST AND PAYMENT” (FAR 52.216-7), subject to the withholding terms and conditions of the “FIXED FEE” or “INCENTIVE FEE” clause, as applicable (percentage of fee is based on fee dollars divided by estimated cost dollars, including facilities capital cost of money). Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract.

(c) The fee(s) specified in SECTION B, and payment thereof, is subject to adjustment pursuant to paragraph (g) of the special contract requirement entitled “LEVEL OF EFFORT”.  If the fee(s) is reduced and the reduced fee(s) is less than the sum of all fee payments made to the Contractor under this contract, the Contractor shall repay the excess amount to the Government.  If the final adjusted fee exceeds all fee payments made to the contractor under this contract, the Contractor shall be paid the additional amount, subject to the availability of funds.  In no event shall the Government be required to pay the Contractor any amount in excess of the funds obligated under this contract at the time of the discontinuance of work.

(d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid until the contract has been modified to reduce the fee(s) in accordance with the “LEVEL OF EFFORT" special contract requirement, or until the Procuring Contracting Officer has advised the paying office in writing that no fee adjustment is required.

INSTRUCTIONS REGARDING INVOICING OF FIXED FEE DURING PERFORMANCE

(a) The clause entitled "ALLOTMENT OF FUNDS" in this Section provides the cumulative amount funded.  Separate amounts are provided for Estimated Cost and Fixed Fee.  The funded fixed fee is based on the ratio of negotiated Fixed Fee to Estimated Cost in Section B (including Facilities Capital Cost of Money) for the applicable Task Order period.  When obligating labor funds, the SeaPort-e software computes, for the Government, separate cumulative cost and fee amounts.  These amounts are then used by the Government to complete the "ALLOTMENT OF FUNDS" clause. The contractor is not authorized to invoice in excess of the funded fee dollars shown in the ALLOTMENT OF FUNDS" clause for each Labor CLIN.

HQ G-2-0007   INVOICE INSTRUCTIONS (NAVSEA) (JAN 2008)

(a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OF PAYMENT REQUESTS” (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract. This web-based system located at https://wawf.eb.mil provides the technology for government contractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted for payment.

(b) It is recommended that the person in your company designated as the Central Contractor Registration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for the submission of invoices, use the online training system for WAWF at http://wawftraining.com. The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the training system

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 29 of 66  FINAL

 

Page 32: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

should be reviewed. Vendor Quick Reference Guides also are available at http://acquisition.navy.mil/navyaos/content/view/full/3521/. The most useful guides are “Getting Started for Vendors” and “WAWF Vendor Guide”.

(c) The designated CCR EB point of contact is responsible for activating the company’s CAGE code on WAWF by calling 1-866-618-5988. Once the company is activated, the CCR EB point of contact will self-register under the company’s CAGE code on WAWF and follow the instructions for a group administrator. After the company is set-up on WAWF, any additional persons responsible for submitting invoices must self-register under the company’s CAGE code at https://wawf.eb.mil.

(d) The contractor shall use the following document types, DODAAC codes and inspection and acceptance locations when submitting invoices in WAWF:

Type of Document (contracting officer check all that apply)

               Invoice (FFP Supply & Service)               Invoice and Receiving Report Combo (FFP Supply)               Invoice as 2-in-1 (FFP Service Only)          X    Cost Voucher (Cost Reimbursable, T&M, LH, or FPI)               Receiving Report (FFP, DD250 Only).

DODAAC Codes and Inspection and Acceptance Locations

        Issue DODAAC    N00178         Admin DODAAC  S2101A            Pay Office DODAAC  HQ0338           Ship to DODAAC   HAA211            LPO DODAAC  N/A           Inspection Location    See Section E         Acceptance Location     See Section E 

Attachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g., backup documentation, timesheets, etc. Maximum limit for size of each file is 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes.

(e) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will be prompted to send additional email notifications. Click on “Send More Email Notification” and add the acceptor/receiver email addresses noted below in the first email address block, and add any other additional email addresses desired in the following blocks. This additional notification to the government is important to ensure that the acceptor/receiver is aware that the invoice documents have been submitted into WAWF.

Send Additional Email Notification To:

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 30 of 66  FINAL

 

Page 33: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

       Task Order Manager:  -

(f) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shall process invoices/cost vouchers for payment per contract terms. Contractors approved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF. Final voucher submission will be approved by the ACO.

(g) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number or the NAVSEA WAWF point of contact Margaret Morgan at (202) 781-4815 or [email protected].

 CONSENT TO SUBCONTRACT

For subcontracts and consulting agreements for services, where the prime contractor anticipates that hours delivered will be counted against the hours in the Level of Effort clause in this section, Consent to Subcontract authority is retained by the Procuring Contracting Officer. 

        The following subcontractors are approved on this order:

                                                                                                                         

SPECIAL INVOICE INSTRUCTIONS

In an effort to utilize funds prior to cancellation and to ensure that funds are expensed in accordance with expenditure benchmarks for the multiple programs funding the task order effort, the contractor shall coordinate invoicing of funds with the TOM/ATOM and the paying office shall disburse funds in accordance with the contractor’s invoice.

EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES

When a Government facility is closed and/or early dismissal of Federal employees is directed due to severe weather, a security threat, or a facility related problem that prevents personnel from working, on-site contractor personnel regularly assigned to work at that facility should follow the same reporting and/or departure directions given to Government personnel. The contractor 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 they should go/stay home or report to another company facility. Subsequent to an early dismissal and during periods of inclement weather, on-site contractors should monitor radio and television announcements before departing for work to determine if the facility is closed or operating on a delayed arrival basis.

When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severe weather, a security threat, or a facility related problem), on site contractors will

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 31 of 66  FINAL

 

Page 34: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

continue working established work hours or take leave in accordance with parent company policy. Those contractors who take leave shall not direct charge the non-working hours to the task order.

Contractors are responsible for predetermining and disclosing their charging practices for early dismissal, delayed openings, or closings in accordance with the FAR, applicable cost accounting standards, and company policy. Contractors shall follow their disclosed charging practices during the task order period of performance and shall not follow any verbal directions to the contrary. A determination of cost allowability for time lost due to facility closure will be made in accordance with FAR, applicable Cost Accounting Standards, and the Contractor's established accounting policy.

TRAVEL COSTS - ALTERNATE 1 (NAVSEA)(DEC 2005)

(a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel cost in accordance with FAR 31.205-46.  The costs to be reimbursed shall be those costs accepted by the cognizant DCAA.

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

(c) Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR 31.205-35; however, Contracting Officer approval shall be required prior to incurring relocation expenses and travel costs incident to the relocation.

(d) The contractor shall not be reimbursed for the following daily local travel costs:

      (i) travel at U.S. Military Installations where Government transportation is available.

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

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

Ddl-G12 POST AWARD MEETING

(a) A Post Award Meeting with the successful offeror will be conducted within 15 working days after award of the contract. The meeting will be held NSWCDD.

(b) The contractor will be given at least five working days notice prior to the date of the conference by the Contracting Officer.

(c) The requirement for a Post Award meeting shall, in no event, constitute grounds for excusable delay by the Contractor in performance of any provisions in the contract.

In accordance with (DFARS) PGI 204.7108 "Other" (d) (12) INVOICING AND PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITIATIONS

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 32 of 66  FINAL

 

Page 35: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

Consistent with clause HQ G-2-0006 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CITATIONS(b)(12) "Other" (ALTERNATE 1) (NAVSEA) (JAN 2008), which is in your basic Seaport-e contract, the following payment instructions apply to this task order:

a) This requirement includes support for mulitple programs with indepent budgets and funding lines. These funding lines are NOT interchangeable and it is critical that the Paying Office pay in accordance with the ACRNs and SLINs noted on the contractor's invoices. To do otherwise could result in a misappropriation of funds.

(b) The Payment Office shall ensure that each payment under this contract is made in accordance with the specific accounting classification reference numbers (ACRNs) and SubCLIN (SLIN) numbers shown on each individual invoice, including attached data.

Accounting DataSLINID PR Number Amount -------- ---------------------- --------------------- 400001 K03000/0272391A  LLA : AA 1701810 34U9 325 VA0GY 0 068342 2D 000000 U90030000000 Incremental Funding - TI #1; Funding Doc:N0003010RC09017;ACRN:AA   400002 K03000/0272392A  LLA : AA 1701810 34U9 325 VA0GY 0 068342 2D 000000 U90030000000 Incremental Funding - TI #3; Funding Doc:N0003010RC09017;ACRN:AA   400003 K03000/0272393A  LLA : AA 1701810 34U9 325 VA0GY 0 068342 2D 000000 U90030000000 Incremental Funding - TI #5; Funding Doc:N0003010RC09017;ACRN:AA   400004 K03000/0272394A  LLA : AA 1701810 34U9 325 VA0GY 0 068342 2D 000000 U90030000000 Incremental Funding - TI #6; Funding Doc:N0003010RC09017;ACRN:AA   400005 K03000/0272404A  LLA : AB 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710SDS0T Incremental Funding - TI #2   400006 K03000/0272400A LLA : AB 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710SDS0T Incremental Funding - TI #4   400007 K03000/0272401A LLA : AC 97X4930 NH1E 000 77777 0 000178 2F 000000 2FKCB07CNPCT Incremental Funding - TI #8   400008 K03000/0272261A LLA : AD 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551021012 Incremental Funding - TI #9   400009 K03000/0272262A LLA : AE 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551021611 Incremental Funding - TI #10   

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 33 of 66  FINAL

 

Page 36: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

600001 K03000/0272392A LLA : AA 1701810 34U9 325 VA0GY 0 068342 2D 000000 U90030000000 Incremental Funding - TI #3 Funding Doc:N0003010RC09017;ACRN:AA   600002 K03000/0272393A  LLA : AA 1701810 34U9 325 VA0GY 0 068342 2D 000000 U90030000000 Incremental Funding - TI #5 Funding Doc:N0003010RC09017;ACRN:AA   600003 K03000/0272404A  LLA : AB 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710SDS0T Incremental Funding - TI #2   600004 K03000/0272261A  LLA : AD 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551021012 Incremental Funding - TI #9   600005 K03000/0272262A  LLA : AE 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551021611 Incremental Funding - TI #10    BASE Funding Cumulative Funding  MOD 01  400010 K03000/0294001A LLA : AF 97X4930 NH1E 000 77777 0 000178 2F 000000 21K55103211B Incremental Funding - TI #10   400011 K03000/0301312A LLA : AG 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551021515 Incremental Funding - TI #9   600006 KO3000/0301312A  LLA : AG 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551021515 Incremental Funding = TI #9   MOD 01 Funding Cumulative Funding  MOD 02  400012 K03000/0309441A LLA : AH 1711804 3D3D 253 VA031 0 068342 2D 000000 803000000000 Incremental Funding - TI #3 RCP: N0003011RC1009R: ACRN: AA)   400013 K03000/0309445A LLA : AJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710FCW0T Incremental Funding - TI #6   400014 K03000/0309444A  LLA : AK 1791810 34U9 325 VA0GY 0 068342 2D 000000 U90030000000 Incremental Funding - TI #5 (RCP: N0003010RC09018: ACRN: AA)   400015 K03000/0309443A LLA : AK 1791810 34U9 325 VA0GY 0 068342 2D 000000 U90030000000 Incremental Funding - TI #4 (RCP: N0003010RC09018: ACRN: AA)   400016 K03000/0309440A LLA : AK 1791810 34U9 325 VA0GY 0 068342 2D 000000 U90030000000 Incremental Funding - TI #2 (RCP: N0003010RC09018: ACRN: AA) 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 34 of 66  FINAL

 

Page 37: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

 400017 K03000/0309439A LLA : AL 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710FCW0T Incremental Funding - TI #1   400018 K03000/0309442A LLA : AM 1701507 31DM 325 VA0CM 0 068342 2D 000000 DM0010000000 Incremental Funding - TI #3 RCP: N0003010RC07012: ACRN: AA)   600007 K03000/0309440A LLA : AK 1791810 34U9 325 VA0GY 0 068342 2D 000000 U90030000000 Incremental Funding - TI #2 (RCP: N0003010RC09018: ACRN: AA)   600008 K03000/0309442A LLA : AM 1701507 31DM 325 VA0CM 0 068342 2D 000000 DM0010000000 Incremental Funding - TI #3 (RCP: N0003010RC07012: ACRN: AA)    MOD 02 Funding Cumulative Funding  MOD 03  405001 K03000/0272402A LLA : AX 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710UFW0T Incremental Funding - TI 7   405002 K03000/0309446A LLA : AX 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710UFW0T Incremental Funding - TI 7   605001 K03000/0272402A LLA : AX 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710UFW0T Incremental Funding - TI 7    MOD 03 Funding Cumulative Funding  MOD 04  400019 K03000/1010456A LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding - TI #3  (N0003011WR18080-AA)   400020 K03000/1010455A LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding - TI #1  (N0003011WR18080-AA)   400021 K03000/1004456A LLA : AQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710BHW0T Incremental Funding - TI #6  (N0003010WR09008 - AA)   400022 K03000/1004455A  LLA : AQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710BHW0T Incremental Funding - TI #5  (N0003010WR09008 - AA)   400023 K03000/1004454A LLA : AR 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711GNW0T Incremental Funding - TI #4 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 35 of 66  FINAL

 

Page 38: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

(N0003011WR18101 - AA)   400024 K03000/1004452A LLA : AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710GAW0T Incremental Funding - TI #2  (N0003010WR09013 - AA)   405003 K03000/1004457A LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711U9W0T Incremental Funding - TI #7  (N0003011WR03325 - AA)(FMS: UZ-P-BAR)   600009 K03000/1010456A LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding - TI #3  (N0003011WR18080-AA)   600010 K03000/1004452A LLA : AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710GAW0T Incremental Funding - TI #2  (N0003010WR09013 - AA)   605002 K03000/1004457A LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711U9W0T Incremental Funding - TI #7  (N0003011WR03325 - AA)(FMS: UZ-P-BAR)    MOD 04 Funding Cumulative Funding  MOD 05  400025 k03000/1021172A LLA : AT 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551125500 Incremental Funding - TI #10  (N0002411WX20873-AA)   400026 K03000/1021173A LLA : AU 1701810 A2DB 253 SASWS 0 068342 2D 000000 DB4000000000 Incremental Funding - TI #10  (N0002411WX30315-AA)   400027 K03000/1021166A  LLA : AV 1701810 81DM 253 SASDM 0 068342 2D 000000 DM0110000000 Incremental Funding - TI #10  (N0002411WX30319-AA)   400028 K03000/1021165A LLA : AW 1701810 81CC 253 SASGM 0 068342 2D 000000 CC0040000000 Incremental Funding - TI #10  (N0002411WX30318-AA)   405004 k03000/1004458A LLA : AQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710BHW0T Incremental Funding - TI #11  (N0003010WR09008 -AA)(FMS: UZ-P-BAR)   600011 K03000/1021172A LLA : AT 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551125500 Incremental Funding - TI #10  (N0002411WX20873-AA)   600012 K03000/1021173A  LLA : 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 36 of 66  FINAL

 

Page 39: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

AU 1701810 A2DB 253 SASWS 0 068342 2D 000000 DB4000000000 Incremental Funding - TI #10  (N0002411WX30315-AA)   600013 K03000/1021166A LLA : AV 1701810 81DM 253 SASDM 0 068342 2D 000000 DM0110000000 Incremental Funding - TI #10  (N0002411WX30319-AA)    MOD 05 Funding Cumulative Funding  MOD 06 Funding Cumulative Funding  MOD 07 Funding Cumulative Funding  MOD 08  400029 K03000/1028427 LLA : AY 1711810 A46B 252 WS050 0 050120 2D 000000 A00000641207 Incremental Funding - TI #10  RCP Doc: N0002411RX00910  400030 K03000/1028429A LLA : AU 1701810 A2DB 253 SASWS 0 068342 2D 000000 DB4000000000 INCREMENTAL FUNDING - TI #10  RCP: Doc: N0002411WX30315  400031 K03000/1042385A LLA : AC 97X4930 NH1E 000 77777 0 000178 2F 000000 2FKCB07CNPCT INCREMENTAL FUNDING - TI #8   400032 K03000/1041104A LLA : AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 2FGCB07CNPCT INCREMENTAL FUNDING - TI #8    MOD 08 Funding Cumulative Funding  MOD 09  400033 K03000/1004458A LLA : AQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710BHW0T Incremental Funding - TI #11  (N0003010WR09008 -AA)   405004 K03000/1004458A LLA : AQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2710BHW0T Incremental Funding - TI #11  (N0003010WR09008 -AA)    MOD 09 Funding Cumulative Funding  MOD 10  400034 K03000/1054224A  LLA : BA 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551131010 Incremental Funding - TI #10  (N0002411WX03215 -AA)   400035 K03000/1021306A LLA : 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 37 of 66  FINAL

 

Page 40: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

BB 1701810 A46B 253 SASWS 0 068342 2D 000000 6B0010000000 Incremental Funding - TI #9  (N0002411WX30351 -AA)   400036 K03000/1066112A LLA : BC 1791810 A2DB 253 SASWS 0 068342 2D 000000 DB4000000000 Incremental Funding - TI #9  (N0002411WX30448 -AA)   600014 K03000/1054224A LLA : BA 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551131010 Incremental Funding - TI #10  (N0002411WX03215-AA)    MOD 10 Funding Cumulative Funding  MOD 11  400037 K03000/1070227A  LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding - TI #5  (N0003011WR18080 -AA)   400038 K03000/1070225A LLA : AH 1711804 3D3D 253 VA031 0 068342 2D 000000 803000000000 Incremental Funding - TI #3  (N0003011RC1009R -AA)   400039 K03000/1070226A LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding - TI #4  (N0003011WR18080 -AA)   400040 K03000/1070223A LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding - TI #2  (N0003011WR18080 -AA)   400041 K03000/1070229A LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding - TI #11  (N0003011WR18080 -AA)   400042 K03000/1070224A LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding - TI #3  (N0003011WR18080 -AA)   405005 K03000/1070228A LLA : BD 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711UFW0T Incremental Funding - TI #7  (N0003011WR03326 -AA)(FMS: UZ-P-BAR)   600015 K03000/1070227A  LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding - TI #5  (N0003011WR18080-AA)   600016 K03000/1070224A  LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711U9W0T Incremental Funding - TI #3  (N0003011WR18080-AA)   

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 38 of 66  FINAL

 

Page 41: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

605003 K03000/1070228A  LLA : BD 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711UFW0T Incremental Funding - TI #7  (N0003011WR033265 - AA)(FMS: UZ-P-BAR)    MOD 11 Funding Cumulative Funding  MOD 12  400043 K03000/1098267A LLA : BR 1711810 A46B 252 WS050 0 050120 2D 000000 A10000608711 Incremental Funding - TI #10  (N0002411WX01458 -AA)   400044 K03000/1098268A LLA : BN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551125200 Incremental Funding - TI #10  (N0002411WX30448 -AA)   400045 K03000/1098269A LLA : AW 1701810 81CC 253 SASGM 0 068342 2D 000000 CC0040000000 Incremental Funding - TI #10  (N0002411WX30318 -AA)   400046 K03000/1098270A LLA : BP 1701811 1224 253 XRWML 0 068342 2D 000000 200104TS4012 Incremental Funding - TI #10  (N0002411WX20873 -AA)    MOD 12 Funding Cumulative Funding  MOD 13  400047 K03000/1112091A LLA : BE 1711810 81CC 252 VU021 0 050120 2D 000000 A00000723382 Incremental Funding - TI #9  (N0002411RX01702 -AA)   400048 K03000/1116411A LLA : BE 1711810 81CC 252 VU021 0 050120 2D 000000 A00000723382 Incremental Funding - TI #1  (N0002411RX01702 -AA)   400049 K03000/1116413A LLA : BF 1701319 H4NZ 253 SASUB 0 068342 2D 009510 F02250000010 Incremental Funding - TI #10  (N0002411WX11077 -AA)   400050 K03000/1116412A LLA : BP 1701811 1224 253 XRWML 0 068342 2D 000000 200104TS4012 Incremental Funding - TI #10  (N0002411WX20873 -AA)   400051 K03000/1118366A LLA : BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711BHW0T Incremental Funding - TI #5  (N0003011WR19003-AA)   400052 K03000/1118365A LLA : BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711BHW0T Incremental Funding - TI #4 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 39 of 66  FINAL

 

Page 42: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

(N0003011WR19003-AA)   400053 K03000/1119467A LLA : BJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711WPW0T Incremental Funding - TI #3  (N0003011RC17004-AA)   400054 K03000/1118363A LLA : BK 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711GAW0T Incremental Funding - TI #2  (N0003011WR19006-AA)   400055 K03000/1118362A LLA : BL 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711LCW0T Incremental Funding - TI #1  (N0003011WR18103-AA)   400056 K03000/1116066C LLA : BM 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBB11CSCTR Incremental Funding - TI #3  (HQ000614488-AA)   405006 K03000/1118367A LLA : BG 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711ULW0T Incremental Funding - TI #7  (N0003011WR03329 -AA)(FMS: UZ-P-BAR   600017 K03000/1112091A LLA : BE 1711810 81CC 252 VU021 0 050120 2D 000000 A00000723382 Incremental Funding - TI #9  (N0002411RX01702-AA)   600018 K03000/1119467A  LLA : BJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711WPW0T Incremental Funding - TI #3  (N0003011RC17004-AA   600019 K03000/1116066C LLA : BM 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBB11CSCTR Incremental Funding - TI #3  (HQ000614488-AA)    MOD 13 Funding Cumulative Funding  MOD 14 Funding Cumulative Funding  MOD 15  400057 K03000/1124321A LLA : BQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711FDW0T Incremental Funding - TI #3  (N0003011RC1045R-AA)   600011 K03000/1021172A  LLA : AT 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551125500 Incremental Funding - TI #10  (N0002411WX20873-AA)   600012 K03000/1021173A LLA : AU 1701810 A2DB 253 SASWS 0 068342 2D 000000 DB4000000000 Incremental Funding - TI #10  (N0002411WX30315-AA) 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 40 of 66  FINAL

 

Page 43: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

 600013 K03000/1021166A LLA : AV 1701810 81DM 253 SASDM 0 068342 2D 000000 DM0110000000 Incremental Funding - TI #10  (N0002411WX30319-AA)   600014 K03000/1054224A LLA : BA 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551131010 Incremental Funding - TI #10  (N0002411WX03215-AA)    MOD 15 Funding Cumulative Funding  MOD 16  400053 K03000/1119467A LLA : BJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711WPW0T Incremental Funding - TI #3  (N0003011RC17004-AA)   400057 K03000/1124321A LLA : BQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711FDW0T Incremental Funding - TI #3  (N0003011RC1045R-AA)   400058 K03000/1151096A  LLA : BS 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551125411 Incremental Funding - TI #10  (N0002411WX30318-AA)   400059 K03000/1151095A LLA : AT 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551125500 Incremental Funding - TI #10  (N0002411WX20873-AA)   400060 K03000/1151094A  LLA : BT 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551135300 Incremental Funding - TI #10  (N0002411WX03944-AA)   600018 K03000/1116066C LLA : BJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711WPW0T Incremental Funding - TI #3  (N0003011RC17004-AA    MOD 16 Funding - Cumulative Funding  MOD 17  400061 K03000/1181350A LLA : BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711BHW0T Incremental Funding - TI #4  (N0003011WR19003-AA)   400062 K03000/1181336A LLA : BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711BHW0T Incremental Funding - TI #2  (N0003011WR19003-AA)   400063 K03000/1181341A LLA : BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711BHW0T 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 41 of 66  FINAL

 

Page 44: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

Incremental Funding - TI #11  (N0003011WR19003-AA)   400064 K03000/11813437A  LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding - TI #3  (N0003011WR18080-AA)   400065 K03000/1181425A LLA : AC 97X4930 NH1E 000 77777 0 000178 2F 000000 2FKCB07CNPCT Incremental Funding - TI #8  (N0017807FPC0DB0-AA)   400066 K03000/1174391A LLA : BE 1711810 81CC 252 VU021 0 050120 2D 000000 A00000723382 Incremental Funding - TI #9  (N0002411RX01702-AA)   400067 K03000/1174392A LLA : BF 1701319 H4NZ 253 SASUB 0 068342 2D 009510 F02250000010 Incremental Funding - TI #10  (N0002411WX11077-AA)   400068 K03000/1189200A LLA : BU 1711804 3D2D 253 VA031 068342 2D 000000 804000000000 Incremental Funding - TI #3  (N0003011RC1045R-AA)   400069 K03000/1192297A LLA : BV 1701507 31DM 325 VA0CM 068342 2D 000000 DM0010000000 Incremental Funding - TI #3  (N0003011RC17004-AA)   400070 K03000/1181339A LLA : BW 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2709BFW0T Incremental Funding - TI #5  (N0003009WR92920-AA)   400071 K03000/1174393A LLA : BX 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551125412 Incremental Funding - TI #10  (N0002411WX05427-AA)   400072 K03000/1181335A LLA : BY 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711WWW0T Incremental Funding - TI #1  (N0003011WR18086-AA)   400073 K03000/1181338A LLA : BY 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711WWW0T Incremental Funding - TI #4  (N0003011WR18086-AA)   405007 K03000/1181351A  LLA : BD 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711UFW0T Incremental Funding - TI #7  (N0003011WR03326 -AA)(FMS: UZ-P-BAR   600020 K03000/1181337A  LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding - TI #3  (N0003011WR18080-AA)   600021 K03000/1192297A

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 42 of 66  FINAL

 

Page 45: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

LLA : BV 1701507 31DM 325 VA0CM 068342 2D 000000 DM0010000000 Incremental Funding - TI #3  (N0003011RC17004-AA)   605004 K03000/1181351A LLA : BD 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711UFW0T Incremental Funding - TI #7  (N0003011WR03326 - AA)(FMS: UZ-P-BAR)    MOD 17 Funding Cumulative Funding  MOD 18  410001 K03000/1181342A LLA : BZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711GNW0T Incremental Funding - TI #12  (N0003011WR18101 -AA)   410002 K03000/1181343A LLA : CA 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711FCW0T Incremental Funding - TI #13  (N0003011WR14013 -AA)   410003 K03000/1181352A LLA : AH 1711804 3D3D 253 VA031 0 068342 2D 000000 803000000000 Incremental Funding - TI #14  (N0003011RC1009R -AA)   410004 K03000/1181353A LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding - TI #14  (N0003011WR18080 -AA)   410005 K03000/1181345A LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding - TI #15  (N0003011WR18080 -AA)   410006 K03000/1189183A  LLA : BL 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711LCW0T Incremental Funding - TI #16  (N0003011WR18080 -AA)   410007 K03000/1181346A  LLA : CB 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2709BPW0T Incremental Funding - TI #17  (N0003009WR92904 -AA)   410008 K03000/1181347A LLA : BW 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2709BFW0T Incremental Funding - TI #18  (N0003009WR92920 -AA)   410009 K03000/1186121A  LLA : AC 97X4930 NH1E 000 77777 0 000178 2F 000000 2FKCB07CNPCT Incremental Funding - TI #20  (N0017807FPC0DB0-AA)   410010 K03000/1189184A 11000.00  LLA : AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 2FGCB07CNPCT Incremental Funding - TI #20   

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 43 of 66  FINAL

 

Page 46: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

 410011 K03000/1172461A LLA : BF 1701319 H4NZ 253 SASUB 0 068342 2D 009510 F02250000010 Incremental Funding - TI #21  (N0002411WX11077-AA)   410012 K03000/1200281A LLA : CC 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551125413 Incremental Funding - TI #21  (N0002411WX05645-AA)   410013 K03000/1200280A 21700.00  LLA : BT 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551135300 Incremental Funding - TI #21  (N0002411WX05645-AA)   410014 K03000/1187281A  LLA : BU 1711804 3D2D 253 VA031 068342 2D 000000 804000000000 Standard Number: N0003011RC1045R-AA  TI #14  415001 K03000/1181348A  LLA : BD 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711UFW0T Incremental Funding - TI #19  (N0003011WR03326-AA)(FMS: UZ-P-BAR)   415002 K03000/1181354A  LLA : BG 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711ULW0T Incremental Funding - TI #19  (N0003011WR03329-AA)(FMS: UZ-P-BAR)   610001 K03000/1181343A LLA : CA 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711FCW0T Incremental Funding - TI #13  (N0003011WR14013)- AA   610002 K03000/1189183A 22  LLA : BL 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711LCW0T Incremental Funding - TI #16  (N0003011WR18103)- AA   610003 K03000/1172461A  LLA : BF 1701319 H4NZ 253 SASUB 0 068342 2D 009510 F02250000010 Incremental Funding - TI #21  (N0002411WX11077)- AA   610004 K03000/1200281A  LLA : CC 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551125413 Incremental Funding - TI #21  (N0002411WX05645)- AA   610005 K03000/1187281A  LLA : BU 1711804 3D2D 253 VA031 068342 2D 000000 804000000000 Standard Number: N0003011RC1045R-AA  TI #14  615001 K03000/1181348A  LLA : BD 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711UFW0T Incremental Funding - TI #19  (N0003011WR03326 - AA)(FMS: UZ-P-BAR)    MOD 18 Funding Cumulative Funding

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 44 of 66  FINAL

 

Page 47: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

 MOD 19  410015 K03000/1235327A LLA : DH 1711804 3D2D 253 VA031 068342 2D 000000 804000000000 Standard Number: N0003011RC1105R TI #12 N0003011RC1105R  410016 K03000/1235328A LLA : DH 1711804 3D2D 253 VA031 068342 2D 000000 804000000000 Standard Number: N0003011RC1105R TI #13 N0003011RC1105R  410017 1235330A LLA : DH 1711804 3D2D 253 VA031 068342 2D 000000 804000000000 Standard Number: N0003011RC1105R Incremental Funding TI #14  410018 1235329A LLA : DJ 1711804 3D2D 253 VA031 068342 2D 000000 804000000000 Standard Number: N0003011RC1101R Incremental Funding TI#14  410019 1235331A LLA : DH 1711804 3D2D 253 VA031 068342 2D 000000 804000000000 Standard Number: N0003011RC1105R Incremental Funding TI#15  410020 1235332A LLA : DK 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711GNW0T Incremental Funding TI#16  410021 1235333A LLA : DK 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711GNW0T Incremental Funding TI# 17  410022 1235334A LLA : DL 1711804 3D2D 253 VA031 068342 2D 000000 804000000000 Standard Number: N0003011RC1104R Incremental Funding TI#18  410023 1235337A LLA : DP 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711DAW0T Incremental Funding TI#20  410024 1207149A LLA : DQ 97X4930 NH1E 000 77777 0 000178 2F 000000 2FKMS12C0URS Incremental Funding TI#21  410025 1235276A LLA : DR 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551129202 Incremental Funding TI# 21  410026 1231419A LLA : DS 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551131010 Incremental Funding TI#21  410027 1219203A LLA : DT 1711810 81CC 252 VU021 0 050120 2D 000000 A00000723382 Incremental Funding TI#21  415003 1235335A LLA : 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 45 of 66  FINAL

 

Page 48: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

DN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711UFW0T Incremental Funding TI#19 FMS#: UZPBAR  415004 1235336A LLA : DM 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711ULW0T Incremental Funding TI#19 FMS case#: UZPBAR  610006 1235328A LLA : DH 1711804 3D2D 253 VA031 068342 2D 000000 804000000000 Standard Number: N0003011RC1105R Incremental Funding TI# 13  610007 1235330A LLA : DH 1711804 3D2D 253 VA031 068342 2D 000000 804000000000 Standard Number: N0003011RC1105R Incremental Funding TI#14  610008 1235332A LLA : DK 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711GNW0T Incremental Funding TI#16  610009 1207149A  LLA : DQ 97X4930 NH1E 000 77777 0 000178 2F 000000 2FKMS12C0URS Incremental Funding TI#21  610010 1231419A  LLA : DS 97X4930 NH1E 000 77777 0 000178 2F 000000 21K551131010 Incremental Funding TI#21  610011 1219203A  LLA : DT 1711810 81CC 252 VU021 0 050120 2D 000000 A00000723382 Incremental Funding TI#21  615002 1235335A  LLA : DN 97X4930 NH1E 000 77777 0 000178 2F 000000 21K2711UFW0T Incremental Funding TI#19 FMS Case#: UZPBAR   MOD 19 Funding Cumulative Funding  MOD 20  410028 1300240821-00001   LLA : DU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000988895  410029 1300240821-00002 LLA : DV 97X4930 NH1E 255 77777 0 050120 2F 000000 A10000988895  410030 1300240821-00003   LLA : DW 97X4930 NH1E 255 77777 0 050120 2F 000000 A20000988895  410031 1300240821-00004 LLA : DX 97X4930 NH1E 255 77777 0 050120 2F 000000 A30000988895   MOD 20 Funding Cumulative Funding  MOD 21  410032 1300256937  LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001105748 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 46 of 66  FINAL

 

Page 49: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

Incremental Funding for TI 21 Labor. SCN  410033 1300256937  LLA : DZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001105748 Incremental Funding in the amount of $ for TI 21  410034 1300256937  LLA : EA 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001105748 Incremental Funding in the amount of $ for TI 21  410035 1300262174-0001   LLA : EB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001142422 Incremental Funding for TI 20 $3  600017 K03000/1112091A  LLA : BE 1711810 81CC 252 VU021 0 050120 2D 000000 A00000723382  Incremental Funding - TI #9  (N0002411RX01702-AA)    MOD 21 Funding Cumulative Funding

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 47 of 66  FINAL

 

Page 50: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

SECTION H SPECIAL CONTRACT REQUIREMENTS

3. SCOPE

MANDATORY REQUIREMENTS

Offerors must meet all mandatory requirements at time of proposal submission, or have an acceptable plan to meet the requirements by the start date of contract performance.  In addition, mandatory requirements must be maintained throughout the life of the Task Order.  The mandatory requirements are as follows:

Requirement 1 – Workforce Location: The contractor's primary facility for supporting this acquisition must be located within a one hour travel time to NSWCDD, Dahlgren, VA.

Requirement  2 - Facility Security Clearance: The contractor’s facility must be cleared at the TOP SECRET level for processing and SECRET for storage. Employees must possess SECRET security clearances. See Attachment J.1 DD254.

Requirement 3 – Key Personnel Security Clearances:  All technical and support personnel must have a SECRET clearance with exception of the financial and administrative support.  Interim clearances are acceptable.  At least one person in either the Program Manager, Systems Engineer or Sr. Scientist/Engineer categories must be authorized for Critical Nuclear Weapons Design Information (CNWDI).  As a condition of award, a minimum of 5 proposed Key Personnel – three Electronics Technicians and two Systems Engineers – shall have a TOP SECRET clearance.

SPECIAL CONTRACT REQUIREMENTS, QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)

1.  PURPOSE

This Quality Assurance Surveillance Plan (QASP) is a Government developed and applied document used to make sure the systematic quality assurance methods are used in the administration of the performance based service order.  The intent is to ensure that the contractor performs in accordance with the performance metrics and the Government receives the quality of services called for in the order.  A properly executed QASP will assist the Government in achieving the objectives of this procurement.

This Task Order continuing support for SLBM, Automated Planning, Control, and Information Systems, Maritime Warfare Control Systems, and all related mission areas.  The resulting performance based order will have cost plus fixed fee Labor CLINS, and cost only Other Direct Cost (ODC) CLINS.  The order will be for a base year with four one-year options.  A properly executed QASP will assist the Government in achieving the overall objectives of this procurement.  2. AUTHORITY

Authority for issuance of this QASP is provided under Contract Section E – Inspection and Acceptance, which provides for inspections and acceptance of the services and documentation called for in service contracts, to be executed by the Contracting Officer or a duly authorized representative.

The QASP is put in place to provide Government surveillance and oversight of the contractor’s efforts to assure

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 48 of 66  FINAL

 

Page 51: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

that they are timely, effective and are delivering the results specified in the order. The contractor’s performance on this task order will be evaluated by the Government as described below.  The first evaluation will cover the period ending six months after date of contract award with successive evaluations being performed for each 12 month period thereafter until the contractor completes performance under this task order.  For each period, the Government will evaluate the contractor’s performance.  The evaluation will encompass all work performed by the contractor at any time during the period but will not include cumulative information from prior reports.  If the Contracting Officer assigns an “Unsatisfactory” performance rating for the period evaluated, the next option period will not be exercised. This performance evaluation does not replace any other requirement for evaluating contractor performance that may be required by this task order such as the Contractor Performance Assessment Reporting System (CPARS) report or the Task Order Performance Evaluation (TOPE) report.

4. GOVERNMENT RESOURCES AND RESPONSIBILITIES

The following Government resources shall have responsibility for the implementation of this QASP: 

Procuring Contracting Officer and Administrative Contracting Officer – The Procuring Contracting Officer (PCO) and Administrative Contracting Officer (ACO) ensure performance of all necessary actions for effective contracting, ensure compliance with the terms of the contract and safeguard the interests of the United States in the contractual relationship.  The PCO and ACO assure the Contractor receives impartial, fair and equitable treatment under the contract.  The PCO is ultimately responsible for the final determination of the adequacy of the Contractor’s performance. The PCO for this order is identified in Section G.  The ACO will be designated in the resulting order

Contract Specialist– An individual assigned by the PCO to assist in the daily administration of the contract.   The Specialist also provides input to the PCO and the TOM as to the quality of performance for areas addressed in this QASP.  The Contract Specialist for this contract is identified in Section G.   

Task Order Manager –The TOM is responsible for technical administration of the contract and assures proper Government surveillance of the contractor’s performance.  The TOM is not empowered to make any contractual commitments or to authorize any changes on the Government’s behalf.  Any changes that the contractor deems may affect contract price, terms, or conditions shall be referred to the Contracting Officer for action.

Government Technical Point of Contact (TPOC)/Technical Assistant (TA) – The TOM designates an individual Government Technical Point of Contact/Technical Assistant to assist in administering specific projects under the contract.  The Government TPOC/TA is responsible for assisting in administering a specific project under the contract.  The TPOC/TA provides input to the TOM as to the quality of technical performance for their respective area(s) of expertise.  A Government TPOC/TA cannot, in any manner, alter the scope of the contract, make commitments or authorize any changes on the Government’s behalf.

5. METHODS OF QA SURVEILLANCE

a. QASP - The methods of surveillance are listed in Tables 3 through 5 and shall be used by the TOM in the technical administration and the PCO/Contract Specialist in non-technical administration of this QASP.  With the exception of the availability of funding, the QASP will be the prime determinant in exercising the option

b. Contractor Performance Assessment Report System (CPARS) – The market place for information technology, engineering, and management support services is very competitive.  As such, the successful offeror has a vested interest in the Government generated CPARS under this contract.  Additionally, an evaluation using the CPARS format will be performed at the end of each year of performance.  This evaluation will be one determinant in exercising an option.  The Government for this procurement will address the quality of product or service, schedule, cost control, business relations, management, and other important areas.  As this information may affect future source selections throughout DoD, and the continuation of the order, the annual Government assessment will be used appropriately as an additional performance oversight and communication tool with the QASP.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 49 of 66  FINAL

 

Page 52: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

a. NLT 180 calendar days prior to the end of the base year period of performance, the Contractor shall submit a self-assessment.  The self-assessment shall be submitted electronically to the PCO, TOM and Contract Specialist.  It shall address all areas of this QASP and cover performance from time of award.

b. NLT 14 calendar days from receipt of the self-assessment, the TOM is to provide a report to the PCO which addresses the Contractor’s performance.  The report shall be in accordance with the evaluation criteria established by this QASP.  The TOM shall directly address any inconsistencies between his/her evaluation and the Contractor’s self-assessment

c. Within 30 calendar days of receipt of the Contractor’s self-assessment, the PCO will make a preliminary determination.  The determination will be based on the TOM’s report, input from the Contract Specialist, the Contractor’s self-evaluation, and any other information deemed relevant by the Contracting Officer.  The PCO shall address disagreements between the TOM’s recommendations and the Contractor’s assessment.  The PCO determination is unilateral and final.  The PCO will document the determination and provide a copy to the contractor.

6. DOCUMENTATION

In addition to providing annual reports to the Contracting Officer, the TOM will maintain a complete Quality Assurance file.  The file will contain copies of all reports, evaluations, recommendations, and any actions related to the Government’s performance of the quality assurance function. The TOM shall forward these records to the Contracting Officer at termination or completion of the order.

6. DOCUMENTATION

In addition to providing annual reports to the Contracting Officer, the TOM will maintain a complete Quality Assurance file.  The file will contain copies of all reports, evaluations, recommendations, and any actions related to the Government’s performance of the quality assurance function. The TOM shall forward these records to the Contracting Officer at termination or completion of the order.

7. EVALUATION PROCESS 

 1.  1st Evaluation Period - The first evaluation will cover the period ending 6 months from task order award.

 2. Subsequent Evaluations – All subsequent evaluations begin twelve months from the initiation of the proceeding evaluation.  The process will follow exactly as described above for the first evaluation period.  The Contractor will initiate the process by submitting the self-evaluation exactly 12 months from the date of submission for the previous evaluation period. 3.  Interim Evaluation – The TOM can provide feedback to the PCO at anytime during the period of performance.  The PCO will provide this feedback to the Contractor upon receiving it, if the feedback indicates that the Contractor is not meeting the acceptable performance standards as defined herein.

4.  Degradation of Performance - If following a favorable evaluation, the Government experiences a serious degradation in the overall quality of performance, the PCO has the unilateral right to repeat the evaluation process during the remaining period of performance. 

8. SURVEILLANCE

The tables below set forth the performance ratings, standards, outcome and surveillance methods of the contractor that shall be provided to the Contracting Officer by the TOM and Contract Specialist on an annual basis.

(a) Performance Ratings: The Government will evaluate the contractor’s performance of the Performance Work Statement (PWS) and the Contracting Officer will assign one of the following ratings:      (1) Excellent

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 50 of 66  FINAL

 

Page 53: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

   (2) Satisfactory   (3) Unsatisfactory

The standards associated with these ratings are given in the following Table 1.

TABLE 1: OVERALL PERFORMANCE RATINGS

Overall Performance Rating Standard

Excellent “Excellent” ratings for all performance evaluation criteria.

Satisfactory A minimum of “Satisfactory” ratings for all performance evaluation criteria.

Unsatisfactory A rating of “Unsatisfactory” for one or more performance evaluation criteria.

 (b) Objectives / Determination:

   1. Interim/Informal

Interim/informal performance evaluations will be provided to assess performance at each IPR.   

   2. Annual

The Contracting Officer will make a performance determination at the end of each evaluation period.  The determination will be based upon TOM’s recommendations, the contractor’s comments including any Self-Evaluation Report, and any other information deemed relevant by the Contracting Officer.  The Contracting Officer shall resolve disagreements between the TOM’S recommendations and the contractor’s comments/report regarding the evaluation.  The Contracting Officer’s performance determination is unilateral and final. The Contracting Officer will document the determination and provide a copy to the contractor within 30 days of receipt of the contractor’s self-assessment.

TABLE 2: OBJECTIVES

Assessment Period

Acceptable Performance Definition

How Measured Outcome

Base: All measurement areas rated at least "Satisfactory".

After the first six months using the QASP evaluation ratings; annually using the CPARS system covering the previous 12 months.

(+) Meet the acceptable performance definition as a condition for exercise of option 1.*

(-) Does not meet the acceptable performance definition as a condition for exercise of an option 1.*

Option I: All measurement areas rated at least "Satisfactory".

Annually using the QASP evaluation ratings covering the previous 12 months; annually using the CPARS system covering the option POP.

 (+) Meet the acceptable performance definition as a condition for exercise of an option 2.*

(-) Does not meet the acceptable performance definition as a condition for exercise of an option. 2.*

 (+) Meet the acceptable

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 51 of 66  FINAL

 

Page 54: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

Option II:

All measurement areas rated at least "Satisfactory". Two or more areas rated "Excellent".  See Below. 

 

Annually using the QASP evaluation ratings covering the previous 12 months; annually using the CPARS system covering the option POP.

performance definition as a condition for exercise of an option 3.*

(-) Does not meet the acceptable performance definition as a condition for exercise of an option 3.*

Option III:

All measurement areas rated at least "Satisfactory". Two or more areas rated "Excellent".  See Below. 

Annually using the QASP evaluation ratings covering the previous 12 months; annually using the CPARS system covering the option POP.

 (+) Meet the acceptable performance definition as a condition for exercise of an option 4.*

(-) Does not meet the acceptable performance definition as a condition for exercise of an option 4.*

Option IV:

All measurement areas rated at least "Satisfactory".   Two or more areas rated "Excellent".  See Below.

Annually using the QASP evaluation ratings covering the previous 12 months; annually using the CPARS system covering the option POP.

Final CPARS ratings.

* The Government will not exercise the next option year term unless the contractor meets the acceptable performance definition.

(c) Performance Evaluation Criteria. The contractor’s performance will be evaluated using the criteria and standards provided for each objective, and identified in Tables 3,  5 and 6 of this contract clause.  Based on this evaluation, each assessment period will be given an overall rating resulting from the rolled up objective.  Each of the criteria in Tables 3, 5 and 6 must score a minimum of "Satisfactory" to receive and overall performance rating of "Satisfactory" in each assessment period.  Additional ratings of "Excellent" are required in the last two option years as shown in the table above.

(d) Organization. The performance evaluation organization consists of the Contracting Officer, who will serve as the Determining Official, and the TOM.  In some instances, a TPOC will be assigned to the contract or task order in addition to a TOM.

(e) This performance evaluation does not replace any other requirement for evaluating contractor performance that may be required by this task order such as a Contractor Performance Assessment Reporting System (CPARS) report, or a Task Order Performance Evaluation (TOPE) report.

TABLE 3A: TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

Task Performance

Work product fails to meet Acceptable Quality Levels (AQLs) defined in Performance Requirements Summary Table 3B.

Work product routinely meets Acceptable Quality Levels (AQLs) defined in Performance Requirements Summary Table 3B.

Work product frequently exceeds Acceptable Quality Levels (AQLs) defined in Performance Requirements Summary Table 3B.

TABLE 3B: PERFORMANCE REQUIREMENTS SUMMARY TABLE

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 52 of 66  FINAL

 

Page 55: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

Task Area

       

Work Area

Performance Objective Performance Standard

Acceptable Quality Level (AQL)

Quality Surveillance Plan Typical Monitoring Methods

C.4.1

 

Formal Qualification Testing (FQT)

Test events are conducted within scheduled time and all test objectives are met. Test reports completed on time IAW government requirements for schedule, content, and format.

Test cost overruns not to exceed 10% of the original cost estimate. Testing schedule met 90% of the time. 95% of the test objectives are met for each test event.  95% of all test reports completed on schedule 95% of test reports have no errors.

Government oversight – review/comment/approval of each test strategy, test conduct, and subsequent test report.

C.4.2 Integrated Production Environment (IPEnet) Maintenance and Technical Support

Documents are technically accurate and grammatically correct. Reports, studies, and their revisions are delivered IAW agreed upon schedules.

Revisions and or corrections to technical documentation including technical reports, and studies require no more than two (2) review/ comment/approval cycles to meet acceptance. 90% completed by due date.

Government oversight – review/comment/approval of each document.

C.4.3

 

SSP Fire Control And Guidance Branch (SP23) Tasking

Documents are technically accurate and grammatically correct. Reports, studies, and their revisions are delivered IAW agreed upon schedules.

Revisions and or corrections to technical documentation including technical reports, and studies require no more than two (2) review/ comment/approval cycles to meet acceptance. 90% completed by due date.

Government oversight – review/comment/approval of each document.

 

WorkArea

Performance Objective Performance Standard

Acceptable Quality Level (AQL)

Quality Surveillance Plan Typical Monitoring Methods

C.4.4

 

Models and Database Support

Database processing is conducted within scheduled time and all objectives are met. Database analysis, documentation & reports completed on time IAW government requirements for content, schedule, and format.

Database processing schedule met 90% of the time. 95% of the database objectives are met for each event.  95% of all database documentation completed on schedule. 95% of database reports have no errors.

Government oversight – review / comment / assessment of database processing, analysis, and reporting.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 53 of 66  FINAL

 

Page 56: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

C.4.5

 

Storage and Media Analysis

Analysis and repairs conducted within scheduled time and all objectives are met. Analysis, repairs & reports completed on time IAW government requirements for content, schedule, and format.

Analysis and repair schedule met 90% of the time. 95% of the analysis objectives are met for each event.  95% of all repair reports completed on schedule. 95% of repair reports have no errors.

Government oversight – review / comment / assessment of repairs, analysis, and reporting.

C.4.6 Integrated Budget Planning and Execution System (IBPES)/Integrated Logistics Support Management Information System (ILSMIS)

Database processing is conducted within scheduled time and all objectives are met. Database analysis, documentation & reports completed on time IAW government requirements for content, schedule, and format.

Database processing schedule met 90% of the time. 95% of the database objectives are met for each event.  95% of all database documentation completed on schedule. 95% of database reports have no errors.

Government oversight – review / comment / assessment of database processing, analysis, and reporting.

C.4.7 Information Assurance Engineering and documentation support is conducted within scheduled time and all objectives are met. Support and reports completed on time IAW government requirements for content, schedule, and format.

Engineering and documentation processing schedule met 90% of the time. 95% of the objectives are met for each accreditation. 95% of all accreditation documentation completed on schedule.

Government oversight – review / comment / assessment of accreditation processing, and reporting.

C.4.8 Ship, Submersible Guided Nuclear (SSGN)

Documents are technically accurate and grammatically correct. Reports, studies, and their revisions are delivered IAW agreed upon schedules.

Revisions and or corrections to technical documentation including technical reports, and studies require no more than two (2) review/ comment/approval cycles to meet acceptance. 90% completed by due date.

Government oversight - review/comment/approval of each document.

 

WorkArea

Performance Objective Performance Standard Acceptable Quality Level (AQL)

Quality Surveillance Plan Typical Monitoring Methods

C.4.9 System Software Engineering

Software engineering processing is conducted within scheduled time and all objectives are met.

Software engineering schedule met 90% of the time. 95% of the software engineering objectives are met for each event. 

Government oversight – review / comment / assessment of software engineering

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 54 of 66  FINAL

 

Page 57: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

Software engineering documentation & reports completed on time IAW government requirements for content, schedule, and format.

95% of all software engineering documentation completed on schedule. 95% of software engineering reports have no errors.

processing, analysis, and reporting.

C.4.10 Systems Engineering Systems engineering processing is conducted within scheduled time and all objectives are met. Systems engineering documentation & reports completed on time IAW government requirements for content, schedule, and format.

Systems engineering schedule met 90% of the time. 95% of the systems engineering objectives are met for each event.  95% of all systems engineering documentation completed on schedule. 95% of systems engineering reports have no errors.

Government oversight – review / comment / assessment of systems engineering processing, analysis, and reporting.

C.4.11 System Test Engineering System test engineering processing is conducted within scheduled time and all objectives are met. System test engineering documentation & reports completed on time IAW government requirements for content, schedule, and format.

System test engineering schedule met 90% of the time. 95% of the system test engineering objectives are met for each event.  95% of all system test engineering documentation completed on schedule. 95% of system test engineering reports have no errors.

Government oversight – review / comment / assessment of system test engineering processing, analysis, and reporting.

 

STAFFING PERFORMANCE

TABLE 4: TASK ORDER STAFFING PERFORMANCE EVALUATION CRITERIA AND STANDARDS

Criterion Unsatisfactory Satisfactory Excellent

Staffing

Contractor provides marginally qualified or unqualified personnel. Lapses in coverage occur regularly.  Fails to meet AQL defined below.

Contractor provides qualified personnel.  Lapses in coverage may occasionally occur and are managed without any adverse impact on performance.  New and/or substitute resumes submitted IAW Task Order requirements.   Table of Approved Personnel is accurate and timely.  Personnel work products are fully consistent with resume qualifications.  Qualified staff provided when needed. 

Contractor consistently provides personnel who exceed qualifications to the benefit of the government.  There are no lapses in coverage.  New and/or substitute resumes submitted IAW Task Order requirements.  Table of Approved Personnel is accurate and timely.  Personnel work products are fully consistent with resume qualifications.  Qualified staff provided when

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 55 of 66  FINAL

 

Page 58: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

needed. 

 

TABLE 5: TASK ORDER MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

Problem Resolution

Problems are unresolved, repetitive, or take excessive government effort to resolve.

Problems are resolved quickly with minimal government involvement.

Problems are non-existent or the contractor takes corrective action without government involvement.

Responsiveness Contractor’s management is unresponsive to government requests and concerns.

Contractor’s management is responsive to government requests and concerns.

Contractor’s management takes proactive approach in dealing with government representatives and anticipates Government concerns.

Communications

Contractor often fails to communicate with government in an effective and timely manner.

Contractor routinely communicates with government in an effective and timely manner.

Contractor takes a proactive approach such that communications are almost always clear, effective and timely.

TABLE 6: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

Cost Management

Contractor routinely fails to complete the effort within the originally agreed to estimated cost, i.e. cost overruns frequently occur.

Contractor routinely completes the effort within the originally agreed to estimated cost. Contractor provides measures for controlling all costs at estimated costs. Funds and resources are generally used in a cost-effective manner. No major resource management problems are apparent.

Reductions in direct costs to the Government below contract estimated costs are noteworthy. Contractor provides detailed cost analysis and recommendations to Government for resolution of problems identified. Funds and resources are optimally used to provide the maximum benefit for the funds and resources available. Documented savings are apparent.

Cost Reporting

Reports are generally late, inaccurate incomplete or unclear.

Reports are timely, accurate, complete and clearly written. Problems and/or trends are addressed, and an analysis is also submitted.

Reports are clear, accurate, and pro-active. Problems and/or trends are addressed thoroughly, and the contractor’s recommendations and/or corrective plans are implemented and effective.

                                      KEY  LABOR CATEGORY QUALIFICATION REQUIREMENTS

To perform the requirements of the PWS, the Government desires Key Personnel with the appropriate experience and professional development qualifications.   Key Personnel qualification levels are considered to be "desired" for those individuals whose resumes are submitted for evaluation with the proposal.   Resumes for any replacement personnel that are submitted following award shall be equal to or better than the individuals initially proposed as required by the clause entitled Ddl-H11 CHANGES IN KEY PERSONNEL in this Section H.   Following award, the qualification levels are considered to be minimums for any growth beyond those individuals initially

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 56 of 66  FINAL

 

Page 59: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

proposed or in labor categories where no resumes were required for proposal purposes. 

(a) Experience – The desired experience for each Key Labor Category must be directly related to the tasks and programs listed in the PWS.  

(b) General Experience - General experience includes work experience in engineering, computer science, mathematics, physical science, or another field appropriate to the labor category employing skills that apply to the accomplishment of the technical objectives of the Statement of Work.  General experience may not necessarily meet the definition of specialized experience. (c) Specialized Experience - Specific qualifications are provided below by labor category.

(d) Professional Development - Professional development includes honors, degrees, publications, professional licenses and certifications and similar evidence of professional accomplishments that directly impact the offerors ability to perform the order. The years of experience listed below are in addition to appropriate professional development. It is incumbent upon the offeror to demonstrate that the proposed personnel have appropriate credentials to perform the work.

(e) Accumulation Of Qualifying Experience - Categories of experience may be accumulated concurrently.

KEY PERSONNEL - DESIRED QUALIFICATIONS

(1) PROGRAM MANAGER Demonstrated ability to manage large (20 or more persons) engineering projects including ability to plan, develop schedules, organize and control tasking and to coordinate with the team members and government sponsors to accomplish assigned tasks.  Demonstrated ability to get tasks accomplished with a team of people within cost and schedule constraints.  Also, 5 years program management experience for a contract comparable in size and scope to this effort to include experience in managing a contract. A total of 12 years combined general and specialized experience to include 4 years technical experience plus 5 years program management experience for a contract comparable in size and scope to this effort to include experience in managing a contract. (2) SYSTEMS ENGINEER Experience in the following areas: the application of system engineering principles and techniques to complex weapon control systems such as the Strategic Weapon System (SWS) or the Attack Weapon Control System (AWCS);  weapon system planning including the development of processes, program plans, and the tracking, oversight, and management of program requirements; the development of fire control alterations such as Strategic Program Alterations (SPALTs); or the logistics management of software, hardware, and documentation. A total of 10 years combined general and specialized experience to include 5 years specialized

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 57 of 66  FINAL

 

Page 60: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

experience. (3) SENIOR SCIENTIST/ENGINEER Experience in the following areas:  the development of complex mathematical equations for large scale simulations; aerodynamics (as it applies to ballistic missile trajectory simulations); weapon system error analysis; optimal estimation theory; electricity and magnetism; the use of higher level computer languages (Fortran, C, C++, etc.) in the development of complex mathematical simulations and models for ballistic missile trajectories; the use of structured programming techniques; the use of Program Design Languages (PDLs); numerical methods and analysis using large scale general purpose computers to solve complex mathematical problems; development of database programs or other programs with heavy emphasis on advanced data structures; development of or quality assurance of large sale simulation programs such as 3 and 6 degree of freedom ballistic missile trajectory simulation models; development of or quality assurance of such programs as compilers, assemblers, debug/software quality assurance tools requiring language parsers, or like programs; development of or quality assurance of operating systems for real time embedded computer systems; development of large scale programs (more than 10,000 lines of code) on systems making extensive use of distributed processing and multitasking; digital computer circuitry design; digital network design; design of circuitry to connect peripheral equipment to digital computers; engineering experience related to Artificial Intelligence, Neural Networks, Expert Systems, Distributed Systems, Communication Systems or Database Management Systems; FQT or complex mathematical simulation programs such as 3 or 6 Degree of Freedom Missile Trajectory Models; or FQT of real time embedded computer programs.

A total of 10 years combined general and specialized experience to include 5 years specialized experience. (4) JOURNEYMAN SCIENTIST/ENGINEER Experience in the following areas:  the development of complex mathematical equations for large scale simulations; aerodynamics (as it applies to ballistic missile trajectory simulations); weapon system error analysis; optimal estimation theory; electricity and magnetism; the use of higher level computer languages (Fortran, C, C++, etc.) in the development of complex mathematical simulations and models for ballistic missile trajectories; the use of structured programming techniques; the use of Program Design Languages (PDLs); numerical methods and analysis using large scale general purpose computers to solve complex mathematical problems; development of database programs or other programs with heavy emphasis on advanced data structures; development of or quality assurance of large sale simulation programs such as 3 and 6 degree of freedom ballistic missile trajectory simulation models; development of or quality assurance of such programs as compilers, assemblers, debug/software quality assurance tools requiring language parsers, or like programs; development of or quality assurance of operating systems for real time embedded computer systems; development of large scale programs (more than 10,000 lines of code) on systems making extensive use of distributed processing and multitasking; digital computer circuitry design; digital network design; design of circuitry to connect peripheral equipment to digital computers; engineering experience related to Artificial Intelligence, Neural Networks, Expert Systems, Distributed Systems, Communication Systems or Database Management Systems; FQT or complex mathematical simulation programs such as 3 or 6 Degree of Freedom Missile Trajectory Models; or FQT of real time embedded computer programs.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 58 of 66  FINAL

 

Page 61: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

A total of 6 years combined general and specialized experience to include 4 years specialized experience. (5) SENIOR ELECTRONICS TECHNICIAN Experience in the following:  analysis of technical data to determine applicability to design problems; determination of the relative practicality of developing new equipment or adapting existing equipment, collection, analysis, and interpretation of test data, to include writing of test reports; test equipment calibration; equipment troubleshooting; development of check-out and operation procedures for new equipment; planning basic approaches to resolving design problems; literature searches to evaluate feasibility of incorporating new types of components, units, or devices in  equipment; developing special methods of assembling laboratory or prototype models; designing test set-ups and experiments to evaluate or validate system designs; or installing and maintaining fiber optic networks.

A total of 8 years combined general and specialized experience to include 6 years specialized experience. (6) JOURNEYMAN ELECTRONICS TECHNICIAN Experience in the following:  analysis of technical data to determine applicability to design problems; determination of the relative practicality of developing new equipment or adapting existing equipment, collection, analysis, and interpretation of test data, to include writing of test reports; test equipment calibration; equipment troubleshooting; development of check-out and operation procedures for new equipment; planning basic approaches to resolving design problems; literature searches to evaluate feasibility of incorporating new types of components, units, or devices in  equipment; developing special methods of assembling laboratory or prototype models; designing test set-ups and experiments to evaluate or validate system designs; or installing and maintaining fiber optic networks.

A total of 6 years combined general and specialized experience to include 3 years specialized experience. (7) JOURNEYMAN TECHNICAL DOCUMENTATION SPECIALIST

Hands-on experience in the operation and maintenance of Strategic Weapon System (SWS) equipments aboard a Ship Submersible Ballistic Nuclear (SSBN) Submarine.  Experience in using SSBN Operating Procedures, Standard Maintenance Procedures, Casualty Procedures, Corrective Maintenance Procedures, and other reference documentation required to maintain the SWS at a high state of readiness. 

A total of 6 years combined general and specialized experience to include 6 years specialized experience. (8) TECHNICAL SPECIALIST Experience in one or more of the following areas:

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 59 of 66  FINAL

 

Page 62: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

 (a) The operation, maintenance, and documentation of Strategic Weapon System (SWS)

equipments aboard a Ship Submersible Ballistic Nuclear (SSBN) Submarine. Experience in using SSBN Operating Procedures, Standard Maintenance Procedures, Casualty Procedures, Corrective Maintenance Procedures, and other reference documentation required to maintain the SWS at a high state of readiness.

(b) The operation, maintenance, and documentation of the Attack Weapon Control System (AWCS) equipments aboard a Ship Submersible Guided-Missile Nuclear (SSGN) Submarine. Experience in using SSGN Operating Procedures, Standard Maintenance Procedures, Casualty Procedures, Corrective Maintenance Procedures, and other reference documentation required to maintain the SWS at a high state of readiness.

(c) The preparation and distribution of new and updated program documentation.  May include program plans, agendas, action items, and meeting minutes for working groups and support for the delivery of Strategic Program Alterations (SPALTs).  Maintenance of program calendars such as a Fire Control calendar and management of program data on a shared asset such as a Repository. Experience with configuration management for Program Documentation Changes (PDCs). 

(d) The coordination, scheduling, attendance, and documentation of meetings, teleconferences, and web conferences.  The development of organizational and programmatic meeting presentation materials. A total of 5 years combined general and specialized experience to include 5 years specialized experience. (9) COMPUTER SPECIALIST Experience in the design, implementation, maintenance, and/or modification of systems for solving problems and accomplishing work processes by the use of digital computers. A total of 6 years combined general and specialized experience to include 3 years specialized experience.    NON-KEY PERSONNEL - DESIRED QUALIFICATIONS   (1). COMPUTER ASSISTANT Experience in computer programming maintenance and modification tasks. It is desired that the above specialized experience be specifically related to DOD weapons system programs.  Specific SLBM program experience is highly desirable.  By definition, specialized experience satisfies the definition of general experience and can be counted concurrently. (2). JUNIOR SCIENTIST/ENGINEER – A total of 1 year combined general and specialized experience to include 1 year specialized experience. (3). JUNIOR ELECTRONICS TECHNICIAN – A total of 1 year combined general and specialized experience to include 0 years specialized experience.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 60 of 66  FINAL

 

Page 63: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

 (4). COMPUTER ASSISTANT – A total of 3 years combined general and specialized experience to include 1 year specialized experience. (5). DATA PROCESSING ASSISTANT – A minimum six (6) months experience in direct support of computer program development or computer operations primarily in the area of program library control and data management. (6). DRAFTSMAN – A minimum of one (1) year drafting and illustration experience, including both manual and automated processes. (7). WORD PROCESSOR - A minimum of one (1) year word processing experience to include experience with DOD forms and formats.

               Ddl-H11 CHANGES IN KEY PERSONNEL

(a) The Contractor agrees that a partial basis for award of this contract is the list of key personnel proposed. Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submitted with the proposal necessary to fulfill the requirements of the contract. No substitution shall be made without prior notification to and concurrence of the Contracting Officer in accordance with this requirement.

(b) The contractor agrees that during the first 90 days of the period of performance no key personnel substitutions will be permitted unless such substitutions are necessitated by an individual’s sudden illness, death, or termination of employment. All proposed substitutions shall have qualifications equal to or higher than the qualifications of the person to be replaced. The Contracting Officer shall be notified in writing of any proposed substitution at least fifteen (15) days, or thirty (30) days if a security clearance is to be obtained, in advance of the proposed substitution. Such notification shall include:

    (1) An explanation of the circumstances necessitating the substitution;

    (2) A complete resume of the proposed substitute;

    (3) The hourly rates of the incumbent and the proposed substitute;       (4) A chart summarizing the years of experience and professional development for the individuals involved in the substitution; and

    (5) Any other information requested by the Contracting Officer to enable him/her to judge whether or not the Contractor is maintaining the same high quality of personnel that provided the partial basis for award.

(c) The Contracting Officer shall also receive written notification if no substitution is being requested. This notification shall include (1) the name of the initial person proposed; and (2) the reasons why the individual is not being made available to perform under the task order to the extent proposed.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 61 of 66  FINAL

 

Page 64: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

(d) In the event a requirement to increase the specified level of effort for a designated labor category, but not the overall level of effort of the contract, occurs, the Contractor shall submit to the Contracting Officer a written request for approval to add personnel to the designated labor category. The same information as specified in paragraph (b) above is to be submitted with the request.

(e) The Contracting Officer shall evaluate requests for changes in personnel and promptly notify the Contractor, in writing, whether the request is approved or disapproved.

Ddl-H13 POST AWARD CONTRACTOR PERSONNEL APPROVAL

(a) Requests for post award approval of additional and/or replacement key personnel shall be submitted via e-mail. E-mail submissions shall be made simultaneously to the Contract Specialist and the TOM. Electronic notification via e-mail from the Contract Specialist will serve as written approval/disapproval on behalf of the Contracting Officer. This approval is required before an individual may begin charging to the Task Order.

(b) It is desired that resumes be submitted in the format required below.  However, in order to expedite contract administration, contractor format may be used providing sufficient information is submitted for an independent comparison of the individual's qualifications with labor category requirements.

(c) If the employee is not a current employee of the contractor (or a subcontractor), a copy of the accepted offer letter (which identifies a projected start date and the agreed to annual salary) shall be provided.

RESUME FORMAT AND CONTENT REQUIREMENTS

All resumes submitted under this order shall include, as a minimum, the following information:

     (a)  Complete Name     (b)  Task Order Labor Category & Contractor Labor Category     (c)  Percentage of Time to be Allocated to this Effort     (d)  Current Work Location & Proposed Work Location     (e)  Current Security Clearance Level (identify Interim or Final)     (f)  Years of Professional Experience     (g)  Educational History / Professional Development      (h)  Chronology of Work History/ Professional Experience

 

SEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)

(a) Performance of the work hereunder shall be subject to written technical instructions issued electronically by the Contract Specialist on behalf of the Contracting Officer. As used herein, technical instructions are defined to include the following:

(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis,

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 62 of 66  FINAL

 

Page 65: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

fill in details or otherwise serve to accomplish the contractual PWS.

(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions of work description.

(b) Technical instructions must be within the general scope of work stated in the order. Technical instructions may not be used to: (1) assign additional work under the order; (2) direct a change as defined in the "CHANGES" clause of the basic contract; (3) increase or decrease the estimated order amount (including fee), as applicable, the level of effort, or the time required for task order performance; or (4) change any of the terms, conditions or specifications of the order.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the order or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of this order.

(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portion of the contractual work statement which is not affected by the disputed technical instruction.

SUBCONTRACTORS/CONSULTANTS

(a) In addition to the information required by FAR 52.244-2(e)(2) Alternate I, the contractor shall include the following information in requests to add subcontractors or consultants during performance, regardless of subcontract type or pricing arrangement.

(1) The results of negotiations to incorporate rate caps no higher than the lower of (i) Seaport-e rate caps for the prime contractor, or in the case where the proposed subcontractor is also a Seaport-e prime, (ii) rate caps that are no higher than the subcontractor's prime Seaport-e contract.

(2) Impact on subcontracting goals, and

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

SAVINGS INITIATIVES

The following cost savings initiatives are required under this Task Order.

Annual Labor Escalation:  % per year

Maximum Pass-Thru Rate:  % on Subcontractor Cost, % on Subcontractor Material Handling Costs

Fixed Fee:  % on Prime Costs

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 63 of 66  FINAL

 

Page 66: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

The above maximum rates are applicable to the prime contractor. If subcontracting is proposed, the prime contractor is strongly encouraged to restrict subcontractor fixed fee to the lower of (a) the prime contractor’s fee under this order or (b) the subcontractor’s SeaPort-e fixed fee rate where the subcontractor is also a prime contractor under SeaPort-e. The purpose of this is the Government’s desire to avoid having it be more financially lucrative for a firm to be a subcontractor rather than a prime contractor under SeaPort-e. The Government strongly encourages the prime contractor to also implement this under Time and Materials subcontracts. Subcontractors may not earn fee on ODC’s.

The Government also strongly encourages the prime contractor to eliminate “double pass-thru” costs by (1) avoiding second tier subcontractors/consultants during performance and (2) where this situation is unavoidable, limiting subcontractor pass-thru costs to the lower of (i) the prime contractor’s pass-thru rate under this order or(ii) the subcontractor’s SeaPort-e pass-thru rate where the subcontractor is also a prime contractor under SeaPort-e. 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 64 of 66  FINAL

 

Page 67: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

SECTION I CONTRACT CLAUSES

CLAUSES INCORPORATED BY REFERENCE

252.239-7001 Information Assurance Contractor Training and Certification (JAN 2008)

CLAUSES INCORPORATED BY FULL TEXT:

52.217-9 OPTION TO EXTEND THE TERMS OF THE CONTRACT (MAR 2000) (NAVSEA VARIATION) (MAR 2000)

(a)  The Government may extend the term of this contract by written notice(s) to the Contractor within the periods specified below; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the task order expires.  If more than one option exists, each option is independent of any other option, and the Government has the right to unilaterally exercise any such option whether or not it has exercised other options..   

(b)  If the Government exercises this option, the extended contract shall be considered to include this option clause.

Item Latest Option Exercise Date

4200 07/31/2013

4300 07/31/2014

6200 07/31/2013

6300 07/31/2014

7000 07/31/2015

9000 07/31/2015

(c)  The total duration of this contract, including the exercise of any option(s) under this clause, shall not exceed five (5) years, however, in accordance with paragraph (g) of the requirement of this contract entitled "LEVEL OF EFFORT" (NAVSEA 5252.216-9122), if the total manhours delineated in paragraph (a) of the LEVEL OF EFFORT requirement, have not been expended within the period specified above, the Government may require the Contractor to continue to perform the work until the total number of manhours specified in paragraph (a) of the aforementioned requirement have been expended.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 65 of 66  FINAL

 

Page 68: € 1.€CONTRACT ID CODE PAGE OF PAGES ......€€€€€€€(FMS) € 4200€€€Software €€$8,692,888.00€ €€€€€€€engineering, €€€€€€€analysis,

SECTION J LIST OF ATTACHMENTS

 Exhibit A Task Order Data Requirements List (dd1423)

Attachment J.1 Contract Security Classification Specification (DD254)

Attachment J.2 Task Order Contracting Officer's Representative Letter (Updated)

Attachment J.3 Task Order  Alternate Contracting Officer's Representative Letter

Attachment J.4 Technical Instructions

Attachments issued with the solicitation have been deleted.

DISTRIBUTION

Seaport-E ContractorEDADCMA, MarylandDFAS Columbus, South Entitlement

Hard Copy File

Email:K03B, - K40, K50, K90,

AID#: 129022

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0021  AMENDMENT/MODIFICATION NO.

 21  PAGE

 66 of 66  FINAL