FC10_SOW

27
DELIVERY ORDER FINAL 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. N00178-04-D-4042 FC1007 ORIG 04/26/2007 MOD 05/02/2008 N00164-08-MR-66228 5. ISSUED BY CODE N00164 6. ADMINISTERED BY CODE S2101A NSWC, CRANE DIVISION 300 Highway 361 - Building 64 Crane IN 47522-5001 [email protected] 812-854-3554 DCMA MARYLAND 217 EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD 21202-5299 7. CONTRACTOR CODE 34157 FACILITY 8. DELIVERY DATE EG&G Technical Services, Inc. 900 Clopper Road Gaithersburg MD 20878 See Section F 9. CLOSING DATE/TIME (hours local time Block 5 issuing office) SET ASIDE TYPE 10. MAIL INVOICES TO See Section G 11. SHIP TO 12. PAYMENT WILL BE MADE BY CODE HQ0338 See Section D DFAS Columbus Center,South Entitlement Operations P.O. Box 182264 Columbus OH 43213 13. TYPE OF ORDER D X This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of above-numbered contract. ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERMFORM THE SAME. EG&G Technical Services, Inc. A. Weakley Vice President NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED 14. ACCOUNTING AND APPROPRIATION DATA See Section G 15. ITEM NO. 16. SCHEDULE OF SUPPLIES/SERVICES 17. QUANTITY ORDERED/ ACCEPTED* 18. UNIT 19. UNIT PRICE 20. AMOUNT See the Following Pages *If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle. 21. UNITED STATES OF AMERICA 22. TOTAL By: Richard L. McGarvey 05/02/2008 CONTRACTING/ORDERING OFFICER SECTION DESCRIPTION SECTION DESCRIPTION B SUPPLIES OR SERVICES AND PRICES/COSTS H SPECIAL CONTRACT REQUIREMENTS C DESCRIPTION/SPECS/WORK STATEMENT I CONTRACT CLAUSES D PACKAGING AND MARKING J LIST OF ATTACHMENTS E INSPECTION AND ACCEPTANCE F DELIVERIES OR PERFORMANCE G CONTRACT ADMINISTRATION DATA

Transcript of FC10_SOW

Page 1: FC10_SOW

 

DELIVERY ORDER FINAL1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO.

N00178-04-D-4042 FC1007ORIG  04/26/2007MOD   05/02/2008

N00164-08-MR-66228

5. ISSUED BY CODE  N00164 6. ADMINISTERED BY CODE  S2101A

NSWC, CRANE DIVISION300 Highway 361 - Building 64 Crane IN 47522-5001 [email protected] 812-854-3554

 

DCMA MARYLAND217 EAST REDWOOD STREET, SUITE 1800BALTIMORE MD 21202-5299

7. CONTRACTOR CODE  34157 FACILITY    8. DELIVERY DATE

EG&G Technical Services, Inc.900 Clopper RoadGaithersburg MD 20878

 See Section F

 9. CLOSING DATE/TIME

 

(hours local time – Block 5 issuing office)

 SET ASIDE TYPE

 

 10. MAIL INVOICES TO

 See Section G

11. SHIP TO   12. PAYMENT WILL BE MADE BY CODE  HQ0338

 See Section DDFAS Columbus Center,South Entitlement OperationsP.O. Box 182264Columbus OH 43213

13. TYPE OF ORDER

 D  X This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of above-numbered contract.

     

ACCEPTANCE.  THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERMFORM THE SAME.

 

 EG&G Technical Services, Inc.

     A. WeakleyVice President

     

  NAME OF CONTRACTOR   SIGNATURE   TYPED NAME AND TITLE   DATE SIGNED  

14. ACCOUNTING AND APPROPRIATION DATA

 See Section G

 15. ITEM NO.  16. SCHEDULE OF SUPPLIES/SERVICES  17. QUANTITY ORDERED/ ACCEPTED*

 18. UNIT  19. UNIT PRICE   20. AMOUNT

See the Following Pages

*If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle.

21. UNITED STATES OF AMERICA 22. TOTAL

  By: Richard L. McGarvey 05/02/2008

CONTRACTING/ORDERING OFFICER  

SECTION   DESCRIPTION SECTION   DESCRIPTION

B   SUPPLIES OR SERVICES AND PRICES/COSTS H   SPECIAL CONTRACT REQUIREMENTS

C   DESCRIPTION/SPECS/WORK STATEMENT I   CONTRACT CLAUSES

D   PACKAGING AND MARKING J   LIST OF ATTACHMENTS

E   INSPECTION AND ACCEPTANCE    

F   DELIVERIES OR PERFORMANCE    

G   CONTRACT ADMINISTRATION DATA    

Page 2: FC10_SOW

GENERAL INFORMATION

The purpose of this modification is to deobligate funding from CLIN 1000 for Labor. Accordingly, said Task Order is modified as follows:

The total estimated amount of this task order is The total potential period of performance is one year.

The task order type is cost plus fixed fee.

FUNDING INFORMATION

The total funded amount currently available for payment is

The clause Limitation of Funds (FAR 52.232-22) applies. The Government is not obligated to reimburse the Contractor for cost incurred in excess of $605,765 unless additional funds are made available and incorporated as a modification to this task order.

Section B, G, and H are updated to reflect the below SLIN and ACRN additions for purposes of providing the incremental funding.

Deobligation Amounts are provided below for Labor Information SLINs CLIN 1000

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

ACRN  SLIN  REQN  FROM  TO  BY 

A2  100002  72777623 

A2  100003  73060484 

The total value of the task order remains unchanged. The total amount of funds obligated to the task is hereby decreased by from to .

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 2 of 2

Page 3: FC10_SOW

SECTION C DESCRIPTIONS AND SPECIFICATIONS

STATEMENT OF WORK FOR PERFORMANCE OF SHIP ALTERATION (SHIPALT) INSTALLATIONS AND FIELD SERVICE OF THE COUNTERMEASURE SET ACOUSTIC (CSA) MK 2 SERIES EQUIPMENT

31 JANUARY 2007

DISTRIBUTION STATEMENT A: Approved for public release; distribution is unlimited.

Prepared byNaval Surface Warfare Center Crane DivisionCode 6071Crane, IN 47522

TABLE OF CONTENTSPARAGRAPH TITLE PAGE

1.0 SCOPE 11.1 Applicable Paragraphs 11.2 System Description 11.3 SHIPALT Background 12.0 APPLICABLE DOCUMENTS 23.0 REQUIREMENTS 33.1 Quality Assurance (AQ) Support 3 (Functional Area 11) 3.2 Disposal Support (Functional Area 13) 43.3 Test and Certification Support 4 (Functional Area 14)3.4 Logistics Support (Functional Area 16) 4

3.5 Supply Support (Functional Area 17) 53.6 In-Service Engineering Agent (ISEA), 5 Installation, and Field Service Support (Functional Area 19)3.6.1 SHIPALT 4024K 53.6.2 SHIPALT 4025K 63.6.3 SHIPALT 4047K 73.6.4 Cable Installation 73.6.5 Field Service 73.7 Program Support (Functional Area 20) 8

4.0 GOVERNMENT FURNISHED ITEMS 84.1 Government Furnished Information 84.2 Government Furnished Materials 8

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 3 of 28

Page 4: FC10_SOW

4.3 Government Furnished Facilities 94.4 Return of Government Furnished Items 95.0 DELIVERABLES 95.1 Technical Report-Study/Service 10 5.2 Report, Record of Meeting/Minutes 105.3 Presentation Materials 105.4 Integrated Logistics Support (ILS) 115.5 Monthly Progress, Status, and 11 Management Report

6.0 SPECIAL CONDITIONS 126.1 Incremental Funding 126.2 Security 126.3 Safety and Health 126.4 Control of Contractor Personnel 126.5 Identification Badges 126.6 Accident Reporting 136.7 Smoking Regulations 136.8 Data Rights 136.9 Travel 136.10 Task Order Manager (TOM) 146.10.1 Requiring Technical Activity (RTA) 146.11 Information Non-Disclosure 14 6.12 Release of Information 146.13 Privacy Act 146.14 Damage Reporting 146.15 Non-Personal Services 14

7.0 PERIOD OF PERFORMANCE 157.1 Place of Performance 15

STATEMENT OF WORK FOR SHIPALT INSTALLATIONS AND FIELD SERVICE OF THE CSA MK 2 SERIES EQUIPMENTS1.0 SCOPE. This Statement of Work (SOW) defines the requirements for the performance of Ship Alterations (SHIPALT) 4024K, 4025K, and 4247K, and fieldservice of the Countermeasures Set, Acoustic (CSA) MK 2 System on-board selected Submarine Platforms. This includes the planning, testing, and coordination of each scheduled maintenance action. This non-personal tasking will be performed under the cognizance of the Naval Surface Warfare Center (NSWC) Crane Division, Code 6071, In-Service Engineering Agent (ISEA) and Alteration Installation Team (AIT).1.1 Applicable Paragraphs. The following paragraphs of SeaPort Enhanced (SeaPort-e)Contract N00178-07-R-4000 are applicable to this Task Order(TO):3.11 Quality Assurance Support 3.13 Inactivation and Disposal Support 3.14 Interoperability, Test and Evaluation, and Trials Support 3.16 Logistics Support 3.17 Supply and Provisioning Support 3.19 In-Service Engineering, Fleet Introduction, Installation and Checkout Support3.20 Program Support

1.2 System Description. The CSA MK 2 System was developed to control the

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 4 of 28

Page 5: FC10_SOW

selection and launching of a series of expendable Acoustic DeviceCountermeasures (ADCs) from Submarine Platforms. This system providesthe capability to store, select, program monitor, and launch these ADCsstowed in external launcher assemblies, against torpedo threats orthreat platforms. The CSA MK 2 consists of a MK 421 MOD 0 Launch Control Panel (LCP) located in the Control Room, two (2) JunctionBoxes, two (2) Electrical Hull Penetrators (EHP), and two (2) MK 25 MOD 0 Launcher Housing Assemblies (LHA) or PODs, one mounted on each dihedral strut, and interconnecting cables. The LHAs hold Launcher Assemblies (LAs) comprised of the MK 77 MOD 0 Gas Generator (GG) and an ADC Launch Tube Assembly (LTA). Each LTA consists of a specific countermeasure device, a steel launchtube, a sealed muzzle cap and ram plate, a ramp to capture the ram and prevent the instantaneous release of gases from the tube, a jacking plate, and several retaining rings.1.3 SHIPALT Backgrounds. SHIPALT 4024K, the mechanical portion, and SHIPALT 4025K, the electrical portion of the CSA MK 2 System have been installed on all SSN 688I Class Submarines except the USS SCRANTON (SSN 756). These SHIPALTs have been partially installed on this hull. The remaining portions of these SHIPALTs will be installed in accordance with requirements of this SOW. SHIPALT 4247K, CSA MK 2 MOD 4 Cable Installation, has been installed on all SSN 688I Class Submarines except the USS SCRANTON (SSN 756) and the USS ASHEVILLE (SSN 758). This SHIPALT will be installed in its entirety on both remaining platforms.

2.0 APPLICABLE DOCUMENTS. The contractor shall perform support tasks in accordance with applicable military standards, handbooks, performance specifications, and non-Government documents, as well as all project specific technical documentation and information as specified herein. Project specific documentation will be provided as Government Furnished Information GFI) and will include technical manuals, training materials and information, specifications, standards, procedures, processes, drawings, and quality system documents. These documents form a part of this SOW to the extent specified herein. The exact revisions of the documents are not cited in the text ofthis SOW for the convenience of reference. All references listed are assumed to be the latest revision as of the date of task order award. In the event of conflict between these documents and the contents of this SOW, the SOW shall be considered a superseding requirement.

CINCLANTFLT/CINCPACFLT Joint Fleet Maintenance Manual (JFMM)Instruction 4790.3NAVSEA 0924-062-0010 Submarine Safety (SUBSAFE) Requirements ManualNAVSEA 0948-LP-045-7010 Material Control Standard NAVSEA SL720-AA-MAN-010 Fleet Modernization Program (FMP) Management and Operations ManualNAVSEA 9090-310 NAVSEA Technical Specifications, Alterations to Ships by Alteration Installation Teams (AIT)NAVSEANOTE 5000 Activities Authorized to Perform SUBSAFE WorkNWSCINST 5510.1 Information, Personnel, and Industrial Security ManualOPNAVINST 5510.1 Navy and Marine Corps Mishap and Safety Security ManualSECNAVINST 5370.2 Navy Fraternization PolicySSN 688-4024K Ship Alteration Record (SAR) SSN 688-4025K Ship Alteration Record (SAR) SSN 699-4247K Ship Alteration Record (SAR)

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 5 of 28

Page 6: FC10_SOW

073-5529 SUBMEPP Underbody Noise Survey 176-5112 SUBMEPP Structural Tanks-Strength and Completion Test406-1-2638 SUBMEPP Outboard Cabling Pre- Installation Check406-2-2656 SUBMEPP Six-Inch Countermeasure 406-2-2658 SUBMEPP Six-Inch Countermeasure Resistance Checks (Dockside)406-3-2657 SUBMEPP Six-Inch Countermeasure Equipment Test406-6-2659 SUBMEPP Six-Inch Countermeasure Resistance Checks (Post Deep Dive)9090-310 NAVSEA Technical Specification, Alterations to Ships by Alteration Installation Teams (AIT)

3.0 REQUIREMENTS. The installation, testing, certification, and field service actions shall be performed in accordance with SHIPALTs 4024K, 4025K, and 4247K SAR, this SOW, and all applicable documents contained therein. The contractor shall furnish all material with the exception of Government Furnished Material (GFM) listed in Paragraph 4.2, equipment, facilities, and labor by qualified personnel to accomplish the requirements of this SOW. Technical Instructions (TIs) will be utilized to delineate specific efforts when applicable. Functional areas to be supported under this TO are described below. The contractor shall support and attend a variety of meetings for thefollowing taskings:3.1 Quality Assurance Support (Functional Area 11). The contractor shall develop, provide and maintain a quality system that has been accepted by NAVSEA 04XQ in accordance with NAVSEA Technical Specification 9090-310 before the performance of any installation. The contractor shall provide proof of NAVSEA 04XQ acceptance. The contractor shall support and follow the ISO 9000 Quality System in place within the Code 60 Directorate. All relative tasking specified herein shall be accomplished using these established quality processes, procedures, and instructions. The contractor shall be certified to perform and to certify all Submarine Safety (SUBSAFE) work in accordance with NAVSEANOTE 5000, Activities Authorized to Perform SUBSAFE Work.3.2 Disposal Support (Functional Area 13). The contractor shall identify all hazardous material (HAZMAT) required for use during all installations and maintenance actions and provide Material Safety Data Sheets (MSDS) for each. The contractor shall dispose of all hazardous waste generated as a result of installations and maintenance actions in accordance with established Government activity and contractor facility instructions, processes, and procedures. 3.3 Test and Certification (Functional Area 14). The contractor shall be responsible for pre- and post-installation testing and certification required during installations and field service maintenance actions. Testing will verify system operability prior to installation and maintenance actions, and verify the satisfactory operation of updated or newly installed systems, subsystems, and components. The contractor shall certify in writing to the appropriate Maintenance Coordinator or Project Superintendent that all work and logistical issues have been satisfactorily completed and tested in accordance with NAVSEA Technical Spec 9090-310. Tests will include: a. System Operation and Verification Test (SOVT). b. Underbody Noise Survey in accordance with Submarine Maintenance Engineering, Planning, and Procurement (SUBMEPP) Procedure 073-5529. c. Structural Tanks, Strength and Completion Test in accordance with SUBMEPP Procedure 176-5112. d. Outboard Cabling Pre-Installation Checks in accordance with SUBMEPP Procedure 406-1-2638.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 6 of 28

Page 7: FC10_SOW

e. External Launcher System Installation Inspection in accordance with SUBMEPP Procedure 406-2-2656. f. Launcher System Operational Test in accordance with SUBMEPP Procedure 406-3-2657. g. Outboard Cabling Insulation Resistance Test in accordance with SUBMEPP Procedure 406-2-2658. h. Post Deep Dive Test in accordance with SUBMEPP Procedure 406-6-2659. 3.4 Logistics Support (Functional Area 16). The contractor shall be responsible for coordinating all industrial support required for installations and maintenance actions at Navy Shipyards. Industrial support includes crane and rigging services, staging, welding and burning services, and compressed air supply. The contractor shall generate, update, and maintain logistic documentation for SHIPALT installations and field service. The contractor shall generate or provide support to generate the following logistic documentation: a. Memorandums of Agreement (MOA). Approved MOAs are required between Government activities or contractor facilities prior to the start of any scheduled installations or maintenance actions can be accomplished. b. Integrated Logistics Support (ILS) Certification Forms. Approved ILS Certification Forms are required prior to the start of any scheduled SHIPALT installations.The contractor shall support and attend required ILS meetings.3.5 Supply Support (Functional Area 17). The contractor shall procure and provide all necessary material, with the exception of the Government Furnished Material (GFM) listed in Paragraph 4.2 of this SOW, for the performance of the SHIPALTs 4024K, 4025K, and 4247K on all applicable platforms in accordance with NAVSEA 0948-LP-045-7010, Material Control Standard. 3.6 ISEA, Installation, and Field Service Support (Functional Area 19). The contractor shall schedule maintenance actions and installations, and ensure updates into various database modules including Navy Data Environment (NDE), Configuration Data Managers Database-Open Architecture (CDMD-OA), Navy Modernization (NM), Regional Maintenance and Modernization ControlOffice (RMMCO), and Submarine Modernization Alteration and Requirements Tool (SMART). Installation and maintenance actions shall be performed in accordance with CINCLANTFLT/ CINCPACFLT Instruction 4790.3, Joint Fleet Maintenance Manual (JFMM), NAVSEA SL720-AA-MAN-010, Fleet Modernization Program (FMP) Management and Operations Manual, and NAVSEA 9090-310, Technical Specification, Alterations to Ships by Alteration Installation Teams (AIT). Technical Instructions (TIs) will be generated by the Government for each SHIPALT installation and field service action.3.6.1 SHIPALT 4024K. This SHIPALT has been partially installed on the USS SCRANTON (SSN 756). The following portions have been completed and are listed herein as reference information. a. Two (2) large Dihedrals with fairing have been attached to the Ship’s hull at a 25-degree plane below main axis between Frames 129 and 137 both Port and Starboard. b. The Transition Foundation unit has been attached to each large Dihedral. c. The Launcher PODs, consisting of seven (7) tubes per POD, have been attached to the Transition Foundation. d. Steel Nose Cones have been manufactured and attached to each POD and Transition Foundation. e. External hydraulic piping and three (3) associated hangers for the Thin Line Towed Array Handling System relocated in the Main Ballast Tank 5A. The following portions of SHIPALT 4024K have not been installed on the USS SCRANTON (SSN 756). The contractor shall complete the installation of SHIPALT 4024K on the USS SCRANTON (SSN 756) in accordance with the SSN 688-4024K Ship Alteration Record (SAR), all applicable documents, and this SOW during this platform’s scheduled Fiscal Year (FY) 2008 Docking Selected Restricted

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 7 of 28

Page 8: FC10_SOW

Availability (DSRA) as follows: a. The Fabrication and installation of the foundations for the LCP in the Control Room/Attack Center, Starboard at Frame 48. b. The fabrication and installation of the foundations for the two (2) Junction Boxes in the Engine Room, Port and Starboard at Frame 120. c. Relocation of the Type 18B Periscope TV Monitor and Bookrack (S1-47-7) for the installation of the LCP.

All required SUBSAFE work shall be performed in accordance with NAVSEA 0924-062-0010, SUBSAFE Requirements Manual. The contractor shall procure and provide all necessary material for the performance of the SHIPALT 4024K on the USS SCRANTON (SSN 756) with the exception of the Government Furnished Material (GFM) listed in Paragraph 4.2 of this SOW. The contractor shall generate a detailed installation plan describing the operations for the performance of the installation of SHIPALT 4024K, and provide a copy of the installation plan to the Government before the start the SHIPALT installation. The contractor shall provide support in the generation and finalization of a Memorandum of Agreement (MOA) for this installation. The contractor shall support and attend allmeetings for this installation.3.6.2 SHIPALT 4025K. This SHIPALT has been partially installed on the USS SCRANTON (SSN 756). The following portion has been completed and is listed herein as reference information. a. Two (2) 240-Pin Electrical Hull Fittings (EHF) in the Aft Elliptical Bulkhead at Frame 126 have been installed. All other portions of SHIPALT 4025K have not been installed on the USS SCRANTON (SSN 756). The contractor shall complete the installation of SHIPALT 4025K on the USS SCRANTON (SSN 756) in accordance with the SSN 688-4025K SAR, all applicable documents, and this SOW during this platform’s scheduled FY 2008 DSRA. All required SUBSAFE work shall be performed in accordance with NAVSEA 0924-062-0010, SUBSAFE Requirements Manual. The contractor shall procure and provide all necessary material for the performance of the SHIPALT 4025K on the USS SCRANTON (SSN 756) with the exception of the Government Furnished Material (GFM) listed in Paragraph 4.2 of this SOW. The contractor shall generate a detailed installation plan describing the operations for the performance of the installation of SHIPALT 4025K, and provide a copy of the installation plan to the Government before the start the SHIPALT installation. The contractor shall provide support in the generation and finalization of an MOA for this installation. The contractor shall support and attend meetings for this installation.3.6.3 SHIPALT 4247K. This SHIPALT will be installed in its entirety on both the USS SCRANTON (SSN 756) during this platform’s scheduled FY 2008 DSRA, and the USS ASHEVILLE (SSN 758) during this platform’s scheduled FY 2007 DSRA in accordance with SSN 688-4247K SAR, all applicable documents, and this SOW. All required SUBSAFE work shall be performed in accordance with NAVSEA 0924-062-0010, SUBSAFE Requirements Manual. The contractor shall procure and provide all necessary material for the performance of the SHIPALT 4247K on the USS SCRANTON (SSN 756) and the USS ASHEVILLE (SSN 758) with the exception ofthe Government Furnished Material (GFM) listed in Paragraph 4.2 of this SOW. The contractor shall generate a detailed installation plan describing the operations for the performance of both SHIPALT 4247K installations, and provide a copy of each installation plan to the Government before the start the SHIPALTinstallation. The contractor shall provide support in the generation and finalization of MOAs for these installations. The contractor shall support and attend meetings for these installations.3.6.4 Cable Installation. The contractor shall install Countermeasure Set Acoustic (CSA) MK 2 MOD 1 Outboard Cables on the USS MEMPHIS (SSN 691). This

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 8 of 28

Page 9: FC10_SOW

installation will be performed during scheduled the FY07 Pre-Inactivation Restricted Availability (PIRA) for this platform. All required SUBSAFE work shall be performed in accordance with NAVSEA 0924-062-0010, SUBSAFE Requirements Manual. The contractor shall procure and provide all necessary material for the performance of this cable installation on theUSS MEMPHIS (SSN 691) with the exception of the Government Furnished Material (GFM) listed in Paragraph 4.2 of this SOW. The contractor shall generate a detailed installation plan describing the operations for the performance of this installation, and provide a copy of the installation plan to theGovernment before the start the installation. The contractor shall provide support in the generation and finalization of an MOA for this installation. The contractor shall support and attend meetings for thisinstallation. 3.6.5 Field Service. The contractor shall provide field service support to deployed CSA MK 2/3 and ADC Programs that requires repair beyond the skill of the organizational maintenance personnel. This support includes inspections, problem analyses, alterations, repair and maintenance actions, andEngineering Change (EC) installations. All required SUBSAFE work shall be performed in accordance withNAVSEA 0924-062-0010, SUBSAFE Requirements Manual. The contractor shall provide support in the generation and finalization of MOAs for these installations. Following each field service, the contractor shallprovide the Government with a report describing the action taken and the results of the action. This report shall also include recommendations, along with supporting rational, and problem related information such as time, date, place, equipment identification, ship class, and hull number. The contractor shall support and attend meetings for field service tasking.3.7 Program Support (Functional Area 20). The contractor shall provide a responsible individual to serve as the single point of contact for all efforts related to the planning, organization, directing, and execution of all field service actions and installations. The contractor shall provide monthlyprogress and status reports for each field service action and installation in accordance with distribution as called out in Paragraph 5.0 of this SOW. The report shall summarize efforts currently in progress, accomplishments and problems encountered, and project funding status by field service action andinstallation by TI. This monthly status report shall be in narrative form with graphics, as appropriate, to better define information. The contractor shall provide qualified personnel to attend meetings or reviews associated with field service and installation tasking. Meetings will be held at NSWC Crane,other Government activities, and contractor facilities. Travel will be required. The contractor shall prepare presentations and presentation materials for use by the Government at these meetings, consistingof viewgraphs, storyboards, or slide presentations (computer based viewgraphs), addressing selected topics. The contractor shall document the proceedings, and complete action items and assignments resulting from these meetings.4.0 GOVERNMENT FURNISHED ITEMS. 4.1 Government Furnished Information. The Government will provide CSA MK 2 System data to the contractor as Government Furnished Information (GFI). The data provided will include technical manuals, specifications, drawings and parts lists, applicable SARs, Ship Installation Drawings (SIDs), andEngineering Change Instructions (ECIs). Other required documentation provided upon contractor request.4.2 Government Furnished Material. GFM will consist of the following: 4.2.1 USS SCRANTON (SSN 756) Installations: NOMENCLATURE PART NUMBER QUANTITY Launcher Control Panel 5947525 1Junction Box Assemblies 6203835 2Ballast Tank Cables 7454379-1 14

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 9 of 28

Page 10: FC10_SOW

Launcher Assembly Cables 7454380-1 4 Launcher Aaaebly Cables 7454380-2 6 Launcher Assebbly Cables 7454380-3 4 Bulkhead 62 Stuffing Tube M24235/1-004 2

4.2.2 USS ASHEVILLE (SSN 758) Installation: NOMENCLATURE PART NUMBER QUANTITY Ballast Tank Cables 7454379-1 14 Launcher Assembly Cables 7454380-1 4 Launcher Assembly Cables 7454380-2 6 Launcher Assembly Cables 7454380-3 4 4.2.3 USS MEMPHIS (SSN 691) Cable Installation: NOMENCLATURE PART NUMBER QUANTITY Ballast Tank Cables 7721200 14Launcher Assembly Cables 7271201, AY 1 1Launcher Assembly Cables 7271201, AY 2 1Launcher Assembly Cables 7271201, AY 3 1Launcher Assembly Cables 7271201, AY 4 1Launcher Assembly Cables 7271201, AY 5 1Launcher Assembly Cables 7271201, AY 6 1Launcher Assembly Cables 7271201, AY 7 1Launcher Assembly Cables 7271201, AY 8 1Launcher Assembly Cables 7271201, AY 9 1Launcher Assembly Cables 7271201, AY 10 1Launcher Assembly Cables 7271201, AY 11 1Launcher Assembly Cables 7271201, AY 12 1Launcher Assembly Cables 7271201, AY 13 1Launcher Assembly Cables 7271201, AY 14 1

4.3 Government Furnished Facilities. The Government will provide access to the Center and furnish work areas and equipment for tasks required to be performed on-site at NSWC Crane. 4.4 Return of Government Furnished Items. All GFI and unused GFM provided to or acquired by the contractor in support of the requirements of this SOW shall be returned to NSWC, Crane Code 6071 upon completion of assigned tasking.5.0 DATA DELIVERABLES. SHIPALT specific deliverables (inspection, test, and certification reports) shall be in the format called out in procedures and SHIPALT 4024K, 4025K, and 4247K SARs, unless otherwise directed, and submitted as required. All deliverables shall be completed and submitted in accordance with the requirements listed below. Final copies of deliverables shall be distributed to the following. Task Order Manager (TOM) Requiring Technical Activity (RTA)Mr. Roger Maryfield Mr. Steve Stahl Mrs. Lisa SpringerCode 053RM, Building 64 Code 607, Building 41NE Code 6071, Building 41NE300 Highway 361 300 Highway 361 300 Highway 361Crane, IN 47522 Crane, IN 47522 Crane, IN [email protected] [email protected] [email protected] 5.1 Technical Report-Study/Services. The contractor shall provide the Government with engineering and technical reports. Contractor format is acceptable. Deliverables: Engineering and technical reports shall provide the

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 10 of 28

Page 11: FC10_SOW

Government with fully documented information on status of SHIPALTs and field service actions. Reports shall include problems encountered, summaries, recommendations, status, trip reports, and any other required report.Frequency: As Required. The Government shall provide notification of all required reports and associated due dates. Medium: Electronic format (Microsoft compatible format whenever possible). Document shall be transmittedvia e-mail or accessible via the Internet. Due Date: Contractor shall be notified of specific due dates as required.5.2 Report, Record of Meeting/Minutes. The contractor shall provide the Government with reports and records of meetings of any specified type. Contractor format is acceptable. Deliverables: Meeting minutes, and reports shall provide the Government with fully documented records of the deliberations and actions resulting from these meetings. Frequency: As Required. The Government shall provide notification of all meeting support requirements.Medium: Electronic format (Microsoft compatible format whenever possible). Document shall be transmitted via e-mail or accessible via the Internet. Due Date: Contractor shall be notified of specific due dates as required.5.3 Presentation Materials. The contractor shall provide the Government with presentation material such as viewgraphs, photographs, slides, or other audiovisual aids to be used to present information. Contractor format is acceptable. Deliverables: The contractor shall provide the Government with viewgraphs, photographs, slides, or other audiovisual aids as well as any accompanying text to be used to present information during meetings, reviews,and briefings. Frequency: As Required. The Government shall provide notification of all required presentations and associated due dates.Medium: Electronic format (Microsoft compatible format whenever possible). Document shall be transmitted via e-mail or accessible via the Internet. Due Date: Contractor shall be notified of specific due dates as required.5.4 Integrated Logistics Support (ILS). The contractor shall provide ILS associated with SHIPALT installations and field service performance to the CSA MK 2 Series systems, subsystems, and components. Deliverables: The contractor shall identify and develop all logistic requirements necessary to effectivelysupport all installations and field service actions, and provide required technical reports and documentation to the Government. Contractor format is acceptable. Frequency: As Required. The Government shall provide notification of all requirements, and provide associated due dates. Medium: Electronic format (Microsoft compatible format whenever possible). Unless the original format of the document is a requirement, contractor format is acceptable. Document shall be transmitted via e-mail or accessible via the Internet. Due Date: Contractor shall be notified of specific due dates as required.5.5 Monthly Progress, Status, and Management Report. The contractor shall provide monthly progress and status reports for each SHIPALT installation and field service TI to the Government. The report shall summarize efforts currently in progress, planned tasking, accomplishments and problems encountered, and financial status by TI. Deliverables: The contractor shall submit a Monthly Progress and Status Report, in narrative form withgraphics, as appropriate, to better define information. Contractor format is acceptable. Frequency: Monthly. Medium: Electronic format (Microsoft compatible format whenever possible). Unless the original formatof the document is a requirement, contractor format is acceptable. Document shall be transmitted via e-mail or accessible via the Internet. Due Date: 30 days after contract award and monthly thereafter.6.0 SPECIAL CONDITIONS. The following special conditions apply: 6.1 Incremental Funding. This task order will be funded incrementally as required, per SHIPALT installation and field service requirement TI.6.2 Security. The contractor shall comply with security procedures and instructions as specified by the local Government Security Department and Section C of SeaPort-e Contract, N00178-07-R-4000. The nature of the work under this SOW is mostly unclassified. However, some tasks may require access

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 11 of 28

Page 12: FC10_SOW

to classified documents and secured areas. All contractors performing these tasks are required to obtain a SECRET security clearance. Access to classified information will be limited by security clearance level and need to know, and all classified material shall be handled in accordance with approved security practices and procedures. Contractor personnel in contact with classified documentation and/or equipment shall have the proper level of clearance on file with the local Government Security Office. A Department of Defense Form 254 (DD 254) shall be filed with the contract identifying the contractor’s facility and safeguarding level of clearance requirements. Classified information may be received or generated by the contractor, in accordance with DOD-5220.22-M, National Industrial Security Program Operating Manual (NISPOM), to fulfill therequirements of this task order.6.3 Safety and Health. The requirements of this order may require contractor personnel to come in contact or be exposed to hazardous conditions. The contractor shall abide by all applicable Federal, local and state occupational safety and health requirements. The contractor must have on record a corporate safety plan and shall provide a copy to the Task Order Manager (TOM) when instructed. The contractor shall ensure all employees have appropriate Personal Protection Equipment (PPE). The contractor shall ensure employees have all required training and certifications related to Occupational Safety and Health Requirements.6.4 Control of Contractor Personnel. The contractor shall comply with the requirements of NWSCINST 5510.1, Information, Personnel, and Industrial Security Manual. All persons engaged in work while on Government property shall be subject to search of their persons (no bodily search) and vehiclesat any time by the Government, and shall report any known or suspected security violations to the Crane Division Security Department. Assignment, transfer, and reassignment of contractor personnel shall be at the discretion of the contractor. However, when the Government directs, the contractor shall remove from contract performance any person who endangers life, property, or national security through improper conduct. All contractor personnel engaged in work while on Government property shall be subject to the Standards of Conductcontained in SECNAVINST 5370.2, Navy Fraternization Policy. Prior to conducting work under this contract, the contractor shall provide a list of employees to the Government containing contractors’ full names, security clearance levels, and labor categories. This list shall be updated within forty eight hours after changes occur.6.5 Identification Badges. The contractor shall be required to obtain identification badges from the Government for contractor personnel working on Government property. The identification badge shall be visible at all times while employees are on Crane Division property. The contractor shall furnish all requested information required to facilitate issuance of identification badges and shall conform to applicable regulations concerning the use and possession of the badges. The contractor shall be responsible for ensuring that all identification badges issued to contractor employees are returned to the Crane Division Security Department within forty eight hours following the completion of the contract, relocation or termination of an employee issued an identification badge, and upon request by the Contracting Officer.6.6 Accident Reporting. The contractor shall maintain an accurate record of and shall report all accidents occurring at NSWC Crane to the TOM and/or the Crane Division Security Department as prescribed by OPNAVINST 5102.1, Navy and Marine Corps Mishap and Safety Investigation Reporting and Record Keeping Manual. Accidents at Navy Shipyards, other Government activities, and contractor facilities shall be reported to the TOM and recorded and reported in accordance with that activity’s instructions and procedures. 6.7 Smoking Regulations. Smoking on NSWC Crane premises shall be in approved areas only in accordance with NAVFAC P 1021. Smoking in vehicles is prohibited.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 12 of 28

Page 13: FC10_SOW

6.8 Data Rights. All data/documentation delivered/created in support of this effort becomes the property of the US Government and will be delivered without proprietary markings. The Government shall have Government purpose rights for all data associated to this contract.6.9 Travel. The contractor may be required to travel throughout the continental United States (CONUS). When required to obtain access to a Government facility, ship, aircraft or other duty station, the contractor shall initiate requests for need-to-know certification, and submit these requests to the TOM for appropriate action. Trip reports shall be provided within five (5) working days of return from travel, or submitted with the Monthly Status Report for the month in which the trips were taken. The contractor is authorized to use task order funds for travel in order to complete assigned tasking. Code6071 will determine travel destination, dates, and purposes as schedules develop. Travel will be authorized by the TOM via TOM/Contracting Officer approved Travel Authorization (TA). The contractor is authorized topurchase non-refundable airline tickets for all required travel. Travel cost computations are in accordance with the following estimated travel schedule.

ESTIMATED TRAVEL REQUIREMENTSFROM TO DURATION PERSONS # OF TRIPS NSWC Crane Norfolk, VA 50 days 7 1 NSWC Crane Norfolk, VA 3 days 1 1 NSWC Crane San Diego, CA 39 days 7 1 NSWC Crane San Diego, CA 3 days 1 1 NSWC Crane Portsmouth, NH 14 days 6 1 NSWC Crane Portsmouth, NH 3 days 1 1

6.10 Task Order Manager (TOM). The TOM for this task order is Mr. Roger Maryfield, Code 0531, telephone 812-854-4898, email: [email protected]. 6.10.1 Requiring Technical Activity (RTA). The RTA Points of Contact are Mr. Steve Stahl, Code 607, telephone 812-854-6389, email: [email protected], or Mrs. Lisa Springer, Code 6071, telephone 812-854-4174, email: [email protected] Information Non-Disclosure. The contractor shall not disclose any information provided or developed under this contract outside the Government without prior approval from the Code 6071 Branch and Section Managers.6.12 Release of Information. All technical data provided to the contractor shall be protected from the public. All other information relating to the items to be delivered and services to be performed under this TO may not be disclosed by any means without prior approval of the authorized representative of the Contracting Officer. Dissemination or public disclosure includes but is not limited to permitting access to such information by foreign nationals by any other person or entity or publication of technical or scientific papers or advertising or any other proposed public release. The contractor shall provideadequate physical protection to such information so as to preclude access by any person or entity not authorized such access.6.13 Privacy Act. Under US Code Title 5, Section 552, information accessed in completing this TO is subject to the Privacy Act.6.14 Damage Reporting. The contractor shall maintain an accurate record of and shall report to the TOM all damages to Government property as prescribed by OPNAVINST 5102.1.6.15 Non-Personal Services. The Government will neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall bethe responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 13 of 28

Page 14: FC10_SOW

perception of personal services. If the contractor feels thatany actions constitute, or are perceived to constitute personal services, it shall be the contractor’s responsibility to notify the TO TPCO immediately. These services shall not be used to perform work of a policy/decision making or management nature, i.e., inherently Governmental functions. All decisionsrelative to programs supported by the contractor shall be the sole responsibility of the Government.PERIOD OF PERFORMANCE. Due to hull availability schedules, all installs and field service actions will be completed within the next year. Contract period of performance is for 12 months from date of award. 7.1 Place of Performance. Tasks called out in this SOW may be performed at NSWC Crane, Building 41NE, other Government activities, Navy Shipyards, and contractor facilities.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 14 of 28

Page 15: FC10_SOW

SECTION D PACKAGING AND MARKING

SECTION D PACKAGING AND MARKING

All provisions and clauses in SECTION D of the basic contract are applicable to thistask order, unless otherwise specified within this task order.DATA PACKAGING LANGUAGE (5503)All unclassified data shall be prepared for shipment in accordance withbest commercial practices. Classified reports, data and documentionsahll be prepared for shipment in accordance with National IndustrialSecurity Program Operating Manual (NISPOM), DOD 5220.22-M dated January 1995.MARKING OF REPORTS (NAVSEA) (SEP) (5506)All reports delivered by the Contracator to the Government under thistask order shall prominently show on the cover of the report:(1) Contractor's name and business address(2) Contract Number(3) Task Order Number(4) Sponsor: Name of Individual Sponsor - Name of Requiring Activity - City and State.PROHIBITED PACKING MATERIALS (5512)The use of asbestos, excelsior, newspaper or shredded paper (all typesincluding waxed paper, computer paper and similiar hygroscopic or nonneutral material) is prohibited. In addition, loose fill polystyreneis prohibited for shipboard use.INSTRUCTIONS FOR MARKING DISTRIBUTION STATEMENT (5513)The Contractor shall comply with the instructions cited below for placement,of the distribution statement associated with data. The applicable dis- tribution statement is identified in Paragraph 5.0 of the Statement of Work.The distribution statement shall be displayed conspicuously on technicaldocuments so as to be recognized readily by receipts. The distributionstatement shall appear on each front cover and title page, the applicabledistribution statement shall be stamped or typed on the front page in aconspicuous position.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 15 of 28

Page 16: FC10_SOW

SECTION E INSPECTION AND ACCEPTANCE

SECTION E INSPECTION AND ACCEPTANCE

All provisions and clauses in SECTION E of the basic contract are applicableto this task order unless otherwise specified within this task order.CLAUSES INCORPORATED BY REFERENCE52.246-5 Inspection of Services Cost Reimbursement APR 1984 INSPECTION AND ACCEPTANCE TERMSInspection and Acceptance shall be at destinationINSPECTION AND ACCEPTANCE LANGUAGE FOR DATA (5602)Inspection and acceptance of all data shall be specified in Paragraph5.0 of the enclosed Statement of Work.GOVERNMENT FURNISHED MATERIAL (NAVSEA) (MAY 1995)Government furnished material: When materia is furnished by the Government,the Contractor's procedures shall include at least the following: a. Examination upon receipt, consistent with practicality, to detect damage in transit; b. Inspection for completeness an dproper type:; c. Periodic inspection and precautions to assure adequate storage conditionsand to guard against damag from handling and deterioration during storage; d. Functional testing, either prior to or after installation, or both, asrequired by contract to determine satisfactory operation. e. Identification and protection from improper use or disposition; and f. Verfication of quantityDamaged Government Furnished Material: The contractor shall report to theGovernment representative any Government-furnished property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage ormalfunction during or after installation, the contractor shall determine andrecord probable casue and necessity for withholding material from use.[As used in the foregoing, the term "material" applies to Government-furnished equipment to be installed in or furnished with the end item. The term "property"is Government equipment that is used in the fabrication or assembly of the end item, and is not delivered as part of the end product.]

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 16 of 28

Page 17: FC10_SOW

SECTION F DELIVERABLES OR PERFORMANCE

SECTION F DELIVERIES OR PERFORMANCE

All provisions and clauses in SECTION F of the basic contract are applicable to thistask order unless otherwise specified in this task order.

CLAUSES INCORPORATED BY REFERENCE52.247-34 F.O.B. DESTINATION NOV 1991

DATA DELIVERY LANGUAGE FOR SERVICE PROCUREMENTS (5703)All data to be furnished under this task order shall be delivered prepaid in accordanceat the time(s) specified in Paragraph 5.0 of the Statement of Work.The Contractor shall perform the work described in SECTION C, at the level of effortspecified in SECTION B, and through the issuance of TDL(s) as follows: TIME OF PERFORMANCE (SERVICES) (5711)Services to be furnished under this task order shall be performed and completed within12 months from the effective date of award.

CLIN - DELIVERIES OR PERFORMANCE

The periods of performance for the following firm items are from date of task order award through 12 months thereafter, estimated at:

   

1000 4/26/2007 - 4/25/2008

3000 4/26/2007 - 4/25/2008

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 17 of 28

Page 18: FC10_SOW

SECTION G CONTRACT ADMINISTRATION DATA

SECTION G CONTRACT ADMINISTRATION DATA

All provisions and clauses in SECTION G of the basic contract are applicable to this

task order unless otherwise specified in this task order.

Task Order ManagerRoger Maryfield, 0531300 Highway 361; Bldg. 64Crane, IN [email protected]

SECURITY ADMINISTRATION (5806)The highest level of security required under this contract is SECRETas designated on DD Form 254 attached hereto and made a part hereof.The Commander, Defense Security Service, Director of Industrial Security,Southern Region, is designated Security Administrator for the purpose ofadministering all elements of military security hereunder.INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICESInvoices for services rendered under this Contract shall be submittedelectronically through Wide Area Work Flow – Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil.Vendor training is available on the internet at https://wawftraining.eb.mil.Additional support can be accessed by calling the NAVY WAWF Assistance Line:1-800-559-WAWF (9293). Select the Cost Voucher within WAWF as the invoice type. The cost voucher prepares the interim voucher. Back up documentation(such as timesheets, cost breakdowns, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product areattachable to the invoice in WAWF.The following information regarding Naval Surface Warfare Center,Crane, Indiana is provided for completion of the invoice in WAWF:

PAY DODAAC: HQ0338WAWF Invoice Type: Cost VoucherIssue by DODAAC: N00164Admin DODAAC: S2101ADCAA DODAAC (if applicable): N/AService Approver: N00164Inspect by DODAAC: N/AService Acceptor DODAAC: N00164LPO DODAAC: N/AThe contractor shall submit invoices for payment per ACRN and Sub-Contract LineItem Number (SLIN).Payment is not to be pro-rated across ACRNs. ACRNs are to be paid inaccordance with contractor's invoice.After clicking the submit button a Notice or successful/unsuccessfulsubmission screen will appear. This screen allows you to enter anadditional e-mail notification address. You must click on the “Send More E-mail Notifications” link and add the e-mail address listed below for submittal to the acceptor:[email protected]

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 18 of 28

Page 19: FC10_SOW

Additional WAWF Information:On the Miscellaneous Tab of the invoice in WAWF attach the costbreakdown for the cost voucher amount being submitted in accordancewith the invoicing instructions.CONTRACT ADMINISTRATION DATA LANGUAGE (5802)Enter below the address (street and number, city, county, stateand zip code) of the Contractor’s facility which will administer the task order if such address is different from the address shownon the proposal.Address:___________________________________________Street & number ____________________________________City & State ____________________________________County ____________________________________Zip Code ____________________________________

CONTRACTOR PERFORMANCE ASSESSMENT RATING SYSTEM (CPARS) (JAN 2001)(a) Pursuant to FAR 42.1502, this task order is subject to DoD'sContractor Performance Assessment Rating System (CPARS). CPARS is anautomated centralized information system accessible via theInternet that maintains reports of contractor performance foreach contract/task order. CPARS is located at http://www.cpars.navy.mil/Further information on CPARS is available at that web-site.(b) Under CPARS, the Government will conduct annual evaluationsof the contractor's performance. The contractor has thirty (30)days after the Government's evaluation is completed to commenton the evaluation. The opportunity to review and comment is limitedto this time period and will not be extended. Failure to review thereport at this time will not prevent the Government from using thereport.(c) The contractor may request a meeting to discuss the CPAR. Themeeting is to be requested via e-mail to the CPARS Program Managerno later than seven days following receipt of the CPAR. A meetingwill then be held during the contractor’s 30-day review period. (d) The CPARS system requires the Government to assign thecontractor a UserID and password in order to view and comment onthe evaluation. Provide the name(s) of at least one individual(not more than three) that will be assigned as your DefenseContractor Representative for CPARS. Name Phone E-mail Address (optional)

PURCHASING OFFICE REPRESENTATIVE LANGUAGEJesse MechinusCODE 0561, Bldg 64NSWC Crane300 Highway 361Crane, IN 47522-5011 Telephone (812) 854-3554 e-mail: [email protected] EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)(a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either part at the end of the contract except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts,

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 19 of 28

Page 20: FC10_SOW

offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law.(b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either part associated with collected such small dollar amounts could exceed the amount to be recovered.

-------- ---------------------- ---------------------  

   

   

 

  

   

-

   

-   

   

 -

   

-    

 

 

 

  

 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 20 of 28

Page 21: FC10_SOW

SECTION H SPECIAL CONTRACT REQUIREMENTS

SECTION H SPECIAL CONTRACT REQUIREMENTS

GOVERNMENT FURNISHED PROPERTY (PERFORMANCE) (SEP 1990)(NAVSEA 5252.245-9108) The Government will provide only that property set forth below,notwithstanding any term or condition of this contract to thecontrary. Upon Contractor's written request to the cognizant Task OrderManager, via the cognizant Procuring Contract Office (NSWC Crane), theGovernment will furnish the following for use in the performance ofthis contract:*To be identified upon issuance of Technical Instruction (TI).TECHNICAL INSTRUCTIONS (MAY 1993) (NAVSEA 5252.242-9115) (a) Performance of the work hereunder shall be subject to writtentechnical instructions/technical direction letters signed by theTask Order Manager specified in Section G of this contract. Asused herein, technical instructions/technical direction letters aredefined to include the following:(1) Directions to the Contractor which suggest pursuit ofcertain lines of inquiry, shift work emphasis, fill indetails or otherwise serve to accomplish the contractualstatement of work.(2) Guidelines to the Contractor which assist in theinterpretation of drawings, specifications or technicalportions of work description.(b) Technical instructions must be within the general scope of workstated in the contract. Technical instructions may not be used to:(1) assign additional work under the contract; (2) direct a changeas defined in the "CHANGES" clause of this contract; (3) increaseor decrease the contract price or estimated contract amount(including fee), as applicable, the level of effort, or the timerequired for contract performance; or (4) change any of the terms,conditions or specifications of the contract.(c) If, in the opinion of the Contractor, any technicalinstruction/technical direction letters calls for effort outsidethe scope of the contract or is inconsistent with this requirement,the Contractor shall notify the Procuring Contracting Officer(NSWC Crane) in writing within ten (10) working days after thereceipt of any such instruction. The Contractor shall not proceedwith the work affected by the technical instruction/technical directionletter unless and until the Contractor is notified by the ProcuringContracting Officer (NSWC Crane) that the technicalinstruction/technical direction letter is within the scope of thiscontract.(d) Nothing in the foregoing paragraph shall be construed to excuse theContractor from performing that portion of the contractual work statement,which is not affected by the disputed technical instruction/technicaldirection letter.

H20S INSURANCE - WORK ON A GOVERNMENT INSTALLATION The following types of insurance are required in accordance with theclause entitled, Insurance - Work On A Government Installation (FAR 52.228-5), and shall be maintained in the minimum amounts shown: (1) Comprehensive General Liability: $200,000 per person and $500,000per accident for bodily injury.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 22 of 28

Page 22: FC10_SOW

(2) Automobile Insurance: $200,000 per person and $500,000 peraccident for bodily injury and $20,000 per accident for propertydamage.(3) Standard Workmen's Compensation and Employer's Liability Insurance(or, where maritime employment is involved, Longshoremen's and HarborWorker's Compensation Insurance) in the minimum amount of $100,000.ALLOTMENT OF FUNDS (MAY 1993) (NAVSEA 5252.232-9104) (a) This contract is incrementally funded with respect to both cost and fee.The amount(s) presently available and allotted to this contract for paymentof fee for incrementally funded contract line item number/contract sublineitem number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216 8)or "INCENTIVE FEE" (FAR 52.216 10), as appropriate, is specified below.The amount(s) presently available and allotted to this contract for paymentof cost for incrementally funded CLINs/SLINs is set forth below. As providedin the clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232 22),the CLINs/SLINs covered thereby, and the period of performance for whichit is estimated the allotted amount(s) will cover are as follows:

H30S LIMITATION OF LIABILITY - INCREMENTAL FUNDING (JUN 2004) This task order is incrementally funded and the amount currentlyavailable for payment hereunder is limited to inclusive offee, profit and all other charges. The clause entitled, Limitation ofFunds (FAR 52.232-22), applies. The Government is not obligated to reimburse the Contractor for costs incurred in excess of this amountunless additional funds are made available and are incorporated as amodification to this task order.* To be completed at time of award and upon execution of eachincremental funding modification.H81S TRAVEL COSTS AND RESPONSIBILITIES(a) Performance under this task order may require travel by contractorpersonnel. If travel, domestic or overseas, is required, the Contractorshall be responsible for making all needed arrangements for his personnel.This includes, but is not limited to, medical examinations; immunizations;passports, visas, etc. and security clearances. If any work will takeplace on a U.S. Navy vessel, the Contractor shall obtain boardingauthorization for all contractor personnel from the Commanding Officerof the vessel. Authorization shall be obtained prior to boarding.(b) The Government will reimburse the Contractor for allowable travelcosts incurred by the Contractor in performance of the task order inaccordance with FAR subpart 31.2 or 31.3 as applicable.H83S SERVICE CONTRACT ACT WAGE DETERMINATION (JUN 2004)The applicable Service Contract Act Wage Determinations by theSecretary of Labor are provided as attachments in Section J.HC25S ACCESS TO GOVERNMENT SITE (JUN 2004)(a) Contractor personnel shall comply with all current badging andsecurity procedures required to gain access to any Government site.The Contractor shall ensure that Contractor personnel employed on anyGovernment site become familiar with and obey Activity regulations.Contractor personnel shall not enter restricted areas unless required to

 ITEMS Alloted to Cost  Alloted to Fee Estimated Period of

Performance 

 1000         26 April 2007 to 25

April 2008

 3000       -26 April 2007 to 25

April 2008

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 23 of 28

Page 23: FC10_SOW

do so and until cleared for such entry. The Contractor shall requestpermission to interrupt any activity roads or utility services in writinga minimum of 15 calendar days prior to the date of interruption.Contractor personnel shall bear personal protective equipment indesignated areas.All contractor equipment shall be conspicuously marked for identification.The contractor shall strictly adhere to Federal Occupational Safetyand Health Agency (OSHA) Regulations, Environmental Protection Agency(EPA) Regulations, and all applicable state and local requirements.HG10S CONTRACTUAL AUTHORITY AND COMMUNICATIONS (JUN 2004)(a) Except as specified in subparagraph (b) below, no order, statement,or conduct of any Government personnel who visit the Contractor'sfacilities or in any other manner communicates with Contractor personnelduring the performance of this task order shall constitute a changeunder the Changes clause of this task order.(b) The Contractor shall not comply with any order, direction or requestof Government personnel unless it is issued in writing and signed by theContracting Officer, or is pursuant to specific authority otherwiseincluded as a part of this task order.(c) The Contracting Officer is the only person authorized to approvechanges in any of the requirements of this task order and,notwithstanding provisions contained elsewhere in this task order, thesaid authority remains solely the Contracting Officer's. In the eventthe contractor effects any change at the direction of any person otherthan the Contracting Officer, the change will be considered to have beenmade without authority and no adjustment will be made in the task orderprice to cover any increase in charges incurred as a result thereof.WORK WEEK(a) All or a portion of the effort under this contract willbe performed on a Government installation. The normal workweek shall be Monday through Friday for all straight time worked.No deviation in the normal workweek will be permitted withoutexpress advance approval in writing by the designated OrderingOfficer with coordination of the using departments. In theevent that the contractor fails to observe such normal work week,any costs incurred by the Government resulting therefrom, shallbe chargeable o the contractor. Work on Center shall be performedduring the normal work hours at that location unless differinghours are specified on the individual delivery orders.For purposes of scheduling personnel, the contractor is herebyadvised that the Government Installation will observe FederalGovernment holidays. The contractor is further advised thataccess to the Government installation may be restricted onthese holidays:(b) In the event any of the above holidays occur on aSaturday or a Sunday, then such holiday shall be observed bythe Contractor in accordance with the practice as observed bythe assigned Government employees at the using activity.(c) In the event the Contractor is prevented from performanceas the result of an Executive Order or an administrativeleave determination applying to the using activity, suchtime may be charged to leave or indirect charges in accordancewith the company policy.HP10S OPTION TO EXTEND THE TERM OF THE TASK ORDERThis task order is renewable at the prices stated in Section B ofthe Contractor's proposal, at the option of the Government. TheContracting Officer shall give written notice, to the Contractor,of Option Year I renewal within 365 days from effective date of taskorder award. Such a preliminary notice of intent

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 24 of 28

Page 24: FC10_SOW

to renew shall not be deemed to commit the Government to renewals. If theGovernment exercises these options for renewal, the task order as renewedshall be deemed to include this option provision however, the totalduration of this task order, including the exercise of any options underthis clause, shall not exceed 24 months. HQ-C-2-0014 CONTRACTOR'S PROPOSAL (NAVSEA) (SEP 1990)(a) Performance of this contract by the Contractor shall be conducted and performed in accordance with detailed obligations to which the Contractor committed itself in Proposal dated 28 March 2007 in response to NSWC Crane Solicitation No. N00024-07-R-3217.(b) The technical volume(s) of the Contractor's proposal is incorporated by reference and hereby made subject to the provisions of the "ORDER OF PRECEDENCE" (FAR 52.215-08) clause of this contract. Under the "ORDER OF PRECEDENCE" clause, the technical volume of the Contractor's proposal referenced herein is hereby designated as item (f) of the clause following "The specifications" in order of precedence.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 25 of 28

Page 25: FC10_SOW

SECTION I CONTRACT CLAUSES

52.222-2 -- Payment for Overtime Premiums.

SECTION I CONTRACT CLAUSES

All provisions and clauses of SECTION I of the basic contract are applicable to this task order unless, othrwise specified herein.

CLAUSES INCORPORATED BY REFERENCE52.222-41 SERVICE CONTRACT ACT (1965) JUL 2005

52.222-41 Service Contract Act (1965)

CLAUSES INCORPORATED BY FULL TEXT

 

As prescribed in 22.103-5(b), insert the following clause:

Payment for Overtime Premiums (Jul 1990)

(a) The use of overtime is authorized under this contract if the overtime premium does not exceed or the overtime premium is paid for work --

(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment, or occasional production bottlenecks of a sporadic nature;

(2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation, maintenance, standby plant protection, operation of utilities, or accounting;

(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completed otherwise; or

(4) That will result in lower overall costs to the Government.

(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for contract completion and shall --

(1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together with present workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime;

(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;

(3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with identification of each affected contract; and

(4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 26 of 28

Page 26: FC10_SOW

* Insert either “zero” or the dollar amount agreed to during negotiations. The inserted figure does not apply to the exceptions in subparagraph (a)(1) through (a)(4) of the clause.

(End of Clause)

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 27 of 28

Page 27: FC10_SOW

SECTION J LIST OF ATTACHMENTS

ATTACHMENTS AND EXHIBITSAttachment 1: DD254 Security Clearance

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC1007  PAGE

 28 of 28