N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026...

74
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 18 24-Sep-2014 See Section G 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-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 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) FAR 52.323-22 Limitation of Funds E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 24-Sep-2014 (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 V 1 2

Transcript of N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026...

Page 1: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

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

18 24-Sep-2014 See Section G 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-4042-0026

    10B.  DATED (SEE ITEM 13)

CAGECODE

34157 FACILITY CODE   01-Sep-2013

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[   ]The above numbered solicitation is amended as set forth in Item 14.  The hour and date specified for receipt of Offers  [   ]   is extended, [   ]  is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers.  FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.  If by virtue of thisamendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitationand this amendment, and is received prior to the opening hour and date specified.12.  ACCOUNTING AND APPROPRIATION DATA (If required)

SEE SECTION G 

13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

(*) A.  THIS CHANGE ORDER IS ISSUED PURSUANT TO:  (Specify authority)  THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. INITEM 10A.

[  ]   [  ] B.  THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation

date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).    

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

[X] D.  OTHER (Specify type of modification and authority)FAR 52.323-22 Limitation of Funds

E.  IMPORTANT:  Contractor [ X ] is not, [   ] is required to sign this document and return       copies to the issuing office.14.  DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

SEE PAGE 2 

15A.  NAME AND TITLE OF SIGNER (Type or print) 16A.  NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

      

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY 24-Sep-2014 

(Signature of person authorized to sign)   (Signature of Contracting Officer)  NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE

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

 

 

                  1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2

Page 2: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

GENERAL INFORMATION

The reason for this modification is to provide increments of funding to CLIN 7000 and CLIN9000 pursuant to FAR 52.232-22 Limitation of Funds. 

A conformed copy of this Task Order is attached to this modification for informational purposesonly.

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from $5,275,107.00 by$49,000.00 to $5,324,107.00.

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

700014 SCN 0.00 9,000.00 9,000.00

700015 SCN 0.00 14,000.00 14,000.00

700016 SCN 0.00 25,000.00 25,000.00

900009 SCN 0.00 1,000.00 1,000.00

The total value of the order is hereby increased from $9,073,860.00 by $0.00 to $9,073,860.00.

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

CLIN/SLIN From To

ACRNs, Lines of Accounting, Requisition Numbers and other financial information associatedwith MOD 18 appear at the end of Section G. In addition, Special Invoicing/Special PaymentInstructions also apply to this Task Order per section G. 

In Section H, the clauses NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS and FUNDINGPROFILE are updated to reflect the funding changes in this modification. 

AID # 138088

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 2 of 2 FINAL

 

Page 3: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

4000 B541 Base Period -

USWEngineering and

Analysis Support

Services IAW Section C,

Performance Work

Statement (Fund Type -

TBD)

56127.0 HR $4,214,539.00

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

400001 B541 Award $122,000 (OPN)

400002 B541 Award $95,000 (OPN)

400003 B541 Award $65,000 (OPN)

400004 B541 Award $26,949 (RDT&E)

400005 B541 Award $45,000 (SCN)

400006 B541 Award $75,000 (OPN)

400007 B541 Award $115,000 (OPN)

400008 B541 Mod 01 $80,000 (OPN)

400009 B541 Mod 01 $207,000 (OPN)

400010 B541 Mod 02 $35,000 (SCN)

400011 B541 Mod 02 $287,500 Mod 03

line 2 $38,000 (SCN)

400012 B541 Mod 03 $60,500 Mod 04

$38,000 (SCN)

400013 B541 Mod 03 $30,000 (OPN)

400014 B541 Mod 03 $15,000 (OPN)

400015 B541 Mod 03 $ 69,862 (OPN)

400016 B541 Mod 04 $10,000 (WCF)

400017 B541 Mod 04 $28,671 (WCF)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 1 of 72 FINAL

 

Page 4: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

400018 B541 Mod 04 $4,000 (SCN)

400019 B541 Mod 04 $40,000 (OPN)

400020 B541 Mod 04 $100,000 (WCF)

400021 B541 Mod 06 $26,560 (WCF)

400022 B541 Mod 06 $32,000 (WCF)

400023 B541 Mod 06 $15,500 (WCF)

400024 B541 Mod 06 $30,000 (WCF)

400025 B541 Mod 07 $411,500 (SCN)

400026 B541 Mod 07 $300,000 (SCN)

400027 B541 Mod 07 $250,000 (OPN)

400028 B541 Mod 07 $30,000 (OPN)

400029 B541 Mod 08 $120,000 (OPN)

400030 B541 Mod 08 $10,000 (WCF)

400031 B541 Mod 09 $70,000 Mod 10

($70,000) (WCF)

400032 B541 Mod 09 $15,000 Mod 10

($15,000) (WCF)

400033 B541 Mod 09 $96,000 Mod 10

($96,000) (WCF)

400034 B541 Mod 11 $49,500 (SCN)

400035 B541 Mod 12 $30,000 (WCF)

400036 B541 Mod 12 $20,000 (WCF)

400037 B541 Mod 13 $85,000 (OPN)

400038 B541 Mod 13 $400,000 (OPN)

400039 B541 Mod 14 $65,000 (OPN)

400040 B541 Mod 14 $12,500 (WCF)

400041 B541 Mod 15 $45,000 (OPN)

400042 B541 Mod 16 $32,000 (WCF)

4050 B541 FMS Funding for Base

Period- USW Engineering

and Analysis Support

Services IAW Section C,

Performance Work

Statement

(FMS Case #JA-P-FLY)

2611.0 HR $196,000.00

Max Fee

Min Fee

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 2 of 72 FINAL

 

Page 5: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Overrun

Share Line

Government

Underrun

Share Line

405001 B541 FMS FUNDING CASE JAPFLY

(Mod 1) $30,000 WBS

5.1.12 (FMS)

405002 B541 FMS FUNDING CASE

JA-P-FTY(Mod 10)

$70,000 WBS 5.1.12

(FMS)

405003 B541 FMS FUNDING CASE

JA-P-FNC (Mod 10)

$96,000 WBS 5.1.12

(FMS)

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

6000 B541 Base Period - ODCs for CLIN 4000 USW Engineering and Analysis

Support Services (Fund Type - TBD)

1.0 LO $134,500.00

600001 B541 Award $5,000 (OPN)

600002 B541 01 Mod $12,000 (OPN)

600003 B541 03 Mod $15,000 (SCN)

600004 B541 03 Mod $25,000 (OPN)

600005 B541 04 Mod $2,500 (WCF)

600006 B541 04 Mod $15,000 (OPN)

600007 B541 04 Mod $5,000 (WCF)

600008 B541 04 Mod $659 07 Mod $7,341 (SCN)

600009 B541 07 Mod $8,000 (OPN)

600010 B541 07 Mod $15,000 (OPN)

600011 B541 08 Mod $4,000 (WCF)

600012 B541 09 Mod $5,000 10 Mod ($5,000) (WCF)

600013 B541 10 Mod $15,000 (WCF)

600014 B541 14 Mod $5,000 (WCF)

6050 B541 FMS Funding for Base Period- USW Engineering and Analysis Support

Services IAW Section C, Performance Work Statement

(FMS Case #JA-P-FLY)

1.0 LO $5,000.00

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 3 of 72 FINAL

 

Page 6: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Est. Cost

605001 B541 FMS FUNDING CASE JA-P-FTY (Mod 10) $5,000 WBS 5.1.12 (FMS)

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7000 B541 Option Period 1 -USW

Engineering and

Analysis Support

Services IAW Section

C, Performance Work

Statement (Fund Type -

TBD)

55956.0 HR $4,203,094.00

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

700002 B541 Mod 16-$379,000 Option

1 Exercise(OPN)

700003 B541 Mod 16-$82,500 Option

1 Exercise(OPN)

700004 B541 Mod 16-$575,000 Option

1 Exercise(SCN)

700005 B541 Mod 16-$50,000 Option

1 Exercise(OPN)

700006 B541 Mod 16-$4,125 Option 1

Exercise(OPN)

700007 B541 Mod 16-$60,000 Option

1 Exercise(SCN)

700008 B541 Mod 16-$6,500 Option 1

Exercise(WCF)

700009 B541 Mod 16-$7,500 Option 1

Exercise(OPN)

700010 B541 Mod 16-$15,500 Option

1 Exercise(O&MN,N)

700011 B541 Mod 16-$10,000 Option

1 Exercise(WCF)

700012 B541 Mod 16-$21,360 Option

1 Exercise(WCF)

700013 B541 Mod 17-$5,520 (RDT&E)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 4 of 72 FINAL

 

Page 7: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

700014 B541 Mod 18-$9,000 (SCN)

700015 B541 Mod 18-$14,000 (SCN)

700016 B541 Mod 18-$25,000 (SCN)

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

7050 B541 FMS Funding for Option Period 1- USW

Engineering and Analysis Support

Services IAW Section C, Performance Work

Statement (FMS Case #JA-P-FCN)

2780.0 HR $208,799.00

705001 B541 FMS FUNDING CASE JA-P-FNC(Mod 17)

$74,000 WBS 5.1.12 (FMS)

705002 B541 FMS FUNDING CASE JA-P-FTY(Mod 17)

$50,000 WBS 5.1.12 (FMS)

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7100 B541 Option Period 2 -USW

Engineering and Analysis

Support Services IAW

Section C, Performance

Work Statement (Fund

Type - TBD)

58736.0 HR $4,525,245.00

Option

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200 B541 Option Period 3 -USW

Engineering and Analysis

Support Services IAW

Section C, Performance

Work Statement (Fund

Type - TBD)

58736.0 HR $4,638,849.00

Option

Max Fee

Min Fee

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 5 of 72 FINAL

 

Page 8: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Overrun

Share Line

Government

Underrun

Share Line

7300 B541 Option Period 4 -USW

Engineering and Analysis

Support Services IAW

Section C, Performance

Work Statement (Fund

Type - TBD)

58736.0 HR $4,754,684.00

Option

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9000 B541 Option Period 1 -ODC�s for CLIN 7000 USW Engineering and AnalysisSupport Services (Fund Type - TBD)

1.0 LO $101,928.00

900002 B541 Mod 16-$20,000 Option 1 Exercise(OPN)

900003 B541 Mod 16-$30,220 Option 1 Exercise(OPN)

900004 B541 Mod 16-$15,000 Option 1 Exercise(SCN)

900005 B541 Mod 16-$10,000 Option 1 Exercise(OPN)

900006 B541 Mod 16-$3,500 Option 1 Exercise(WCF)

900007 B541 Mod 16-$500 Option 1 Exercise(O&MN,N)

900008 B541 Mod 16-$5,340 Option 1 Exercise(WCF)

900009 B541 Mod 18-$1,000 (SCN)

9050 B541 ODC FMS Funding for Option Period1 (FMS Case #JA-P-FTY) 1.0 LO $10,000.00

9100 B541 Option Period 2 -ODC’s for CLIN 7100 USW Engineering and Analysis

Support Services (Fund Type - TBD)

1.0 LO $87,722.00

Option

9200 B541 Option Period 3 -ODC’s for CLIN 7200 USW Engineering and Analysis

Support Services (Fund Type - TBD)

1.0 LO $89,038.00

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 6 of 72 FINAL

 

Page 9: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Est. Cost

Option

9300 B541 Option Period 4 -ODC's for CLIN 7300 USW Engineering and Analysis

Support Services (Fund Type - TBD)

1.0 LO $10,525.00

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 OptionPeriod will be changed to coincide with the Level of Effort provided in Section H,  SEA 5252.216-9122 (Alt.1)Level of Effort clause and the number of hours reflected in the cost proposal of the successful offeror.

NOTE 2: OPTION CLAUSE

The "OPTION TO EXTEND THE TERM OF THE CONTRACT" clause in Section I applies only to the OptionCLINs. NOTE 3: ODCs

Unburdened costs are specified in Section L. Any ODCs other than travel, if proposed, will be limited to thoseapproved at time of award. There are no materials purchase requirements anticipated for this acquisition.

CLAUSES INCORPORTED IN FULL TEXT:

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

B.1 USE WHOLE DOLLARS ONLY

All proposals shall be rounded to the nearest dollar.

B.2 TYPE OF ORDER

This is a Level of Effort (term) type order.

Items in the 4xxx and 7xxx series are cost plus incentive fee type.Items in the 6xxx and 9xxx series are cost only, excluding fee.

 B.3 ADDITIONAL CLINS

Additional CLINs may be unilaterally created by the Contracting Officer during the performance of this TaskOrder to allow for additional SLINs as needed and accommodate the multiple types of funds that may be usedunder this Order.  These modifications will not change the overall level of effort or value of the task order. 

B.4   HQ B-2-0021  CONTRACT SUMMARY FOR PAYMENT OFFICE  (COST TYPE) (NAVSEA) (FEB 1997)

This entire task order is cost reimbursable.  The Labor CLINs are Cost Plus Incentive Fee (CPIF) and ODC CLINsare Cost Only.  

B.5  INCENTIVE FEE

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 7 of 72 FINAL

 

Page 10: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

Note:  Upon award, the successful Offeror's proposed Maximum Incentive Fee and Target Fee percentages, ifless than the solicitation stated thresholds, will be incorporated in FAR clause 52.216-10 INCENTIVE FEE inSection I.

(1) The final target cost, target fee amounts shall be based on the actual level of effort the contractor providesas explained in the following paragraphs.   

CPIF LABORITEMS (CLINS)

LABOR HOURS TARGET COST TARGET FEE TOTAL TARGETCOST/FEEAMOUNT

         4000                58,736 $4,410,5394000 Rate/Hr7000                58,736 $4,411,8937000 Rate/Hr7100                58,736 $4,525,2457100 Rate/Hr7200                58,736 $4,638,8497200 Rate/Hr7300                58,736 $4,754,6847300 Rate/Hr*

    (i) The final CPIF target cost for CLIN 4000 and (if and to the extent Options are exercised) Option CLINs7000, 7100, and (if award terms are awarded) CLINs 7200 and 7300 shall be determined by multiplying theallowable hours worked, including subcontractor hours, under the CLIN by the rate/hour in the target cost columnincluding cost of money, in the preceding table.

    (ii)  The final CPIF target fee CLIN 4000 and (if and to the extent Options are exercised) Option CLINs 7000,7100, and (if award terms are awarded) CLINs 7200 and 7300 shall be determined by multiplying the allowablehours worked, including subcontractor hours, under the CLIN by the rate/hour in the target fee column of thepreceding table.

B.6 HQ B-2-0015 PAYMENT OF FEE(S) (LEVEL OF EFFORT - ALTERNATE I)  (NAVSEA) (MAY 2010)

(a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee" incost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixed-fee type contracts for level of effort type contracts.

 (b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in thiscontract entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable. Suchpayments shall be submitted by and payable to the Contractor pursuant to the clause of this contract entitled"ALLOWABLE COST AND PAYMENT" (FAR 52.216-7), subject to the withholding terms and conditions of the"FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paid fee at the hourly rate specified aboveper man-hour performed and invoiced. Total fee(s) paid to the Contractor shall not exceed the fee amount(s) setforth in this contract. In no event shall the Government be required to pay the Contractor any amount in excess ofthe funds obligated under this contract

B.7 HQ B-2-0020 TRAVEL COSTS - ALTERNATE I (NAVSEA) (DEC 2005)

(Applicable to CLIN 6000,  and if to the extent Options are exercised, CLINs 9000 through 9300.)

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

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 8 of 72 FINAL

 

Page 11: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

DCAA.

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

 (c) Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR31.205-35; however, Contracting Officer approval shall be required prior to incurring relocation expenses andtravel costs incident to relocation.

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

        (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 theContractor’s or employee’s convenience.

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 9 of 72 FINAL

 

Page 12: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT

C.1 INTRODUCTION

C.1.1 This is a performance-based acquisition and is structured around the results to be achieved asopposed to the manner by which the work is to be performed. The quality and effectiveness of theservices performed hereunder will be evaluated in accordance with the performancestandards/acceptable quality and the evaluation methods described in Section E, Inspection andAcceptance, Quality Assurance Surveillance Plan (QASP).

C.1.2 The contractor shall provide the personnel and materials necessary to accomplish taskassignments within the Performance Work Statement.

C.1.3 The Naval Surface Warfare Center Dahlgren Division (NSWCDD) Maritime Warfare ControlSystems Division (K90) provides total systems engineering support for surface ship weapon controlsystems and other tactical Navy and Marine Corps programs for multiple program sponsors.  K90provides this support for Undersea Warfare (USW) Program, Littoral Combat System (LCS) Programand other Navy and Joint programs.  The NSWCDD K90 role covers the full spectrum of life cyclesupport from research and development (R&D) to fleet support.  The K90 Maritime Weapon ControlSystems Division Office of NSWCDD provides System Engineering, Software Development, andSystem Life Cycle Support for Surface and USW Combat, Control and Situational AwarenessSystems.  Some components of these systems have been adapted for Foreign Military Sales (FMS).

C.1.4 The overall focus of the NSWCDD Maritime Warfare Control Systems Division (K90), and inparticular the Maritime Control Systems Branch (K92) is to provide system development of productsfor delivery to the Navy, Marine Corps and other DoD agencies. Engineering, testing, and analyticalsupport are required of the contractor to support the above described K90/K92 mission as listed inthis document starting with section C.2 below.

·         Program and Project Management Support·         System Engineering (SE)·         Test and Evaluation (T&E)·         Software Engineering·         System Integration and Hardware Engineering·         Integrated Logistics Support (ILS)·         Foreign Military Sales (FMS)

C.2 SCOPE

C.2.1 The contractor shall provide program management support; systems engineering; softwaredesign and development; hardware engineering; system and software integration, testing, anddocumentation; test and evaluation; safety analysis and assessment; life-cycle support;configuration management; integrated logistics support; and training and requisition support forSurface Ship USW Combat, Control and Situational Awareness Systems.

Each of these General Areas is further described in the following paragraphs. Specificprograms/projects to be supported under this Task Order may require tasks to be completed underone or more of these areas.

C.3 PERFORMANCE REQUIREMENTS

C.3.1 Program and Project Management Support

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 10 of 72 FINAL

 

Page 13: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

C.3.1.1 The contractor shall provide program management support for K90 Program Managementpersonnel and Technical Project Leads in support of the programmatic missions and milestones. This support shall include preparation of agendas (A002), presentation materials (A009), meetingminutes (A013), and Plans of Actions and Milestones (POA&M) (A011). 

C.3.1.2 The contractor shall support and participate in various program or project meetingsincluding the Peer Review Process (PRP) Working Group, Configuration Control Board (CCB), andtechnical briefs. The contractor shall attend staff meetings to report programmatic and technicalstatus and report contractor activities and issues.

C.3.1.3 The contractor shall prepare, review, and update programmatic documentation (A002),including self-certification artifacts, master program plans, T&E milestones and schedules, andacquisition milestones (A011). 

C.3.2 System Engineering

C.3.2.1 The contractor shall assist the government in performing acquisition planning andengineering analysis for the evolution of assigned projects. The contractor shall provide assistancein the definition and maintenance of top-level system architectures and program requirements thatsatisfy sponsor needs and shall assist in the translation of those requirements into system conceptsand plans.  The contractor shall provide technical support in the review, maintenance, generation,tracking, and distribution of system engineering documentation (A002). Such documents includethe following:

·         Engineering Change Proposals (ECPs) (A006),·         Document Change Requests (DCRs),·         Interface Change Requests (ICRs),·         Requests for Technical Direction (RTDs),·         Software Problem Reports (SPRs),·         Interface Requirements Specifications (IRSs),·         Interface Design Specifications (IDS),·         Specification Change Notices (SCNs),·         Interface Design Documents (IDDs),·         System Engineering Notebook entries,·         Electrical Interface Control Drawings (EICDs),·         System Performance Specifications,·         System Segment Design Documents (SSDDs),·         Software Requirements Specifications (SRSs),·         Concepts of Operations (CONOPS),·         System Configuration Summary (SCS) Documents,·         Engineering Architect Documentation,·         Technical White Papers,·         Integration Studies and Analysis.

 C.3.2.2 The Contractor shall develop and maintain system level computer interface documentationfor interfaces between the systems being developed and external systems (A012).

C.3.2.3 The contractor shall provide System Engineering support for the continuous evaluation andrefinement of new and existing system level requirements and upgrades. As conflicts arise betweenpotential designs and functional requirements, the contractor shall provide recommendations for theupdate of the requirements or recommendations for design options that can satisfy the requirementsusing Model Based tools (A012).

C.3.2.4 The contractor shall provide system engineering support to NSWCDD for technical reviews.This engineering support shall include reviewing open issues and preparing material for discussion,

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 11 of 72 FINAL

 

Page 14: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

actively participating in the reviews and generating review reports highlighting potential problemsand resolutions (A002).

C.3.2.5 The contractor shall provide system engineering support for the review of technicaldocumentation including Performance Specifications (A004), SSDD and White Papers (A011), andTechnical Report deliverables (A002). This support shall include technical reviews for adequacy,accuracy and consistency with system requirements and higher-level specifications (A002).

C.3.2.6 The contractor shall maintain up-to-date consolidated program development plans,schedules and system configurations and shall provide support in the development anddocumentation of proposed requirements to enhance war-fighting capabilities (A002).

C.3.2.7 The contractor shall participate in technology refresh planning by furnishing Programspecific Systems Engineering expertise and knowledge of current Commercial off the Shelftechnologies.

C.3.2.8 The contractor shall provide systems engineering services for the development ofrequirements for currently undefined emerging technology requirements. The contractor shallanalyze emergent problems, updates, and enhancements (A010) to determine the impact on theNSWCDD K90 program and project requirements to include new and emergent technologies(A010).

C.3.2.9 The contractor shall develop recommendations for simulation and stimulation supportsystems necessary to validate K90 programs.

C.3.2.10 The contractor shall provide support for systems certification efforts, which includessubmitting requests for certification to the certification authorities, facilitating the certificationdecisions by the various certification authorities; participating in various certification meetings;providing briefings on certification status and issues; maintaining cognizance of certificationagencies processes and ensuring effective communication to ensure all certification plans will meetrequired policies and processes.

C.3.2.11 The contractor shall provide systems engineering support for K90 products after delivery tospecific external sites.  This includes ship-based and land-based sites. This support shall includeengineering support of installed hardware and software and will include both dockside and at-sealocations.

C.3.3 Test and Evaluation (T&E)

C.3.3.1 The contractor shall provide T&E support for K90 programs and projects. 

C.3.3.2 The contractor shall develop, review and analyze test documentation (A010) including testplans, test requirements, test procedures, and test reports to support system integration, systemdevelopment testing, and system acceptance testing requirements (A010) for NSWCDD K90programs and projects.

C.3.3.3 The contractor shall participate in system requirements familiarity and awareness sessionswith system test personnel to ensure new system enhancements and capabilities are clearlyunderstood and adequately tested. The contractor shall review previously reported problems toprovide technical recommendations for test process improvement and provide recommendations forpossible automated testing.

C.3.3.4 The contractor shall assist in the generation of system requirements status, tactical hardwareconfiguration, and metrics data in support of Test Readiness Reviews (TRRs). Requirements analysis(A010), metrics charts, requirements statuses, presentations (A009), and other artifacts will berequired.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 12 of 72 FINAL

 

Page 15: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

C.3.3.5 The contractor shall coordinate and conduct acceptance testing for approved changes(A010), updates, and enhancements to NSWCDD K90 programs and projects.

C.3.3.6 The contractor shall provide support for land-based integration test and evaluation events.This support shall include AEGIS Integration Events and Combat System Certification as requiredby policy and procedures.

C.3.3.7 The contractor shall provide test and evaluation support for K90 products after delivery tospecific external sites.  This includes ship-based and land-based sites. This support shall include testand evaluation support of installed hardware and software and will include both dockside and at-sealocations.

C.3.4 Software Engineering

C.3.4.1 The contractor shall support software development efforts of K90 products and provide thesoftware development documentation necessary for external release (A004). The contractor shallprovide software development technical expertise related to current software technologies includingopen systems development, Java, Ada, and C++ programming, software implementations on Linuxand Unix operating systems, service oriented architectures, model based software developmenttools, and use of commercial off the shelf products to supplement tactical program requirements.

 C.3.4.2 The contractor shall design, code, unit test, integrate, and install NSWCDD computerprograms or software modules in accordance with applicable coding standards software processes,and the applicable system and software design documents such as white papers (A011),Performance Specifications and  Technical Reports (A004), ECPs (A006), SRSs (A004), SoftwareDesign Documents (SDDs)(A004), and interface requirements documentation and specifications(A012). C.3.4.3 The contractor shall conduct technical reviews of software programs and modules (except fortheir own software programs and modules) delivered to NSWCDD by program sponsors and programswithin K90.  Technical reviews shall include review of design and documentation for adequacy,accuracy and consistency with system requirements, interface and integration requirements, andhigher-level specifications. The contractor shall highlight potential problems and their possibleimpacts to schedules and provide options and recommendations to resolve and mitigate theproblems. C.3.4.4 The contractor shall attend and participate in program and project software reviewmeetings. This software engineering support shall include reviewing open issues, preparing materialfor discussion, actively participating in the reviews, highlighting potential problems, and providingresolution options and recommendations (A004). C.3.4.5 The contractor shall support the development of software unit test procedures and performsoftware unit testing (A010) in accordance with NSWCDD specifications and procedures. C.3.4.6 The contractor shall analyze reported software problems. The contractor shall analyzereported problems and supporting data (A010) to verify that the problem is an NSWCDD program orproject problem. The contractor shall also analyze each reported problem to determine anyassociated impact on weapons system safety and certification.

C.3.5 System Integration and Hardware Engineering

C.3.5.1 The contractor shall provide system integration and Hardware Engineering support for K90programs and projects. 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 13 of 72 FINAL

 

Page 16: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

C.3.5.2 The contractor shall provide project and user support that is inclusive of cable fabrication,hardware installation and relocation, hardware preventative and corrective maintenance, hardwarefault isolation and hardware repair.

C.3.6 Integrated Logistics Support (ILS)

C.3.6.1 The contractor shall provide logistics engineering and operational support for the ILSfunction through the development of source material for ILS products ensuring engineering changesare properly incorporated in technical, operation and maintenance products. The contractor shallprovide ILS representation at program meetings and analysis of proposed system candidates todetermine potential ILS impacts (A007).

C.3.6.2 The contractor shall furnish logistics, fleet, and training support as tasked by the MaritimeControl Systems Branch (K92).

C.3.6.3 The contractor shall provide source data for Technical Bulletins, which define for shipboardpersonnel discrepancies in the system performance in compliance with the technical manuals.

C.3.6.4 The contractor shall provide systems engineering support for all fielded weapon systemweapon control system versions to ensure that all impacts, including interoperability and suitability,of proposed changes are identified and tracked (A002).

C.3.6.5 The contractor shall support and participate in the program and systems engineeringtechnical meetings and working groups to assist in the investigation and resolution of In-Servicerelated issues, problem reports and system enhancements (A002).

C.3.6.6 The contractor shall develop, modify, and maintain training manuals (A008), materials andPOA&Ms (A011) for operations and maintenance as well as descriptive materials that aid in thefamiliarization of the system/program to the technical and command levels.

C.3.6.7 The contractor shall conduct training courses for operators, maintenance, technical,command, and instructor personnel.

C.3.7 Foreign Military Sales (FMS) Support

C.3.7.1 The contractor shall provide system engineering and test and evaluation support for thedevelopment and life cycle support for Foreign Military Sales Case efforts.

C.3.7.2 The contractor shall provide system engineering and test and evaluation support for an FMSproduct line for all US product line aspects covered in this contract.

C.3.7.3 The contractor shall identify security risks with FMS configurations and recommend securitytests to be conducted (A010).  The contractor shall prepare a report on the results of any requiredsecurity tests.

C.4 PROGRESS REPORTING, DELIVERABLES, AND OTHER TASK ORDER MANAGEMENT

In support of the technical and business management of this Task Order, the Contractor shall complywith the following requirements.

C.4.1.1   Monthly Progress Report (A001)

The Contractor shall submit a Monthly Progress Report by the 10th of the month following the monthbeing reported on.  The cutoff date of the report shall be the same as that used for invoicingpurposes by the prime contractor.  Any and all subcontractor, consultant, vendor data shall becurrent through the “as of” date of the report.  The report shall be unclassified and reflect noproprietary markings; narrative information shall be in Microsoft Word.  E-mail submission is

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 14 of 72 FINAL

 

Page 17: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

encouraged.  The specific format shall be pre-approved by the COR and the Contract Specialist.

C.4.1.2   Table of Approved Personnel (A001) The Contractor shall submit a monthly Table of Approved Personnel showing all personnel whohave been approved to charge to this Task Order. This report is due concurrent with submission ofthe First Monthly Progress Report, 10 days after the end of the month being reported on , but shouldbe submitted as a separate document (A001)

C.4.2     Quarterly In-Progress Review (IPR)

The contractor shall prepare Quarterly In-Progress Reviews to be held at a location mutually agreedupon by the contractor, COR and Contracting Officer (A002).

The Contractor shall participate in both formal and informal IPRs of work being performed. TheContractor shall provide copies of slides presented to all attendees.  An initial formal IPR is plannedwithin 90 days of the Task Order award date and will follow the agenda agreed to by the TaskOrder’s COR.  Subsequent formal IPRs shall be held approximately every 90 days thereafter unlesswaived by the Government.

C.4.3     Labor Tripwire Justifications (A001)

 (a) The contractor shall advise the COR and the Contract Specialist, by e-mail, if the pendingaddition of any individual (Key or non-Key) will be at a fully loaded (through target fee) labor ratethat exceeds the labor tripwire amount.  The contractor may not proceed with the addition until heis advised by the Contract Specialist that the request has been approved. 

 (b) The contractor's request shall include:  the proposed individual's resume, labor hourly ratebuild-up, labor hours per work year, detailed justification for the addition of the particular individualbased on his/her technical expertise and projected technical impact on the Task Order/TechnicalInstruction.  If the individual is a subcontractor or consultant, the rate build-up shall include theprime contractor's pass through rate.

 (c) Currently, the annualized labor tripwire is a fully burdened hour rate of $156 perhour.  Regardless of the number of labor hours the proposed individual will work the fully burdenedhour rate is defined as including proposed target fee amounts and is based on the 2,080 labor hoursper standard workyear, regardless of the quantity of labor hours proposed for the individual.  If theindividual is a subcontractor or consultant, the fully burdened hourly rate includes the primecontractor's Pass Thru and Target Fee Rates.  The contractor will be advised of any changes to thistripwire level that occur during performance.

C.5 OTHER REQUIREMENTS

C.5.1 Government Furnished Information (GFI)

GFI includes all combat system related tactical and support software and all technicaldocumentation associated with the system. The contractor will be provided access to the NSWCDDproject libraries and the technical data center, in accordance with DoD and DoN classified andsensitive information rules and regulations. GFI will be furnished at no cost to the contractor on anas needed basis. C.5.2 Government Furnished Facilities 

C.5.2.1 The principal place of performance shall be at the Contractor’s facilities with the exceptionof the following office space that will be provided to the Contractor at Task Order start up:

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 15 of 72 FINAL

 

Page 18: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

Labor Categories Number of Gov SpacesSr. Systems Engineer 1Principal Engineer/Scientist/Analyst 1Sr. Engineer/Sci/Analyst 7Engineer/Scientist/Analyst 2Programmer 1Sr. Technical Specialist 2Totals 14

C.5.2.2 The space will be located in Building 1470.  The Government reserves the right to provideadditional and/or different office space for the contractor.

C.5.3 Government NMCI Computers

C.5.3.1  The Government will provide NMCI computer access to all on-site (NSWCDD site) personnelsupport.  In the event that laptop computers are necessary and approved, the contractor inpossession of that laptop shall be issued a government property pass for the equipment. This pass isrequired for carrying the computer outside the assigned NSWCDD office facility.

C.5.3.2  The contractor shall track all government furnished property, listing personnel, asset tag #’sand serial numbers for all NMCI computer equipment in the contractor’s possession.  All equipmentshall be returned to the government by the end of the contract or when the equipment is no longerin use, whichever comes first.

C.5.4 Travel Requirements

C.5.4.1 Selected contractor personnel will be required to travel out of town and locally in support ofvarious meetings and other related integration and testing activities. The conducting andmonitoring of tests on board ship and at land based test sites as well as installation and checkout atvarious shipyards will also be required. 

C.5.4.2 Travel will include visits and coordination with those activities that support K90 programs(A003). All travel under this effort must be requested of, or authorized by the COR, in writing or byelectronic mail, and must show the appropriate order number, the number of people traveling, thenumber of days for the trip, the reason for the travel, and any high cost or unusual costs expected. The Contractor is not authorized to perform any travel that is not in conjunction with this effort. Travel costs shall be in accordance with FAR 31.205-46 and the Joint Travel Regulations. Thecontractor shall provide a trip report (A003)

C.5.4.3  It is estimated that travel to offsite destinations will be required during performance.Representative locations include:

·         Everett, WA·         Newport, RI·         Norfolk, VA·         Chesapeake, VA·         San Diego, CA·         Syracuse, NY·         Uniontown, PA·         Moorestown, NJ·         Wallops Island, VA

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 16 of 72 FINAL

 

Page 19: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

·         Manassas, VA·         Fairfax, VA·         Washington, DC·         Honolulu, HI·         Japan

C.5.4.4  Shipboard Protocol – The contractor shall ensure its personnel adhere to theserequirements when performing work onboard ship. Compliance shall be documented in the tripreport.

a)     All personnel working shipboard shall possess at least a SECRET security clearance.

b)    All personnel while shipboard, shall conform to the rules and regulations of the ship to include:

1)     Alarms – actual or drill.

2)     Safety – hardhats, tab-outs, safety shoes, goggles, etc., as applicable.

3)     The designated team lead shall, upon arrival, brief the Commanding Officer or his/herdesignated representative as to the purpose of the visit and expected duration.

4)     The designated team lead shall, upon final departure, brief the Commanding Officer or his/her designated representative as to the success of the visit and the operational condition of the affected equipment.

C.5.5  Costs Expressly Not Allowed for Direct Charge

(a)  The costs of general purpose business expenses required for the conduct of normal businessoperations will not be considered allowable direct costs in the performance of the contract.

(b)  The Government will not allow costs, nor reimburse costs associated with the contractor fortraining employees in an effort to attain and/or maintain minimum personnel qualificationrequirements of this contract.  Other training may be approved on a case-by-case basis by theContracting Officer.  Advance approval is required.  Attendance at workshops or symposiums isconsidered training for purposes of this clause. The contractor is encouraged to suggest acost-sharing arrangement that addresses registration/tuition, travel and labor costs.

C.6 SECURITY REQUIREMENTS

The Department of Defense Contract Security Classification Specification (DD Form 254)(Attachments J.1) provides the security classification requirements for this order. The contractorshall obtain facility and personnel security clearances at the Secret level as required by theDepartment Industrial Security Program prior to starting to work on tasks requiring clearances. Accessto classified spaces and material and generation of classified material shall be in accordance withthe attached DD Form 254.

C.7  ELECTRONIC SPILLAGES  

(a)  Electronic spillages (ES) are unacceptable and pose a risk to national security.  An electronicspillage is defined as classified data placed on an information system (IS), media or hardcopydocument possessing insufficient security controls to protect the data at the required classificationlevel, thus posing a risk to national security (e.g., sensitive compartmented information (SCI) ontocollateral, Secret onto Unclassified, etc).  The contractor's performance as it relates to ES will beevaluated by the Government.  ES reflects on the overall security posture of the Government and alack of attention to detail with regard to the handling of classified information of IS securitydiscipline and will be reflected in the contractor's performance rating.   In the event that a contractoris determined to be responsible for an ES, all direct and indirect costs incurred by the Government

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 17 of 72 FINAL

 

Page 20: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

for ES remediation will be charged to the contractor. 

(b)  NSWCDD Command Security will continue to be responsible for the corrective action plan inaccordance with the security guidance reflected on the DOD Contract Security ClassificationSpecification - DD254.  Command Security will identify the contractor facility and contract numberassociated with all electronic spillages during the investigation that involve contractor support.Command Security will notify the Contracts Division with the contractor facility name and contractnumber, incident specifics and associated costs for cleanup.  The Contracting Officer will beresponsible to work with the Contractor Facility to capture the costs incurred during the spillageclean up.  The Contractor is also responsible for taking Information Security Awareness trainingannually, via their Facility Security Officer (FSO), as part of the mandatory training requirements.  Ifa spillage occurs additional training will be required to prevent recurrence. 

C.8  INFORMATION SECURITY AND COMPUTER SYSTEM USAGE

In accordance with U.S. Navy policy, any personnel, including the contractor, who utilizesDOD-owned systems shall assume responsibility for adherence to restrictions regarding internet ande-mail usage. Navy policy prohibits racist, sexist, threatening, pornographic, personal business,subversive or politically partisan communications. All personnel, including the contractor, areaccountable and must act accordingly. DOD computer systems are monitored to ensure that the useis authorized, to facilitate protection against unauthorized access, and to verify security procedures,survivability and operational security. During monitoring, information may be examined, recorded,copied, and used for authorized purposes. All information, including personal information, placedon or sent over a DOD system may be monitored. Use of a DOD system constitutes consent tomonitoring. Unauthorized use may result in criminal prosecution. Evidence of unauthorized usecollected during monitoring may be used as a basis for recommended administrative, criminal oradverse action.  

 C.9  SENSITIVE, PROPRIETARY, AND PERSONAL INFORMATION

Work under this contact may require that personnel have access to Privacy Information. Contractorpersonnel shall adhere to the Privacy Act, Title 5 of the U.S. Code. Section 552a and applicableagency rules and regulations. Access to and preparation of sensitive information subject to privacyAct and Business Sensitive safeguarding and destruction may be required in the execution oftasking associated with this contract. Administratively sensitive information/data must not be sharedoutside of the specific work areas. All personnel with access to privacy act data in support of thiscontract must sign a privacy act certification.  

 C.10  NON-DISCLOSURE AGREEMENTS (NDAs)

(a)  NDAs may be utilized to allow for access to company sensitive/proprietary data.  For tasksrequiring NDAs the contractor shall obtain appropriate agreements for all of their employees thatare associated with the task requiring such an agreement. 

(b)  Contractor personnel may be required, from time to time to sign non-disclosure statements asapplicable to specific PWS tasking. The COR will notify the contractor of the number and type ofpersonnel that will need to sign the Non-Disclosure Agreements. The signed Non-DisclosureAgreements shall be executed prior to accessing data or providing support for information that mustbe safeguarded and shall be returned to the COR for endorsement and retention.  Copies of allexecuted NDAs shall be provided to the COR. 

C.11  NON-PERSONAL SERVICES/INHERENTLY GOVERNMENTAL FUNCTIONS

(a) The Government will neither supervise contractor employees nor control the method by whichthe contractor performs the required tasks. The Government will not direct the hiring, dismissal or

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 18 of 72 FINAL

 

Page 21: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

reassignment of contractor personnel. Under no circumstances shall the Government assign tasks to,or prepare work schedules for, individual contractor employees.  It shall be the responsibility of thecontractor to manage its employees and to guard against any actions that are of the nature ofpersonal services or give the perception that personal services are being provided.  If the contractorfeels that any actions constitute, or are perceived to constitute personal services, it shall be thecontractor's responsibility to notify the Contracting Officer immediately in accordance with theclause 52.243-7.

(b)  Inherently-Governmental functions are not within the scope of this Task Order.   Decisionsrelative to programs supported by the contractor shall be the sole responsibility of the Government.  The contractor may be required to attend technical meetings for the Government; however, they arenot, under any circumstances, authorized to represent the Government or give the appearance thatthey are doing so.

C.12  IDENTIFICATION BADGES

The contractor shall be required to obtain identification badges from the Government for all contractorpersonnel requiring regular access to Government property . The identification badge shall be visibleat all times while employees are on Government property.  The contractor shall furnish all requestedinformation required to facilitate issuance of identification badges and shall conform to applicableregulations concerning the use and possession of the badges.  The contractor shall be responsible forensuring that all identification badges issued to contractor employees are returned to the appropriateSecurity Office within 48 hours following completion of the Task Order, relocation or termination of anemployee, and upon request by the Contracting Officer. 

C.13  CONTROL OF CONTRACTOR PERSONNEL

The contractor shall comply with the requirements of NAVSEA and NSWCDD instructions regardingperformance in Government facilities.  All persons engaged in work while on Government propertyshall be subject to search of their persons (no bodily search) and vehicles at any time by theGovernment, and shall report any known or suspected security violations to the appropriate SecurityDepartment.   Assignment, transfer, and reassignment of contractor personnel shall be at the discretionof the contractor.  However, when the Government directs, the contractor shall remove from contractperformance 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 theStandards of Conduct contained in SECNAVINST 5370.2J. 

C.14  DIGITAL DELIVERY OF DATA

(a) Delivery by the Contractor to the Government of certain technical data and other information isnow frequently required to be made in digital form rather than in hardcopy form.  The method ofdelivery of such data and/or other information (i.e., in electronic, digital, paper hardcopy, or otherform) shall not be deemed to affect in any way either the identity of the information (i.e., as“technical data” or “computer software”) or the Government’s and the Contractor’s respective rightstherein.

(b) Whenever technical data and/or computer software deliverables required by this contract are tobe delivered in digital form, any authorized, required, or permitted markings relating to theGovernment’s rights in and to such technical data and/or computer software must also be digitallyincluded as part of the deliverable and on or in the same medium used to deliver the technicaldata and/or software.  Such markings must be clearly associated with the corresponding technicaldata and/or computer software to which the markings relate and must be included in such a way thatthe marking(s) appear in human-readable form when the technical data and/or software is accessedand/or used.  Such markings must also be applied in conspicuous human-readable form on a visibleportion of any physical medium used to effect delivery of the technical data and/or computer

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 19 of 72 FINAL

 

Page 22: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

software.  Nothing in this paragraph shall replace or relieve the Contractor’s obligations with respectto requirements for marking technical data and/or computer software that are imposed by otherapplicable clauses such as, where applicable and without limitation, DFARS 252.227-7013 and/orDFARS 252.227-7014.

(c) Digital delivery means (such as but not limited to Internet tools, websites, shared networks, andthe like) sometimes require, as a condition for access to and/or use of the means, an agreement bya user to certain terms, agreements, or other restrictions such as but not limited to “Terms of Use,”licenses, or other restrictions intended to be applicable to the information being delivered via thedigital delivery means.  The Contractor expressly acknowledges that, with respect to deliverablesmade according to this contract, no such terms, agreements, or other restrictions shall be applicableto or enforceable with respect to such deliverables unless such terms, agreements, or otherrestrictions expressly have been accepted in writing by the Contracting Officer; otherwise, theGovernment’s rights in and to such deliverables shall be governed exclusively by the terms ofthis task order.  

C.15  USE OF INFORMATION SYSTEM (IS) RESOURCES 

(a) Contractor Provision of IS Resources

Except in special circumstances explicitly detailed elsewhere in this document, the Contractor shallprovide all IS resources needed in the performance of this contract. This includes, but is not limitedto computers, software, networks, certificates, and network addresses.

(b) Contractor Use of NSWCDD IS Resources

  (1) In the event that the contractor is required to have access to NSWCDD IS resources, the loginname used for access shall conform to the NMCI login naming convention. If the contractor requiresaccess to applications/systems that utilize client certificates for authentication, the contractor isresponsible for obtaining requisite certificates from a DOD or External Certificate Authority.

  (2) If this contract requires that the contractor be granted access and use of NSWCDD IS resources(at any site), the IS shall be accredited for contractor use in accordance with procedures specified bythe Information Assurance Office.

(c) Connections Between NSWCDD and Contractor Facilities

If there is a requirement (specifically delineated elsewhere in this contract) for interconnection (e.g.,link level or Virtual Private Network (VPN)) between any facilities and/or ISs owned or operated bythe contractor and ISs owned or operated by NSWCDD, such interconnection shall take place onlyafter approval from the Information Assurance Office.   All such connections as well as the ISsconnected thereto will be accredited in accordance with DOD policy (DODI 5200.40) by thecognizant Designated Approving Authority (DAA) and comply with the requirements of CJCSI6211.02B regarding Memorandums of Agreement. All such connections will be made outside theappropriate NSWCDD firewall. 

C.16  SUBCONTRACTORS/CONSULTANTS 

In addition to information required by FAR 52.244-2 Alternate 1 (JUN 2007), the contractor shallinclude the following information in requests to add subcontractors or consultants during performance,regardless of subcontract type or pricing arrangement.

            (1) Clearly present the business case for the addition of the subcontractor/consultant,            (2) If applicable, the impact on subcontracting goals, and            (3) Impact on providing support at the contracted value 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 20 of 72 FINAL

 

Page 23: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

C.17 Ddl-C30  HAZARDOUS MATERIALS USED ON GOVERNMENT SITE

(a) This clause applies if hazardous materials are utilized at any time during the performance ofwork on a Government site. Under this Task Order, Hazardous materials are defined in FederalStandard 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 contractoremployees per 29 C.F.R. 1910.1200.  Before delivery of any hazardous materials onto Governmentproperty, the Contractor shall provide the both the Contracting Officer and the Contracting Officer'sRepresentative (COR) with an inventory and Material Safety Data Sheet (MSDS) for thesematerials. 

C.18  Dd1-C41 TERMINATION OF EMPLOYEES WITH NSWCDD BASE ACCESS

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

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

C.19  HQ C-1-0001 ITEM(S) - DATA REQUIREMENTS (NAVSEA) (SEP 1992)

The data to be furnished hereunder shall be prepared in accordance with the ContractDataRequirements List, DD Form 1423, Exhibit (A), attached hereto. 

C.20  HQ-C-2-0014 CONTRACTOR'S PROPOSAL (NAVSEA) (JAN 2008)

(a) Performance of this contract by the Contractor shall be conducted and performed in accordancewith detailed obligations to which the Contractor committed itself in Proposal dated in response toNSWCDD Solicitation No. N00024-13-R-3025.

(b) The technical volume(s) of the Contractor's proposal is incorporated by reference and hereby madesubject to the provisions of the "ORDER OF PRECEDENCE" (FAR 52.215-8) clause of this contract.Under the "ORDER OF PRECEDENCE" clause, the technical volume of the Contractor's proposalreferenced herein is hereby designated as item (f) of the clause, following "the specification" in theorder of precedence.

C.21  HQ C-2-0034  MINIMUM INSURANCE REQUIREMENTS (NAVSEA) (SEP 1990)

In accordance with the clause of this contract entitled "INSURANCE--WORK ON A GOVERNMENTINSTALLATION" (FAR 52.228-5), the Contractor shall procure and maintain insurance, of at least thekinds and minimum amounts set forth below:    

(a)  Workers' Compensation and Employer's Liability coverage shall be at least $100,000, except asprovided in FAR 28.307(a).     

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 21 of 72 FINAL

 

Page 24: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

(b)  Bodily injury liability insurance coverage shall be written on the comprehensive form of policy of atleast $500,000 per occurrence.     

(c)  Automobile Liability policies covering automobiles operated in the United States shall providecoverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000per occurrence for property damage.  The amount of liability coverage on other policies shall becommensurate with any legal requirements of the locality and sufficient to meet normal and customaryclaims.

 C.22  HQ C-2-0059  UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA)(AUG 1994)  

If, during the performance of this or any other contract, the contractor believes that any contractcontains outdated or different versions of any specifications or standards, the contractor may requestthat all of its contracts be updated to include the current version of the applicable specification orstandard.  Updating shall not affect the form, fit or function of any deliverable item or increase thecost/price of the item to the Government.  The contractor should submit update requests to theProcuring Contracting Officer with copies to the Administrative Contracting Officer and cognizantprogram office representative for approval.  The contractor shall perform the contract in accordancewith the existing specifications and standards until notified of approval/disapproval by the ProcuringContracting Officer.  Any approved alternate specifications or standards will be incorporated into thecontract.  

C.23  HQ C-2-0037  ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA)(JUL 2000)

(a) "Organizational Conflict of Interest" means that because of other activities or relationships with otherpersons, a person is unable or potentially unable to render impartial assistance or advice to theGovernment, or the person's objectivity in performing the order work is or might be otherwise impaired,or a person has an unfair competitive advantage.  "Person" as used herein includes Corporations,Partnerships, Joint Ventures, and other business enterprises.

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

(c)  It is recognized that the effort to be performed by the Contractor under this order may create apotential organizational conflict of interest on the instant order or on a future acquisition.  In order toavoid this potential conflict of interest, and at the same time to avoid prejudicing the best interest ofthe Government, the right of the Contractor to participate in future procurement of equipment and/orservices that are the subject of any work under this order shall be limited as described below inaccordance with the requirements of FAR 9.5.

(d)  (1)  The Contractor agrees that it shall not release, disclose, or use in any way that would permit orresult in disclosure to any party outside the Government any information provided to the Contractor bythe Government during or as a result of performance of this order.  Such information includes, but is notlimited to, information submitted to the Government on a confidential basis by other persons.  Further,the prohibition against release of Government provided information extends to cover such informationwhether or not in its original form, e.g., where the information has been included in Contractorgenerated work or where it is discernible from materials incorporating or based upon such information. This prohibition shall not expire after a given period of time.

             (2)  The Contractor agrees that it shall not release, disclose, or use in any way that wouldpermit or result in disclosure to any party outside the Government any information generated or derivedduring or as a result of performance of this order.  This prohibition shall expire after a period of threeyears after completion of performance of this order.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 22 of 72 FINAL

 

Page 25: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

             (3)  The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal forceto any affiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, any jointventure involving the Contractor, any entity into or with which it may merge or affiliate, or any successoror assign of the Contractor.  The terms of paragraph (f) of this Special Contract Requirement relating tonotification shall apply to any release of information in contravention of this paragraph (d).

(e)  The Contractor further agrees that, during the performance of this order and for a period of threeyears after completion of performance of this order, the Contractor, any affiliate of the Contractor, anysubcontractor, consultant, or employee of the Contractor, any joint venture involving the Contractor, anyentity into or with which it may subsequently merge or affiliate, or any other successor or assign of theContractor, shall not furnish to the United States Government, either as a prime contractor or as asubcontractor, or as a consultant to a prime contractor or subcontractor, any system, component orservices  which is the subject of the work to be performed under this order.  This exclusion does notapply to any recompetition for those systems, components, or services furnished pursuant to this order.  As provided in FAR 9.505-2, if the Government procures the system, component, or services on thebasis of work statements growing out of the effort performed under this order, from a source other thanthe contractor, subcontractor, affiliate, or assign of either, during the course of performance of this orderor before the three year period following completion of this order has lapsed, the Contractor may, withthe authorization of the cognizant Contracting Officer, participate in a subsequent procurement for thesame system, component, or service.  In other words, the Contractor may be authorized to compete forprocurement(s) for systems, components, or services subsequent to an intervening procurement.

(f)  The Contractor agrees that, if after award, it discovers an actual or potential organizational conflictof interest, it shall make immediate and full disclosure in writing to the Contracting Officer.  Thenotification shall include a description of the actual or potential organizational conflict of interest, adescription of the action, which the Contractor has taken or proposes to take to avoid, mitigate, orneutralize the conflict, and any other relevant information that would assist the Contracting Officer inmaking a determination on this matter.  Notwithstanding this notification, the Government mayterminate the order for the convenience of the Government if determined to be in the best interest ofthe Government.

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

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

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

(j)  Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing orselling to the United States Government its product lines in existence on the effective date of this order;nor, shall this requirement preclude the Contractor from participating in any research and developmentor delivering any design development model or prototype of any such equipment.  Additionally, sale ofcatalog or standard commercial items are exempt from this requirement.

(k)  The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked toevaluate or advise the Government concerning its own products or activities or those of a competitor inorder to ensure proper safeguards exist to guarantee objectivity and to protect the Government'sinterest.

(l)  The Contractor shall include this requirement in subcontracts of any tier which involve access toinformation or situations/conditions covered by the preceding paragraphs, substituting "subcontractor"

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 23 of 72 FINAL

 

Page 26: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

for "contractor" where appropriate.

(m)  The rights and remedies described herein shall not be exclusive and are in addition to other rightsand remedies provided by law or elsewhere included in this order.

(n)  Compliance with this requirement is a material requirement of this order.

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

Offerors are reminded that certain arrangements may preclude, restrict or limit participation, inwhole or in part, as either a subcontractor or as a prime contractor under this competitiveprocurement.  Notwithstanding the existence or non-existence of an OCI clause in the currentcontract, the offeror shall comply with FAR 9.5 and identify if an OCI exists at any tier or arises atany tier at any time during contract performance.  The contractor shall provide notice within 14 daysof receipt of any information that may indicate a Potential OCI and how they shall mitigate this. 

C.25  MANDATORY REQUIREMENTS  

Offerors must meet all mandatory requirements at time of proposal submission, or have anacceptable plan to meet the requirements by Task Order award. In addition, mandatoryrequirements must be maintain throughout the life of the Task Order. The mandatory requirementsare as follows:

(a)  Facility Security Clearance:  The successful Offeror shall possess a Facility Security Clearancelevel at the Secret level. 

(b) Personnel Security Clearances:  All personnel providing technical support under this requirementmust possess JPAS clearances at the Secret level.  Interim clearances are acceptable except in thecase of one Senior Engineer/Scientist/Analyst and one Engineer/Scientist/Analyst who shall berequired to possess Final Secret Clearances in order to perform shipboard work. 

(c) Organizational Conflict of Interest (OCI) - Offerors must certify that no member of their team hasan OCI, or must submit an OCI Mitigation Plan covering all team members that the ContractingOfficer has determined to be acceptable. (d) Facility Location - The contractor’s facility for supporting this effort shall be located within aone-hour commuting distance of Dahlgren, VA.

C.26  ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA)  

(a) The contractor shall report ALL contractor labor hours (including subcontractor labor hours)required for performance of services provided under this contract for the Naval Surface WarfareCenter Dahlgren Division via a secure data collection site.  The contractor is required to completelyfill in all required data fields using the following web address https://doncmra.nmci.navy.mil .

(b) Reporting inputs will be for the labor executed during the period of performance during eachGovernment fiscal year (FY), which runs October 1 through September 30.  While inputs may bereported any time during the FY, all data shall be reported no later than October 31 of eachcalendar year.  Contractors may direct questions to the help desk, linked athttps://doncmra.nmci.navy.mil.

C.27 PLAN OF ACTION AND MILESTONES (POA&M) and STAFFING PLAN

C.27.1 The contractor shall develop a Plan Of Action and Milestones (POA&M) and Staffing

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 24 of 72 FINAL

 

Page 27: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

Plan Document for each requirement location and shall submit the POA&Ms for review withintwenty one (21) calendar days after Contract Award, Exercise of Option and/or Modifications tothe contract which affect the Level of Effort or Dollar Ceilings.  C.27.2 The contractor shall prepare an Element POA&M/Staffing Plan Document, for eachelement/work area, for delivery.  C.27.3 The following information shall appear, at a minimum, on each Element levelPOA&M/Staffing Plan:(a) Element Name(b) Date POA&M/Staffing Plan Submitted(c) Element/Work Area(d) Contract Number(e) Performance Period(f) Contractor Interfaces(g) Task/Element Manager(h) Government Interface, COR(i) Work Summary/Description(j) Schedule of Events Proposed/Planned to Accomplish Task  C.27.4 Estimated Level of Effort (LOE) Requirement. This section shall include the LOEestimated to perform the work. Schedules/Plans for obtaining additional individuals shall beincluded, if applicable.  C.27.5 Total Element Cost. Estimated cost shall include all cost (management, support, travel,labor, relocations, all fees, etc.) for that element.  C.27.6 Each POA&M shall be signed by the Contractor (to include signature by Contractor'sElement-Level Manager) and shall have a signature block for sign off and approval by theGovernment.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 25 of 72 FINAL

 

Page 28: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

SECTION D PACKAGING AND MARKING

 

D.1  HQ D-1-0001  DATA PACKAGING LANGUAGE

Data to be delivered by Integrated Digital Environment (IIDE) or other electronic media shall be asspecified in the contract.

All unclassified data to be shipped shall be prepared for shipment in accordance with bestcommercial practices.

Classified reports, data, and documentation shall be prepared for shipment in accordance withNational Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M dated 28February 2006.

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

All reports delivered by the Contractor to the Government under this contract shall prominently showon the cover of the report:

    (1) name and business address of the Contractor    (2) contract number    (3) contract dollar amount    (4) whether the contract was competitively or non-competitively awarded    (5) sponsor:

            ________________________________________________________            (Name of Individual Sponsor)

            ________________________________________________________            (Name of Requiring Activity)

            ________________________________________________________            (City and State)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 26 of 72 FINAL

 

Page 29: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

SECTION E INSPECTION AND ACCEPTANCE

E.1  INSPECTION AND ACCEPTANCE

Inspection and Acceptance shall be performed at NSWCDD, Dahlgren, VA by the Contracting OfficerRepresentative (COR) designated herein.

E.2 PERFORMANCE BASED TASK ORDER REVIEW AND ACCEPTANCE PROCEDURES

(a) This is a performance based Task Order as defined in FAR Part 37.6. Contractor performance willbe evaluated in accordance with the Quality Assurance Surveillance Plan (QASP) that is providedbelow.

(b) The QASP defines this evaluation and acceptance to be part of the annual ContractorPerformance Assessment Reporting System (CPARS). The contractor may obtain more informationregarding the CPARS process at the following internet site:   http://cpars.navy.mil

E.3  QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)

E.3.1  PURPOSE

E.3.1.1 This Quality Assurance Surveillance Plan is a Government-developed and applied documentused to make sure the systematic quality assurance methods are used in the administration of thisperformance-based contract.  The intent is to ensure that the contractor performs in accordance withthe performance objectives and the Government receives the quality of services called for in thecontract.   In addition, this QASP provides the specific criteria and process to be following indetermining whether to exercise the award-term options.

E.3.1.2 The purpose of the QASP is to describe the systematic methods used to monitor performanceand to identify the required documentation and the resources to be employed.  The QASP provides ameans for evaluating whether the contractor is meeting the performance standards/quality levelsidentified in the PWS and the contractor’s quality control plan (QCP), and to ensure that theGovernment pays only for the level of services received.

E.3.1.3 This QASP defines the roles and responsibilities of Government personnel involved in theevaluation of the quality of contractor performance, identifies the performance objectives, defines themethodologies used to monitor and evaluate the contractor’s performance, describes qualityassurance documentation requirements, and describes the analysis of quality assurance monitoringresults.

E.3.2  AUTHORITY

Authority for issuance of this QASP is provided under Contract Section E – Inspection and Acceptancewhich provides for inspections and acceptance of the services and deliverables called for in servicecontracts to be executed by the Contracting Officer or a duly authorized representative.

E.3.3  SCOPE

E.3.3.1 The PWS structures the acquisition around “what” service or quality level is required, asopposed to “how” the contractor should perform the work (i.e., results, not compliance).  This QASPwill define the performance management approach taken to monitor and manage the contractor’sperformance to ensure the expected outcomes or performance objectives communicated in the PWSare achieved.  Performance management rests on developing a capability to review and analyzeinformation generated through performance assessment. The ability to make decisions based on theanalysis of performance data is the cornerstone of performance management; this analysis yieldsinformation that indicates whether expected outcomes for the project are being achieved by thecontractor. 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 27 of 72 FINAL

 

Page 30: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

E.3.3.2 Performance management represents a significant shift from the more traditional qualityassurance (QA) concepts in several ways. Performance management focuses on assessing whetheroutcomes are being achieved and to what extent. This approach migrates away from scrutiny ofcompliance with the processes and practices used to achieve the outcome. A performance-basedapproach enables the contractor to play a large role in how the work is performed, as long as theproposed processes are within the stated constraints. The only exceptions to process reviews are thoserequired by law (federal, state, and local) and compelling business situations, such as safety andhealth. A “results” focus provides the contractor flexibility to continuously improve and innovate overthe course of the Contract (TO) as long as the critical outcomes expected are being achieved and/orthe desired performance levels are being met.

E.3.3.3 The contractor is responsible for the quality of all work performed.  The contractor measuresthat quality through the contractor’s own quality control plan (QCP).  Quality control is work output, notworkers, and therefore includes all work performed under this Order regardless of whether the work isperformed by contractor employees or by subcontractors.  The contractor’s QCP will set forth thestaffing and procedures for self-inspecting the quality, timeliness, responsiveness, customersatisfaction, and other performance requirements in the PWS.  The contractor will develop andimplement a performance management system with processes to assess and report its performance tothe designated Government representative.  This QASP enables the Government to take advantageof the contractor’s QCP.  

E.3.3.4 The Government will assess performance using the methodology contained herein and theContractor Performance Assessment Reporting System (CPARS) to determine how the contractor isperforming against communicated performance objectives.  CPARS assesses a contractor’sperformance, both positive and negative, and provides a record on a given contract during a specifiedperiod of time.  More information pertaining to CPARS can be found at: http://www.cpars.csd.disa.mil/cparsfiles/pdfs/DoD-CPARS-Guide.pdf.  Each assessment will be based on objective data (ormeasurable, subjective data when objective data is not available) supportable by program andcontract management data.  The QASP methodology and CPARS performance expectations will beaddressed in the Government and contractor’s initial post-award meeting.  Potential sources of datamay include, but are not limited to, the following: 

        - Status and progress reviews and reports        - Production and management reviews and reports        - Management and engineering process reviews (e.g. risk management, requirements                 management, etc.) and reports        - Cost performance reports and other cost and schedule metrics          - Other program measures and metrics such as:          - Measures of progress and status of resources          - Measures of deliverable timeliness and accuracy          - Measures of product quality and process performance         - External and sponsor feedback/comments and satisfaction ratings        - Systems engineering and other technical progress reviews          - Technical interchange meetings          - Physical and functional configuration audits          - Quality reviews and quality assurance evaluations          - Functional performance evaluations          - Subcontract Reports 

E.3.3.5  A preliminary CPARS evaluation/rating will be accomplished as noted in paragraph E.3.6below. The purpose of this review is to determine whether the Contractor is performing at least at aSatisfactory level for each area to be assessed using Table 1.  This methodology will be utilized as animportant factor in determining whether or not to exercise Option 1 and 2 under the Order.  Further,the formal CPARS ratings are used as reference material by others in source selection.

E.3.3.6 Options Periods 3 and 4 are Award Term Options (See Table 2).  In order for an Award Termoption to be exercised, the contractor must have achieved at least a Very Good for each majorelement.

E.3.4 ROLES AND RESPONSIBILITIES

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 28 of 72 FINAL

 

Page 31: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

E.3.4.1 Contracting Officer

E.3.4.1.1 An individual duly appointed with the authority to enter into (PCO) or administer (ACO)contracts and make related determination and findings on behalf of the Government. The PCO forthis contract is identified in Section G, Ddl-G10 Government Contract Administration Points-of-Contactand Responsibilities.  The ACO will be designated in the resulting Order.  Contracting Officers aredesignated via a written warrant, which sets forth limitations of their respective authority.

E.3.4.1.2 The Contracting Officer ensures performance of all necessary actions for effective contractadministration, ensures compliance with the terms of the contract and safeguards the interests of theUnited States in the contractual relationship.  It is the Contracting Officer that ensures the Contractorreceives impartial, fair and equitable treatment under the Order.  The Contracting Officer is ultimatelyresponsible for the final determination of the acceptability of the Contractor’s performance.  The PCOis also the Term-Determining Official (TDO)

E. 3.4.2 Contract Specialist

E.3.4.2.1 Assigned by the PCO to provide daily administration of the contract.

E.3.4.2.2 Provides input to the PCO and the COR as to the quality of performance for areas addressedin this QASP.

E.3.4.3 Contracting Officer’s Representative (COR)

E.3.4.3.1 An individual appointed in writing by the PCO to act as their authorized representative toassist in technical administration of the Order.  The COR is appointed in the contract award.  Thelimitations of authority are contained in a written letter of appointment which is a formal attachmentto the contract.

E.3.4.3.2 The COR is responsible for technical administration of the Contract and assures proper surveillance of the contractor’s technical performance.   The COR provides QASP reports to the PCO. 

E.3.4.3.3 The COR is not empowered to make any contractual commitments or to authorize anychanges on the ’s behalf.  Any changes that the contractor deems may affect contract price, terms, orconditions shall be referred to the Contracting Officer for action.

E.3.4.4 Subject Matter Expert (SME)

E.3.4.4.1 SMEs are individuals who may be assigned by the COR to perform limited technicaloversight of specific projects, work areas, or Technical Instructions issued under the contract. 

E.3.4.4.2 The SME provides input to the COR as to the quality of technical performance for theirrespective area(s) of expertise. 

E.3.4.4.3 An SME cannot, in any manner, alter the scope of the contract, make commitments orauthorize any changes on the Government’s behalf.

E.3.5.0 SCHEDULE

The initial QASP evaluation will be finalized no later than the end of month eight (8) of the BasePeriod.  In order to accomplish this, the following schedule applies: 

E.3.5.1 Contractor Self-Assessment (written) due to the Contracting Officer and the COR no later thanthe end of month seven (7) of the period of performance based on at least six (6) months of support. Failure of the contractor to make a timely delivery will be viewed as the contractor’s overall inability tocomply with Contract schedules.

E.3.5.2 COR Written Assessment is due to the Contracting Officer no later than the end of week two (2)of month eight (8) of the period of performance.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 29 of 72 FINAL

 

Page 32: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

E.3.5.3 Week four (4) of month eight (8) of the period of performance:  The Contracting Officer willhold a meeting with the COR and the Contractor for the purpose of reviewing inputs and determiningthe overall assessment level for the period.

E.3.5.4 QASP evaluations for subsequent option periods and award terms shall follow the sameschedule described in this section as described above.

E.3.6.0 IDENTIFICATION OF REQUIRED PERFORMANCE STANDARDS/QUALITY LEVELS

E.3.6.1 Table 1 provides the overall performance ratings.  Table 2 provides the Award Term IncentiveObjectives.  Table 3 provides the Task Performance Evaluation Criteria and Standards for each MajorPerformance Element.

E.3.6.2  The required performance standards and quality levels are included in Table (1),“Performance Standards”. If the contractor meets the required service or performance level, thecontractor will receive positive preliminary QASP and CPARS ratings.  If the contractor fails to meetthe required performance level, the result will be negative QASP and CPARS ratings.  

E.3.6.3 If the Contractor fails to meet the required performance level based on the preliminary reviewconducted in accordance with the above paragraph, the Government may not exercise the nextOption period under the Order. “meeting the required performance level” means that the contractormust receive at least a Satisfactory rating (see table 1) for each of the six (6) major elements that areevaluated (Technical Performance, Staffing, Customer Satisfaction, Management Performance, CostManagement and Efficiency, and Subcontracting) for the performance period being evaluated (SeeTable 3).

E.3.6.4 Options Periods 3 and 4 are Award Term Options (See Table 2).  In order for an Award Termoption to be exercised, the contractor must have achieved at least a Very Good rating for each majorelement.

E.3.6.5 The Contracting Officer will make an Award Term incentive determination for Option 3 andOption 4 prior to the end of each preceding evaluation period.  The determination will be based onthe COR’s recommendation, and any other information deemed relevant by the Contracting Officer. 

E.3.7.0 METHODOLOGIES TO MONITOR PERFORMANCE

E.3.7.1 Surveillance Techniques

In an effort to minimize the performance management burden, simplified surveillance methods shallbe used by the Government to evaluate contractor performance when appropriate. The Governmentwill use the following methods of surveillance:

Random monitoring

100% Inspection 

Periodic Inspection 

Customer Feedback 

E.3.7.2 Customer Feedback 

E.3.7.2.1 The contractor is expected to establish and maintain professional communication betweenits employees and customers at all levels. The primary objective of this communication is customersatisfaction. Customer satisfaction is the most significant external indicator of the success andeffectiveness of all services provided and can be measured through customer complaints. 

E.3.7.2.2 Performance management drives the contractor to be customer focused through initiallyand internally addressing customer complaints and investigating the issues and/or problems but thecustomer always has the option to communicate complaints to the PCO, as opposed to the contractor. 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 30 of 72 FINAL

 

Page 33: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

E.3.7.2.3 Customer complaints, to be considered valid, must set forth clearly and in writing thedetailed nature of the complaint, must be signed, and must be forwarded to the COR. The COR willaccept those customer complaints, investigate and work with the PCO and contractor to resolve theissue.

E.3.7.2.4 Customer feedback may also be obtained either from the results of formal customersatisfaction surveys or from random customer complaints.

E.3.8.0 QUALITY ASSURANCE DOCUMENTATION

E.3.8.1 The Performance Management Feedback Loop 

The performance management feedback loop begins with the communication of expected outcomes.  Performance standards and performance monitoring techniques are expressed in Table 1.

E.3.8.2 Monitoring System

The Government’s QA surveillance, accomplished by the COR, in conjunction with the PCO, will bereported using the methodology described herein.  Interim evaluations will be done IAW paragraph3.6 as input to Option Exercise determinations.  Formal CPARS evaluations shall be conducted on anannual basis. 

                                Table 1 – Overall Performance Ratings 

Overall PerformanceRating

Standard

Exceptional Performance meets contractual requirements and exceeds manyrequirements to the Government’s benefit

Very Good Performance meets contractual requirements and exceeds somerequirements to the Government’s benefit

Satisfactory Performance meets contractual requirements

Marginal Performance does not meet some contractual requirements.  Theelement being assessed reflects a serious problem for which thecontractor has not yet implemented satisfactory corrective measures.

Unsatisfactory Performance does not meet contractual requirements and recoveryis not likely in a timely manner.  Contractor’s corrective actions todate are ineffective.

 

Table 2 – Option and Award Term Incentive Objectives

 AssessmentPeriod

AcceptablePerformance

Definition

How Measured  Incentives

Base Period All measurementareas are rated atleast “Satisfactory.”

After the first sevenmonths ofperformance  usingQASP methodology:annually using theCPARS system

(+) Meets acceptableperformancedefinition as acondition for exerciseof Option 1.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 31 of 72 FINAL

 

Page 34: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

covering the previous12 months.

(-) Does not meetacceptableperformancedefinition as acondition for exerciseof Option 1.

Option 1 All measurementareas are rated atleast “Satisfactory.”

After seventh month ofperformance ofpreceding periodusing QASPmethodology:annually using theCPARS systemcovering the previous12 months.

(+) Meets acceptableperformancedefinition as acondition for exerciseof Option 2.

(-) Does not meetacceptableperformancedefinition as acondition for exerciseof Option 2.

Option 2 All element areasrated at least “VeryGood”

After seventh month ofperformance ofpreceding periodusing QASPmethodology:annually using theCPARS systemcovering the previous12 months.

(+) Meets acceptableperformancedefinition as acondition for grantingaward term 1.

(-) Does not meetacceptableperformancedefinition as acondition for grantingaward term 1.

 

Award Term 1 (Option3)

All element areasrated at least “VeryGood”

After seventh month ofperformance ofpreceding periodusing QASPmethodology:annually using theCPARS systemcovering the previous12 months.

(+) Meets acceptableperformancedefinition as acondition for grantingaward term 2.

(-) Does not meetacceptableperformancedefinition as acondition for grantingaward term 2.

 

Award Term 2 (Option4)

All element areasrated at least“Satisfactory”

After seventh month ofperformance ofpreceding periodusing QASPmethodology:annually using theCPARS systemcovering the previous

Final CPARS rating.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 32 of 72 FINAL

 

Page 35: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

12 months.

Table 3 – Technical Performance Evaluation Criteria and Standards 

ELEMENTUNSATIS-FACTORY

MARGINAL SATISFACTORY VERY GOOD EXCEPTIONAL

 I. Task Performance

  Timeliness

Contractorfrequentlymissesdeadlines, oris slow ornon-responsiveto respond toGovernmentrequests.

Contractoroccasionallymissesdeadlines,schedules or isslow oroccasionallynon-responsiveto respond toGovernmentrequests.

Contractorroutinely meetsdeadlines,schedules,quickly respondsto Governmentrequests.

Contractorroutinely meetsdeadlines andschedules andoccasionallydelivers earlyand respondsimmediately toGovernmentrequests.

Contractorroutinelydelivers aheadof deadlines,schedules, andrespondsimmediately toGovernmentrequests.

   Quality Deliverablesare typicallynot wellresearchedand containmanytechnicalinaccuracies.Rework isfrequentlyrequired. 

Deliverablesareoccasionallynot wellresearchedand containsometechnicalinaccuracies.Rework isoccasionallyrequired

DataDeliverablesreceived arewell researched,complete andtechnicallyaccurate.  Nomore than one(2) revisions aretypically neededto accept theitem.  Otherdeliverablesmeet allContractrequirements.

DataDeliverablesreceived are wellresearched,complete andtechnicallyaccurate.  Otherdeliverablesmeet allContractrequirements.

DataDeliverablesreceived arealways wellresearched,complete andtechnicallyaccurate.  Theyfrequentlyexceedtechnicalexpectations. Rework is notrequired.  Otherdeliverablestypically exceedall Contractrequirements.

II. StaffingContractorprovidesmarginallyqualified orunqualifiedpersonnel.

Lapses incoverageoccurregularly.

Contractorprovidesmarginallyqualifiedpersonnel.

Lapses incoverableoccur morethanoccasionally.

Contractorprovidesqualifiedpersonnel. 

Lapses incoverage occuroccasionallyand aresuccessfullymanaged by thecontractor withto minimize

Contractorprovides a mix ofqualified andhighly qualifiedpersonnel.

Lapses incoverage arerare and aresuccessfullymanaged by thecontractor withno impact on

Contractorprovides highlyqualifiedpersonnel. 

Lapses incoverage arerare and aresuccessfullymanaged by thecontractor withno impact ontimeliness or

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 33 of 72 FINAL

 

Page 36: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

ELEMENTUNSATIS-FACTORY

MARGINAL SATISFACTORY VERY GOOD EXCEPTIONAL

impact ontimeliness orquality.

New/and orsubstituteresumessubmitted IAWcontract reqmts. 

Personnel workproducts fullyconsistent withresumequalifications.

timeliness orquality.

New/and orsubstituteresumessubmitted IAWcontract reqmts. 

Personnel workproducts fullyconsistent withresumequalifications

 

 

quality.

New/and orsubstituteresumessubmitted IAWcontract reqmts. 

Personnel workproducts fullyconsistent withresumequalifications.

 III.Customer  Satisfaction

Fails to meetcustomerexpectations

Contractoroccasionallyfails to meetcustomerexpectations.

Meets customerexpectations.

Routinely meetsor occasionallyexceedscustomerexpectations.

Exceedscustomerexpectations.

 IV. Management Performance

 

Problem Resolution

Problems areunresolved,repetitive, ortake excessiveGovernmenteffort toresolve.

Problems aregenerallyresolved buttake unusualGovernmenteffort toresolve or takean excessiveamount oftime toresolve.

Problems areresolved quicklywith minimalGovernmentinvolvement.

Problems occurinfrequently andare generallyresolved quicklywith minimalGovernmentinvolvement.

Problems arenon-existent orthe contractortakes correctiveaction withoutGovernmentinvolvement.

Responsive-ness

Contractor’smanagementisunresponsiveto Governmentequests andconcerns.

Contractor’smanagementis occasionallyunresponsivetoGovernment requests andconcerns.

Contractor’smanagement isresponsive toGovernmentrequests andconcerns.

Contractor’smanagement isresponsive torequests andconcerns andoccasionallyproactive inanticipatingconcerns.

Contractor’smanagementtakes proactiveapproach indealing withGovernment  representativesand anticipates concerns. 

 Commu-

Contractor failsto

Contractoroccasionally

Contractorroutinely

Contractorroutinely

Contractor takesproactive

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 34 of 72 FINAL

 

Page 37: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

ELEMENTUNSATIS-FACTORY

MARGINAL SATISFACTORY VERY GOOD EXCEPTIONAL

nication communicatewithGovernment inan effectiveand timelymanner.

fails tocommunicatewithGovernment inan effectiveand timelymanner.

communicateswithGovernment inan effective andtimely manner.

communicateswith Governmentin an effectiveand timelymanner and itfrequentlyproactive inmanagingcommunications.

approach suchthatcommunicationsare almostalways clear,effective andtimely.

 V. Cost Management & Efficiency

 

Cost Mgmt& Reporting

Contractorregularlyexperiencescost overruns.

Cost reportsare late andcontain errors.

Invoicing isnot accurate orsubmitted in atimelymanner. Supportingdetail ismissing orincomplete.

Subcontractorinvoicesare rarely paidin a timelymanner. 

Contractormayexperienceoccasionalcost overruns.

Cost reportsareoccasionallylate and/orcontain errors.

Invoices areoccasionallylate or containerrors. Supportingdetail containsoccasionalerrors 

Subcontractorinvoices arenot paid in atimelymanner.  SBsubcontractorinvoices arenot expedited.

Contractorroutinelycompletes theeffort within theoriginallyagreed-toestimated cost.Funds andresources usedin cost-effectivemanner.

Cost reports aretimely, accurate,complete andclearly written. 

Invoices aretimely (no morethan 3 weeksafter end date ofperiod beinginvoiced) andare accurate. All supportingdetail isprovided.

Subcontractorinvoices arepaid in a timelymanner.  SBsubcontractorinvoices are

Contractorroutinelycompletes theeffort within theoriginallyagreed-toestimated costand experiencesoccasional costunderruns. Fundsand resourcesused incost-effectivemanner.

Cost reports aretimely, accurate,complete andclearly written. 

Invoices aretimely (no morethan 3 weeksafter end date ofperiod beinginvoiced) andare accurate.  Allsupporting detailis provided. 

Subcontractorinvoices are paidin a timelymanner.  SB

Contractor oftencompletes theeffort at lowerthan estimatedcosts. Funds andresources usedin a mostcost-effectivemanner.

Cost reports aretimely,accurate,complete andclearly written. 

Invoices aretimely (no morethan 2 weeksafter end dateof period beinginvoiced) andare accurate. Allsupportingdetail isprovided. 

Subcontractorinvoices arepaid in a timelymanner.  SBsubcontractorinvoices areexpedited.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 35 of 72 FINAL

 

Page 38: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

ELEMENTUNSATIS-FACTORY

MARGINAL SATISFACTORY VERY GOOD EXCEPTIONAL

expedited. subcontractorinvoices areexpedited.

 

Other DirectCost

(ODC)

ODCs are notaccurately ortimelyreported orinvoiced. Errors are notquicklycorrected.

Does notcomply withcontractrequirementsfor ODCauthorizations.

Burdened unitcosts higherthan proposed.

ODCs areoccasionallynot reported orinvoiced intimelymanner. Errors notconsistentlycorrected in atimelymanner.

Occasionallydoes not notcomply withauthorizationrequirementsin contract. Burdened unitcosts are rarelyhigher thanproposed.

ODCs areaccurately andtimely reportedand invoiced.Any errors notedare quicklycorrected.

Contractorcomplies withcontractrequirements forODCauthorization100% of time. 

Burdened unitcosts are nohigher thanproposed.

ODCs areaccurately andtimely reportedand invoiced.Errors are rareand quicklycorrected.

Contractorcomplies withcontractrequirements forODCauthorization100% of time. 

 Burdened unitcosts areoccasionallylower thanproposed.

ODCs areaccurately andtimely reportedand invoiced.

Contractorcomplies withcontractrequirements forODCauthorization100% of time. 

Burdened unitcosts are oftenlower thanproposed.

 

AWARD TERM CLAUSE

In addition to the terms set forth elsewhere in the contract, and as provided in the QASP, the contractor mayearn an extension of one (1)  to two (2)  years on the basis of performance during the evaluation periods. Thecontractor is evaluated using QASP criteria during each year of contract performance.  During the third year(Option 2), if performance is evaluated as Very Good, the contractor earns Year 4 (Option 3); if performance isevaluated as Very Good in Year 4, the contractor earns Year 5 (Option 4).

(a) Award Term. The award-term concept is an incentive that permits extension of the contract period beyondOption 2 of performance for Very Good  performance.

(b) Monitoring of Performance. The contractor's performance will be continually monitored by the COR andSubject Matter Experts whose findings are reported by the COR to the Contracting Officer (PCO) together witha recommendation regarding exercise of the Award Term Option.   The PCO makes the final decision on theaward-term on the basis of the contractor's performance during the award-term evaluation period. (d) Award-Term Plan. The evaluation criteria, the associated points, and the associated award-term extensionsor reductions are specified in the QASP.

(e) Modification of Award-Term Plan. Changes may be made to the award-term plan at any time during contractperformance, provided that both parties agree to them. If agreement cannot be reached on changes, the initial

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 36 of 72 FINAL

 

Page 39: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

award-term plan remains in effect.

(f) Self-Evaluation. The contractor will a written self-evaluation of its performance for that period in accordancewith the schedule in the QASP. It will be used in the COR's and PCO's evaluation of the contractor'sperformance during this period.

(g) Disputes. Decisions regarding the award term, including—but not limited to— the amount of the award term,if any; the methodology used to calculate the award term; calculation of the award term; the supplier'sentitlement to the award term; and the nature and success of the contractor's performance, are made by thePCO. These decisions are final and are not subject to dispute.

(h) Award-Term Extension. The contract period may be modified to reflect the PCO's decision. The totalcontract ordering period, including extensions under this clause, will not exceed 5 years, or the time remainingon the SEAport contracts, including exercised options. The award-term provision must be included in thesolicitation and resulting TO.  If at any time the contract period does not extend more than two years fromthe PCO decision, the operation of the award-term provision will cease and the ordering period will not extendbeyond the term set at that time.

AWARD TERM PLAN 1.0 INTRODUCTION  The QASP is the basis for evaluating of the contractor's performance and forpresenting an assessment of that performance to the term-determining official (TDO) who is theContracting Officer (PCO).  The specific criteria and procedures used for assessing the contractor'sperformance and for determining the award term earned are described in the Section E, QualityAssurance Surveillance Plan (QASP). All TDO/PCO decisions regarding the award-term evaluationand the nature and success of the contractor's performance—are final and not subject to dispute. The award term will be provided to the contractor through unilateral contract modifications asdetermined by the TDO. 2.0 ORGANIZATION The award-term organization includes the PCO/TDO, the Contract Speciaist,the COR and project-specific Subject Matter Experts (SMEs).

3.0 RESPONSIBILITIES The responsibilities of the award-term organization are as specified inparagraph E.3.4 of the QASP.

4.0 AWARD-TERM PROCESSES

a. Award-Term Evaluation.  Evaluation results will be based on the contractor's performance duringeach evaluation period.  b. Evaluation Criteria.  Any changes to award term evaluation criteria may be proposed by eitherparty and shall be made only by bilateral modification to the QASP.

c. Informal Interim Evaluation Process. Informal Interim evaluations may be conducted as part ofIPRs (C.4.2) conducted on a project or Task Order basis.  The PCO may provide informal interimevaluation results and notifies the contractor of the strengths and weaknesses for the currentevaluation period. The CO may also issue letters at any other time when it is deemed necessary tohighlight areas of government concern.

d. End-of-Period Evaluations.  The "end of period" evaluation to determine whether the first awardterm (Option 3) will be exercised shall occur in Option 2 in accordance with the schedule inparagraph E.3.5 of the QASP.  The "end of period" evaluation for the second award term (Option 4)shall also be in accordance with the QASP schedule.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 37 of 72 FINAL

 

Page 40: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

5.0 AWARD-TERM PLAN CHANGE PROCEDURE Proposed changes to the award-term plan will bebilateral. If either party desires a change to the award-term plan and a mutual agreement cannot bereached, the original award-term plan will remain in effect.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 38 of 72 FINAL

 

Page 41: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

SECTION F DELIVERABLES OR PERFORMANCE

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

   

4000 9/1/2013 - 8/31/2014

4050 9/1/2013 - 8/31/2014

6000 9/1/2013 - 8/31/2014

6050 9/1/2013 - 8/31/2014

7000 9/1/2014 - 8/31/2015

7050 9/1/2014 - 8/31/2015

9000 9/1/2014 - 8/31/2015

9050 9/1/2014 - 8/30/2015

CLIN - DELIVERIES OR PERFORMANCE

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

   

4000 9/1/2013 - 8/31/2014

4050 9/1/2013 - 8/31/2014

6000 9/1/2013 - 8/31/2014

6050 9/1/2013 - 8/31/2014

7000 9/1/2014 - 8/31/2015

7050 9/1/2014 - 8/31/2015

9000 9/1/2014 - 8/31/2015

9050 9/1/2014 - 8/30/2015

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

   

7100 9/1/2015 - 8/31/2016

7200 9/1/2016 - 8/31/2017

7300 9/1/2017 - 8/31/2018

9100 9/1/2015 - 8/31/2016

9200 9/1/2016 - 8/31/2017

9300 9/1/2017 - 8/31/2018

F.1 Services to be performed hereunder will be provided at the Naval Surface Warfare Center, Dahlgren Division,Dahlgren, VA 22448.

F.2 For proposal purposes, the estimated award date is 1 August 2013 and the estimated start date of performance of

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 39 of 72 FINAL

 

Page 42: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

this Task Order is 1 September 2013. The Government reserves the right to award sooner or later as necessary. Thestart and end date for period of performance will be updated as necessary upon task order award.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 40 of 72 FINAL

 

Page 43: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

SECTION G CONTRACT ADMINISTRATION DATA

 G.1  ACCOUNTING DATA 

The award document will include Accounting Data at the end of Section G. All lines of accountingare listed sequentially under a heading that identifies the particular action (award or modificationnumber) under which the funding was obligated. Under SeaPort-e, all funding isidentified/obligated at the SubCLIN (SLIN) level. SLINs are established sequentially by theSeaPort-e software. Each obligation of funds may receive a unique SLIN identifier, even if thefunds are an increase to an existing line of accounting (ACRN). Thus, an individual project/workarea or Technical Instruction that is funded incrementally, could have one ACRN but multipleSLINs. Accounting for expenditures at the SLIN level is required.

G.2  SPECIAL INVOICE INSTRUCTIONS

Each SLIN providing funding designates a specific project area/work area/Technical Instruction(TI)/Work Breakdown Structure (WBS) item. Tracking and reporting shall be accomplished at theproject/work area/TI/WBS item level. Each indentified project/work area/TI/WBS shall be invoicedby its associated ACRN.  If multiple ACRNs are associated with a single project/work area/TI/WBS,the contractor shall consult with the Contracting Officer Representative for additional invoicinginstructions.

G.3  PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

In accordance with (DFARS) PGI 204.7108 “Other”(d) (12) INVOICING AND PAYMENTINSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

The following payment instructions apply to this task order:

(a)    This requirement includes support for multiple programs with independent budgets andfunding lines.  These funding lines are NOT interchangeable and it is critical that the Paying Officepay in accordance with the ACRNs and CLINs noted on the contractor's invoices.  To do otherwisecould result in a misappropriation of funds. 

(b)   The Payment Office shall ensure that each payment under this contract is made in accordancewith the specific accounting classification reference numbers (ACRNs) and Contract Line ItemNumbers (CLIN) numbers shown on each individual invoice, including attached data.

G.4  Ddl-G10 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT ANDRESPONSIBILITIES

Procuring Contracting Officer (PCO):

 (a)          Name:                         Code:          Code CS20                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 toapprove changes in any of the requirements of this Task Order, notwithstanding provisions contained

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 41 of 72 FINAL

 

Page 44: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

elsewhere in this contract, the said authority remains solely the PCO’s.  The contractor shall notcomply with any order, direction or request of Government personnel unless it is issued in writingand signed by the Contracting Officer or is pursuant to specific authority otherwise included as partof this contract.  In the event the contractor effects any change at the direction of any person otherthan the PCO, the change will be considered to be unauthorized.

 Contract Specialist:

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

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

 Administrative Contracting Officer (ACO)

 (a)           Name:     DCMA BALTIMORE                        Code:                             Address:   217 EAST REDWOOD STREET,  SUITE 1800                                      BALTIMORE,  MD  UNITED STATES   21202-3375                Phone:      (410)962-9800                    E-mail:      [email protected]      

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

 Contracting Officers Representative (COR):

 (a)           Name:                                Code:           K03B                      Address:      5443 Bronson Road, Suite 110                                         Phone:                                    E-mail:                  

(b)  The COR  is the PCO’s appointed representative for technical matters.  The COR is not acontracting officer and does not have the authority to direct the accomplishment of effort which isbeyond the scope of the Task Order or to otherwise change any Task Order requirements.  A copy ofthe COR appointment letter which provides a delineation of COR authority and responsibilities isprovided as an attachment to this Task Order. 

G.5  252.232-7006  WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012)

(a)  Definitions.  As used in this clause—

     “Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquelyidentifies a unit, activity, or organization.

    “Document type” means the type of payment request or receiving report available for creation inWide Area WorkFlow (WAWF).

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 42 of 72 FINAL

 

Page 45: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

    “Local processing office (LPO)” is the office responsible for payment certification when paymentcertification is done external to the entitlement system.

(b)  Electronic invoicing.  The WAWF system is the method to electronically process vendor paymentrequests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission ofPayment Requests and Receiving Reports.

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

    (1)  Have a designated electronic business point of contact in the Central Contractor Registrationat https://www.acquisition.gov; and

    (2)  Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures forself-registration available at this web site.

(d)  WAWF training.  The Contractor should follow the training instructions of the WAWF Web-BasedTraining Course and use the Practice Training Site before submitting payment requests throughWAWF.  Both can be accessed by selecting the “Web Based Training” link on the WAWF home pageat https://wawf.eb.mil/

(e)  WAWF methods of document submission.  Document submissions may be via web entry,Electronic Data Interchange, or File Transfer Protocol.

(f)  WAWF payment instructions.  The Contractor must use the following information whensubmitting payment requests and receiving reports in WAWF for this contract/order:

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

        __________Cost Voucher___________________________________

Note:  If a “Combo” document type is identified but not supportable by the Contractor’s businesssystems, an “Invoice” (stand-alone) and “Receiving Report” (stand-alone) document type may beused instead.)

    (2)  Inspection/acceptance location.  The Contractor shall select the followinginspection/acceptance location(s) in WAWF, as specified by the contracting officer.

    _____________N00178_______________________________________

     (3)  Document routing.  The Contractor shall use the information in the Routing Data Tablebelow only to fill in applicable fields in WAWF when creating payment requests and receivingreports in the system.                                                Routing Data Table*

 Field Name in WAWF

 Data to be entered in WAWF

 Pay Official DoDAAC   HQ0338

 Issue By DoDAAC   N00178

 Admin DoDAAC   S2101A

 Inspect By DoDAAC   Not Applicable

 Ship To Code   Not Applicable

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 43 of 72 FINAL

 

Page 46: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

 Ship From Code   Not Applicable

 Mark For Code   Not Applicable

 Service Approver (DoDAAC)   N00178

 Service Acceptor (DoDAAC)   Not Applicable

 Accept at Other DoDAAC   Not Applicable

 LPO DoDAAC   Not Applicable

 DCAA Auditor DoDAAC   S2101A

 Other DoDAAC(s)   Not Applicable

    (4)  Payment request and supporting documentation.  The Contractor shall ensure a paymentrequest includes appropriate contract line item and subline item descriptions of the work performedor supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-updocumentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each paymentrequest.

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

 

(g)  WAWF point of contact.

     (1)  The Contractor may obtain clarification regarding invoicing in WAWF from the followingcontracting activity’s WAWF point of contact:  Bill Deyo, Contractor, at 540) 653-4705.

     (2)  For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

G.6  HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING (NAVSEA) (SEP 2012)

(a)  The Contractor agrees to segregate costs incurred under this contract/task order (TO), asapplicable,  at the lowest level of performance, either at the technical instruction (TI), sub line itemnumber (SLIN), or contract line item number (CLIN) level, rather than on a total contract/TO basis,and to submit invoices reflecting costs incurred at that level.  Supporting documentation in WideArea Workflow (WAWF) for invoices shall include summaries of work charged during the periodcovered as well as overall cumulative summaries by individual labor categories, rates, and hours(both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs),materials, and travel, by TI, SLIN, or CLIN level.  For other than firm fixed price subcontractors,subcontractors are also required to provide labor categories, rates, and hours (both straight time andovertime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWFinvoice submittal.  Subcontractors may email encryption code information directly to theContracting Officer (CO) and Contracting Officer Representative (COR).  Should the subcontractorlack encryption capability, the subcontractor may also email detailed supporting cost informationdirectly to the CO and COR; or other method as agreed to by the CO.

(b)  Contractors submitting payment requests and receiving reports to WAWF using either Electronic

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 44 of 72 FINAL

 

Page 47: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an emailnotification to the COR and CO on the same date they submit the invoice in WAWF.  No paymentsshall be due if the contractor does not provide the COR and CO email notification as requiredherein.

G.7  CONSENT TO SUBCONTRACT

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

        The following subcontractors are approved on this Task Order:                                                                                                  

G.8 EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES

When a Government facility is closed and/or early dismissal of Federal employees is directed due tosevere weather, security threat, or a facility related problem that prevents personnel from working,onsite contractor personnel regularly assigned to work at that facility should follow the samereporting and/or departure directions given to Government personnel. The contractor shall not directcharge 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 orreport to the facility, shall follow their parent company policy regarding whether they should go/stayhome or report to another company facility. Subsequent to an early dismissal and during periods ofinclement weather, onsite contractors should monitor radio and television announcements beforedeparting for work to determine if the facility is closed or operating on a delayed arrival basis. 

When Federal employees are excused from work due to a holiday or a special event (that isunrelated to severe weather, a security threat, or a facility related problem), on site contractors willcontinue working established work hours or take leave in accordance with parent company policy.Those contractors who take leave shall not direct charge the non-working hours to the task order.Contractors are responsible for predetermining and disclosing their charging practices for earlydismissal, delayed openings, or closings in accordance with the FAR, applicable cost accountingstandards, and company policy. Contractors shall follow their disclosed charging practices during thetask order period of performance, and shall not follow any verbal directions to the contrary. TheContracting Officer will make the determination of cost allowability for time lost due to facilityclosure in accordance with FAR, applicable Cost Accounting Standards, and the Contractor'sestablished accounting policy.

G.9 Ddl-G12 POST AWARD MEETINGS 

(a) A Post Award Meeting with the successful offeror will be conducted within fifteen (15) workingdays after award of the contract. The meeting will be held at Dahlgren, VA.

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

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

(d) A second post award meeting may, if necessary, be held after the receipt of the first invoice to

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 45 of 72 FINAL

 

Page 48: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

assure that adequate documentation has been received to substantiate the validity of the invoicefor the stated period of performance, in accordance with HQ G-2-0009. The contractor will be givenat least five working days notice prior to the date of the meeting by the Contract Specialist.

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------400001 1300368751 122000.00  LLA : AA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001840690 WBS 5.1.2  400002 1300368751 95000.00  LLA : AB 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001840690 WBS 5.1.2  400003 1300368751 65000.00  LLA : AC 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001840690 WBS 5.1.3 and 5.1.4  400004 1300368751 26949.00  LLA : AD 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001840690 WBS 5.1.10  400005 1300368751 45000.00  LLA : AE 97X4930 NH1E 255 77777 0 050120 2F 000000 A50001840690 WBS 5.1.2, 5B SCN - EC 216 SCN OWLD : 05/31/17  400006 1300368751 75000.00  LLA : AF 97X4930 NH1E 255 77777 0 050120 2F 000000 A60001840690 WBS 5.1.3 and 5.1.4  400007 1300368751 115000.00  LLA : AG 97X4930 NH1E 255 77777 0 050120 2F 000000 A70001840690 WBS 5.1.2  600001 1300368751 5000.00  LLA : AC 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001840690 WBS 5.1.6   BASE Funding 548949.00 Cumulative Funding 548949.00  MOD 01  400008 1300368759 80000.00  LLA : AJ 1721810 81CC 252 VU021 0 050120 2D 000000 A00001841385 Standard Number: N0002413WX09791-AA Use of 10 usc 2410(a) Authority is approved. POP 09/1/2013-08/31/2014) WBS 5.1.6.1  400009 1300368759 207000.00  LLA : AK 1731810 A46B 252 WS050 0 050120 2D 000000 A10001841385 Standard Number: N0002413WX02703-AA Use of 10 USC 2410(a) Authority is approved. WBS 5.1.8  405001 1300368751 30000.00  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 46 of 72 FINAL

 

Page 49: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

LLA : AH 97X4930 NH1E 255 77777 0 050120 2F 000000 A80001840690 Standard Number: N0002412WX09557-AA FMS CASE 3 JA-P-FLY WBS 5.1.12 PR 1300368751 ACRN AH   600002 1300368759 12000.00  LLA : AJ 1721810 81CC 252 VU021 0 050120 2D 000000 A00001841385 Standard Number: N0002413WX09791-AA Use of 10 usc 2410(a) Authroirity is approved. LEDA 09/30/2014 WBS 5.1.3 AND 5.1.4   MOD 01 Funding 329000.00 Cumulative Funding 877949.00  MOD 02  400010 1300377137 35000.00  LLA : AL 1731611 1224 252 SH400 0 050120 2D 000000 A00001898447 acn owld 04/30/20 scn hull# ddg0117-118  400011 1300377313 287500.00  LLA : AM 1731611 1224 252 SH400 0 050120 2D 000000 A10001899201 SCN OWLD 04/30/20  SCN HULL # DDG 117-118   MOD 02 Funding 322500.00 Cumulative Funding 1200449.00  MOD 03  400012 1300377313 60500.00  LLA : AN 1731611 1224 252 SH400 0 050120 2D 000000 A00001899201 SCN OWLD 04/30/20 SCN HULL # 117-118 WBS 5.1.3 & 5.1.4 line 1 PR 1300377313  400013 1300385423 30000.00  LLA : AP 1731810 A46B 252 WS050 0 050120 2D 000000 A20001982307 PR 1300385423 lINE 3 WBS 5.1.8  400014 1300385423 15000.00  LLA : AQ 1731810 A46B 252 WS050 0 050120 2D 000000 A10001982307 PR 1300385423 Line 2 WBS 5.1.7  400015 1300385423 69862.00  LLA : AR 1731810 A2DB 252 WS050 0 050120 2D 000000 A00001982307 PR 1300385423 LINE 1 WBS 5.1.6  600003 1300377313 15000.00  LLA : AN 1731611 1224 252 SH400 0 050120 2D 000000 A00001899201 SCN OWLD 30 APRIL 2020 WBS 5.1.3 & 5.1.4 line 1 PR 1300377313  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 47 of 72 FINAL

 

Page 50: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

600004 1300385423 25000.00  LLA : AR 1731810 A2DB 252 WS050 0 050120 2D 000000 A00001982307 PR 1300385423 LINE 1 WBS 5.1.6   MOD 03 Funding 215362.00 Cumulative Funding 1415811.00  MOD 04  400012 130037731300002 38000.00  LLA : AN 1731611 1224 252 SH400 0 050120 2D 000000 A00001899201 SCN OWLD 04/30/20 SCN HULL # 117-118 WBS 5.1.3 & 5.1.4 WBS 5.1.8.1 (PR Line item 0002) line 1 PR 1300377313 $60,500 line 2 PR 1300377313 $38,000  400016 130036875100010 10000.00  LLA : AT 97X4930 NH1E 255 77777 0 050120 2F 000000 A90001840690 PR Line Item #00010 WBS 5.1.11  400017 130036875100012 28671.00  LLA : AU 97X4930 NH1E 255 77777 0 050120 2F 000000 B00001840690 PR Line item #00012 WBS 5.1.8  400018 130036875100015 4000.00  LLA : AW 1701811 1224 252 XRWML 0 068342 2D 000000 20010400401A PR Line Item #00015 WBS 5.1.2  400019 130036875100016 40000.00  LLA : AX 97X4930 NH1E 255 77777 0 050120 2F 000000 B20001840690 PR Line Item 00016 WBS 5.1.7  400020 130036875100018 100000.00  LLA : AY 97X4930 NH1E 255 77777 0 050120 2F 000000 B30001840690 PR Line Item #0018 WBS 5.1.14  600005 130036875100011 2500.00  LLA : AS 97X4930 NH1E 255 77777 0 050120 2F 000000 A90001840690 PR Line item 0011  600006 130036875100017 15000.00  LLA : AX 97X4930 NH1E 255 77777 0 050120 2F 000000 B20001840690 PR Line item 0017 WBS 5.1.7  600007 130039405700001 5000.00  LLA : AZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002054548 PR Line Item 0001 WBS 5.1.14  600008 130037731300004 659.00  LLA : BA 1711611 1224 252 SH400 0 050120 2D 000000 A20001899201 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 48 of 72 FINAL

 

Page 51: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

PR Line Item 0004 WBS 5.1.2   MOD 04 Funding 243830.00 Cumulative Funding 1659641.00  MOD 05 Funding 0.00 Cumulative Funding 1659641.00  MOD 06  400021 130040199200001 26560.00  LLA : BB 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002112669 Standard Number: N0003913WX02119-AA 1301 Purpose: The Contractor shall provide support for land-based integration test and evaluation events. Thsi support shall include AEGIS Integration Events and Combat System Certification as required by policy and procedures.  400022 130040194600001 32000.00  LLA : BC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002113585 Standard Number: N0002413WX02704-AA WBS 5.1.7  400023 130040194700001 15500.00  LLA : BD 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002113589 Standard Number: N0002413WX02948-AA wbs 5.1.14  400024 130040194800001 30000.00  LLA : BE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002113801 Standard Number: N0002413WX09791-AA WBS 5.1.6   MOD 06 Funding 104060.00 Cumulative Funding 1763701.00  MOD 07  400025 130040212300001 411500.00  LLA : BF 1711611 1224 252 SH400 0 050120 2D 000000 A00002114378 Funding for labor $411,500 WBS 5.1.3 & 5.1.4   400026 130040270100001 300000.00  LLA : BG 1711611 1224 252 SH400 0 050120 2D 000000 A00002120589 Funding for Labor $300,000.00   WBS 5.1.3 & 5.1.4   400027 130040212100001 250000.00  LLA : BH 1741810 A2DB 252 WS050 0 050120 2D 000000 A00002114325 Funding for Labor- $250,000 (Mod 7) WBS 5.1.2  400028 130036875900004 30000.00  LLA : BJ 1741810 A2DB 252 WS050 0 050120 2D 000000 A20001841385 Funding for Labor- $30,000 WBS 5.1.6  600008 130037731300005 7341.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 49 of 72 FINAL

 

Page 52: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

BA 1711611 1224 252 SH400 0 050120 2D 000000 A20001899201 PR Line Item 0004-$659 (Mod 4) WBS 5.1.2 PR Line Item 0005-&7,341 (Mod 7)   600009 130040212100002 8000.00  LLA : BH 1741810 A2DB 252 WS050 0 050120 2D 000000 A00002114325 ODC Funding $8,000 (Mod 7) WBS 5.1.2  600010 130036875900005 15000.00  LLA : BJ 1741810 A2DB 252 WS050 0 050120 2D 000000 A20001841385 ODC Funding-$15,000 (Mod 7) WBS 6.1.5   MOD 07 Funding 1021841.00 Cumulative Funding 2785542.00  MOD 08  400029 130040270200001 120000.00  LLA : BK 1731810 81DM 252 VU021 0 050120 2D 000000 A00002120590 Funding for Labor-$120,000 (Mod 8) WBS 5.1.2  400030 130040309700001 10000.00  LLA : BL 97X4930 NH6A 252 77777 0 050120 2F 000000 A00002124482 Funding for Labor-$10,000 (Mod 8) WBS 5.1.6  600011 130040309700002 4000.00  LLA : BL 97X4930 NH6A 252 77777 0 050120 2F 000000 A00002124482 OCD Funding-$4,000 (Mod 8) WBS 5.1.6   MOD 08 Funding 134000.00 Cumulative Funding 2919542.00  MOD 09  400031 130041402500001 70000.00  LLA : BM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002206334 Funding for Labor- Mod 09-$70,000 WBS 5.1.12  400032 130041345800001 15000.00  LLA : BN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002203471 Funding for Labor-Mod 09- $15,000 WBS 5.1.14  400033 130041436100001 96000.00  LLA : BP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002207861 Funding for Labor-Mod 09 -$96,000 WBS 5.1.12  600012 130041402500002 5000.00  LLA : BM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002206334 ODC Funding- Mod 09-$5,000 WBS 5.1.12  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 50 of 72 FINAL

 

Page 53: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

 MOD 09 Funding 186000.00 Cumulative Funding 3105542.00  MOD 10  400031 130041402500001 (70000.00)  LLA : BM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002206334  400032 130041345800001 (15000.00)  LLA : BN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002203471  400033 130041436100001 (96000.00)  LLA : BP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002207861  405002 130041402500001 70000.00  LLA : BM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002206334 FMS FUNDING CASE JA-P-FTY (Mod 10) $70,000 WBS 5.1.12  405003 130041436100001 96000.00  LLA : BP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002207861 FMS FUNDING CASE JA-P-FNC (Mod 10) $96,000 WBS 5.1.12  600012 130041402500002 (5000.00)  LLA : BM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002206334  600013 130041345800001 15000.00  LLA : BN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002203471 ODC FUNDING-(Mod 10)$15,000 WBS 5.1.14  605001 130041402500002 5000.00  LLA : BM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002206334 FMS FUNDING CASE JA-P-FTY WBS 5.1.12 (Mod 10)   MOD 10 Funding 0.00 Cumulative Funding 3105542.00  MOD 11  400034 130041436200001 49500.00  LLA : BQ 1721611 1224 252 SH400 0 050120 2D 000000 A00002207933 Funding for Labor-$49,500 (Mod 11) WBS 5.1.2   MOD 11 Funding 49500.00 Cumulative Funding 3155042.00  MOD 12  400035 130042619500001 30000.00  LLA : BR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002300551 Funding for Labor-$30,000 (Mod 12) WBS 5.1.14  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 51 of 72 FINAL

 

Page 54: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

400036 130042619500002 20000.00  LLA : BS 97X4930 NH1E 255 77777 0 050120 2F 000000 A10002300551 Funding for Labor-$20,000 (Mod 12) WBS 5.1.14   MOD 12 Funding 50000.00 Cumulative Funding 3205042.00  MOD 13  400037 130042820500001 85000.00  LLA : BT 1741810 A46B 252 WS050 0 050120 2D 000000 A00002313110 Funding for Labor-$85,000 (Mod 13) WBS 5.1.14  400038 130042854400001 400000.00  LLA : BU 1741810 81DM 252 VU021 0 050120 2D 000000 A00002315135 Funding for Labor-$400,000 (Mod 13) WBS 5.1.2   MOD 13 Funding 485000.00 Cumulative Funding 3690042.00  MOD 14  400039 130043321600001 65000.00  LLA : BV 1741810 A46B 252 WS050 0 050120 2D 000000 A00002344617 Funding for Labor-$65,000 (Mod 14) WBS 5.1.7  400040 130043309900001 12500.00  LLA : BW 97X4930 NH6A 252 77777 0 050120 2F 000000 A00002345190 Funding for Labor- $12,500 (Mod 14) WBS 5.1.6  600014 130043309900002 5000.00  LLA : BW 97X4930 NH6A 252 77777 0 050120 2F 000000 A00002345190 Funding for ODC- $5,000 (Mod 14) WBS 5.1.6   MOD 14 Funding 82500.00 Cumulative Funding 3772542.00  MOD 15  400041 130043339500001 45000.00  LLA : BX 1741810 A2DB 252 WS050 0 050120 2D 000000 A00002347323 Funding for Labor- $45,000 WBS 5.1.3   MOD 15 Funding 45000.00 Cumulative Funding 3817542.00  MOD 16  400042 130044113800001 32000.00  LLA : CK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002402395 Funding for Labor-$32,000 (Mod 16) WBS 5.1.2  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 52 of 72 FINAL

 

Page 55: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

700002 130044011100001 379000.00  LLA : BY 1741810 A2DB 252 WS050 0 050120 2D 000000 A00002395594 Funding for Labor Exercise Option 1-$379,000 (Mod 16) WBS 5.1.3  700003 130043983900001 82500.00  LLA : BZ 1721810 81CC 252 VU021 0 050120 2D 000000 A00002394821 Funding for Labor Excerise Option 1-$82,500 (Mod 16) WBS 5.1.6  700004 130044011200001 575000.00  LLA : CA 1741611 1224 252 SH400 0 050120 2D 000000 A00002395597 Funding for Labor Exercise Option 1-$575,000 (Mod 16)  700005 130043938500001 50000.00  LLA : CB 1741810 A46B 252 WS050 0 050120 2D 000000 A00002392365 Funding for Labor Excerise Option 1-$50,000 (Mod 16) WBS 5.1.7  700006 130043622500001 4125.00  LLA : CC 1741810 84TS 252 VUS00 0 050120 2D 000000 A00002367771 Funding for Labor Option 1 Exercise- $4,125 (Mod 16) WBS 5.1.8  700007 130043939000001 60000.00  LLA : CD 1741611 1224 252 SH400 0 050120 2D 000000 A00002392556 Funding for Labor Exercise Option 1- $60,000 (Mod 16) WBS 5.1.14  700008 130044445600001 6500.00  LLA : CE 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002423904 Funding for Labor Exercise Option 1-$6,500(Mod 16) WBS 5.1.15  700009 130044361600001 7500.00  LLA : CF 1701811 1224 252 XRWML 0 068342 2D 000000 20010400401A Funding for Labor Exercise Option 1-$7,500 (Mod 16) WBS 5.1.2  700010 130044518700001 15500.00  LLA : CG 1741804 8D4D 252 WS030 0 050120 2D 000000 A00002429272 Funding for labor Option 1 Exercise- $15,500 (Mod 16) WBS 5.1.14  700011 130044941400001 10000.00  LLA : CH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002457056 Funding for labor Option 1 Exercise- $10,000(Mod 16) WBS 5.1.14  700012 130044571600001 21360.00  LLA : CJ 97X4930 NH6A 252 77777 0 050120 2F 000000 A00002432568 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 53 of 72 FINAL

 

Page 56: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

Funding for Labor Exercise Option 1-$21,360 (Mod 16) WBS 5.1.6  900002 130044011100002 20000.00  LLA : BY 1741810 A2DB 252 WS050 0 050120 2D 000000 A00002395594 ODC Funding Exercise Option 1- $20,000 (Mod 16) WBS 5.1.3  900003 130043983900002 30220.00  LLA : BZ 1721810 81CC 252 VU021 0 050120 2D 000000 A00002394821 ODC Funding Exercise Option 1-$30,220 (Mod 16) WBS 5.1.6  900004 130044011200002 15000.00  LLA : CA 1741611 1224 252 SH400 0 050120 2D 000000 A00002395597 ODC Funding Exercise Option 1-$15,000 (Mod 16) WBS 5.1.2  900005 130043938500002 10000.00  LLA : CB 1741810 A46B 252 WS050 0 050120 2D 000000 A00002392365 ODC Funding Exercise Option 1-$10,000 (Mod 16) WBS 5.1.7  900006 130044445600001 3500.00  LLA : CE 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002423904 ODC Funding Exercise Option 1- $3,500 (Mod 16) WBS 5.1.15  900007 130044518700002 500.00  LLA : CG 1741804 8D4D 252 WS030 0 050120 2D 000000 A00002429272 ODC Funding Exercise Option 1-$500 (Mod 16) WBS 5.1.14  900008 130044571600002 5340.00  LLA : CJ 97X4930 NH6A 252 77777 0 050120 2F 000000 A00002432568 ODC Funding Exercise Option 1-$5,340 (Mod 16) WBS 5.1.6   MOD 16 Funding 1328045.00 Cumulative Funding 5145587.00  MOD 17  700013 130044951000001 5520.00  LLA : CL 1731319 X5RE 251 00039 0 050120 2D 000000 A00002458982 Funding for Labor-$5,520 (Mod 17) WBS 5.1.14  705001 130044011500001 74000.00  LLA : CM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002396032 FMS FUNDING CASE JA-P-FNC (Mod 17) $74,000 WBS 5.1.12  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 54 of 72 FINAL

 

Page 57: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

705002 130044011400001 50000.00  LLA : CN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002396031 FMS FUNDING CASE JA-P-FTY (Mod 17) $50,000 WBS 5.1.12   MOD 17 Funding 129520.00 Cumulative Funding 5275107.00  MOD 18  700014 130045245300001 9000.00  LLA : CR 1731611 1224 252 SH400 0 050120 2D 000000 A00002485275 Funding for Labor-$9,000 (Mod 18) WBS 5.1.14  700015 130045245500001 14000.00  LLA : CP 1731611 1224 252 SH400 0 050120 2D 000000 A00002485516 Funding for Labor-$14,000 (Mod 18) WBS 5.1.14  700016 130045009300001 25000.00  LLA : CQ 1741611 1224 251 SH400 0 050120 2D 000000 A00002462929 Funding for Labor- $25,000 (Mod 18) WBS 5.1.8   900009 130045245300002 1000.00  LLA : CR 1731611 1224 252 SH400 0 050120 2D 000000 A00002485275 ODC Funding-$1,000 (Mod 18) WBS 5.1.14   MOD 18 Funding 49000.00 Cumulative Funding 5324107.00 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 55 of 72 FINAL

 

Page 58: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

SECTION H SPECIAL CONTRACT REQUIREMENTS

H.1 TASK ORDER LABOR CATEGORY QUALIFICATIONS

To perform the requirements of the PWS, the Government desires personnel with the appropriateexperience and professional development qualifications.   The applicable labor categories andassociated qualifications are listed in Sections H.2 and H.3.

(a) Experience – The desired experience for each Labor Category must be directly related to the tasksand programs listed in the PWS.  General experience in engineering (electrical, mechanical, civil,industrial), computer science, mathematics, physical science, modeling and simulation), or anotherfield appropriate to the labor category employing skills that apply to the accomplishment of thetechnical objectives of the PWS is a plus and will be favorably considered.

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

(c) Accumulation of Qualifying Experience - Categories of experience may be accumulatedconcurrently.

(d) Two groups of Personnel will support this order - Key Personnel and Non-Key Personnel.

   (1) Key Personnel are the Personnel whose resumes were submitted with the offeror’s proposal forevaluation purposes.  Key Personnel qualification levels are listed in H.2 below and are consideredto be desired for those individuals whose resumes are submitted for evaluation with the proposal. Resumes for any replacement of Key Personnel will be evaluated in accordance with clause H.45252.237-9106 Substitution of Personnel below. 

   (2) Non-Key Personnel are the personnel proposed to provide support in positions that are notidentified as Key under H.2 below. 

H.2 KEY PERSONNEL LABOR CATEGORY DESIRED QUALIFICATIONS

To perform the requirements of the PWS, the Government desires Personnel with thefollowing minimum qualifications.    

H.2.1  Program Manager

(a) Ten (10) years of professional experience in research, engineering, analysis, and/or Test andEvaluation (T&E) and Life Cycle Support facility engineering projects related to the development ofsurface ship combat, control and/or situational awareness systems. (b) Five (5) of the ten years of program management experience in a work project comparable inscope and size to this effort that includes experience in managing a contract. (c) Two (2) years of specialized experience spent in managing a Scientific and Engineering LaborSupport type contracts. (d) Experience working on Department of Defense engineering or scientific projects.  (e) Specialized experience also includes four (4) years of direct engineering or scientific project work

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 56 of 72 FINAL

 

Page 59: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

experience.  (f) Experience that demonstrates capabilities for performing management and executive functionssuch as planning, directing, coordinating, and managing administrative activities for a similar typeof contract effort.   H.2.2  Senior Systems Engineer

(a) Ten (10) years professional experience in research, engineering, analysis, and/or T&E and LifeCycle Support facility engineering projects related to the development of surface ship combat,control and/or situational awareness systems. (b) Ten (10) years in planning, directing, coordinating and controlling research or engineeringactivities for surface ship combat, control and/or situational awareness systems. This includesapplying expertise to solving technical problems that arise from the adaptation, development, anddesign of such systems. (c) Experience with Foreign Military Sales programs. (d)  Experience in understanding and developing Technical Data Packages (TDPs), SystemEngineering Plans (SEPs), Functional Description Documents (FDDs), and other systemsengineering documents.  (e)  Experience with combat system certification processes and requirements.  

H.2.3  Principal Engineer/Scientist/Analyst

(a) Seven (7) or more years of professional experience in research, engineering, analysis, and/orT&E and Life Cycle Support facility engineering projects related to the advanced development ofsurface ship combat, control and/or situational awareness systems is desired. (b) Said experience exhibits advanced skills in design, planning, analysis, research, or testing asrelated to complex surface ship combat, control, and situational awareness systems. (c)  Experience in understanding and developing Engineering Change Proposals (ECPs),  InterfaceChange Requests (ICRs), Interface Design Specification (IDS), Weapon Specifications (WS), andother system design/system integration documents for surface ship combat, control and/or situationalawareness systems. (d)  Experience with combat system certification processes and requirements, specificallyself-certification criteria for elements of surface ship combat, control and/or situational awarenesssystems.  H.2.4 Computer Scientist

(a) Five (5) years of professional experience in the design, development, and documentation ofsurface ship-related computer programs in high-order languages for microprocessor-based throughmedium scale computer systems. (b) Demonstrated capability to work collaboratively to provide highly sound design anddevelopment work product in conjunction with the efforts of engineering team leaders such as aPrincipal or Lead Engineer.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 57 of 72 FINAL

 

Page 60: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

 (c) Demonstrated capability to work with multiple computer programming languages.  Experiencewith simulation systems, situational awareness systems and simulation systems that integrate withtactical systems. Experience in testing software code and multiple hardware configurations thatsoftware code will be run on.  H.2.5 Lead Engineer/Scientist/Analyst

(a) Four (4) years of professional experience in research, engineering, analysis, and/or T&E and LifeCycle Support facility activities related to the development of surface ship combat, control and/orsituational awareness systems.   (b)  Experience in understanding and developing ECPs,  ICRs, IDS, WS, and other systemdesign/system integration documents for surface ship combat, control and/or situational awarenesssystems. (c)  Experience with combat system certification processes and requirements, specificallyself-certification criteria for elements of surface ship combat, control and/or situational awarenesssystems. H.3  NON-KEY LABOR CATEGORY MINIMUM QUALIFICATIONS

The contractor shall provide Non-Key Personnel who meet or exceed the minimum qualificationsprovided below.

H.3.1  Senior Engineer/Scientist/Analyst

(a) Seven (7) or more years of professional experience in research, engineering, analysis, and/or T&Eand LCS facility engineering projects related to the advanced development of surface ship combat,control and/or situational awareness systems. Said experience shall exhibit advanced skills in design,planning, analysis, research, or testing as related to complex surface ship combat, control, andsituational awareness systems. (b) Experience in directing and coaching the work of journeyman-level engineers in directly related orvery similar engineering activities. H.3.2  Engineer/Scientist/Analyst

(a) Four (4) years of professional experience in research, engineering, analysis, and/or T&E and LCS facility activities related to the development of surface ship combat, control and/or situationalawareness systems.

(b)  Experience in System Qualification Test (SQT), Developmental Test (DT), certification testing andInstallation and Checkout (INCO). 

(c) Demonstrated capability to develop and analyze Test Observation Reports (TORs).

 H.3.3  Programmer

(a) Four (4) years of experience in programming combat, control and/or situational awarenesssystems software. 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 58 of 72 FINAL

 

Page 61: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

(b)  Experience in evaluating engineering changes for technical, operational and maintenanceproducts. (c)  Demonstrates the capability to develop Technical Bulletins for shipboard personnel, definingany discrepancies in the system performance. H.3.4  Senior Technical Specialist (Wage Determination Category # 30084)

(a) Three (3) years of general engineering technician work in surface ship weapon control systemsalong with seven (7) years of specific surface ship weapon control systems engineering technicianexperience in the areas of planning, configuration management, verification and validation,analysis, testing, and documentation of systems. (b) Experience in the preparation and delivery of technical presentations. H.3.5 Senior Program Support Specialist (Wage Determination Category # 30085)

(a) Ten (10) years of system requirements experience in surface ship combat, control and/orsituational awareness systems. (b)  Demonstrates the capability to continuously evaluate and refine new and existing system levelrequirements and identify any potential conflicts between design and functionalrequirements.  Demonstrates the capability of providing recommendations for updating systemrequirements or design options that can satisfy new requirements. (c)  Demonstrate the capability to develop, review and analyze system engineering documentationand test and evaluation documentation.  (d) Demonstrates the capability to perform complex systems analysis tasks with minimumsupervision, which clearly demonstrates the capability to apply creative thinking. H.3.6  Program Support Specialist (Wage Determination Category # 30084)

(a) Three (3) years of engineering technician experience in surface ship combat, control and/orsituational awareness systems. (b)  Demonstrates the capability to develop, review and analyze system engineering documentationand test and evaluation documentation.  (c) Demonstrates the capability to perform complex systems analysis tasks with minimum supervision,which clearly demonstrates the capability to apply creative thinking.

H.4  5252.237-9106 SUBSTITUTION OF PERSONNEL (Sep 1990)

 (a) The Contractor agrees that a partial basis for award of this contract is the list of key personnelproposed.  Accordingly, the Contractor agrees to assign to this contract those key persons whoseresumes were submitted with the proposal necessary to fulfill the requirements of the contract. Nosubstitution shall be made without prior notification to and concurrence of the Contracting Officer inaccordance with this requirement. (b) All proposed substitutes shall have qualifications equal to orhigher than the qualifications of the person to be replaced. The Contracting Officer shall be notifiedin writing of any proposed substitution at least forty-five (45) days, or ninety (90) days if a securityclearance 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 theproposed substitute; and (3) any other information requested by the Contracting Officer to enable

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 59 of 72 FINAL

 

Page 62: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

him/her to judge whether or not the Contractor is maintaining the same high quality of personnel thatprovided the partial basis for award. 

H.5  Ddl-H13 POST AWARD CONTRACTOR PERSONNEL APPROVAL

(a) Requests for post award approval of additional and/or replacement Resumed Key personnel shallbe submitted via e-mail. E-mail submissions shall be made simultaneously to the Contract Specialist, COR, and the Alternate COR.  Electronic notification via e-mail from the Contract Specialist willserve as written approval/disapproval on behalf of the Contracting Officer. This approval is requiredbefore an individual may begin charging to the Task Order.

(b) Resumes shall be submitted in the format required.  However, in order to expedite contractadministration, contractor format may be used providing sufficient information is submitted for anindependent 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 theaccepted offer letter (which identifies a projected start date and the agreed to annual salary) shall beprovided. 

H.6 RESUME FORMAT AND CONTENT REQUIREMENTS

In order to facilitate evaluation, all resumes shall contain the following minimum information : 

H.6.1  Complete Name

H.6.2  Task Order Labor Category 

H.6.3  Contractor Labor Category

H.6.4  Percentage of time to be allocated to this effort

H.6.5  Current level of security clearance level per JPAS (identify if interim or final)

H.6.6  Current work location and planned work location upon award of this Task Order

H.6.7  Note if the individual is key on another contract with a period of performance that will overlapthis requirement.  Note plans to satisfy both contracts if the Offeror is selected for award. 

H.6.8  Chronological Work History / Experience – Show experience and date(s) as follows:    

(a) Employer: Dates (month/year); Title(s) held    (b) Work experience shall be presented separately for each employer, clearly marked with propercategory of experience (i.e, Relevant Experience; Non-Relevant Experience.). If relevant andnon-relevant experience were obtained while at the same employer, separate time periods shall benoted for each assignment. (This is necessary to prevent an offeror from describing relevantexperience obtained in a six month assignment for Company A as applicable to the entire 10-yearemployment with that firm and to ensure offerors' proposals are evaluated on an equal basis). Responsibilities shall be discussed in sufficient detail for each assignment so as to permit comparisonwith desired experience levels in Section H.2. Specific examples of work assignments,accomplishments, and products shall be provided.

(c) Phrases such as "assisted with", "participated in", or "supported" are UNACCEPTABLE except asintroductory to a detailed description of the actual work performed. If no such description is provided,the sentence or bulleted information will NOT be considered in the resume evaluation process. This is

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 60 of 72 FINAL

 

Page 63: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

because evaluators would not be able to identify the specific technical work contributions made by theindividual.

(d) Resume information is encouraged to be presented in bullet format. This will allow evaluators tofocus on relevant information.

(e) Offerors shall note that the lack of specific definition in job responsibilities, services performed orproducts produced may be viewed as a lack of understanding of the Government’s overall technicalrequirements. 

(f) All relevant military experience claimed shall be described such that each relevant tour is treatedas a separate employer. Time frames/titles/responsibilities shall be provided in accordance with thelevel of detail prescribed above. Military experience not documented in this manner will not beconsidered.

(g) Gaps in experience shall be avoided.

(h) The cut-off date for any experience claimed shall be the closing date of the solicitation.  (i) PROFESSIONAL DEVELOPMENT – Show any honors, degrees, publications, professional licenses,certifications and other evidence of professional accomplishments that are directly relevant andimpact the offeror’s ability to perform under the Task Order.   For education and training, the followingformat is preferred:

        Academic: Degree(s); Date(s); Institution; Major/Minor        Non-Academic: Course title, date(s), approximate length        Professional licenses and certifications.  Note the date obtained for each, as well as the             date when each license/certification requires renewal.

(j) Certification of correctness of information signed and dated by both the person named and theOfferor. The employee certification shall include the following statement:  CERTIFICATION: "I certifythat the experience and professional development described herein are complete and accurate in allrespects.  I consent to the disclosure of my resume for NSWCDD Solicitation N00024-13-R-3025  by__________________________________ (insert Offeror's company name) and intend to makemyself available to work under any resultant contract to the extent proposed."

________________________________                      _____________________________       Employee Signature and Date     `                              Offeror Signature and Date

Resumes without this certification will be unacceptable and will not be considered. The employeecertification shall not be dated earlier than the issue date of this solicitation.

(k) If the employee is not a current employee of the offeror (or a proposed subcontractor), a copy of theaccepted offer letter shall be provided. The letter shall identify the projected start date. The CostProposal shall include documentation that identifies the agreed-to salary amount.  

H.7 NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)

(a) Performance of the work hereunder may be subject to written technical instructions issued via TaskOrder modification after the instruction has been signed by the Contracting Officer, COR andContractor. 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, fillin details or otherwise serve to accomplish the contractual PWS.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 61 of 72 FINAL

 

Page 64: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

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

(b) Technical instructions must be within the general scope of work stated in the order. Technicalinstructions may not be used to: (1) assign additional work under the order; (2) direct a change asdefined in the "CHANGES" clause of the basic contract; (3) increase or decrease the estimated orderamount (including fee), as applicable, the level of effort, or the time required for taskorder 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 theorder or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer inwriting within ten (10) working days after the receipt of any such instruction. The Contractor shall notproceed with the work affected by the technical instruction unless and until the Contractor is notifiedby the Contracting Officer that the technical instruction is within the scope of this order.

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

Additional Information Relating to the Issuance of Technical Instructions:

Following approval of a Technical Instruction (TI) by the Contracting Officer and Acknowledgement ofReceipt by the Contractor, the TI will be incorporated into the task order by administrativemodification.

H.8 FUNDING PROFILE

It is estimated that these incremental funds will provide for the number of hours of labor stated below. The following details funding to date:

  CPIFFundingthis Action 

PreviousFunded

TotalFunded

BalanceUnfunded

HoursFunded

Base Period            

4000 $        4,214,539

$0 $3,514,042 $3,514,042 $           700,497

          

6000 $           134,500

$0 $134,500 $134,500 $                      -

 

4050 $           196,000

$0 $196,000 $196,000 $                      -

            

6050 $               5,000

$0 $5,000 $5,000 $                      -

                  -   

Total Base Period $        4,550,039

 $                                       -

 $      3,849,542

$3,849,542 $           700,497

 

Option 1         $0 

7000 $4,203,094 $48,000 $1,217,005 $1,265,005 $2,938,089        

9000 $101,928 $1,000 $84,560 $85,560 $16,368 

7050 $208,799 $0 $124,000 $124,000 $84,799           

9050 $10,000 $0 $0 $0 $10,000 

Total Option 1 $4,213,094 $49,000 $1,425,565 $1,474,565 $2,738,529  

Option 2            

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 62 of 72 FINAL

 

Page 65: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

7100 $4,525,245 $0 $0 $0 $4,525,245                  -   

9100 $87,722 $0 $0 $0 $87,722 

Total Option 2 $4,612,967 $0 $0 $0 $4,612,967  

Option 3            

7200  $      4,638,849 $0 $0 $0 $4,638,849                  -   

9200 $           89,038

$0 $0 $0 $89,038 

total Option 3  $      4,727,887 $0 $0 $0 $4,727,887  

Option 4            

7300  $      4,754,684 $0 $0 $0 $4,754,684 

9300 $           10,525

$0 $0 $0 $10,525 

Total Option 4  $      4,765,209 $0 $0 $0 $4,765,209  

Total Contract   $    22,869,196 $49,000 $5,275,107 $5,324,107 $17,545,089        

  H.9 NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (JAN 2008)

(a)  This contract is incrementally funded with respect to both cost and fee.  The amount(s) presentlyavailable and allotted to this contract for payment of fee for incrementally funded contract line itemnumber/contract subline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below.  The amount(s)presently available and allotted to this contract for payment of cost for incrementally fundedCLINs/SLINs is set forth below.  As provided in the clause of this contract entitled "LIMITATION OFFUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and the period of performance for which itis estimated the allotted amount(s) will cover are as follows: 

CLINAllottedto Cost

Allottedto Fee

Est.CPIF

POPFunded Thru

Base Period        

4000 $3,514,042 04/30/14

4050 $196,000 

6000 $134,500 $0 $134,500 04/30/14

6050 $5,000 $0 $5,000 

Total Base Period $3,849,542 

Option 1        

7000 $1,265,005 09/01/15

9000 $101,928 $0 $85,560 

7050 $124,000 09/01/15

9050 $10,000 $0 $0 

Total Option 1 $1,350,565 

Option 2        

7100 $0 $0 $0 09/01/15

9100 $0 $0 $0 

Total Option 2 $0 $0 $0 

Option 3        

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 63 of 72 FINAL

 

Page 66: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

7200 $0 $0 $0 09/01/16

9200 $0 $0 $0 

Total Option 3 $0 $0 $0 

Option 4        

7300 $0 $0 $0 09/01/17

9300 $0 $0 $0 

Total Option 4 $0 $0 $0 

Total Contract  $5,200,107 

(b)  The parties contemplate that the Government will allot additional amounts to this contract fromtime to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and anysuch modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee,the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected tocover. 

(c)  CLINs/SLINs ________ are fully funded and performance under these CLINs/SLINs is subject to theclause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20).

(d)  The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs fromthe costs of performance of fully funded CLINs/SLINs.

H.10 5252.216-9122  LEVEL OF EFFORT – ALTERNATE 1 (MAY 2010)

(a) The Contractor agrees to provide the total level of effort specified below in performance of the workdescribed in Sections B and C of this task order. The total level of effort for the performance of this taskorder shall be  man-hours of direct labor, including subcontractor direct labor for those subcontractorsspecifically identified in the Contractor's proposal as having hours included in the proposed level ofeffort.  The table below and information for blanks in paragraph (b) and (d) are to be completed by theOfferor.

CLINTOTAL LABOR

HOURSCOMPENSATED UT/TTA

4000  58,736  58,736  07000  58,736 58,736  07100  58,736 58,736  07200  58,736 58,736  07300  58,736 58,736  0

(b) Of the total man-hours of direct labor set forth above, it is estimated that  ZERO man-hours areuncompensated effort.  Uncompensated effort is defined as hours provided by personnel in excess of 40hours per week without additional compensation for such excess work. Total Times Accounting (TTA)efforts are included in this definition.  All other effort is defined as compensated effort. If no effort isindicated in the first sentence of this paragraph, uncompensated effort performed by the Contractorshall not be counted in fulfillment of the level of effort obligations under this contract. (c)  Effort performed in fulfilling the total level of effort obligations specified above shall only includeeffort performed in direct support of this contract and shall not include time and effort expended onsuch things as (local travel to and from an employee's usual work location), uncompensated effort whileon travel status, truncated lunch periods, work (actual or inferred) at an employee's residence or othernon-work locations (except as provided in paragraph (i) below), or other time and effort which does nothave a specific and direct contribution to the tasks described in Sections B and C.

(d)  The level of effort for this contract shall be expended at an average rate ofapproximately  1,125.75 hours per week.  It is understood and agreed that the rate of man-hours per

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 64 of 72 FINAL

 

Page 67: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

month may fluctuate in pursuit of the technical objective, provided such fluctuation does not result inthe use of the total man-hours of effort prior to the expiration of the term hereof, except as provided inthe following paragraph.

(e)  If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of directlabor to such an extent that the total man-hours of effort specified above would be used prior to theexpiration of the term, the Contractor shall notify the Contracting Officer in writing setting forth theacceleration required, the probable benefits which would result, and an offer to undertake theacceleration at no increase in the estimated cost or fee together with an offer, setting forth a proposedlevel of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of theterm hereof.  The offer shall provide that the work proposed will be subject to the terms and conditionsof this contract and any additions or changes required by then current law, regulations, or directives,and that the offer, with a written notice of acceptance by the Contracting Officer, shall constitute abinding contract.  The Contractor shall not accelerate any effort until receipt of such written approval bythe Contracting Officer.  Any agreement to accelerate will be formalized by contract modification.

(f)  The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure ofdirect labor such that the total man-hours of effort specified in paragraph (a) above would be used priorto the expiration of the term.  This order shall specify the acceleration required and the resultingrevised term.  The Contractor shall acknowledge this order within five days of receipt.

(g)  The Contractor shall provide and maintain an accounting system, acceptable to the AdministrativeContracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred andeffort (compensated and uncompensated, if any) provided in fulfillment of the level of effort obligationsof this contract.  The Contractor shall indicate on each invoice the total level of effort claimed duringthe period covered by the invoice, separately identifying compensated effort and uncompensatedeffort, if any.

(h)  Within 45 days after completion of the work under each separately identified period ofperformance hereunder, the Contractor shall submit the following information in writing to theContracting Officer with copies to the cognizant Contract Administration Office and to the DCAA officeto which vouchers are submitted:  (1) the total number of man-hours of direct labor expended duringthe applicable period; (2) a breakdown of this total showing the number of man-hours expended ineach direct labor classification and associated direct and indirect costs; (3) a breakdown of other costsincurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract forthe period.  Within 45 days after completion of the work under the contract, the Contractor shallsubmit, in addition, in the case of a cost underrun; (5) the amount by which the estimated cost of thiscontract may be reduced to recover excess funds.  All submissions shall include subcontractorinformation.

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

(j) Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATION OFFUNDS or LIMITATION OF COST clauses, as applicable, the period of performance may be extended

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 65 of 72 FINAL

 

Page 68: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

and the estimated cost may be increased in order to permit the Contractor to provide all of theman-hours listed in paragraph (a) above.  The contractor shall continue to be paid fee for eachman-hour performed in accordance with the terms of the contract.

H.11 SAVINGS INITIATIVES

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

           

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 66 of 72 FINAL

 

Page 69: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

SECTION I CONTRACT CLAUSES

CLAUSES INCORPORATED BY REFERENCE 

52.215-20            Requirements for Certified Cost or Pricing Data andData Other Than Certified Cost or Pricing Data

OCT 2010

52.222-17  Nondisplacement of Qualified Workers    JAN 2013

52.222-41 Service Contract Act of 1965   NOV 2007

52.224-2 Privacy Act  APR 1984

252.225-7028 Exclusionary policies and practices of foreigngovernments   

 APR 2003

All clauses incorporated by reference in the offerors MAC contract apply to this Task Order, asapplicable.

Note: Regarding 52.244-2 -- SUBCONTRACTS (JUNE 2007) - ALTERNATE I (JUNE 2007), Teamingarrangement with any firm not included in the Contractor's basic MAC contract must be submitted tothe basic MAC Contracting Officer for approval. Team member (subcontract) additions after TaskOrder award must be approved by the Task Order Contracting Officer.

CLAUSES INCORPORATED BY FULL TEXT:

I.1   52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)  (NAVSEA VARIATION)(SEP 2009)

(a)  The Government may extend the term of this contract by written notice(s) to the Contractor withinthe periods specified below.  If more than one option exists the Government has the right to unilaterallyexercise any such option whether or not it has exercised other options. 

ITEM(s) Latest Option Exercise Date

7000, 9000 Within first 12 months of Task Order performance

7100, 9100 After the first 12 months of Task Order performance and no later than 24months after Task Order performance begins

7200, 9200 After the first 24 months of Task Order performance and no later than 36months after Task Order performance begins

7300, 9300 After the first 36 months of Task Order performance and no later than 48months after Task Order performance begins

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

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

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 67 of 72 FINAL

 

Page 70: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

I.2  52.216-10 INCENTIVE FEE (June 2011)

(Applicable to CLIN 4000, if exercised, CLINs 7000, 7100, 7200, and 7300)

(a) General. The Government shall pay the Contractor for performing this contract a fee determined asprovided in this contract.

(b) Target cost and target fee. The target cost and target fee specified in the Schedule are subject toadjustment if the contract is modified in accordance with paragraph (d) of this clause.

    (1)  “Target cost,” as used in this contract, means the estimated cost of this contract as initiallynegotiated, adjusted in accordance with paragraph (d) of this clause. 

    (2)  “Target fee,” as used in this contract, means the fee initially negotiated on the assumption thatthis contract would be performed for a cost equal to the estimated cost initially negotiated, adjusted inaccordance with paragraph (d) of this clause.

(c) Withholding of payment.

    (1) Normally, the Government shall pay the fee to the Contractor as specified in the Schedule.However, when the Contracting Officer considers that performance or cost indicates that the Contractorwill not achieve target, the Government shall pay on the basis of an appropriate lesser fee. When theContractor demonstrates that performance or cost clearly indicates that the Contractor will earn a feesignificantly above the target fee, the Government may, at the sole discretion of the ContractingOfficer, pay on the basis of an appropriate higher fee.

    (2) Payment of the incentive fee shall be made as specified in the Schedule; provided that theContracting Officer withholds a reserve not to exceed 15 percent of the total incentive fee or $100,000,whichever is less, to protect the Government’s interest. The Contracting Officer shall release 75 percentof all fee withholds under this contract after receipt of an adequate certified final indirect cost rateproposal covering the year of physical completion of this contract, provided the Contractor has satisfiedall other contract terms and conditions, including the submission of the final patent and royalty reports,and is not delinquent in submitting final vouchers on prior years’ settlements. The Contracting Officermay release up to 90 percent of the fee withholds under this contract based on the Contractor’s pastperformance related to the submission and settlement of final indirect cost rate proposals.

(d) Equitable adjustments. When the work under this contract is increased or decreased by amodification to this contract or when any equitable adjustment in the target cost is authorized underany other clause, equitable adjustments in the target cost, target fee, minimum fee, and MaximumFee, as appropriate, shall be stated in a supplemental agreement to this contract.

(e) Fee payable.

  (1) The fee payable under this contract shall be the target fee increased by for everydollar that the total allowable cost is less than the target cost or decreased by for everydollar that the total allowable cost exceeds the target cost. In no event shall the fee be greaterthan  or less than of the target cost.

  (2) The fee shall be subject to adjustment, to the extent provided in paragraph (d) of this clause,and within the minimum and maximum fee limitations in paragraph (e)(1) of this clause, when thetotal allowable cost is increased or decreased as a consequence of --

(i) Payments made under assignments; or

(ii) Claims excepted from the release as required by paragraph (h)(2) of the Allowable Costand Payment clause.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 68 of 72 FINAL

 

Page 71: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

  (3) If this contract is terminated in its entirety, the portion of the target fee payable shall not besubject to an increase or decrease as provided in this paragraph. The termination shall beaccomplished in accordance with other applicable clauses of this contract.

  (4) For the purpose of fee adjustment, “total allowable cost” shall not include allowable costsarising out of --

(i) Any of the causes covered by the Excusable Delays clause to the extent that they arebeyond the control and without the fault or negligence of the Contractor or any subcontractor;

(ii) The taking effect, after negotiating the target cost, of a statute, court decision, writtenruling, or regulation that results in the Contractor’s being required to pay or bear the burden of anytax or duty or rate increase in a tax or duty;

(iii) Any direct cost attributed to the Contractor’s involvement in litigation as required by theContracting Officer pursuant to a clause of this contract, including furnishing evidence andinformation requested pursuant to the Notice and Assistance Regarding Patent and CopyrightInfringement clause;

(iv) The purchase and maintenance of additional insurance not in the target cost andrequired by the Contracting Officer, or claims for reimbursement for liabilities to third personspursuant to the Insurance Liability to Third Persons clause;

(v) Any claim, loss, or damage resulting from a risk for which the Contractor has beenrelieved of liability by the Government Property clause; or

(vi) Any claim, loss, or damage resulting from a risk defined in the contract as unusuallyhazardous or as a nuclear risk and against which the Government has expressly agreed to indemnifythe Contractor.

  (5) All other allowable costs are included in “total allowable cost” for fee adjustment in accordancewith this paragraph (e), unless otherwise specifically provided in this contract.

 (f) Contract modification. The total allowable cost and the adjusted fee determined as provided in thisclause shall be evidenced by a modification to this contract signed by the Contractor and ContractingOfficer.

(g) Inconsistencies. In the event of any language inconsistencies between this clause and provisioningdocuments or Government options under this contract, compensation for spare parts or other suppliesand services ordered under such documents shall be determined in accordance with this clause.

I.3 52.222-2 -- Payment for Overtime Premiums (Jul 1990)

(a) The use of overtime is authorized under this contract if the overtime premium does notexceed $0.00 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 transportationconveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably beinterrupted or completed otherwise; or

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 69 of 72 FINAL

 

Page 72: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

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

(b) Any request for estimated overtime premiums that exceeds the amount specified above shallinclude 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 theContracting Officer to evaluate the necessity for the overtime;

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

(3) Identify the extent to which approval of overtime would affect the performance or payments inconnection 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 byemploying additional personnel.

I.4 52.222-42  STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989)

In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretaryof Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to beemployed under the contract and sates the wages and fringe benefits payable to each as if they wereemployed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.

This Statement is for Information Only:  It is not a Wage Determination.

Section H Para. Task Order LCAT DOL  LCAT GS Equivalent Suggested SCACode

H.3.4 Senior TechnicalSpecialist

EngineeringTechnician IV

GS-11 30084

H.3.5 Senior ProgramSupportSpecialist

EngineeringTechnician V

GS-12 30085

H.3.6 Program SupportSpecialist

EngineeringTechnician IV

GS-11 30084

I.5  252.225-7027  -- RESTRICTION ON CONTINGENT FEES FOR FOREIGN MILITARY SALES (APR 2003)

(a) Except as provided in paragraph (b) of this clause, contingent fees, as defined in the CovenantAgainst Contingent Fees clause of this contract, are generally an allowable cost, provided the feesare paid to—

(1) A bona fide employee of the Contractor; or

(2) A bona fide established commercial or selling agency maintained by the Contractor for thepurpose of securing business.

(b) For foreign military sales, unless the contingent fees have been identified and payment

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 70 of 72 FINAL

 

Page 73: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

approved in writing by the foreign customer before contract award, the following contingent fees areunallowable under this contract:

(1) For sales to the Government(s) of The United Kingdom, contingent fees in any amount.

(2) For sales to Governments not listed in paragraph (b)(1) of this clause, contingent fees exceeding$50,000 per foreign military sale case.

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 71 of 72 FINAL

 

Page 74: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · N00178-04-D-4042-0026 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Sep-2013 11. THIS ITEM

SECTION J LIST OF ATTACHMENTS

Exhibit A - DD1423 Contract Data Requirements List                                Exhibit B Data Item Description - Report

Attachment J.1 - DD254

Attachment J.2 - COR Appointment Letter

Attachment J.3 - Wage Determination

DISTRIBUTION:

SeaPort-eEDA

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0026 AMENDMENT/MODIFICATION NO.

 18 PAGE

 72 of 72 FINAL