N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already...

106
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11 10-Apr-2013 1300327679 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-4042-0023 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 10-Aug-2011 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 52.232-22 and 43.103 (b) 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 10-Apr-2013 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

Transcript of N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already...

Page 1: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

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

11 10-Apr-2013 1300327679 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-4042-0023

    10B.  DATED (SEE ITEM 13)

CAGECODE

34157 FACILITY CODE   10-Aug-2011

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 52.232-22 and 43.103 (b)

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 10-Apr-2013 

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

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

 

 

                  1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

Page 2: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

GENERAL INFORMATION

The purpose of this modification is to provide an increment of funds to CLINs 4100 and 6100.

AUTHORITY:

FAR 52.232-22, Limitation of FundsFAR 43.103(b), Unilateral Modifications

1.    Accounting data changes, incremental funding and task order value:

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from $12,102,710.00 by$1,455,144.00 to $13,557,854.00.

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

410051 WCF 0.00 802,144.00 802,144.00

410052 WCF 0.00 135,000.00 135,000.00

410053 RDT&E 0.00 101,400.00 101,400.00

410054 RDT&E 0.00 23,000.00 23,000.00

410055 RDT&E 0.00 39,500.00 39,500.00

410056 WCF 0.00 150,000.00 150,000.00

410057 WCF 0.00 30,000.00 30,000.00

410058 WCF 0.00 140,000.00 140,000.00

410059 WCF 0.00 14,000.00 14,000.00

610024 RDT&E 0.00 2,600.00 2,600.00

610025 RDT&E 0.00 2,500.00 2,500.00

610026 RDT&E 0.00 2,000.00 2,000.00

610027 WCF 0.00 10,000.00 10,000.00

610028 WCF 0.00 3,000.00 3,000.00

The total value of the order is hereby increased from $ by $ to$ .

2.    Informational SLINs have been added to Section B in order to accommodate incrementalfunding in this mod.

3.    ACRNs, Lines of Accounting, Requisition Numbers, and other financial information associatedwith this mod appear at the end of Section G.

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

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 2 of 3 FINAL

 

Page 3: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

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

DISTRIBUTION:

EDA:DFAS Columbus/South Entitlement (HQ0338)DCMA Baltimore (S2101A)

Email:Q50 / Mark A. Silva / [email protected] Q50 / Robert Coxon / [email protected]

FPOC:PEO SHIPS 377 /Chrissy White / [email protected] Kenneth Boyett / [email protected] Lauren Phillips / [email protected] W05 / Dan Everton / [email protected] W05F / Brandon Harper / [email protected]

CCATS: 132236

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 3 of 3 FINAL

 

Page 4: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES  For Cost Type Items:  Item   Supplies/Services       Qty Unit       Est. Cost        Fixed Fee           CPFF ------ ----------------- --------- ---- ---------------  --------------- --------------  4000   Engineering &          LH    $      $    $         Technical Support                       IAW Section C,                          Performance Work                        Statement, Base                         Period (TBD)                      400001 Base Period Labor            (WCF)              400002 Base Period Labor            (WCF)              400003 Base Period Labor            (WCF)              400004 Base Period Labor            (O&MN,N)           400005 Base Period Labor            (O&MN,N)           400006 Base Period Labor            (OPN)              400007 Base Period Labor            (SCN)              400008 Base Period Labor            (O&MN,N)           400009 Base Period Labor            (O&MN,N)           400010 Base Period Labor            (O&MN,N)           400011 Base Period Labor            (O&MN,N)           400012 Base Period Labor            (O&MN,N)           400013 Base Period Labor            (O&MN,N)           400014 Base Period Labor            (O&MN,N)          

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 1 of 103 FINAL

 

Page 5: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 400015 Base Period Labor            (OTHER)            400016 Base Period Labor            (RDT&E)            400017 Base Period Labor            (RDT&E)            400018 Base Period Labor            (OPN)              400019 Base Period Labor            (OPN)              400020 Base Period Labor            (WCF)              400021 Base Period Labor            (O&MN,N)           400022 Base Period Labor            (RDT&E)            400023 Base Period Labor            (O&MN,N)           400024 Base Period Labor            (RDT&E)            400025 Base Period Labor            (RDDA)             400026 Base Period Labor            (RDDA)             400027 Base Period Labor            (WCF)              400028 Base Period Labor            (OPN)              400029 Base Period Labor            (O&MN,N)           400030 Base Period Labor            (OPN)              400031 Base Period Labor            (O&MN,N)           400032 Base Period Labor            (OPN)              400033 Base Period Labor            (O&MN,N)           

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 2 of 103 FINAL

 

Page 6: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

400034 Base Period Labor            (O&MN,N)           400035 Base Period Labor            (OPN)              400036 Base Period Labor            (RDT&E)            400037 Base Period Labor            (RDT&E)            400038 Base Period Labor            (O&MN,N)           400039 Base Period Labor            (O&MN,N)           400040 Base Period Labor            (O&MN,N)           400041 Base Period Labor            (OPN)              400042 Base Period Labor            (WCF)              400043 Base Period Labor            (RDT&E)            400044 Base Period Labor            (O&MN,N)           400045 Base Period Labor            (OPN)              400046 Base Period Labor            (RDT&E)            400047 Base Period Labor            (RDT&E)            400048 Base Period Labor            (RDT&E)            400049 Base Period Labor            (OTHER)            400050 Base Period Labor            (RDT&E)            400051 Base Period Labor            (RDT&E)            400052 Base Period Labor            (RDT&E)            400053 Base Period Labor     

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 3 of 103 FINAL

 

Page 7: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

       (RDT&E)            400054 Base Period Labor            (O&MN,N)           400055 Base Period Labor            (O&MN,N)           400056 Base Period Labor            (O&MN,N)           400057 Base Period Labor            (RDT&E)            400058 Base Period Labor            (RDT&E)            400059 Base Period Labor            (O&MN,N)           400060 Base Period Labor            (RDT&E)            4050   Engineering &          LH    $       $    $         Technical Support                       IAW Section C,                          Performance Work                        Statement (PWS),                        Base Period -                           Surge (TBD)                             Option                            4100   Engineering &          LH    $      $    $         Technical Support                       IAW Section C,                          Performance Work                        Statement (PWS),                        Option 1 (TBD)                    410001 Option Period 1              Labor (O&MN,N)     410002 Option Period 1              Labor (WCF)        410003 Option Period 1              Labor (RDT&E)      410004 Option Period 1              Labor (RDT&E)      410005 Option Period 1              Labor (RDT&E)      410006 Option Period 1              Labor (RDT&E)      410007 Option Period 1       

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 4 of 103 FINAL

 

Page 8: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

       Labor (O&MN,N)     410008 Option Period 1              Labor (O&MN,N)     410009 Option Period 1              Labor (O&MN,N)     410010 Option Period 1              Labor (O&MN,N)     410011 Option Period 1              Labor (RDT&E)      410012 Option Period 1              Labor (RDT&E)      410013 Option Period 1              Labor (OTHER)      410014 Option Period 1              Labor (O&MN,N)     410015 Option Period 1              Labor - SPECIAL          NOTE: SCN FUNDING        - Limited Period         for incurring            costs. FUNDS EXP         09/30/2012 NO            COSTS MAY BE             INCURRED AFTER           THE WCD (SCN)      410016 Option Period 1              Labor (OPN)        410017 Option Period 1              Labor (WPN)        410018 Option Period 1              Labor (WCF)        410019 Option Period 1              Labor (OTHER)      410020 Option Period 1              Labor (WCF)        410021 Option Period 1              Labor (O&MN,N)     410022 Option Period 1              Labor (OPN)        410023 Option Period 1              Labor (O&MN,N)     

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 5 of 103 FINAL

 

Page 9: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

410024 Option Period 1              Labor (RDT&E)      410025 Option Period 1              Labor (O&MN,N)     410026 Option Period 1              Labor - SPECIAL          NOTE: SCN FUNDING        - Limited Period         for incurring            costs. FY09 SCN          FUNDS EXP                09/30/2012 NO            COSTS MAY BE             INCURRED AFTER           THE WCD (SCN)      410027 Option Period 1              Labor (O&MN,N)     410028 Option Period 1              Labor (O&MN,N)     410029 Option Period 1              Labor (O&MN,N)     410030 Option Period 1              Labor (OPN)        410031 Option Period 1              Labor (O&MN,N)     410032 Option Period 1              Labor (WCF)        410033 Option Period 1              Labor (WCF)        410034 Option Period 1              Labor (RDT&E)      410035 Option Period 1              Labor - SPECIAL          NOTE: SCN FUNDING        - Limited Period         for incurring            costs. FY15 SCN          FUNDS EXP                09/30/2012 NO            COSTS MAY BE             INCURRED AFTER           THE WCD (SCN)      410036 Option Period 1              Labor (WCF)        410037 Option Period 1       

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 6 of 103 FINAL

 

Page 10: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

       Labor (WCF)        410038 Option Period 1              Labor (O&MN,N)     410039 Option Period 1              Labor (RDT&E)      410040 Option Period 1              Labor (RDT&E)      410041 Option Period 1              Labor (OPN)        410042 Option Period 1              Labor (O&MN,N)     410043 Option Period 1              Labor (OPN)        410044 Option Period 1              Labor (RDT&E)      410045 Option Period 1              Labor (O&MN,N)     410046 Option Period 1              Labor (O&MN,N)     410047 Option Period 1              Labor (WCF)        410048 Option Period 1              Labor (O&MN,N)     410049 Option Period 1              Labor (RDT&E)      410050 Option Period 1              Labor (WCF)        410051 Option Period 1              Labor (WCF)        410052 Option Period 1              Labor (WCF)        410053 Option Period 1              Labor (RDT&E)      410054 Option Period 1              Labor (RDT&E)      410055 Option Period 1              Labor (RDT&E)      410056 Option Period 1              Labor (WCF)       

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 7 of 103 FINAL

 

Page 11: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 410057 Option Period 1              Labor (WCF)        410058 Option Period 1              Labor (WCF)        410059 Option Period 1              Labor (WCF)        4150   Engineering &          LH    $       $    $         Technical Support                       IAW Section C,                          Performance Work                        Statement (PWS),                        Option 1 - Surge                        (TBD)                                   Option                            4200   Engineering &          LH    $      $    $         Technical Support                       IAW Section C,                          Performance Work                        Statement (PWS),                        Option 2 (TBD)                          Option                            4250   Engineering &          LH    $       $    $         Technical Support                       IAW Section C,                          Performance Work                        Statement (PWS),                        Option 2 - Surge                        (TBD)                                   Option                             For ODC Items:  Item   Supplies/Services       Qty Unit       Est. Cost                                 ------ ----------------- --------- ---- ----------------                                 6000   Base Period ODCs        1.0  LO      $539,366.00        for CLIN 4000                           (TBD)                             600001 Base Period ODCs             (WCF)              600002 Base Period ODCs             (WCF)              600003 Base Period ODCs             (WCF)              600004 Base Period ODCs             (O&MN,N)           

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 8 of 103 FINAL

 

Page 12: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

600005 Base Period ODCs             (O&MN,N)           600006 Base Period ODCs             (OPN)              600007 Base Period ODCs             (SCN)              600008 Base Period ODCs             (O&MN,N)           600009 Base Period ODCs             (O&MN,N)           600010 Base Period ODCs             (O&MN,N)           600011 Base Period ODCs             (O&MN,N)           600012 Base Period ODCs             (RDDA)             600013 Base Period ODCs             (RDDA)             600014 Base Period ODCs             (RDT&E)            600015 Base Period ODCs             (O&MN,N)           600016 Base Period ODCs             (OPN)              600017 Base Period ODCs             (OPN)              600018 Base Period ODCs             (RDT&E)            600019 Base Period ODCs             (RDT&E)            600020 Base Period ODCs             (RDT&E)            600021 Base Period ODCs             (RDT&E)            600022 Base Period ODCs             (RDT&E)            600023 Base Period ODCs             (RDT&E)            600024 Base Period ODCs      

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 9 of 103 FINAL

 

Page 13: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

       (RDT&E)            600025 Base Period ODCs             (O&MN,N)           600026 Base Period ODCs             (RDT&E)            6050   Base Period ODCs        1.0  LO      $107,873.00        for CLIN 4050 -                         Surge (TBD)                             Option                            6100   ODCs for CLIN           1.0  LO      $560,229.00        4100, Option 1                          (TBD)                             610001 Option Period 1              ODCs (O&MN,N)      610002 Option Period 1              ODCs (RDT&E)       610003 Option Period 1              ODCs (RDT&E)       610004 Option Period 1              ODCs (RDT&E)       610005 Option Period 1              ODCs (O&MN,N)      610006 Option Period 1              ODCs (O&MN,N)      610007 Option Period 1              ODCs (O&MN,N)      610008 Option Period 1              ODCs (RDT&E)       610009 Option Period 1              ODCs (RDT&E)       610010 Option Period 1              ODCs (OPN)         610011 Option Period 1              ODCs (WPN)         610012 Option Period 1              ODCs (WCF)         610013 Option Period 1              ODCs (O&MN,N)      610014 Option Period 1              ODCs (RDT&E)      

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 10 of 103 FINAL

 

Page 14: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 610015 Option Period 1              ODCs (O&MN,N)      610016 Option Period 1              ODCs (O&MN,N)      610017 Option Period 1              ODCs (OPN)         610018 Option Period 1              ODCs (O&MN,N)      610019 Option Period 1              ODCs (WCF)         610020 Option Period 1              ODCs (OPN)         610021 Option Period 1              ODCs (O&MN,N)      610022 Option Period 1              ODCs (RDT&E)       610023 Option Period 1              ODCs (WCF)         610024 Option Period 1              ODCs (RDT&E)       610025 Option Period 1              ODCs (RDT&E)       610026 Option Period 1              ODCs (RDT&E)       610027 Option Period 1              ODCs (WCF)         610028 Option Period 1              ODCs (WCF)         6150   ODCs for CLIN           1.0  LO      $112,045.00        4150, Option 1 -                        Surge (TBD)                             Option                            6200   ODCs for CLIN           1.0  LO      $582,223.00        4200, Option 2                          (TBD)                                   Option                            6250   ODCs for CLIN           1.0  LO      $116,445.00        4250, Option 2 -                        Surge (TBD)                             Option                            

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 11 of 103 FINAL

 

Page 15: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

B.1 TYPE OF ORDER This is a term (level of effort) order. Items in the 4XXX and 7XXX series are cost plus fixed fee type.Items in the 6XXX and 9XXX series are cost only. B.2 ADDITIONAL CLINS Additional CLINs may be unilaterally created by the Contracting Officer during the performanceof this Task Order to accommodate the multiple types of funds that may be used under thisOrder. These modifications will not change the overall level of effort, estimated cost, or fixed feeof the task order.

B.3 FINALIZED FIXED FEE

If the total level of effort for each period specified in Section H, 5252.216-9122  LEVEL OFEFFORT - ALTERNATE 1 (MAY 2010)  is not provided by the Contractor during the period ofthis order, the Contracting Officer, at its sole discretion, shall reduce the fee based on thepercentage of the actual level of effort provided compared to the negotiated level of effort.  Forexample, if 90% of the hours were provided, the contractor is entitled to 90% of the fixed fee.

The above fee calculation applies to all periods regardless of the level of funding. This task orderwill be incrementally funded and budgetary constraints may prevent full funding of all periods.The process for finalizing the fixed fee is the same for both fully funded periods and periodsfunded at less than the estimated total cost-plus-fixed-fee.

HQ B-2-0015  PAYMENTS OF FEE(S) (LEVEL OF EFFORT – ALTERNATE 1) (NAVSEA)(MAY 2010) (a)  For purposes of this task order, "fee" means "target fee" in cost-plus-incentive-fee typecontracts, "base fee" in cost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixed-fee typecontracts for level of effort type contracts. (b)  The Government shall make payments to the Contractor, subject to and in accordance with theclause in this contract entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR52.216-10), as applicable.  Such payments shall be submitted by and payable to the Contractorpursuant to the clause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR52.216-7), subject to the withholding terms and conditions of the "FIXED FEE" or "INCENTIVEFEE" clause, as applicable, and shall be paid fee at the hourly rate(s) specified above per man-hourperformed and invoiced.  Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 12 of 103 FINAL

 

Page 16: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

forth in this contract.  In no event shall the Government be required to pay the Contractor anyamount in excess of the funds obligated under this contract.

The following table reflects the hourly rate to be billed in accordance with HQ B-2-0015, Paymentof Fee(s) (Level of Effort-Alternate 1): 

  Fixed Fee $ Amount Number of Man-hours Rate (Fee per Man-hour)

Base

Option 1

Option 2

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

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

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

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

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

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

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

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

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 13 of 103 FINAL

 

Page 17: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT (PWS)  INTRODUCTION 

This is a performance-based acquisition for Engineering and Technical Services Support and isstructured around the results to be achieved as opposed to the manner by which the work is tobe performed.  The effort performed hereunder will be evaluated in accordance with theperformance standards/acceptable quality and the evaluation methods described in Section E,Special Contract Requirements, and Quality Assurance Surveillance Plan (QASP). 

The contractor will provide the personnel, material and facilities necessary to accomplish taskassignments within the work areas generally described in the SCOPE OF WORK 

BACKGROUND 

The Naval Surface Warfare Center Dahlgren Division (NSWCDD) Electromagnetic EffectsDivision (Q50) Electromagnetic Assurance Center (EMAC) is the Technical Authority for

effectively controlling Electromagnetic Environmental Effects (E3), Integrated Topside Design

(ITD), and Platform Electromagnetic Environmental Effects (PE3), in the E3 Test, Evaluation, &Integration (TE&I) of new technologies for DOD, Sea, Air, Land (SAL) platform environmentsto include work from private parties in RDT&E.  The term DOD is inclusive of all subordinateagencies and related parties involved in systems development and integration.  The term privateparty is inclusive of all nongovernment work partnered with.  The terms test, analysis, andevaluation are synonymous with each other with the requirement of producing deliverables that

are reporting out these events. The term E3 as defined in Joint Publication 1-02 includes thefollowing disciplines: Hazards of Electromagnetic Radiation to Ordnance (HERO),Electromagnetic Vulnerability (EMV), Electromagnetic Interference (EMI), ElectromagneticCompatibility (EMC), Electromagnetic Pulse (EMP), Hazards of Electromagnetic Radiation toPersonnel (HERP), Hazards of Electromagnetic Radiation to Fuel (HERF), Lightning,Precipitation Static (P-Static), and Electronic Protection. For the purpose of this task order, the

definition of E3 will be expanded to include the following technical disciplines:  Integrated

Topside Design (ITD), Platform Electromagnetic Environmental Effects (PE3), ElectrostaticDischarge (ESD), Emission Control (EMCON), Power Quality, DC Magnetics, ShieldingEffectiveness, Directed Energy (DE), Antenna Characterization/Fabrication, Sensors, andGrounding/Bonding. 

GENERAL 

The Contractor will provide the Electromagnetic Effects Division’s (Q50) ElectromagneticAssurance Center (EMAC) a full range of electromagnetic compatibility engineering support in

Electromagnetic Environmental Effects (E3) Test, Evaluation, & Integration (TE&I) of newtechnologies for DOD Sea, Air, Land (SAL) platform environments to include work from private

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 14 of 103 FINAL

 

Page 18: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

parties in RDT&E.  For the purpose of this contract the term “platform” refers to any domesticand international; SEA, AIR, or LAND assets in RDT&E, LRP, FRP, new construction, or lifecycle phase of service as governing directives permit. 

PERFORMANCE OBJECTIVE 

NSWCDD anticipates improved customer satisfaction with increased systems performance

expectations as a result of exploiting TE&I and E3 mitigation capabilities called out in this taskorder. 

DATA DELIVERABLES 

A Contract Data Requirements List (CDRL) for this requirement is provided as an attachment.  Specific titles, frequency, due dates, distribution, and other special requirements may be includedin Technical Instructions/Plan of Action and Milestones (POA&M). 

It is strongly encouraged that the Contractor investigates, during the performance of Task Order,the consolidation of deliverables, especially ones that are measuring activity, into a single formatas agreed upon by the COR. 

SCOPE OF WORK 

Work Area 1:  E3 Spectrum Supportability         

1.1                Electromagnetic Pulse (EMP) efforts 

1.1.1            The Contractor shall, as scheduled, conduct laboratory and platform EMP, to includeE3, EMI, NOTES, and Modeling & Simulation testing and evaluation in accordance withgoverning directives which will include at a minimum:1.1.1.1       Test Planning (CDRL A001).1.1.1.2       Testing and Data Collection after Mission Report (CDRL A002).1.1.1.3       Testing Initial Quick-Look Assessment (CDRL A003).1.1.1.4       Test Data Reduction and Evaluation to include risk management (CDRL A004).1.1.1.5       Test Reporting (CDRL A005).1.1.2            The Contractor shall conduct EMP problem investigation, characterization,quantification, and engineering of fixes to satisfy requirements in accordance with  governingdirectives1.1.2.1      Then Contractor shall conduct platform and systems risk management assessmentthrough the use of desktop analysis tools in predicting with a level of confidence acceptable riskto the customer.1.1.2.1.1 The Contractor shall identify affordable engineering fixes to mitigate unacceptable riskto the customer1.1.3           The Contractor shall participate in meetings as described in Work Area 51.1.4           The Contractor shall perform shift work as scheduled1.1.5      The Contractor develop and update technical data documentation and reporting as

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 15 of 103 FINAL

 

Page 19: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

described in Work Area 71.1.5.1  The Contractor shall develop and/or provide E3 or EMP technical review or acquisitiondocumentation.1.1.6           The Contractor shall travel to support this work area underway (sea) in the field(air/land), and facilities (on & off-site)1.1.7           The Contractor shall assist in the transport and setup of equipment associated in theexecution of this work area1.1.8            The Contractor shall accurately document the activity taken in this Work Area (CDRLA011) 

1.2                Pulse Current Injection (PCI) 

1.2.1           The Contractor shall conduct laboratory and platform PCI, to include EMP and EMItesting and evaluation in accordance with governing directives which will include at a minimum:1.2.1.1       Test Planning (CDRL A001).1.2.1.2       Testing and Data Collection after Mission Report (CDRL A002).1.2.1.3       Initial Quick-Look Assessment (CDRL A003).1.2.1.4       Data Reduction and Evaluation to include risk management (CDRL A004).1.2.1.5       Test Reporting (CDRL A005).1.2.2            The Contractor shall conduct PCI problem investigation, characterization,quantification, and engineering of fixes to satisfy requirements in accordance with governingdirectives1.2.2.1      Then Contractor shall conduct platform and systems risk management assessmentthrough the use of desktop analysis tools in predicting, with a level of confidence, acceptable riskto the customer.1.2.2.1.1 The Contractor shall identify affordable engineering fixes to mitigate unacceptable riskto the customer1.2.3           The Contractor shall participate in meetings as described in Work Area 51.2.4           The Contractor shall develop and update technical data documentation and reporting asdescribed in Work Area 71.2.5           The Contractor shall travel as required to support this work area underway (sea) in thefield (air/land), and facilities (on & off-site)1.2.6           The Contractor shall assist as scheduled in the transport and setup, and breakdown ofequipments associated in the execution of this work area1.2.7           The Contractor shall as required support this effort on-site at government facility asidentified in Attachment J.11.2.8           The Contractor shall accurately document the activity taken in this Work Area (CDRLA011) 

Work Area 2:  E3 Platform Integration 

2.1                PLATFORM INTEGRATION – INTEGRATED TOPSIDE DESIGN (ITD) 

2.1.1           The Contractor shall conduct Platform ITD platform surveys, analysis and evaluation

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 16 of 103 FINAL

 

Page 20: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

in accordance with government governing directives which will include at a minimum:2.1.1.1       Event Planning (CDRL A006).2.1.1.2       Event Data Collection Results (CDRL A007).2.1.1.3       Initial Quick-Look Assessment (CDRL A008).2.1.1.4       Event Data Reduction and Evaluation to include risk management (CDRL A009).2.1.1.5       Event Reporting (CDRL A010).2.1.2           The Contractor shall conduct Platform ITD problem investigation, characterization,quantification, and engineering of fixes to satisfy requirements in accordance with governmentgoverning directives2.1.2.1      Then Contractor shall conduct platform and systems risk management assessmentthrough the use of desktop analysis tools in predicting, with a level of confidence, acceptable riskto the customer.2.1.2.1.1 The Contractor shall identify affordable engineering fixes to mitigate unacceptable riskto the customer2.1.3           The Contractor shall develop and maintain platform 3D CAD models (as specified byGovernment)2.1.3.1      The Contractor shall support this effort on-site at government facility as identified inAttachment J.12.1.3.2      The Contractor shall produce/ maintain platform Topside Configuration BaselineDrawings (TCBD)2.1.3.3      The Contractor shall produce / maintain platform Crew Served Weapons Guides(CSWG)2.1.4           The Contractor shall conduct platform Pre & Post Installation Performance Surveys2.1.5           The Contractor shall as required support meetings as described in Work Area 52.1.6           The Contractor shall assist in the development and updating of technical datadocumentation and reporting as described in Work Area 72.1.6.1      The Contractor shall as required support this effort on-site at government facility asidentified in Attachment J.12.1.7           The Contractor shall travel as required to support this work area underway (sea) in thefield (air/land), and facilities (on & off-site)2.1.8           The Contractor shall assist as scheduled in the transport and setup, and breakdown ofequipments associated in the execution of this work area2.1.9           The Contractor shall accurately document the activity taken in this Work Area (CDRLA011) 

2.2                PLATFORM Electromagnetic Environmental Effects (E3) (PE3) 

2.2.1           The Contractor shall conduct PE3 Cosite EMC analysis and evaluation in accordancewith government governing directives which will include at a minimum:2.2.1.1       Event Planning (CDRL A006).2.2.1.2       Event Data Collection Results (CDRL A007).2.2.1.3       Initial Quick-Look Assessment (CDRL A008).2.2.1.4       Event Data Reduction and Evaluation to include risk management (CDRL A009).

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 17 of 103 FINAL

 

Page 21: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

2.2.1.5       Event Reporting (CDRL A010).

2.2.2           The Contractor shall perform PE3 problem investigation, characterization,quantification, and engineering of fixes to satisfy requirements in accordance with governmentgoverning directives2.2.2.1      Then Contractor shall perform platform and systems risk management assessmentthrough the use of desktop analysis tools in predicting, with a level of confidence, acceptable riskto the customer.2.2.2.2      The Contractor shall identify affordable engineering fixes to mitigate unacceptable riskto the customer2.2.2.3      The Contractor shall utilize CEM M&S tools where desktop analysis will not mitigaterisk to an acceptable level2.2.3           The Contractor shall perform platform Pre &Post Installation Performance Surveys2.2.4           The Contractor shall participate in meetings as described in Work Area 52.2.5           The Contractor shall develop and update of technical data documentation and reportingas described in Work Area 72.2.6           The Contractor shall travel as required to support this work area underway (sea) in thefield (air/land), and facilities (on & off-site)2.2.7           The Contractor shall assist in the transport and setup, and breakdown of equipmentsassociated in the execution of this work area2.2.8           The Contractor shall as required support this effort on-site at government facility asidentified in Attachment J.12.2.9           The Contractor shall accurately document the activity taken in this Work Area (CDRLA011) 

Work Area 3:  E3 System Integration 

3.1                 EMC CERTIFICATION & RADHAZ SURVEYS 

3.1.1           The Contractor shall perform Platform EMC Discovery Testing & Certification testingand evaluation and RADHAZ Surveys in accordance with governing directives which will includeat a minimum:3.1.1.1       Test Planning (CDRL A001).3.1.1.2       Testing and Data Collection after Mission Report (CDRL A002).3.1.1.3       Initial Quick-Look Assessment (CDRL A003).3.1.1.4       Data Reduction and Evaluation to include risk management (CDRL A004).3.1.1.5       Test Reporting (CDRL A005).3.1.2           The Contractor shall perform maintenance and updating of EM Control Drawings3.1.3           The Contractor shall verify platform systems associated in EMC Discovery Testing &Certification are documented to include EMI field changes (fixes) are up-to-date (CDRL A007).3.1.3.1      System EMC Certification requires that the system have, if appropriate, an approvedStage Four Application for Frequency Allocation (J/F-12); that no mission-degrading EMI hasbeen introduced by the installation of the system; and that EMI fixes have been installed tocorrect mission-degrading EMI caused by the installation of the system.3.1.3.2      The Contractor shall review of C5I hardware and software configuration item submitted

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 18 of 103 FINAL

 

Page 22: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

by the Program Acquisition Resource Manager (PARMS) into the Afloat Master PlanningSystem (AMPS) and assess whether they are either known or expected to cause anelectromagnetic interference problem(s). Systems that are first time installs on a given class ofships are flagged for System EMC Certification. EMI fixes that are required due to either aplanned system install or have not yet been installed, but that are required, are submitted into theCommand, Control, and Communication, Computers, Combat Systems, and Intelligence (C5I)baseline via AMPS. The Contractor shall participate in various C5I baseline meetings and otherrelated efforts that support the Fleet Response Plan (FRP) process.3.1.4           The Contractor shall participate in meetings as described in Work Area 53.1.5           The Contractor shall develop and update technical data documentation and reporting asdescribed in Work Area 73.1.5.1      The Contractor shall as required support this effort on-site at government facility asidentified in Attachment J.13.1.6           The Contractor shall travel as required to support this work area underway (sea) in thefield (air/land), and facilities (on & off-site)3.1.7           The Contractor shall assist in the transport and setup, and breakdown of equipmentsassociated in the execution of this work area3.1.8           The Contractor shall accurately document the activity taken in this Work Area (CDRLA011) 

3.2                FLEET E3 INTEROPERABILITY 

3.2.1           The Contractor shall conduct Platform Fleet E3 Interoperability evaluation efforts inaccordance with governing directives which will include at a minimum:3.2.1.1       Test Planning (CDRL A001).3.2.1.2       Testing and Data Collection after Mission Report (CDRL A002).3.2.1.3       Initial Quick-Look Assessment (CDRL A003).3.2.1.4       Data Reduction and Evaluation to include risk management (CDRL A004).3.2.1.5       Test Reporting (CDRL A005).

3.2.2           The Contractor shall conduct Platform Fleet E3 Interoperability problem investigationin response to Casualty Report (CASREPS) characterization, quantification, and engineering offixes to satisfy requirements in accordance with government governing directives. (CDRL A007)

3.2.2.1      The Contractor shall conduct PE3 problem investigation, characterization,quantification, and engineering of fixes to satisfy requirements in accordance with governingdirectives3.2.2.1.1 Then Contractor shall perform platform and systems risk management assessmentthrough the use of desktop analysis tools in predicting, with a level of confidence, acceptable riskto the customer. (CDRL A0043.2.2.1.2 The Contractor shall identify affordable engineering fixes to mitigate unacceptable riskto the customer3.2.2.2      The Contractor shall install, replace, maintain, and dispose of E3 RAM, usingprocedures and techniques described in governing documentation

3.2.3           The Contractor shall support the ancillary areas of E3 data management which include

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 19 of 103 FINAL

 

Page 23: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

but not limited to:3.2.3.1     Technical Program Support on-site Washington DC to OPNAV N2N6F3.2.3.2     Technical Program Support on-site Washington DC to NAVSEA 05H Ship andSubmarine EMI   Control/EMC/EMP/RADHAZ Technical Warrant Holder’s Engineering Agentin the Technical Assessment Team (TAT) for the implementation of the SHIPMAIN process3.2.3.2.1 The Contractor shall review Ship Change Documents (SCDs) and perform analyses asneeded to predict EMC impact of the planned change. (CDRL A010)3.2.3.3      On-site E3 engineering and technical support to the Director, Force Electromagnetic

Environmental Effects (E3) and Spectrum Management (SM) Engineering Branch, NAVSEA 05Hand the Shipboard Electromagnetic Compatibility Improvement Program (SEMCIP). Supportshall include the following:

a)    Coordinate actions and process technical reviews of RADHAZ Control/Certification,EMI Control/Certification and Spectrum Management documentation.

b)    Provide data analyses, review of requests for deviations/waivers and FrequencyAllocation Requests (DD Form 1494) and facilitate completion of actions required by SEA 05H.

c)    Participate in Strike Force Interoperability (SFI) and Fleet VTC meetings and

coordinate, review and comment on SFI and Joint Systems Command (SYSCOM) E3 issues andactions.

d)    Track and update Navy Data Environment (NDE) and Afloat Master PlanningSystem (AMPS) issues and coordinate information with SEMCIP Technical Assistance Network(STAN).

e)     Provide technical and administrative support for the DoD E3 Integrated ProductTeam (IPT) and Tri-Syscom IPT, including coordination of meeting locations, equipmentrequirements, and development of meeting reports (CDRL A010), and completion of IPTactions.3.2.4           The Contractor shall provide technical review of EMI/EMC documents (GFI) and/orprovide updates to EMC databases such as the STAN and the SEMCIP.3.2.4.1      The Contractor shall analyze and incorporate EMI problem reports and otherpertinent documentation (provided as GFI). The documents shall be saved in their native formatsif provided electronically and scanned into searchable PDF files if provided in hardcopy format.(Equipment to be provided as GFE)3.2.4.2      The Contractor shall prepare, from database queries, various reports and informationsuch as EMI problem summary information and matrices, EMI problem predictions, and EMIcontrol status reports (CDRL A010).3.2.5           EMI Capability and Limitations:3.2.5.1       The Contractor shall develop and distribute  a Capabilities and Limitations (CAPs &LIMs) document/CD-ROM containing information used by the Strike Force Commander tomaximize war fighting capabilities. The document provides individual system limitations for theship, such as blockages, effective radar ranges and weapon firing zones. In addition, system

operational impacts are provided based on quantification of E3 effects. In addition, the EMICAPs & LIMs will provide Hazards of Electromagnetic Radiation to Personnel/Fuel/Ordnance(HERP/HERF/HERO) data and Littoral Frequency/Distance Restrictions for the Strike Group.(CDRL A010)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 20 of 103 FINAL

 

Page 24: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

3.2.6       The Contractor shall maintain and update the EMI Planned Maintenance System(PMS). The Contractor shall maintain and update existing Maintenance Index Pages (MIPs) andMaintenance Requirement Cards (MRCs) and create new MIPs/MRCs as necessary forshipboard EMI, and respond to Technical Feedback Reports from the Fleet.3.2.7           The Contractor shall participate in meetings as described in Work Area 53.2.8           The Contractor shall develop and update technical data documentation and reporting asdescribed in Work Area 73.2.8.1      The Contractor shall support this effort on-site at government facility as identified inAttachment J.13.2.9           The Contractor shall travel as required to support this work area underway (sea) in thefield (air/land), and facilities (on & off-site)3.2.10    The Contractor shall accurately document activity taken in this Work Area (CDRLA011)

 

Work Area 4:     KNOWLEDGE MANAGEMENT SYSTEMS (KMS) – STAN- E3 WEBSITE & IT SYSTEMS (RDT&E) 4.1 WEB SITE 4.1.1     The Contractor shall provide website hosting and database and website design services tosupport maintenance and improvements to the STAN website, https://semcip.nswc.navy.mil/stan, sponsored by NAVSEA 05H. The STAN website consists of two virtual servers hosted byNSWC Dahlgren CXA40.  There is a Windows web server and an Oracle data base server, withoperating systems and application software and custom software implementing the Web pagesand related functions of STAN. The contractor shall maintain a commercial web site atwww.semcip.com which is utilized by users to request a STAN account. Web hosting shall be atnominal business class DSL or better. The Contractor shall provide a development network andworkstations as well as SMTP email to support the website.4.1.1.1     The Contractor shall maintain web site certifications (as specified by Government)4.1.1.3     The Contractor shall update the test server data monthly4.1.1.4     The Contractor shall maintain web site applications and environment (as specified byGovernment)4.1.1.5     The Contractor shall script web applications in ASP and PHP4.1.1.6     Web site architecture4.1.1.6.1  The Contractor shall participate in the technical design, development, testing,implementation and maintenance of website4.1.1.6.2  The contractor shall participate in improving the collaboration of multiple E3 web-sitescentralizing access to E3 information for both engineers inside the NSWCDD lifeline and thebreadth of customers outside the lifelines.4.1.1.6.3  The contractor shall plan system upgrades and provide recommendations for siteenhancements4.1.1.6.4  The Contractor shall prepare functional specifications from which programs will bewritten, then designs, codes, tests, debugs and documents programs

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 21 of 103 FINAL

 

Page 25: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

4.1.1.7     Web site installations and maintenance 4.1.1.7.1 The Contractor shall plan, schedules and conducts systems tests, monitors test results,and takes appropriate corrective action.4.1.1.7.2 The Contractor shall maintain SQL server, Oracle, Windows Server, JavaScript, SSL,security (firewalls/encryption products), PKI implementation and HTML4.1.1.7.3 The Contractor shall prepares functional specifications from which programs will bewritten, then designs, codes, tests, debugs and documents programs4.1.1.7.4 The Contractor shall provide Technical Upgrades and Enhancements4.1.1.7.5 The Contractor shall provide technical requirements and expertise during the STANdatabase re-host/migration efforts4.1.1.8  The Contractor shall participate in meetings as described in Work Area 54.1.2     The Contractor shall develop and update technical data documentation and reporting asdescribed in Work Area 7 4.1.2.14.1.3     The Contractor shall accurately document all activity taken to identify updates andtechnical refresh for improvements in software, firmware, hardware, and website capabilities(CDRL A011) 4.1.4     The Contractor shall support this effort on-site at government facility as identified inAttachment J.1  4.2  IT SYSTEMS  4.2.1        The Contractor shall bring new systems online and install a baseline package ofsoftware (to include – but not limited to - MS Office, Hercules client, anti-virus package, CADdeployments, image editing software, and other common software packages)4.2.1.1      The Contractor shall locate and install software patches4.2.1.2      The Contractor shall create, submit, and track all accreditation paperwork4.2.1.3      The Contractor shall create, submit, and track all port assignment requests4.2.1.4      The Contractor shall install OS and software patches and updates (monthly or morefrequently) in compliance with Retina reports and other guidance from CXA4.2.1.5       The Contractor shall locate and install anti-virus updates (for non-networkedsystems)4.2.1.6       The Contractor shall review system audit trails for security compliance4.2.1.7       The Contractor shall perform/assist in hardware upgrades and repairs4.2.1.8       The Contractor shall respond to data calls regarding computer system informationand/or compliance from management and/or CXA104.2.1.9       The Contractor shall prepare old systems for disposal4.2.1.10     The Contractor shall maintain/upgrade the data backup system for all storagesystems, including both onsite and offsite storage and media rotation4.2.1.11     The Contractor shall perform system restore from backups4.2.1.12     The Contractor shall update license files on servers as appropriate4.2.1.13     The Contractor shall assist in design the layout for, install, and repair all networkingequipment4.2.1.14    The Contractor shall conduct host-based vulnerability assessments

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 22 of 103 FINAL

 

Page 26: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

4.2.1.15    The Contractor shall track the inventory of spare and consumable supplies4.2.2         The Contractor shall support meetings as described in Work Area 54.2.3         The Contractor shall as assist in the development and updating of technical datadocumentation and reporting as described in Work Area 74.2.4         The Contractor shall accurately document all activity taken to upgrade, maintain, andrepair IT Systems (CDRL A011)4.2.5         The Contractor shall support this effort on-site at Government facility as identified inAttachment J.1 

Work Area 5:  MEETING SUPPORT 5.1         The Contractor shall attend and participate in meetings, symposia, working group, andconferences, etc. as necessary.5.1.1           The Contractor shall assist the Government in identifying potential problem areas,solutions, planning, action item responses, out briefs, and scheduling5.1.1.1      Briefing materials prepared by the Contractor for distribution or presentation by theGovernment will: be vetted through the appropriate channels / levels of the Government forapproval; and will not contain Contractor Logos or reference to contractors supporting5.1.2           The contractor, when not accompanying the Government, will identify themselves as acontractor supporting the Government (agency) and will:     Distribute /presents Government approved material / responses     Constrain to the collection of questions and action items generated during the meeting unlessspecifically directed otherwise by the Government    Not make decisions on behalf of the Government    Report immediately back to the Government with questions / action items collected via thequickest means5.2    The Contractor shall accurately document the activity taken in this Work Area (CDRL A011) 

Work Area 6:  GOVERNMENT FURNISHED INFORMATION (GFI) 

6.1                The Contractor will be provided administrative, engineering, and technical documentationreferences as GFI relative to efforts supported under this task order

6.2                The Contractor will be provided Security Classification Guides references as GFIrelative to efforts supported under this task order6.3                The Contractor will be provided International Agreement references for exchange ofinformation as GFI relative to efforts supported under this task order6.4                The Contractor shall review all GFI provided to assess its adequacy and currency priorto implementing them into use to support efforts under this task order6.5                The Contractor will establish and maintain up-to-date GFI Quick Reference Index of allGFI provided to insure the most current documents/references are being used relative to thesupport of this task order (CDRL A010).6.5.1           The Contractor will deliver quarterly up-to-date GFI Quick Reference Index of all GFI

provided no later than the 15th of the following month6.5.2           Additionally, the Contractor shall provide recommendations to eliminate deficiencies in

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 23 of 103 FINAL

 

Page 27: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

maintaining the GFI Quick Reference Index current 

Work Area 7:  DOCUMENTS 

7.1                The Contractor shall provide technical data support to develop and update programschedules, coordinate test assignments, collect, collate, and disseminate programadministrative/technical information relative to efforts supported under this task order as calledout in Exhibit A

7.2                The Contractor shall as required maintain and update various database specific tosupporting query, sort, and compilation of information used in document updating and reportingrelative to efforts supported under this task order.7.3        The Contractor shall provide documentation, typing, graphics, reproduction, and

editorial support for the preparation of E3 documentation including test plans, reports, analyses,presentation materials, and meeting minutes.7.4          All documentation shall be prepared in such a manner that is directly compatible withequipment and software being used by NSWCDD.7.5                The Contractor shall accurately document the activity taken in this Work Area (CDRL

A011). 

Work Area 8: TASK ORDER MANAGEMENT 

8.1                Master Availability Planning Schedule (MAPS)8.1.1           The Contractor shall provide and maintain an unclassified Master Availability PlanningSchedule (MAPS) of all platforms being supported under this task order, individually and bycomposition where applicable, to facilitate the collaboration, coordination, and teaming of localand in the field support efforts being provided by the various Work Area Elements supportedunder this task order8.1.2            MAPS is to be a web based real-time virtual scheduling tool for internal use in supportof this WAE.8.1.2.1       This web based tool shall reside in an existing web site currently being hosted and maintained

by Q50.8.1.3           The Contractor shall maintain this information in a living document (CDRL A010) 

8.2                Master Contract Activity Matrix8.2.1       The Contractor shall maintain and provide a monthly contract activity matrix thataccurately captures Cost, Performance and Schedule or all events/efforts for the Government’ssurveillance, evaluation, and reporting out satisfaction of the QASP for determination ofcontinuance of the contract into the next option (CDRL A010)8.2.1.1     The specific format shall be approved by the Contracting Officer’s Representative(COR) and the Contract Specialist.

8.2.1.2     To deliver monthly by the 20th of the following month

8.3                Weekly/Biweekly Financial Report8.3.1           The Contractor shall based on the Prime’s personnel pay period, provide a

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 24 of 103 FINAL

 

Page 28: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

Weekly/Biweekly Financial Report (CDRL A010)8.3.2           The Contractor shall status, at a minimum, cumulative real-time funding transaction,per Work Area Elements (WAE) from the start of the Period of Performance (POP) to reflect thefollowing:8.3.2.1      WAE total funding received8.3.2.2      WAE total funding received expensed8.3.2.3      WAE total funding received remaining8.3.2.4      WAE percentage of funding received expensed8.3.2.5       WAE total funding required to the end of the POP8.3.2.6       The Contractor shall provide as required detailed expense charts that capture the above status.8.3.3      The specific format shall be approved by the Contracting Officer’s Representative(COR) and the Contract Specialist.8.3.4      The Contractor shall accurately document the activity taken in this Work Area (CDRLA011)

8.4             Monthly Progress Report8.4.1           The contractor shall submit a Monthly Progress Report by the 15th of the monthfollowing the month being reported. The cutoff date of the report shall be the same as that usedfor invoicing purposes by the prime contractor. Any and all subcontractor/consultant data shallbe current through the “as of” date of the report. The report shall be unclassified. E-mailsubmission is encouraged. The specific format shall be approved by the Contracting Officer’sRepresentative (COR) and the Contract Specialist. The following information shall be providedas a minimum. (CDRL A011) 

8.4.1.1      Technical8.4.1.1.1     Discuss efforts performed during the reporting period8.4.1.1.2     Discuss the status of any assigned deliverables. This shall include CDRL reference,deliverable title, date due and date delivered.8.4.1.1.3     Identify any problems encountered (technical/schedule/cost) and resolutions.8.4.1.1.4     Specifically note if there are any unresolved problems/issues at the end of thereporting period.8.4.1.1.5     A listing of all key personnel to include: name (person originally proposed andsubsequent substitution) and percent of actual availability. (Actual availability is defined as theamount of time actually being charged to work under the task order.)8.4.1.1.6     The final report for each contract period shall include a cumulative list of alldeliverable items provided. Detail shall be the same as that provided in monthly reports.8.4.2           Expenditure Data8.4.2.1.1     Provide current and cumulative expenditures of both hours and dollars. Separatelyshow expenditures by CLIN (labor and ODC). Show the amount funded and computes a fundingbalance.8.4.2.1.2     Provide the names of all personnel charging to the CLIN. Organize these data bycontract labor category and show both current and cumulative hours charged for each person.Separately show uncompensated hours/total time accounting hours worked (if applicable).

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 25 of 103 FINAL

 

Page 29: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

8.4.2.1.3     Total expenditures shall be compared to those invoiced for the same period anddifferences explained.8.4.2.1.4     The above detailed information shall be provided for current contract period CLINsonly. Information required by paragraph 1 above shall also be provided for each previous CLINso as to provide a summary for the Task Order.8.4.2.1.5     Identification of all ODCs charged against the ODC CLIN. Include description ofitem, quantity, purpose, vendor, unit price, extended price and disposition.8.4.2.1.6     Provide a cumulative total program summary of hours and dollars expended.8.4.3           The Contractor shall accurately document the activity taken in this Work Area (CDRL

A011) 

8.5               COR / Contractor PM Weekly/Biweekly Meetings 

8.5.1   The Contractor shall schedule and conduct these meetings during the week after the end ofthe Prime’s personnel pay period8.5.2           The Contractor shall status the following areas

a)                Securityb)                Deliverablesc)                Financialsd)                Staffinge)                Management

8.5.3     The Contractor shall capture and document the minutes and action items (CDRL A011)8.5.4     The Contractor shall accurately document the activity taken in this Work Area (CDRLA011) 

8.6               Staffing Plan Update Report 8.6.1           The contractor shall capture changes in personnel or personnel assignment to the

staffing plan quarterly, to be delivered NLT the 15th of the following month. (CDRL A010)8.6.2           The specific format shall be approved by the Contracting Officer’s Representative(COR) and the Contract Specialist. 

8.7               Contractor Expense Reporting System (CERS) 8.7.1         Contractors supporting the Warfare Systems Program Office (WSPO) Code W05 shalluse CERS to record funding expenditures. CERS is a browser based web application with theIntegrated Budget, Planning and Execution System (IBPES) tool used by W05 for FundsManagement, Procurement Allocations, Budgeting, and Out Year Planning.8.7.2         W05 requires expenses, consisting of labor and “Other” (i.e. travel, sub-contracts, andany other direct expenses) by invoice, in addition to an estimate of funded work performed to bereported each month. The contractor shall report all invoiced contract execution by requisition(SLIN) in the Requisition Tab for the previous month. The estimated funded work performed byWBS/TPS shall be reported in the WBS Tab to capture estimated costs to date. All reporting isdue to be submitted by the 20th of each month. W05 required data shall be captured in the

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 26 of 103 FINAL

 

Page 30: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

“Labor” and “Other” fields of CERS. W05 does not require inputs to the “Hours” or “Travel”.The “Labor” fields capture the labor expenses and the “Other” field shall capture the “ODC”expenses for SeaPort and Travel and other indirect expenses for the non-SeaPort contracts.8.7.3         The Contractor shall coordinate all requests for CERS training with the ContractingOfficer’s Representative (COR) for the contract. The COR shall provide the Contractor with theWSPO CERS Procedural Document that provides instructions on how to utilize and gain accessto CERS and coordinate direct requests for training with W05. 8.8          Technical Instructions 8.8.1       Technical instructions as described in Section H may be issued for clarification ofspecific tasking under this order. 9.              SECURITY REQUIREMENTS 9.1            The Department of Defense Contract Security Classification Specification (DD Form254) provides the security classification requirements for this order. The contractor shall obtainfacility and personnel security clearances as required by the Department of Industrial SecurityProgram prior to starting work on tasks requiring clearances.  Access to classified spaces andmaterial and generation of classified material shall be in accordance with the attached DD Form254. The contractor's facility must be cleared at the SECRET level for both processing andstorage. All personnel performing under this task order shall possess at least a SECRET SecurityClearance. Interim clearances are acceptable with the exception of areas exposed to NATOclassified material. GOVERNMENT FURNISHED OFFICE SPACE 

The principal place of performance shall be at the Contractor's facility with the exception ofoffice space provided in accordance with NSWCDDINST 4200.6 for up to nine  (9) Contractorsupport personnel throughout the contract period of performance in Buildings 150 (8) and 185(1).   The following will be located within the Government Furnished Office Space: (2) EngineerSr - EMP/E3/EMI; (1) Engineer - ITD/PE3; (1) Specialist Level 3 - ITD/PE3; (1) Specialist Level1 - 3D CAD Modeler; (3) Specialist Level 1 - EMC Technical Data Support; and (1) SpecialistLevel 1 - USN ITD/PE3 Technical Data Support. 

DIGITAL DELIVERY OF DATA

(a)    Delivery by the Contractor to the Government of certain technical data and otherinformation is now frequently required to be made in digital form rather than in hardcopy form. The method of delivery of such data and/or other information (i.e., in electronic, digital, paperhardcopy, or other form) shall not be deemed to affect in any way either the identity of theinformation (i.e., as “technical data” or “computer software”) or the Government’s and theContractor’s respective rights therein.

(b)   Whenever technical data and/or computer software deliverables required by this contract are

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 27 of 103 FINAL

 

Page 31: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

to be 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 bedigitally included as part of the deliverable and on or in the same medium used to deliver thetechnical data and/or software.  Such markings must be clearly associated with the correspondingtechnical data and/or computer software to which the markings relate and must be included insuch a way that the marking(s) appear in human-readable form when the technical data and/orsoftware is accessed and/or used.  Such markings must also be applied in conspicuous human-readable form on a visible portion of any physical medium used to effect delivery of the technicaldata and/or computer software.  Nothing in this paragraph shall replace or relieve theContractor’s obligations with respect to requirements for marking technical data and/or computersoftware that are imposed by other applicable clauses such as, where applicable and withoutlimitation, DFARS 252.227-7013 and/or DFARS 252.227-7014.

(c)  Digital delivery means (such as but not limited to Internet tools, websites, shared networks,and the like) sometimes require, as a condition for access to and/or use of the means, anagreement by a 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 beingdelivered via the digital delivery means.  The Contractor expressly acknowledges that, withrespect to deliverables made according to this contract, no such terms, agreements, or otherrestrictions shall be applicable to or enforceable with respect to such deliverables unless suchterms, agreements, or other restrictions expressly have been accepted in writing by theContracting Officer; otherwise, the Government’s rights in and to such deliverables shall begoverned exclusively by the terms of this contract.

REMINDER: DFARS Clauses 252.227-7013, 252.227-7014, and 252.227-7017 have beenincorporated by reference at the MAC Prime contract level and are fully applicable at the TaskOrder level.  The Contractor must be fully compliant with the requirements thereof.

TRAVEL REQUIREMENTS

It is anticipated that the majority of the labor categories will require travel.  More travel can beexpected in the engineering and technical specialties than those handling documentation. 

All travel under this order must be requested of, and authorized by, the TA (information copy tothe COR), in writing or by electronic mail, and must show the appropriate order number, thenumber of people traveling, the number of days for the trip, the reason for the travel, and anyhigh-cost or unusual costs expected. For local travel also known as day travel, the travel itinerarywill include “reasonable cost” wherever possible based on the start time of the scheduled eventbeing supported.  The Contractor is not authorized to perform any travel that is not inconjunction with this order. Specific travel requirements shall be identified in the TechnicalInstructions. The Contractor shall document actions performed during travel along withreconciling the travel in a trip report due NLT 5 days from the end of the travel (CDRL A012). 

Contractor personnel will be required to travel to other sites both CONUS and OCONUS(requiring passports) to support program activities. Travel to these destinations may be requiredduring each year of performance over the life of the task order.  It is the responsibility of theContractor to ensure personnel maintain passports current and effective for the contract’s total

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 28 of 103 FINAL

 

Page 32: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

period of performance at no cost to the government. 

Quick Response Capability: As a goal, within 72 hours after receipt of a request for assistancethe Contractor shall provide team members to be on site virtually anywhere in the world,assisting in necessary investigation and testing to characterize and quantify platform problems.The Contractor shall document quick responses activity performed in the applicable trip report(CDRL A012).  

APPLICABLE DOCUMENTS (GOVERNMENT FURNISHED INFORMATION (GFI)) 

The Government will provide references to all necessary technical publications to be utilize inthe execution of the task order as Government Furnished Information (GFI). 

The following documents listed herein are some, but not all, that may be required in theperformance of this task order: 

1. DoD Directive 3222.3 Subject: DoD Electromagnetic Environmental Effects (E3) Program2. DoD REGULATION 5000.2-R Mandatory Procedures for Major Defense AcquisitionPrograms (MDAPS) and Major Automated Information System (MAIS) Acquisition Programs3. DoD 5220.22-M National Industrial Security Program Operating Manual4. CJSCI 3 170 Joint Capabilities Integration and Development System5. CJCSI 6212 Interoperability and Supportability of Information Technology and NationalSecurity Systems6. JOINT PUBLICATION 1-02 Department of Defense Dictionary of Military and AssociatedTerms7. MIL-STD-464 MILITARY STANDARD, ELECTROMAGNETIC ENVIRONMENTALEFFECTS, REQUIREMENTS FOR SYSTEMS8. MIL-STD-461 Requirements for the Control of Electromagnetic Interference Characteristics ofSubsystems and Equipment9. MIL-STD-462 Measurement of Electromagnetic Interference Characteristics of Subsystemsand Equipment10. MIL-STD-449 DoD Interface Standard for Radar Engineering Interface Requirements,Electromagnetic Compatibility11. MIL-STD-469 MILITARY STANDARD, RADAR ENGINEERING INTERFACEREQUIREMENTS, ELECTROMAGNETIC COMPATIBILITY, METRIC12. MIL-STD-1310 SHIPBOARD BONDING, GROUNDING, AND OTHER TECHNIQUESFOR ELECTROMAGNETIC COMPATIBILITY AND SAFETY13. MIL STD 1399 Interface Standard for Shipboard Systems, Section 300A, Electric Power,Alternating Current14. MIL-STD-1542 Electromagnetic Compatibility and Grounding Requirements for SpaceSystem Facilities15. MIL-STD-2169 High Electro-Magnetic Pulse (classified)16. OPNAV NOTICE 5100 Navy Safety and Occupational Health (SOH) Program Manual forForces Afloat

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 29 of 103 FINAL

 

Page 33: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

17. NAVSEA OP 3565/NAVAIR 16-1 -529/NAVELEX 0967-LP-624-601 0 ElectromagneticRadiation Hazards (Hazards to Ordnance)18. NAVSEAINST 8020.7 Hazards of Electromagnetic Radiation to Ordnance Safety Program

19. NAVAIRINST 2450.2 Electromagnetic Environmental Effects (E3) Control within the NavalAir System Command20. MIL-HDBK-235 Electromagnetic (Radiated) Environment Considerations for Design andProcurement of Electricaland Electronic Equipment, Subsystems and Systems21. MIL-HDBK-237 Electromagnetic Environmental Effects and Spectrum CertificationGuidance for the Acquisition Process22. MIL-HDBK-240 DOD HANDBOOK HAZARDS OF ELECTROMAGNETICRADIATION TO ORDNANCE (HERO)TEST GUIDE.23. MIL-HDBK-274 MILITARY HANDBOOK, ELECTRICAL GROUNDING FORAIRCRAFT SAFETY24. MIL-HDBK-419 MILITARY HANDBOOK GROUNDING, BONDING, ANDSHIELDING FOR ELECTRONICEQUIPMENTS AND FACILITIES25. NAVAIR AD 1115 ELECTROMAGNETIC COMPATIBILITY DESIGN GUIDE FORAVIONICS AND RELATEDGROUND SUPPORT EQUIPMENT26. OD 30393 Design Principles and Practices for Controlling Hazards of ElectromagneticRadiation to Ordnance HERO Design Guide)27. MIL-STD-1065A(SH), Department of Defense Test Method Standard, Procedures forConducting a Shipboard Electromagnetic Inteference (EMI) Survey (Surface Ships) 

SHIPBOARD PROTOCOL 

This tasking may involve platform engineering and fleet support onboard ship. As such, theofferor is reminded of his responsibility to assure that shipboard protocol is stringentlyfollowed. Specifically, visit clearances must be arranged through the Government sponsor andmust be forwarded to the individual command being visited as well as to all supportingcommands, such as the base, squadron, tender, etc. that the visitor must pass through to get tothe ship; the contractor is responsible for obtaining and maintaining specialized training (i.e.nuclear awareness, safety, quality control, etc.) and certification (i.e. SUBSAFE certificates etc.);personnel performing on board US Navy Ships must have at least a Secret Security Clearance; ifnot led by a government representative the contractor is responsible for briefing theship/command upon arrival; and the contractor is responsible for debriefing the ship/commandupon departure to include operational status of the equipment. 

The Contractor shall ensure its personnel adhere to these requirements when performingshipboard tasking. Compliance shall be reported in the trip report. 

·      All assigned personnel must possess at least a SECRET Security Clearance.·      All personnel, while shipboard, shall conform to the rules and regulations of the ship. It is the

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 30 of 103 FINAL

 

Page 34: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

responsibility of the Contractor to determine the proper rules, regulations, actions, policy andprocedures.

·     Alarms --actual or drill shall be reported and procedures appropriately adhered.·     Safety--hardhats, tag-outs, safety shoes, goggles, safety harnesses, etc., as appropriate shall be

utilized.Some shipboard tasking may require ascending and descending vertical ladders to and fromthe  highest points of the ship both pier side and underwayMust be able stand; walk; climb stairs; balance; stoop; kneel; crouch or crawl around andlift a maximum of 50 lbs (single person) in the test environmentHAZMAT --Bringing hazardous materials aboard, using hazardous materials is strictlyprohibited.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. 

The designated team lead shall, upon final departure, debrief the Commanding Officer or his/herdesignated representative as to the success of the tasking and the operational condition ofaffected equipment TERMINATION OF EMPLOYEES WITH NSWCDD BASE ACCESS 

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. 

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

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 internetand e-mail usage. Navy policy prohibits racist, sexist, threatening, pornographic, personalbusiness, subversive or politically partisan communications. All personnel, including thecontractor, are accountable and must act accordingly. DOD computer systems are monitored toensure that the use is authorized, to facilitate protection against unauthorized access, and toverify security procedures, survivability and operational security. During monitoring,information may be examined, recorded, copied, and used for authorized purposes. All

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 31 of 103 FINAL

 

Page 35: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

information, including personal information, placed on or sent over a DOD system may bemonitored. Use of a DOD system constitutes consent to monitoring. Unauthorized use mayresult in criminal prosecution. Evidence of unauthorized use collected during monitoring may beused as a basis for recommended administrative, criminal or adverse action.

USE OF INFORMATION SYSTEM (IS) RESOURCES 

Contractor Provision of IS Resources 

Except in special circumstances explicitly detailed elsewhere in this document, the Contractorshall provide all IS resources needed in the performance of this task order. This includes, but isnot limited to computers, software, networks, certificates, and network addresses. 

Contractor Use of NSWCDD IS Resources 

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 contractorrequires access to applications/systems that utilize client certificates for authentication, thecontractor is responsible for obtaining requisite certificates from a DOD or External CertificateAuthority. 

If this task order 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 specifiedby the Information Assurance Office. 

Connections between NSWCDD and Contractor Facilities 

If there is a requirement (specifically delineated elsewhere in this task order) for interconnection(e.g., link level or Virtual Private Network (VPN)) between any facilities and/or ISs owned oroperated by the contractor and ISs owned or operated by NSWCDD, such interconnection shalltake place only after approval from the NSWCDD Information Assurance Office. All suchconnections as well as the ISs connected thereto will be accredited in accordance with DODpolicy (DODI 5200.40) by the cognizant Designated Approving authority (DAA) and complywith the requirements of CJCSI 6211.02B regarding Memorandums of Agreement. All suchconnections will be made outside the appropriate NSWCDD firewall.

SENSITIVE, PROPRIETARY, AND PERSONAL INFORMATION 

Work under this contact may require that personnel have access to Privacy Information.Contractor personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code. Section 552a andapplicable agency rules and regulations. Access to and preparation of sensitive informationsubject to privacy Act and Business Sensitive safeguarding and destruction may be required inthe execution of tasking associated with this contract. Administratively sensitiveinformation/data must not be shared outside of the specific work areas. All personnel with accessto privacy act data in support of this contract must sign a privacy act certification.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 32 of 103 FINAL

 

Page 36: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 

NON-PERSONAL SERVICES 

The Government will neither supervise contractor employees nor control the method by whichthe contractor performs the required tasks. Under no circumstances shall the Government assigntasks to, or prepare work schedules for, individual contractor employees. It shall be theresponsibility of the contractor to manage its employees and to guard against any actions that areof the nature of personal services or give the perception of personal services. 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. These services shallnot be used to perform work of a policy/decision making or management nature, i.e., inherentlyGovernmental functions. All decisions relative to programs supported by the contractor shall bethe sole responsibility of the Government.

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 order. Hazardous materials are defined in Federal StandardNo. 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 ontoGovernment property, the Contractor shall provide the COR with an inventory and MaterialSafety Data Sheet (MSDS) for these materials. 

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

In accordance with the clause of this task order entitled "INSURANCE--WORK ON AGOVERNMENT INSTALLATION" (FAR 52.228-5), the Contractor shall procure and maintaininsurance, of at least the kinds and minimum amounts set forth below: 

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

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

(c)     Automobile Liability policies covering automobiles operated in the United States shallprovide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injuryand $20,000 per occurrence for property damage. The amount of liability coverage on otherpolicies shall be commensurate with any legal requirements of the locality and sufficient to meetnormal and customary claims.  

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

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 33 of 103 FINAL

 

Page 37: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

(a)                 "Organizational Conflict of Interest" means that because of other activities orrelationships with other persons, a person is unable or potentially unable to render impartialassistance or advice to the Government, or the person's objectivity in performing the order workis or might be otherwise impaired, or a person has an unfair competitive advantage. "Person" asused 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 asotherwise set forth in the order, the Contractor does not have any organizational conflict ofinterest(s) as defined in paragraph (a). 

(c)                 It is recognized that the effort to be performed by the Contractor under this order maycreate a potential organizational conflict of interest on the instant order or on a future acquisition.In order to avoid this potential conflict of interest, and at the same time to avoid prejudicing thebest interest of the Government, the right of the Contractor to participate in future procurementof equipment and/or services that are the subject of any work under this order shall be limited asdescribed below in accordance with the requirements of FAR 9.5.

 

(d)                 (1) The Contractor agrees that it shall not release, disclose, or use in any way thatwould permit or result in disclosure to any party outside the Government any informationprovided to the Contractor by the Government during or as a result of performance of this order.Such information includes, but is not limited to, information submitted to the Government on aconfidential basis by other persons. Further, the prohibition against release of Governmentprovided information extends to cover such information whether or not in its original form, e.g.,where the information has been included in Contractor generated work or where it is discerniblefrom materials incorporating or based upon such information. This prohibition shall not expireafter 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 orderived during or as a result of performance of this order. This prohibition shall expire after aperiod of three years after completion of performance of this order. 

(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equalforce to any affiliate of the Contractor, any subcontractor, consultant, or employee of theContractor, any joint venture involving the Contractor, any entity into or with which it maymerge or affiliate, or any successor or assign of the Contractor. The terms of paragraph (f) of thisSpecial Contract Requirement relating to notification shall apply to any release of information incontravention of this paragraph (d). 

(e)                 The Contractor further agrees that, during the performance of this order and for aperiod of three years after completion of performance of this order, the Contractor, any affiliateof the Contractor, any subcontractor, consultant, or employee of the Contractor, any jointventure involving the Contractor, any entity into or with which it may subsequently merge oraffiliate, or any other successor or assign of the Contractor, shall not furnish to the United StatesGovernment, either as a prime contractor or as a subcontractor, or as a consultant to a prime

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 34 of 103 FINAL

 

Page 38: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

contractor or subcontractor, any system, component or services which is the subject of the workto be performed under this order. This exclusion does not apply to any re-competition for thosesystems, components, or services furnished pursuant to this order. 

As provided in FAR 9.505-2, if the Government procures the system, component, or services onthe basis of work statements growing out of the effort performed under this order, from a sourceother than the contractor, subcontractor, affiliate, or assign of either, during the course ofperformance of this order or before the three year period following completion of this order haslapsed, the Contractor may, with the authorization of the cognizant Contracting Officer,participate in a subsequent procurement for the same system, component, or service. In otherwords, the Contractor may be authorized to compete for procurement(s) for systems,components, or services subsequent to an intervening procurement. 

(f)                  The Contractor agrees that, if after award, it discovers an actual or potentialorganizational conflict of interest; it shall make immediate and full disclosure in writing to theContracting Officer. The notification shall include a description of the actual or potentialorganizational conflict of interest, a description of the action, which the Contractor has taken orproposes to take to avoid, mitigate, or neutralize the conflict, and any other relevant informationthat would assist the Contracting Officer in making a determination on this matter.Notwithstanding this notification, the Government may terminate the order for the convenienceof the Government if determined to be in the best interest of the Government. 

(g)                 Notwithstanding paragraph (f) above, if the Contractor was aware, or should have beenaware, of an organizational conflict of interest prior to the award of this order or becomes, orshould become, aware of an organizational conflict of interest after award of this order and doesnot make an immediate and full disclosure in writing to the Contracting Officer, the Governmentmay terminate this order for default. 

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

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

(j)                  Nothing in this requirement is intended to prohibit or preclude the Contractor frommarketing or selling to the United States Government its product lines in existence on theeffective date of this order; nor, shall this requirement preclude the Contractor from participatingin any research and development or delivering any design development model or prototype ofany such equipment. Additionally, sale of catalog or standard commercial items are exempt fromthis requirement. 

(k)                 The Contractor shall promptly notify the Contracting Officer, in writing, if it has beentasked to evaluate or advise the Government concerning its own products or activities or those ofa competitor in order to ensure proper safeguards exist to guarantee objectivity and to protect theGovernment's interest.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 35 of 103 FINAL

 

Page 39: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 

(l)                   The Contractor shall include this requirement in subcontracts of any tier which involveaccess to information or situations/conditions covered by the preceding paragraphs, substituting"subcontractor" for "contractor" where appropriate. 

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

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

NON-DISCLOSURE AGREEMENTS (NDAs)

Contractor personnel may be required, from time to time, to sign non-disclosure statements asapplicable to specific Performance Work Statement tasking. The COR will notify the contractorof the number and type of personnel that will need to sign the Non-Disclosure agreements. Thesigned Non-Disclosure Agreements shall be executed prior to accessing data or providing supportfor information that must be safeguarded and returned to the COR for endorsement and retention.A sample Non-Disclosure Agreement suggested for consideration is included as Attachment J.4. 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 36 of 103 FINAL

 

Page 40: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

SECTION D PACKAGING AND MARKING

Delivery shall be in accordance with the provisions of the basic contract. Some deliveries may contain classifiedinformation. All technical reports and other deliverable items shall be marked to include, as a minimum, the prime contractor’sname, contract number, and task order number. All Deliverables shall be packaged and marked IAW Best Commercial Practice.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 37 of 103 FINAL

 

Page 41: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance will be performed at NSWCDL, Dahlgren, VA by the ContractingOfficer’s Representative (COR). PERFORMANCE BASED CRITERIA: PERFORMANCE BASED TASK ORDER REVIEW AND ACCEPTANCE PROCEDURES (a)        This is a performance based Task Order as defined in FAR Part 37.6 (Performance-BasedAcquisition). Contractor performance in each Work Area of Section C of the Performance WorkStatement (PWS) will be evaluated in accordance with the Quality Assurance Surveillance Plan(QASP) in Section E below. (b)      The QASP defines this evaluation and acceptance to be part of the annual ContractorPerformance Reporting System (CPARS). The contractor may obtain more information regardingthe CPARS process at the following internet site: http://cpars.navy.mil

SPECIAL CONTRACT REQUIREMENTS, QUALITY ASSURANCE SURVEILLANCEPLAN (QASP) 

1. PURPOSE This Quality Assurance Surveillance Plan (QASP) is a Government developed and applieddocument used to make sure the systematic quality assurance methods are used in theadministration of the performance based service order. The intent is to ensure that the contractorperforms in accordance with the performance metrics and the Government receives the quality ofservices called for in the order. A properly executed QASP will assist the Government inachieving the objectives of this procurement. This Task Order provides Engineering and Technical Expertise Support Services for theNSWCDD Electromagnetic Effects Division (Q50). The resulting performance based order willhave cost plus fixed fee Labor CLINS, and cost only Other Direct Cost (ODC) CLINS. Theorder will be for a base year with two one-year options.

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

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 38 of 103 FINAL

 

Page 42: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

representative. 3. SCOPE The QASP is put in place to provide Government surveillance and oversight of the contractor’sefforts to assure that they are timely, effective and are delivering the results specified in theorder. The contractor’s performance on this task order will be evaluated by the Government asdescribed below. The first evaluation will cover the period ending six months after date ofcontract award with successive evaluations being performed for each 12 month period thereafteruntil the contractor completes performance under this task order. For each period, theGovernment will evaluate the contractor’s performance. The evaluation will encompass all workperformed by the contractor at any time during the period but will not include cumulativeinformation from prior reports. If the Contracting Officer assigns an “Unsatisfactory”performance rating for any factors/subfactors, the next option period will not be exercised. This performance evaluation does not replace any other requirement for evaluating contractorperformance that may be required by this task order such as the Contractor PerformanceAssessment Reporting System (CPARS) report or the Task Order Performance Evaluation(TPOE) report. 4.  GOVERNMENT RESOURCES AND RESPONSIBILITIES The following Government resources shall have responsibility for the implementation of thisQASP: Procuring Contracting Officer and Administrative Contracting Officer – The ProcuringContracting Officer (PCO) and Administrative Contracting Officer (ACO) ensure performance ofall necessary actions for effective contracting, ensure compliance with the terms of the contractand safeguard the interests of the United States in the contractual relationship. The PCO andACO assure the Contractor receives impartial, fair and equitable treatment under the contract.The PCO is ultimately responsible for the final determination of the adequacy of theContractor’s performance. The PCO for this order is identified in Section G. The ACO will bedesignated in the resulting order. Contract Specialist– An individual assigned by the PCO to assist in the daily administration ofthe contract. The Specialist also provides input to the PCO and the COR as to the quality ofperformance for areas addressed in this QASP. The Contract Specialist for this contract isidentified in Section G. Contracting Officer’s Representative (COR) –The COR is responsible for technicaladministration of the contract and assures proper Government surveillance of the contractor’s

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 39 of 103 FINAL

 

Page 43: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

performance. The COR is not empowered to make any contractual commitments or to authorizeany changes on the Government’s behalf. The COR will provide QASP reports to the PCO. Anychanges initiated by the COR that the contractor deems may affect contract price, terms, orconditions shall be referred to the Contracting Officer for action. Government Technical Point of Contact (TPOC)/Technical Assistant(TA) – The CORdesignates an individual Government Technical Point of Contact/Technical Assistant to assist inadministering specific projects under the contract. The Government TPOC/TA is responsible forassisting in administering a specific project under the contract. The TPOC/TA provides input tothe TCOR as to the quality of technical performance for their respective area(s) of expertise. AGovernment TPOC/TA cannot, in any manner, alter the scope of the contract, makecommitments or authorize any changes on the Government’s behalf. 5.    METHODS OF QA SURVEILLANCE (a)    QASP -The methods of surveillance are listed in Tables 3 through 5 and shall be used by theTOM in the technical administration and the PCO/Contract Specialist in non-technicaladministration of this QASP. With the exception of the availability of funding, the QASP will bethe prime determinant in exercising the option. (b)    Contractor Performance Assessment Report System (CPARS) – The market place forinformation technology, engineering, and management support services is very competitive. Assuch, the successful offeror has a vested interest in the Government generated CPARS under thiscontract. Additionally, an evaluation using the CPARS format will be performed at the end ofeach year of performance. This evaluation will be one determinant in exercising an option. TheGovernment for this procurement will address the quality of product or service, schedule, costcontrol, business relations, management, and other important areas. As this information mayaffect future source selections throughout DoD, and the continuation of the order, the annualGovernment assessment will be used appropriately as an additional performance oversight andcommunication tool with the QASP.

 6.    DOCUMENTATION In addition to providing annual reports to the Contracting Officer, the COR will maintain acomplete Quality Assurance file. The file will contain copies of all reports, evaluations,recommendations, and any actions related to the Government’s performance of the qualityassurance function. The COR shall forward these records to the Contracting Officer attermination or completion of the order. 7. EVALUATION PROCESS 1.  1st Evaluation Period -The first evaluation will cover the period ending 6 months from taskorder award.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 40 of 103 FINAL

 

Page 44: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

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

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

c.  Within 30 calendar days of receipt of the Contractor’s self-assessment, the PCOwill make a preliminary determination. The determination will be based on the COR’s report,input from the Contract Specialist, the Contractor’s self-evaluation, and any other informationdeemed relevant by the Contracting Officer. The PCO shall address disagreements between theCOR’s recommendations and the Contractor’s assessment. The PCO determination is unilateraland final. The PCO will document the determination and provide a copy to the contractor.2.  Subsequent Evaluations – All subsequent evaluations begin twelve months from the initiationof the proceeding evaluation. The process will follow exactly as described above for the firstevaluation period. The Contractor will initiate the process by submitting the self-evaluationexactly 12 months from the date of submission for the previous evaluation period. 3. Interim Evaluation – The COR can provide feedback to the PCO at anytime during the periodof performance. The PCO will provide this feedback to the Contractor upon receiving it, if thefeedback indicates that the Contractor is not meeting the acceptable performance standards asdefined herein. 4.  Degradation of Performance -If following a favorable evaluation, the Government experiencesa serious degradation in the overall quality of performance; the PCO has the unilateral right torepeat the evaluation process during the remaining period of performance. 8.    SURVEILLANCE The tables below set forth the performance ratings, standards, and outcome and surveillancemethods of the contractor that shall be provided to the Contracting Officer by the COR andContract Specialist on an annual basis. (a)  Performance Ratings: The Government will evaluate the contractor’s performance of thePerformance Work Statement (PWS) and the Contracting Officer will assign one of the followingratings: 

(1) Excellent(2) Satisfactory(3) Unsatisfactory

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

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 41 of 103 FINAL

 

Page 45: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 TABLE 1: OVERALL PERFORMANCE RATINGS 

Overall Performance Rating Standard

Excellent“Excellent” ratings for all performanceevaluation criteria.

SatisfactoryA minimum of “Satisfactory” ratings for allperformance evaluation criteria.

UnsatisfactoryA rating of “Unsatisfactory” for one or moreperformance evaluation criteria.

 (b)  Performance Objectives: The following table (TABLE 2) details how the performanceobjectives apply to performance under this order. TABLE 2: OBJECTIVES 

Assessment PeriodAcceptable

Performance DefinitionHow Measured Outcome

Base:All measurement areasrated at least"Satisfactory"

After the first sixmonths using theQASP evaluationratings; annually usingthe CPARS systemcovering the previous12 months.

(+) Meet the acceptableperformance definition as acondition for exercise ofOption 1.*                          (-) Does notmeet the acceptableperformance definition as acondition for exercise of anOption 1.*

Option I:All measurement areasrated at least"Satisfactory".

Annually using theQASP evaluationratings covering theprevious 12 months;annually using theCPARS systemcovering the optionPOP.

(+) Meet the acceptableperformance definition as acondition for exercise of anOption2.*                                  (-) Does not meet theacceptable performancedefinition as a condition forexercise of an Option 2.*

Option II:

All measurement areasrated at least"Satisfactory". Two ormore measurements ratedas "Excellent".

Annually using theQASP evaluationratings covering theprevious 12 months;annually using theCPARS systemcovering the optionPOP.

Final CPARS ratings.

 

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

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 42 of 103 FINAL

 

Page 46: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 (c)                 Performance Evaluation Criteria: The Contractor’s performance will be evaluated inthe following areas: 

TECHNICALSTAFFINGMANAGEMENTCOST

 The criteria and standards for each of these areas are described in Table 3A through Table 6.These tables provide the specific performance objectives, standards; acceptable quality levels(AQLs) and monitoring methods that will be used by the Government to assess the quality ofthe Contractor's performance on this task order. TECHNICAL PERFORMANCE TABLE 3A: TECHNICAL PERFORMANCE EVALUATION CRITERIA AND STANDARDS 

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

Task Performance

Work product fails to meetAcceptable Quality Levels(AQLs) defined inPerformance RequirementsSummary Table 3B.

Work product routinelymeets Acceptable QualityLevels (AQLs) defined inPerformance RequirementsSummary Table 3B.

Work product frequentlyexceeds AcceptableQuality Levels (AQLs)defined in PerformanceRequirements SummaryTable 3B.

  

TABLE 3B: PERFORMANCE REQUIREMENTS SUMMARY TABLE (work area sectionnumber synonymous with Performance Work Statement section number) 

Task Area        

Work AreaPerformanceObjective

PerformanceStandard

AcceptableQualityLevel(AQL)

QualitySurveillance PlanTypicalMonitoringMethods

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 43 of 103 FINAL

 

Page 47: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

1

E3 SpectrumSupportability: (All scheduledevents)

  Performance /Execution

 Product QA Schedule 

 Unsatisfactory = Anyone of thePerformanceStandards meets thefollowing:·          Performance /

Execution Rework≥20%  completed

·          Product QA ≥10%days past deliverydate

·          Schedule POA&Mextended ≥ 10%

 Excellent = All thePerformanceStandards meet thefollowing:·          Performance /

Execution Rework≤10%  completed

·          Product QA ≥10%days early delivery

·          Schedule POA&Mcompleted early ≥10%

 

KTR accuratelydocumenting taskefforts/events perMaster KTCActivity Matrix(IAW WAE 8.2.1) Governmentoversight –review /analysis /assessment/ comment /approval /acceptanceof documentation

2

E3 PlatformIntegration (All scheduledevents)

  Performance /Execution

 Product QA Schedule 

 Unsatisfactory = Anyone of thePerformanceStandards meets thefollowing:·          Performance /

Execution Rework≥20%  completed

·          Product QA ≥10%days past deliverydate

·          Schedule POA&Mextended ≥ 10%

 Excellent = All thePerformanceStandards meet thefollowing:·          Performance /

Execution Rework≤10%  completed

·          Product QA ≥10%days early delivery

Schedule POA&Mcompleted early ≥10% 

KTR accuratelydocumenting taskefforts/events perMaster KTCActivity Matrix(IAW WAE 8.2.1) Governmentoversight –review /analysis /assessment/ comment /approval /acceptanceof documentation 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 44 of 103 FINAL

 

Page 48: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

3

E3 SystemIntegration: (All scheduledevents)

  Performance /Execution

 Product QA Schedule 

 Unsatisfactory = Anyone of thePerformanceStandards meets thefollowing:·          Performance /

Execution Rework≥20%  completed

·          Product QA ≥10%days past deliverydate

·          Schedule POA&Mextended ≥ 10%

 Excellent = All thePerformanceStandards meet thefollowing:·         Performance /

Execution Rework≤10%  completed

·          Product QA ≥10%days early delivery

Schedule POA&Mcompleted early ≥10% 

KTR accuratelydocumenting taskefforts/events perMaster KTCActivity Matrix(IAW WAE 8.2.1) Governmentoversight –review /analysis /assessment/ comment /approval /acceptanceof documentation

4

KnowledgeManagementSystems (KMS) (RoutineMaintenace,Updates , Upgradesand Avaiability)

  Performance /Execution

 Product QA Schedule 

 Unsatisfactory = Anyone of thePerformanceStandards meets thefollowing:·          Performance /

Execution Rework≥20%  completed

·          Product QA ≥10%days past deliverydate

·          Schedule POA&Mextended ≥ 10%

 Excellent = All thePerformanceStandards meet thefollowing:·          Performance /

Execution Rework≤10%  completed

·          Product QA ≥10%days early delivery

Schedule POA&Mcompleted early ≥10% 

KTR accuratelydocumenting taskefforts/events perMaster KTCActivity Matrix(IAW WAE 8.2.1) Governmentoversight –review /analysis /assessment/ comment /approval /acceptanceof documentation

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 45 of 103 FINAL

 

Page 49: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

5

Meeting Support (All scheduledevents)

  Performance /Execution

 Product QA Schedule 

 Unsatisfactory = Anyone of thePerformanceStandards meets thefollowing:·          Performance /

Execution Rework≥20%  completed

·          Product QA ≥10%days past deliverydate

·          Schedule POA&Mextended ≥ 10%

 Excellent = All thePerformanceStandards meet thefollowing:·          Performance /

Execution Rework≤10%  completed

·          Product QA ≥10%days early delivery

Schedule POA&Mcompleted early ≥10% 

KTR accuratelydocumenting taskefforts/events perMaster KTCActivity Matrix(IAW WAE 8.2.1) Governmentoversight –review /analysis /assessment/ comment /approval /acceptanceof documentation

6

GovernmentFurnishedInformation (GFI) (Inventory management &updates)

  Performance /Execution

 Product QA Schedule 

 Unsatisfactory = Anyone of thePerformanceStandards meets thefollowing:·          Performance /

Execution Rework≥20%  completed

·          Product QA ≥10%days past deliverydate

·          Schedule POA&Mextended ≥ 10%

 Excellent = All thePerformanceStandards meet thefollowing:·          Performance /

Execution Rework≤10%  completed

·          Product QA ≥10%days early delivery

Schedule POA&Mcompleted early ≥10% 

KTR accuratelydocumenting taskefforts/events perMaster KTCActivity Matrix(IAW WAE 8.2.1) Governmentoversight –review /analysis /assessment/ comment /approval /acceptanceof documentation

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 46 of 103 FINAL

 

Page 50: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

7Documents (All CDRLs)

  Performance /Execution

 Product QA Schedule 

 Unsatisfactory = Anyone of thePerformanceStandards meets thefollowing:·         Performance /

Execution Rework≥20%  completed

·          Product QA ≥10%days past deliverydate

·          Schedule POA&Mextended ≥ 10%

 Excellent = All thePerformanceStandards meet thefollowing:·          Performance /

Execution Rework≤10%  completed

·          Product QA ≥10%days early delivery

Schedule POA&Mcompleted early ≥10% 

KTR accuratelydocumenting taskefforts/events perMaster KTCActivity Matrix(IAW WAE 8.2.1) Governmentoversight –review /analysis /assessment/ comment /approval /acceptanceof documentation

8

Task OrderManagement (Line/LocalManagement)

  Performance /Execution

 Product QA Schedule 

 Unsatisfactory = Anyone of thePerformanceStandards meets thefollowing:·          Performance /

Execution Rework≥20%  completed

·          Product QA ≥10%days past deliverydate

·          Schedule POA&Mextended ≥ 10%

 Excellent = All thePerformanceStandards meet thefollowing:·          Performance /

Execution Rework≤10%  completed

·          Product QA ≥10%days early delivery

Schedule POA&Mcompleted early ≥10% 

KTR accuratelydocumenting taskefforts/events perMaster KTCActivity Matrix(IAW WAE 8.2.1) Governmentoversight –review /analysis /assessment/ comment /approval /acceptanceof documentation

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 47 of 103 FINAL

 

Page 51: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 STAFFING PERFORMANCE TABLE 4: TASK ORDER STAFFING PERFORMANCE EVALUATION CRITERIA ANDSTANDARDS 

Criterion Unsatisfactory Satisfactory Excellent

Staffing

Contractor providesmarginally qualified orunqualified personnel.Lapses in coverage occurregularly. Fails to meetAQL defined below.

Contractor providesqualified personnel.Lapses in coverage mayoccasionally occur and aremanaged without anyadverse impact onperformance. New and/orsubstitute resumessubmitted IAW TaskOrder requirements. Tableof Approved Personnel isaccurate and timely.Personnel work productsare fully consistent withresume qualifications.Qualified staff providedwhen needed.

Contractor consistentlyprovides personnel whoexceed qualifications tothe benefit of theGovernment. There are nolapses in coverage. Newand/or substitute resumessubmitted IAW TaskOrder requirements. Tableof Approved Personnel isaccurate and timely.Personnel work productsare fully consistent withresume qualifications.Qualified staff providedwhen needed.

 

MANAGEMENT PERFORMANCE TABLE 5: TASK ORDER MANAGEMENT PERFORMANCE EVALUATION CRITERIAAND STANDARDS 

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

Problem Resolution

Problems are unresolved,repetitive, or take excessiveGovernment effort toresolve.

Problems are resolvedquickly with minimalGovernment involvement.

Problems arenon-existent or thecontractor takescorrective action withoutGovernmentinvolvement.

Responsiveness

Contractor’s managementis unresponsive toGovernment requests andconcerns.

Contractor’s managementis responsive toGovernment requests andconcerns.

Contractor’smanagement takesproactive approach indealing withGovernmentrepresentatives andanticipates Governmentconcerns.

Communications

Contractor often fails tocommunicate withGovernment in an effectiveand timely manner.

Contractor routinelycommunicates withGovernment in aneffective and timelymanner.

Contractor takes aproactive approach suchthat communications arealmost always clear,effective and timely.

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 48 of 103 FINAL

 

Page 52: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

COST PERFORMANCE TABLE 6: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA ANDSTANDARDS 

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

Cost Management

Contractor routinely fails tocomplete the effort withinthe originally agreed toestimated cost, i.e. costoverruns frequently occur.

Contractor routinelycompletes the effort withinthe originally agreed toestimated cost. Contractorprovides measures forcontrolling all costs atestimated costs. Fundsand resources are generallyused in a cost-effectivemanner. No majorresource managementproblems are apparent.

Reductions in directcosts to the Governmentbelow contract estimatedcosts are noteworthy.Contractor providesdetailed cost analysis andrecommendations toGovernment forresolution of problemsidentified. Funds andresources are optimallyused to provide themaximum benefit for thefunds and resourcesavailable. Documentedsavings are apparent.

Cost ReportingReports are generally late,inaccurate incomplete orunclear.

Reports are timely,accurate, complete andclearly written. Problemsand/or trends areaddressed, and an analysisis also submitted.

Reports are clear,accurate, and pro-active.Problems and/or trendsare addressed thoroughly,and the contractor’srecommendations and/orcorrective plans areimplemented andeffective.

Invoicing

Invoices are generally lateand/or contain errors.Differences betweeninvoiced amounts andprogress report expenditureare unexplained. Contractordoes not respond toGovernment questions in atimely manner.

Invoices are timely (nomore than three weeksafter the end date of theperiod being invoiced; areaccurate with respect toboth amounts andACRNs/SLINs invoiced;and differences betweenprogress reportexpenditures and invoicedcosts are explained.Contractor responds toGovernment questions ina timely manner.

Invoices are timely (nomore than two weeksafter end date of periodbeing invoiced) withrespect to both prime andsubcontractor costs; areaccurate with respect toboth ACRNs/SLINsinvoiced; and alldifferences betweenprogress reportexpenditures andinvoiced costs are fullyexplained. Contractor isvery proactive inresponding toGovernment questionsand takes prompt actionto resolve any issues.

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 49 of 103 FINAL

 

Page 53: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

SECTION F DELIVERABLES OR PERFORMANCE

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

   

4000 8/10/2011 - 8/9/2012

4100 8/10/2012 - 8/9/2013

6000 8/10/2011 - 8/9/2012

6100 8/10/2012 - 8/9/2013

CLIN -DELIVERIES OR PERFORMANCE The periods of performance for the following firm items are from date of task order awardthrough 12 months thereafter, estimated at:

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

   

4000 8/10/2011 - 8/9/2012

4100 8/10/2012 - 8/9/2013

6000 8/10/2011 - 8/9/2012

6100 8/10/2012 - 8/9/2013

The periods of performance for the following option items are from date of option exercisethrough 12 months thereafter, estimated at:

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

   

4050 8/10/2011 - 8/9/2012

4150 8/10/2012 - 8/9/2013

4200 8/10/2013 - 8/9/2014

4250 8/10/2013 - 8/9/2014

6050 8/10/2011 - 8/9/2012

6150 8/10/2012 - 8/9/2013

6200 8/10/2013 - 8/9/2014

6250 8/10/2013 - 8/9/2014

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 50 of 103 FINAL

 

Page 54: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 51 of 103 FINAL

 

Page 55: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

SECTION G CONTRACT ADMINISTRATION DATA

ACCOUNTING DATA The award document will include Accounting Data at the end of Section G. All lines ofaccounting are listed sequentially under a heading that identifies the particular action (award ormodification number) 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 receives a unique SLIN identifier, even if the fundsare an increase to an existing line of accounting (ACRN). Thus, an individual project/work area orTechnical Instruction that is funded incrementally could have one ACRN but multiple SLINs.Accounting for expenditures and invoicing at the SLIN level is required. Ddl-G10 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACTAND RESPONSIBILITIES  [ X] Procuring Contracting Officer (PCO): (a)        Name:             

Code:              CXS 13-17Address:          Naval Surface Warfare Center, Dahlgren Division

17632 Dahlgren Road, Suite 157Dahlgren, Virginia 22448-5100

Phone:             (540) 653-7089FAX:               (540) 653-6810E-mail:            

 (b)       PCO responsibilities are outlined in FAR 1.602-2. The PCO is the only personauthorized to approve changes in any of the requirements of this Task Order, notwithstandingprovisions contained elsewhere in this contract, the said authority remains solely the PCO’s. Thecontractor shall not comply with any order, direction or request of Government personnel unlessit is issued in writing and signed by the Contracting Officer or is pursuant to specific authorityotherwise included as part of this contract. In the event the contractor effects any change at thedirection of any person other than the PCO, the change will be considered to be unauthorized. [ X] Contract Specialist: 

Name:              Code:              CXS 13-12Address:          Naval Surface Warfare Center, Dahlgren Division

17632 Dahlgren Road, Suite 157Dahlgren, Virginia 22448-5100

Phone:             (540) 653-4704

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 52 of 103 FINAL

 

Page 56: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

FAX:               (540) 653-6810E-mail:            

 (a)         The Contract Specialist is the representative of the Contracting Officer for allcontractual matters. [X ] Administrative Contracting Officer (ACO) (a)        Name:              Aundre Holmes

Address:          217 East Redwood Street, Suite 1800                                    Baltimore, MD 21202-3375            Phone:             (410) 962-9906

FAX:               (410) 962-3319E-mail:             [email protected]

 (b)       The Administrative Contracting Officer (ACO) of the cognizant Defense ContractManagement Agency (DCMA) is designated as the authorized representative of the ContractingOfficer for purposes of administering this Task Order in accordance with FAR 42.3. However, inview of the technical nature of the supplies and services to be furnished, technical cognizance isretained by the Naval Surface Warfare Center, Dahlgren Division. [ X] Contracting Officer’s Representative (COR): (a)        Name:             Mark A. Silva

Code:              Q50Address:          Naval Surface Warfare Center, Dahlgren Division 

                                    5493 Marple Road, Suite 156                                   Dahlgren, Virginia 22448-5110            Phone:             (540) 653-2496 

FAX:               (540) 284-0146            E-mail:             [email protected] (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 whichis beyond the scope of the Task Order or to otherwise change any Task Order requirements. Aninformational copy of the COR appointment letter which provides a delineation of CORauthority and responsibilities is provided as an attachment to this Task Order. CONSENT TO SUBCONTRACT For subcontracts and consulting agreements for services, where the prime contractor anticipatesthat hours delivered will be counted against the hours in the Level of Effort clause below,Consent to Subcontract authority is retained by the Procuring Contracting Officer.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 53 of 103 FINAL

 

Page 57: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

    The following subcontractors are approved on this Task Order:

                                                                                                                                     

   The following consulants are approved on this Task Order:

                                      

Ddl-G1 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTINGCLASSIFICATION CITATIONS(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 PayingOffice pay in accordance with the ACRNs and SLINs noted on the contractor's invoices.  To dootherwise could result in a misappropriation of funds. 

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

SPECIAL INVOICE INSTRUCTIONS  

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

 PGI 204.7108  Payment instructions. 

      (a)  Scope.  This section applies to contracts and any separately priced orders that--

 (1)  Include contract line items that are funded by multiple accounting classification citations forwhich a contract line item or items are not broken out into separately identifiable subline items(informational subline items are not separately identifiable subline items);

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

 (3)  Authorize financing payments. 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 54 of 103 FINAL

 

Page 58: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

      (b)  For contracts and orders covered by this subpart, the contracting officer shall insert numberedinstructions in Section G (Contract Administration Data), to permit the paying office to charge theaccounting classification citations assigned to that contract line item (see DFARS 204.7104-1(a)) in amanner that reflects the performance of work on the contract. When incorporating clauses by referencein Section G, cite the clause number, title, and date.  If additional accounting classification citations aresubsequently added, the payment instructions must be modified to include the additional accountingclassification citations.  Also, contracting officers shall not issue modifications that would createretroactive changes to payment instructions.  All payment instruction changes shall be effective as ofthe date of the modification.  When some, but not all, of the fixed price line items in a contract aresubject to contract financing payments, the contracting officer shall clearly identify to which line itemsthe payment clause(s) included in Section I apply. 

      (c)  Payment instructions—

              (1)  Shall provide a methodology for the payment office to assign payments to theappropriate accounting classification citation(s), based on anticipated contract work performance;

              (2)  Shall be consistent with the reasons for the establishment of separate contract line items; 

              (3)  Shall be selected from those provided in paragraph (d) of this section; 

              (4)  Shall be revised to address the impact of changes to contract funding or significantdisparities between existing instructions and actual contract performance; 

            (5)  Shall state at what level (contract, contract line, subline, exhibit line, or ACRN) thepayment instructions should be applied;  

            (6)  Shall not be mixed within a level by contract type.  For example, if the instructions applyat the contract level, there can be only one payment instruction for each contract type.  If theinstructions apply at the contract line or subline level, there can only be one payment instruction percontract line or subline item;

            (7)  For contracts or orders that contain a combination of fixed-price, cost-reimbursement,and/or time-and-materials/labor-hour line items, shall at a minimum include separate instructions foreach contract type of contract line item (e.g., contract-wide proration for fixed-price line items andcontract-wide ACRN level for cost-reimbursement line items;

            (8)  For contracts or orders that contain foreign military sales requirements, shall includeinstructions for distribution of the contract financing payments to each country's account; and

             (9)  Shall use one of the standard payment instructions in paragraphs (d)(7) through (11) ofthis section unless the contracting officer documents in the contract file that there are significantbenefits of requiring contractor identification of the contract line item on the payment request. 

      (d)  The numbered payment instructions ((d)(1) through (12)) below correspond to the automatedpayment instructions in the supporting systems; therefore, care should be exercised when identifyingthe numbered instructions below in Section G of the contract.  Include either one contract-wide

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 55 of 103 FINAL

 

Page 59: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

instruction or one or more line item specific instructions.  The contracting officer shall not use acombination of contract-wide and line item specific instructions.

          (1)  Line item specific: single funding.  If there is only one source of funding for the contract lineitem (i.e., one ACRN), insert the following: 

252.204-0001 Line Item Specific: Single Funding.  (SEP 2009) 

The payment office shall make payment using the ACRN funding of the line item being billed.

          (2)  Line item specific: sequential ACRN order.  If there is more than one ACRN within acontract line item (i.e., informational subline items contain separate ACRNs),and the contractingofficer intends funds to be liquidated in ACRN order, insert the following:

252.204-0002 Line Item Specific:  Sequential ACRN Order.  (SEP 2009)

The payment office shall make payment in sequential ACRN order within the line item, exhausting allfunds in the previous ACRN before paying from the next ACRN using the following sequential order:Alpha/Alpha; Alpha/numeric; numeric/alpha; and numeric/numeric.   

              (3)  Line item specific: contracting officer specified ACRN order.  If there is more than oneACRN within a contract line item, (i.e. informational sub-line items contain separate ACRNs), and thecontracting officer intends the funds to be liquidated in a specified ACRN order, insert the following,including the specified order in the instruction:

252.204-0003 Line Item Specific:  Contracting Officer Specified ACRN Order.  (SEP 2009)

The payment office shall make payment within the line item in the sequence ACRN order specifiedbelow, exhausting all funds in the previous ACRN before paying from the next ACRN.

Line Item                                ACRN Order

_________                            _____________________

_________                            _____________________

            (4)  Line item specific: by fiscal year.  If there is more than one ACRN within a contract lineitem, [(i.e. informational sub-line items contain separate ACRNs), and the contracting officer intendsthe funds to be liquidated using the oldest funds first, insert the following:

252.204-0004 Line Item Specific: by Fiscal Year.  (SEP 2009)

The payment office shall make payment using the oldest fiscal year appropriations first, exhausting allfunds in the previous fiscal year before disbursing from the next fiscal year.  In the event there is morethan one ACRN associated with the same fiscal year, the payment amount shall be disbursed fromeach ACRN within a fiscal year in the same proportion as the amount of funding obligated for eachACRN within the fiscal year.    

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 56 of 103 FINAL

 

Page 60: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

              (5)  Line item specific: by cancellation date.  If there is more than one ACRN within a contractline item, (i.e. informational sub-line items contain separate ACRNs), and the contracting officerintends the funds to be liquidated using the ACRN with the earliest cancellation date first, insert thefollowing:

252.204-0005 Line Item Specific: by Cancellation Date.  (SEP 2009)

The payment office shall make payment using the ACRN with the earliest cancellation date first,exhausting all funds in that ACRN before disbursing funds from the next. In the event there is morethan one ACRN associated with the same cancellation date, the payment amount shall be disbursedfrom each ACRN with the same cancellation date in the same proportion as the amount of fundingobligated for each ACRN with the same cancellation date.

            (6)  Line item specific: proration.  If there is more than one ACRN within a contract line item,(i.e. informational sub-line items contain separate ACRNs), and the contracting officer intends thefunds to be liquidated in the same proportion as the amount of funding currently unliquidated for eachACRN, insert the following:

252.204-0006 Line Item Specific:  Proration.  (SEP 2009)

The payment office shall make payment from each ACRN in the same proportion as the amount offunding currently unliquidated for each ACRN.

            (7)  Contract-wide: sequential ACRN order.  If the contracting officer intends the funds to beliquidated in sequential ACRN order, insert the following:

252.204-0007 Contract-wide:  Sequential ACRN Order.  (SEP 2009)

The payment office shall make payment in sequential ACRN order within the contract or order,exhausting all funds in the previous ACRN before paying from the next ACRN using the followingsequential order: alpha/alpha; alpha/numeric; numeric/alpha; and numeric/numeric. 

            (8)  Contract-wide: contracting officer specified ACRN order.  If the contracting officer intendsthe funds to be liquidated in a specified ACRN order, insert the following, including the specified orderin the instruction:

252.204-0008 Contract-wide: Contracting Officer Specified ACRN Order.   (SEP 2009)

The payment office shall make payment in sequential ACRN order within the contract or order,exhausting all funds in the previous ACRN before paying from the next ACRN in the sequence orderspecified below:

ACRN Order

_____________________________

______________________________

            (9)  Contract-wide: by fiscal year.  If the contracting officer intends the funds to be liquidated in

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 57 of 103 FINAL

 

Page 61: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

fiscal year order, insert the following:

252.204-0009 Contract-wide: by Fiscal Year.  (SEP 2009)

The payment office shall make payment using the oldest fiscal year appropriations first, exhausting allfunds in the previous fiscal year before disbursing from the next fiscal year. In the event there is morethan one ACRN associated with the same fiscal year, the payment amount shall be disbursed fromeach ACRN within a fiscal year in the same proportion as the amount of funding obligated for eachACRN within the fiscal year.

            (10)  Contract-wide: by cancellation date.  If the contracting officer intends the funds to beliquidated in fiscal year order, insert the following:

252.204-0010 Contract-wide: by Cancellation Date.  (SEP 2009)

The payment office shall make payment using the ACRN with the earliest cancellation date first,exhausting all funds in that ACRN before disbursing funds from the next. In the event there is morethan one ACRN associated with the same cancellation date, the payment amount shall be disbursedfrom each ACRN with the same cancellation date in the same proportion as the amount of fundingobligated for each ACRN with the same cancellation date.

            (11)  Contract-wide: proration.  If the contract or order that provides for progress paymentsbased on costs, (unless the administrative contracting officer authorizes use of one of the otheroptions), or if the contracting officer intends the funds to be liquidated in the same proportion as theamount of funding currently unliquidated for each ACRN, insert the following:

252.204-0011 Contract-wide: Proration.  (SEP 2009)

The payment office shall make payment from each ACRN within the contract or order in the sameproportion as the amount of funding currently unliquidated for each ACRN.

            (12)  Other.  If none of the standard payment instructions identified in paragraphs (d)(1)through (11) of this section are appropriate, the contracting officer may insert other paymentinstructions, provided the other payment instructions--

(i) Provide a significantly better reflection of how funds will be expended in support of contractperformance; and

(ii) Are agreed to by the payment office and the contract administration office.

SPECIAL PAYMENT INSTRUCTIONS  

In accordance with (DFARS) PGI 204.7108 (d) (4) "252.204-0004 Line Item Specific: byFiscal Year.  (SEP 2009)" INVOICING AND PAYMENT INSTRUCTIONS FOR MULTIPLEACCOUNTING CLASSIFICATION CITATIONS

(4)  Line item specific: by fiscal year.  If there is more than one ACRN within a contract line item,

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 58 of 103 FINAL

 

Page 62: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

[(i.e. informational sub-line items contain separate ACRNs), and the contracting officer intendsthe funds to be liquidated using the oldest funds first, insert the following:

252.204-0004 Line Item Specific: by Fiscal Year.  (SEP 2009)

The payment office shall make payment using the oldest fiscal year appropriations first, exhausting allfunds in the previous fiscal year before disbursing from the next fiscal year.  In the event there is morethan one ACRN associated with the same fiscal year, the payment amount shall be disbursed fromeach ACRN within a fiscal year in the same proportion as the amount of funding obligated for eachACRN within the fiscal year.  

Ddl-G40 PAYMENT, SELECTED ITEMS OF COST REIMBURSEMENT CONTRACTS

(a)                 Travel costs The contractor shall, to the maximum extent practicable, minimize overall travel costs by takingadvantage of discounted airfare rates available thru advance purchase. Charges associated withitinerary changes and cancelations under nonrefundable airline tickets are reimbursable as long asthe changes are driven by the work requirement. (b)                 Training The Government will not allow costs, nor reimburse costs associated with the contractor fortraining employees in an effort to attain and/or maintain the depth and breadth of personnelqualifications required in the execution of this contract. Other unique specialized training may beapproved on a case-by-case basis by the Contracting Officer. Advance approval is required.Attendance at workshops or symposiums is considered training for purposes of this clause. (c)                 General Purpose Office Equipment (GPOE) and Information Technology (IT) The cost of acquisition of GPOE and IT shall not be allowable as direct charges to this contract.The contractor is expected to have the necessary CONUS facilities to perform the requirementsof this contract, including any necessary GPOE and IT. GPOE means equipment normally foundin a business office such as desks, chairs, typewriters, calculators, file cabinets, etc. IT meansany equipment or interconnected system or subsystem of equipment that is used in theautomatic acquisition, storage, manipulation, movement, control, display, switching, interchange,transmission, or reception of data or information. IT includes computers, ancillary equipment,software, firmware and similar products, services (including support services), and relatedresources for both unclassified and classified applications. (d)                 The requirements of the above clause apply equally to subcontractors andconsultants.  HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (APR 2011)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 59 of 103 FINAL

 

Page 63: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 (a) In accordance with the clause of this contract entitled “ELECTRONICSUBMISSION OF PAYMENT REQUESTS” (DFARS 252.232-7003), the Naval SeaSystems Command (NAVSEA) will utilize the DoD Wide Area Workflow Receipt andAcceptance (WAWF) system to accept supplies/services delivered under this contract.This web-based system located at https://wawf.eb.mil provides the technology forgovernment contractors and authorized Department of Defense (DoD) personnel togenerate, capture and process receipt and payment-related documentation in a paperlessenvironment. Invoices for supplies/services rendered under this contract shall besubmitted electronically through WAWF. Submission of hard copy DD250/invoices mayno longer be accepted for payment. (b) It is recommended that the person in your company designated as the CentralContractor Registration (CCR) Electronic Business (EB) Point of Contact and anyoneresponsible for the submission of invoices, use the online training system for WAWF athttp://wawftraining.com. The Vendor, Group Administrator (GAM), and sectionsmarked with an asterisk in the training system should be reviewed. Vendordocumentation is available under Resources at http://wawftraining.com. (c) The designated CCR EB point of contact is responsible for activating the company’sCAGE code on WAWF by calling 1-866-618-5988. Once the company is activated, theCCR EB point of contact will self-register under the company’s CAGE code on WAWFand follow the instructions for a group administrator. After the company is set-up onWAWF, any additional persons responsible for submitting invoices must self-registerunder the company’s CAGE code at https://wawf.eb.mil.  (d) The contractor shall use the following document types, DODAAC codes andinspection and acceptance locations when submitting invoices in WAWF:

Type of Document(s) (contracting officer check all that apply)

  Invoice (FFP Supply & Service)

   

  Invoice and Receiving Report Combo (FFP Supply)

   

  Invoice as 2-in-1 (FFP Service Only)

   

 X Cost Voucher (Cost Reimbursable, T&M , LH, or FPI)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 60 of 103 FINAL

 

Page 64: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

   

  Receiving Report (FFP, DD250 Only)

 DODAAC Codes and Inspection and Acceptance Locations

Issue DODAAC N00178

Admin DODAAC S2101A

Pay Office DODAAC HQ0338

Inspector DODAAC N00178

Service Acceptor DODAAC N00178

Service Approver DODAAC N00178

Ship To DODAAC N00178

DCAA Auditor DODAAC  HAA211

LPO DODAAC N/A

Inspection Location Destination

Acceptance Location Destination

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

  (e) The Contractor agrees to segregate costs incurred under this task order at the lowestlevel ofperformance, either task or subtask, rather than on a total task order basis, and to submit invoicesreflecting costs incurred at that level. Supporting documentation in WAWF for invoices shallinclude summaries of work charged during the period covered as well as overall cumulativesummaries by individual labor categories, rates, and hours (both straight time and overtime)invoiced; as well as a cost breakdown of ODCs (materials and travel), by line item task orsubtask. Subcontractors are also required to provide labor categories, rates, and hours (bothstraight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travelinvoiced. Supporting documentation may be encrypted before submission to the primecontractor for WAWF invoice submittal. Subcontractors may email encryption code informationdirectly to the Contracting Officer and Contracting Officer Representative. Should thesubcontractor lack encryption capability, the subcontractor may also email detailed supportingcost information directly to the Contracting Officer and Contracting Officer Representative; orother method as agreed to by the Contracting Officer.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 61 of 103 FINAL

 

Page 65: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

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

Send Additional Email Notification To:

WAWF Approver: [email protected] Officers Representative: [email protected] Specialist: [email protected]

(g) The contractor shall submit invoices/cost vouchers for payment per contract termsand the government shall process invoices/cost vouchers for payment per contract terms.Contractors approved by DCAA for direct billing will submit cost vouchers directly toDFAS via WAWF. Final voucher submission will be approved by the ACO. (h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above1-866 number or the NSWCDD WAWF point of contact, Bill Deyo, at (540) 653-4705 [email protected]. Ddl-G12 POST AWARD MEETING (a)     A Kick-off Meeting with the successful offeror will be conducted within 30 working daysafter award of the task order. The meeting will be held at NSWC Dahlgren. (b)     The contractor will be given at least five working days notice prior to the date of theconference by the Contracting Officer. (c)     The requirement for a Kick-off meeting shall, in no event, constitute grounds for excusabledelay by the Contractor in performance of any provisions in the Task Order. 

EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES When a Government facility is closed and/or early dismissal of Federal employees is directed dueto severe weather, a security threat, or a facility related problem that prevents personnel fromworking, on-site contractor personnel regularly assigned to work at that facility should follow thesame reporting and/or departure directions given to Government personnel. The contractor shallnot direct charge to the contract for time off, but shall follow parent company policies regardingtaking leave (administrative or other). Non-essential contractor personnel, who are not requiredto remain at or report to the facility, shall follow their parent company policy regarding whetherthey should go/stay home or report to another company facility. Subsequent to an early

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 62 of 103 FINAL

 

Page 66: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

dismissal and during periods of inclement weather, on-site contractors should monitor radio andtelevision announcements before departing for work to determine if the facility is closed oroperating 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 contractorswill continue working established work hours or take leave in accordance with parent companypolicy. Those contractors who take leave shall not direct charge the non-working hours to thetask 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 duringthe task order period of performance and shall not follow any verbal directions to the contrary. Adetermination of cost allowability for time lost due to facility closure will be made in accordancewith FAR, applicable Cost Accounting Standards, and the Contractor's established accountingpolicy. 

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------400001 Q05000/10746743 383114.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00910  Base Period Labor  WCF FUNDS EXPIRES 12/31/2049  400002 Q05000/10746743 164081.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00910  Base Period Labor  WCF FUNDS EXPIRES 12/31/2049  400003 Q05000/10746743 615305.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00910  Base Period Labor  WCF FUNDS EXPIRES 12/31/2049  400004 Q05000/12071812 10000.00  LLA : AB 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8311GQ193  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400005 Q05000/12071816 4000.00  LLA : AC 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8311GQ707  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400006 Q05000/12103693 265000.00  LLA : AD 1711810 82MA 252 V5H00 0 050120 2D 000000 A00000780996  Standard Number: N0002411RX02253/AA Base Period Labor 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 63 of 103 FINAL

 

Page 67: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

FY11 OPN FUNDS EXPIRES 09/30/2011  400007 Q05000/12165434 24800.00  LLA : AE 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCA11L6E32  Base Period Labor FY08 SCN FUNDS EXPIRES 09/30/2011  400008 Q05000/12103695 400000.00  LLA : AF 1711804 8B2B 252 V5H00 0 050120 2D 000000 A00000742550  Standard Number: N0002411RX01858/AA Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  600001 Q05000/10746743 28837.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00910  Base Period ODCs WCF FUNDS EXPIRES 12/31/2049  600002 Q05000/10746743 12350.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00910  Base Period ODCs - E3 Platform Integration (ITD & PE3)  600003 Q05000/10746743 46313.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00910  Base Period ODCs  WCF FUNDS EXPIRES 12/31/2049  600004 Q05000/12071812 5000.00  LLA : AB 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8311GQ193  Base Period ODCs FY11 OMN FUNDS EXPIRES 09/30/2011  600005 Q05000/12071816 1000.00  LLA : AC 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8311GQ707  Base Period ODCs FY11 OMN FUNDS EXPIRES 09/30/2011  600006 Q05000/12103693 20000.00  LLA : AD 1711810 82MA 252 V5H00 0 050120 2D 000000 A00000780996  Standard Number: N0002411RX02253/AA Base Period ODCs FY11 OPN FUNDS EXPIRES 09/30/2011  600007 Q05000/12165434 200.00  LLA : AE 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCA11L6E32  Base Period ODCs FY08 SCN FUNDS EXPIRES 09/30/2011   BASE Funding 1980000.00 Cumulative Funding 1980000.00  MOD 01  400009 Q54000/12291042 710828.00  LLA : AG 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111GA401  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400010 Q54000/12291045 100875.00  LLA : AH 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111GB412  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 64 of 103 FINAL

 

Page 68: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400011 Q54000/12291046 296307.00  LLA : AJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111GG401  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400012 Q54000/12291047 180561.00  LLA : AK 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8A11GN401  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400013 Q54000/12291048 29420.00  LLA : AL 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8A11GY471  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400014 Q54000/12291049 20750.00  LLA : AM 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8A11LCC19  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400015 Q53000/12373024 80000.00  LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8509CGX05  Base Period Labor FY07 OGVT FUNDS EXPIRES 12/3/2012  400016 Q53000/12373026 20000.00  LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8511KA419  Base Period Labor FY10 RDTE 64 FUNDS EXPIRES 09/30/2011  400017 Q53000/12373048 23000.00  LLA : AQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21K55113AQ53  Base Period Labor FY10 RDTE 64 FUNDS EXPIRES 09/30/2011  400018 Q53000/12373050 10000.00  LLA : AR 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8509HA320  Base Period Labor FY09 OPN FUNDS EXPIRES 09/30/2011  400019 Q54000/12373064 66900.00  LLA : AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8A10HA401  Base Period Labor FY10 OPN FUNDS EXPIRES 09/30/2012  400020 Q53000/12413581 9000.00  LLA : AT 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8511CD201  Base Period Labor WCF FUNDS EXPIRES 11/30/2011  400021 Q54000/12423681 119000.00  LLA : AU 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8011GB750  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2012  400022 W05000/1242358C 57000.00  LLA : AV 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCV11QTSM1  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 65 of 103 FINAL

 

Page 69: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

Base Period Labor FY11 RDTE 64 FUNDS EXPIRES 09/30/2011  400023 W05000/1242359C 71000.00  LLA : AW 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCV11CVTS2  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400024 W05000/1242360C 5000.00  LLA : AX 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCV1179QE3  Base Period Labor FY10 RDTE 65 FUNDS EXPIRES 09/30/2011  400025 W05000/1244082C 9000.00  LLA : AY 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBZ11Q5E34  Base Period Labor FY11 RDDA 64 FUNDS EXPIRES 09/30/2011  400026 W05000/1244113C 23000.00  LLA : AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBZ11QE3M4  Base Period Labor FY11 RDDA 64 FUNDS EXPIRES 09/30/2011  400027 Q53000/12434096 20000.00  LLA : BA 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8511JP300  Base Period Labor WCF FUNDS EXPIRES 09/30/2011  400028 Q53000/12434097 8000.00  LLA : BB 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8510HG333  Base Period Labor FY09 OPN FUNDS EXPIRES 09/30/2011  400029 Q53000/12434099 32000.00  LLA : BC 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8511GZ721  Base Period Labor FY11 OMN FUNDS EXPIRES 01/30/2012  400030 Q53000/12433986 17000.00  LLA : BD 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8509HA313  Base Period Labor FY09 OPN FUNDS EXPIRES 09/30/2011  400031 Q53000/12433988 22000.00  LLA : BE 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8511GP773  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400032 Q53000/12433989 20000.00  LLA : BF 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8510HZ421  Base Period Labor FY10 OPN FUNDS EXPIRES 09/30/2011  400033 Q53000/12433990 50000.00  LLA : BG 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8511GG422  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400034 Q53000/12433991 7000.00  LLA : BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8511GW401  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 66 of 103 FINAL

 

Page 70: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400035 Q53000/12434007 10000.00  LLA : BJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8510HZ420  Base Period Labor FY10 OPN FUNDS EXPIRES 09/30/2011  400036 Q53000/12434093 5000.00  LLA : BK 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8511EA400  Base Period Labor FY10 RDTE 64 FUNDS EXPIRES 09/30/2011  400037 Q54000/12454721 81500.00  LLA : BL 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8D11ER499  Base Period Labor FY11 RDTE 66 FUNDS EXPIRES 12/31/2011  400038 Q53000/12434092 15000.00  LLA : BM 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8511GY472  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400039 Q53000/12434102 12000.00  LLA : BN 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8511GZ403  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400040 Q53000/12505189 7000.00  LLA : BP 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8311GM722  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400041 Q53000/12505194 7000.00  LLA : BQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8310HG454  Base Period Labor FY10 OPN FUNDS EXPIRES 09/30/2011  400042 Q54000/12576754 10000.00  LLA : BS 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8511JA230  Base Period Labor WCF FUNDS EXPIRES 09/30/2011  400043 Q54000/12586921 43810.00  LLA : BT 97X4930 NH1E 000 77777 0 000178 2F 000000 21G8511R2Q51  Base Period Labor FY10 RDTE 65 FUNDS EXPIRES 09/30/2011  400044 Q50000/12628750 41163.00  LLA : BU 97X4930 NH1E 000 77777 0 000178 2F 000000 21G1611MTPS1  Base Period Labor FY11 OMN FUNDS EXPIRES 09/30/2011  400045 Q50000/12638810 12200.00  LLA : BV 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111HM407  Base Period Labor FY11 OPN FUNDS EXPIRES 09/30/2011  400046 W05000/12691025 40000.00  LLA : BW 97X4930 NH1E 000 77777 0 000178 2F 000000 21WG111CS531  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 67 of 103 FINAL

 

Page 71: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

Base Period Labor FY10 RDTE 64 FUNDS EXPIRES 09/30/2011  600008 Q54000/12291042 78981.00  LLA : AG 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111GA401  Base Period ODCs FY11 OMN FUNDS EXPIRES 09/30/2011  600009 Q54000/12291045 11208.00  LLA : AH 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111GB412  Base Period ODCs FY11 OMN FUNDS EXPIRES 09/30/2011  600010 Q54000/12291046 33693.00  LLA : AJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111GG401  Base Period ODCs FY11 OMN FUNDS EXPIRES 09/30/2011  600011 Q54000/12423681 1000.00  LLA : AU 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8011GB750  Base Period ODCs FY11 OMN FUNDS EXPIRES 09/30/2012  600012 W05000/1244082C 1000.00  LLA : AY 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBZ11Q5E34  Base Period ODCs FY11 RDDA 64 FUNDS EXPIRES 09/30/2011  600013 W05000/1244113C 4000.00  LLA : AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBZ11QE3M4  Base Period ODCs FY11 RDDA 64 FUNDS EXPIRES 09/30/2011  600014 Q54000/12454721 12000.00  LLA : BL 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8D11ER499  Base Period ODCs FY11 RDTE 66 FUNDS EXPIRES 12/31/2011  600015 Q53000/12505189 3000.00  LLA : BP 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8311GM722  Base Period ODCs FY11 OMN FUNDS EXPIRES 09/30/2011  600016 Q53000/12505194 2000.00  LLA : BQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8310HG454  Base Period ODCs FY10 OPN FUNDS EXPIRES 09/30/2011  600017 Q54000/12566105 40200.00  LLA : BR 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8109HA457  Base Period ODCs FY09 OPN FUNDS EXPIRES 09/30/2011  600018 Q54000/12586921 2000.00  LLA : BT 97X4930 NH1E 000 77777 0 000178 2F 000000 21G8511R2Q51  Base Period ODCs FY10 RDTE 65 FUNDS EXPIRES 09/30/2011   MOD 01 Funding 2481396.00 Cumulative Funding 4461396.00 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 68 of 103 FINAL

 

Page 72: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 MOD 02  400047 Q054000/12994101 8350.00  LLA : BX 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111EM403  Base Period Labor FY11 RDTE 66 FUNDS EXPIRES 12/31/2011  400048 Q51000/13185764 10000.00  LLA : BY 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8D11ER501  Base Period Labor FY11 RDTE 66 FUNDS EXPIRES 12/31/2011  400049 Q51000/13185766 40500.00  LLA : BZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21QD311KMTST  Base Period Labor FY11 DOF OT FUNDS EXPIRES 09/30/2013  400050 Q51000/13195864 123000.00  LLA : BL 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8D11ER499  Base Period Labor FY11 RDTE 66 FUNDS EXPIRES 12/31/2011  400051 Q54000/13195884 190000.00  LLA : CA 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111EM401  Base Period Labor FY11 RDTE 66 FUNDS EXPIRES 12/31/2011  400052 Q54000/13195902 25000.00  LLA : CA 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111EM401  Base Period Labor FY11 RDTE 66 FUNDS EXPIRES 12/31/2011  600019 Q54000/12994102 2500.00  LLA : BX 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111EM403  Base Period ODCs FY11 RDTE 66 FUNDS EXPIRES 12/31/2011  600020 Q51000/13185765 4000.00  LLA : BY 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8D11ER501  Base Period ODCs FY11 RDTE 66 FUNDS EXPIRES 12/31/2011  600021 Q51000/13195881 10000.00  LLA : BL 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8D11ER499  Base Period ODCs FY11 RDTE 66 FUNDS EXPIRES 12/31/2011  600022 Q54000/13195901 10000.00  LLA : CA 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111EM401  Base Period ODCs FY11 RDTE 66 FUNDS EXPIRES 12/31/2011   MOD 02 Funding 423350.00 Cumulative Funding 4884746.00  MOD 03  400053 1300248283-00001 95000.00  LLA : CB 97X4930 NH3P 252 77777 0 050120 2F 000000 A00001045903 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 69 of 103 FINAL

 

Page 73: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

Standard Number: N6600112WX00211 Base Period Labor FY12 RDTE 66 Funds EXPIRES 09/30/2012  600023 1300248283-00001 3300.00  LLA : CB 97X4930 NH3P 252 77777 0 050120 2F 000000 A00001045903 Standard Number: N6600112WX00211 Base Period ODCs FY12 RDTE 66 Funds EXPIRATION 09/30/2012   MOD 03 Funding 98300.00 Cumulative Funding 4983046.00  MOD 04  400054 1300250449-00001 270000.00  LLA : CC 1721804 8B2B 252 V5H00 0 050120 2D 000000 A00001062181 Base Period Labor FY12 OMN Funds EXPIRES 09/30/2012  400055 1300250449-00001 20000.00  LLA : CC 1721804 8B2B 252 V5H00 0 050120 2D 000000 A00001062181 Base Period Labor FY12 OMN Funds EXPIRES 09/30/2012  400056 1300250449-00001 60000.00  LLA : CC 1721804 8B2B 252 V5H00 0 050120 2D 000000 A00001062181 Base Period Labor FY12 OMN Funds EXPIRES 09/30/2012  400057 1300255316-00001 105000.00  LLA : CD 1721319 8647 252 V5H00 0 050120 2D 000000 A00001095451 Base Period Labor FY12 RDTE,N Funds EXPIRES 09/30/2013   MOD 04 Funding 455000.00 Cumulative Funding 5438046.00  MOD 05  400058 1300259719-00001 125000.00  LLA : CE 1721319 8647 252 V5H00 0 050120 2D 000000 A00001125574 Base Period Labor FY12 RDTE,N Funds EXPIRES 09/30/2013  400059 1300258825-00001 190000.00  LLA : CF 1721804 8U7N 252 V5H00 0 050120 2D 000000 A00001119167 Base Period Labor FY12 OMN Funds EXPIRES 09/30/2012  600024 1300259719-00001 5000.00  LLA : CE 1721319 8647 252 V5H00 0 050120 2D 000000 A00001125574 Base Period ODCs FY12 RDTE,N Funds Expiration 09/30/2013  600025 1300258825-00001 10000.00  LLA : CF 1721804 8U7N 252 V5H00 0 050120 2D 000000 A00001119167 Base Period ODCs FY12 O&M,N Funds Expiration 09/30/2012   

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 70 of 103 FINAL

 

Page 74: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

MOD 05 Funding 330000.00 Cumulative Funding 5768046.00  MOD 06  400060 1300273744-00001 157000.00  LLA : CG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001220357 Base Period Labor  600026 1300273744-00002 800.00  LLA : CG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001220357 Base Period ODCs   MOD 06 Funding 157800.00 Cumulative Funding 5925846.00  MOD 07  410001 1300269672 237855.00  LLA : CH 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001193740 Option Period 1 Labor  410002 1300276756 5000.00  LLA : CJ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001241658 Option Period 1 Labor  410003 1300277071 13500.00  LLA : CK 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001243466 Option Period 1 Labor  410004 1300277071 48000.00  LLA : CL 97X4930 NH1E 252 77777 0 050120 2F 000000 A10001243466 Option Period 1 Labor  410005 1300277367 39000.00  LLA : CM 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001245416 Option Period 1 Labor  410006 1300277778 266250.00  LLA : CN 1721319 8647 252 V5H00 0 050120 2D 000000 A00001248148 Option Period 1 Labor  410007 1300277429 350000.00  LLA : CP 1721804 8B2B 252 V5H00 0 050120 2D 000000 A00001246060 Option Period 1 Labor  410008 1300277781 1066600.00  LLA : CQ 1721804 8B2B 252 V5H00 0 050120 2D 000000 A00001248076 Option Period 1 Labor  410009 1300279985 175000.00  LLA : CR 1721804 8U7N 252 V5H00 0 050120 2D 000000 A00001261950 Option Period 1 Labor  410010 1300281734 22150.00  LLA : CS 1721804 8U7N 252 V5H00 0 050120 2D 000000 A00001273550 Option Period 1 Labor  410011 1300281735 53000.00  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 71 of 103 FINAL

 

Page 75: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

LLA : CT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001273611 Option Period 1 Labor  610001 1300269672 4000.00  LLA : CH 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001193740 Option Period 1 ODCs  610002 1300277071 500.00  LLA : CK 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001243466 Option Period 1 ODCs  610003 1300277071 2000.00  LLA : CL 97X4930 NH1E 252 77777 0 050120 2F 000000 A10001243466 Option Period 1 ODCs  610004 1300277367 1000.00  LLA : CM 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001245416 Option Period 1 ODCs  610005 1300277429 32000.00  LLA : CP 1721804 8B2B 252 V5H00 0 050120 2D 000000 A00001246060 Option Period 1 ODCs  610006 1300279985 15000.00  LLA : CR 1721804 8U7N 252 V5H00 0 050120 2D 000000 A00001261950 Option Period 1 ODCs  610007 1300281734 7500.00  LLA : CS 1721804 8U7N 252 V5H00 0 050120 2D 000000 A00001273550 Option Period 1 ODCs  610008 1300281735 1000.00  LLA : CT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001273611 Option Period 1 ODCs   MOD 07 Funding 2339355.00 Cumulative Funding 8265201.00  MOD 08  410012 1300286178 80000.00  LLA : CU 1721319 8647 252 V5H00 0 050120 2D 000000 A00001296102 Standard Number: N0002412WX03301-AA Option Period 1 Labor  410013 1300289633 12000.00  LLA : CV 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001312468 Option Period 1 Labor  410014 1300289167 889823.00  LLA : CW 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001310784 Option Period 1 Labor  410015 1300287865 18350.00  LLA : CX 97X4930 NH1E 253 77777 0 050120 2F 000000 A00001304666 Option Period 1 Labor - SPECIAL NOTE: SCN FUNDING - Limited Period for incurring costs. FY11 SCN FUNDS EXP 09/30/2012 NO COSTS MAY BE INCURRED AFTER THE WCD  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 72 of 103 FINAL

 

Page 76: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

410016 1300295209 130000.00  LLA : CY 1721810 82MA 252 V5H00 0 050120 2D 000000 A00001336561 Option Period 1 Labor  410017 1300289788 14457.00  LLA : CZ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001313861 Option Period 1 Labor  410018 1300289789 20000.00  LLA : DA 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001313863 Option Period 1 Labor  410019 1300289790 40000.00  LLA : DB 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001313868 Option Period 1 Labor  410020 1300291009 7406.00  LLA : DC 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001317865 Option Period 1 Labor  410021 1300287696 75000.00  LLA : DD 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001303955 Option Period 1 Labor  410022 1300290437 5000.00  LLA : DE 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001315979 Option Period 1 Labor  410023 1300290460 10000.00  LLA : DF 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001316157 Option Period 1 Labor  410024 1300297025 17460.00  LLA : DG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001346106 Option Period 1 Labor  410025 1300291272 497000.00  LLA : DH 1721804 8B2B 252 V5H00 0 050120 2D 000000 A00001318996 Standard Number: N0002412WX02868-AA Option Period 1 Labor  410026 1300295370 67000.00  LLA : DJ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001337435 Option Period 1 Labor - SPECIAL NOTE: SCN FUNDING - Limited Period for incurring costs. FY09 SCN FUNDS EXP 09/30/2012 NO COSTS MAY BE INCURRED AFTER THE WCD  410027 1300292382 54748.00  LLA : DK 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001323406 Option Period 1 Labor  410028 1300291181 80000.00  LLA : DL 1721804 8U7N 252 V5H00 0 050120 2D 000000 A00001318648 Standard Number: N0002412WX00768-AA Option Period 1 Labor  410029 1300290493 9000.00  LLA : DM 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001316295 Option Period 1 Labor 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 73 of 103 FINAL

 

Page 77: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 410030 1300290431 9000.00  LLA : DN 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001315929 Option Period 1 Labor  410031 1300298448 265000.00  LLA : DP 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001353550 Option Period 1 Labor  410032 1300297605 17000.00  LLA : DQ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001349665 Option Period 1 Labor  410033 1300297739 15450.00  LLA : DR 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001350603 Option Period 1 Labor  410034 1300297609 26000.00  LLA : DS 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001349887 Option Period 1 Labor  410035 1300297801 50000.00  LLA : DT 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001350679 Option Period 1 Labor - SPECIAL NOTE: SCN FUNDING - Limited Period for incurring costs. FY15 SCN FUNDS EXP 09/30/2012 NO COSTS MAY BE INCURRED AFTER THE WCD  410036 1300298292 4000.00  LLA : DU 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001352975 Option Period 1 Labor  410037 1300300411 49000.00  LLA : DV 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001364572 Option Period 1 Labor  410038 1300297736 90000.00  LLA : DW 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001350576 Option Period 1 Labor  410039 1300297348 35875.00  LLA : DX 1721319 15YV 252 SH377 0 050120 2D 000000 A00001348656 Standard Number: N0002412WX05058-AA Option Period 1 Labor  410040 1300297348 69000.00  LLA : DX 1721319 15YV 252 SH377 0 050120 2D 000000 A00001348656 Standard Number: N0002412WX05058-AA Option Period 1 Labor  410041 1300295243 130000.00  LLA : DY 1721810 82MA 252 V5H00 0 050120 2D 000000 A00001336374 Standard Number: N0002412WX03289-AA Option Period 1 Labor  410042 1300300387 5500.00  LLA : DZ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001364521 Option Period 1 Labor  410043 1300295242 200000.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 74 of 103 FINAL

 

Page 78: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

EA 1721810 82MA 252 V5H00 0 050120 2D 000000 A00001336326 Option Period 1 Labor  410044 1300302298 23500.00  LLA : EB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001379816 Option Period 1 Labor  410045 1300302555 250000.00  LLA : EC 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001381988 Option Period 1 Labor  410046 1300304542 50000.00  LLA : ED 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001396633 Option Period 1 Labor  410047 1300304543 35000.00  LLA : EE 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001396638 Option Period 1 Labor  410048 1300304544 55000.00  LLA : EF 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001396722 Option Period 1 Labor  610009 1300286178 10400.00  LLA : CU 1721319 8647 252 V5H00 0 050120 2D 000000 A00001296102 Option Period 1 ODCs  610010 1300295209 20000.00  LLA : CY 1721810 82MA 252 V5H00 0 050120 2D 000000 A00001336561 Option Period 1 ODCs  610011 1300289788 1000.00  LLA : CZ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001313861 Option Period 1 ODCs  610012 1300291009 1000.00  LLA : DC 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001317865 Option Period 1 ODCs  610013 1300287696 5000.00  LLA : DD 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001303955 Option Period 1 ODCs  610014 1300297025 540.00  LLA : DG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001346106 Option Period 1 ODCs  610015 1300291181 20000.00  LLA : DL 1721804 8U7N 252 V5H00 0 050120 2D 000000 A00001318648 Option Period 1 ODCs  610016 1300290493 1000.00  LLA : DM 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001316295 Option Period 1 ODCs  610017 1300290431 1000.00  LLA : DN 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001315929 Option Period 1 ODCs 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 75 of 103 FINAL

 

Page 79: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 610018 1300298448 25000.00  LLA : DP 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001353550 Option Period 1 ODCs  610019 1300300411 1000.00  LLA : DV 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001364572 Option Period 1 ODCs  610020 1300295243 20000.00  LLA : DY 1721810 82MA 252 V5H00 0 050120 2D 000000 A00001336374 Standard Number: N0002412WX03289-AA Option Period 1 ODCs  610021 1300300387 500.00  LLA : DZ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001364521 Option Period 1 ODCs   MOD 08 Funding 3513009.00 Cumulative Funding 11778210.00  MOD 09  410049 1300311755 171000.00  LLA : EG 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001470003 Option Period 1 Labor  610022 1300311755 3500.00  LLA : EG 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001470003 Option Period 1 ODCs   MOD 09 Funding 174500.00 Cumulative Funding 11952710.00  MOD 10  410050 1300315838 149000.00  LLA : EH 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001497333 Option Period 1 Labor  610023 1300315838 1000.00  LLA : EH 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001497333 Option Period 1 ODCs   MOD 10 Funding 150000.00 Cumulative Funding 12102710.00  MOD 11  410051 1300335296 802144.00  LLA : EJ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001618448 Option Period 1 Labor  410052 1300331245 135000.00  LLA : EK 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001589806 Option Period 1 Labor  410053 1300325503 101400.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 76 of 103 FINAL

 

Page 80: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

EL 1731319 15YV 252 SH377 0 050120 2D 000000 A00001552088 Standard Number: N0002413WX02956-AA Option Period 1 Labor  410054 1300330248 23000.00  LLA : EM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001584349 Option Period 1 Labor  410055 1300332250 39500.00  LLA : EN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001598380 Option Period 1 Labor  410056 1300343341 150000.00  LLA : EP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001674084 Option Period 1 Labor  410057 1300342870 30000.00  LLA : EQ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001670920 Option Period 1 Labor  410058 1300342870 140000.00  LLA : EQ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001670920 Option Period 1 Labor  410059 1300327679 14000.00  LLA : ER 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001566309 Option Period 1 Labor  610024 1300325503 2600.00  LLA : EL 1731319 15YV 252 SH377 0 050120 2D 000000 A00001552088 Standard Number: N0002413WX02956-AA Option Period 1 ODCs  610025 1300330248 2500.00  LLA : EM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001584349 Option Period 1 ODCs  610026 1300332250 2000.00  LLA : EN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001598380 Option Period 1 ODCs  610027 1300342870 10000.00  LLA : EQ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001670920 Option Period 1 ODCs  610028 1300327679 3000.00  LLA : ER 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001566309 Option Period 1 ODCs   MOD 11 Funding 1455144.00 Cumulative Funding 13557854.00 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 77 of 103 FINAL

 

Page 81: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

SECTION H SPECIAL CONTRACT REQUIREMENTS

MANDATORY REQUIREMENTS Offerors must meet all mandatory requirements at time of proposal submission, or have an acceptableplan to meet the requirements by start date of task order performance. In addition, all mandatoryrequirements must be maintained through the life of the Task Order. The mandatory requirements are asfollows: Requirement 1:  Facility Location: The offeror's primary facility shall be within one-hour average traveltime to the NSWCDD, Dahlgren, VA. In addition personnel who are to be direct charged to this taskorder must be located within the location requirements as identified in the individual Labor Categorieslisted in Attachment J.1 issued with the solicitation. 

Requirement 2:  Facility Security Clearance.  The offeror’s primary facility in the Dahlgren vicinitymust be cleared to the SECRET level.  See Attachment J.1, DD 254.

Requirement 3:  Personnel Security Clearance:  All proposed personnel shall have a SECRET clearance.Interim clearances are acceptable.  See Attachment J.1, DD 254.

Requirement 4:  Organizational Conflict of Interest (OCI): The offeror shall certify compliance with theOCI clause or present an acceptable plan to neutralize any potential conflict of interest.  Thecertification and/or mitigation plan shall cover all proposed team members.

Requirement 5:  Passports: Proposed personnel as identified in Attachment J.1, issued with thesolicitation, shall have passports.   

TASK ORDER PERSONNEL QUALIFICATIONS

To perform the requirements of the Performance Work Statement, the Government desires personnelwith the appropriate experience and professional development qualifications.  Labor categories areidentified as Key and Non-Key.  The experience level for each Key Personnel labor category is identifiedin the clause entitled PERSONNEL QUALIFICATIONS below.

Two groups of Key Personnel will support this order - Resumed Key Personnel and Non-ResumedPersonnel Performing in Key Labor Categories.  

Resumed Key Personnel are the Key Personnel whose resumes were submitted with the offeror’sproposal for evaluation purposes or their replacement in accordance with the CHANGES INRESUMED KEY PERSONNEL clause below.  (Section L provision 5.2 RESUMES identifies thenumber of Full-Time Equivalents for which resumes are required in the offeror's proposal.) KeyPersonnel qualification levels are considered to be “Desired” for those individuals whose resumes aresubmitted for evaluation with the proposal. Resumes for any replacement of these proposed resumedkey personnel following award shall be equal to or better than the individuals initially proposed, asrequired by the clause CHANGES IN RESUMED KEY PERSONNEL below.

Non-Resumed Personnel Performing in Key Labor Categories are the remaining personnel proposed

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 78 of 103 FINAL

 

Page 82: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

to provide support in the Key Personnel labor categories. 

Non-Key Personnel are the personnel proposed to provide hours in labor categories that are not identifiedas Key.  

Post Award : Based on the Key Labor Category Desired Qualifications listed below and the PWS, thecontractor will select and manage the workforce supporting this contract.  While government approval isrequired only for the Resumed Key Personnel, the entire workforce will be evaluated based on thecontractor’s performance of the PWS in accordance with the QASP.  KEY CATEGORY DESIRED QUALIFICATIONS    (1) Program Manager – 10 years of experience in DoD program management that included oversightand management using Earned Value Management (EVM), risk mitigation management and analysis, andquality assurance. 5 years of general experience in Mechanical Engineering, Electrical Engineering,Physics, Mathematics or Naval Architecture.  5 years of experience in Test, Evaluation, & Integration(TE&I) related to configuration management of SAL Command, Control, Communication, Computers,Combat Systems, and Intelligence-Surveillance and Reconnaissance (C5ISR) systems.  

   (2) Senior Engineer - 10 years of general experience in Mechanical Engineering, ElectricalEngineering, Physics, Mathematics or Naval Architecture.  5 years of experience in Test, Evaluation, &Integration (TE&I) related to configuration management of SAL Command, Control, Communication,Computers, Combat Systems, and Intelligence-Surveillance and Reconnaissance (C5ISR) systems. 7years that includes one or more of the following specific areas: EMP; E3; EMI; EMC; EMP NOTESTest;  EMP Modeling and Simulation; EMC Shipboard Electromagnetic Compatibility; EMCAcquisition Electromagnetic Compatibility; EMI problem investigation, characterization, andquantification; E3 instructions, standards, policies and procedures; EMC document review; EMC andRADHAZ certification; EMC SHIPMAIN technical assessments; EMC acquisition engineering andEMI analysis; EMI planned maintenance systems; EMC certification infrastructure; EMC certification;Fleet Response Plans (RFP); EMI fix engineering; technical program support; CASREP EMIinvestigations; and EMI characterization and quantification.

  (3)  Engineer - 7 years of general experience in Mechanical Engineering, Electrical Engineering,Physics, Mathematics or Naval Architecture.  5 years of experience in Test, Evaluation, & Integration(TE&I) related to configuration management of SAL Command, Control, Communication, Computers,Combat Systems, and Intelligence-Surveillance and Reconnaissance (C5ISR) systems. 5 years experiencethat includes one or more of the following specific areas: Integrated Topside Design; PE3; EMC; EMIproblem investigation, characterization ad quantification; EMC SHIPMAIN technical assessments; EMCacquisition engineering and EMI analysis; EMC certification infrastructure; Ship EMC certification; EMIfix engineering; and technical program support.

  (4)  Specialist Level 3 – 10 years of general technical experience related to Test, Evaluation, &Integration (TE&I) of SAL platforms.  7 years experience that includes one or more of the followingspecific areas: Integrated Topside Design; PE3; EMP NOTES Testing; EMC; E3 instructions, standards,policies and procedures; EMC document review; logistics documentation and scheduling support; EMCdatabase and tools; EMI relational database language and format; EMI planned maintenance systems;

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 79 of 103 FINAL

 

Page 83: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

and RAM EMI mitigation for removal, installation and fabrication. Accumulation of Qualifying Experience – Experience may be accumulated concurrently. All experiencemust be clearly supported by the resume or it will be discounted during the evaluation.

Professional Certifications and Development - Professional development includes honors, degrees,publications, professional licenses, accreditations, and certifications that directly impact the offerorsability to perform the contract.  Retention of these credentials, as required to maintain accreditation,throughout the duration of the contract is the responsibility of the contractor.  The years of experiencelisted above are in addition to appropriate professional development. It is incumbent upon the offeror todemonstrate that the proposed personnel have the necessary credentials and accreditations to perform thework. NON-KEY CATEGORY MINIMUM QUALIFICATIONS The contractor shall provide Non-Key Personnel that have the following qualifications:

(1)   Specialist Level 2 – 7 years of general technical experience related to Test, Evaluation, & Integration(TE&I) of SAL platforms.  5 years experience prior to issuance of this Request for Proposal (RFP) thatincludes one or more of the following specific areas: EMP NOTES Testing; PCI, EMP, EMI Testing;EMI Analysis; ITD/P3 technical documents. 

(2)   Web Developer /Administrator – 5 years experience as a web developer / IT Systems AdministratorIAT Level 2. 

(3)  Specialist Level 1 – 5 years of general technical experience related to Test, Evaluation, & Integration(TE&I) of SAL platforms.  3 years experience that includes one or more of the following specific areas:EMC database, tools and documentation; EMC and/or ITD/PE3 technical data; and EMC technicallibrarian.

(4)   3D CAD Modeler – 3 years 3D CAD experience and 2 years INVENTOR experience with 3D CADmodel configuration management; S3 D CAD model validation; and other CAD tools (AUTODESK,AutoCAD and TriMech Solidworks).

 Ddl-H13 POST AWARD CONTRACTOR PERSONNEL APPROVAL (a)                 Requests for post award approval of additional and/or replacement key personel shall besubmitted via e-mail. E mail submissions shall be made simultaneously to the Contract Specialist and theCOR. Electronic notification via e-mail from the Contract Specialist will serve as writtenapproval/disapproval on behalf of the Contracting Officer. This approval is required before an individualmay begin charging to the Task Order. (b)                 It is desired that resumes be submitted in the format required below. However, in order toexpedite contract administration, contractor format may be used providing sufficient information issubmitted for an independent comparison of the individual's qualifications with labor categoryrequirements. Currect labor rate information for the proposed individual shall be provided with the

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 80 of 103 FINAL

 

Page 84: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

request. (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. Ddl-H16 RESUME FORMAT AND CONTENT REQUIREMENTS All resumes submitted under this contract shall be provided in the following format. (a)         COMPLETE NAME (b)         CONTRACT LABOR CATEGORY (c)         CONTRACTOR'S LABOR CATEGORY (d)         CURRENT EMPLOYER (e)          AVAILABILITY (state as a percentage of a total man-year the amount of time the individual shallbe dedicated to the resultant contract. Note whether individual is proposed or is working as a keyperson on another requirement and, if so, provide explanation as to how both requirements will besatisfied). (f)          LEVEL OF SECURITY CLEARANCE (g)         CURRENT WORK LOCATION (h)          PLANNED WORK LOCATION (If the planned work location is other than the offeror'sprimary location supporting this effort, the nature of the proposed individual's planned contributionshall be discussed.)(i)      CHRONOLOGICAL WORK HISTORY/EXPERIENCE --Show experience and dates as follows: Name of Employer; 6 years 4 mos.; 10/91 -2/98; Position Title Work experience shall be presented in separate paragraphs, clearly marked with proper category ofexperience (Qualifying Experience; Non-Relevant Experience --If relevant and non-relevant experiencewas obtained while at the same employer, separate time periods shall be noted for each assignment.) Allqualifying experience shall be presented in a level of detail that will permit the evaluator to make a clearconnection between the experience and the stated qualifications for the labor category. Specific examplesof work assignments, accomplishments, and products shall be provided. Phrases such as "assistedwith", "participated in", or "supported" are unacceptable except as introductory to a detaileddescription of the actual work performed. In addition, the resume for the Project Manager shall listprevious contracts or tasks under which he/she had technical and management responsibility includingcontract number and customer point of contact. All military experience claimed shall be described such that each tour is treated as a separate employer.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 81 of 103 FINAL

 

Page 85: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

Time frames/titles/ responsibilities shall be provided at the level of detail prescribed by above. Militaryexperience not documented in this manner may not be considered. Contractors shall avoid gaps in experience as time unaccounted for may lead to rejection of the resume. The cut-off date for any experience claimed shall be the date the resume is certified (see paragraph (k)below). (j) PROFESSIONAL DEVELOPMENT --Show any honors, degrees, publications, professionallicenses, specialized certifications and other evidence of professional accomplishments that are directlyrelevant and impact the offerors ability to perform the contract. The following format is preferred: Degree(s); Date(s); Institution; Major/Minor (k) CERTIFICATION --A certification of correctness of information, signed and dated by both theperson named andthe contractor, scanned in PDF format, and forwarded electronically to the Government. The employeecertification shall include the following statement: CERTIFICATION: "I certify that the professionaldevelopment and experience described herein is complete and accurate in all respects. I consent to thedisclosure of my resume for NSWCDD Solicitation/Order N00024-11-R-3130 by (insert Companyname) and intend to make myself available to work under the contract to the extent proposed." Employee Signature and Date Contractor Signature and Date Resumes without this certification may not be considered. The employee and contractor certificationsshall not be dated earlier than the issue date of this solicitation. If the employee is not a current employee of the contractor (or a subcontractor), a copy of the acceptedoffer letter (which identifies a projected start date and the agreed to annual salary) shall be provided. SAVINGS INITIATIVES The following cost savings initiatives are required under this Task Order. Annual Labor Escalation:  Maximum Pass-Thru Rate: % Fixed Fee:

Rate Caps:                      The above maximum rates are applicable to the prime contractor. If subcontracting is proposed, theprime contractor is strongly encouraged to restrict subcontractor fixed fee to the lower of (a) the primecontractor’s fee under this order or (b) the subcontractor’s SeaPort-e fixed fee rate where the

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 82 of 103 FINAL

 

Page 86: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

subcontractor is also a prime contractor under SeaPort-e. The purpose of this is the Government’sdesire to avoid having it be more financially lucrative for a firm to be a subcontractor rather than a primecontractor under SeaPort-e. The Government strongly encourages the prime contractor to alsoimplement this under Time and Materials subcontracts. Subcontractors may not earn fee on ODC’s. The Government also strongly encourages the prime contractor to eliminate “double pass-thru” costs by(1) avoiding second tier subcontractors/consultants during performance and (2) where this situation isunavoidable, limiting subcontractor pass-thru costs to the lower of (i) the prime contractor’s pass-thrurate under this order or(ii) the subcontractor’s SeaPort-e pass-thru rate where the subcontractor is also aprime contractor under SeaPort-e. 

Ddl-H40 FUNDING PROFILE It is estimated that these incremental funds will provide the labor hours for the task order period asshown in the below chart. This quantity of labor hours is the "Required LOE" as used in the "Level ofEffort" clause of this task order. It is also considered as the "work contemplated" as referenced in FAR52.232-22, Limitation of Funds for incrementally funded periods. The following table details funding todate:

Funding Profile

CLIN Base Total ECPFF Funds This Action Previous Funds Funds AvailableBalanceUnfunded

 FundedHours 

4000 $       7,279,771   

 $                        0  $         5,577,464  $            5,577,464  $          1,702,307

6000  $          539,366  $                        0  $           348,382    $               348,382  $             190,984 -

4050  $                    0  $                        0  $                     0  $                          0  $                     0    -

6050  $                    0  $                        0  $                     0  $                          0  $                       0 -

Total  $       7,819,137  $                        0  $         5,925,846  $            5,925,846  $          1,893,291

CLIN Opt 1 Total ECPFF Funds This Action Previous Funds Funds AvailableBalanceUnfunded

 FundedHours 

4100  $       7,449,729  $           1,435,044  $         6,002,924  $           7,437,968  $               11,761

6100  $          560,229  $                 20,100  $            173,940 $              194,040 

 $             366,189 -

Total  $       8,009,958  $           1,455,144  $         6,176,864  $           7,632,008  $             377,950

Total  $     15,829,095  $           1,455,144  $       12,102,710     $         13,557,854  $          2,271,241

SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993) (a)         This contract is incrementally funded with respect to both cost and fee. The amount(s)presently available and allotted to this contract for payment of fee for incrementally funded contract lineitem number/contract subline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE"(FAR 52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below. Theamount(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 whichit is estimated the allotted amount(s) will cover are as follows:

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 83 of 103 FINAL

 

Page 87: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

 

 Allotment of Funds 

CLIN Allotted to Cost Allotted to Fee Total Est Pd Funded

4000 Base Labor   $              $             $            8/9/2012

6000 Base ODCs   $                -  $               8/9/2012

Total Base   $               $             $          

CLIN Allotted to Cost Allotted to Fee Total Est Pd Funded

4100 Opt Yr 1Labor

  $                $          $           08/09/2013

6100 Opt Yr 1 ODCs   $                -  $              08/09/2013

Total Option Yr 1   $               $           $          

Total Base & Opt Yr1

  $             $           $        

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

(a)  The Contractor agrees to provide the total level of effort specified in the next sentence inperformance of the work described in Sections B and C of this contract.  The total level of effort for theperformance of this contract shall be     total man-hours of direct labor, including subcontractordirect labor for those subcontractors specifically identified in the Contractor's proposal as having hoursincluded in the proposed level of effort. (b)  Of the total man-hours of direct labor set forth above, it is estimated that     man-hours areuncompensated effort. Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per weekwithout additional compensation for such excess work.  All other effort is defined as compensatedeffort.  If no effort is indicated in the first sentence of this paragraph, uncompensated effort performedby the Contractor shall not be counted in fulfillment of the level of effort obligations under this contract.

  Total Manhours Compensated Uncompensated

Base Period (CLIN 4000)        

Base Period - Surge Option(CLIN 4050)

       

Option 1 (CLIN 4100)    

Option 1 - Surge Option (CLIN 4150)

   

Option 2 (CLIN 4200)    

Option 2 - Surge Option (CLIN 4250)

       

Total        

  (c)  Effort performed in fulfilling the total level of effort obligations specified above shall only include effortperformed in direct support of this contract and shall not include time and effort expended on such thingsas (local travel to and from an employee's usual work location), uncompensated effort while on travel

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 84 of 103 FINAL

 

Page 88: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

status, truncated lunch periods, work (actual or inferred) at an employee's residence or other non-worklocations (except as provided in paragraph (i) below), or other time and effort which does not have aspecific and direct contribution to the tasks described in Sections B and C. (d)  The level of effort for this contract shall be expended at an average rate of approximately     hoursper week.  It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of thetechnical objective, provided such fluctuation does not result in the use of the total man-hours of effortprior to the expiration of the term hereof, except as provided in the following paragraph. (e)  If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct laborto such an extent that the total man-hours of effort specified above would be used prior to the expiration ofthe term, the Contractor shall notify the Contracting Officer in writing setting forth the accelerationrequired, the probable benefits which would result, and an offer to undertake the acceleration at no increasein the estimated cost or fee together with an offer, setting forth a proposed level of effort, cost breakdown,and proposed fee, for continuation of the work until expiration of the term hereof.  The offer shall providethat the work proposed will be subject to the terms and conditions of this contract and any additions orchanges required by then current law, regulations, or directives, and that the offer, with a written notice ofacceptance by the Contracting Officer, shall constitute a binding contract.  The Contractor shall notaccelerate any effort until receipt of such written approval by the Contracting Officer.  Any agreement toaccelerate 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 prior tothe expiration of the term.  This order shall specify the acceleration required and the resulting revised term. The Contractor shall acknowledge this order within five days of receipt. (g)  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 obligations ofthis contract.  The Contractor shall indicate on each invoice the total level of effort claimed during theperiod covered by the invoice, separately identifying compensated effort and uncompensated effort, if any. (h)  Within 45 days after completion of the work under each separately identified period of performancehereunder, the Contractor shall submit the following information in writing to the Contracting Officerwith copies to the cognizant Contract Administration Office and to the DCAA office to which vouchersare submitted:  (1) the total number of man-hours of direct labor expended during the applicable period;(2) a breakdown of this total showing the number of man-hours expended in each direct laborclassification and associated direct and indirect costs; (3) a breakdown of other costs incurred; and (4)the Contractor's estimate of the total allowable cost incurred under the contract for the period.  Within45 days after completion of the work under the contract, the Contractor shall submit, in addition, in thecase of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced torecover excess funds.  All submissions shall include subcontractor information. (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 the

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 85 of 103 FINAL

 

Page 89: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

traditional “main office” worksite. An alternative worksite means an employee’s residence or atelecommuting center.  A telecommuting center is a geographically convenient office setting as an alternativeto an employee’s main office. The Government reserves the right to review the Contractor’s alternativeworksite plan. In the event performance becomes unacceptable, the Contractor will be prohibited fromcounting the hours performed at the alternative worksite in fulfilling the total level of effort obligations ofthe contract. Regardless of work location, all contract terms and conditions, including security requirementsand labor laws, remain in effect.  The Government shall not incur any additional cost nor provide additionalequipment for contract performance as a result of the Contractor’s election to implement an alternativeworksite 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 extendedand 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 each man-hourperformed in accordance with the terms of the contract.

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

SEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)

(a)                 Performance of the work hereunder shall be subject to written technical instructions issuedelectronically by the Contract Specialist on behalf of the Contracting Officer. As used herein, technicalinstructions are defined to include the following: (1)                 Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift workemphasis, fill in details or otherwise serve to accomplish the contractual PWS. (2)                 Guidelines to the Contractor which assist in the interpretation of drawings, specificationsor technical portions of work description.

 (b)                 Technical instructions must be within the general scope of work stated in the order.Technical instructions may not be used to: (1) assign additional work under the order; (2) direct a change

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 86 of 103 FINAL

 

Page 90: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

as defined 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 task order performance;or (4) change any of the terms, conditions or specifications of the order. (c)                 If, in the opinion of the Contractor, any technical instruction calls for effort outside thescope of the order or is inconsistent with this requirement, the Contractor shall notify the ContractingOfficer in writing within ten (10) working days after the receipt of any such instruction. The Contractorshall not proceed with the work affected by the technical instruction unless and until the Contractor isnotified by the Contracting Officer that the technical instruction is within the scope of this order.

Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing thatportion of the contractual work statement which is not affected by the disputed technical instructions.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 87 of 103 FINAL

 

Page 91: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

SECTION I CONTRACT CLAUSES

SECTION I CONTRACT CLAUSES 

CLAUSES INCORPORATED BY REFERENCE 52.223-18          Contractor Contractor Policy to Ban Text Messaging While Driving (SEP2010) 252.222-7006    Restrictions on the use of Mandatory Arbitration Agreements (DEC 2010)252.239-7001    Information Assurance Contractor Training and Certification (Jan 2008)

CLAUSES INCORPORATED BY FULL TEXT:

52.217-9  OPTION TO EXTEND THE TERM OF THE TASK ORDER (MAR 2000) (NAVSEA VARIATION) (SEP 2009)

(a)   The Government may extend the term of this contract by written notice(s) to theContractor within the periods specified below.  If more than one option exists theGovernment has the right to unilaterally exercise any such option whether or not it hasexercised other options. 

CLIN/PURPOSE  OPTION EXERCISE

DATE

4050  Base Labor Surge 08/09/2012

4100  Option 1 Labor  08/09/2012

4150  Option 1 Labor Surge 08/09/2013

4200  Option 2 Labor  08/09/2013

4250  Option 2 Labor  Surge 08/09/2014

6050   Base ODC  Surge 08/09/2012

6100   Option 1 ODC 08/09/2012

6150   Option 1 ODC Surge 08/09/2013

6200   Option 2 ODC 08/09/2013

6250   Option 2 ODC Surge 08/09/2014

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 88 of 103 FINAL

 

Page 92: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

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

 (c)  The total duration of this contract, including the exercise of any option(s) under thisclause, shall not exceed three (3) years, however, in accordance with paragraph (g) of therequirement of this contract entitled "LEVEL OF EFFORT" (NAVSEA 5252.216-9122), if thetotal manhours delineated in paragraph (a) of the LEVEL OF EFFORT requirement, havenot been expended within the period specified above, the Government may require theContractor to continue to perform the work until the total number of manhours specified inparagraph (a) of the aforementioned requirement have been expended.

52.222-2 Payment for Overtime Premiums (JULY 1990)  (a) The use of overtime is authorized under this contract if the overtime premium doesnot exceed $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 productionbottlenecks of a sporadic nature;

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

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

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

(b) Any request for estimated overtime premiums that exceeds the amount specifiedabove shall include all estimated overtime for contract completion and shall— 

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

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

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

(4) Provide reasons why the required work cannot be performed by usingmulti-shift operations or by employing additional personnel. 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 89 of 103 FINAL

 

Page 93: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

52.244-2 -- Subcontracts - Alternate I (JUN 2007)

(a) Definitions. As used in this clause-

"Approved purchasing system" means a Contractor's purchasing system that has been reviewed andapproved in accordance with Part 44 of the Federal Acquisition Regulation (FAR)

"Consent to subcontract" means the Contracting Officer's written consent for the Contractor to enter into aparticular subcontract.

"Subcontract" means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor tofurnish supplies or services for performance of the prime contract or a subcontract. It includes, but is notlimited to, purchase orders, and changes and modifications to purchase orders.

(b) When this clause is included in a fixed-price type contract, consent to subcontract is required only onunpriced contract actions (including unpriced modifications or unpriced delivery orders), and only ifrequired in accordance with paragraph (c) or (d) or this clause.

(c) If the contractor does not have an approved purchasing system, consent to subcontract is required forany subcontract that--

    (1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or

    (2) Is fixed-price and exceeds-

(i) For a contract awarded by the Department of Defense, the Coast Guard, or the national Aeronautics andSpace Administration, the greater of the simplified acquisition threshold or 5 percent of the total estimatedcost of the contract; or

(ii) For contracts awarded by a civilian agency other that the Coast Guard and the National Aeronauticsand Space Administration, either the simplified acquisition threshold or 5 percent of the total estimatedcost of the contract.

(d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain theContracting Officer's written consent before placing the following subcontracts:

_See Section G,  Consent to Subcontract_________________________________________

(e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontractor modification thereof for which consent is required under paragraph (b), (c), or (d) of this clause,including the following information:

(i) A description of the supplies or services to be subcontracted.

(ii) Identification of the type of subcontract to be used.

(iii) Identification of the proposed subcontractor.

(iv) The proposed subcontract price.

(v) The subcontractor's current, complete, and accurate certified cost or pricing data and Certificate ofCurrent Cost or Pricing Data, if required by other contract provisions.

(vi) The subcontractor's Disclosure Statement or Certificate relating to Cost Accounting Standards whensuch data are required by other provisions of this contract.

(vii) A negotiation memorandum reflecting --

(A) The principal elements of the subcontract price negotiations;

(B) The most significant considerations controlling establishment of initial or revised prices;

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 90 of 103 FINAL

 

Page 94: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

(C) The reason certified cost or pricing data were or were not required;

(D) The extent, if any, to which the Contractor did not rely on the subcontractor's certified cost or pricingdata in determining the price objective and in negotiating the final price;

(E) The extent to which it was recognized in the negotiation that the subcontractor's certified cost or pricingdata were not accurate, complete, or current; the action taken by the Contractor and the subcontractor; andthe effect of any such defective data on the total price negotiated;

(F) The reasons for any significant difference between the Contractor's price objective and the pricenegotiated; and

(G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanationshall identify each critical performance element, management decisions used to quantify each incentiveelement, reasons for the incentives, and a summary of all trade-off possibilities considered.

(2) The Contractor is not required to notify the Contracting Officer in advance of entering into anysubcontract for which consent is not required under paragraph (b), (c), or (d) or this clause.

(f) Unless the consent or approval specifically provides otherwise, neither consent by the ContractingOfficer to any subcontract nor approval of the Contractor's purchasing system shall constitute adetermination --

    (1) Of the acceptability of any subcontract terms or conditions;

    (2) Of the allowability of any cost under this contract; or

    (3) To relieve the Contractor of any responsibility for performing this contract.

(g) No subcontract or modification thereof placed under this contract shall provide for payment on acost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement type subcontracts shallnot exceed the fee limitations in FAR 15.404-4(c)(4)(i).

(h) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filedand prompt notice of any claim made against the Contractor by any subcontractor or vendor that, in theopinion of the Contractor, may result in litigation related in any way to this contract, with respect to whichthe Contractor may be entitled to reimbursement from the Government.

(i) The Government reserves the right to review the Contractor's purchasing system as set forth in FARSubpart 44.3.

(j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluatedduring negotiations:

Alternate I (JUN 2007). As prescribed in 44.204(a)(2), substitute the following paragraph (e)(2) forparagraph (e)(2) of the basic clause:

(e)(2) If the Contractor has an approved purchasing system and consent is not required under paragraph(c) or (d) of this clause, the Contractor nevertheless shall notify the Contracting Officer reasonably inadvance of entering into any (i) cost-plus-fixed-fee subcontract, or (ii) fixed-price subcontract that exceedseither the simplified acquisition threshold or 5 percent of the total estimated cost of this contract. Thenotification shall include the information required by paragraphs (e)(1)(i) through (e)(1)(iv) of this clause.

SUBCONTRACTORS/CONSULTANTS

(a)     In addition to the information required by FAR 52.244-2(e)(1)(vii) above, thecontractor shall include the following information in requests to add subcontractors orconsultants during performance, regardless of subcontract type or pricing arrangement.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 91 of 103 FINAL

 

Page 95: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

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

(2) Detailed justifications to include second-tier subcontracting to other subcontractors orconsultants to include a rationale why these additional firms or consultants could not beobtained by subcontracts or consulting agreements with the prime contractor. 

52.245-1 Government Property (APR 2012) 

(a) Definitions. As used in this clause—

“Cannibalize” means to remove parts from Government property for use or for installation on otherGovernment property.

“Contractor-acquired property” means property acquired, fabricated, or otherwise provided by theContractor for performing a contract, and to which the Government has title.

“Contractor inventory” means—

(1) Any property acquired by and in the possession of a Contractor or subcontractor under acontract for which title is vested in the Government and which exceeds the amounts needed tocomplete full performance under the entire contract;

(2) Any property that the Government is obligated or has the option to take over under any type ofcontract, e.g., as a result either of any changes in the specifications or plans thereunder or of thetermination of the contract (or subcontract thereunder), before completion of the work, for theconvenience or at the option of the Government; and

(3) Government-furnished property that exceeds the amounts needed to complete full performanceunder the entire contract.

“Contractor's managerial personnel” means the Contractor's directors, officers, managers, superintendents,or equivalent representatives who have supervision or direction of—

(1) All or substantially all of the Contractor's business;

(2) All or substantially all of the Contractor's operation at any one plant or separate location; or

(3) A separate and complete major industrial operation.

“Demilitarization” means rendering a product unusable for, and not restorable to, the purpose for which itwas designed or is customarily used.

“Discrepancies incident to shipment” means any differences (e.g., count or condition) between the itemsdocumented to have been shipped and items actually received.

“Equipment” means a tangible item that is functionally complete for its intended purpose, durable,nonexpendable, and needed for the performance of a contract. Equipment is not intended for sale, anddoes not ordinarily lose its identity or become a component part of another article when put into use.Equipment does not include material, real property, special test equipment or special tooling.

“Government-furnished property” means property in the possession of, or directly acquired by, theGovernment and subsequently furnished to the Contractor for performance of a contract. Government-furnished property includes, but is not limited to, spares and property furnished for repair, maintenance,overhaul, or modification. Government-furnished property also includes contractor-acquired property if the

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 92 of 103 FINAL

 

Page 96: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

contractor-acquired property is a deliverable under a cost contract when accepted by the Government forcontinued use under the contract.

“Government property” means all property owned or leased by the Government. Government propertyincludes both Government-furnished and Contractor-acquired property. Government property includesmaterial, equipment, special tooling, special test equipment, and real property. Government property doesnot include intellectual property and software.

“Loss of Government Property” means unintended, unforeseen or accidental loss, damage or destruction toGovernment property that reduces the Government’s expected economic benefits of the property. Loss ofGovernment property does not include purposeful destructive testing, obsolescence, normal wear and tearor manufacturing defects. Loss of Government property includes, but is not limited to—

(1) Items that cannot be found after a reasonable search:

(2) Theft:

(3) Damage resulting in unexpected harm to property requiring repair to restore the item to usablecondition; or

(4) Destruction resulting from incidents that render the item useless for its intended purpose orbeyond economical repair.

“Material” means property that may be consumed or expended during the performance of a contract,component parts of a higher assembly, or items that lose their individual identity through incorporationinto an end item. Material does not include equipment, special tooling, special test equipment or realproperty.

“Nonseverable” means property that cannot be removed after construction or installation withoutsubstantial loss of value or damage to the installed property or to the premises where installed.

“Precious metals” means silver, gold, platinum, palladium, iridium, osmium, rhodium, and ruthenium.

“Production scrap” means unusable material resulting from production, engineering, operations andmaintenance, repair, and research and development contract activities. Production scrap may have valuewhen re-melted or reprocessed, e.g., textile and metal clippings, borings, and faulty castings and forgings.

“Property” means all tangible property, both real and personal.

“Property Administrator” means an authorized representative of the Contracting Officer appointed inaccordance with agency procedures, responsible for administering the contract requirements and obligationsrelating to Government property in the possession of a Contractor.

“Property records” means the records created and maintained by the contractor in support of itsstewardship responsibilities for the management of Government property.

“Provide” means to furnish, as in Government-furnished property, or to acquire, as in contractor-acquiredproperty.

“Real property.” See Federal Management Regulation 102-71.20 (41 CFR 102-71.20).

“Sensitive property” means property potentially dangerous to the public safety or security if stolen, lost, ormisplaced, or that shall be subject to exceptional physical security, protection, control, and accountability.Examples include weapons, ammunition, explosives, controlled substances, radioactive materials,hazardous materials or wastes, or precious metals.

“Unit acquisition cost” means—

(1) For Government-furnished property, the dollar value assigned by the Government and identifiedin the contract; and

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 93 of 103 FINAL

 

Page 97: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

(2) For contractor-acquired property, the cost derived from the Contractor’s records that reflectconsistently applied generally accepted accounting principles.

(b) Property management.

(1) The Contractor shall have a system to manage (control, use, preserve, protect, repair andmaintain) Government property in its possession. The system shall be adequate to satisfy therequirements of this clause. In doing so, the Contractor shall initiate and maintain the processes,systems, procedures, records, and methodologies necessary for effective and efficient control ofGovernment property. The Contractor shall disclose any significant changes to its propertymanagement system to the Property Administrator prior to implementation of the changes. TheContractor may employ customary commercial practices, voluntary consensus standards, or industry-leading practices and standards that provide effective and efficient Government propertymanagement that are necessary and appropriate for the performance of this contract (except whereinconsistent with law or regulation).

(2) The Contractor's responsibility extends from the initial acquisition and receipt of property,through stewardship, custody, and use until formally relieved of responsibility by authorized means,including delivery, consumption, expending, sale (as surplus property), or other disposition, or viaa completed investigation, evaluation, and final determination for lost property. This requirementapplies to all Government property under the Contractor's accountability, stewardship, possession orcontrol, including its vendors or subcontractors (see paragraph (f)(1)(v) of this clause).

(3) The Contractor shall include the requirements of this clause in all subcontracts under whichGovernment property is acquired or furnished for subcontract performance.

(4) The Contractor shall establish and maintain procedures necessary to assess its propertymanagement system effectiveness and shall perform periodic internal reviews, surveillances, selfassessments, or audits. Significant findings or results of such reviews and audits pertaining toGovernment property shall be made available to the Property Administrator.

(c) Use of Government property.

(1) The Contractor shall use Government property, either furnished or acquired under this contract,only for performing this contract, unless otherwise provided for in this contract or approved by theContracting Officer.

(2) Modifications or alterations of Government property are prohibited, unless they are—

(i) Reasonable and necessary due to the scope of work under this contract or its terms andconditions;

(ii) Required for normal maintenance; or

(iii) Otherwise authorized by the Contracting Officer.

(3) The Contractor shall not cannibalize Government property unless otherwise provided for in thiscontract or approved by the Contracting Officer.

(d) Government-furnished property.

(1) The Government shall deliver to the Contractor the Government-furnished property described inthis contract. The Government shall furnish related data and information needed for the intendeduse of the property. The warranties of suitability of use and timely delivery of Government-furnished property do not apply to property acquired or fabricated by the Contractor as contractor-acquired property and subsequently transferred to another contract with this Contractor.

(2) The delivery and/or performance dates specified in this contract are based upon the expectationthat the Government-furnished property will be suitable for contract performance and will bedelivered to the Contractor by the dates stated in the contract.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 94 of 103 FINAL

 

Page 98: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

(i) If the property is not delivered to the Contractor by the dates stated in the contract, theContracting Officer shall, upon the Contractor's timely written request, consider an equitableadjustment to the contract.

(ii) In the event property is received by the Contractor, or for Government-furnished propertyafter receipt and installation, in a condition not suitable for its intended use, the ContractingOfficer shall, upon the Contractor's timely written request, advise the Contractor on a courseof action to remedy the problem. Such action may include repairing, replacing, modifying,returning, or otherwise disposing of the property at the Government's expense. Uponcompletion of the required action(s), the Contracting Officer shall consider an equitableadjustment to the contract (see also paragraph (f)(1)(ii)(A) of this clause).

(iii) The Government may, at its option, furnish property in an “as-is” condition. TheContractor will be given the opportunity to inspect such property prior to the property beingprovided. In such cases, the Government makes no warranty with respect to the serviceabilityand/or suitability of the property for contract performance. Any repairs, replacement, and/orrefurbishment shall be at the Contractor's expense.

(3)(i) The Contracting Officer may by written notice, at any time—

(A) Increase or decrease the amount of Government-furnished property under thiscontract;

(B) Substitute other Government-furnished property for the property previouslyfurnished, to be furnished, or to be acquired by the Contractor for the Governmentunder this contract; or

(C) Withdraw authority to use property.

(ii) Upon completion of any action(s) under paragraph (d)(3)(i) of this clause, and theContractor's timely written request, the Contracting Officer shall consider an equitableadjustment to the contract.

(e) Title to Government property.

(1) All Government-furnished property and all property acquired by the Contractor, title to whichvests in the Government under this paragraph (collectively referred to as “Government property”), issubject to the provisions of this clause. The Government shall retain title to all Government-furnished property. Title to Government property shall not be affected by its incorporation into orattachment to any property not owned by the Government, nor shall Government property become afixture or lose its identity as personal property by being attached to any real property.

(2) Title vests in the Government for all property acquired or fabricated by the Contractor inaccordance with the financing provisions or other specific requirements for passage of title in thecontract. Under fixed price type contracts, in the absence of financing provisions or other specificrequirements for passage of title in the contract, the Contractor retains title to all property acquiredby the Contractor for use on the contract, except for property identified as a deliverable end item. Ifa deliverable item is to be retained by the Contractor for use after inspection and acceptance by theGovernment, it shall be made accountable to the contract through a contract modification listing theitem as Government-furnished property.

(3) Title under Cost-Reimbursement or Time-and-Material Contracts or Cost-Reimbursable contractline items under Fixed-Price contracts.

(i) Title to all property purchased by the Contractor for which the Contractor is entitled to bereimbursed as a direct item of cost under this contract shall pass to and vest in theGovernment upon the vendor's delivery of such property.

(ii) Title to all other property, the cost of which is reimbursable to the Contractor, shall passto and vest in the Government upon—

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 95 of 103 FINAL

 

Page 99: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

(A) Issuance of the property for use in contract performance;

(B) Commencement of processing of the property for use in contract performance; or

(C) Reimbursement of the cost of the property by the Government, whichever occursfirst.

(iii) All Government-furnished property and all property acquired by the Contractor, title towhich vests in the Government under this paragraph (e)(3)(iii) (collectively referred to as“Government property)”, are subject to the provisions of this clause.

(f) Contractor plans and systems.

(1) Contractors shall establish and implement property management plans, systems, and proceduresat the contract, program, site or entity level to enable the following outcomes:

(i) Acquisition of Property. The Contractor shall document that all property was acquiredconsistent with its engineering, production planning, and property control operations.

(ii) Receipt of Government Property. The Contractor shall receive Government property anddocument the receipt, record the information necessary to meet the record requirements ofparagraph (f)(1)(iii)(A)(1) through (5) of this clause, identify as Government owned in amanner appropriate to the type of property (e.g., stamp, tag, mark, or other identification),and manage any discrepancies incident to shipment.

(A) Government-furnished property. The Contractor shall furnish a written statement tothe Property Administrator containing all relevant facts, such as cause or conditionand a recommended course(s) of action, if overages, shortages, or damages and/orother discrepancies are discovered upon receipt of Government-furnished property.

(B) Contractor-acquired property. The Contractor shall take all actions necessary toadjust for overages, shortages, damage and/or other discrepancies discovered uponreceipt, in shipment of Contractor-acquired property from a vendor or supplier, so asto ensure the proper allocability and allowability of associated costs.

(iii) Records of Government property. The Contractor shall create and maintain records of allGovernment property accountable to the contract, including Government-furnished andContractor-acquired property.

(A) Property records shall enable a complete, current, auditable record of alltransactions and shall, unless otherwise approved by the Property Administrator,contain the following:

(1) The name, part number and description, National Stock Number (if neededfor additional item identification tracking and/or disposition) and other dataelements as necessary and required in accordance with the terms and conditionsof the contract.

(2) Quantity received (or fabricated), issued, and balance-on-hand.

(3) Unit acquisition cost.

(4) Unique-item identifier or equivalent (if available and necessary forindividual item tracking).

(5) Unit of measure.

(6) Accountable contract number or equivalent code designation.

(7) Location.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 96 of 103 FINAL

 

Page 100: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

(8) Disposition.

(9) Posting reference and date of transaction.

(10) Date placed in service (if required in accordance with the terms andconditions of the contract).

(B) Use of a Receipt and Issue System for Government Material. When approved by theProperty Administrator, the Contractor may maintain, in lieu of formal propertyrecords, a file of appropriately cross-referenced documents evidencing receipt, issue,and use of material that is issued for immediate consumption.

(iv) Physical inventory. The Contractor shall periodically perform, record, and disclosephysical inventory results. A final physical inventory shall be performed upon contractcompletion or termination. The Property Administrator may waive this final inventoryrequirement, depending on the circumstances (e.g., overall reliability of the Contractor'ssystem or the property is to be transferred to a follow-on contract).

(v) Subcontractor control.

(A) The Contractor shall award subcontracts that clearly identify items to be providedand the extent of any restrictions or limitations on their use. The Contractor shallensure appropriate flow down of contract terms and conditions (e.g., extent of liabilityfor loss of Government property).

(B) The Contractor shall assure its subcontracts are properly administered and reviewsare periodically performed to determine the adequacy of the subcontractor's propertymanagement system.

(vi) Reports. The Contractor shall have a process to create and provide reports ofdiscrepancies, loss of Government property, physical inventory results, audits andself-assessments, corrective actions, and other property related reports as directed by theContracting Officer.

(vii) Relief of stewardship responsibility and liability. The Contractor shall have a process toenable the prompt recognition, investigation, disclosure and reporting of loss of Governmentproperty, including losses that occur at subcontractor or alternate site locations.

(A) This process shall include the corrective actions necessary to prevent recurrence.

(B) Unless otherwise directed by the Property Administrator, the Contractor shallinvestigate and report to the Government all incidents of property loss as soon as thefacts become know, Such reports shall, at a minimum, contain the followinginformation:

(1) Date of incident (if known).

(2) The data elements required under paragraph (f)(1)(iii)(A) of this clause.

(3) Quantity.

(4) Accountable contract number.

(5) A statement indicating current or future need.

(6) Unit acquisition cost, or if applicable, estimated sales proceeds, estimated repair orreplacement costs.

(7) All known interests in commingled material of which includes Governmentmaterial.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 97 of 103 FINAL

 

Page 101: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

(8) Cause and corrective action taken or to be taken to prevent recurrence.

(9) A statement that the Government will receive compensation covering the loss ofGovernment property, in the event the Contractor was or will be reimbursed orcompensated.

(10) Copies of all supporting documentation.

(11) Last know location.

(12) A statement that the property did or did not contain sensitive, export controlled,hazardous, or toxic material, and that the appropriate agencies and authorities werenotified.

(C) Unless the contract provides otherwise, the Contractor shall be relieved ofstewardship responsibility and liability for property when—

(1) Such property is consumed or expended, reasonably and properly, or otherwiseaccounted for, in the performance of the contract, including reasonable inventoryadjustments of material as determined by the Property Administrator;

(2) Property Administrator grants relief of responsibility and liability for loss ofGovernment property;

(3) Property is delivered or shipped from the Contractor’s plant, under Governmentinstructions, except when shipment is to a subcontractor or other location of theContractor; or

(4) Property is disposed of in accordance with paragraphs (j) and (k) of this clause.

(viii) Utilizing Government property.

(A) The Contractor shall utilize, consume, move, and store Government Property onlyas authorized under this contract. The Contractor shall promptly disclose and reportGovernment property in its possession that is excess to contract performance.

(B) Unless otherwise authorized in this contract or by the Property Administrator theContractor shall not commingle Government material with material not owned by theGovernment.

(ix) Maintenance. The Contractor shall properly maintain Government property. TheContractor's maintenance program shall enable the identification, disclosure, andperformance of normal and routine preventative maintenance and repair. The Contractorshall disclose and report to the Property Administrator the need for replacement and/orcapital rehabilitation.

(x) Property closeout. The Contractor shall promptly perform and report to the PropertyAdministrator contract property closeout, to include reporting, investigating and securingclosure of all loss of Government property cases; physically inventorying all property upontermination or completion of this contract; and disposing of items at the time they aredetermined to be excess to contractual needs.

(2) The Contractor shall establish and maintain Government accounting source data, as may berequired by this contract, particularly in the areas of recognition of acquisitions, loss of Governmentproperty, and disposition of material and equipment.

(g) Systems analysis.

(1) The Government shall have access to the contractor's premises and all Government property, atreasonable times, for the purposes of reviewing, inspecting and evaluating the Contractor's propertymanagement plan(s), systems, procedures, records, and supporting documentation that pertains to

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 98 of 103 FINAL

 

Page 102: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

Government property. This access includes all site locations and, with the Contractor’s consent, allsubcontractor premises.

(2) Records of Government property shall be readily available to authorized Government personneland shall be appropriately safeguarded.

(3) Should it be determined by the Government that the Contractor's (or subcontractor’s) propertymanagement practices are inadequate or not acceptable for the effective management and control ofGovernment property under this contract, or present an undue risk to the Government, theContractor shall prepare a corrective action plan when requested by the Property Administrator andtake all necessary corrective actions as specified by the schedule within the corrective action plan.

(4) The Contractor shall ensure Government access to subcontractor premises, and all Governmentproperty located at subcontractor premises, for the purposes of reviewing, inspecting and evaluatingthe subcontractor's property management plan, systems, procedures, records, and supportingdocumentation that pertains to Government property.

(h) Contractor Liability for Government Property.

(1) Unless otherwise provided for in the contract, the Contractor shall not be liable for loss ofGovernment property furnished or acquired under this contract, except when any one of thefollowing applies—

(i) The risk is covered by insurance or the Contractor is otherwise reimbursed (to the extent ofsuch insurance or reimbursement). The allowability of insurance costs shall be determined inaccordance with 31.205-19.

(ii) Loss of Government property that is the result of willful misconduct or lack of good faithon the part of the Contractor's managerial personnel.

(iii) The Contracting Officer has, in writing, revoked the Government's assumption of riskfor loss of Government property due to a determination under paragraph (g) of this clausethat the Contractor's property management practices are inadequate, and/or present an unduerisk to the Government, and the Contractor failed to take timely corrective action. If theContractor can establish by clear and convincing evidence that the loss of Governmentproperty occurred while the Contractor had adequate property management practices or theloss did not result from the Contractor's failure to maintain adequate property managementpractices, the Contractor shall not be held liable.

(2) The Contractor shall take all reasonable actions necessary to protect the property from furtherloss. The Contractor shall separate the damaged and undamaged property, place all the affectedproperty in the best possible order, and take such other action as the Property Administrator directs.

(3) The Contractor shall do nothing to prejudice the Government's rights to recover against thirdparties for any loss of Government property.

(4) The Contractor shall reimburse the Government for loss of Government property, to the extentthat the Contractor is financially liable for such loss, as directed by the Contracting Officer.

(5) Upon the request of the Contracting Officer, the Contractor shall, at the Government's expense,furnish to the Government all reasonable assistance and cooperation, including the prosecution ofsuit and the execution of instruments of assignment in favor of the Government in obtainingrecovery.

(i) Equitable adjustment. Equitable adjustments under this clause shall be made in accordance with theprocedures of the Changes clause. However, the Government shall not be liable for breach of contract forthe following:

(1) Any delay in delivery of Government-furnished property.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 99 of 103 FINAL

 

Page 103: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

(2) Delivery of Government-furnished property in a condition not suitable for its intended use.

(3) An increase, decrease, or substitution of Government-furnished property.

(4) Failure to repair or replace Government property for which the Government is responsible.

(j) Contractor inventory disposal. Except as otherwise provided for in this contract, the Contractor shall notdispose of Contractor inventory until authorized to do so by the Plant Clearance Officer or authorizingofficial.

(1) Predisposal requirements.

(i) If the Contractor determines that the property has the potential to fulfill requirementsunder other contracts, the Contractor, in consultation with the Property Administrator, shallrequest that the Contracting Officer transfer the property to the contract in question, orprovide authorization for use, as appropriate. In lieu of transferring the property, theContracting Officer may authorize the Contractor to credit the costs of Contractor-acquiredproperty (material only) to the losing contract with the corresponding cost, when suchmaterial is needed for use on another contract. Property no longer needed shall be consideredcontractor inventory.

(ii) For any remaining Contractor-acquired property, the Contractor may purchase theproperty at the unit acquisition cost if desired or make reasonable efforts to return unusedproperty to the appropriate supplier at fair market value (less, if applicable, a reasonablerestocking fee that is consistent with the supplier’s customary practices.)

(2) Inventory disposal schedules.

(i) Absent separate contract terms and conditions for property disposition, and provided theproperty was not reutilized, transferred, or otherwise disposed of, the Contractor, as directedby the Plant Clearance Officer or authorizing official, shall use Standard Form 1428,Inventory Disposal Schedule or electronic equivalent, to identify and report—

(A) Government-furnished property that is no longer required for performance of thiscontract;

(B) Contractor-acquired property, to which the Government has obtained title underparagraph (e) of this clause, which is no longer required for performance of thatcontract; and

(C) Termination inventory.

(ii) The Contractor may annotate inventory disposal schedules to identify property theContractor wishes to purchase from the Government, in the event that the property is offeredfor sale.

(iii) Separate inventory disposal schedules are required for aircraft in any condition, flightsafety critical aircraft parts, and other items as directed by the Plant Clearance Officer

(iv) The Contractor shall provide the information required by FAR 52.245-1(f)(1)(iii) alongwith the following:

(A) Any additional; information that may facilitate understanding of the property’sintended use.

(B) For work-in-progress, the estimated percentage of completion.

(C) For precious metals in raw or bulk form, the type of metal and estimated weight.

(D) For hazardous material or property contaminated with hazardous material, the typeof hazardous material.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 100 of 103 FINAL

 

Page 104: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

(E) For metals in mill product form, the form, shape, treatment, hardness, temper,specification (commercial or Government) and dimensions (thickness, width andlength).

(v) Property with the same description, condition code, and reporting location may begrouped in a single line item.

(vi) Scrap should be reported by “lot” along with metal content, estimated weight andestimated value.

(3) Submission requirements.

(i) The Contractor shall submit inventory disposal schedules to the Plant Clearance Officerno later than—

(A) 30 days following the Contractor's determination that a property item is no longerrequired for performance of this contract;

(B) 60 days, or such longer period as may be approved by the Plant Clearance Officer,following completion of contract deliveries or performance; or

(C) 120 days, or such longer period as may be approved by the TerminationContracting Officer, following contract termination in whole or in part.

(ii) Unless the Plant Clearance Officer determines otherwise, the Contractor need not identifyor report production scrap on inventory disposal schedules, and may process and dispose ofproduction scrap in accordance with its own internal scrap procedures. The processing anddisposal of other types of Government-owned scrap will be conducted in accordance with theterms and conditions of the contract or Plant Clearance Officer direction, as appropriate.

(4) Corrections. The Plant Clearance Officer may—

(i) Reject a schedule for cause (e.g., contains errors, determined to be inaccurate); and

(ii) Require the Contractor to correct an inventory disposal schedule.

(5) Postsubmission adjustments. The Contractor shall notify the Plant Clearance Officer at least 10working days in advance of its intent to remove an item from an approved inventory disposalschedule. Upon approval of the Plant Clearance Officer, or upon expiration of the notice period, theContractor may make the necessary adjustments to the inventory schedule.

(6) Storage.

(i) The Contractor shall store the property identified on an inventory disposal schedulepending receipt of disposal instructions. The Government's failure to furnish disposalinstructions within 120 days following acceptance of an inventory disposal schedule mayentitle the Contractor to an equitable adjustment for costs incurred to store such property onor after the 121st day.

(ii) The Contractor shall obtain the Plant Clearance Officer's approval to remove Governmentproperty from the premises where the property is currently located prior to receipt of finaldisposition instructions. If approval is granted, any costs incurred by the Contractor totransport or store the property shall not increase the price or fee of any Government contract.The storage area shall be appropriate for assuring the property's physical safety andsuitability for use. Approval does not relieve the Contractor of any liability for such propertyunder this contract.

(7) Disposition instructions.

(i) The Contractor shall prepare for shipment, deliver f.o.b. origin, or dispose of Contractorinventory as directed by the Plant Clearance Officer. Unless otherwise directed by the

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 101 of 103 FINAL

 

Page 105: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

Contracting Officer or by the Plant Clearance Officer, the Contractor shall remove anddestroy any markings identifying the property as U.S. Government-owned property prior toits disposal.

(ii) The Contracting Officer may require the Contractor to demilitarize the property prior toshipment or disposal. In such cases, the Contractor may be entitled to an equitableadjustment under paragraph (i) of this clause.

(8) Disposal proceeds. As directed by the Contracting Officer, the Contractor shall credit the netproceeds from the disposal of Contractor inventory to the contract, or to the Treasury of the UnitedStates as miscellaneous receipts.

(9) Subcontractor inventory disposal schedules. The Contractor shall require its Subcontractors tosubmit inventory disposal schedules to the Contractor in accordance with the requirements ofparagraph (j)(3) of this clause.

(k) Abandonment of Government property.

(1) The Government shall not abandon sensitive property or termination inventory without theContractor's written consent.

(2) The Government, upon notice to the Contractor, may abandon any nonsensitive property inplace, at which time all obligations of the Government regarding such property shall cease.

(3) Absent contract terms and conditions to the contrary, the Government may abandon partsremoved and replaced from property as a result of normal maintenance actions, or removed fromproperty as a result of the repair, maintenance, overhaul, or modification process.

(4) The Government has no obligation to restore or rehabilitate the Contractor's premises under anycircumstances; however, if Government-furnished property is withdrawn or is unsuitable for theintended use, or if other Government property is substituted, then the equitable adjustment underparagraph (i) of this clause may properly include restoration or rehabilitation costs.

(l) Communication. All communications under this clause shall be in writing.

(m) Contracts outside the United States. If this contract is to be performed outside of the United States andits outlying areas, the words “Government” and “Government-furnished” (wherever they appear in thisclause) shall be construed as “United States Government” and “United States Government-furnished,”respectively.

(End of clause)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 102 of 103 FINAL

 

Page 106: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA …amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram

SECTION J LIST OF ATTACHMENTS

Exhibit A - DD1423, Contract Data Requirements List (CDRLs)

Attachment J.1 - DoD Contract Security Classification Specification, DD 254, Revision 2 (Mod 10)

Attachment J.2 - Contracting Officer's Representative (COR) Appointment Letter, Revised 01/18/2012

Attachment J.4 - Non-Disclosure Statement and Conflict of Interest Statement

Attachment J.5 - Government Furnished Property List

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0023 AMENDMENT/MODIFICATION NO.

 11 PAGE

 103 of 103 FINAL