XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than...

43
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 15 31-Jul-2013 1300366502 N/A 6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION 300 Highway 361 - Building 64 Crane IN 47522-5001 @navy.mil 812-854-5966 DCMA DAYTON AREA C, BUILDING 30, 1725 VAN PATTON DRIVE WRIGHT-PATTERSON AFB OH 45433-5302 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Tri Star Engineering 3000 W. 16th Street Bedford IN 47421-3332 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4146-FC10 10B. DATED (SEE ITEM 13) CAGE CODE 03WZ3 FACILITY CODE 26-Apr-2007 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. [ ] [X] 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). Deobligation Modification IAW FAR 43.103(b) [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority) 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) Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ 31-Jul-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 2 XXXXXXXXX XXXXXXXX XXXXXX

Transcript of XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than...

Page 1: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

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

15 31-Jul-2013 1300366502 N/A6.  ISSUED BY CODE N00164 7.  ADMINISTERED BY (If other than Item 6) CODE S3605A

NSWC, CRANE DIVISION

300 Highway 361 - Building 64

Crane IN 47522-5001

@navy.mil 812-854-5966

 

DCMA DAYTON

AREA C, BUILDING 30, 1725 VAN PATTON DRIVE

WRIGHT-PATTERSON AFB OH 45433-5302

 

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

Tri Star Engineering    3000 W. 16th Street    Bedford IN 47421-3332   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4146-FC10

    10B.  DATED (SEE ITEM 13)

CAGECODE

03WZ3 FACILITY CODE   26-Apr-2007

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.

[  ]   [X] 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).  Deobligation Modification IAW FAR 43.103(b)

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

[  ] D.  OTHER (Specify type of modification and authority)  

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)

       Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/ 31-Jul-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 2

XXXXXXXXX

XXXXXXXX

XXXXXX

Page 2: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

GENERAL INFORMATION

The purpose of this modification is to deobligate funding from Labor CLIN 1200. Accordingly, said Task Order ismodified as follows:

Deobligation of Funds.

Informational SLIN for CLIN 1200 (Labor) is hereby deobligated as noted below.

Sections B and Section G have been updated to reflect these changes.

The clause Limitation of Funds (FAR 52.232-22) applies. The Government is not obligated to reimburse theContractor for cost incurred in excess of unless additional funds are made available and incorporatedas a modification to this order.

The total funded amount for CLIN 1200 (Performance and Fixed Fee) is hereby decreased by fromto

Section B and G are updated to reflect the below SLIN and ACRN changes for purposes of this deobligation.

SLIN ACRN REQN. NO. TI NO. MODNO. FROM TO BY

120012 E1 9043-7467 003 15 $

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

The total amount of funds obligated to the task is hereby decreased from byo

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 2 of 2 FINAL

 

XXXXXXXXX

XXXXXXX XXXXXXXXXXXXXX

XXXXXXXXXX

XXXXXXXXXX

XXXXXXXXXX

XXXXXXXXXXXXXXX XXXXXXXXX

Page 3: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES  For Cost Type Items:  Item   PSC Code  Supplies/Services       Qty  Unit            Est. Cost        Fixed Fee           CPFF ------ --------  -----------------       ---- ----      ---------------  --------------- --------------  1000   R425       Non-personal            1.0  LO    $       $    $                    Safety,                                            Logistics,                                         Professional                                       Development                                        Training, Program                                  Managment,                                         Information                                        Systems                                            Development,                                       Information                                        Assurance/Technol                                  ogy, Supply and                                    Provisioning,                                      Functional and                                     Administrative                                     Support. (TBD)                    100001 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 001.                    (TBD)              100002 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 002.                    (TBD)              100003 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 003.                    (TBD)              100004 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 004.                    (TBD)              100005 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 005.                    Note: Mod 12                        deobligated                          rom                      original amount                     of $                       (TBD)              100006 R425       Incremental                             Funding in the                      amount of                            CLIN                   1000 (Labor), TI                    006.  Note: Mod                     13 deobligated                       )from                        to                          TBD)  100007 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 007.                    (TBD)              100008 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 008.                    (TBD)              100009 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 001.  

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 1 of 41 FINAL

 

XXXXXX XXXX XXXXXX

XXXXX

XXX

XXX

XXX

XXX

XXX

XXXXX

XXXXXX

XXXXXXXXXXXXXX

XXX

XXX

XXX

Page 4: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

                  (TBD)              100010 R425       Incremental                             Funding in the                      amount of                     for CLIN 1000                       (Labor), TI 004.                    (TBD)              100011 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 008.                    (TBD)              100012 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 001.                    (TBD)              100013 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 003.                    (TBD)              100014 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 003.                    (TBD)              100015 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 006.                    (TBD)              100016 R425       Incremental                             Funding in the                      amount of                  for CLIN 1000                       (Labor), TI 001.                    (TBD)              100017 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 003.                    (TBD)              100018 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 006.                    Note: Mod 13                        deobligated                           from                        to                            (TBD)  100019 R425       Incremental                             Funding in the                      amount of                      for CLIN 1000                       (Labor), TI 008.                    (TBD)              100020 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 007.                    (TBD)              100021 R425       Incremental                             Funding in the                      amount of                  for CLIN 1000                       (Labor), TI 005.                    (TBD)              100022 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 005.                    (TBD)              100023 R425       Incremental           

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 2 of 41 FINAL

 

XXX

XXX

XXX

XXX

XXX

XXX

XXXX

XXX

XXX

XXXXXXXXXXXXX

XXX

XXX

XXXX

XXX

Page 5: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

                  Funding in the                      amount of                      for CLIN 1000                       (Labor), TI 004.                    (TBD)              100024 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 001.                    (TBD)              100025 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 003.                    Note: Mod 14                        deobligated                          rom                                                 (Ref.                    PR No.                              1300358539).                        (TBD)              100026 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 005.                    (TBD)              100027 R425       Incremental                             Funding in the                      amount of                  for CLIN 1000                       (Labor), TI 006.                    (TBD)              100028 R425       Incremental                             Funding in the                      amount of                   for CLIN 1000                       (Labor), TI 007.                    (TBD)              1200   R425       Non-personal            1.0  LO    $       $    $                    Safety,                                            Logistics,                                         Professional                                       Development                                        Training, Program                                  Managment,                                         Information                                        Systems                                            Development,                                       Information                                        Assurance/Technol                                  ogy, Supply and                                    Provisioning,                                      Functional and                                     Administrative                                     Support. (TBD)                    120001 R425       Incremental                             Funding in the                      amount of                   for CLIN 1200                       (Option Year 1                      Labor), TI-05.                      (TBD)              120002 R425       Incremental                             Funding in the                      amount of                   for CLIN 1200                       (Option Year 1                      Labor), TI-05.                      (TBD)              120003 R425       Incremental                             Funding in the                      amount of                  for CLIN 1200                       (Option Year 1                      Labor), TI-03.                      (TBD)              120004 R425       Incremental                             Funding in the                      amount of                   for CLIN 1200                       (Option Year 1                      Labor), TI-03.                      (TBD)              

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 3 of 41 FINAL

 

XXXXXX XXXX XXXXXX

XXX

XXX

XXX

XXXXXXXXXXXXXXX

XXX

XXXX

XXX

XXX

XXX

XXXX

XXX

Page 6: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

120005 R425       Incremental                             Funding in the                      amount of                  for CLIN 1200                       (Option Year 1                      Labor), TI-03.                      (TBD)              120006 R425       Incremental                             Funding in the                      amount of                   for CLIN 1200                       (Option Year 1                      Labor), TI-03.                      (TBD)              120007 R425       Incremental                             Funding in the                      amount of                   for CLIN 1200                       (Option Year 1                      Labor), TI-05                       (ACRN D7).  Note:                   Mod 12                              deobligated                         $  from                      original amount                     of $                       (TBD)              120008 R425       Incremental                             Funding in the                      amount of                   for CLIN 1200                       (Option Year 1                      Labor), TI-03                       (ACRN D8). (TBD)   120009 R425       Incremental                             Funding in the                      amount of                   for CLIN 1200                       (Option Year 1                      Labor), TI-05                       (ACRN D8). (TBD)   120010 R425       Incremental                             Funding in the                      amount of                   for CLIN 1200,                      Option Year                         labor, in support                   of TI-003 (ACRN                     D9). (TBD)         120011 R425       Incremental                             Funding in the                      amount of                   for CLIN 1200,                      Option Year                         labor, in support                   of TI-001 (ACRN                     D9). (TBD)         120012 R425       Incremental                             Funding in the                      amount of                      for CLIN 1200,                      Option Year                         labor, in support                   of TI-003 (ACRN                     E1). Note: Mod 15                   deobligated                           from                        original amount                     of $                        (TBD)              120013 R425       Incremental                             Funding in the                      amount of                   for CLIN 1200,                      Option Year                         labor, in support                   of TI-003 (ACRN                     E2). (TBD)         120014 R425       Incremental                             Funding in the                      amount of                   for CLIN 1200,                      Option Year                         labor, in support                   of TI-001 (ACRN                     E2). (TBD)         120015 R425       Incremental                             Funding in the    

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 4 of 41 FINAL

 

XXXXXXXXX

XXXX

XXXX

XXX

XXX

XXX

XXX

XXX

XXX

XXX

XXX

XXX

XXX

Page 7: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

                  amount of                      for CLIN 1200,                      Option Year                         labor, in support                   of TI-001 (ACRN                     E3).  Note: Mod                     12 deobligated                      $  from                      original amount                     of $                        (TBD)               For ODC Items:  Item   PSC Code  Supplies/Services       Qty  Unit            Est. Cost                                 ------ --------  -----------------       ---- ----      ----------------                                 3000   R425       Non-personal            1.0  LO       $                    Safety,                                            Logistics,                                         Professional                                       Development                                        Training, Program                                  Managment,                                         Information                                        Systems                                            Development,                                       Information                                        Assurance/Technol                                  ogy, Supply and                                    Provisioning,                                      Functional and                                     Administrative                                     Support. (TBD)                    300001 R425       Incremental                             Funding in the                      amount of                     for CLIN 3000                       (ODC's).  Note:                     Mod 12                              deobligated                         $  from                      original amount                     of $                        (TBD)              300002 R425       Incremental                             Funding in the                      amount of                        for CLIN 3000                       (ODC's).  Note:                     Mod 12                              deobligated                         $  from                        original amount                     of $  (TBD)  3200   R425       Non-personal            1.0  LO       $                    Safety,                                            Logistics,                                         Professional                                       Development                                        Training, Program                                  Managment,                                         Information                                        Systems                                            Development,                                       Information                                        Assurance/Technol                                  ogy, Supply and                                    Provisioning,                                      Functional and                                     Administrative                                     Support. (TBD)                    320001 R425       Incremental                             funding in the                      amount of                      for CLIN 3200                       (Option Year 1                      ODCs) for TI-05                     (ACRN D6). (TBD)   

The solicitation POC is:

Mr.

Telephone: (812) 854-5704

Facsimile: (812) 854-3184

@navy.mil

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 5 of 41 FINAL

 

XXXXXXXX

XXXX

XXXXXXXX

XXXXXX

XXXX

XXX

XXX

XX

XXX

XXXXX

XXXXXXXXX

Page 8: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

or alternate

Mr

Telephone: (812) 854-3680

Email: @navy.mil

The Government has awarded a Cost Reimbursement plus Fixed Fee task order. Specific tasking for performance and/or travel authorization shall be provided to the contractor via issuance of Technical Instr  

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 6 of 41 FINAL

 

XXXXXXXX

XXXXXXX

Page 9: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

SECTION C DESCRIPTIONS AND SPECIFICATIONS

STATEMENT OF WORK

FOR

ON-SITE TECHNICAL AND ADMINISTRATIVE SUPPORT

FOR

CODE 8051 BUSINESS OPERATIONS BRANCH

WITHIN

ELECTRO-OPTIC TECHNOLOGY DIVISION

CODE 805

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

Prepared byNaval Surface Warfare Center

Code 8051Crane, IN 47522-5080

1.0 SCOPE.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 7 of 41 FINAL

 

Page 10: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

The objective of this Statement of Work (SOW) is to provide non-personal technical andadministrative services for the Electro-Optic Technology Division, specifically in support of theBusiness Operations Branch, Code 8051. Code 8051 provides technical and administrative supportto all programs and projects associated with Code 805. Contractor support includes administrationand clerical, project, financial, data management, information technology / services, LANadministration and Legacy Systems support, safety engineering, training, travel, continuousimprovement, supply and provisioning and graphics support. Services to be provided are listedbelow:

3.9 Safety Engineering3.12 Information System (IS) Development, Information Assurance

(IA) and Information Technology (IT) Support3.16 Logistics Support3.18.2 Professional Development and Training Support3.2 Program Support3.2.1 Functional and Administrative Support

1.1 Background. The Electro-Optic (EO) Technology Division, Code 805, providestechnical/program management and full life-cycle design, engineering, logistics, test andevaluation services to the Warfighter (Navy, Army, Marine Corps, U.S. Coast Guard, USSOCOM andSpecial Programs with Navy, Army, and Air Force) to electro-optic and laser systems. The EOBusiness Operations Branch, Code 8051, provides services to support the Division’s daily operations.These services include but are not limited to administrative, acquisition and procurement, businessand financial, human resources, facilities, safety, quality/ISO compliance and informationtechnology.

2.0 APPLICABLE DOCUMENTS.

All applicable documents pertaining to the tasking requirements in section 3.0 can be obtained onsite at Naval Surface Warfare Center, Crane Indiana. Documents include military specifications andstandards, instructions and directives. This includes all local instructions and policies.

3.0 TASK REQUIREMENTS.

The contractor shall furnish all equipment, facilities, and labor by qualified personnel, except asspecified herein, to provide the following support services. The contractor is authorized to performthe requirements of the SOW without further direction from the Task Order Manager (TOM).Technical Instructions (TI’s) will be utilized to delineate specific efforts when applicable.

3.1 Continuous Improvement (CI)/Lean Support. The Contractor shall provide CI/LEAN support,LEAN data analysis, metric development, data management and program management supportservices to the NSWC, Crane Electro-Optic Technology Division. The Contractor shall furnish allmaterial, equipment, facilities and labor by qualified personnel, except as specified herein, toprovide the technical support services defined within this SOW.

3.1.1 The Contractor shall assist the Electro-Optic Technology Division’s Continuous ImprovementCore Team in Rapid Improvement Events (RIE) and Value Stream Mapping Analysis (VSA),conductingpre-event planning and preparation, training participants, leading events, and compiling, analyzing

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 8 of 41 FINAL

 

Page 11: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

and managing the resulting data. The Contractor shall implement Lean, Six Sigma, and Theory ofConstraints (including metrics and standards of approach).

3.1.2 The Contractor shall identify gaps between the current and ideal state, and assist in thedevelopment of rapid improvement action plans for the efforts required to close or eliminate theidentified gaps.

3.1.3 The Contractor shall assist NSWC Crane with the Continuous Improvement Plan by planning,training, facilitating continuous improvement events and monitoring administrative and integratedfunctions or activities as necessary to successfully implement and sustain Crane’s ContinuousImprovement processes. The following tools, tasks and schedules shall be utilized:

3.1.4 Value Stream Mapping (VSM). The Contractor shall describe the current process bydocumenting the current activities, material and information flow. Existing documentation andinformation on the current process shall be used as much as possible. High Level VSAs and Tier 1VSAs shall be performed, and will last approximately 3-5 days. The Contractor shall assist the clientin proper approach and techniques for Value Stream Mapping, Value Stream focus and ValueStream Alignment.

3.1.5 The Contractor shall identify major barriers found in the current process / processes thatprevent the customer from achieving customer objectives. The Contractor shall assist the client inusing Lean approaches to eliminate and overcome barriers such as monuments, organizationalalignment, asset availability, etc.

3.1.6 The Contractor shall create a current state, ideal state and a future state (approximately 12months in the future) value stream map. The future state value stream map shall be updatedannually or when the current state value stream map nears the future state value stream map,whichever occurs first. The Value Stream Maps must include, at a minimum: Flow of Information,Flow of Material, Process Throughput time, key asset identification, Supply Chain (whereappropriate), and product/service delivery loop(s).

3.1.7 The Contractor shall identify the gaps between the current state and the future state valuestream maps, and suggest improvement efforts needed to close or eliminate the identified gaps in arapid improvement action plan. Rapid Improvement Events (RIE) will normally stem from successfulVSAs.

3.1.8 Continuous Improvement Training. The Contractor shall perform Lean, Six Sigma, andTheory of Constraints training specifically tailored to meet NSWC Crane and NSWC Crane’scustomer requirements. The training shall be used to train facilitators on shop floors, working areasand offices, as well as to familiarize employees and management with Lean Manufacturing, SixSigma, and Theory of Constraints principles. Training workshops for Continuous Improvement CoreTeam members are envisioned during the 4th day of Rapid Improvement execution week.

3.1.9 Rapid Improvement Events (RIE) during Execution Week. The Contractor shall perform rapidimprovement events to infuse Continuous Improvement strategies and principles into NSWC Crane’sprocess/processes, and shall demonstrate the ability to implement Lean and Six Sigma approachesto enhance mission readiness. These sessions will not be a planning session, but a “planning anddoing” session. The goal of the engagement is to transfer knowledge and skills to NSWC Craneemployees, while achieving significant improvement to cost schedule and quality in the impactedareas.

3.1.9.1 There will be a 3-week preparation before an execution of an RIE, to include topics, teamforming and targets for the RIE. The Contractor shall be expected to actively participate in the

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 9 of 41 FINAL

 

Page 12: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

preparation by reviewing team charters, goals and approaches, in order to enhance team resultsduring the impending RIE week.

3.1.9.2 RIEs will last normally 5 days, although provisions should be made to accommodate 4 dayevents by exception. The week is expected to proceed as follows, but can be modified to fitcustomer needs: Day 1 will be devoted to the study of current conditions. Day 2 will be devoted toimplementing the proposed major changes in the process. Day 3 will be devoted to trying out newprocesses anddebugging it. Day 4 will be devoted to a standard walkthrough and redeployment effort of theaffected area. Day 5 will be a LEAN team brief out of the process improvements that were madeduring the event.

3.1.9.2.1 The structure of the RIE week (5 days) shall include training, daily management briefings,support of the various RIE Teams, calculation of actual savings, coaching of the management teamand final team presentations to management.

3.1.9.3 There shall be a 3-week follow up on the improved process after the RIE.

3.1.9.4 The following tools shall be utilized for waste identification:

• Takt Time• Time Observation• Bar Chart• Spaghetti Diagram• Flow Diagram• Combination Sheet• Standard Work Sheet• Production Control Board• Standard WIP

3.1.10 The Contractor shall identify to the Continuous Improvement Core Team specific, achievablebenefits and their associated metrics.

3.1.11 The Contractor shall identify, record, and present to the Continuous Improvement Team the“before and after” metrics.

3.1.12 The Contractor shall develop implementation plans to assist with the achievement ofidentified benefits.

3.1.13 The Contractor shall establish baseline performance benchmarks utilizing Lean, Six Sigmaand Theory of Constraints prior to initiation of implementation activities.

3.1.14 The Contractor shall analyze (following Continuous Improvement implementations)performance improvements, and develop a business case for similar implementations. Threealignment review visits are expected to assure effective implementation.

3.1.15 The Contractor shall provide personnel qualified in the six sigma Define-Measure-Analyze-Improve-Control (DMAIC) approach, as well as traditional Lean manufacturing as requested by thecustomer. The Contractor shall provide training on statistical tools and analyses, project selectionand project scoping to customer employees. The Contractor shall also attain Black Belt certification,in accordance with NAVSEA requirements.

3.1.16 Contractor shall establish methodology for maintenance of the various Value Stream Maps,

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 10 of 41 FINAL

 

Page 13: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

Rapid Improvement Action Plans, Training and coordination across multiple value streams withinthe client site.

3.2 Safety Engineering. The Contractor shall provide safety support, compliance, data analysis,metrics development and reporting for the Electro-Optic Technology Division. The Contractor shallfurnish all material, equipment, facilities and labor by qualified personnel, except as specifiedherein, to provide the technical support services defined within this SOW.

3.2.1 The Contractor shall develop, review, evaluate, audit and annotate safety program plans,trackingprocedures, hazard lists, safety evaluation and testing plans/procedures, reports, and other safetyand hazard operation/engineering documents. Evaluation shall be for compliance withMIL-STD-882 and other contract requirements as specified.

3.2.2 The Contractor shall recommend changes to the evaluated documents to more preciselydefine safety objectives, and facilitate their translation into the workplace.

3.2.3 The Contractor shall attend Safety Program Reviews and perform safety analyses.

3.2.4 The Contractor shall provide the Government with reports concerning safety hazards, potentialsafety hazards, and acceptable alternatives for correcting safety problems discovered.

3.2.5 The Contractor shall immediately take action on reported safety issues, and track the actionsthrough completion of the resolution. The Contractor shall immediately inform the managementchain of such safety issues.

3.2.6 Appropriate metrics shall be developed and tracked. Reporting mechanisms shall bedeveloped to keep management abreast of adherence, efficiency and cost.

3.3 Information system (IS) Development, Information Assurance (IA), and InformationTechnology (IT) Support. The Contractor shall provide Information Technology support to theElectro-Optic Technology Division. The Contractor shall furnish all material, equipment, facilitiesand labor by qualified personnel, except as specified herein, to provide the technical supportservices defined within this SOW.

3.3.1 Contractor shall provide Local Area Networking (LAN) support that is outside the cognizance ofthe Navy Marine Corp Intranet (NMCI).

3.3.2 Contractor shall provide support to legacy systems that are outside the cognizance of the NavyMarine Corp Intranet (NMCI), including hardware and software items, maintaining equipment &software configuration and providing database administration for legacy systems.

3.3.3 The Contractor shall investigate, review, develop and/or make recommendations for new orupgraded management information systems. The Contractor shall formulate alternative methods toaccomplish the desired objectives, including their strong and weak points; make recommendationson integrating existing systems or using other Government data systems; and provide systemdefinitions ofalternatives to the Government.

3.3.4 The Contractor shall design any such system, as required, and provide the Government with asystem specification to include system equipment and computer program requirements, data typesandstructure, user and existing Government data system interfaces, output formats, and the associated

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 11 of 41 FINAL

 

Page 14: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

justification for all recommendations.

3.3.5 The Contractor shall modify, implement and maintain web based information systems andlinks, develop web-site structure, prepare documentation for population, and implement andmaintain web sites.

3.3.6 The Contractor shall conduct IA analyses, develop, recommend, implement, monitor, updateand maintain IA practices, procedures, equipment, algorithms and hardware that are outside thecognizance of NMCI.

3.3.7 The Contractor shall design and produce posters for Electro-Optic Technology representationand conferences, super shows, etc.

3.3.8 The Contractor is responsible for burning CDs.

3.3.9 The Contractor prepares presentations for division personnel.

3.3.10 The Contractor is responsible for compiling and producing training manuals.

3.3.11 The Contractor is responsible for transporting and assembling materials for super shows,conferences, training sessions and orientations. This material includes graphically generatedmaterial, as well as systems such as goggles, laser designators, etc. At times, the contractor shall berequired to represent (in the capacity of an advisor, presenter, expert, listener, minutes/note keeper,etc.) the division at these gatherings.

3.3.12 The Contractor is required to take and process photos for division activities.

3.3.13 The Contractor scans documentation for conversion to “soft” media.

3.3.14 The Contractor establishes data files utilizing file hierarchy.

3.3.15 The Contractor shall develop appropriate metrics and reporting mechanisms to monitoradherence, efficiency and cost in all above areas.

3.4 Program/Financial Support. The Contractor shall provide Program and Financial Managementsupport for the Electro-Optic Technology Division. The Contractor shall furnish all material,equipment, facilities and labor by qualified personnel, except as specified herein, to provide thetechnical support services defined within this SOW.

3.4.1 The Contractor shall provide administrative support for meetings/conferences by developingitineraries, agendas and lists of participants.

3.4.2 The Contractor shall be responsible for all arrangements for the execution of theseassemblies, including facilities, supporting audio-visual equipment, drafting of the letters ofinvitation, attendee coordination and making hotel/motel arrangements.

3.4.3 Upon conclusion of the conference, the Contractor shall develop, produce, and deliverdocumentation (meeting/conference minutes) summarizing all discussions and finalrecommendations of the applicable meeting, review, and/or conference; and develop and maintainan action item tracking system. All action items to be conducted by the Contractor shall be withinthe scope of this SOW.

3.4.4 The Contractor shall develop, review, and update program reports, briefings, and

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 12 of 41 FINAL

 

Page 15: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

presentations including draft and final versions. The contractor shall use in-house databases,Corporate/Government information systems and other GFI to prepare these reports.

3.4.5 The Contractor shall format and publish documents such as test reports, configurationidentification manuals, test procedures, etc. The Contractor shall be provided the source material asGovernmentFurnished Information (GFI).

3.4.6 The contractor shall attend Technical Interchange Meetings (TIMs), scheduling conferencesand in-process reviews. The majority of the meetings will be held at NSWC Crane, but some may beheld at theprogram office or at the contractor’s facility.

3.4.7 The contractor shall perform research for financial data calls utilizing Crane Corporateinformation systems such as ICB, ILSMIS, SLDCADA, DTS, etc.

3.4.8 The contractor shall perform timekeeping functions for government employees utilizing TSXand SLDCADA.

3.4.9 The Contractor shall be responsible for providing financial and project/program support toassigned project (s) within the Electro-Optic Technology Division.

3.4.10 The Contractor shall be responsible for compiling the Operating Plan and tracking executionof said plan.

3.4.11 The Contractor shall be responsible for BAP analysis for assigned projects.

3.4.12 The Contractor shall be responsible for assigning JONs to source documents such astimesheets, travel requests, training requests, procurement requests, etc. for the supported project (s).

3.4.13 The Contractor shall manage the Code 8051 Budget.

3.4.14 The Contractor shall accept and process incoming funding.

3.4.15 The Contractor shall prepare project and sponsor reports.

3.4.16 The Contractor shall interface with sponsors and POCs from the respective Program offices.

3.4.17 The Contractor is responsible for researching funding issues, resolving those that are withintheir scope or recommending resolution in the situations where they are not authorized.

3.4.18 The Contractor is responsible for tracking and reporting status to their respective projectmanager and financial lead on corporate financial issues such as carry over, WIS, WAW, and BAP.

3.4.19 The Contractor shall attend meetings (Comptroller, Financial, Project, Branch, etc.) asrequired.

3.4.20 The Contractor shall maintain required financial data bases and extract information for thereporting of metrics.

3.5 Professional Development and Training Support. The Contractor shall provide training supportto the Electro-Optic Technology Division. The Contractor shall furnish all material, equipment,facilities and labor by qualified personnel, except as specified herein, to provide the technical

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 13 of 41 FINAL

 

Page 16: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

support services defined within this SOW.

3.5.1 The Contractor is the main interface with NSWC Crane’s Consolidated Training Office (CTO)on government employee training issues for the Division.

3.5.2 The Contractor is responsible for inputting all training opportunities into the Division’s TSXtraining module, and announcing training opportunities that have not been published by CTO viaemail.

3.5.3 The Contractor shall process all training applications (DD-1556), including obtaining requiredsignatures, and forwards them to CTO.

3.5.4 The Contractor shall track training attendance and maintain a training data base foremployees of the division.

3.5.5 The Contractor shall input procurement requisitions, when necessary, into ILSMIS to pay fortraining or conference fees.

3.5.6 The Contractor shall provide metrics and reports related to training execution, as required.

3.6 Functional and Administrative Support. The Contractor shall provide general administrative,clerical and functional support to the Electro-Optic Technology Division. The Contractor shallfurnish all material, equipment, facilities and labor by qualified personnel, except as specifiedherein, to provide the technical support services defined within this SOW.

3.6.1 Support shall include, but not be limited to, correspondence, messages, copying, binding,data entry, maintaining calendars, taking and distributing minutes, property pass preparation, visitorpass preparation, and travel support.

3.6.2 The Contractor shall develop, update and maintain data management systems. TheContractor shall receive and record the documents from the Government, record and input themanagement data,verify the data inputs, and return the documents for Government disposition.

3.6.3 The Contractor shall provide timely and efficient personnel administration by processing allpersonnel actions via TSX.

3.6.4 The Contractor shall prepare award documentation for the Division, including obtainingmanager’s signatures, and forward to the Department for final approval.

3.6.5 The Contractor shall assist the managers in typing, copying and filing employee performancedocumentation.

3.6.6 The Contractor shall interface with Department and Human Resource Office to ensurecomplete personnel action packages have been submitted for the Division.

3.6.7 The Contractor is responsible for programming employee badges for building and lab accessvia the computerized badge system, AMAG.

3.6.8 The Contractor shall serve as key custodian for the Division by controlling and issuing allpertinent keys for the buildings, offices and labs. The Contractor will be responsible for escortingoutside personnel who require access, such as NAVFAC, outside contractors, subcontractors, etc.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 14 of 41 FINAL

 

Page 17: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

3.6.9 The Contractor is responsible for posting and updating Division security procedures such as,but not limited to, securing of the buildings, following Government review and approval.

3.6.10 The Contractor shall have access to classified safes in the Division when there is a “need toknow” pertaining to what is contained in the safe.

3.6.11 The Contractor is required to transport classified messages between the Division and theCommunications Center.

3.6.12 The Contractor shall be the main interface with NAVFAC on maintenance and repair issuesfor the Division’s buildings.

3.6.13 The Contractor shall represent the Division (in the capacity of an advisor, presenter, expert,listener, minutes/note keeper, etc.) in facilities related meetings at the Division, Department andCrane corporate levels.

3.6.14 The Contractor shall be involved in new facilities initiatives to maintain adherence toestablished rules, regulations, policies, and standards such as safety, quality, security, budgetary,etc. Contractor does not have to be knowledgeable in all these areas, but must know who to contactand work with to ensure compliance.

3.6.15 The Contractor shall be responsible for updating and posting fire evacuation routes andinstructions.

3.6.16 The Contractor shall be responsible for monthly fire extinguishers and emergency lightschecks.

3.6.17 Appropriate metrics and reporting mechanisms shall be developed to monitor adherence,efficiency and cost in all above areas.

3.7 Supply and Provisioning Support. The Contractor shall provide supply and provisioningsupport to the Division. Contractor shall furnish all material, equipment, facilities and labor byqualified personnel, except as specified herein, to provide the technical support services definedwithin this SOW.

3.7.1 The Contractor shall prepare and input procurement requisitions.

3.7.2 The Contractor shall review submitted Technical Data Packages (TDPs) for completion, and attimes, be required to assemble TDPs for less complicated procurements.

3.7.3 The Contractor shall perform research for potential orders.

3.7.4 The Contractor shall be responsible for receipting all orders.

3.7.5 The Contractor shall be the main interface with the Crane procurement team to resolve issueswith procurement requests and receipts.

3.7.6 The contractor shall be responsible for managing the Division storeroom by performinginventories of supplies, ordering the needed items, and stocking them upon arrival.

3.7.7 Appropriate metrics and reporting mechanisms shall be developed to monitor adherence,efficiency and cost.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 15 of 41 FINAL

 

Page 18: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

4.0 GOVERNMENT FURNISHED ITEMS.

4.1 Government Furnished Information (GFI). The Government will provide all applicabletechnical documentation and information to the contractor as GFI. GFI will be provided as requiredor at the request of the Contractor.

4.2 Government Furnished Material (GFM). GFM will be provided when the Contractor has arequirement for special or specific Government material per specific tasking.

4.3 Government Furnished Equipment (GFE). The Government will provide, as GFE, all tools,equipment, vehicles and computing resources, including NMCI hardware, software programs andaccess to required files and databases. Contractors shall be required to perform work on site atNSWC, Crane due to accessibility of files and other information required for the accomplishment ofthe tasks set forth in this SOW.

4.4 Government Furnished Facilities (GFF). The Government will provide access to the Centerand furnish a work area and equipment within Government spaces, with access to the facilityresources and equipment for the performance of tasks contained in this SOW.

4.5 Government Owned Vehicles (GOV). The Government shall provide Contractor access andauthorization to operate Government owned vehicles for the purpose of transporting materials anddocuments to and from buildings within the NSWC Crane confines.

4.6 Return of Government Furnished Items. All GFI, GFE and GFM provided to or acquired by thecontractor shall be returned to Code 805 upon completion of assigned tasking.

5.0 DATA DELIVERABLES.

5.1 Conference Agenda.

a. Provide the Government with Conference Agendas. Contractor format is acceptable.

DELIVERABLE

Item: Conference Agendas are required for each review or TIM.

Frequency: As Required. The Government shall provide notification of all required reports andassociated due dates.

Medium: Electronic Form (either MS Word or Adobe PDF file format). Documents shall betransmitted via email or accessible via the Internet.

Due Date: Contractor shall be notified of specific due dates as required.

5.2 Conference/Meeting Minutes.

a. Provide the Government with Conference/Meeting Minutes. Contractor format is acceptable.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 16 of 41 FINAL

 

Page 19: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

DELIVERABLE

Item: Conference Meeting/Minutes are required for each review or TIM.

Frequency: As Required. The government shall provide notification of all required reports andassociated due dates.

Medium: Electronic Form (either MS Word or Adobe PDF file format). Documents shall betransmitted via email or accessible via the Internet.

Due Date: Contractor shall be notified of specific due dates, as required.

5.3 Presentation Material.

a. Provide the Government with Presentation Material. Format shall be in accordance withGovernment Furnished Information (GFI).

DELIVERABLE

Item: The Contractor shall provide presentation material, including briefings, formalrecommendations, workload reports, cost estimates, training, posters, banners, pictures and otherpresentation material,as requested.

Frequency: As Required. The Government shall provide notification of all required presentationmaterial and associated due dates.

Medium: Electronic Form (either MS Word or Adobe PDF file format) and hard copy of posters,banners and pictures. Documents shall be transmitted via email or accessible via the Internet.

Due Date: Contractor shall be notified of specific due dates as required.

5.4 Financial/Project/Sponsor Reports.

a. Provide the Government with financial/project/sponsor reports. Format shall be in accordancewith GFI.

DELIVERABLE

Item: The Contractor shall provide reports as required, in compliance with identified specifications.

Frequency: As Required. The Government shall provide notification of all required reports andassociated due dates.

Medium: Electronic Form (either MS Word, MS Excel, Adobe PDF file format, or sponsor specificformat). Documents shall be transmitted via email or accessible via the Internet.

Due Date: Contractor shall be notified of specific due dates as required.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 17 of 41 FINAL

 

Page 20: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

5.5 Metrics.

a. Provide the Government with metrics in all areas identified within this SOW. Format shall be inaccordance with GFI.

DELIVERABLE

Item: The Contractor shall provide metrics regarding their assigned tasks as required, in compliancewith identified specifications.

Frequency: As Required. The Government shall provide notification of all required reports andassociated due dates.

Medium: Electronic Form (either MS Word, MS Excel, Adobe PDF file format). Documents shall betransmitted via email or accessible via the Internet.

Due Date: Contractor shall be notified of specific due dates, as required.

5.6 Contractor’s Progress Status and Management Report.

a. Provide the Government with a Monthly Report. Contractor format is acceptable.

DELIVERABLE

Item: The Contractor shall submit a Monthly Progress report detailing completed and plannedtasking and financial expenditures.

Frequency: Monthly.

Medium: Electronic Form (either MS Word or Adobe PDF file format). Document shall betransmitted via email or accessible via the Internet.

Due Date: 30 Days after contract award and monthly thereafter.

6.0 SPECIAL CONDITIONS.

6.1 Security Classification. The Contractor shall comply with Security procedures and instructionsas specified by the local Government Security Department and Section C of the SeaPort Enhanced(SeaPort-e) Basic MAC Contract. The nature of the work under this SOW is mostly unclassified.However, some asks may require access to classified documents and secured lab areas. Access toclassified information will be limited by security clearance level and need to know, and all classifiedmaterial shall be handled in accordance with approved security practices and procedures.Contractor personnel in contact with classified documentation and/or equipment shall have theproper level of clearance on file with the local Government Security office. A Department ofDefense Form 254 shall be filed with the contract identifying the contractor’s facility andsafeguarding level of clearance requirements.

6.2 Travel. The Contractor may be required to travel throughout the Continental United States

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 18 of 41 FINAL

 

Page 21: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

(CONUS) and to locations outside of CONUS. Trip duration will normally not exceed five workingdays plus therequired transit time. Trips will normally be for the purpose of attending conferences, symposiums,sponsor meetings and briefings, and shall be authorized by TOM/KO approved TI. The contractor isauthorized to use task order funds for travel in order to complete assigned tasking. Code 805 willdetermine travel destination, dates and purposes as schedules develop. The contractor is authorizedtopurchase non-refundable airline tickets for all required travel. When required to obtain access to aGovernment facility, ship, aircraft, or other duty station, the Contractor shall initiate requests forNeed to Know Certification and submit these requests to the TOM for appropriate action.

6.2.1 All travel shall be authorized by TOM/KO approved TI. The following travel is anticipated forthis effort.

Origin Destination Trips Persons DurationCrane, IN Indianapolis, IN 3 1 5 DaysCrane, IN Las Vegas, NV 1 2 5 DaysCrane, IN Washington, DC 2 2 5 DaysCrane, IN Norfolk, VA 1 1 5 DaysCrane, IN Orlando, FL 2 2 5 Days

6.3 Place of Performance. The primary work site will be Naval Surface Warfare Center CraneDivision, Crane, IN. Temporary duty sites may include the Washington, DC area, and east or westcoast military and contractor facilities.

6.4 Task Order Manager (TOM). The TOM for this contract is NSWC Crane, IN,Code 0531, phone; 812-854-4898, email; @navy.mil.

6.4.1 Requiring Technical Activity (RTA). The RTA point of contact is ,@navy.mil.

6.4.2 Technical Advisor (TA).  The Technical Advisor Point of Contact is ,812-854-4043, @navy.mil.

6.5 Incremental Funding. This task order will be funded incrementally, as required. Each projectwill be identified by CLIN/SLIN.

6.6 Safety and Health. The requirements of this task order may require Contractor personnel tocome in contact with, or be exposed to hazardous conditions. The Contractor shall abide by allapplicable federal, local and state occupational safety and health requirements. The Governmentwill provide Standard Operating Procedures (SOP) when applicable. The Contractor must have onrecord a corporate safety plan and shall provide a copy to the TOM when instructed. The contractorshall ensure all employees have appropriate Personal Protection Equipment (PPE). The Contractorshall ensure employees have all required training and certifications related to Occupational Safetyand Health Requirements.

6.7 Period of Performance. The period of performance shall be twelve (12) months from date ofaward, with one (1) option year consisting of twelve (12) months.

6.8 Control of Contractor Personnel. The Contractor shall comply with the requirements ofNAVWPNSUPPCENINST 5510.1 and NAVWPNSUPPCENINST 5910.1. All persons engaged in workwhile on Government property shall be subject to search of their persons (no bodily search) andvehicles at any time by the Government, and shall report any known or suspected security violations

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 19 of 41 FINAL

 

XXXXXXXXXXXXXXXXXXXX

XXXXXXXXXX XXXXXXXXXXXXXXXXXX

XXXXXXXXXXXXXXXXXXXX

Page 22: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

to the Crane Division Security Department. Assignment, transfer, and reassignment of Contractorpersonnel shall be at the discretion of the Contractor. However, when the Government directs, theContractor shall remove from contract performance any person who endangers life, property, ornational security through improper conduct. All Contractor personnel engaged in work while onGovernment property shall be subject to the Standards of Conduct contained in SECNAVINST5370.2J. Prior to conducting work under this task order, the contractor shall provide a list ofemployees that will be working on site. The employee list shall contain full names, securityclearance levels and labor categories. This list shall be updated within forty eight hours afterchanges occur.

6.9 Identification Badges. The Contractor shall be required to obtain identification badges from theGovernment for Contractor personnel to be located on Government property. The identificationbadge shall be visible at all times while employees are on NSWC, Crane Division property. TheContractor shall furnish all requested information required to facilitate issuance of identificationbadges, and shall conformto applicable regulations concerning the use and possession of the badges. The Contractor shall beresponsible for ensuring that all identification badges issued to contractor employees are returned tothe NSWC Crane Division Security Department within forty eight hours following the completion ofthe contract/task order, relocation or termination of an employee issued an identification badge,and upon request by the Contracting Officer.

6.10 Accident Reporting. The Contractor shall maintain an accurate record of and shall report allaccidents to the TOM and/or the Crane Division Security Department as prescribed by OPNAVINST5102.1, Navy and Marine Corps Mishap and Safety Investigation Reporting and Record KeepingManual.

6.11 Smoking Regulations. Smoking on NSWC, Crane Division premises shall be in approved areasonly in accordance with NAVFAC P 1021. Smoking in vehicles is prohibited.

6.12 Data Rights. All data/documentation delivered/created in support of this effort becomes theproperty of the US Government, and shall be delivered without proprietary markings. TheGovernment shall have Government Purpose rights for all Data associated to this contract.

6.13 Release of Information. All technical data provided to the Contractor shall be protected fromthe public. All other information relating to the items to be delivered and services to be performedunderthis TO may not be disclosed by any means without prior approval of the Contracting Officer.Dissemination or public disclosure includes, but is not limited to, permitting access to suchinformation by foreign nationals by any other person or entity or publication of technical or scientificpapers, or advertising or any other proposed public release. The Contractor shall provide adequatephysical protection to such information so as to preclude access by any person or entity notauthorized such access.

6.14 Privacy Act. Under US Code Title 5, Section 552, information accessed in completing this TOis subject to the Privacy Act.

6.15 Damage Reporting. The Contractor shall maintain an accurate record of and shall report to theTOM all damages to Government Furnished Equipment and Facilities as prescribed by OPNAVINST5102.1.

6.16 Non-Personal Services. The Government will neither supervise contractor employees norcontrol the method by which the contractor performs the required tasks. Under no circumstancesshall the Government assign tasks to, or prepare work schedules for, individual contractor

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 20 of 41 FINAL

 

Page 23: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

employees. It shall be the responsibility of the contractor to manage its employees and to guardagainst any actions that are of the nature of personal services, or give the perception of personalservices. If the contractor feels that any actions constitute, or are perceived to constitute personalservices, it shall be the contractor’s responsibility to notify the TO TPCO immediately. Theseservices shall not be used to perform work of a policy/decision making or management nature (i.e.,inherently Governmental functions). All decisions relative to programs supported by the contractorshall be the sole responsibility of the Government.

6.17 Information Non-disclosure. The Contractor shall not disclose any information provided ordeveloped under this contract outside the Government without prior written approval from theContracting Officer (KO).

6.17.1 The Contractor shall provide one (1) copy of the employee-signed Non Disclosure Statementto the KO prior to performing any work on this task order. The KO will retain one copy for the taskorder file.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 21 of 41 FINAL

 

Page 24: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

SECTION D PACKAGING AND MARKING

All provisions and clauses in SECTION D of the basic contract apply to this task order, unlessotherwise specified in this task order.

DATA PACKAGING LANGUAGE (5503)

All unclassified data shall be prepared for shipment in accordance with best commercial practice.Classified reports, data, and documentation shall be prepared for shipment in accordance withNational Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M dated January1995.

MARKING OF REPORTS (NAVSEA) (SEP 1990) (5506)

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

(1) name and business address of the Contractor(2) contract number(3) task order number(4) sponsor:

____________________________________(Name of Individual Sponsor)

____________________________________(Name of Requiring Activity)

____________________________________(City and State)

PROHIBITED PACKING MATERIALS (5512)

The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper,computer paper and similar hygroscopic or non neutral material) is prohibited. In addition, loose fillpolystyrene is prohibited for shipboard use.

INSTRUCTIONS FOR MARKING DISTRIBUTION STATEMENT (5513)

The Contractor shall comply with the instructions cited below for placement of the distributionstatement associated with data. The applicable distribution statement is identified on each ContractData Requirements List (DD Form 1423-1) or in paragraph 5.0 of the SOW. The distributionstatement shall be displayed conspicuously on technical documents so as to be recognized readilyby receipts.

The distribution statement shall appear on each front cover and title page of a report. If thetechnical document does not have a cover or title page, the applicable distribution statement shallbe stamped or typed on the front page in a conspicuous position.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 22 of 41 FINAL

 

Page 25: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

SECTION E INSPECTION AND ACCEPTANCE

All provisions and clauses in SECTION E of the basic contract apply to this task order, unlessotherwise specified in this task order.

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at DESTINATION.

INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA (5602)

Inspection and acceptance of all data shall be as specified in Paragraph 5.0 (DELIVERABLES) ofthe SOW.

CLAUSES INCORPORATED BY REFERENCE

52.246-5 Inspection of Services-Cost Reimbursement (APR 1984)

GOVERNMENT FURNISHED MATERIAL (NAVSEA) (MAY 1995)

Government Furnished Material: When material is furnished by the Government, the contractor'sprocedures shall include at least the following:

(a) Examination upon receipt, consistent with practicality, to detect damage in transit;(b) Inspection for completeness and proper type;(c) Periodic inspection and precautions to assure adequate storage conditions, and to guard againstdamage from handling and deterioration during storage;(d) Functional testing, either prior to or after installation, or both, as required by contract, todetermine satisfactory operation;(e) Identification and protection from improper use or disposition; and(f) Verification of quantity.

Damaged Government Furnished Material: The contractor shall report to the Governmentrepresentative any Government-furnished property found damaged, malfunctioning, or otherwiseunsuitable for use. In event of damage or malfunction during or after installation, the contractorshall determine and record probable cause and necessity for withholding material from use.

Bailed Property: The contractor shall, as required by the terms of the Bailment Agreement,establish procedures for the adequate storage, maintenance, and inspection of bailed Governmentproperty. Records of all inspections and maintenance performed on bailed property shall bemaintained. These procedures and records shall be subject to review by the Governmentrepresentative. [As used in the foregoing, the term "material" applies to Government-furnishedequipment to be installed in or furnished with the end item. The term "property" is Governmentequipment that is used in the fabrication or assembly of the end item, and is not delivered as part ofthe end item.]

NOTE: Government representative means Contracting Officer.

CLAUSES INCORPORATED BY REFERENCE

52.246-3 Inspection of Supplies - Cost-Reimbursement (MAR 2001)52.246-5 Inspection of Services - Cost-Reimbursement (APR 1984)

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 23 of 41 FINAL

 

Page 26: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

DFARS

252.246-7000 Material Inspection and Receiving Report (MAR 2003)

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 24 of 41 FINAL

 

Page 27: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

SECTION F DELIVERABLES OR PERFORMANCE

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

   

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

1200 4/26/2008 - 4/25/2009

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

3200 3/23/2008 - 3/22/2009

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

   

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

1200 4/26/2008 - 4/25/2009

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

3200 3/23/2008 - 3/22/2009

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 25 of 41 FINAL

 

Page 28: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

SECTION G CONTRACT ADMINISTRATION DATA

SECTION G CONTRACT ADMINISTRATION DATA

All provisions and clauses in SECTION G of the basic contract apply to this task order, unlessotherwise specified in this task order.

TASK ORDER MANAGER (TOM)

The TOM functions in the same capacity as a Contracting Officer's Representative (COR)).

TOM Information:

NSWC Crane Division300 Highway 361, Bldg. 64Crane, IN 47522Email: @navy.milTelephone: 812-854-4898

252.201-7000 Contracting Officer's Representative (DEC 1991)

SECURITY ADMINISTRATION (5806)

The highest level of security required under this task order is SECRET as designated on DD Form254 attached hereto and made a part hereof. The Commander, Defense Security Service, Directorof Industrial Security, Southern Region (S21SL), is designated Security Administrator for thepurpose of administering all elements of military security hereunder.

INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICES

Invoices for services rendered under this Contract shall be submitted electronically through WideArea Work Flow–Receipt and Acceptance (WAWF).  The vendor shall self-register at the web sitehttps://wawf.eb.mil. Vendor training is available on the internet at https://wawftraining.eb.mil.

Additional support can be accessed by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF(9293).  Select the Cost Voucher within WAWF as the invoice type. The cost voucher prepares theinterim voucher.  Back up documentation (such as timesheets, cost breakdowns, etc.) can beincluded and attached to the invoice in WAWF.

Attachments created in any Microsoft Office product are attachable to the invoice in WAWF.

The following information regarding Naval Surface Warfare Center, Crane, Indiana isprovided for completion of the invoice in WAWF:

PAY DODAAC HQ0317WAWF Invoice Type Cost VoucherIssue by DODAAC N00164Admin DODAAC S1501ADCAA DODAAC (if applicable) HAA150Service Approver N00164

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 26 of 41 FINAL

 

XXXXXXXXXX

XXXXXXXXXX

Page 29: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

Inspect by DODAAC N/AService Acceptor DODAAC N00164LPO DODAAC N/A

The contractor shall submit invoices for payment per contract terms. The contractor shall invoice perACRN by SLIN (sub-contract line item number).

The Government shall process invoices for payment per contract terms.

Payment is not to be pro-rated across ACRNs. ACRNs are to be paid in accordance withcontractor's invoice.

After clicking the submit button, a Notice or successful/unsuccessful submission screen will appear.This screen allows you to enter an additional e-mail notification address. You must click on the“Send More E-mail Notifications” link and add the e-mail address listed below for submittal of theacceptor:

Or e-mail the invoice to the following address:

TOM Information:Task Order Manager

NSWC Crane Division300 HWY 361 B-64Crane, IN 47522

@navy.mil812-854-4898

Additional WAWF Information:

On the Miscellaneous Tab of the invoice in WAWF, attach the cost breakdown for the cost voucheramount being submitted IAW the invoicing instructions.

CONTRACT ADMINISTRATION DATA LANGUAGE (5802)

Enter below the address (street and number, city, county, state and zip code) of the Contractor’sfacility which will administer the task order if such address is different from the address shown on theproposal.

Address: ___________________________________________

Street & number: ____________________________________

City & State: _______________________________________

County: ___________________________________________

Zip Code: __________________________________________

CONTRACTOR PERFORMANCE ASSESSMENT RATING SYSTEM (CPARS) (JAN 2001)

(a) Pursuant to FAR 42.1502, this task order is subject to DoD's Contractor Performance AssessmentRating System (CPARS). CPARS is an automated centralized information system accessible via theInternet that maintains reports of contractor performance for each contract/task order. CPARS is

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 27 of 41 FINAL

 

XXXXXXXXXX

XXXXXXXXXX

Page 30: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

located at http://www.cpars.navy.mil/. Further information on CPARS is available at that web-site.

(b) Under CPARS, the Government will conduct annual evaluations of the contractor's performance.The contractor has thirty (30) days after the Government's evaluation is completed to comment onthe evaluation. The opportunity to review and comment is limited to this time period and will notbe extended. Failure to review the report at this time will not prevent the Government from usingthe report.

(c) The contractor may request a meeting to discuss the CPAR. The meeting is to be requested viae-mail to the CPARS Program Manager no later than seven days following receipt of the CPAR. Ameeting will then be held during the contractor’s 30-day review period.

(d) The CPARS system requires the Government to assign the contractor a UserID and password inorder to view and comment on the evaluation. Provide the name(s) of at least one individual (notmore than three) that will be assigned as your Defense Contractor Representative for CPARS. NamePhone E-mail Address (optional).

PURCHASING OFFICE REPRESENTATIVE LANGUAGE

PURCHASING OFFICE REPRESENTATIVE:

Contract Specialist; Code CXQNEngineering and Technical Services Branch Crane Division, Naval Surface Warfare CenterBuilding 64, 300 Highway 361Crane, IN 47522-5001Phone: (812)854-5966 Fax: (812)854-3465Email:  @navy.mil

EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)

(a) As part of the negotiated fixed price or total estimated amount of this task order, both theGovernment and the Contractor have agreed to waive any entitlement that otherwise might accrueto either party in any residual dollar amount of $500 or less at the time of final contract closeout.The term "residual dollar amount" shall include all money that would otherwise be owed to eitherparty at the end of the contract except that, amounts connected in any way with taxation,allegations of fraud and/or antitrust violations, shall be excluded. For purposes of determiningresidual dollar amounts, offsets of money owed by one party against money that would otherwise bepaid by that party may be considered to the extent permitted by law.

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

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------100001  LLA : A1 9770100 74D7 253 00074 0 068688 2D P43C03 000747NVNB1Q Requisition Number 7103 9627 Document Number N0007407MP43C03 (AA) 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 28 of 41 FINAL

 

XXXXXX

XXXXXXXXXX

XXXXXXXXXX

Page 31: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

 100002  LLA : A2 9770100 56SA 8F-5096 P012415.ZZ 252G S18001 MIPR7BDAV7B016 7LH037 01000000 CC828200 Requisition Number 7103 9633 Document Number MIPR7BDAV7B016 (AA)  100003  LLA : A3 9770300 8CPG 310 SASWS 0 068342 2D 000000 PG0020000000 Requisition Number 7103 9640 Document Number N0002407WX30377 (AA)  100004  LLA : A4 97X4930 NH1J 000 77777 0 000164 2F 000000 85851B85A834 Requisition Number 7103 9651  100005  LLA : A5 97X4930 NH1J 000 77777 0 000164 2F 000000 85851B85J133 Requisition Number 7103 9656  100006  LLA : A6 97X4930 NH1J 000 77777 0 000164 2F 000000 85851B85A833 Requisition Number 7103 9659  100007  LLA : A7 97X4930 NH1J 000 77777 0 000164 2F 000000 85851B85A836 Requisition Number 7106 9925  300001  LLA : A8 9770100 56SA 8F-5096 P012415.ZZ 252G S18001 MIPR7GDAV7A147 7LH084 01000000 CC828200 Requisition Number 7103 9644 Document Number MIPR7GDAV7A147 (AA)   300002  LLA : A4 97X4930 NH1J 000 77777 0 000164 2F 000000 85851B85A834 Requisition Number 7103 9645   BASE Funding  Cumulative Funding   MOD 01  100008  LLA : A9 1761810 K7X7 253 01519 068894 2D 000000 00006WX10053 Requisition Number 7156 9563 Document Number N6921806WX10053 (AA)   MOD 01 Funding  Cumulative Funding   MOD 02  100009  LLA : B1 1761810 37X7 325 VA0X7 0 068342 2D 000000 X70010000000 Requisition Number 7169 7974 Document Number N0003007RC75911 (AA) Incremental Funding for TI 001  100010  LLA : 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 29 of 41 FINAL

 

XXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXX

XXXX

XXXXXXXXXXXX

XXXXXX

XXXXXXXXXXXX

XXXXXX

XXXXX

Page 32: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

A9 1761810 K7X7 253 01519 068894 2D 000000 00006WX10053 Requisition Number 7177 8390 Document Number N6921806WX10053 (AA) Incremental Funding for TI 004  100011  LLA : B2 1771810 87X7 253 SASLM 0 068342 2D 000000 X70020000000 Requisition Number 7177 8394 Document Number N0002407WX31205 (AA) Incremental Funding for TI 002   MOD 02 Funding  Cumulative Funding   MOD 03  100012  LLA : B3 97X4930 NH1J 000 77777 0 000164 2F 000000 85851B85A847 Requisition Number 7192 7407 Incremental Funding for TI 001 (AA)  100013  LLA : B4 97X4930 NH1J 000 77777 0 000164 2F 000000 85851B85A817 Requisition Number 7194 1541 Incremental Funding for TI 003 (AA)  100014  LLA : B5 97X4930 NH1J 000 77777 0 000164 2F 000000 85851B85A816 Requisition Number 7194 1502 Incremental Funding for TI 003 (AA)   MOD 03 Funding  Cumulative Funding   MOD 04  100015 72398121  LLA : B6 9770300 8CPG 310 SASWS 0 068342 2D 000000 PG0070000000 Standard Number: N0002407WX30373 (AA) For TI-006 (Labor)  100016 72647394  LLA : B7 97X4930. NH1J 000 77777 0 000164 2F 000000 85851B85A860 Standard Number: N0001407WX12748 (AA) TI-01 (Labor)  100017 72647393  LLA : B8 97X4930. NH1J 000 77777 0 000164 2F 000000 85851B85A828 Standard Number: N0002407WX30626 (AA) TI-03 (Labor)  100018 72647392  LLA : B9 97X4930. NH1J 000 77777 0 000164 2F 000000 85851B85A787 Standard Number: HSCG23-07-X-TED054 For TI-06 (Labor) Note: The funding assigned to SLIN 100018 (ACRN B9) expires 31 October 2007. The Contractor may incur costs against SLIN 100018 through 31 October 2007, but cannot bill for work against SLIN 100018 after 31 October 2007. Invoicing for these costs may occur after 31 October 2007.  100019 72647390  LLA : 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 30 of 41 FINAL

 

XXXXXX

XXXXXXXXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXXXXXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXX

Page 33: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

C1 97X4930. NH1J 000 77777 0 000164 2F 000000 85851B85A819 Standard Number: M6785407MPBT395 (AA) TI-08 (Labor) Note: The funding assigned to SLIN 100019 (ACRN C1) expires 30 September 2007. The Contractor may incur costs against SLIN 100019 through 29 September 2008, but cannot bill for work against SLIN 100019 after 29 September 2008. Invoicing for these costs may occur after 30 September 2008.  100020 72647389  LLA : C2 97X4930. NH1J 000 77777 0 000164 2F 000000 85851B85A827 Standard Number: N0002407WX30788 (AA) TI-07 (Labor)  100021 72647386  LLA : C3 97X4930. NH1J 000 77777 0 000164 2F 000000 85851B85A841 Standard Number: V4789807WRU0074 (AA) TI-05 (Labor) Note: The funding assigned to SLIN 100021 (ACRN C3) expires 30 September 2007. The Contractor may incur costs against SLIN 100021 through 29 September 2008, but cannot bill for work against SLIN 100021 after 29 September 2008. Invoicing for these costs may occur after 30 September 2008.  100022 72647385  LLA : C4 97X4930. NH1J 000 77777 0 000164 2F 000000 85851B85A853 Standard Number: MIPR7GDAV7A147 (AA) TI-05 (Labor) Note: The funding assigned to SLIN 100022 (ACRN C4) expires 30 September 2007. The Contractor may incur costs against SLIN 100022 through 29 September 2008, but cannot bill for work against SLIN 100022 after 29 September 2008. Invoicing for these costs may occur after 30 September 2008.  100023 72647365  LLA : C5 97X4930. NH1J 000 77777 0 000164 2F 000000 85851B85E073 Standard Number: N0002406WX31421 (AA) TI-04 (Labor)   MOD 04 Funding  Cumulative Funding   MOD 05  100024 73240004  LLA : C6 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000CJ5A026 Standard Number: N0001907WX07930 (AA) Funding for TI-001 Labor  100025 73240023  LLA : C7 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000CJ5A028 Standard Number: F4FDAG7304G004 (AA) Funding for TI-003 (Labor)  100026 73240024  LLA : C8 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000CJ5A027 Standard Number: F4FDAG7304G003 (AA) Funding for TI-005 (Labor)  100027 73239261  LLA : C9 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000CJ5A025 Standard Number: N0001907WX03895 (AA) Funding for TI-006 (Labor)  100028 73239266  LLA : 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 31 of 41 FINAL

 

XXXXXX

XXXXXX

XXXXXX

XXXXX

XXXXXXXXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXXX

Page 34: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

C9 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000CJ5A025 Standard Number: N0001907WX03895 (AA) Funding for TI-007 (Labor)   MOD 05 Funding  Cumulative Funding   MOD 06  120001 80992791  LLA : D1 (D1) 97X4930. NH1J 000 77777 0 00164 2F 000000 J5000CJ5A049 For TI-05 (Option Year 1 Labor). Note: The funding assigned to SLIN 120001 (ACRN D1) expires 30 September 2008. The Work Completion Date is also 30 September 2008. The Contractor may incur costs against SLIN 120001 through 30 September 2008, but cannot bill for work against SLIN 120001 after 30 September 2008. Invoicing for these costs may occur after 30 September 2008.   MOD 06 Funding  Cumulative Funding   MOD 07  120002 81372219  LLA : D2 (D2) 97X4930. NH1J 000 77777 0 00164 2F 000000 J5000CJ5A050 For TI-05 (Labor) Note: The funding assigned to SLIN 120002 expires 30 September 2008. The contractor may incur costs against SLIN 120002 through 30 September 2008, but cannot bill for work against SLIN 120002 after 30 September 2008. Invoicing for these costs may occur after 30 September 2008.  120003 81372220  LLA : D2 (D2) 97X4930. NH1J 000 77777 0 00164 2F 000000 J5000CJ5A050 For TI-03 (Labor) Note: The funding assigned to SLIN 120003 expires 30 September 2008. The contractor may incur costs against SLIN 120003 through 30 September 2008, but cannot bill for work against SLIN 120003 after 30 September 2008. Invoicing for these costs may occur after 30 September 2008.  120004 81235921  LLA : D3 (D3) 97X4930. NH1J 000 77777 0 00164 2F 000000 J5000CJ5A045 For TI-03 (Labor)  120005 81372204  LLA : D4 (D4) 97X4930. NH1J 000 77777 0 00164 2F 000000 J5000CJ5A051 For TI-03 (Labor) Note: The funding assigned to SLIN 120005 expires 30 September 2010, with a Work Completion date of 30 November 2008. The contractor may incur costs against SLIN 120005 through 30 November 2008, but cannot bill for work against SLIN 120005 after 30 November 2008. Invoicing for these costs may occur after 30 November 2008.  120006 81372212  LLA : D5 (D5) 97X4930. NH1J 000 77777 0 00164 2F 000000 J5000CJ5A052 For TI-03 (Labor) Note: The funding assigned to SLIN 120006 expires 30 September 2010, with a Work Completion date of 30 November 2008. The contractor may incur costs against SLIN 120006 through 30 November 2008, but cannot bill for work against SLIN 120006 after 30 November 2008. Invoicing for these costs may occur after 30 November 2008.   MOD 07 Funding  Cumulative Funding   MOD 09 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 32 of 41 FINAL

 

XXXXXXXXXXXXX

XXXXXX

XXXXXXXXXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXXX

XXXXXXXXXXXXX

Page 35: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

 120007 82401351  LLA : D7 (D7) 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000CJ5E337 Funding in support of TI-05 (Labor).  120008 82538735  LLA : D8 (D8) 97X4930 NH1E 000 77777 0 000178 2F 000000 21Z2008DETSW Standard Number: N0017808RC00100 (AA) Funding in support of TI-03 (Labor).  120009 82538736  LLA : D8 (D8) 97X4930 NH1E 000 77777 0 000178 2F 000000 21Z2008DETSW Standard Number: N0017808RC00100 (AA) Funding in support of TI-05 (Labor).  320001 82401353  LLA : D6 (D6) 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000CJ5E338 Funding in support of TI-05 (ODCs).   MOD 09 Funding  Cumulative Funding   MOD 10  120010 90078657  LLA : D9 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5A059 (AA) Option Year funding in support of TI-003 (Labor).  120011 90078663  LLA : D9 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5A059 (AA) Option Year funding in support of TI-001 (Labor).  120012 90437467  LLA : E1 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5A030 (AA) Option Year funding in support of TI-003 (Labor).   MOD 10 Funding  Cumulative Funding   MOD 11  120013 90701550  LLA : E2 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5H140 (AA) Option Year funding in support of TI-003 (Labor).  120014 90701558  LLA : E2 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5H140 (AA) Option Year funding in support of TI-001 (Labor).  120015 90701562  LLA : E3 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5A098 (AA) Option Year funding in support of TI-001 (Labor).   MOD 11 Funding  Cumulative Funding   MOD 12  100005 71039656  

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 33 of 41 FINAL

 

XXXXXX

XXXXXX

XXXXXX

XXXXX

XXXXXXXXXXXXX

XXXXXX

XXXXXX

XXXXX

XXXXXXXXXXXXX

XXXXXX

XXXXXX

XXXXX

XXXXXXXXXXXXX

XXXXXX

Page 36: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

LLA : A5 97X4930 NH1J 000 77777 0 000164 2F 000000 85851B85J133 Funding in support of TI-005 (Labor). Modification 12 hereby decreases labor SLIN 100005 by from $ to   120007 82401351 (  LLA : D7 (D7) 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000CJ5E337 Funding in support of TI-05 (Labor). Modification 12 hereby decreases labor SLIN 120007 by ($ from $ to $   120015 90701562 (  LLA : E3 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5A098 (AA) Funding in support of TI-001 (Labor) - Note: Modification 12 hereby decreases labor SLIN 120015 by ($ from $ to $   300001 71039644 (  LLA : A8 9770100 56SA 8F-5096 P012415.ZZ 252G S18001 MIPR7GDAV7A147 7LH084 01000000 CC828200 Standard Number: MIPR7GDAV7A147 (AA) Funding in support of ODCs. Note: Modification 12 hereby decreases ODC SLIN 300001 by ($ from $ to $   300002 71039645 (  LLA : A4 97X4930 NH1J 000 77777 0 000164 2F 000000 85851B85A834 Funding in support of ODCs - Note: Modification 12 hereby decreases ODC SLIN 300002 by ($ from $ to $    MOD 12 Funding  Cumulative Funding   MOD 13  100006 71039659  LLA : A6 97X4930 NH1J 000 77777 0 000164 2F 000000 85851B85A833  Mod 13 deobligated ) from to   100018 72647392  LLA : B9 97X4930. NH1J 000 77777 0 000164 2F 000000 85851B85A787  Standard Number: HSCG23-07-X-TED054 For TI-06 (Labor) Note: The funding assigned to SLIN 100018 (ACRN B9) expires 31 October 2007. The Contractor may incur costs against SLIN 100018 through 31 October 2007, but cannot bill for work against SLIN 100018 after 31 October 2007. Invoicing for these costs may occur after 31 October 2007. Note: Mod 13 deobligated from to 

   MOD 13 Funding  Cumulative Funding   MOD 14  100025 73240023  LLA : C7 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000CJ5A028  Standard Number: F4FDAG7304G004 (AA) Funding for TI-003 (Labor)   MOD 14 Funding  Cumulative Funding   MOD 15  120012 90437467  LLA : 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 34 of 41 FINAL

 

XXXXXX

XXXXXX

XXXXXX XXXXXX XXXXXXX

XXXXXX

XXXXXX XXXXXX XXX

XXXXXX

XXXXXX XXXXXX XXX

XXXXX

XXXXX XXXX XXX

XXXXXXXX XXXXXXXX

XXXXXXXXXXXXX

XXXXXX

XXXXXX

XXXXXX XXXXXX XXXXXXXX

XXXXXX XXXXXXXXXXXXX

XXXXXXXXXXXX

XXXXXX

XXXXXXXXXXXX

XXXXXX

Page 37: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

E1 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5A030 (AA)  Option Year funding in support of TI-003 (Labor).   MOD 15 Funding  Cumulative Funding  

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 35 of 41 FINAL

 

XXXXXXXXXXXX

Page 38: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

SECTION H SPECIAL CONTRACT REQUIREMENTS

MANDATORY REQUIREMENTS

The following are mandatory requirements that must be met for an offeror to be considered eligiblefor the order and must be maintained through the life of the order:

1. The contractor’s facility supporting this requirement must have or be eligible to obtain a facilityclearance and storage capability up to the SECRET level for both processing and storage.

GOVERNMENT FURNISHED PROPERTY (PERFORMANCE) (SEP 1990)(NAVSEA 5252.245-9108)

The Government will provide only that property set forth below, notwithstanding any term orcondition of this contract to the contrary. Upon Contractor's written request to the cognizant TaskOrder Manager, via the cognizant Procuring Contract Office (NSWC Crane), the Government willfurnish the following for use in the performance of this contract:

*To be identified upon issuance of Technical Instruction (TI).

TECHNICAL INSTRUCTIONS (MAY 1993) (NAVSEA 5252.242-9115)

(a) Performance of the work hereunder shall be subject to written technical instructions/technicaldirection letters signed by the Task Order Manager specified in Section G of this contract. As usedherein, technical instructions/technical direction letters are defined to include the following:

(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis,fill in details or otherwise serve to accomplish the contractual statement of work.

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

(b) Technical instructions must be within the general scope of work stated in the contract. Technicalinstructions may not be used to:

(1) assign additional work under the contract;

(2) direct a change as defined in the "CHANGES" clause of this contract;

(3) increase or decrease the contract price or estimated contract amount (including fee), asapplicable, the level of effort, or the time required for contract performance; or

(4) change any of the terms, conditions or specifications of the contract.

(c) If, in the opinion of the Contractor, any technical instruction/technical direction letters calls foreffort outside the scope of the contract or is inconsistent with this requirement, the Contractor shallnotify the Procuring Contracting Officer (NSWC Crane) in writing within ten (10) working days afterthe receipt of any such instruction. The Contractor shall not proceed with the work affected by thetechnical instruction/technical direction letter unless and until the Contractor is notified by theProcuring Contracting Officer (NSWC Crane) that the technical instruction/technical direction letteris within the scope of this contract.

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

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 36 of 41 FINAL

 

Page 39: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

H20S INSURANCE - WORK ON A GOVERNMENT INSTALLATION

The following types of insurance are required in accordance with the clause entitled, Insurance -Work On A Government Installation (FAR 52.228-5), and shall be maintained in the minimumamounts shown:

(1) Comprehensive General Liability: $200,000 per person and $500,000 per accident for bodilyinjury.

(2) Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and$20,000 per accident for property damage.

(3) Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritimeemployment is involved, Longshoremen's and Harbor Worker's Compensation Insurance) in theminimum amount of $100,000.

ALLOTMENT OF FUNDS (MAY 1993) (NAVSEA 5252.232-9104)

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

* Refer to "SECTION G – CONTRACT ADMINISTRATION DATA"

H30S LIMITATION OF LIABILITY - INCREMENTAL FUNDING (JUN 2004)

This task order is incrementally funded and the amount currently available for payment hereunder islimited to  inclusive of fee, profit and all other charges. The clause entitled,Limitation of Funds (FAR 52.232-22), applies. The Government is not obligated to reimburse theContractor for costs incurred in excess of unless additional funds are made availableand are incorporated as a modification to this task order.

H81S TRAVEL COSTS AND RESPONSIBILITIES

(a) Performance under this task order may require travel by contractor personnel. If travel, domesticor overseas, is required, the Contractor shall be responsible for making all needed arrangements forhis personnel. This includes, but is not limited to, medical examinations; immunizations; passports,visas, etc. and security clearances. If any work will take place on a U.S. Navy vessel, the Contractorshall obtain boarding authorization for all contractor personnel from the Commanding Officer of thevessel. Authorization shall be obtained prior to boarding.

(b) The Government will reimburse the Contractor for allowable travel costs incurred by theContractor in performance of the task order in accordance with FAR subpart 31.2, as applicable.

H83S SERVICE CONTRACT ACT WAGE DETERMINATION (JUN 2004)

In accordance with FAR 22.404-2(a), "When exercising an option, the Contracting Officer must

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 37 of 41 FINAL

 

XXXXXXXXXX

XXXXXXXXXX

Page 40: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

select the most current wage determination from the same schedule(s) as the wage determinationand incorporate it into the contract.", the applicable Service Contract Act Wage Determinations by theSecretary of Labor is provided as "Attachment 1_Rev1 - DOL Wage Determination" in Section J (Note: "Attachment1_Rev1 - DOL Wage Determination" hereby replaces "Attachment 1 - DOL Wage Determination" in Section J.)

HC25S ACCESS TO GOVERNMENT SITE (JUN 2004)

(a) Contractor personnel shall comply with all current badging and security procedures required togain access to any Government site. The Contractor shall ensure that Contractor personnelemployed on any Government site become familiar with and obey Activity regulations.

Contractor personnel shall not enter restricted areas unless required to do so and until cleared forsuch entry. The Contractor shall request permission to interrupt any activity roads or utility services inwriting a minimum of 15 calendar days prior to the date of interruption. Contractor personnel shallbear personal protective equipment in designated areas.

All contractor equipment shall be conspicuously marked for identification.

The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA)Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state andlocal requirements.

HG10S CONTRACTUAL AUTHORITY AND COMMUNICATIONS (JUN 2004)

(a) Except as specified in subparagraph (b) below, no order, statement, or conduct of anyGovernment personnel who visit the Contractor's facilities, or in any other manner communicateswith Contractor personnel during the performance of this task order, shall constitute a change underthe Changes clause of this task order.

(b) The Contractor shall not comply with any order, direction or request of Government personnelunless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authorityotherwise included as a part of this task order.

(c) The Contracting Officer is the only person authorized to approve changes in any of therequirements of this task order and, notwithstanding provisions contained elsewhere in this taskorder, the said authority remains solely the Contracting Officer's. In the event the contractor effectsany change at the direction of any person other than the Contracting Officer, the change will beconsidered to have been made without authority and no adjustment will be made in the task orderprice to cover any increase in charges incurred as a result thereof.

WORK WEEK

(a) All or a portion of the effort under this contract will be performed on a Government installation.The normal work week shall be Monday through Friday for all straight time worked. No deviation inthe normal work week will be permitted without express advance approval in writing by thedesignated Ordering Officer with coordination of the using departments. In the event that thecontractor fails to observe such normal work week, any costs incurred by the Government resultingtherefrom, shall be chargeable to the contractor. Work on Center shall be performed during thenormal work hours at that location unless differing hours are specified on the individual task orders.

For purposes of scheduling personnel, the contractor is hereby advised that the GovernmentInstallation will observe Federal Government holidays. The contractor is further advised that accessto the Government installation may be restricted on these holidays:

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 38 of 41 FINAL

 

Page 41: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

New Year’s Day Birthday of Martin Luther King, Jr.Washington’s Birthday Memorial DayIndependence Day Labor DayColumbus Day Veterans DayThanksgiving Day Christmas Day

(b) In the event any of the above holidays occur on a Saturday or a Sunday, then such holiday shallbe observed by the Contractor in accordance with the practice as observed by the assignedGovernment employees at the using activity.

(c) In the event the Contractor is prevented from performance as the result of an Executive Order oran administrative leave determination applying to the using activity, such time may be charged toleave or indirect charges in accordance with the company policy.

HP10S OPTION TO EXTEND THE TERM OF THE TASK ORDER

This task order is renewable at the prices stated in Section B of the Contractor's proposal, at the option of theGovernment. The Contracting Officer shall give written notice, to the Contractor, of Option Year I renewal within365 days from effective date of task order award. Such a preliminary notice of intent to renew shall not be deemed tocommit the Government to renewals. If the Government exercises these options for renewal, the task order asrenewed shall be deemed to include this option provision. However, the total duration of this task order, includingthe exercise of any options under this clause, shall not exceed 24 months. (Note: Preliminary notice was provided tothe Contractor via email on 16 April 2008).

H-XX NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUS

For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE,52.219-3, NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18, NOTIFICATION OFCOMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS, and 52.219-27 NOTICE OF TOTALSERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE, the determination ofwhether a small business concern is independently owned and operated, not dominant in the fieldof operation in which it is bidding on Government contracts, and qualified as a small business underthe size standards in this solicitation, and further, meets the definition of a HUBZone small businessconcern, a small business concern certified by the SBA for participation in the SBA’s 8(a) program,or a service disabled veteran-owned small business concern, as applicable, shall be based on thestatus of said concern at the time of award of the SeaPort-e MACs and as further determined inaccordance with Special Contract Requirement H-19.

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 39 of 41 FINAL

 

Page 42: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

SECTION I CONTRACT CLAUSES

Note: All the provisions and clauses of SECTION I of the basic contract apply to this task orderunless otherwise specified.

CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (FAR 52.252-2)

This contract incorporates one or more clauses by reference, with the same force and effect as ifthey were given in full text. Upon request, the Contracting Officer will make their full text available.Also, the full text of a clause may be accessed electronically at this/these address(es):http://www.farsite.hill.af.mil/.

52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2006)

52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003)

52.222-41 Service Contract Act of 1965, as Amended (JUL 2005)

52.222-41 Service Contract Act (1965)

52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)

52.245-9 Use and Charges (Aug 2005)

DFARS CLAUSES

252.227-7022 Government rights (unlimited) (MAR 1979)

CLAUSES INCORPORATED BY FULL TEXT

52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)

United States law will apply to resolve any claim of breach of this contract.

(End of clause)

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 40 of 41 FINAL

 

Page 43: XXXXXXXX XXXXXX - Tri Star Engineering · ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION ... (Organized by UCF section headings,

SECTION J LIST OF ATTACHMENTS

Documents/Exhibits/Other Attachments Title Date PagesAttachment 1 Rev1 – DOL Wage Determination 03/18/2008 12Attachment 2 – DD Form 254 DoD Contract Security                                  Classification Specification (Post Award)

05/02/2007 2

 

 CONTRACT NO.

 N00178-04-D-4146 DELIVERY ORDER NO.

 FC10 AMENDMENT/MODIFICATION NO.

 15 PAGE

 41 of 41 FINAL