87
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 25 24-Aug-2017 See Section G N/A 6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S2404A NSWC, CRANE DIVISION 300 Highway 361 - Building 3373 Crane IN 47522-5001 [email protected] 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151 SCD: C 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. BOWHEAD PROFESSIONAL SOLUTIONS, LLC 4900 Seminary Road, Suite 1200 Alexandria VA 22311-1855 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-14-D-7204-FC03 10B. DATED (SEE ITEM 13) CAGE CODE 637U4 FACILITY CODE 16-Jul-2015 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). 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) Keith E Frentz, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Keith E Frentz 24-Aug-2017 (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

N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · [email protected] 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

25 24-Aug-2017 See Section G N/A6.  ISSUED BY CODE N00164 7.  ADMINISTERED BY (If other than Item 6) CODE S2404A

NSWC, CRANE DIVISION

300 Highway 361 - Building 3373

Crane IN 47522-5001

[email protected] 812-854-6866

 

DCMA Manassas

14501 George Carter Way, 2nd Floor

Chantilly VA 20151

 

SCD: C

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

BOWHEAD PROFESSIONAL SOLUTIONS, LLC    4900 Seminary Road, Suite 1200    Alexandria VA 22311-1855   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-14-D-7204-FC03

    10B.  DATED (SEE ITEM 13)

CAGECODE

637U4 FACILITY CODE   16-Jul-2015

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). 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)

      Keith E Frentz, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Keith E Frentz 24-Aug-2017 

(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

Page 2: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

GENERAL INFORMATION

The purpose of this modification is to add incremental funding. Accordingly, said Task Order is modified asfollows: A conformed copy of this Task Order is attached to this modification for informational purposes only.

The Line of Accounting information is hereby changed as follows:

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

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

7202AA WCF

7202AB APN

7202AC APN

9202AA APN

The total value of the order is hereby increased from

CLIN/SLIN From ($) By ($) To ($)

7200

7202AA

7202AB

7202AC

9200

9202AA

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

CLIN/SLIN From To

7202AA 8/24/2017 - 12/31/2017

7202AB 8/24/2017 - 5/20/2018

7202AC 8/24/2017 - 11/30/2017

9202AA 8/24/2017 - 11/30/2017

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 2 of 2 FINAL

 

Page 3: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

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

7000 R425 Base Year Labor: Naval

Surface Warfare Center

(NSWC) Crane Division,

Power, Energy, and

Interconnect

Technologies Division

(Code GXS) requires

technician support

services for

requirements for

providing technician

level support in R&D,

technical, program,

logistic, repair, and

fabrication process

support services in

support of GXS. (Fund

Type - TBD)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001 Base Year Labor: Naval

Surface Warfare Center

(NSWC) Crane Division,

Power, Energy, and

Interconnect

Technologies Division

(Code GXS) requires

technician support

services for

requirements for

providing technician

level support in R&D,

technical, program,

logistic, repair, and

fabrication process

support services in

support of GXS.

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 1 of 85 FINAL

 

Page 4: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151
Page 5: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

7001AC R425 10 USC 2410(a) Authority

is hereby invoked.

TI-103 (ACRN A3). Funds

to support the SP24

Navigation System

battery support effort

including test,

assembly, and

maintenance. (O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001AD R425

TI-101 (ACRN A4). Funds

provided to perform

testing: First Article

inspections, Production

Lot tests, Compatibility

testing, and other

specified tests for the

land Supply Chain (SPM7L

or SPE7L) formerly known

as DSCC. (WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001AE R425

TI-102 (ACRN A5).

Funding for labor in

support of the Valve

Regulated Lead Acid

(VRLA) Battery Program.

(OPN)

Max Fee

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 3 of 85 FINAL

 

Page 6: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001AF R425

TI-109 (ACRN A6).

Funding for labor in

support of the silk

screen, enclosures and

provides support for

Next Generation Software

Loader-Program Loader

Set. (APN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001AG R425

TI-107 (ACRN A7).

Contractor shall perform

nondestructive

electrical inspection,

and coordination of

battery testing. Battery

testing will consist of

temperature

conditioning, long-term

life cycling, and

vibration. (WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 4 of 85 FINAL

 

Page 7: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

7001AH R425

support of TI-102 (ACRN

A8). Funding for

Acquisition and

In-Service Engineering

Agent (ISEA)

assignments, Lot

Acceptance Testing,

Production Oversight,

Qualification Testing,

and Performance

Evaluation of all

submarine batteries.

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001AJ R425

TI-107 (ACRN B1).

Contractor shall

participate in technical

support for all battery

testing. (O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001AK R425

TI-107 (ACRN B2).

Contractor shall provide

technical support for

all battery testing.

(Fund Type - OTHER)

Max Fee

Min Fee

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 5 of 85 FINAL

 

Page 8: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151
Page 9: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151
Page 10: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151
Page 11: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

funding provided to

perform First Article

inspections, Production

Lot tests, Compatibility

testing and other

specified tests for the

land Supply Chain (SPM7L

or SPE7L) formerly known

as DSCC. (WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001AV AC65

TI-103 (ACRN C3). Labor

funding to support the

SP24 Navigation System

battery support effort.

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001AW R425

TI-108 (ACRN C4). Labor

funding to support all

battery testing to

include OGA Aerospace

Life Cycle Testing.

(RDT&E)

Max Fee

Min Fee

Government

Overrun

Share Line

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 9 of 85 FINAL

 

Page 12: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

Government

Underrun

Share Line

7001BA AC34

TI-102, ACRN C5. Labor

funding to support the

Valve Regulated Lead

Acid (VRLA) Battery

Program inspections and

support In-Service

Engineering Agent (ISEA)

assignments. (OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001BB AC34

TI-102, ACRN C6. Labor

funding to support the

Valve Regulated Lead

Acid (VRLA) Battery

Program inspections and

support In-Service

Engineering Agent (ISEA)

assignments. (OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001BC AC15

TI-101 (ACRN C7). Labor

funding provided to

perform First Article

inspections, Production

Lot tests, Compatibility

testing and other

specified tests for the

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 10 of 85 FINAL

 

Page 13: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

land Supply Chain (SPM7L

or SPE7L) formerly known

as DSCC. (WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001BD AC15

TI-101 (ACRN C8). Labor

funding provided to

perform First Article

inspections, Production

Lot tests, Compatibility

testing and other

specified tests for the

land Supply Chain (SPM7L

or SPE7L) formerly known

as DSCC. (WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001BE AC15

TI-101 (ACRN C9). Labor

funding provided to

perform First Article

inspections, Production

Lot tests, Compatibility

testing and other

specified tests for the

land Supply Chain (SPM7L

or SPE7L) formerly known

as DSCC. (WCF)

Max Fee

Min Fee

Government

Overrun

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 11 of 85 FINAL

 

Page 14: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

Share Line

Government

Underrun

Share Line

7001BF R425

TI-107 (ACRN D1). Labor

provided for contractor

to participate in

technical support for

all battery testing.

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7001BG AC65

TI-103 (ACRN D2). Labor

funds in support of SP24

Navigation System

battery support effort.

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

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

7100 R425 Base Year Surge Labor: Naval

Surface Warfare Center (NSWC)

Crane Division, Power, Energy,

and Interconnect Technologies

Division (Code GXS) requires

technician support services for

requirements for providing

technician level support in R&D,

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 12 of 85 FINAL

 

Page 15: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

technical, program, logistic,

repair, and fabrication process

support services in support of

GXS. (Fund Type - TBD)

Option

7200 R425 Naval Surface Warfare Center

(NSWC) Crane Division, Power,

Energy, and Interconnect

Technologies Division (Code GXS)

requires technician support

services for requirements for

providing technician level

support in R&D, technical,

program, logistic, repair, and

fabrication process support

services in support of GXS.

OPTION YEAR 1 PLUS THREE

ONE-YEAR OPTIONS. LABOR Ceiling

and LOE for option year 1 plus

three one-year options. NO

FUNDING WILL BE APPLIED TO THIS

CLIN. Funding is applied to

priced SUBCLINs under CLINs

7201, 7202, 7203, and 7204.

Contractor shall not invoice

against CLIN 7200. (Fund Type -

TBD)

7201 Naval Surface Warfare Center

(NSWC) Crane Division, Power,

Energy, and Interconnect

Technologies Division (Code GXS)

requires technician support

services for requirements for

providing technician level

support in R&D, technical,

program, logistic, repair, and

fabrication process support

services in support of GXS.

(Year 2) Labor Ordering Period.

Contractor shall invoice the

following priced SUBCLINs in

accordance with invoicing

instructions in Section G.

7201AA AC65

(ACRN D3). Funds to support the

SP24 Navigation System battery

support effort. (O&MN,N)

7201AB AC15

(ACRN D4). Labor funding to

provide testing, such as First

 

  

  

  

  

 

Page 16: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

Article Inspections, Production

Lot Tests, on contracts for the

land Supply Chain (SPM7L or

SPE7L). (RDT&E)

7201AC AC15

(ACRN D5). Labor funding to

provide testing, such as First

Article Inspections, Production

Lot Tests, on contracts for the

land Supply Chain (SPM7L or

SPE7L). (RDT&E)

7201AD R425

(ACRN D6). Labor funding for

technical support for all

battery testing. (RDT&E)

7201AE AC34

(ACRN D7). Labor funding for

Valve Regulated Lead Acid (VRLA)

and In-Service Engineering Agent

assignments and Lot acceptance

testing on Main Storage

batteries. (OPN)

7201AF R425

(ACRN D8). Labor funding for

technical support for all

battery testing. (O&MN,N)

7201AG R425

(ACRN D9). Labor funding for

technical support for all

battery testing. (O&MN,N)

7201AJ AC65

(ACRN E2). Labor funding that

supports the silk screen,

enclosures and provides support

for Next Generation Software

Loader-Program Loader Set. (APN)

7201AK AC15

(ACRN E3). Labor funds provided

to perform testing such as First

Article Inspections, Production

Lot Testing, Compatibility

testing, and other specified

aircraft battery tests on

contracts for the Land Supply

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 14 of 85 FINAL

 

Page 17: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

Chain (SPM7L or SPE7L), formerly

known as Defense Supply Center

Columbus (DSCC). (WCF)

7201AL AC34

(ACRN E4). Labor funds are to

support the Acquisition and

In-Service Engineering Agent

assignments of all submarine

batteries and provide VRLA

testing. (OPN)

7201AN AC15

(ACRN E6). Labor funds provided

to perform testing such as First

Article Inspections, Production

Lot Testing, Compatibility

testing, and other specified

aircraft battery tests on

contracts for the Land Supply

Chain (SPM7L or SPE7L), formerly

known as Defense Supply Center

Columbus (DSCC). (O&MN,N)

7201AP AC15

(ACRN E7). Labor funds provided

to perform testing such as First

Article Inspections, Production

Lot Testing, Compatibility

testing, and other specified

aircraft battery tests on

contracts for the Land Supply

Chain (SPM7L or SPE7L), formerly

known as Defense Supply Center

Columbus (DSCC). (Fund Type -

OTHER)

7201AQ J059

(ACRN E8). Funds to perform

maintenance and repair services

in support of the fielded

navigation system based on SP24

direction. Note: 10 U.S.C. 2410a

Authority is applicable.

(O&MN,N)

7201AR AC15

(ACRN E9). Labor funds provided

to perform testing such as First

Article Inspections, Production

Lot Testing, Compatibility

testing, and other specified

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 15 of 85 FINAL

 

Page 18: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

aircraft battery tests on

contracts for the Land Supply

Chain (SPM7L or SPE7L), formerly

known as Defense Supply Center

Columbus (DSCC). (WCF)

7201AS R425

(ACRN F1). Funds to support the

SP24 Navigation System battery

support effort.

(FMS Case #UZ-P-BAR)

7201AT R425

(ACRN F2). Funds to support the

SP24 Navigation System battery

support effort. (O&MN,N)

7201AU AC65

(ACRN F3). Labor funding that

provides support for Next

Generation Software Loader-

Program Loader Set (PLS). (APN)

7201AV AC15

(ACRN F4). Labor funding to

provide testing, such as First

Article Inspections, Production

Lot Tests, on contracts for the

land Supply Chain (SPM7L or

SPE7L). (WCF)

7201AW AC25 Funding in support of TI-2108,

ACRN F6, Labor funding in

support of battery testing.

(WCF)

7201AX AC25 Funding in support of TI-2107,

ACRN F7, Labor funding in

support of battery testing.

(O&MN,N)

7201AY AC25 Funding in support of TI-2103,

ACRN F8, Labor funding in

support of engineering and

technical support for the test

and repair, manufacturing of

electronic power supplies and

battery packs. Labor funding in

support of fabricating,

repairing and painting battery

boxes as required. Labor funding

for repair support for SP24

Navigation system. (O&MN,N)

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 16 of 85 FINAL

 

Page 19: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

7201AZ AC25 Funding in support of TI-2103,

ACRN F9, Labor funding in

support of engineering and

technical support for the test

and repair, manufacturing of

electronic power supplies and

battery packs. Labor funding in

support of fabricating,

repairing and painting battery

boxes as required. Labor funding

for repair support for SP24

Navigation system. (O&MN,N)

7201BA AC15 Funding in support of

TI-2101(SAFT America Inc/Land

Supply Chain (SPM7L or

SPE7L)/First Article, Lot

Acceptance, Compatibility

Testing support). (WCF)

7201BB AC15 Funding in support of

TI-2101(SCMS/GUMAB/Land Supply

Chain (SPM7L or SPE7L)/First

Article, Lot Acceptance,

Compatibility Testing support).

(O&MAFR)

7201BC AC25 Funding in support of TI-2108

(Concorde Battery

Corporation/Battery Testing

support). (WCF)

7201BD AC25 Funding in support of TI-2108

(Enersys Energy Products

Inc/Battery Testing support).

(WCF)

7201BE AC25 Funding in support of TI-2108

(SAFT America Inc/Battery

Testing support). (WCF)

7201BF AC25 Funding in support of TI-2108

(NAVAIR/H-1 Upgrade

Program/Battery Testing

support). (APN)

7201BG AC25 Funding in support of TI-2108

(NAVAIR/Aircraft Battery

Systems/Battery Testing

support). (RDT&E)

7201BH AC25 Funding in support of TI-2108.

(SCMS/GUMAB/Minuteman III

Emergency Batteries/Battery

Testing). (O&MAFR)

7201BJ AC25 Funding in support of TI-2108.

(DLA Land and Maritime/First

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 17 of 85 FINAL

 

Page 20: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

Article Testing/Battery

Testing). (WCF)

7201BK AC25 Funding in support of TI-2108.

(NAVAIR/F/A-18E/F Propulsion and

Power/Battery Testing). (APN)

7201BL AC25 Funding in support of TI-2108.

(NAVAIR/H-1 Upgrade

Program/Battery Testing). (APN)

7201BM AC25 Funding in support of TI-2108.

(Saft America Inc./M81757/18-1

Batteries/Battery Testing).

(WCF)

7201BN AC15 Funding in support of

TI-2101(SCMS/GUMAB/Minuteman III

Batteries/Test Support).

(O&MAFR)

7201BP AC15 Funding in support of TI-2101

(DLA Land and Maritime/SPM7 &

SPE7/Test Support). (WCF)

7201BQ AC15 Funding in support of TI-2101

(NAVAIR/F/A-18E/F Propulsion &

Power/Test Support). (APN)

7201BR AC15 Funding in support of TI-2101

(NAVAIR/H-1 Upgrade Program/Test

Support). (APN)

7201BS AC15 Funding in support of TI-2101

(Saft America Inc./Battery Test

Support). (WCF)

7201BT AC25 Funding in support of TI-2103,

ACRN J1, Labor funding. The

Contractor shall provide

engineering and technical

support for the test and repair,

manufacturing of electronic

power supplies and battery

packs. The Contractor shall

provide support in fabricating,

repairing, and painting battery

boxes as required. The

Contractor shall provide repair

support for SP24 Navigation

system. (O&MN,N)

7201BU AC25 Funding in support of TI-2107,

ACRN J2, Labor funding. The

contractor shall participate in

technical support for all

battery testing. (O&MN,N)

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 18 of 85 FINAL

 

Page 21: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

7201BV AC34 Funding in support of TI-2102,

ACRN J3, Labor funding in

support of the Acquisition and

In-Service Engineering Agent

assignments, Lot Acceptance

Testing, Production Oversight,

Qualification Testing, and

Performance Evaluation of all

submarine batteries. This

includes direct contact with the

Fleet and on-site support of all

issues occurring that involves

Submarine Main Storage

Batteries. It will also include

actively monitoring submarine

battery health, developing

battery life/impact projections

and supporting battery and cell

logistics. The ISEA will support

the development and revision of

Technical manuals, MRC Cards,

and other documentation required

for successful submarine

operations. (O&MN,N)

7202 Naval Surface Warfare Center

(NSWC) Crane Division, Power,

Energy, and Interconnect

Technologies Division (Code GXS)

requires technician support

services for requirements for

providing technician level

support in R&D, technical,

program, logistic, repair, and

fabrication process support

services in support of GXS.

Option Year 2 (Year 3) Labor

Ordering Period. Contractor

shall invoice the following

priced SUBCLINs in accordance

with invoicing instructions in

Section G.

7202AA AC15 Funding in support of TI-2101,

ACRN J5, Labor funding in

support of performing testing

such as First Article

inspections, Production Lot

Tests, compatibility testing and

other specified tests on

contracts for the Land Supply

Chain (SPM7L or SPE7L), formerly

known as Defense Supply Center

Columbus (DSCC). (WCF)

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 19 of 85 FINAL

 

Page 22: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

7202AB AC64 Funding in support of TI-2109,

ACRN J6, Labor funding in

support of Next Generation

Software Loader – Program Loader

Set. (APN)

7202AC AC66 Funding in support of TI-2104,

ACRN J7, Labor funding in

support of Next Generation

Software Loader – Program Loader

Set. (APN)

7203 Naval Surface Warfare Center

(NSWC) Crane Division, Power,

Energy, and Interconnect

Technologies Division (Code GXS)

requires technician support

services for requirements for

providing technician level

support in R&D, technical,

program, logistic, repair, and

fabrication process support

services in support of GXS.

Option Year 3 (Year 4) Labor

Ordering Period. Contractor

shall invoice the following

priced SUBCLINs in accordance

with invoicing instructions in

Section G.

7204 Naval Surface Warfare Center

(NSWC) Crane Division, Power,

Energy, and Interconnect

Technologies Division (Code GXS)

requires technician support

services for requirements for

providing technician level

support in R&D, technical,

program, logistic, repair, and

fabrication process support

services in support of GXS.

Option Year 4 (Year 5) Labor

Ordering Period. Contractor

shall invoice the following

priced SUBCLINs in accordance

with invoicing instructions in

Section G.

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

7300 R425 Naval Surface Warfare Center (NSWC)

Crane Division, Power, Energy, and

Interconnect Technologies Division (Code

GXS) requires technician support

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 20 of 85 FINAL

 

Page 23: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

services for requirements for providing

technician level support in R&D,

technical, program, logistic, repair,

and fabrication process support services

in support of GXS. OPTION YEAR 1 PLUS

THREE ONE-YEAR OPTIONS. (Surge CLIN for

unanticipated LOE) LABOR Ceiling and LOE

for option year 1 plus three one-year

options. NO FUNDING WILL BE APPLIED TO

THIS CLIN. Funding is applied to priced

SUBCLINs under CLINs 7301, 7302, 7303,

7304. Contractor shall not invoice

against CLIN 7300. (Fund Type - TBD)

Option

7301 Naval Surface Warfare Center (NSWC)

Crane Division, Power, Energy, and

Interconnect Technologies Division (Code

GXS) requires technician support

services for requirements for providing

technician level support in R&D,

technical, program, logistic, repair,

and fabrication process support services

in support of GXS. (Surge CLIN for

unanticipated LOE) Option Year 1 (Year

2) Labor Ordering Period. Contractor

shall invoice the following SUBCLINS in

accordance with invoicing instructions

in Section G

7302 Naval Surface Warfare Center (NSWC)

Crane Division, Power, Energy, and

Interconnect Technologies Division (Code

GXS) requires technician support

services for requirements for providing

technician level support in R&D,

technical, program, logistic, repair,

and fabrication process support services

in support of GXS. (Surge CLIN for

unanticipated LOE) Option Year 2 (Year

3) Labor Ordering Period. Contractor

shall invoice the following priced

SUBCLINs in accordance with invoicing

instructions in Section G.

7303 Naval Surface Warfare Center (NSWC)

Crane Division, Power, Energy, and

Interconnect Technologies Division (Code

GXS) requires technician support

services for requirements for providing

technician level support in R&D,

technical, program, logistic, repair,

and fabrication process support services

in support of GXS. (Surge CLIN for

unanticipated LOE) Option Year 3 (Year

4) Labor Ordering Period. Contractor

 

  

  

  

  

 

Page 24: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

shall invoice the following priced

SUBCLINs in accordance with invoicing

instructions in Section G.

7304 Naval Surface Warfare Center (NSWC)

Crane Division, Power, Energy, and

Interconnect Technologies Division (Code

GXS) requires technician support

services for requirements for providing

technician level support in R&D,

technical, program, logistic, repair,

and fabrication process support services

in support of GXS. (Surge CLIN for

unanticipated LOE) Option Year 4 (Year

5) Labor Ordering Period. Contractor

shall invoice the following SUBCLINS in

accordance with invoicing instructions

in Section G.

Item PSC Supplies/Services Qty UnitEst.

Cost

Fixed

FeeCPFF

7400 R425

Option Year 2 Labor:

Naval Surface Warfare Center (NSWC) Crane Division, Power,

Energy, and Interconnect Technologies Division (Code GXS)

requires technician support services for requirements for

providing technician level support in R&D, technical,

program, logistic, repair, and fabrication process support

services in support of GXS. (Fund Type - TBD)

Option

7500 R425

Option Year 2 Surge

Labor: Naval Surface Warfare Center (NSWC) Crane Division,

Power, Energy, and Interconnect Technologies Division (Code

GXS) requires technician support services for requirements

for providing technician level support in R&D, technical,

program, logistic, repair, and fabrication process support

services in support of GXS. (Fund Type - TBD)

Option

7600 R425

Award Term 1 Labor:

Naval Surface Warfare Center (NSWC) Crane Division, Power,

Energy, and Interconnect Technologies Division (Code GXS)

requires technician support services for requirements for

providing technician level support in R&D, technical,

program, logistic, repair, and fabrication process support

services in support of GXS. (Fund Type - TBD)

Option

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 22 of 85 FINAL

 

Page 25: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

Item PSC Supplies/Services Qty UnitEst.

Cost

Fixed

FeeCPFF

7700 R425

Award Term 1 Surge

Labor: Naval Surface Warfare Center (NSWC) Crane Division,

Power, Energy, and Interconnect Technologies Division (Code

GXS) requires technician support services for requirements

for providing technician level support in R&D, technical,

program, logistic, repair, and fabrication process support

services in support of GXS. (Fund Type - TBD)

Option

7800 R425

ward Term 2 Labor:

Naval Surface Warfare Center (NSWC) Crane Division, Power,

Energy, and Interconnect Technologies Division (Code GXS)

requires technician support services for requirements for

providing technician level support in R&D, technical,

program, logistic, repair, and fabrication process support

services in support of GXS. (Fund Type - TBD)

Option

7900 R425

Award Term 2 Surge

Labor: Naval Surface Warfare Center (NSWC) Crane Division,

Power, Energy, and Interconnect Technologies Division (Code

GXS) requires technician support services for requirements

for providing technician level support in R&D, technical,

program, logistic, repair, and fabrication process support

services in support of GXS. (Fund Type - TBD)

Option

For Cost Type / NSP Items

Item PSC Supplies/Services Qty UnitTarget

Cost

Target

FeeCPIF

7999 In accordance with (IAW) the Statement Of Work(SOW), and

CDRL(s) A001 thruA032, and applicable DIDs,the Government

shall have unlimited rights to all Data/Tech Data generated

in the performance of this contract,whether to be delivered

or not,IAW DFARS 252.227-7013; and similarly to all computer

software and computer software documentation generated in the

performance of this contract, whether required to be

delivered or not, IAW DFARS252.227-7014; unless an assertion

is provided and accepted by the Government with the offer IAW

DFARS 252.227-7017.

For FFP Items:

Item PSC Supplies/Services Qty Unit Unit PriceTotal

Price

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 23 of 85 FINAL

 

Page 26: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

Item PSC Supplies/Services Qty Unit Unit PriceTotal

Price

8200 AG94 Funding in support of TI-2111 (Marine Corps System

Command/Bren-Tronics Lithium 6T (L6T) battery/Construction

six (6) units of a demonstration/prototype State of Charge

(SOC) Indicator). (RDT&E)

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9000 R425 Base Year ODC: Naval Surface Warfare Center (NSWC) Crane Division,

Power, Energy, and Interconnect Technologies Division (Code GXS)

requires technician support services for requirements for

providing technician level support in R&D, technical, program,

logistic, repair, and fabrication process support services in

support of GXS. (Fund Type - TBD)

9001 Base Year Labor: Naval Surface Warfare Center (NSWC) Crane

Division, Power, Energy, and Interconnect Technologies Division

(Code GXS) requires technician support services for requirements

for providing technician level support in R&D, technical, program,

logistic, repair, and fabrication process support services in

support of GXS.

9001AF R425 support of TI-109 (ACRN A6).

Funding for ODC in support of the silk screen, enclosures and

provides support for Next Generation Software Loader-Program

Loader Set. (APN)

9001AJ R425

A9). Funding for Acquisition and In-Service Engineering Agent

(ISEA) assignments, Lot Acceptance Testing, Production Oversight,

Qualification Testing, and Performance Evaluation of all submarine

batteries. (OPN)

9100 R425 Base Year Surge ODC: Naval Surface Warfare Center (NSWC) Crane

Division, Power, Energy, and Interconnect Technologies Division

(Code GXS) requires technician support services for requirements

for providing technician level support in R&D, technical, program,

logistic, repair, and fabrication process support services in

support of GXS. (Fund Type - TBD)

Option

9200 R425 Naval Surface Warfare Center (NSWC) Crane Division, Power, Energy,

and Interconnect Technologies Division (Code GXS) requires

technician support services for requirements for providing

technician level support in R&D, technical, program, logistic,

repair, and fabrication process support services in support of

GXS. OPTION YEAR 1 PLUS THREE ONE-YEAR OPTIONS. ODC ONLY Ceiling

for option year 1 plus three one-year options. NO FUNDING WILL BE

APPLIED TO THIS CLIN. Funding is applied to priced SUBCLINs under

CLINs 9201, 9202, 9203, and 9204. Contractor shall not invoice

against CLIN 9200. (Fund Type - TBD)

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 24 of 85 FINAL

 

Page 27: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

Item PSC Supplies/Services Qty Unit Est. Cost

9201 Naval Surface Warfare Center (NSWC) Crane Division, Power, Energy,

and Interconnect Technologies Division (Code GXS) requires

technician support services for requirements for providing

technician level support in R&D, technical, program, logistic,

repair, and fabrication process support services in support of

GXS. Option Year 1 (Year 2) ODC ONLY Ordering Period. Contractor

shall invoice the following SUBCLINS in accordance with invoicing

instructions in Section G

9201AH AC34 support TI-2102 (ACRN

E1). ODC funding is in support of the Acquisition and In-Service

Engineering Agent (ISEA) assignments, Lot Acceptance Testing,

Production Oversight, Qualification Testing, and Performance

Evaluation of all submarine VRLA batteries. (OPN)

9201AJ AC65 TI-2109 (ACRN

E2). ODC funding that supports the silk screen, enclosures and

provides support for Next Generation Software Loader-Program

Loader Set. (APN)

9201AM AC34 Funding is in support of TI-2102, ACRN E5. ODC funding is in

support of In-Service Engineering Agent assignments and Lot

acceptance testing on all Submarine Valve Regulated Lead Acid

(VRLA) batteries. (OPN)

9201AW AC34 to support TI-2102 (ACRN

F5). ODC funding is in support of the Acquisition and In-Service

Engineering Agent (ISEA) assignments, Lot Acceptance Testing,

Production Oversight, Qualification Testing, and Performance

Evaluation of all submarine VRLA batteries. (O&MN,N)

9201AX AC34 to support TI-2102 (ACRN

F5). ODC funding is in support of the Acquisition and In-Service

Engineering Agent (ISEA) assignments, Lot Acceptance Testing,

Production Oversight, Qualification Testing, and Performance

Evaluation of all submarine VRLA batteries. (O&MN,N)

9201AZ AC34 Funding in support of TI-2102, ACRN J3, ODC funding in support of

the Acquisition and In-Service Engineering Agent assignments, Lot

Acceptance Testing, Production Oversight, Qualification Testing,

and Performance Evaluation of all submarine batteries. This

includes direct contact with the Fleet and on-site support of all

issues occurring that involves Submarine Main Storage Batteries.

It will also include actively monitoring submarine battery health,

developing battery life/impact projections and supporting battery

and cell logistics. The ISEA will support the development and

revision of Technical manuals, MRC Cards, and other documentation

required for successful submarine operations. (O&MN,N)

9202 Naval Surface Warfare Center (NSWC) Crane Division, Power, Energy,

and Interconnect Technologies Division (Code GXS) requires

technician support services for requirements for providing

technician level support in R&D, technical, program, logistic,

repair, and fabrication process support services in support of

GXS. Option Year 2 (Year 3) ODC ONLY Ordering Period. Contractor

shall invoice the following SUBCLINS in accordance with invoicing

instructions in Section G

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 25 of 85 FINAL

 

Page 28: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

Item PSC Supplies/Services Qty Unit Est. Cost

9202AA AC64 Funding in support of TI-2109, ACRN J4, ODC funding in support of

Next Generation Software Loader – Program Loader Set. (APN)

9203 Naval Surface Warfare Center (NSWC) Crane Division, Power, Energy,

and Interconnect Technologies Division (Code GXS) requires

technician support services for requirements for providing

technician level support in R&D, technical, program, logistic,

repair, and fabrication process support services in support of

GXS. Option Year 3 (Year 4) ODC ONLY Ordering Period. Contractor

shall invoice the following SUBCLINS in accordance with invoicing

instructions in Section G

9204 Naval Surface Warfare Center (NSWC) Crane Division, Power, Energy,

and Interconnect Technologies Division (Code GXS) requires

technician support services for requirements for providing

technician level support in R&D, technical, program, logistic,

repair, and fabrication process support services in support of

GXS. Option Year 4 (Year 5) ODC ONLY Ordering Period. Contractor

shall invoice the following SUBCLINS in accordance with invoicing

instructions in Section G

9300 R425 Naval Surface Warfare Center (NSWC) Crane Division, Power, Energy,

and Interconnect Technologies Division (Code GXS) requires

technician support services for requirements for providing

technician level support in R&D, technical, program, logistic,

repair, and fabrication process support services in support of

GXS. OPTION YEAR 1 PLUS THREE ONE-YEAR OPTIONS. (Surge CLIN for

unanticipated ODC) ODC ONLY Ceiling for option year one plus three

one-year options. NO FUNDING WILL BE APPLIED TO THIS CLIN. Funding

is applied to priced SUBCLINs under CLIN 9301, 9302, 9303, 9304.

Contractor shall not invoice against CLIN 9300. (Fund Type - TBD)

Option

9301 Naval Surface Warfare Center (NSWC) Crane Division, Power, Energy,

and Interconnect Technologies Division (Code GXS) requires

technician support services for requirements for providing

technician level support in R&D, technical, program, logistic,

repair, and fabrication process support services in support of

GXS. (Surge CLIN for unanticipated ODC) Option Year 1 (Year 2) ODC

ONLY Ordering Period. Contractor shall invoice the following

SUBCLINS in accordance with invoicing instructions in Section G

9302 Naval Surface Warfare Center (NSWC) Crane Division, Power, Energy,

and Interconnect Technologies Division (Code GXS) requires

technician support services for requirements for providing

technician level support in R&D, technical, program, logistic,

repair, and fabrication process support services in support of

GXS. (Surge CLIN for unanticipated ODC) Option Year 2 (Year 3) ODC

ONLY Ordering Period. Contractor shall invoice the following

SUBCLINS in accordance with invoicing instructions in Section G.

9303 Naval Surface Warfare Center (NSWC) Crane Division, Power, Energy,

and Interconnect Technologies Division (Code GXS) requires

technician support services for requirements for providing

technician level support in R&D, technical, program, logistic,

repair, and fabrication process support services in support of

GXS. (Surge CLIN for unanticipated ODC) Option Year 3 (Year 4) ODC

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 26 of 85 FINAL

 

Page 29: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

Item PSC Supplies/Services Qty Unit Est. Cost

ONLY Ordering Period. Contractor shall invoice the following

SUBCLINS in accordance with invoicing instructions in Section G

9304 Naval Surface Warfare Center (NSWC) Crane Division, Power, Energy,

and Interconnect Technologies Division (Code GXS) requires

technician support services for requirements for providing

technician level support in R&D, technical, program, logistic,

repair, and fabrication process support services in support of

GXS. (Surge CLIN for unanticipated ODC) Option Year 4 (Year 5) ODC

ONLY Ordering Period. Contractor shall invoice the following

SUBCLINS in accordance with invoicing instructions in Section G

9400 R425

Option Year 2 ODC: Naval

Surface Warfare Center (NSWC) Crane Division, Power, Energy, and

Interconnect Technologies Division (Code GXS) requires technician

support services for requirements for providing technician level

support in R&D, technical, program, logistic, repair, and

fabrication process support services in support of GXS. (Fund Type

- TBD)

Option

9500 R425

Option Year 2 Surge ODC:

Naval Surface Warfare Center (NSWC) Crane Division, Power, Energy,

and Interconnect Technologies Division (Code GXS) requires

technician support services for requirements for providing

technician level support in R&D, technical, program, logistic,

repair, and fabrication process support services in support of

GXS. (Fund Type - TBD)

Option

9600 R425

Term 1 ODC: Naval

Surface Warfare Center (NSWC) Crane Division, Power, Energy, and

Interconnect Technologies Division (Code GXS) requires technician

support services for requirements for providing technician level

support in R&D, technical, program, logistic, repair, and

fabrication process support services in support of GXS. (Fund Type

- TBD)

Option

9700 R425

Award Term 1 Surge ODC:

Naval Surface Warfare Center (NSWC) Crane Division, Power, Energy,

and Interconnect Technologies Division (Code GXS) requires

technician support services for requirements for providing

technician level support in R&D, technical, program, logistic,

repair, and fabrication process support services in support of

GXS. (Fund Type - TBD)

Option

9800 R425

Award Term 2 ODC: Naval

Surface Warfare Center (NSWC) Crane Division, Power, Energy, and

 

  

  

  

  

 

Page 30: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

Item PSC Supplies/Services Qty Unit Est. Cost

Interconnect Technologies Division (Code GXS) requires technician

support services for requirements for providing technician level

support in R&D, technical, program, logistic, repair, and

fabrication process support services in support of GXS. (Fund Type

- TBD)

Option

9900 R425

Award Term 2 Surge ODC:

Naval Surface Warfare Center (NSWC) Crane Division, Power, Energy,

and Interconnect Technologies Division (Code GXS) requires

technician support services for requirements for providing

technician level support in R&D, technical, program, logistic,

repair, and fabrication process support services in support of

GXS. (Fund Type - TBD)

Option

HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)

(a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor haveagreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at thetime 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 antitrustviolations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party againstmoney that would otherwise be paid by that party may be considered to the extent permitted by law.

(b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that theadministrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered. HQ B-2-0007 LIMITATION OF COSTS OR LIMITATION OF FUNDS LANGUAGE

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

The following NAVSEA clause is specific to CPIF Labor CLIN 7000 only. HQ B-2-0015 PAYMENTS OF FEE(S) (LEVEL OF EFFORT - ALTERNATE 1) (NAVSEA) (MAY 2010)This clause only applies to CPIF CLIN 7000 only.

(a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee" in cost-plus-award-feetype contracts, or "fixed fee" in cost-plus-fixed-fee type contracts for level of effort type contracts. (b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled"FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable. Such payments shall be submitted byand payable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR52.216-7), subject to the withholding terms and conditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, andshall be paid fee at the hourly rate(s) specified above per man-hour performed and invoiced. Total fee(s) paid to the Contractor shallnot exceed the fee amount(s) set forth in this contract. In no event shall the Government be required to pay the Contractor anyamount in excess of the funds obligated under this contract. The following NAVSEA clause is specific to CPFF Labor CLINs 7200, 7400, 7600 and 7800 only. HQ B-2-0015 PAYMENTS OF FEE(S) (LEVEL OF EFFORT) (NAVSEA) (MAY 1993)

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 28 of 85 FINAL

 

Page 31: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

(b)  The Government shall make payments to the Contractor, subject to and in accordance with the clause in thiscontract entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable.  Suchpayments shall be equal to the blended fee rate noted in “Table 2 – CPFF CLIN INFORMATION” of theallowable cost of each invoice submitted by and payable to the Contractor pursuant to the clause of this contractentitled "ALLOWABLE COST AND PAYMENT" (FAR 52.216-7), subject to the withholding terms and conditionsof the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable (percentage of fee is based on fee dollarsdivided by estimated cost dollars, including facilities capital cost of money)  Total fee(s) paid to theContractor shall not exceed the fee amount(s) set forth in this contract.

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

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

HQ B-2-0015 PAYMENTS OF FEE(S) (LEVEL OF EFFORT) (NAVSEA) (MAY 1993)This clause only applies to CPFF CLINs 7200, 7400, 7600 and 7800 only.

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

(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled"FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable. Such payments shall be submitted byequal to FIVE Percent (5%) of the allowable cost of each invoice submitted by and payable to the Contractor pursuant to theclause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR 52.216-7), subject to the withholding terms andconditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, (percentage of fee is based on fee dollars divided byestimated cost dollars, including facilities capital cost of money). Total fee(s) paid to the Contractor shall not exceed the feeamount(s) set forth in this contract.

(c) The fee(s) specified in SECTION B, and payment thereof, is subject to adjustment pursuant to paragraph (g) of the specialcontract requirement entitled "LEVEL OF EFFORT." If the fee(s) is reduced and the reduced fee(s) is less than the sum of all feepayments made to the Contractor under this contact, the Contractor shall repay the exce4ss amount to the Government. If the finaladjusted fee exceeds all fee payments made to the Contractor under this contract, the Contractor shall be paid the additionalamount, subject to the availability of funds. In no even shall the Government be required to pay the contractor any amount inexcess of the funds obligated under this contract at the time of the discontinuance of work.

HQ B-2-0020 TRAVEL COSTS - ALTERNATE I (NAVSEA) (DEC 2005) (a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs in accordance withFAR 31.205-46. The costs to be reimbursed shall be those costs accepted by the cognizant DCAA.

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

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

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 29 of 85 FINAL

 

Page 32: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

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

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

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

HQ B-2-0021 CONTRACT SUMMARY FOR PAYMENT OFFICE (COST TYPE) (FEB 1997) This entire contract is cost type. CNIN-B-0008 DATA RIGHTS (APR 2012) The Government shall have unlimited data rights to all technical data generated in the performance of this contract, whetherrequired to be delivered or not, in accordance with (IAW) DFARS 252.227-7013; and similarly to all computer software andcomputer software documentation generated in the performance of this contract, whether required to be delivered or not, IAWDFARS 252.227-7014; unless an assertion is provided and accepted by the Government with the offer IAW DFARS252.227-7017. Upon creation of an assertion table as directed/applicable, the Offeror will identify the specific CLIN and CDRL towhich the assertion applies. No assertion table(s) will be accepted in response to a Basic Ordering Agreement (BOA). If theGovernment determines that acceptance of an assertion(s) is valid, said assertion(s) will be incorporated into each individual orderor resultant contract.

CNIN-NOTICE-0002 NSWC CRANE GENERAL PROCUREMENT INFORMATION (APR 2014)

1. BUSINESS HOURS

NSWC Crane Division allows flexible working hours for its employees. The core time when all employees are scheduled to workis 9:00 am to 3:00 pm (local time).

2. TAX EXEMPTION Section 39(A) and Section 6 of the Indiana Gross Income Tax Act of 1933, specifically exempts NSWC Crane Division as agovernment activity from any payment of sales and use taxes. The assigned Exemption Number is 0018103400015

3. VENDOR SURVEY

NSWC Crane Contracting Department’s mission is to provide responsive, best-value contracting and acquisition support for allcustomers, accomplished in partnership with industry, academia, and other Government activities, while maintaining the public'strust and fulfilling public policy objectives. In an effort to continually improve our services, the Contracting Office is conducting asurvey of our vendors. Your comments will help us determine if we are accomplishing our mission and provide recommendationsfor ways to improve our processes. Please consider taking the time to complete the survey which can be accessed at the followingaddress: http://www navsea.navy.mil/nswc/crane/working/contracting/Lists/Vendor Survey/overview.aspx. 

NOTE A: OPTION

Option item to which the option clause in Section I applies and which is to be supplied only if and to the extent that said optionis exercised.

NOTE B: SURGEIf the Government determines that an increased LOE is required, the Government reserves the right to exercise "surge" optionCLINs for additional hours in accordance with the SOW. In the event that the Government does elect to exercise the surge optionitem, the appropriate ceiling and LOE may be re-aligned under labor CLINs for each task identified in the SOW. The Government

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 30 of 85 FINAL

 

Page 33: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151
Page 34: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

Rate/Hr BLANK

LABOR CLIN LABOR HOURS ESTIMATED COST FIXED FEEBLENDED

RATE

Rate/Hr BLANK

SURGE CLIN LABOR HOURS ESTIMATED COST FIXED FEEBLENDED

RATE

Rate/Hr BLANK

LABOR CLIN LABOR HOURS ESTIMATED COST FIXED FEEBLENDED

RATE

Rate/Hr BLANK

SURGE CLIN LABOR HOURS ESTIMATED COST FIXED FEEBLENDED

RATE

Rate/Hr BLANK

(1) The final target cost, target fee amounts shall be based upon the actual level of effort the contractor provides as explained in thefollowing paragraph.

(i) The CPIF target cost rate for CLIN 7000 (to the extent Options are exercised). 

(ii) The CPIF target fee rate for CLIN 7000 (to the extent Options are exercised).

(iii) The final CPIF actual cost rate for CLIN 7000 (to the extent Options are exercised).

(iv) The final CPIF actual fee rate for CLIN 7000 (to the extent Options are exercised).

(v) The share ratio for the CPIF portion of the fee structure is  for both underruns andoverruns apply only to CLIN 7000. See the Incentive Fee clause (FAR 52.216-10) in Section I of this TO for further information onhow the target cost and target fee are determined and the fee earned is calculated.

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 32 of 85 FINAL

 

Page 35: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

SECTION C DESCRIPTIONS AND SPECIFICATIONS

1.0 SCOPEThis Statement of Work (SOW) sets forth the requirements for non-personal technician level work related to

Research and Development (R&D), procurement, system safety support, Test and Evaluation (T&E), repair,redesign, low-rate manufacturing, sustainment, training, various battery storage, conditioning, and system retirementsupport services for the Power & Energy Systems Division, Code JXM, Naval Surface Warfare Center CraneDivision (NSWC Crane). Technology areas covered by this SOW include Printed Circuit Board (PCB) and Printed Wiring Assembly (PWA)related support, mechanical/electronic enabling technologies and power technologies including; batteries, batterychargers, power supplies, and power control systems.This SOW sets forth requirements for providing technician level support in R&D, technical, program, logistic,administrative, repair and fabrication process support services in support of JXM. JXM is not tied to a singleweapons system and supports many Department of Defense (DoD) customers, Other Government Agencies (OGA),and industry partners. Examples of JXM workload include the following areas: missile battery production and inservice engineering, Navy surface and submersible battery systems, support for aircraft and ground support batteries,support for aerospace batteries and power systems, Navy Inventory Control Point (NAVICP) Depot electronics repairtasking, Foreign Military Sales (FMS) tasking, and expeditionary energy systems.The contractor shall, in response to Technical Instructions (TIs) issued under this Task Order(s), provide servicesand materials that could span the entire spectrum of mission areas required to complete the tasking of JXM. Serviceswithin the functional areas identified below shall be performed on this Task Order(s) only when ordered by TI. TheTI will only be issued by the Contracting Officer. This Task Order(s) applies to the following paragraphs of thebasic Seaport Enhanced (Seaport-e) contract.3.1 Research and Development Support – N/A3.2 Engineering, System Engineering and Process Engineering Support3.3 Modeling, Simulation, and Analyses Support – N/A3.4 Prototyping, Pre-Production, Model-Making and Fabrication Support3.5 System Design Documentation and Technical Data Support3.6 Software Engineering, Development, Programming, and Network Support3.7 Reliability, Maintainability, and Availability Support – N/A3.8 Human Factors, Performance, and Usability Engineering Support – N/A3.9 System Safety Engineering Support – N/A3.10 Configuration Management Support3.11 Quality Assurance Support – N/A3.12 Information Systems Development, Information Assurance and Information Technology Support3.13 Inactivation and Disposal Support3.14 Interoperability, Test and Evaluation and Trials Support3.15 Measurement Facilities, Range and Instrument Support – N/A3.16 Logistics Support – N/A3.17 Supply and Provisioning Support3.18 Training Support – N/A3.19 In-Service Engineering, Fleet Introduction, Installation and Checkout Support – N/A3.20 Program Support – N/A3.21 Functional and Administrative Support – N/A3.22 Public Affairs and Multimedia Support – N/A2.0 APPLICABLE DOCUMENTSApplicable military specifications and standards that are listed in the issue of the Department of Defense Index ofSpecifications and Standards (DODISS), and current on the date of the Task Order(s) award, plus all applicableindustry standards, or any other program documents may be specified within the individual TIs that will be issuedfor performing specific tasks.

ASME Y14.100-2013 (7-30-2013) Engineering Drawings and Related Documentation PracticesASME Y14.5M-2000   Printed Board Drafting PracticeDOD-D-1000B (4-2005) Drawings, Engineering and Associated ListsDOD-STD-2101 (5-10-1979) Classification of CharacteristicsDOD 5520.22-M (2-26-2006) National Industrial Security Program Operating Manual

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 33 of 85 FINAL

 

Page 36: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

J-STD-001E (4-2-2010), IPC-A-600H(4-30-2010), IPC-610D (11-2004),IPC-7711B/IPC-7721B (11-2007), MIL-PRF-31032C (5-23-2010), IPC/WHMA-A-620A(7-2006)

Joint Industry Standards establishing quality requirements forthe manufacture and evaluation of PCBs and PWAs

MIL-DTL-31000 (11-5-2009) Technical Data PackagesMIL-HDBK-29612 (8-31-2001) Department of Defense Handbook Guidance for Acquisition of

Training Data Products and ServicesMIL-STD-202G (7-18-2003) Department of Defense Test Method Standard: Electronic and

Electrical Component PartsMIL-STD-1399B (4-24-2008) Department of Defense Interface Standard, Electric Power,

Alternating CurrentNAVSEAINST 4130-12B (7-21-2004) Configuration Management Policy and Guidance

NSWCCRANEINST 11240.1 (12-15-2008) Management of Government VehiclesOPNAVINST 5102.1D (1-7-2005) Navy and Marine Corps Mishap and Safety Investigation

Reporting and Record Keeping ManualSECNAVINST 5370.2J (4-26-2007) Navy Fraternization PolicySG270-BV-SAF-010 (4-27-2011) High-Energy Storage System Safety ManualS9310-AQ-SAF-010 Rev 2(7-15-2010)

Technical Manual For Batteries, Navy Lithium SafetyProgram Responsibilities And Procedures

MIL-STD-810G (10-31-2008) Environmental Engineering Considerations and LaboratoryTests

ST-SG-AC10-11 chapter 38.3 (2009) United Nations Recommendations on the Transport ofDangerous Goods – Lithium Batteries

SMC-S-018 (6-30-2008) Space and Missile Systems Center Standard: Lithium-IonBattery for Launch Vehicle Applications

SMC-S-017 (6-13-2008) Space and Missile Systems Center Standard: Lithium-IonBattery for Spacecraft Applications

3.0 REQUIREMENTSThe contractor shall provide qualified personnel, materials, facilities, equipment, test instrumentation, datacollection and analysis, hardware and software, and other services that will support JXM in the execution of theiroverall mission, tasking, and workload except for facilities, equipment, test instrumentation, hardware and softwarethat is provided as Government Furnished Property (GFP).   Functional Service areas to be supported on this TaskOrder(s) are described in the sections below.3.1 Research and Development Support – NA3.2 Engineering, System Engineering and Process Engineering SupportThe contractor shall provide comprehensive support to test and perform engineering support and technicaloperations. Tasks include the following: move test items, move test equipment, fabrication/troubleshooting of teststations, conduct inventory of consumables/test items, prepare for and conduct tests, analyze and organize test data,produce presentations, manage hazardous materials, and convert analog or paper data to digital media. Thecontractor shall confirm proper equipment operation and perform safe and effective repairs. The contractor shalloperate in accordance with JXM instructions, Standard Operating Procedures (SOPs), and other governingdocumentation. The contractor shall have basic knowledge of batteries and advanced knowledge of battery charge anddischarge test systems.The contractor shall assist in the review and evaluation of electronic equipment, procedures, and tools provided asGovernment Furnished Information (GFI) to determine compliance with contract and mission requirements fornormal process support, change proposal proofing, and other related tasks. This includes assisting in identifyingpotential impacts on safety, performance, reliability, maintainability, availability, user interface, logistics, schedule,and cost. The contractor shall assist the Government in design review meetings as required of procedures and otherrelated documents. The contractor may be required to provide support in written assessments of change evaluationsalong with the rationale for evaluations after completing the reviews as specified.The contractor shall assist in the evaluation and documentation of government furnished safety program plans,tracking procedures, hazard lists, hazard assessments, safety evaluation and testing plans/procedures, reports, safetyrelated Engineering Change Proposals, and other safety and hazard documents. The contractor may be required tomonitor, track, and evaluate safety and hazardous program elements. The contractor shall be able to assist in ahazard analysis and reduce or mitigate risks associated with hazards within Energy, Power and InterconnectTechnologies.

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 34 of 85 FINAL

 

Page 37: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

The contractor shall be capable of providing data management related support in accordance with requirements setforth in TIs issued under this SOW. These tasks encompass data management procedures such as data record entry,reproduction, distribution, reporting, and verification. The contractor shall be capable of supporting for informationtechnology and services to include information assurance monitoring compliance, programming support, webpublishing, interactive software, systems administration and other tasks as assigned in the TI. The contractor shallbe capable of providing multimedia support in development of presentations, data conversion and collection tosupport testing and reporting operations as required by TI.The contractor shall be capable of performing general housekeeping duties common in testing, processing, andproductions areas. Typical housekeeping duties include cleaning Electro-Static Discharge (ESD) workbenches,returning equipment and tools to storage locations, cleaning workspaces, etc. The contractor shall perform weeklyand monthly safety inspections of eye wash stations, shower stations, and fire extinguishers.Contractor shall also maintain positive control of the Shipping and Receiving Area ensuring proper routing ofshipments and documentation. The contractor will need familiarity with ERP database in order to track status ofparts in route. The contractor is expected to follow NSWC protocol in preparing items for excess and assistingpersonnel for disposal of these items.The contractor shall confirm proper equipment operation and perform safe and effective repairs. The contractor shalloperate in accordance with JXM instructions, Standard Operating Procedures (SOPs), and other governingdocumentation.The contractor shall conduct environmental testing (shock, vibration, acceleration, temperature, humidity, etc.)screening (Lot Acceptance, First Article Acceptance, Surveillance) tests, and Abusive Safety testing as directed inS9310-AQ-SAF-010, SG270-BV-SAF-010, SMC-S-017, SMC-S-018, or other customer requirement as defined viaTI on battery assemblies. Environmental tests shall be performed in accordance with MIL-STD-810 orST-SGAC10-11 chapter 38.3 as defined via TI.The contractor shall conduct Electromagnetic Interference tests including electrostatic discharge and electromagneticradiation.3.3 Modeling, Simulation, and Analyses Support – NA3.4 Prototyping, Pre-Production, Model-Making and Fabrication SupportThe contractor shall provide technician level support for the design, fabrication, test and evaluation of the processesand devices associated with power electronics. The contractor shall provide/deliver repair, fabrication and testprocedures. The contractor may be required to assist in the production of prototype setups and engineeringdevelopment models of hardware. The contractor shall assist in failure investigations and root cause analysis onfailed or suspect systems or components. The contractor shall follow or generate procedures for repair and fabricationin accordance with JXM instructions. The contractor shall use MIL-STD-1399B as the interface document forshipboard systems unless directed otherwise. This shall include support of both in-house activities through directparticipation or contractor supplied deliverables. The contractor shall provide support for the following PrintedCircuit Board (PCB) fabrication and assembly related efforts: circuit card manufacturing for circuit card assemblies;silk screening of circuit boards, box enclosures and related hardware. Surface finishing; painting, powder coating,blasting, plating tasking we are requiring. The contractor shall provide repair and maintenance of circuit cardassemblies, enclosures and related hardware. The contractor shall conduct equipment troubleshooting and repair.The contractor shall provide technical and fabrication support on a variety of electronic component types across allorganizational technology products. This area consists of manufacture, repair and maintenance actions on electronicand mechanical equipment and systems (including batteries, printed circuit boards and other power devices). Thecontractor shall assist in the technical assessments of quality and reliability which includes testing, inspection, andrepair, as well as performance verification of modules, subassemblies, and system level equipment. Productcomplexities will range from legacy to state-of-the-art high-density, high-complexity power electronic products.Work shall include assembly, testing, quality inspection (for acceptance), troubleshooting, removal, installation,replacement, and rework/repair. Solder certification and quality assurance shall meet the appropriate IPC, 2Mcertification standards. The contractor shall be able to assist managers and engineers in developing cost estimatesand execution plans for quotation against customer requirement inquiries in support of future workload. Thecontractor shall research, provide vendor sources of supply, and place orders for materials necessary for themanufacture, repair, and/or delivery of assigned systems and subsystems. The contractor will gather and manage datarequired for related reporting processes. All reports shall be submitted to the Customer on schedule and in the formatrequired. This effort shall require journey level support.3.5 System Design Documentation and Technical Data SupportThe contractor shall prepare Technical Data Packages to meet the requirements of ASME Y14.5M-2000,DOD-STD-2101, MIL-DTL-31000B and ASME Y14.100 or other commercial standard as specified in the TI. Thecontractor shall review technical data changes, provided as Government Furnished Information (GFI), for technicalaccuracy, completeness, suitability, and adequacy for inclusion into the Technical Documentation. The contractor

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 35 of 85 FINAL

 

Page 38: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

shall have the capability to alter drawing originals, sketches, or draft versions of the drawings provided as GFI usingconventional drafting tools/equipment, Computer-Aided Drafting (CAD) Systems or computer drafting/managementsystems such as Engineering Documentation Management Information and Control System (EDMICS). Thecontractor shall provide technical writing services as required for all JXM functions.3.6 Software Engineering, Development, Programming and Network SupportThe contractor shall provide broad software support to division operations and certain customer owned and operatedsystems and systems employed by the warfighter. Tasks will include development of new software routines for thepurpose of test & evaluation or maintenance of batteries, fuel cells, chargers, or other related systems; modificationto existing software routines for the same or similar items; recommendations of hardware and designs to support test& evaluation of same or similar items; documentation of software and related systems (this could be in the form ofsource code, engineering drawings or work instructions). The contractor shall also be able to support reviews orgenerate Software Test and Evaluation Master Plans (TEMP’s) for system safety critical software.3.7 Reliability, Maintainability and Availability Support - NA3.8 Human Factors, Performance and Usability Engineering Support - NA3.9 System Safety Engineering Support - NA3.10 Configuration Management SupportThe contractor shall be able to assist and support specific elements of configuration management on selectedequipment as specified by TI. All detailed requirements and configuration management support shall be performed inaccordance with the requirements of NAVSEAINST 4130.12B. The contractor shall be capable of implementingconfiguration changes in accordance with the configuration management plan for the system, subsystem, orcomponent or as required by the TI. The contractor shall be able to assist in the preparation of Engineering ChangeProposals, Engineering Change Orders, and Specification Change Notices using guidance in MIL-STD-973 forequipment specified by the TI.3.11 Quality Assurance Support - NA3.12 Information System Development, Information Assurance, and Information Technology SupportThe contractor shall provide support for the Information Assurance (IA) sustainment efforts and will be utilized toscan & remediate Power & Energy Systems Division hardware.  The contractor shall be in compliance with NSWCCrane IA regulations. The contractor shall provide labor support for the qualification and performance testing for allVRLA submarine batteries. Contractor shall work with the in-service engineering agent to ensure that qualificationtesting is in accordance with the testing requirements. The contractor shall provide support to pack and preparePRC200 equipment portable 2M kits. The contractor shall provide support for the Anti-Armor Systems programs.The contractor shall provide support for the MK21 battery program.3.13 Inactivation and Disposal SupportThe contractor shall verify and validate equipment received, shipped, or processed is listed on the correct Navydocument (i.e. DD1149, DD1348, Custody Receipt 7270/7, etc.). Equipment that is delivered or received must beverified by conducting a comparison analysis for the disposition of the equipment. The contractor shall record allpertinent information on the proper inventory sheet, such as Nomenclature, Part Number, National Stock NumberNSN), Field Changes, condition of equipment, etc., and enter this information into the Reutilization Database.

Also record information for items inducted and shipped by the Production Controller into the ReutilizationDatabase.3.14 Interoperability, Test and Evaluation Trials SupportThe contractor shall provide technical support resources for all forms of power source test and evaluation and PrintedCircuit Board Lab activities. Areas of responsibility include new material and process development activities, andgeneral fabrication support activities. The contractor shall provide draft modifications of changes in standardprocesses for customer review and implementation as related to electronics manufacturing processes and activities.The contractor shall perform complex testing such as to embedded passive high frequency testing. Such complextesting includes test setups to measure S-parameters, distortion, noise, current, voltage, leakage, etc... Test vehiclesshall be delivered, tested, and returned in accordance with the requirements identified in the TI. The contractor maybe required to perform some MIL-STD-202G tests in addition to standard JXM tests.3.15 Measurement, Facilities, Range and Instrumentation Support - NA3.16 Logistics Support - NA3.17 Supply and Provisioning SupportThe contractor shall perform reviews, analyses, evaluations, and planning for packaging, handling, storage, andtransportation consideration in accordance with the specifications or standard specified in the TI, or GovernmentFurnished Information. Such analyses, reviews, and planning shall consider adequacy of levels of protection,preservation, container design, inventory suitability, functionality, reusability, and marking. The contractor shallconduct analyses in the areas of timely delivery, handling equipment, storage considerations, and transportability

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 36 of 85 FINAL

 

Page 39: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

issues and make recommendations along with the supporting rationale for those recommendations to theGovernment. The contractor shall implement these recommendations in accordance with specific TI direction insupport of routine operations including consumable materials and supplies, equipment maintenance and repairservice, low-rate commodity deliverable products, and other procurement support as specified. The contractor shallprovide procurement specifications and/or complete procurement packages for delivery to the government forprocurement of the specified material/equipment.3.18 Training Support - NA3.19 In-Service Engineering, Fleet Introduction, and Installation and Checkout Support - NA3.20 Program Support - NA3.21 Functional and Administrative Support - NA3.22 Public Affairs and Multimedia Support - NA4.0 GOVERNMENT FURNISHED ITEMS4.1 Government Furnished Information (GFI).The Government will provide all applicable technical documentation and information to the contractor as GFI - asidentified on NAVSEA Form 4340/2, Attachment 12 in Section J. This includes technical manuals, trainingmaterials and information, drawings, specifications, procedures, processes, and quality system documents requiredfor the performance of engineering, logistics, and technical support. Additional GFI will be provided at thediscretion of the Government.4.2 Government Furnished Material (GFM).GFM will be provided when the contractor has a requirement for special or specific Government material in theperformance of specific tasking. GFM will be identified as required utilizing Scheduled Government FurnishedProperty (SGFP) Form, Attachment 10 in Section J.4.3 Government Furnished Equipment (GFE).Government Furnished Equipment (GFE) will be provided when the Contractor has a requirement for special orspecific Government equipment in the performance of specific tasking.  GFE will be identified as required utilizingScheduled Government Furnished Property (SGFP) Form, Attachment 10 in Section J.4.4 Government Furnished Facilities (GFF).The Government will only provide Contractor personnel NMCI owned/Government owned equipment (personalcomputer/printer with appropriate software (i.e., Microsoft Office) and a work area (desk and use of telephone withlong distance/voice mail capability) for those positions identified as being located at a Government location uponcontract award and/or when directed by TI.  This equipment/facilities shall only be utilized for official Governmentbusiness.4.5 Government Owned Vehicles (GOV).

The Government may provide contractor access and authorization to operate Government owned vehicles for thepurpose of transporting materials and documents to and from buildings within the NSWC Crane confines, ifauthorized under the applicable TI. Government provided vehicles shall be used solely for the purposes as describedin these SOW. All drivers must present proof of valid operator driver's license prior to operating a governmentvehicle. The contractor shall operate motor vehicles IAW NSWCCRANEINST 11240.1 or most recent instruction.All contractor personnel operating Government vehicles, to include materials handling equipment, shall be licensedin IAW provisions set forth IAW NSWCCRANEINST 11240.1 or most recent instruction, except when a validstate driver's license shall be accepted as proper authority for operation of commercial/administrative (non-tactical)vehicles up to and including 10,000 pounds gross vehicle weight upon completion of training courses as called outin NSWCCRANEINST 11240.1 or most current instruction. The contractor shall ensure contractor pesonnel havein their possession a valid US Government Motor Vehicle Operator's Identification Card (SF 46) or valid statedriver's license, as applicable, when operating vehicles and equipment. Employees possessing a valid Governmentlicense need not be re-licensed. The contractor shall report any accidents involving motor vehicles or any otherequipment IAW NSWCCRANEINST 11240.1 or most recent instruction.5.0 DATA DELIVERABLESThe contractor shall deliver any relevant technical and financial data, engineering drawings, reports, repairedhardware and research data ordered under the Task Order(s). All data deliverables prepared under this Task Order(s)shall be delivered as either a hardcopy or on electronic media or both as specified on each TI. The data items shallbe delivered to the Contracting Officer’s Representative (COR) or the designated Requiring Technical Activity(RTA) person identified on each TI.5.1 Scientific and Technical Reports (A001)5.2 Conference/Technical Interchange Agenda (A002)5.3 Conference/Technical Interchange Meetings/Minutes (A003)5.4 Contractor’s Progress Status and Management Report (A004 and A005)

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 37 of 85 FINAL

 

Page 40: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

6.0 SPECIAL CONDITIONS6.1 SecurityPerformance on this contract will require contractor employees to have access to classified information up to andincluding the Secret level. The contractor shall appoint a Security Officer, who shall be responsible for all securityaspects of the work performed under this Task Order(s), assure compliance with all DOD and U.S. Navy regulationsregarding security, and assure compliance with any written instructions from the Security Officer of the activityissuing the TI under this Task Order(s). Specific security requirements applicable to the work to be performed undereach TI will be identified in the individual TI. The contractor shall conform to the provisions of DOD 5220.22-M,and shall provide for obtaining a SECRET (S) security clearance as required by TI tasking for contractor employeesrequiring access to classified information and/or entry to controlled areas. Only those persons who have a “needto-know” shall be given application for security clearances. Visit requests will be provided to the NSWC CraneSecurity Department on all employees requiring access to classified information.6.2 TravelThe contractor may be required to travel throughout the continental United States (CONUS) and to locationsoutside of CONUS. The contractor shall be required to obtain/maintain a valid passport. Trip duration willnormally not exceed five working days plus the required transit time (new battery installs or integration efforts maybe multiple weeks). When required to obtain access to a Government facility, ship, aircraft, or other duty station, thecontractor shall initiate requests for Need to Know Certification and submit these requests to the COR forappropriate action. Travel must be in accordance with Joint Travel Regulations per DoD.  All travel undertaken bythe contractor for performance of tasking must have prior authorization by the Contracting Officer or the COR.6.3 Place of PerformanceThe contractor shall provide personnel to perform services at, NSWC Crane, Crane, Indiana, the contractor’s worksite or any off-site locations required to complete mission goals. Off-site locations may be in the continental U.S. oroverseas locations. Contractor personnel at Crane may be required to periodically relocate as office areas are movedto conform to re-organizations within the NSWC Crane or continuous improvement process changes to improveefficiency.6.4 Control of Contractor PersonnelThe contractor shall comply with the requirements of NAVWPNSUPPCENINST 5510.1 andNAVWPNSUPPCENINST 5910.1. All persons engaged in work while on Government property shall be subject tosearch of their persons (no bodily search) and vehicles at any time by the Government, and shall report any knownor suspected security violations to the NSWC Crane Security Department. Assignment, transfer, and reassignmentof contractor personnel 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, or national securitythrough improper conduct. All contractor personnel engaged in work while on Government property shall be subjectto the Standards of Conduct contained in SECNAVINST 5370.2J. Prior to conducting work under this contract, thecontractor shall provide a list of employees that will be working on site. The employee list shall contain full names,security clearance levels, social security numbers, job titles, and original birth certificates. This list shall be updatedwithin forty eight hours after changes occur.6.5 Identification BadgesThe contractor shall be required to obtain identification badges from the Government for contractor personnel to belocated on Government property. The identification badge shall be visible and worn above the waist at all timeswhile employees are on NSWC Crane property unless the contractor is performing an operation in which displayingthe badge presents a safety hazard (working over machinery or live electrical equipment/batteries). The contractorshall furnish all requested information required to facilitate issuance of identification badges and shall conform toapplicable regulations concerning the use and possession of the badges. The contractor shall be responsible forensuring that all identification badges issued to contractor employees are returned to the NSWC Crane SecurityDepartment within forty eight hours following the completion of the contract, relocation or termination of anemployee issued an identification badge, and upon request by the Contracting Officer.6.6 Accident ReportingThe contractor shall maintain an accurate record of and shall report all accidents to the COR and/or the NSWCCraneSecurity Department as prescribed by OPNAVINST 5102.1D.6.7 Certification, Training, and Licensing RequirementsThe contractor shall provide personnel with the correct certification, training, and licenses to perform the missionwork safely and correctly. The following types of certification or training may be required to complete tasking:Solder Requirements, J-STD-001E, IPC610D, IPC7711B, IPC7721B, IPC/WHMA-A-620A, IPC-A-600H, 2MCertification, Other, CPR Certification, AED Certification, and Forklift Operator.The contractor shall operate a forklift (and therefore must secure and maintain a forklift license in accordance withapplicable directives) and need special training for respirator usage, hazardous materials management, and other

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 38 of 85 FINAL

 

Page 41: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

safety guidance related to execution of the task.6.8 Release of InformationAll technical data provided to the Contractor shall be protected from the public.  All other information relating tothe items to be delivered and services to be performed under this TO may not be disclosed by any means withoutprior approval of the authorized representative of the Contracting Officer.  Dissemination or public disclosureincludes but is not limited to permitting access to such information by foreign nationals by any other person orentity or publication of technical or scientific papers or advertising or any other proposed public release.  TheContractor shall provide adequate physical protection to such information so as to preclude access by any person orentity not authorized such access.6.9 Privacy Act Under US Code Title 5, Section 552, information accessed in completing this TO is subject to the Privacy Act.6.10 Damage ReportingThe Contractor shall maintain an accurate record of and shall report to the COR all damages to GovernmentFurnished Equipment and Facilities as prescribed by OPNAVINST 5102.1.6.11 Non-Personal ServicesThe Government will neither supervise contractor employees nor control the method by which the contractorperforms the required tasks.  Under no circumstances will the Government assign tasks to, or prepare work schedulesfor, individual contractor employees.  It shall be the responsibility of the contractor to manage its employees and toguard against any actions that are of the nature of personal services, or give the perception of personal services.  If thecontractor feels that any actions constitute, or are perceived to constitute personal services, it shall be thecontractor’s responsibility to notify the TO TPCO immediately.   These services shall not be used to perform workof a policy/decision making or management nature, i.e., inherently Governmental functions. HQ C-1-0001  DATA REQUIREMENTS (NAVSEA)(SEP 1992)The data to be furnished hereunder shall be prepared in accordance with the Contract Data Requirements List, DDForm 1423, Attachment 5All decisions relative to programs supported by the contractor shall be the sole responsibility of the Government.HQ C-2-0002  ACCESS TO PROPRIETARY DATA OR COMPUTER SOFTWARE (NAVSEA) (JUN 1994)(a)  Performance under this contract may require that the Contractor have access to technical data, computer software,or other sensitive data of another party who asserts that such data or software is proprietary.  If access to such data orsoftware is required or to be provided, the Contractor shall enter into a written agreement with such party prior togaining access to such data or software.  The agreement shall address, at a minimum, (1) access to, and use of, theproprietary data or software exclusively for the purposes of performance of the work required by this contract, and (2)safeguards to protect such data or software from unauthorized use or disclosure for so long as the data or softwareremains proprietary.  In addition, the agreement shall not impose any limitation upon the Government or itsemployees with respect to such data or software.  A copy of the executed agreement shall be provided to theContracting Officer.  The Government may unilaterally modify the contract to list those third parties with which theContractor has agreement(s).(b)  The Contractor agrees to: (1) indoctrinate its personnel who will have access to the data or software as to therestrictions under which access is granted; (2) not disclose the data or software to another party or other Contractorpersonnel except as authorized by the Contracting Officer; (3) not engage in any other action, venture, oremployment wherein this information will be used, other than under this contract, in any manner inconsistent withthe spirit and intent of this requirement; (4) not disclose the data or software to any other party, including, but notlimited to, joint venturer, affiliate, successor, or assign of the Contractor; and (5) reproduce the restrictive stamp,marking, or legend on each use of the data or software whether in whole or in part. (c)  The restrictions on use and disclosure of the data and software described above also apply to such informationreceived from the Government through any means to which the Contractor has access in the performance of thiscontract that contains proprietary or other restrictive markings. (d) The Contractor agrees that it will promptly notify the Contracting Officer of any attempt by an individual,company, or Government representative not directly involved in the effort to be performed under this contract to gainaccess to such proprietary information.  Such notification shall include the name and organization of the individual,company, or Government representative seeking access to such information.(e)  The Contractor shall include this requirement in subcontracts of any tier which involve access to informationcovered by paragraph (a), substituting "subcontractor" for "Contractor" where appropriate.(f)  Compliance with this requirement is a material requirement of this contract.

HQ C-2-0011 COMPUTER SOFTWARE AND/OR COMPUTER DATABASE(S) DELIVERED TOAND/OR RECEIVED FROM THE GOVERNMENT (NAVSEA) (APR 2004)(a) The Contractor agrees to test for viruses all computer software and/or computer databases, as defined in the clause

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 39 of 85 FINAL

 

Page 42: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

entitled "RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIALCOMPUTER SOFTWARE DOCUMENTATION" (DFARS 252.227-7014), before delivery of that computersoftware or computer database in whatever media and on whatever system the software is delivered. The Contractorwarrants that any such computer software and/or computer database will be free of viruses when delivered.

(b) The Contractor agrees to test any computer software and/or computer database(s) received from the Governmentfor viruses prior to use under this contract.

(c) Unless otherwise agreed in writing, any license agreement governing the use of any computer software to bedelivered as a result of this contract must be paid-up and perpetual, or so nearly perpetual as to allow the use of thecomputer software or computer data base with the equipment for which it is obtained, or any replacement equipment,for so long as such equipment is used. Otherwise the computer software or computer database does not meet theminimum functional requirements of this contract. In the event that there is any routine to disable the computersoftware or computer database after the software is developed for or delivered to the Government, that routine shallnot disable the computer software or computer database until at least twenty-five calendar years after the delivery dateof the affected computer software or computer database to the Government.

(d) No copy protection devices or systems shall be used in any computer software or computer database deliveredunder this contract to restrict or limit the Government from making copies. This does not prohibit licenseagreements from specifying the maximum amount of copies that can be made.

(e) Delivery by the Contractor to the Government of certain technical data and other data is now frequently requiredin digital form rather than as hard copy. Such delivery may cause confusion between data rights and computersoftware rights. It is agreed that, to the extent that any such data is computer software by virtue of its delivery indigital form, the Government will be licensed to use that digital-form data with exactly the same rights andlimitations as if the data had been delivered as hard copy.

(f) Any limited rights legends or other allowed legends placed by a Contractor on technical data or other datadelivered in digital form shall be digitally included on the same media as the digital-form data and must beassociated with the corresponding digital-form technical data to which the legends apply to the extent possible. Suchlegends shall also be placed in human-readable form on a visible surface of the media carrying the digital-form dataas delivered, to the extent possible.HQ C-2-0014 CONTRACTOR'S PROPOSAL (NAVSEA)(JAN 2008)(a) Performance of this contract by the Contractor shall be conducted and performed in accordance with detailedobligations to which the Contractor committed itself in Proposal  BPS PX-15-009 dated 23 March 2015 in responseto NAVSEA Solicitation N00024-15-R-3141.(b) The technical volume(s) of the Contractor's proposal is incorporated by reference and hereby made subject to theprovisions of the "ORDER OF PRECEDENCE" (FAR 52.215-8) clause of this contract. Under the "ORDER OFPRECEDENCE" clause, the technical volume of the Contractor's proposal referenced herein is hereby designated asitem (f) of the clause, following "the specification" in the order of precedence.

HQ C-2-0032 INFORMATION AND DATA FURNISHED BY THE GOVERNMENT - ALTERNATE II(NAVSEA) (SEP 2009)(a) NAVSEA Form 4340/2 or Schedule C, as applicable, Government Furnished Information, attached hereto,incorporates by listing or specific reference, all the data or information which the Government has provided or willprovide to the Contractor except for(1) The specifications set forth in Section C, and(2) Government specifications, including drawings and other Government technical documentation which arereferenced directly or indirectly in the specifications set forth in Section C and which are applicable to this contractas specifications, and which are generally available and provided to Contractors or prospective Contractors uponproper request, such as Federal or Military Specifications, and Standard Drawings, etc.(b) Except for the specifications referred to in subparagraphs (a)(1) and (2) above, the Government will not beobligated to provide to the Contractor any specification, drawing, technical documentation or other publicationwhich is not listed or specifically referenced in NAVSEA Form 4340/2 or Schedule C, as applicable,notwithstanding anything to the contrary in the specifications, the publications listed or specifically referenced inNAVSEA Form 4340/2 or Schedule C, as applicable, the clause entitled "GOVERNMENT PROPERTY" (FAR52.245-1) or "GOVERNMENT PROPERTY INSTALLATION OPERATION SERVICES " (FAR 52.245-2), asapplicable, or any other term or condition of this contract.

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 40 of 85 FINAL

 

Page 43: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

(c)(1) The Contracting Officer may at any time by written order:(i) delete, supersede, or revise, in whole or in part, data listed or specifically referenced in NAVSEA Form 4340/2 orSchedule C, as applicable; or(ii) add items of data or information to NAVSEA Form 4340/2 or Schedule C, as applicable; or(iii) establish or revise due dates for items of data or information in NAVSEA Form 4340/2 or Schedule C, asapplicable.(2) If any action taken by the Contracting Officer pursuant to subparagraph (c)(1) immediately above causes anincrease or decrease in the costs of, or the time required for, performance of any part of the work under this contract,the contractor may be entitled to an equitable adjustment in the contract amount and delivery schedule in accordancewith the procedures provided for in the "CHANGES" clause of this contract.HQ C-2-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)(a) "Organizational Conflict of Interest" means that because of other activities or relationships with other persons, aperson is unable or potentially unable to render impartial assistance or advice to the Government, or the person'sobjectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitiveadvantage. "Person" as used herein includes Corporations, Partnerships, Joint Ventures, and other businessenterprises.(b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in thecontract, the Contractor does not have any organizational conflict of interest(s) as defined in paragraph (a).(c) It is recognized that the effort to be performed by the Contractor under this contract may create a potentialorganizational conflict of interest on the instant contract or on a future acquisition. In order to avoid this potentialconflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the right of theContractor to participate in future procurement of equipment and/or services that are the subject of any work underthis contract shall be limited as described below in accordance with the requirements of FAR 9.5.

(d) (1) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result indisclosure to any party outside the Government any information provided to the Contractor by the Governmentduring or as a result of performance of this contract. Such information includes, but is not limited to, informationsubmitted to the Government on a confidential basis by other persons. Further, the prohibition against release ofGovernment provided information extends to cover such information whether or not in its original form, e.g., wherethe information has been included in Contractor generated work or where it is discernible from materialsincorporating or based upon such information. This prohibition shall not expire after a given period of time.(2) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result indisclosure to any party outside the Government any information generated or derived during or as a result ofperformance of this contract. This prohibition shall expire after a period of three years after completion of performanceof this contract.(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate of theContractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving the Contractor,any entity into or with which it may merge or affiliate, or any successor or assign of the Contractor. The terms ofparagraph (f) of this Special Contract Requirement relating to notification shall apply to any release of information incontravention of this paragraph (d).(e) The Contractor further agrees that, during the performance of this contract and for a period of three years aftercompletion of performance of this contract, the Contractor, any affiliate of the Contractor, any subcontractor,consultant, or employee of the Contractor, any joint venture involving the Contractor, any entity into or with whichit may subsequently merge or affiliate, or any other successor or assign of the Contractor, shall not furnish to theUnited States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractoror subcontractor, any system, component or services which is the subject of the work to be performed under thiscontract. This exclusion does not apply to any recompetition for those systems, components or services furnishedpursuant to this contract. As provided in FAR 9.505-2, if the Government procures the system, component, orservices on the basis of work statements growing out of the effort performed under this contract, from a source otherthan the contractor, subcontractor, affiliate, or assign of either, during the course of performance of this contract orbefore the three year period following completion of this contract has lapsed, the Contractor may, with theauthorization of the cognizant Contracting Officer, participate in a subsequent procurement for the same system,component, or service. In other words, the Contractor may be authorized to compete for procurement(s) for systems,components or services subsequent to an intervening procurement.(f) The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, itshall make immediate and full disclosure in writing to the Contracting Officer. The notification shall include adescription of the actual or potential organizational conflict of interest, a description of the action, which theContractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevant

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 41 of 85 FINAL

 

Page 44: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

information that would assist the Contracting Officer in making a determination on this matter. Notwithstandingthis notification, the Government may terminate the contract for the convenience of the Government if determined tobe in the best interest of the Government.(g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of an organizationalconflict of interest prior to the award of this contract or becomes, or should become, aware of an organizationalconflict of interest after award of this contract and does not make an immediate and full disclosure in writing to theContracting Officer, the Government may terminate this contract for default.(h) If the Contractor takes any action prohibited by this requirement or fails to take action required by thisrequirement, the Government may terminate this contract for default.(i) The Contracting Officer's decision as to the existence or nonexistence of an actual or potential organizationalconflict of interest shall be final.(j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to theUnited States Government its product lines in existence on the effective date of this contract; nor, shall thisrequirement preclude the Contractor from participating in any research and development or delivering any designdevelopment model or prototype of any such equipment. Additionally, sale of catalog or standard commercial itemsare exempt from this requirement.(k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate oradvise the Government concerning its own products or activities or those of a competitor in order to ensure propersafeguards exist to guarantee objectivity and to protect the Government's interest.(l) The Contractor shall include this requirement in subcontracts of any tier which involve access to information orsituations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contractor" whereappropriate.(m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remediesprovided by law or elsewhere included in this contract.(n) Compliance with this requirement is a materialrequirement of this contract.HQ C-2-0059 UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA) (AUG 1994)If, during the performance of this or any other contract, the contractor believes that any contract contains outdated ordifferent versions of any specifications or standards, the contractor may request that all of its contracts be updated toinclude the current version of the applicable specification or standard. Updating shall not affect the form, fit orfunction of any deliverable item or increase the cost/price of the item to the Government. The contractor shouldsubmit update requests to the Procuring Contracting Officer with copies to the Administrative Contracting Officerand cognizant program office representative for approval. The contractor shall perform the contract in accordance withthe existing specifications and standards until notified of approval/disapproval by the Procuring Contracting Officer.Any approved alternate specifications or standards will be incorporated into the contract.

CNIN-NOTICE-0003 CONTRACTOR MANPOWER REPORTING (NOV 2013)

The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance ofservices provided under this contract for the Naval Surface Warfare Center, Crane Division via a secure datacollection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). Theexcluded PSCs are:

(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facilities;

(3) Y, Construction of Structures and Facilities;

(4) S, Utilities ONLY;

(5) V, Freight and Shipping ONLY.

The contractor is required to completely fill in all required data fields using the following web addresshttps://doncmra.nmci navy mil. Reporting inputs will be for the labor executed during the period of performanceduring each Government fiscal year (FY), which runs October 1 through September 30. While inputs may bereported any time during the FY, all data shall be reported no later than October 31 of

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 42 of 85 FINAL

 

Page 45: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

SECTION D PACKAGING AND MARKING

Packaging and Marking shall be in accordance with the provisions of the basic contract.  Some deliveries maycontain classified information.

HQ D-1-0001  DATA PACKAGING LANGUAGE

Data to be delivered by Integrated Digital Environment (IDE) or other electronic media shall be as specified in thecontract.

All unclassified data to be shipped shall be prepared for shipment in accordance with best commercial practice.

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

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

All reports delivered by the Contractor to the Government under this contract shall prominently show on the coverof the report: (1) name and business address of the Contractor (2) contract number (3) contract dollar amount (4) whether the contract was competitively or non-competitively awarded (5) sponsor:  (Name of Individual Sponsor)  (Name of Requiring Activity)  (City and State)

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 43 of 85 FINAL

 

Page 46: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

SECTION E INSPECTION AND ACCEPTANCE

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

HQ E-1-0001  INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA

Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DDForm 1423.

HQ E-1-0007  INSPECTION AND ACCEPTANCE LANGUAGE FOR LOE SERVICES

Item(s) CLIN 7999 - Inspection and acceptance shall be made by the Contracting Officer’s Representative (COR) ora designated representative of the Government. 

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 44 of 85 FINAL

 

Page 47: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

SECTION F DELIVERABLES OR PERFORMANCE

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

   

7000 7/16/2015 - 7/15/2016

7001AA 9/28/2015 - 12/31/2015

7001AB 9/28/2015 - 10/31/2015

7001AC 9/28/2015 - 7/15/2016

7001AD 9/28/2015 - 12/31/2015

7001AE 9/28/2015 - 7/15/2016

7001AF 9/28/2015 - 7/15/2016

7001AG 10/30/2015 - 4/30/2016

7001AH 11/20/2015 - 7/15/2016

7001AJ 11/25/2015 - 3/31/2016

7001AK 12/11/2015 - 7/15/2016

7001AL 12/11/2015 - 7/13/2016

7001AM 12/11/2015 - 7/15/2016

7001AN 12/11/2015 - 7/15/2016

7001AP 12/11/2015 - 7/15/2016

7001AQ 12/11/2015 - 7/15/2016

7001AR 12/11/2015 - 7/15/2016

7001AS 12/11/2015 - 7/15/2016

7001AT 2/19/2016 - 7/15/2016

7001AU 2/24/2016 - 7/15/2016

7001AV 2/24/2016 - 7/15/2016

7001AW 4/1/2016 - 7/15/2016

7001BA 4/20/2016 - 7/15/2016

7001BB 4/20/2016 - 7/15/2016

7001BC 5/13/2016 - 7/15/2016

7001BD 5/13/2016 - 7/15/2016

7001BE 5/13/2016 - 7/15/2016

7001BF 6/15/2016 - 7/15/2016

7001BG 6/15/2016 - 7/15/2016

7200 7/16/2016 - 7/15/2020

7201AA 7/16/2016 - 9/30/2016

7201AB 7/16/2016 - 7/15/2017

7201AC 7/16/2016 - 7/15/2017

7201AD 7/16/2016 - 7/15/2017

7201AE 7/16/2016 - 7/15/2017

7201AF 7/16/2016 - 7/15/2017

7201AG 7/16/2016 - 3/31/2017

7201AJ 8/1/2016 - 11/30/2016

7201AK 8/4/2016 - 12/31/2016

7201AL 8/4/2016 - 7/15/2017

7201AN 9/9/2016 - 9/30/2016

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 45 of 85 FINAL

 

Page 48: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

7201AP 9/9/2016 - 9/30/2016

7201AQ 9/9/2016 - 7/15/2017

7201AR 10/28/2016 - 12/31/2016

7201AS 10/28/2016 - 12/31/2016

7201AT 11/18/2016 - 2/24/2017

7201AU 11/18/2016 - 7/15/2017

7201AV 12/16/2016 - 7/15/2017

7201AW 2/6/2017 - 7/15/2017

7201AX 2/6/2017 - 7/15/2017

7201AY 2/6/2017 - 2/28/2017

7201AZ 2/24/2017 - 7/15/2017

7201BA 5/5/2017 - 7/15/2017

7201BB 5/5/2017 - 7/15/2017

7201BC 5/5/2017 - 7/15/2017

7201BD 5/5/2017 - 7/15/2017

7201BE 5/5/2017 - 7/15/2017

7201BF 5/5/2017 - 7/15/2017

7201BG 5/5/2017 - 7/15/2017

7201BH 6/27/2017 - 9/30/2017

7201BJ 6/27/2017 - 9/30/2017

7201BK 6/27/2017 - 9/30/2017

7201BL 6/27/2017 - 9/30/2017

7201BM 6/27/2017 - 9/30/2017

7201BN 6/27/2017 - 9/30/2017

7201BP 6/27/2017 - 9/30/2017

7201BQ 6/27/2017 - 9/30/2017

7201BR 6/27/2017 - 9/30/2017

7201BS 6/27/2017 - 9/30/2017

7201BT 7/14/2017 - 1/31/2018

7201BU 7/14/2017 - 9/30/2017

7201BV 7/14/2017 - 9/30/2017

7202AA 8/24/2017 - 12/31/2017

7202AB 8/24/2017 - 5/20/2018

7202AC 8/24/2017 - 11/30/2017

8200 4/4/2017 - 7/15/2017

9000 7/16/2015 - 7/15/2016

9001AF 9/28/2015 - 7/15/2016

9001AJ 11/20/2015 - 7/15/2016

9200 7/26/2016 - 7/15/2020

9201AH 7/28/2016 - 7/15/2017

9201AJ 8/1/2016 - 11/30/2016

9201AM 9/9/2016 - 7/15/2017

9201AW 12/16/2016 - 7/15/2017

9201AX 12/16/2016 - 7/15/2017

9201AZ 7/14/2017 - 9/30/2017

9202AA 8/24/2017 - 11/30/2017

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 46 of 85 FINAL

 

Page 49: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

CLIN - DELIVERIES OR PERFORMANCE

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

ITEM(S)                                                                         FROM - TO

   

7000 7/16/2015 - 7/15/2016

7001AA 9/28/2015 - 12/31/2015

7001AB 9/28/2015 - 10/31/2015

7001AC 9/28/2015 - 7/15/2016

7001AD 9/28/2015 - 12/31/2015

7001AE 9/28/2015 - 7/15/2016

7001AF 9/28/2015 - 7/15/2016

7001AG 10/30/2015 - 4/30/2016

7001AH 11/20/2015 - 7/15/2016

7001AJ 11/25/2015 - 3/31/2016

7001AK 12/11/2015 - 7/15/2016

7001AL 12/11/2015 - 7/13/2016

7001AM 12/11/2015 - 7/15/2016

7001AN 12/11/2015 - 7/15/2016

7001AP 12/11/2015 - 7/15/2016

7001AQ 12/11/2015 - 7/15/2016

7001AR 12/11/2015 - 7/15/2016

7001AS 12/11/2015 - 7/15/2016

7001AT 2/19/2016 - 7/15/2016

7001AU 2/24/2016 - 7/15/2016

7001AV 2/24/2016 - 7/15/2016

7001AW 4/1/2016 - 7/15/2016

7001BA 4/20/2016 - 7/15/2016

7001BB 4/20/2016 - 7/15/2016

7001BC 5/13/2016 - 7/15/2016

7001BD 5/13/2016 - 7/15/2016

7001BE 5/13/2016 - 7/15/2016

7001BF 6/15/2016 - 7/15/2016

7001BG 6/15/2016 - 7/15/2016

7200 7/16/2016 - 7/15/2020

7201AA 7/16/2016 - 9/30/2016

7201AB 7/16/2016 - 7/15/2017

7201AC 7/16/2016 - 7/15/2017

7201AD 7/16/2016 - 7/15/2017

7201AE 7/16/2016 - 7/15/2017

7201AF 7/16/2016 - 7/15/2017

7201AG 7/16/2016 - 3/31/2017

7201AJ 8/1/2016 - 11/30/2016

7201AK 8/4/2016 - 12/31/2016

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 47 of 85 FINAL

 

Page 50: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

7201AL 8/4/2016 - 7/15/2017

7201AN 9/9/2016 - 9/30/2016

7201AP 9/9/2016 - 9/30/2016

7201AQ 9/9/2016 - 7/15/2017

7201AR 10/28/2016 - 12/31/2016

7201AS 10/28/2016 - 12/31/2016

7201AT 11/18/2016 - 2/24/2017

7201AU 11/18/2016 - 7/15/2017

7201AV 12/16/2016 - 7/15/2017

7201AW 2/6/2017 - 7/15/2017

7201AX 2/6/2017 - 7/15/2017

7201AY 2/6/2017 - 2/28/2017

7201AZ 2/24/2017 - 7/15/2017

7201BA 5/5/2017 - 7/15/2017

7201BB 5/5/2017 - 7/15/2017

7201BC 5/5/2017 - 7/15/2017

7201BD 5/5/2017 - 7/15/2017

7201BE 5/5/2017 - 7/15/2017

7201BF 5/5/2017 - 7/15/2017

7201BG 5/5/2017 - 7/15/2017

7201BH 6/27/2017 - 9/30/2017

7201BJ 6/27/2017 - 9/30/2017

7201BK 6/27/2017 - 9/30/2017

7201BL 6/27/2017 - 9/30/2017

7201BM 6/27/2017 - 9/30/2017

7201BN 6/27/2017 - 9/30/2017

7201BP 6/27/2017 - 9/30/2017

7201BQ 6/27/2017 - 9/30/2017

7201BR 6/27/2017 - 9/30/2017

7201BS 6/27/2017 - 9/30/2017

7201BT 7/14/2017 - 1/31/2018

7201BU 7/14/2017 - 9/30/2017

7201BV 7/14/2017 - 9/30/2017

7202AA 8/24/2017 - 12/31/2017

7202AB 8/24/2017 - 5/20/2018

7202AC 8/24/2017 - 11/30/2017

8200 4/4/2017 - 7/15/2017

9000 7/16/2015 - 7/15/2016

9001AF 9/28/2015 - 7/15/2016

9001AJ 11/20/2015 - 7/15/2016

9200 7/26/2016 - 7/15/2020

9201AH 7/28/2016 - 7/15/2017

9201AJ 8/1/2016 - 11/30/2016

9201AM 9/9/2016 - 7/15/2017

9201AW 12/16/2016 - 7/15/2017

9201AX 12/16/2016 - 7/15/2017

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 48 of 85 FINAL

 

Page 51: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

9201AZ 7/14/2017 - 9/30/2017

9202AA 8/24/2017 - 11/30/2017

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

ITEM(S)                                                                          FROM - TO

   

7100 7/16/2015 - 7/15/2016

7300 7/16/2016 - 7/15/2020

7400 7/16/2017 - 7/15/2018

7500 7/16/2017 - 7/15/2018

7700 7/16/2018 - 7/15/2019

7900 7/16/2019 - 7/15/2020

9100 7/16/2015 - 7/15/2016

9300 7/16/2016 - 7/15/2020

9400 7/16/2017 - 7/15/2018

9500 7/16/2017 - 7/15/2018

9700 7/16/2018 - 7/15/2019

9900 7/16/2019 - 7/15/2020

The periods of performance for the Award Term Items are as follows:

ITEM(S)                                                                          FROM - TO

   

7600 7/16/2018 - 7/15/2019

7800 7/16/2019 - 7/15/2020

9600 7/16/2018 - 7/15/2019

9800 7/16/2019 - 7/15/2020

 

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 49 of 85 FINAL

 

Page 52: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

SECTION G CONTRACT ADMINISTRATION DATA

All provisions and clauses in SECTION G of the basic contract apply to this TO, unless otherwisespecified in this TO.

CLAUSES INCORPORATED BY REFERENCE:

252.204-7006 Billing Instructions (OCT 2005)252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012)

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

(a) Definition.

“Contracting officer's representative” means an individual designated in accordance with subsection201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing bythe contracting officer to perform specific technical or administrative functions.

(b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractorwill receive a copy of the written designation. It will specify the extent of the COR's authority to acton behalf of the contracting officer. The COR is not authorized to make any commitments orchanges that will affect price, quality, quantity, delivery, or any other term or condition of thecontract.

 (End of clause)

(Revised September 30, 2013)

HQ G-2-0002 CONTRACT ADMINISTRATION DATA

Enter below the address (street and number, city, county, state and zip code) of the Contractor'sfacility which will administer the contract if such address is different from the address shown on theSF 26 or SF 33, as applicable.

HQ G-2-0003 CONTRACTING OFFICER’S REPRESENTATIVE

COMMANDER

 NSWC Crane Division

ATTN: John Moore

300 Hwy 361

Crane IN 47522

Tel: 812.854.3866

Email: [email protected]

The Contractor shall forward a copy of all invoices to the Contracting Officer's Representative..

HQ G-2-0004 PURCHASING OFFICE REPRESENTATIVE

COMMANDER

NSWC Crane Division

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 50 of 85 FINAL

 

Page 53: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

ATTN: Ms. Ashley Bechtel

300 Hwy 361, Bldg. 3373

Crane IN 47522-5001

Tel: 812.854.6866

Email: [email protected]

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

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

(b) Contractors submitting payment requests and receiving reports to WAWF using either ElectronicData Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an emailnotification to the COR and CO on the same date they submit the invoice in WAWF. No paymentsshall be due if the contractor does not provide the COR and CO email notification as requiredherein.

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

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

PAYMENT INSTRUCTIONS (PGI 204.7108(d)(1)

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

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

252.232-7006      WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause—

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

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

“Local processing office (LPO)” is the office responsible for payment certification when payment

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 51 of 85 FINAL

 

Page 54: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

certification is done external to the entitlement system.

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

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

(1) Have a designated electronic business point of contact in the System for Award Management athttps://www.acquisition.gov; and

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

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

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

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

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

COST VOUCHER

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

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

N/A

(3) Document routing. The Contractor shall use the information in the Routing Data Table belowonly to fill in applicable fields in WAWF when creating payment requests and receiving reports inthe system.

Routing Data Table

        

   

Pay Official DoDAAC   HQ0338

Issue By DoDAAC   N00164

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 52 of 85 FINAL

 

Page 55: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151
Page 56: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

_________________________________________________________________

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

 (End of clause)

CNIN-G-009 - SECURITY ADMINISTRATION

The highest level of security required under this TO is SECRET - as designated on DD Form 254attached hereto and made a part hereof.

CNIN-G-0014 PAYMENT STATUS INQUIRIES (DEC 2013)

The status of invoice payments can be obtained through MOCAS myInvoice at:https://myinvoice.csd.disa.mil/ myInvoice is a web-based application developed specifically forcontractors/vendors and Government/Military employees to obtain invoice status and payment data.It is an interactive web-based system, accessible 24 hours a day/7 days a week.

Follow the website instructions and download “Getting Started with myInvoice”   to assist in theregistration process.

If you require additional assistance with accessing myInvoice, effective 17 Jun 2013, contact theColumbus Accounting System Helpdesk (CASH) at [email protected] or Toll Free at  (855)211-6308.

The status of invoice payments may also be obtained by contacting the DFAS Paying Officedesignated on the contract cover page.  DFAS Paying Office Vendor Pay Customer Service officesare listed below: 

F03000                  DFAS Dayton                                                    800-756-4571 - option 2, option 3F67100                  DFAS Limestone                                               800-756-4571 - option 2, option3HQ0105                DFAS Indianapolis                                             888-332-7366HQ0131                DFAS Columbus Caps                                       800-756-4571 - option 2, option 2HQ0248                DFAS Rome                                                       800-553-0527HQ0250                DFAS Rome                                                       800-553-0527HQ0251                DFAS Columbus Navy                                       800-756-4571 - option 2, option 4HQ0302                DFAS Rome                                                       800-553-0527HQ0303                DFAS Rock Island                                             800-756-4571 - option 2, option 5HQ0304                DFAS St. Louis                                                  800-756-4571 - option 2, option 5HQ0337                DFAS Columbus North                                      800-756-4571 - option 1HQ0338                DFAS Columbus South                                      800-756-4571 - option 1HQ0339                DFAS Columbus West                                       800-756-4571 - option 1HQ0347                DFAS Indianapolis                                             888-332-7366HQ0490                DFAS Indianapolis                                             888-332-7366HQ0672                DFAS Rome                                                       800-553-0527M67443                DFAS Kansas City                                             800-756-4571 - option 2, option 4N0024B                 Navy_ERP NAVSEA HQ                                 202-781-3145N62828                 Navy_ERP NSWC Crane                                  cran [email protected]                 Navy_ERP NAWCAD                                      732-323-1082                              (Patuxent River, Lakehurst and NAVAIR HQ)N68732                 DFAS Cleveland                                                 800-756-4571 - option 2 and 4(Now pays DFAS Charleston N68892, DFAS Pensacola N68566, DFAS San Diego N68688)SL4701                  DFAS Columbus EBS                                        800-756-4571 - option 2 and 2

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 54 of 85 FINAL

 

Page 57: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

TO ORDER RATES

The following rates have been approved for this TO.

 

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

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

CONSENT TO SUBCONTRACT

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

The following subcontractor(s) are approved on this TO:

SAIC

ACCOUNTING DATA

The award document will include Accounting Data at the end of Section G. All lines of accountingare listedsequentially under a heading that identifies the particular action (award or modification number)under which the funding was obligated. Under SeaPort-e, all funding is identified/obligated at theSubCLIN (SLIN) level. SLINs are established sequentially by the SeaPort-e software.

SPECIAL INVOICE INSTRUCTIONS

Each SLIN providing funding designates a specific project area/work area/Technical instruction(TI)/work breakdown structure (WBS) item. Tracking and reporting shall be accomplished at theproject/work area/TI/WBS item level. Each identified project, work area/TI/WBS shall be invoiced byits associated SLIN and ACRN as identified in Section B, Section F, and Section G.

 

CNIN-G-0001                      Invoicing Documentation for Cost Vouchers                                            (JULY 2015)       

Supporting cost voucher documentation in Wide Area Workflow (WAWF) shall be provided in contractor specifiedformat and shall include the following information.  This level of detail is required at both the job order (JO) or task

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 55 of 85 FINAL

 

Page 58: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151
Page 59: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151
Page 60: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

  MOD 03  7001AG 130053391200002  LLA : A7 97X4930 NH1J 251 77777 0 050120 2F 000000 A10003140813 Standard Number: 10683686 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 04  7001AH 130053725400001  LLA : A8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003171811 Standard Number: N0002415WX05066 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AJ 130053176000001  LLA : A9 1751810 81HM 251 V7200 0 050120 2D 000000 A00003121284 Standard Number: N0002415WX05066 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 05  7001AJ 130053876700001  LLA : B1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003185730 Standard Number: N0003015PX00002 (AA) Contractor may NOT perform against this SLIN after POP date shown in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AK 130053897300001  LLA : B2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003187331 Standard Number: F2KTAN5111G001 (AA) Contractor may NOT perform against this SLIN after POP date shown in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AL 130053897300002  LLA : B3 97X4930 NH1J 251 77777 0 050120 2F 000000 A10003187331 Standard Number: F2DCAD5194G101 (AA) Contractor may NOT perform against this SLIN after POP date shown in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AM 130053851300001  LLA : B4 1741810 81HM 251 V7200 0 050120 2D 000000 A00003183903 Standard Number: N0002414WX02848 Contractor may NOT perform against this SLIN after POP date shown in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 58 of 85 FINAL

 

Page 61: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

7001AN 130054111400001  LLA : B5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003205109 Standard Number: SC07001600054 Contractor may NOT perform against this SLIN after POP date shown in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AP 130054119900001  LLA : B6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003205608 Standard Number: N0003016WX00055 Contractor may NOT perform against this SLIN after POP date shown in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AQ 130054073900001  LLA : B7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003202787 Standard Number: NNC15IA01I Contractor may NOT perform against this SLIN after POP date shown in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AR 130054073900002  LLA : B8 97X4930 NH1J 251 77777 0 050120 2F 000000 A10003202787 Standard Number: NNG16LE00I Contractor may NOT perform against this SLIN after POP date shown in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AS 130054073900003  LLA : B9 97X4930 NH1J 251 77777 0 050120 2F 000000 A20003202787 Standard Number: NNG16LE00I Contractor may NOT perform against this SLIN after POP date shown in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 06  7001AT 130055032500001  LLA : C1 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003279856 Standard Number: N0002415WX08027 Contractor may NOT perform against this SLIN after the POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AU 130055139800001  LLA : C2 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003289190 Standard Number: SC07001600054 Contractor may NOT perform against this SLIN after the POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AV 130055292400001  LLA : C3 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003301594 Standard Number: N0003016WX00055 Contractor may NOT perform against this SLIN after the POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

 

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 59 of 85 FINAL

 

Page 62: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

  MOD 07  7001AW 130055416800001  LLA : C4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003311462 Standard Number: DD164480305 Contractor may NOT perform against this SLIN after the POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 08  7001BA 130056592400001  LLA : C5 1761810 81HM 255 V7200 0 050120 2D 000000 A00003399073 Standard Number: N0002416WX05953 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001BB 130056626800001  LLA : C6 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003402119 Standard Number: N0002416WX05953 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 09  7001AB 130053016200001  LLA : A2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003096128 Standard Number: HQ0147540709 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001BC 130056900600001  LLA : C7 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003424398 Standard Number: SC07001600054 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001BD 130056900600002  LLA : C8 97X4930 NH1J 255 77777 0 050120 2F 000000 A10003424398 Standard Number: N0016416SD06002 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001BE 130056900600003  LLA : C9 97X4930 NH1J 255 77777 0 050120 2F 000000 A20003424398 Standard Number: N0001915WX07752 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 60 of 85 FINAL

 

Page 63: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

  

  MOD 10  7001BF 130057520300001  LLA : D1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003471717 Standard Number: N0003016WX00230 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001BG 130057661800001  LLA : D2 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003480851 Standard Number: N0003016WX00055 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 11  7201AA 130058306000001  LLA : D3 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003524356 Standard Number: N0003016WX00055 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AB 130058313100001  LLA : D4 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003523593 Standard Number: R29116117 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AC 130058313100002  LLA : D5 97X4930 NH1J 255 77777 0 050120 2F 000000 A10003523593 Standard Number: R29116109 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AD 130058460700001  LLA : D6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003533405 Standard Number: DD164480305 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AE 130058290200001  LLA : D7 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003521912 Standard Number: N0002416WX05953 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AF 130058460600003  LLA : D8 97X4930 NH1J 251 77777 0 050120 2F 000000 B00003533327 Standard Number: N0003016WX00230 

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 61 of 85 FINAL

 

Page 64: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AG 130058460600004  LLA : D9 97X4930 NH1J 251 77777 0 050120 2F 000000 A90003533327 Standard Number: N0003016PX00007 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 12  7201AJ 130058600900001  LLA : E2 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003544475 Standard Number: N0001916WX02305 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AH 130058591100001  LLA : E1 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003542909 Standard Number: N0002416WX05953 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AJ 130058600900002  LLA : E2 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003544475 Standard Number: N0001916WX02305 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 13  7201AK 130058901800001  LLA : E3 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003563073 Standard Number: SC07001600054 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AL 130058313400001  LLA : E4 1761810 81HM 255 V7200 0 050120 2D 000000 A00003523758 Standard Number: N0002416WX05953 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 14  7201AN 130059438100001  LLA : 

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 62 of 85 FINAL

 

Page 65: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151
Page 66: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

LLA : F3 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003716245 Standard Number: N0001917WX01673 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 18  7201AV 130061009200001  LLA : F3 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003725914 Standard Number: SC07001700042 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AW 130061379300001  LLA : F5 97X4930 NH1J 253 77777 0 050120 2F 000000 A00003755289 Standard Number: N0006017WR2ARCE Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AX 130061379300002  LLA : F3 97X4930 NH1J 255 77777 0 050120 2F 000000 A10003755289 Standard Number: N0006017WR2ARCE Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 19  7201AW 130061830400001  LLA : F6 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003792834 Standard Number: SC07001700042(AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AX 130061830300001  LLA : F7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003792833 Standard Number: N0003017WX00169(AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AY 130062272300001  LLA : F8 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003825742 Standard Number: N0003017WX00089(AB) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 20 

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 64 of 85 FINAL

 

Page 67: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

 7201AZ 130062480500001  LLA : F9 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003842357 Standard Number: N0003017WX00089(AB) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 21  8200 130063444800001  LLA : G1 1771319 M7KC 255 67854 067443 2D C22770 7RCR7071063P Standard Number: M9545017RCR7071 (AA) Effort is non-severable and is fully funded at the time of obligation. The period of performance for this effort is identified in Section F.   

  

 MOD 22  7201BA 130063933000001  LLA : G2 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003964342 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BB 130063933000002  LLA : G3 97X4930 NH1J 255 77777 0 050120 2F 000000 A10003964342 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BC 130063877600001  LLA : G4 97X4930 NH1J 255 77777 0 050120 2F 000000 A00003961441 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BD 130063877600002  LLA : G5 97X4930 NH1J 255 77777 0 050120 2F 000000 A10003961441 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BE 130063877600003  LLA : G6 97X4930 NH1J 255 77777 0 050120 2F 000000 A20003961441 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BF 130063877600004  LLA : G7 97X4930 NH1J 255 77777 0 050120 2F 000000 A30003961441 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BG 130063877600005  LLA : 

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 65 of 85 FINAL

 

Page 68: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

G8 97X4930 NH1J 255 77777 0 050120 2F 000000 A40003961441 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 23  7201BH 130065155400001  LLA : G9 97X4930 NH1J 255 77777 0 050120 2F 000000 A00004052874 Standard Number: F2DCDG6228G001 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BJ 130065155400002  LLA : H1 97X4930 NH1J 255 77777 0 050120 2F 000000 A10004052874 Standard Number: SC07001700042 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BK 130065155400003  LLA : H2 97X4930 NH1J 255 77777 0 050120 2F 000000 A20004052874 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BL 130065155400004  LLA : H3 97X4930 NH1J 255 77777 0 050120 2F 000000 A30004052874 Standard Number: N0001917WX01497 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BM 130065155400005  LLA : H4 97X4930 NH1J 255 77777 0 050120 2F 000000 A40004052874 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BN 130065155200001  LLA : H5 97X4930 NH1J 255 77777 0 050120 2F 000000 A00004052551 Standard Number: F2DCDG6228G001 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BP 130065155200002  LLA : H6 97X4930 NH1J 255 77777 0 050120 2F 000000 A10004052551 Standard Number: SC07001700042 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BQ 130065155200003  LLA : H7 97X4930 NH1J 255 77777 0 050120 2F 000000 A20004052551 Standard Number: N0001917WX01497 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 66 of 85 FINAL

 

Page 69: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

 7201BR 130065155200004  LLA : H8 97X4930 NH1J 255 77777 0 050120 2F 000000 A30004052551 Standard Number: N0001917WX01497 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BS 130065155200005  LLA : H9 97X4930 NH1J 255 77777 0 050120 2F 000000 A40004052551 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 24  7201BT 130065233300001  LLA : J1 97X4930 NH1J 255 77777 0 050120 2F 000000 A00004058041 Standard Number: N0003017WX00089 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7201BU 130065470600001  LLA : J2 97X4930 NH1J 255 77777 0 050120 2F 000000 A00004072244 Standard Number: N0003017WX00169(AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BV 130065542400001  LLA : J3 97X4930 NH1J 255 77777 0 050120 2F 000000 A00004077821 Standard Number: N0006017WR2ARCE(AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AZ 130065542400002  LLA : J3 97X4930 NH1J 255 77777 0 050120 2F 000000 A00004077821 Standard Number: N0006017WR2ARCE(AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 MOD 25  7202AA 130066269200001  LLA : J4 97X4930 NH1J 255 77777 0 050120 2F 000000 A00004122525 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7202AB 130066631400001  LLA : J6 97X4930 NH1J 255 77777 0 050120 2F 000000 A00004145398 Standard Number: N0001917PX00100(AA) 

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 67 of 85 FINAL

 

Page 70: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7202AC 130066623500001  LLA : J7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00004144942 Standard Number: N0001917WX05116(AA) Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9202AA 130065713600001  LLA : J4 97X4930 NH1J 255 77777 0 050120 2F 000000 A00004087624 Standard Number: N0001917WX01673 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

  

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 68 of 85 FINAL

 

Page 71: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

SECTION H SPECIAL CONTRACT REQUIREMENTS

All provisions and clauses in SECTION H of the basic contract apply to this TO, unless otherwisespecified in this TO. 

H.1 MANDATORY REQUIREMENTS

the requirements by contract award. In addition, mandatory requirements must be maintained throughout the life ofthe Task Order. The mandatory requirements are as follows:

Requirement 1: OCI Certification/Mitigation Plan. Offerors shall certify compliance with the OCI clause or presentan acceptable plan to neutralize any potential conflict of interest. The certification and/or mitigation plan shall coverall team members. If an OCI Mitigation Plan is submitted, Offerors should consider including each of the following,as applicable, to their specific real or apparent OCI: (i) roles and responsibilities; (ii) physical, organizational, and/orelectronic separation; (iii) non-disclosure agreements; (iv) OCI training and debriefing statements; (v) restrictions onpersonnel assignments/transfers; (v) data/documentation separation and control; (vi) soft copy documentation control;(vii) corporate and government reviews; (viii) records control; (ix) contractor flow-down policy; (x) recusal fromspecific tasks for specific team members.

Requirement 2: Personnel Security Clearances. All personnel performing under this order shall possess, at aminimum, a SECRET Security Clearance. Interim clearances are acceptable.

Requirement 3: Facility Security Clearance.  The Contractor must have or be eligible to obtain a FacilityClearance at the SECRET level with a safeguarding requirement at the SECRET level.

Requirement 4: Facility Location. The Contractor shall have an office within 50 miles commuting distance toNSA Crane

 NAVSEA 5252.232-9104  ALLOTMENT OF FUNDS (JAN 2008)

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

                                                                                                      ESTIMATEDITEM(S)         ALLOTTED TO COST          ALLOTTED TO FEE      PERIOD OF PERFORMANCE   *                          $    *                                  $ *                                        *

(b)  The parties contemplate that the Government will allot additional amounts to this contract from time to time forthe incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall stateseparately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and theperiod of performance which the amount(s) are expected to cover.

(c)  CLINs/SLINs        *                               are fully funded and performance under these CLINs/SLINs issubject to the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20).

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

* See General Info and Sections B, F, and G of most recent Modification to the Task Order.

NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APRIL 1999)

(a)  Performance of the work hereunder may be subject to written technical instructions signed by the ContractingOfficer's Representative specified in Section G of this contract.  As used herein, technical instructions are defined to

Offerors must meet all mandatory requirements at time of proposal submission, or have any acceptable plan to meet

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 69 of 85 FINAL

 

Page 72: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151
Page 73: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

extent that the total man hours of effort specified above would be used prior to the expira on of the term, theContractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefitswhich would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together withan offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work untilexpira on of the term hereof. The offer shall provide that the work proposed will be subject to the terms and condi onsof this contract and any addi ons or changes required by then current law, regula ons, or direc ves, and that the offer,with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. The Contractor shallnot accelerate any effort until receipt of such written approval by the Contracting Officer. Any agreement to acceleratewill be formalized by contract modification.

(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor suchthat the total man-hours of effort specified in paragraph (a) above would be used prior to the expiration of the term. Thisorder shall specify the accelera on required and the resul ng revised term. The Contractor shall acknowledge thisorder within five days of receipt.

(g) The Contractor shall provide and maintain an accoun ng system, acceptable to the Administra ve Contrac ngOfficer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated anduncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shallindicate on each invoice the total level of effort claimed during the period covered by the invoice, separately identifyingcompensated effort and uncompensated effort, if any.

(h) Within 45 days after completion of the work under each separately identified period of performance hereunder, theContractor shall submit the following informa on in wri ng to the Contrac ng Officer with copies to the cognizantContract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number ofman-hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the number ofman-hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown of othercosts incurred; and (4) the Contractor's es mate of the total allowable cost incurred under the contract for the period. Within 45 days a er comple on of the work under the contract, the Contractor shall submit, in addition, in the case of acost underrun; (5) the amount by which the estimated cost of this contract may be reduced to recover excess funds. All submissions shall include subcontractor informa on.

(i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contractperformance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided the Contractor hasa company-approved alterna ve worksite plan. The primary worksite is the tradi onal “main office” worksite. Analterna ve worksite means an employee’s residence or a telecommu ng center. A telecommu ng center is ageographically convenient office setting as an alternative to an employee’s main office. The Government reserves theright to review the Contractor’s alternative worksite plan. In the event performance becomes unacceptable, theContractor will be prohibited from coun ng the hours performed at the alterna ve worksite in fulfilling the total level ofeffort obliga ons of the contract. Regardless of work loca on, all contract terms and condi ons, including securityrequirements and labor laws, remain in effect. The Government shall not incur any addi onal cost nor provideadditional equipment for contract performance as a result of the Contractor’s election to implement an alterna veworksite plan.

(j) Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATION OF FUNDS orLIMITATION OF COST clauses, as applicable, the period of performance may be extended and the estimated costmay be increased in order to permit the Contractor to provide all of the man-hours listed in paragraph (a) above. The contractor shall continue to be paid fee for each man-hour performed in accordance with the terms of the contract.

252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAXLIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW—FISCAL YEAR 2015APPROPRIATIONS

(DEVIATION 2015-OO0005) (DEC 2014)

(a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further ContinuingAppropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 71 of 85 FINAL

 

Page 74: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

to enter into a contract with any corporation that—

(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedieshave been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with theauthority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability,unless the agency has considered suspension or debarment of the corporation and made a determination that thisfurther action is not necessary to protect the interests of the Government; or

(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where theawarding agency is aware of the conviction, unless the agency has considered suspension or debarment of thecorporation and made a determination that this action is not necessary to protect the interests of the Government.

(b) The Offeror represents that—

(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which alljudicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timelymanner pursuant to an agreement with the authority responsible for collecting the tax liability

(2)

It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal lawwithin the preceding 24 months.

252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013)

(a) Definitions. As used in this clause—

“Adequate security” means protective measures that are commensurate with the consequences and probability ofloss, misuse, or unauthorized access to, or modification of information.

“Attribution information” means information that identifies the Contractor, whether directly or indirectly, by thegrouping of information that can be traced back to the Contractor (e.g., program description or facility locations).

“Compromise” means disclosure of information to unauthorized persons, or a violation of the security policy of asystem, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of anobject, or the copying of information to unauthorized media may have occurred.

“Contractor information system” means an information system belonging to, or operated by or for, the Contractor.

“Controlled technical information” means technical information with military or space application that is subject tocontrols on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination.Controlled technical information is to be marked with one of the distribution statements B-through-F, in accordancewith DoD Instruction 5230.24, Distribution Statements on Technical Documents. The term does not includeinformation that is lawfully publicly available without restrictions.

“Cyber incident” means actions taken through the use of computer networks that result in an actual or potentiallyadverse effect on an information system and/or the information residing therein.

"Exfiltration” means any unauthorized release of data from within an information system. This includes copying thedata through covert network channels or the copying of data to unauthorized media.

“Media” means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks,magnetic disks, large-scale integration memory chips, and printouts onto which information is recorded, stored, orprinted within an information system.

“Technical information” means technical data or computer software, as those terms are defined in the clause atDFARS

252.227-7013, Rights in Technical Data-Non Commercial Items, regardless of

(b) Safeguarding requirements and procedures for unclassified controlled technical information.

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 72 of 85 FINAL

 

Page 75: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

The Contractor shall provide adequate security to safeguard unclassified controlled technical information fromcompromise. To provide adequate security, the Contractor shall—

(1) Implement information systems security in its project, enterprise, or company-wide unclassified informationtechnology system(s) that may have unclassified controlled technical information resident on or transiting throughthem. The information systems security program shall implement,

at a minimum—

(i) The specified National Institute of Standards and Technology (NIST) Special Publication (SP) 800-53 securitycontrols identified in the following table; or

(ii) If a NIST control is not implemented, the Contractor shall submit to the Contracting Officer

a written explanation of how—

(A) The required security control identified in the following table is not applicable; or

(B) An alternative control or protective measure is used to achieve equivalent protection.

(2) Apply other information systems security requirements when the Contractor reasonably determines thatinformation systems security measures, in addition to those identified in paragraph

(b)(1) of this clause, may be required to provide adequate security in a dynamic environment based on an assessedrisk or vulnerability.

Table 1 -- Minimum Security Controls for Safeguarding

Minimum required security controls for unclassified controlled technical information requiring safeguarding inaccordance with paragraph (d) of this clause. (A description of the security controls is in the NIST SP 800-53,

“Security and Privacy Controls for Federal Information Systems and Organizations” (

http://csrc.nist.gov/publications/PubsSPs html).)

Access ControlAudit &

AccountabilityIdentification and

Authentication Media Protection

System &Comm

Protection

AC-2 AU-2 IA-2 MP-4 SC-2

AC-3(4) AU-3 IA-4 MP-6 SC-4

AC-4 AU-6(1) IA-5(1) SC-7

AC-6 AU-7

Physical andEnvironmental

Protection SC-8(1)

AC-7 AU-8 Incident Response PE-2 SC-13

AC-11(1) AU-9 IR-2 PE-3

AC-17(2) IR-4 PE-5 SC-15

AC-18(1)ConfigurationManagement IR-5 SC-28

AC-19 CM-2 IR-6Program

Management

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 73 of 85 FINAL

 

Page 76: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

AC-20(1) CM-6 PM-10

System &Information

Integrity

AC-20(2) CM-7 Maintenance SI-2

AC-22 CM-8 MA-4(6) Risk Assessment SI-3

MA-5 RA-5 SI-4

Awareness &Training

ContingencyPlanning MA-6

AT-2 CP-9

Legend:

AC: Access Control MA: Maintenance

AT: Awareness and Training MP: Media Protection

AU: Auditing and Accountability PE: Physical & Environmental Protection

CM: Configuration Management PM: Program Management

CP: Contingency Planning RA: Risk Assessment

IA: Identification and Authentication SC: System & Communications Protection

IR: Incident Response SI: System & Information Integrity

(a)

Other requirements. This clause does not relieve the Contractor of the requirements specified byapplicable statutes or other Federal and DoD safeguarding requirements for Controlled UnclassifiedInformation (CUI) as established by Executive Order 13556, as well as regulations and guidanceestablished pursuant thereto.

(b) Cyber incident and compromise reporting.

(1) Reporting requirement. The Contractor shall report as much of the following information as canbe obtained to the Department of Defense via (http://dibnet.dod.mil/) within 72 hours of discovery ofany cyber incident, as described in paragraph (d)(2) of this clause, that affects unclassifiedcontrolled technical information resident on or transiting through the Contractor’s unclassifiedinformation

(i) Data Universal Numbering System (DUNS).

(ii) Contract numbers affected unless all contracts by the company are affected.

(iii) Facility CAGE code if the location of the event is different than the prime Contractor location.

(iv) Point of contact if different than the POC recorded in the System for Award Management (address, position,telephone, email).

(v) Contracting Officer point of contact (address, position, telephone, email).

(vi) Contract clearance level.

(vii) Name of subcontractor and CAGE code if this was an incident on a Sub-contractor network.

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 74 of 85 FINAL

 

Page 77: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

(viii) DoD programs, platforms or systems involved.

(ix) Location(s) of compromise.

(x) Date incident discovered.

(xi) Type of compromise (e.g., unauthorized access, inadvertent release, other).

(xii) Description of technical information compromised.

(xiii) Any additional information relevant to the information compromise.

(2)

Reportable cyber incidents. Reportable cyber incidents include the following:

(i) A cyber incident involving possible exfiltration, manipulation, or other loss or compromise of any unclassifiedcontrolled technical information resident on or transiting through Contractor’s, or its subcontractors’, unclassifiedinformation systems.

(ii) Any other activities not included in paragraph (d)(2)(i) of this clause that allow unauthorized access to theContractor’s unclassified information system on which unclassified controlled technical information is resident on ortransiting.

(3)

Other reporting requirements. This reporting in no way abrogates the Contractor’s responsibility foradditional safeguarding and cyber incident reporting requirements pertaining to its unclassifiedinformation systems under other clauses that may apply to its contract, or as a result of other U.S.Government legislative and regulatory requirements that may apply (e.g., as cited in paragraph (c)of this clause).

(4) Contractor actions to support DoD damage assessment. In response to the reported cyber incident, the Contractorshall—

(i) Conduct further review of its unclassified network for evidence of compromise resulting from a cyber incident toinclude, but is not limited to, identifying compromised computers, servers, specific data and users accounts. Thisincludes analyzing information systems that were part of the compromise, as well as other information systems onthe network that were accessed as a result of the compromise;

(ii) Review the data accessed during the cyber incident to identify specific unclassified controlled technicalinformation associated with DoD programs, systems or contracts, including military programs, systems andtechnology; and

(iii) Preserve and protect images of known affected information systems and all relevant monitoring/packet capturedata for at least 90 days from the cyber incident to allow DoD to request information or decline interest.

(5)

DoD damage assessment activities. If DoD elects to conduct a damage assessment, the ContractingOfficer will request that the Contractor point of contact identified in the incident report at (d)(1) ofthis clause provide all of the damage assessment information gathered in accordance withparagraph (d)(4) of this clause. The Contractor shall comply with damage assessment informationrequests. The requirement to share files and images exists unless there are legal restrictions thatlimit a company's ability to share digital media. The Contractor shall inform the Contracting Officerof the source, nature, and prescription of such limitations and the authority responsible.

(c)

Protection of reported information. Except to the extent that such information is lawfully publicly

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 75 of 85 FINAL

 

Page 78: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

available without restrictions, the Government will protect information reported or otherwiseprovided to DoD under this clause in accordance with applicable statutes, regulations, and policies.The Contractor shall identify and mark attribution information reported or otherwise provided to theDoD. The Government may use information, including attribution information and disclose it only toauthorized persons for purposes and activities consistent with this clause.

(d) Nothing in this clause limits the Government’s ability to conduct law enforcement or counterintelligenceactivities, or other lawful activities in the interest of homeland security and national security. The results of theactivities described in this clause may be used to support an investigation and prosecution of any person or entity,including those attempting to infiltrate or compromise information on a contractor information system in violationof any statute.

(e) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph(g), in all subcontracts, including subcontracts for commercial items.

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 76 of 85 FINAL

 

Page 79: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

SECTION I CONTRACT CLAUSES

CLAUSES INCORPORATED BY REFERENCE

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given infull text. Upon request, the Contracting Officer will make their full text available.

52.216-8 Fixed Fee (June 2011).

52.219-9 Small Business Subcontracting Plan (DEVIATION 2013-O0014) (AUG 2013)52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2014)52.223-5 Pollution Prevention and Right-to-Know Information (May 2011)52.223-10 Waste Reduction Program (May 2011)52.232-39 Clause for Unenforceability of Unauthorized Obligations (Jun 2013)52.232-40 Accelerated Payments to Small Business Subcontractors (DEC 2013)52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)52.237-10 Identification of Uncompensated Overtime (OCT 1997)252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001)252.204-7009 Limitations on the Use of Disclosure of Third-Party Contractor Reported Cyber IncidentInformation (AUG 2015)252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. As prescribed in204.7304(c), use the following clause: SAFEGUARDING COVERED DEFENSE INFORMATION ANDCYBER INCIDENT REPORTING (DEVIATION 2016-O0001)(OCT 2015) by reference only.252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic Hazardous materials (Sept 2014)252.244-7001 Contractor Purchasing System Administration (May 2014)

ESTABLISHING A MINIMUM WAGE FOR CONTRACTORS (DEVIATION 2014-O0017) (JUNE 2014)

This clause implements Executive Order 13658, Establishing a Minimum Wage for Contractors, dated February 12,2014, and OMB Policy Memorandum M-14-09, dated June 12, 2014.

(a) Each service employee, laborer, or mechanic employed in the United States (the 50 States and the District ofColumbia) in the performance of this contract by the prime Contractor or any subcontractor, regardless of anycontractual relationship which may be alleged to exist between the Contractor and service employee, laborer, ormechanic, shall be paid not less than the applicable minimum wage under Executive Order 13658. The minimumwage required to be paid to each service employee, laborer, or mechanic performing work on this contract betweenJanuary 1, 2015, and December 31, 2015, shall be $10.10 per hour.

(b) The Contractor shall adjust the minimum wage paid under this contract each time the Secretary of Labor’sannual determination of the applicable minimum wage under section 2(a)(ii) of Executive Order 13658 results in ahigher minimum wage. Adjustments to the Executive Order minimum wage under section 2(a)(ii) of ExecutiveOrder 13658 will be effective for all service employees, laborers, or mechanics subject to the Executive Orderbeginning January 1 of the following year. The Secretary of Labor will publish annual determinations in the FederalRegister no later than 90 days before such new wage is to take effect. The Secretary will also publish the applicableminimum wage on

www.wdol.gov (or any successor website). The applicable published minimum wage is incorporated by referenceinto this contract.

(c) The Contracting Officer will adjust the contract price or contract unit price under this clause only for the increasein labor costs resulting from the annual inflation increases in the Executive Order 13658 minimum wage beginningon January 1, 2016. The Contracting Officer shall consider documentation as to the specific costs and workersimpacted in determining the amount of the adjustment.

(d) The Contracting Officer will not adjust the contract price under this clause for any costs other than thoseidentified in paragraph (c) of this clause, and will not provide price adjustments under this clause that result induplicate price adjustments with the respective clause of this contract implementing the Service Contract LaborStandards statute (formerly known as the Service Contract Act) or the Wage Rate Requirements (Construction)statute (formerly known as the Davis Bacon Act).

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 77 of 85 FINAL

 

Page 80: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

(e) The Contractor shall include the substance of this clause, including this paragraph (e) in all subcontracts. 

52.203-17 CONTRACT EMPLOYEES WHISTLEBLOWER RIGHTS AND REQUIREMENT TOINFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 

a) This contract and employees working on this contract will be subject to the whistleblower rights andremedies in the pilot program on Contractor employee whistleblower protections established at 41 U.S.C.4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239) andFAR 3.908

(b) The Contractor shall inform its employees in writing, in the predominant language of the workforce, of employeewhistleblower rights and protections under 41 U.S.C. 4712, as described in section 3.908 of the Federal AcquisitionRegulation.

(c) The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts over thesimplified acquisition threshold. 

FAR 52.216-10 INCENTIVE FEE (Jun 2011)  This clause only applies to the CPIF CLIN 7000.

(a)     General. The Government shall pay the Contractor for performing this contract a fee determined as provided inthis contract.

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

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

(2) “Target fee,” as used in this contract, means the fee initially negotiated on the assumption that this contractwould be performed for a cost equal to the estimated cost initially negotiated, adjusted in accordance with paragraph(d) below.

(c) Withholding of payment.

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

(2) Payment of the incentive fee shall be made as specified in the Schedule; provided that the Contracting Officerwithholds a reserve not to exceed 15 percent of the applicable fee or $100,000, whichever is less. The ContractingOfficer shall release 75 percent of all fee withholds under this contract after receipt of an adequate certified finalindirect cost rate proposal covering the year of physical completion of this contract, provided the Contractor hassatisfied all other contract terms and conditions, including the submission of the final patent and royalty reports, andis not delinquent in submitting final vouchers on prior years’settlements. The Contracting Officer may release up to90 percent of the fee withholds under this contract based on the Contractor’s past performance related to thesubmission and settlement of final indirect cost rate proposals.

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

(e) Fee payable.

(1) The fee payable under this contract shall be the target fee increased by forty cents ($0.40) for every dollar that thetotal allowable cost is less than the target cost or decreased by forty cents ($0.40) for every dollar that the totalallowable cost exceeds the target cost. In no event shall the fee be greater than eight (8%) or less than one percent

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 78 of 85 FINAL

 

Page 81: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

(1.00%) of the target cost.

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

(i) Payments made under assignments; or(ii) Claims excepted from the release as required by paragraph (h)(2) of the Allowable Cost and Payment clause.

(3) If this contract is terminated in its entirety, the portion of the target fee payable shall not be subject to an increaseor decrease as provided in this paragraph. The termination shall be accomplished in accordance with other applicableclauses of this contract.

(4) For the purpose of fee adjustment, “total allowable cost” shall not include allowable costs arising out of --(i) Any of the causes covered by the Excusable Delays clause to the extent that they are beyond the control andwithout the fault or negligence of the Contractor or any subcontractor;(ii) The taking effect, after negotiating the target cost, of a statute, court decision, written ruling, or regulation thatresults in the Contractor’s being required to pay or bear the burden of any tax or duty or rate increase in a tax orduty;(iii) Any direct cost attributed to the Contractor’s involvement in litigation as required by the Contracting Officerpursuant to a clause of this contract, including furnishing evidence and information requested pursuant to the Noticeand Assistance Regarding Patent and Copyright Infringement clause;(iv) The purchase and maintenance of additional insurance not in the target cost and required by the ContractingOfficer, or claims for reimbursement for liabilities to third persons pursuant to the Insurance Liability to ThirdPersons clause; (v) Any claim, loss, or damage resulting from a risk for which the Contractor has been relieved of liability by the Government Property clause; or(vi) Any claim, loss, or damage resulting from a risk defined in the contract as unusually hazardous or as a nuclearrisk and against which the Government has expressly agreed to indemnify the Contractor.

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

(f) Contract modification. The total allowable cost and the adjusted fee determined as provided in this clause shall beevidenced by a modification to this contract signed by the Contractor and Contracting Officer.

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

52.217-8 - OPTION TO EXTEND SERVICE (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in thecontract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretaryof Labor. The option provision may be exercised more than once, but the total extension of performance hereundershall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractorwithin 60 days.

FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (NAVSEAVARIATION) (SEP 2009)

(a) The Government may extend the term of this contract by written notice(s) to the Contractor within the periodsspecified below. If more than one option exists the Government has the right to unilaterally exercise any such optionwhether or not it has exercised other options.

ITEM(S) LATEST OPTION EXERCISE DATE

CLIN 7100 No later than 12 months after the TO Award date.CLIN 7201 No later than 12 months after the TO Award date.

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 79 of 85 FINAL

 

Page 82: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

CLIN 7301 No later than 24 months after the TO Award date.CLIN 7202 No later than 24 months after the TO Award date.CLIN 7302 No later than 36 months after the TO Award date.CLIN 7203 No later than 36 months after the TO Award date.CLIN 7303 No later than 48 months after the TO Award date.CLIN 7204 No later than 48 months after the TO Award date.CLIN 7304 No later than 60 months after the TO Award date.

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

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

52.219-6 -- NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)

(a) Definition. “Small business concern,” as used in this clause, means a concern, including its affiliates, that isindependently owned and operated, not dominant in the field of operation in which it is bidding on Governmentcontracts, and qualified as a small business under the size standards in this solicitation.

 (b) Applicability. This clause applies only to--

(1) Contracts that have been totally set aside or reserved for small business concerns; and

(2) Orders set aside for small business concerns under multiple-award contracts as described in8.405-5 and 16.505(b)(2)(i)(F).

 (c) General.

(1) Offers are solicited only from small business concerns. Offers received from concerns that are not small businessconcerns shall be considered nonresponsive and will be rejected.

 (2) Any award resulting from this solicitation will be made to a small business concern.

(d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing thecontract, only end items manufactured or produced by small business concerns in the United States or its outlyingareas. If this procurement is processed under simplified acquisition procedures and the total amount of this contractdoes not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraphdoes not apply to construction or service contracts.

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

(a) The use of overtime is authorized under this contract if the overtime premium does not exceed (authorized overtime is IAW offeror's proposal and includes prime and subcontractor burdened overtime) or theovertime premium is paid for work --

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

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

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

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

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 80 of 85 FINAL

 

Page 83: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

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

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

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

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

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

52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)

In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract andstates the wages and fringe benefits payable to each if they were employed by the contracting agency subject to theProvisions of 5 U.S.C. 5341 or 5332.

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

EMPLOYEE CLASS MONETARY WAGE – FRINGE BENEFITSCA-30084 GS-07SCA-30085 GS-09SCA-30086 GS-11SCA-14160 GS-07SCA-21410 WG-05

52.222-99 ESTABLISHING A MINIMUM WAGE FOR CONTRACTORS (DEVIATION 2014-O0017)(JUNE 2014)

This clause implements Executive Order 13658, Establishing a Minimum Wage for Contractors, dated February 12, 2014, and OMB Policy Memorandum M-14-09, dated June 1 2, 2014.

(a) Each service employee, laborer, or mechanic employed in the United States (the 50 States and the District ofColumbia) in the performance of this contract by the prime Contractor or any subcontractor, regardless of anycontractual relationship which may be alleged to exist between the Contractor and service employee, laborer, ormechanic, shall be paid not less than the applicable minimum wage under Executive Order 13658. The minimumwage required to be paid to each service employee, laborer, or mechanic performing work on this contract betweenJanuary 1, 2015, and December 3 1, 2015, shall be $10.10 per hour.

(b) The Contractor shall adjust the minimum wage paid under this contract each time the Secretary of Labor’sannual determination of the applicable minimum wage under section 2(a)(ii) of Executive Order 13658 results in ahigher minimum wage. Adjustments to the Executive Order minimum wage under section 2(a)(ii) of ExecutiveOrder 13658 will be effective for all service employees, laborers, or mechanics subject to the Executive Orderbeginning January 1 of the following year. The Secretary of Labor will publish annual determinations in the FederalRegister no later than 90 days before such new wage is to take effect. The Secretary will also publish the applicableminimum wage on www.wdol.gov (or any successor website). The applicable published minimum wage isincorporated by reference into this contract.

(c) The Contracting Officer will adjust the contract price or contract unit price under this clause only for the increasein labor costs resulting from the annual inflation increases in the Executive Order 13658 minimum wage beginningon January 1, 2016. The Contracting Officer shall consider documentation as to the specific costs and workersimpacted in determining the amount of the adjustment.

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 81 of 85 FINAL

 

Page 84: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

(d) The Contracting Officer will not adjust the contract price under this clause for any costs other than thoseidentified in paragraph (c) of this clause, and will not provide price adjustments under this clause that result induplicate price adjustments with the respective clause of this contract implementing the Service Contract LaborStandards statute (formerly known as the Service Contract Act) or the Wage Rate Requirements (Construction)statute (formerly known as the Davis Bacon Act).

(e) The Contractor shall include the substance of this clause, including this paragraph (e) in all subcontracts.

52.244-2 SUBCONTRACTS (OCT 2010)

(a) Definitions. As used in this clause—

“Approved purchasing system” means a Contractor’s purchasing system that has been reviewed and approved inaccordance with Part 44 of the Federal Acquisition Regulation (FAR)

“Consent to subcontract” means the Contracting Officer’s written consent for the Contractor to enter into a particularsubcontract.

“Subcontract” means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnishsupplies or services for performance of the prime contract or a subcontract. It includes, but is not limited to, purchaseorders, and changes and modifications to purchase orders.

(b) When this clause is included in a fixed-price type contract, consent to subcontract is required only on unpricedcontract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordancewith paragraph (c) or (d) of this clause.

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

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

(2) Is fixed-price and exceeds—

(i) For a contract awarded by the Department of Defense, the Coast Guard, or the National Aeronautics and SpaceAdministration, the greater of the simplified acquisition threshold or 5 percent of the total estimated cost of thecontract; or

(ii) For a contract awarded by a civilian agency other than the Coast Guard and the National Aeronautics and SpaceAdministration, either the simplified acquisition threshold or 5 percent of the total estimated cost of the contract.

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

CONTRACTS WITH ANY FIRM NOT INCLUDED WITH THE BASIC CONTRACT PROPOSAL ATAWARD. FOR ADDING TEAM MEMBERS TO THE TASK ORDER AFTER AWARD, THE TASK ORDERCONTRACTING OFFICER‘S APPROVAL IS REQUIRED - AS WELL AS APPROVAL VIA

The Naval Sea Systems Command (NAVSEA) Interim Policy Memorandum dated 4 April 2012 and PolicyMemo #2 dated 31 July 2013.

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

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

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

(iii) Identification of the proposed subcontractor.

(iv) The proposed subcontract price.

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 82 of 85 FINAL

 

Page 85: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

(v) The subcontractor’s current, complete, and accurate certified cost or pricing data and Certificate of Current Costor Pricing Data, if required by other contract provisions.

(vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standards when such dataare required by other provisions of this contract.

(vii) A negotiation memorandum reflecting -

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

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

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

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

(E) The extent to which it was recognized in the negotiation that the subcontractor’s certified cost or pricing datawere not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of anysuch defective data on the total price negotiated;

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

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

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

(f) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to anysubcontract nor approval of the Contractor’s purchasing system shall constitute a determination -

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

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

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

(g) No subcontract or modification thereof placed under this contract shall provide for payment on a cost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement type subcontracts shall not exceed the feelimitations in FAR 15.404-4(c)(4)(i).

(h) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and promptnotice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of theContractor, may result in litigation related in any way to this contract, with respect to which the Contractor may beentitled to reimbursement from the Government. 

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.(DEVIATION 2016-O0001)(OCT 2015)

(a) Definitions. As used in this provision—“Controlled technical information,” “covered contractor information system,” and “covered defenseinformation” are defined in clause 252.204-7012, Safeguarding Covered Defense Information andCyber Incident Reporting (DEVIATION 2016- O0001)(OCT 2015).

(b) The security requirements required by contract clause 252.204-7012, Safeguarding CoveredDefense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015) shall beimplemented for all covered defense information on all covered contractor information systems that

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 83 of 85 FINAL

 

Page 86: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

support the performance of this contract.

(c) If the Offeror anticipates that additional time will be necessary to implement derived securityrequirement 3.5.3 “Use of multifactor authentication for local and network access to privilegedaccounts and for network access to non-privileged accounts” within National Institute of Standardsand Technology (NIST) Special Publication (SP) 800-171, “Protecting Controlled UnclassifiedInformation in Nonfederal Information Systems and Organizations (see http://dx.doi.org/10.6028/NIST.SP.800-171), the Offeror shall notify the Contracting Officer that they will implement therequirement within 9months of contract award. 

(d) If the Offeror proposes to deviate from any of the security requirements in NIST SP 800-171thatis in effect at the time the solicitation is issued or as authorized by the Contracting Officer, theOfferor shall submit to the Contracting Officer, for consideration by the DoD Chief InformationOfficer (CIO), a written explanation of—

(1) Why a particular security requirement is not applicable; or

(2) How an alternative, but equally effective, security measure is used to compensate for theinability to satisfy a particular requirement and achieve equivalent protection.

(e) An authorized representative of the DoD CIO will approve or disapprove offeror requests todeviate from NIST SP 800-171 requirements in writing prior to contract award. Any approveddeviation from NIST SP 800-171 shall be incorporated into the resulting contract.

(End of provision)

252.204-7012 Safeguarding Covered Defense Informa on and Cyber Incident Repor ng(Devia on 2016-O0001)(OCT 2015).

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 84 of 85 FINAL

 

Page 87: N00164 S2404A NSWC, CRANE DIVISION C Alexandria VA 22311 … · 2018-07-25 · ashley.bechtel@navy.mil 812-854-6866 DCMA Manassas 14501 George Carter Way, 2nd Floor Chantilly VA 20151

SECTION J LIST OF ATTACHMENTS

Attachment 1 - ROM Template

Attachment 2 - Wage Determination 15-4821(Rev-3)

Attachment 4 - Scheduled GFP Form

Attachment 6 - NAVSEA 4340-2

Attachment 7 - DD254 Revision and Supplement.

Attachment 8 - QASP Rev. 1

Exhibit 1 - CDRLs

 CONTRACT NO.

 N00178-14-D-7204 DELIVERY ORDER NO.

 N00178-14-D-7204-FC03 AMENDMENT/MODIFICATION NO.

 25 PAGE

 85 of 85 FINAL