Upload
others
View
8
Download
0
Embed Size (px)
Citation preview
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)
38 09-Dec-2013 HQ0147431462 N/A6. ISSUED BY CODE N00189 7. ADMINISTERED BY (If other than Item 6) CODE S2404A
NAVSUP FLC Norfolk, Code 200
1968 Gilbert Street Ste 600
Norfolk VA 23511-3392
[email protected] 757-443-1343
DCMA Manassas
10500 BATTLEVIEW PARKWAY, SUITE 200
MANASSAS VA 20109-2342
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
AVW Technologies Inc. 860 Greenbrier Circle, Suite 305 Chesapeake VA 23320-2640 9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X] N00178-05-D-4207-FK03
10B. DATED (SEE ITEM 13)
CAGECODE
1Y9N5 FACILITY CODE 30-Sep-2009
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)
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
(*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. INITEM 10A.
[ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation
date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
[ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
[X] D. OTHER (Specify type of modification and authority)52.232-18
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)
Jill H Joscelyn, Contracting Officer
15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Jill H Joscelyn 17-Dec-2013
(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE
30-105 STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243
1. CONTRACT ID CODE PAGE OF PAGES
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
GENERAL INFORMATION
The purpose of this modification is to change the line of accounting for SubClin 400403 in the amount of$203,000.00 and SubClin 600402 in the amount of $22,000.00 by replacing the document number withHQ0147431462. Accordingly, said Task Order is modified as follows: A conformed copy of this Task Order isattached to this modification for informational purposes only.
The Line of Accounting information is hereby changed as follows:
400403:From: AR 97 201420150400D 2520 YF ST04P_FY14-DT-00-FY1415-71DT-255-HQ0147430145 04-000-40603914C00 044411To: AR 97 201420150400D 2520 YF ST04P_FY14-DT-A0-FY1415-71DT-255-HQ0147431462 04-000-40603914C00 044411
600402:From: AR 97 201420150400D 2520 YF ST04P_FY14-DT-00-FY1415-71DT-255-HQ0147430145 04-000-40603914C00 044411To: AR 97 201420150400D 2520 YF ST04P_FY14-DT-A0-FY1415-71DT-255-HQ0147431462 04-000-40603914C00 044411
The total amount of funds obligated to the task is hereby increased from $4,015,458.27 by$0.00 to $4,015,458.27.
The total value of the order is hereby increased from $4,675,112.77 by $0.00 to $4,675,112.77.
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
2 of 2 FINAL
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ --- ----------------- ---- ---- --------------- --------------- -------------- 4000 R406 Operations 12.0 MO $650,062.94 $52,005.03 $702,067.97 research, technical, and analytical support in the definition, conduct, and independent analysis of structured integrated and operational test and evaluation of the Aegis Ballistic Missile Defense at the system-level in its support of the Ballistic Missile Defense System. (RDT&E) 4001 R406 Operations 12.0 MO $748,259.62 $59,860.76 $808,120.38 research, technical, and analytical support in the definition, conduct, and independent analysis of structured integrated and operational test and evaluation of the Aegis Ballistic Missile Defense at the system-level in its support of the Ballistic Missile Defense System. (RDT&E) 400101 R406 INCREMENTAL FUNDING (RDT&E) 400102 R406 INCREMENTAL
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
1 of 47 FINAL
FUNDING (RDT&E) 400103 R406 INCREMENTAL FUNDING (RDT&E) 400104 R406 INCREMENTAL FUNDING (RDT&E) 400105 R406 (RDT&E) 4002 R406 Operations 12.0 MO $851,215.75 $68,097.26 $919,313.01 research, technical, and analytical support in the definition, conduct, and independent analysis of structured integrated and operational test and evaluation of the Aegis Ballistic Missile Defense at the system-level in its support of the Ballistic Missile Defense System. (RDT&E) 400201 R406 INCREMENTAL FUNDING (RDT&E) 400202 R406 INCREMENTAL FUNDING (RDT&E) 400203 R406 INCREMENTAL FUNDING (RDT&E) 400204 R406 INCREMENTAL FUNDING (RDT&E) 400205 R406 INCREMENTAL FUNDING (RDT&E) 400206 R406 INCREMENTAL FUNDING (RDT&E) 400208 R406 400209 R406 4003 R406 Operations 12.0 MO $876,702.75 $70,136.22 $946,838.97 research, technical, and analytical
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
2 of 47 FINAL
support in the definition, conduct, and independent analysis of structured integrated and operational test and evaluation of the Aegis Ballistic Missile Defense at the system-level in its support of the Ballistic Missile Defense System. (RDT&E) 400301 R406 INCREMENTAL FUNDING (RDT&E) 400302 R406 INCREMENTAL FUNDING (RDT&E) 400303 R406 INCREMENTAL FUNDING (RDT&E) 400304 R406 INCREMENTAL FUNDING (RDT&E) 400305 R406 INCREMENTAL FUNDING (RDT&E) 400306 R406 INCREMENTAL FUNDING (RDT&E) 400307 R406 INCREMENTAL FUNDING (RDT&E) 400308 R406 INCREMENTAL FUNDING (RDT&E) 4004 R406 Operations 12.0 MO $761,067.84 $60,885.43 $821,953.27 research, technical, and analytical support in the definition, conduct, and independent analysis of structured integrated and operational test and evaluation of the Aegis Ballistic Missile Defense at the
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
3 of 47 FINAL
system-level in its support of the Ballistic Missile Defense System. (RDT&E) 400401 R406 (RDT&E) 400402 R406 (RDT&E) 400403 R406 Incremental Funding (RDT&E) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost ------ --- ----------------- ---- ---- ---------------- 6000 R406 Travel in 1.0 LO $65,227.20 accordance with the PWS (RDT&E) 6001 R406 Travel in 1.0 LO $73,227.20 accordance with the PWS (RDT&E) 600101 R406 INCREMENTAL FUNDING (RDT&E) 600102 R406 INCREMENTAL FUNDING (RDT&E) 600103 R406 INCREMENTAL FUNDING (RDT&E) 600104 R406 INCREMENTAL FUNDING (RDT&E) 600105 R406 (RDT&E) 600106 R406 INCREMENTAL FUNDING (RDT&E) 6002 R406 Travel in 1.0 LO $101,700.24 accordance with the PWS (RDT&E) 600201 R406 INCREMENTAL FUNDING (RDT&E) 600202 R406 INCREMENTAL FUNDING (RDT&E) 600203 R406 INCREMENTAL FUNDING (RDT&E) 600204 R406 INCREMENTAL
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
4 of 47 FINAL
FUNDING (RDT&E) 600205 R406 INCREMENTAL FUNDING (RDT&E) 600206 R406 600207 R406 6003 R406 Travel in 1.0 LO $161,700.24 accordance with the PWS (RDT&E) 600301 R406 INCREMENTAL FUNDING (RDT&E) 600302 R406 INCREMENTAL FUNDING (RDT&E) 600303 R406 INCREMENTAL FUNDING (RDT&E) 600304 R406 INCREMENTAL FUNDING (RDT&E) 600305 R406 INCREMENTAL FUNDING (RDT&E) 600306 R406 INCREMENTAL FUNDING (RDT&E) 600307 R406 INCREMENTAL FUNDING (RDT&E) 600308 R406 INCREMENTAL FUNDING (RDT&E) 600309 R406 600310 R406 600311 R406 600312 R406 600313 R406 600314 R406 600315 R406 6004 R406 Travel in 1.0 LO $74,964.29 accordance with the PWS (RDT&E) 600401 R406 (RDT&E) 600402 R406 Incremental
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
5 of 47 FINAL
Funding (RDT&E) 6005 R406 OT FRAMEWORK 1.0 LO $0.00 TRAINING 7-8 JULY 10 IN HUNTSVILLE (RDT&E)
LEVEL OF EFFORT (COST TYPE CONTRACT)(JUN 1995)
(a) It should be noted that the proposed requirement is Cost Plus Fixed Fee (CPFF) performance based. The level of effort for the performance of this
contract during the period from the start of contract performance to 12 months thereafter is based upon 8,320 estimated manhours of direct labor. If all
option periods and quantities are exercised by the government, the level of effort for the performance of this contract will be increased by an additional
33,280 estimated manhours of direct labor, for a total level of effort of 41,600 estimated manhours of direct labor (hereinafter referred to as the “Estimated
Total Hours”).
(b) Based on prior history for the same/similar services and in consideration of the effort anticipated to be performed herein, the contractor may anticipate
that contract performance could involve the following labor categories and staffing levels. The Government estimate is provided for information purposes
only and is included to serve as a reference for prospective offerors to better understand the overall magnitude of the effort. The level of effort per labor
category (total hours remain the same for each performance year):
LABOR CATEGORY
Base Year
2009
Option Year
1
2010
Option
Year
2
2011
Option
Year
3
2012
Option Year
4
2013
Senior BMD Test and
Evaluation Specialist2080 1800 1925 1925 1352
Junior BMD Test and
Evaluation Specialist 2080 1800 1925 1925 1352
Junior BMD Test andEvaluation Specialist
20801800 1925 1925 1352
Junior BMD Test andEvaluation Specialist
1352
Joint BMD Analyst 2080 1800 1925 1925 1352
Modeling and SimulationAnalyst 1120 1925 1925
1352 TOTAL
8320 8320 9625 9625 8112
(c) No overtime is authorized under this task order.
(d) The number of manhours expended per month shall be commensurate with the effort ordered and the required delivery date of such effort. The numberof
manhours expended per month may fluctuate in pursuit of the technical objective, provided that such fluctuation does not result in the utilization of the total
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
6 of 47 FINAL
manhours of effort prior to the expiration of the term thereof. The number of manhours for any labor category may be utilized by the contractor for any
other labor category if necessary in performance of the contract.
(e) The contractor shall not be obligated to continue performance beyond the Estimated Total Hours, except that the Contracting Officer may require the
contractor to continue performance in excess of the Estimated Total Hours until the total estimated cost has been expended. The government will not be
obligated to pay fee on any hours expended in excess of the Estimated Total Hours. Any hours expended in excess of the Estimated Total Hours shall be
excluded from all fee computations and adjustments. The Contracting Officer may also require the contractor to continue performance in excess of the total
estimated cost until the Estimated Total Hours have been expended. In no event, however, will the Contracting Officer, pursuant to this paragraph (e),
require the contractor to continue performance in excess of the Estimated Total hours if the Contracting Officer is requiring or has required the contractor to
continue performance in excess of the total estimated cost. Nor will the Contracting Officer, pursuant to this paragraph (e), require the contractor to
continue performance in excess of the total estimated cost if the Contracting Officer is requiring or has required the contractor to continue performance in
excess of the Estimated Total Hours. The Contracting Officer may extend the period of performance in order to expend either the total estimated cost or
the Estimated Total Hours. If this contract is subject to the Service Contract Act, in no event will the Contracting Officer, pursuant to this paragraph (e),
extend the period of performance such that the period of performance, as extended, will exceed five years.
(f) If at any time during the performance of this contract the contractor expends in excess of 85% of the available estimated manhours of direct labor, the
contractor shall immediately notify the Contracting Officer in writing. Nothing herein shall be construed to alter or waive any of the rights or obligations of
either party pursuant to the clause entitled “Limitation of Cost” and/or “Limitation of Funds.”
PAYMENT OF FIXED FEE (INDEFINITE DELIVERY, COST PLUS FIXED FEE) (OCT 1992)
See the below chart for the applicable fixed fee for work performed under this task order provided the required number of hours shown in the below chart are
employed by the contractor in performance of this task order. If substantially fewer than the required number of hours shown in the below chart of saidservices
are so employed, the fixed fee shall be equitably reduced to reflect the reduction of work. The Government shall make monthly payments of the fixed fee atthe
rate shown in the below chart per direct labor hour invoiced by the contractor. All payments shall be in accordance with the provisions of FAR 52.216-
8, “Fixed Fee,” and FAR 52.216-7, “Allowable Cost and Payment.” The total of all such payments shall not exceed eighty-five (85%) percent of the fixed fee
specified under each applicable delivery/task order. Any balance of fixed fee due the contractor shall be paid to the Contractor, and any over-payment offixed fee
shall be repaid to the Government by the Contractor, or otherwise credited to the Government at the time of final payment.
******
Base $ 8,320Option I $8,320Option II $ 9,625Option III $9,625Option IV $8,112
* To be filled in by the offeror using the proposed fixed fee dollar amount.
** To be filled in by offeror. Calculate this rate by dividing the fixed fee amount by the number of hours.
(End of Provision)
LABOR CATEGORY
It is understood and agreed that the number of hours shown in Section B above are estimates only and shall not limit the use of hours in any labor category
under this task order. Accordingly, in the performance of this contract, the contractor shall be allowed to adjust the quantity of labor hours provided for
within labor categories specified, provided, that in so performing the contractor shall not in any event exceed the ceiling price of the task order, including
modifications thereof. Variation between the labor line item and other direct line item is prohibited.
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
7 of 47 FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
Performance Work Statement
Multi-Service Ballistic Missile Defense System Operational Test Agency Team (BMDS OTA Team) (TEIN 3000-313) 1. Scope of Tasking. Provide operations research, technical, and analytical support to COMOPTEVFOR in the definition,conduct, and independent analysis of structured integrated and operational test and evaluation (OT&E) of the Aegis BallisticMissile Defense (BMD) at the system-level in its support of the Ballistic Missile Defense System (BMDS) (TEIN 3000-313).The services will include developing the analytical methodology and associated Measures of Performance (MOP) forperforming an operational assessment (OA) on Aegis BMD as an element of the BMDS. This Aegis OA methodology willbe documented in the OTA Team’s Operational Assessment Plan (OAP) and Data Management and Analysis Plan (DMAP). Technical services will also include observing BMDS and Aegis tests, analyzing data, and preparing inputs for the OTA TeamOA Report (OAR), Modeling and Simulation (M&S) Accreditation Plan and Report, databases, and supporting briefings. a. Place of Performance. Unless required to support mission accomplishment, work shall primarily be performed atthe contractor’s site. Contractor facilities shall be within one hour driving distance from COMOPTEVFOR at 7970 DivenStreet, Norfolk, VA or the Missile Defense Agency Facility at 106 Wynn Drive, Huntsville, AL. b. Period of Performance.
Base: 30 September 2009 - 29 September 2010 Option I: 30 September 2010 - 29 September 2011 Option II: 30 September 2011 - 29 September 2012 Option III: 30 September 2012 - 29 September 2013 Option IV: 30 September 2013 - 29 September 2014
c. Travel requirements.
Location # of Trips # of Days
Huntsville, AL 3 5
Colorado Springs, CO 2 3
Pearl Harbor, HI 2 10
San Diego, CA 2 5
Washington, DC 1 2
Moorestown, NJ 2 10 2. Applicable Documents. The following list of references is not all inclusive but forms the basis for the Test andEvaluation by COMOPTEVFOR in support of this program:
· DOD 5000.1, Defense Acquisition· DOD 5000.2, Operation of the Defense Acquisition System· SECNAVINST 5000.2C, Implementation of Mandatory Procedures for Major Defense Acquisition Programs· COTFINST 3960.1, Operational Test Director’s Guide
3. Milestones:· Performance Assessment (PA)-09· BMDS OTA Team OAP (2010)· BMDS OTA Team M&S Accreditation Plan (2010)· BMDS OTA Team OAR (Jan 2010)· BMDS OTA Team M&S Accreditation Report (Jan 2010)· Flight Test Mission - 15 (Mar 2010)
4. Specific Tasking/Deliverables. The contractor shall provide support in evaluating the operational effectiveness, operationalsuitability, and readiness for Transition to the Navy of the Aegis BMD system during all test and evaluation events specifiedby COMOPTEVFOR in this or subsequent to this Performance Work Statement (PWS).
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
8 of 47 FINAL
Documentation Review (CDRL A001)
(1) Review program documentation from the perspective of manpower, technical accuracy and completeness, training and testforce structure, and operational test feasibility, and provide feedback. Program documentation includes, but is not limited to,the BMDS OTA OAP, OAR, M&S Plan, M&S Report, and supporting documents and briefs. Deliverables may take theform of draft comment letters, draft presentations, and spreadsheets. Within 10 working days after receipt of designateddocuments from government, or as determined by operational requirements, coordinated with the Operational Test Director(OTD).
b. Meeting Attendance (CDRL A002)
(1) Attend program reviews, test coordination and planning working group meetings, mission/test readiness reviews, andOT&E related meetings. Attend M&S accreditation review panels, technical review panels, M&S working groups, andIntegrated Product Team meetings. Attend systems/software engineering reviews (e.g., Critical Design Reviews, TestReadiness Reviews, Mission Readiness Reviews, Technical Information Meetings, Interim Technical Assessments, etc.).Attend BMDS OTA Team Assessments meetings, and OTA Team Post Test Analysis Briefings and Reviews. Attend systemdemonstrations. Deliverable may take the form of draft comment letters, draft presentations, and spreadsheets.
c. Test Planning Support (CDRLs A003, A004, A005, A006)
(1) Perform research, analyze program documentation and prepare inputs to the Intergraded Master Test Plan (IMTP), testplans for the conduct of subsequent test periods to include Integrated Testing (IT) Developmental Testing (DT), OperationalTesting (OT). Deliverables include, but are not limited to inputs to IMTP Parts IV and V, draft test plans(s), and scenariodevelopment. (2) Work with the BMDS OTA Team’s Operational Scenario Working group and MDA’s Joint Operational Scenario Workinggroup to ensure that MDA’s Tests contain operationally realistic and cost effective scenarios.
d. Test Operations Support (CDRLs A006, A007, A009)
(1) Provide technical assistance to the TPOC at the test site during testing, including participation in SME design reviews,test event observations, and test results/analysis review. Deliverables includes test event data recording coordination and thesummation of test observables with qualitative assessment.
e. Test Analysis and Reporting (CDRLs A004, A006, A007 A008)
(1) Perform or coordinate (as specified by OTD) data reduction and preliminary analysis of completed tests during testoperations, as well as DT Assist and informal DT and engineering test observations. Collect and analyze assessment data.
(2) Correlate data using appropriate statistical techniques to analyze system's operational effectiveness and operationalsuitability tests during test operations.
(3) Gather inputs based on analysis of test data, questionnaires, and data reduction for reports and provide follow-up assistanceuntil documents are signed. (4) Deliverables include, but are not limited to, the BMDS OTA Team’s Operational Assessment Report developed at the endof every calendar year, or as determined by operational requirements, and as coordinated with the OTD.
f. Program Management Support (CDRLs A003, A004, A005, A006, A007, A008, A009)
(1) Track and report work accomplished during the month, any problems, and what work is anticipated for the next month. Report should specify tasks performed, and deliverable status: CDRLs delivered (w/date delivered), upcoming CDRL duedates, CDRLs overdue, CDRLs at risk of being overdue. Additionally, the report shall reflect authorized hours, monthlyusage by labor category, the balance of hours by labor category, and the travel & ODC’s authorized, used, and balance(s).
5. Personnel Qualifications. Personnel provided under this order are critical to the mission of the Department of the Navy.
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
9 of 47 FINAL
As such, personnel may only perform on this task after a resume has been submitted and approved by the Government. Anyreplacement personnel proposed after award of this order must be at least as qualified as the personnel whose resume(s) wereincluded in the proposal upon which award of the order was based. Navy Missile Defense programs demand an immediate,high level of specialized technical knowledge and are presently in an advanced phase of testing. The experience of thepersonnel required to perform this effort shall meet all of the following minimum qualifications:
Within the last five years (unless stated otherwise), all personnel shall:
· Possess experience with Developmental Testing (DT) or, Operational Testing and Evaluation (OT&E).· Possess experience and familiarity with the instructions, procedures and documents required for the Navy and Joint
Acquisition process, including (but not limited to) the references listed in paragraph 2 of the PWS.· Possess experience in developing test criteria and test documents in accordance with DoD standards.· Possess experience in applying analytical methodologies to evaluate the operational effectiveness and suitability of combat
systems, weapon systems, and combat support systems.· Possess a working knowledge of Navy tactical operations, in a multi-threat environment.· Possess U.S. citizenship.· Demonstrate familiarity with MS-Office software.· Possess at least three years of operational experience with Navy ballistic missile defense and/or surface-to-air missile systems.
Senior BMD Warfare Systems T&E Specialist (1 Full Time Employee “FTE”, Tidewater area, VA): In addition to theminimum requirements for all personnel, the personnel for this position must have the following qualifications:
· Previous qualification as Surface Warfare Officer or Enlisted Surface Warfare Specialist.
· Experience with drafting briefs and documents for Senior Leadership review and approval.
· A combination of ten (10) years operational experience and/or T&E experience.
· Served as Combat Systems Officer (CSO) onboard an Aegis Ship
Additional desirable skills for this candidate would include, but is not limited to:
· A working experience (within the past 4 years) and technical understanding of US Navy models and simulations (e.g. Multi-Target Effectiveness Determined Under Simulation for Aegis (MEDUSA)/Aegis Combat Systems Interface Simulator(ACSIS)/Aegis Simulation Test and Training System (A-STATS), etc.) used to supplement the test and evaluation of AegisWeapon Systems.
· Have a high level of technical competence in Navy ballistic missile defense and surface-to-air missile systems.
· Have a technical undergraduate or graduate degree in the field of engineering.
· Have at least 3 years experience in working with system engineering processes and intergrating multiple elements into one
overarching system.
Junior BMD Warfare Systems T&E Specialist (1 FTE, Huntsville, AL and Tidewater area, VA): In addition to theminimum requirements for all personnel, the personnel for this position must have:
· Previous qualification as Surface Warfare Officer or Enlisted Surface Warfare Specialist.
· Has been qualified as a Combat System Maintenance Manager, System Test Officer or Fire Control Officer onboard an Aegis
Ship.
· A combination of two (2) years operational experience and/or Navy T&E experience.
The Candidate must possess strong written and verbal skills.
Additional desirable skills for this candidate would include, but is not limited to:
· A working knowledge and technical understanding of US Navy models and simulations (e.g. MEDUSA/ACSIS/A-STATS,
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
10 of 47 FINAL
etc.) used to supplement the test and evaluation of Aegis Weapon Systems.
· A technical undergraduate or graduate degree in the field of engineering.
Aegis BMD Modeling & Simulation (M&S) Analyst (1 FTE, Tidewater Area, VA): In addition to the minimumrequirements for all personnel, the personnel for this position must have:
Previous qualification as Surface Warfare Officer or Enlisted Surface Warfare Specialist.
Experience in using M&S for Developmental Testing and/or Operational Testing to include Verification, Validation &Accreditation of models.
Additional desirable skills for this candidate would include, but is not limited to:
· In-depth experience and technical understanding of US Navy models and simulations to include MEDUSA, ACSIS,A-STATS, and FIRMTRACK used to supplement the test and evaluation of Aegis Weapon Systems.
· Possess recent (past 3 years), Navy specific OT&E and/or operational experience, and in-depth knowledge of Navy ballistic
missile defense and surface-to-air missile systems.
A technical undergraduate or graduate degree in the field of engineering.
Joint Forces BMD T&E Specialist (1 Persons, Tidewater Area, VA): In addition to the minimum requirements for allpersonnel, the personnel for this position must have:
· Operational experience working with Navy Link systems.
· Operational experience and qualification as an Interoperability Control Officer (ICO) or Joint ICO (JICO).
Additional desirable skills for this candidate would include, but is not limited to:
· Possess recent (past 3 years), Navy specific OT&E and/or operational experience, and have a high level of technicalcompetence in Navy ballistic missile defense and surface-to-air missile systems.
· Recent experience (past 3 years) working with AEGIS BMD link systems and an understanding of their interoperability withArmy and Air Force BMDS assets.
T&E Framework Analyst
Possess an Associate’s Degree
Possess U.S citizenship
Possess a SECRET clearance
Experience with Developmental (DT) or Operational Testing (OT)
Experience and familiarity with DOD Directive 5000.1 Defense Acquisition System, DOD Instruction 5000.2Operation of the Defense Acquisition System, SECNAVINST 5000.2D Implementation and Operation of the DefenseAcquisition System and the Joint Capabilities Integration and Development System and COTFINST 3980.1
Operational Test Directors Manual
Experience in developing test criteria and test documents in accordance with DoD standards
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
11 of 47 FINAL
Demonstrate familiarity with MS Office
A minimum security clearance of SECRET is required for personnel supporting this task.
All Personnel must be eligible for Top Secret. Any personnel proposed to work on this effort shall be eligible for necessary
clearances to immediately begin performance at the time of task award. See attached Contract Security Classification
Specification – DD Form 254 for more information.
REVISED STATEMENT OF WORK:
STATEMENT OF WORK
1.0 Scope of Tasking
Contractor will provide technical and analytical support to Commander, Operational Test and Evaluation Force(COMOPTEVFOR) in the definition, conduct and analysis of structured operational and integrated test and evaluation(IOT&E) of US Navy systems. This support will be required in one or more of the following forms: Documentation Review,Test Planning Support, Operational Test Design, Test Analysis and Reporting, Test Operations Support, and Modeling andSimulation Support.
a. Place of Performance.
Unless required to support mission accomplishment, work shall primarily be performed at the customer’s site. If the numberof personnel exceeds onsite capabilities, work will be expected to be performed offsite. The customer location is:
Commander, Operational Test and Evaluation Force
7970 Diven Street
Norfolk, VA 23505-1498
While onsite at COMOPTEVFOR, the contractor shall comply with COMOPTEVFORINST 5239 (series), with specificregard to non-government hardware and software.
b. Period of Performance. From 01/JUN/2013 to 29/SEP/2013 for current Option Year Three and 01/OCT/2013 to29/SEP2014 for Option Year Four. The changes/modifications will be reflected in BOLD letters within the body of thisStatement of Work.
c. Travel. Travel will be required throughout the course of this contract. The following locations are:
Location # of Trips # of days each Trip Total # of Days
Huntsville, AL 3 5 15Huntsville, AL 1 3 3
Colorado Springs, CO 2 29 58San Diego, CA 2 29 58Pearl Harbor, HI 2 29 58
2.0 Milestones (All dates are notional + or – 15 days. OTD will provide refined due no less than 30 days prior toactual due date):
Weekly: Flight Test Division telcon
Weekly: Evaluation Division telcon
Weekly: Assessment Division telcon
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
12 of 47 FINAL
Weekly: MDA/AB Ground Test telcon
Weekly: OTA Director telcon
Weekly: FTO-01 Planning telcon
Weekly: Contractor Tag-up telcon
Weekly: FTG-07 telcon
Weekly: IMTP CVTC
Weekly: OTA Staff telcon
Weekly: EEV-OTA M&S CVTC
Weekly: OTA Analysis CVTC
29May-03JUN: FTG-07 Test Event, Quick Look Brief (QLB), Mission Data Report (MDR)
26JUN: FTO-01 OTRR #2
14JUN: BMDS OTA OT&E Plan
31JUL: FTO-01 OTRR #3
01AUG-21SEP: FTO-01 Test Event, Quick Look Brief (QLB), Mission Data Report (MDR)
30SEP: M&S Accreditation Plan
3.0 Specific Tasking/Deliverables. The contractor(s) shall provide support in evaluating the operational effectiveness andsuitability of the Ballistic Missile Defense System (BMDS) TEIN 3000-313 during structured operational test & evaluation. This Statement of Work (SOW) delineates the Navy’s (COMOPTEVFOR) support to the Multi-Service Ballistic MissileDefense System Operational Test Agency Team (BMDS OTA Team). The primary organization for this support is theMissile Defense Agency and subordinate command BMDS OTA Team. This support encompasses the mission areas ofBallistic Missile Defense (BMD) and Air Warfare (AW). It also includes operations research, technical, and analytical supportfor: Test Planning and Execution, Data Collection, Detailed Independent Data Analysis, Report Preparation, DocumentReview and Feedback, Meeting Attendance, Navy Operational Expertise, and Technical Aegis Ballistic Missile Defense(ABMD) Subject Matter Expertise (SME).
Documentation Review (Associated CDRL: A001)a.
The contractor shall provide support, assistance, review, editing, and feedback for BMDS OTA Team documents,briefs, and products as needed. This support includes, but is not limited to:
- Subject Matter Expertise regarding LINK 16 messaging, Navy Operational TTPs and Aegis BMD system capabilities.
- Deliverables may take the form of draft comment letters, comment matrices, draft presentations, and
spreadsheets as required.
- Review and comment on program documents, briefs, test plans, test reports, test data, and Advanced Threatinformation, and M&S documentation from the perspective of manpower, technical accuracy and completeness, training andtest force structure, and operational test feasibility, and provide feedback.
- Review all applicable U.S. Navy, U.S. Air Force, and U.S. Army policy documents to include, but not limited tooperational/tactical doctrine, presentations, reports, and spreadsheets. Reviews support greater understanding of theacquisition, operational test feasibility, and to provide feedback for test planning.
- Attend document preparation meetings, synchronization meetings, and briefs via VTC/telcon/in person asrequired. Deliverable will be meeting minutes in a format designated by the OTD.
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
13 of 47 FINAL
Operational Test Design Development Associated CDRL: A004, A005)b.
The contractor shall provide professional, technical and administrative support to the OTA Team Test Designcell. The contractor shall perform document review and comment on program documentation, test concept sheets, and testplans for the conduct of subsequent test periods to include Integrated Testing (IT), Developmental/Operational Testing(DT/OT), and Operational Testing (OT). Deliverables include, but are not limited to:
- Subject Matter Expertise regarding Aegis BMD system and Theater/Regional BMD Operations.
- Review/input/comment on draft test plans(s) and scenario development for Ground Tests (GT) and Flight Tests(FT).
- Work with the BMDS OTA Team’s Operational Scenario Working group and MDA’s Joint Operational ScenarioWorking group to ensure that MDA’s Tests contain operationally realistic and cost effective scenarios.
- Assist in the development or modification of test documentation for the conduct of OT&E. Update, review, andprovide feedback regarding Fleet Blue Force Capabilities and Test Scenario Laydowns.
- Participate in the Technical Readiness Reviews (TRR) and Operational Test Readiness Reviews (OTRR).
- Review Fleet established Aegis BMD doctrine and applicable Tactics, Techniques, and Procedures (TTP).
- Determine data collection/reduction/reconstruction requirements (including hardware and software resources necessary for thecollection and analysis.
- Attend document preparation meetings, synchronization meetings, and briefs via VTC/telcon/in person asrequired. Deliverable will be meeting minutes in a format designated by the OTD.
TEMP Development (Associated CDRL: A003)c.
The Integrated Master Test Plan (IMTP) is the Missile Defense Agency’s TEMP-like document for scheduling and resourcingall BMD related testing. The IMTP is reviewed and revised twice yearly by stakeholders. IMTP contract support includes,but is not limited to:
- Subject Matter Expertise regarding Aegis BMD system and Theater/Regional BMD Operations.
- Review/input/comment on IMTP, Test Concept Sheets (TCS), schedule, and draft test plans(s), for Ground Tests(GT) and Flight Tests (FT).
- Deliverables may take the form of draft comment letters, comment matrices, draft presentations, andspreadsheets as required.
- Attend document preparation meetings, synchronization meetings, and briefs via VTC/telcon/in person asrequired. Deliverable will be meeting minutes in a format designated by the OTD.
Operational Test Planning (Associated CDRL: A002, A004, A005)d.
The contractor shall provide professional, technical and administrative support to the OTA Team Test Planning cell. The contractor shall perform document review and comment on program documentation and prepare inputs tothe OT&E Plan, test plans for the conduct of subsequent test periods to include Integrated Testing (IT),Developmental/Operational Testing (DT/OT), and Operational Testing (OT). Deliverables include, but are not limited to:
- Subject Matter Expertise regarding Aegis BMD system and Theater/Regional BMD Operations.
- Inputs to draft test plans(s), briefs, and scenario development.
- Work with the BMDS OTA Team’s Operational Scenario Working group and MDA’s Joint Operational ScenarioWorking group to ensure that MDA’s Tests contain operationally realistic and cost effective scenarios.
- Assist in the development or modification of test documentation for the conduct of OT&E. Update, review, andprovide feedback regarding Fleet Blue Force Capabilities and Test Scenario Laydowns.
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
14 of 47 FINAL
- Participate in the Operational Test Readiness Reviews (OTRR).
- Review Fleet established Aegis BMD doctrine and applicable Tactics, Techniques, and Procedures (TTP).
- Determine data collection/reduction/reconstruction requirements (including hardware and software resources necessary for thecollection and analysis.
- Conduct background research and provide analytical support and recommendations for the development of data collectionplans for testing the operational effectiveness and suitability.
- Determine data reduction/reconstruction requirements (including hardware and software resources necessary for the collectionand storage); identify facilities which can provide this processing; and prepare appropriate documentation to support therequired service(s).
- Attend document preparation meetings, planning meetings, and briefs via VTC/telcon/in person as required. Deliverable will be meeting minutes in a format designated by the OTD.
Operational Test Execution(Associated CDRL: A005)e.
The contractor shall provide support of BMD Ground Test and Flight Test operations. This supportwill include:
- Observe demonstrations/test events as appropriate with the BMDS OTA Team.
- Subject Matter Expertise on Navy Operational TTPs and Aegis BMD system capabilities.
- Provide technical assistance to the Technical Lead at the test site during testing, including participation in SMEdesign reviews, test event observations, and test results/analysis review.
- Brief test personnel prior to OT&E events as arranged with the BMDS OTA Team emphasizing the objectives ofthe test event and specific data-gathering requirements for each participant.
- Provide participating units or organizations with surveys/data sheets/instructions as required to direct actions forOT.
- Adapt to changing test conditions and keep OTD/BMDS OTA Team informed.
- Debrief test personnel after each test event as arranged with the BMDS OTA Team.
- Provide support in conducting liaison with model proponents, Verification and Validation (V&V) agents, developing agencies, Navy laboratories, service Cryptologic Agencies, Navy operational commands, other U.S.Government agencies, and hardware/software contractors to ensure that Modeling and Simulation (M&S) OT&Erequirements are adequately addressed to permit timely and effective accreditation of M&S in support of OT&E.
- Coordinate test event data recording and the summation of test observables with qualitative assessment.
- Review and record active BMD doctrine, search sectors, and system set-up.
- Throughout the test, track and monitor the amount of data captured and compare with the data required toaddress test objectives, measure actual test progress versus planned test progress, and monitor actual resourcesexpended versus planned resources expended.
- Review data collected for completeness. Conduct additional operator inquiries/data collection post-test as needed.
- Throughout the test, track and monitor the amount of data captured and compare with the data required toaddress test objectives, measure actual test progress versus planned test progress, and monitor actual resourcesexpended versus planned resources expended.
- Immediately advise the BMDS OTA Team of any gaps or data collection problems that could prevent achievement ofOT&E objectives.
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
15 of 47 FINAL
Operational Test Data Analysis (Associated CDRL: A005 )f.
The contractor shall provide expertise, assistance, and detailed data analysis following Ground/Flight Testevents. This support will include:
- Subject Matter Expertise on LINK 16 messaging, Navy Operational TTPs and Aegis BMD system capabilities.
- Oversee the actual collection of data, review the data to ensure it is complete and free of corruption, and perform analysis on the data.
- Analyze quantitative and qualitative test data using appropriate analysis techniques.
- Correlate data using appropriate statistical techniques to analyze system's operational effectiveness andoperational suitability tests during test operations.
- Facilitate BMDS OTA Team Requests For Information (RFI) or Aegis BMD element-level data requests withMDA/AB and/or the MDA/AB Joint Analysis Team (JAT). Integrate as needed with the MDA/AB JAT to resolvedata analysis questions or Fleet data requests.
- Prepare appropriate data tables, graphs, observations and charts for inclusion into the Quick Look Briefs (QLB)and/or Mission Data Report (MDR).
Operational Test Reporting (Associated CDRL: A006)g.
The contractor shall provide analysis and technical support, assistance, review, and feedback on all BMDS OTATeam test reports and products. This support includes:
- Subject Matter Expertise on LINK 16 messaging, Navy Operational TTPs and Aegis BMD system capabilities.
- At the completion of OT, analyze and summarize assigned test data, capture results and deficiencies, assist theBMDS OTA Team to determine deficiency levels, establish Critical Operational Issues (COI) resolution, makeconclusions regarding operational effectiveness and suitability, make recommendations, and make inputs to adraft report while remaining in continuous consultation with the BMDS OTA Team.
- Deliverables include, but are not limited to, inputs into QLBs, MDRs, and the BMDS OTA Team’s OperationalAssessment Report developed at the end of every calendar year, or as determined by operational requirements, and ascoordinated with the OTD.
- Be available to the BMDS OTA Team during review of the draft report and confer (if needed) regarding questions,comments, or revisions.
Administrative Support (Associated CDRL: A007, A008, A009)h.
The contractor will provide support, assistance, and presence for BMDS OTA meetings. This support includes:
- Subject Matter Expertise regarding LINK 16 messaging, Navy Operational TTPs and Aegis BMD system capabilities.
- Participation in weekly, and as needed, BMDS OTA Team telcons and VTCs to include, but not limited to,Ground Test Division, Flight Test Division, Integration Division, Modeling & Simulation, Data Analysis, ReportPreparation, and Test Planning.
- Provide to the OTD a Weekly Activity Report (WAR) as a summary of all meetings attended, telcons, VTCs, and tripreports. Include future travel and test requirements.
- Provide support in conducting liaison with developing agencies, Navy laboratories, Navy OperationalCommands, other U.S. Government agencies, and hardware/software contractors to ensure that OT&Erequirements are adequately addressed to permit timely and effective testing.
4.0 Deliverables.
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
16 of 47 FINAL
a. CDRL A001 Documentation Review
Review program documentation, including but not limited to: Required Operational Capability(ROC)/Predicted Operational Environment (POE), Concept of Operations (CONOPS), OperationalRequirements Documents (ORD), Test and Evaluation Master Plan (TEMP), Initial CapabilitiesDocument (ICD), Capability Development Document (CDD), and Capability Production Document(CPD), Navy System Training Plan, manning documents, Program Acquisition Logistics Support Plan(ALSP), training manuals, and operator and maintenance manuals, and provide comments.
b. CDRL A002 Test Planning and Project Operations Support
1. Assist in the development of critical operational issues (COI) integrated evaluation framework(IEF) for operational testing (OT), developmental testing (DT) assists, early operational assessments(EOA), operational assessments (OA), joint concept technology demonstrations (JCTD), observation ofoperational capabilities (OOC), independent operational test and evaluation (IOT&E), and follow-on testand evaluations (FOT&E), and compile data necessary to draft the tests (both integrated andoperational).
2. Conduct background research and provide analytical support and recommendations for thedevelopment of data collection plans for testing the operational effectiveness and suitability.
3. Draft TEMP comments and TEMP Part III and applicable portions of Part IV.
4. Devise test matrices and procedures to satisfy COMOPTEVFOR testing objectives.
5. Determine data reduction/reconstruction requirements (including hardware and software resourcesnecessary for the collection and storage); identify facilities which can provide this processing; andprepare appropriate documentation to support the required service(s).
c. CDRL A003 TEMP Development Support
1. Draft TEMP comments and TEMP Part III and applicable portions of Part IV.
2. During the TEMP review process, the contractor should ensure the minimum acceptableoperational performance requirements (older programs) or MOE/MOS (newer programs) from theapproved ORD/ICD/CDD/CPD are incorporated.
3. Provide input to all parts of the TEMP (in working sessions, through comment letters, etc.)derived from familiarity with other program documentation (MNS, ORD, ICD/CDD/CPD, InformationAssurance (IA) strategy, ONI Capstone TA, etc.) and close coordination with the DA, particularly duringprogram changes.
d. CDRL A004 Draft Test Plan Input
Draft Test Plan deliverable in COMOPTEVFOR format to be submitted within fourteen working daysafter receipt of designated documents from Government (Unless otherwise agreed upon with the OTD
e. CDRL A005, M&S Accreditation Documentation
1. Provide support in conducting liaison with model proponents, V&V agents, developing agencies,
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
17 of 47 FINAL
Navy laboratories, service Cryptologic Agencies, Navy operational commands, other U.S. Governmentagencies, and hardware/software contractors to ensure that M&S IOT&E requirements are adequatelyaddressed to permit timely and effective accreditation of M&S in support of IOT&E.
2. Provide support in maintaining an M&S database which consists of the version and accreditationstatus of all M&S used in IOT&E.
3. Within 10 working days after receipt of applicable background documentation associated withM&S accreditation, unless otherwise agreed upon in advance with the OTD
f. CDRL A006, Final Report
Draft deliverable in COMOPTEVFOR format to be submitted within fifteen working days aftercompletion of test event unless otherwise agreed upon in advance with the OTD.
g. CDRL A007, Trip/Technical Report
1. Contractor format acceptable. The contractor shall prepare a trip report detailing key informationissued at the program meeting attended within five (5) working days after returning from the meeting.
2. Electronic versions are preferred and are to be submitted in MS Office-compatible media;contractor format of contents acceptable.
h. CDRL A008, Monthly Progress and Status Report
Contractor format acceptable. The contractor shall prepare a progress, performance and fundsexpenditure report within 5 working days after completion of the reporting period starting one monthafter contract award, unless otherwise agreed upon with the OTD.
i. CDRL A009, Annual Summary Report
Contractor format acceptable. The contractor shall prepare a progress, performance and fundsexpenditure report within 30 days after the base year or option year ends.
5.0 Required Personnel Qualifications. Personnel provided under this order are critical to the missionof the Department of the Navy. As such, personnel may only perform on this task after a resume hasbeen submitted and approved by the Government. Any replacement personnel proposed after award ofthis order must be at least as qualified as the personnel whose resume(s) were included in the proposalupon which award of the order was based.
a. Within the last 2 years (unless stated otherwise), all personnel shall:
1. Demonstrate experience with Developmental Testing (DT), Integrated Testing (IT), OperationalTesting and Evaluation (OT&E), and/or Follow-on Test and Evaluation (FOT&E).
2. Demonstrate experience relevant to the Subsurface, Aviation, C4ISR, Surface and ExpeditionaryWarfare areas to support test and evaluation assigned projects.
3. Demonstrate familiarity with the applicable T&E references.
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
18 of 47 FINAL
4. Demonstrate experience in developing test criteria and Test and Evaluation Master Plans per DoDstandards.
5. Demonstrate ability to apply analytical methodologies to evaluate the operational effectiveness andsuitability of combat systems, weapon systems, and combat support systems.
6. Possess U.S. citizenship.
7. Be eligible for a Secret security clearance.
8. Demonstrate familiarity with MS-Office software.
9. Possess strong written and verbal skills.
10. Possess at least three years of operational experience with Navy Ballistic Missile Defense and/orSurface-to-Air Missile systems.
6.0 Desired Personnel Qualifications. It is anticipated that at least one additional person will berequired to execute the increased level of effort reflected in this SOW.
a. Therefore, in addition to the minimum qualifications as stated in the contract, thefollowing experience is desired by the additional candidate:
1. The resume relating to this position must have a combination of two (2) years operationalexperience and/or Navy T&E experience
2. Previous qualification as Surface Warfare Officer or Enlisted Surface Warfare Specialist.
3. Experience in using M&S for Developmental Testing and/or Operational Testing toinclude
Verification, Validation & Accreditation of models.
4. Fleet Operational experience as a Combat System Maintenance Manager, System TestOfficer or Fire Control Officer onboard an Aegis Ship.
5. Possess recent (in the past year) experience using and a technical understanding of USNavy models and simulations (e.g. MEDUSA/ACSIS/A-STATS/NGS, etc.) used to supplement thetest and evaluation of the Aegis Weapon System.
6. Possess an advanced degree in an Engineering/Science field, OR, an undergraduate degreewith Defense Acquisition Workforce Improvement Act (DAWIA) (any level) certification in Testand Evaluation.
7.0 Security Clearance
Required. A minimum security clearance of SECRET is required for personnel supporting this task. Anypersonnel proposed to work on this effort shall be eligible for necessary clearances to immediately beginperformance at the time of task award.
6. Security Clearance.
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
19 of 47 FINAL
SECTION D PACKAGING AND MARKING
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
20 of 47 FINAL
SECTION E INSPECTION AND ACCEPTANCE
CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY
4000 Government Government Government Government
4001 Government Government Government Government
4002 Government Government Government Government
4003 Government Government Government Government
4004 Government Government Government Government
6000 Government Government Government Government
6001 Government Government Government Government
6002 Government Government Government Government
6003 Government Government Government Government
6004 Government Government Government Government
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
21 of 47 FINAL
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
4000 9/30/2009 - 9/29/2010
4001 9/30/2010 - 9/29/2011
4002 9/30/2011 - 9/29/2012
4003 9/30/2012 - 9/29/2013
4004 9/30/2013 - 9/29/2014
6000 9/30/2009 - 9/29/2010
6001 9/30/2010 - 9/29/2011
6002 9/30/2011 - 9/29/2012
6003 9/30/2012 - 9/29/2013
6004 9/30/2013 - 9/29/2014
6005 7/7/2010 - 7/8/2010
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following firm items are from date of task order award through 12 months
thereafter, estimated at:
4000 9/30/2009 - 9/29/2010
6000 9/30/2009 - 9/29/2010
4001 9/30/2010 - 9/29/2011
6001 9/30/2010 - 9/29/2011
The period of performance for the following option items are from date of option exercise through 12 months
thereafter, estimated at:
4002 9/30/2011 - 9/29/2012
4003 9/30/2012 - 9/29/2013
4004 9/30/2013 - 9/29/2014
6002 9/30/2011 - 9/29/2012
6003 9/30/2012 - 9/29/2013
6004 9/30/2013 - 9/29/2014
Services to be performed hereunder will be provided at:
Unless required to support mission accomplishment, work shall primarily be performed at the contractor's site.
Contractor facilities shall be within one hour driving distance from COMOPTEVFOR, 7970 Diven Street, Norfolk,VA; or
the MDA Facility at 106 Wynn Drive, Huntsville, AL.
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
22 of 47 FINAL
SECTION G CONTRACT ADMINISTRATION DATA
SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008)
(a) Invoices for goods received or services rendered under this contract shall be submitted electronically throughWide Area Work Flow -- Receipt and Acceptance (WAWF):
(1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shallself-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet athttp://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line:1-800-559-WAWF (9293).
(2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521.
(3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receivingreports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Officeproduct are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachmentsare allowed.
(b) The following information, regarding invoice routing DODAAC’s, must be entered for completion of the invoicein WAWF:
Routing Table
WAWF Invoice Type 2-in-1
Contract Number N00178-05-D-4207
Delivery Order Number FK03
Issuing Office DODAAC N00189
Admin Office DODAAC N00189
Inspector DODAAC (usuallyonly used when Inspector &Acceptor are different people)
N57023
Ship To DoDAAC (for Combo),
Service Acceptor DODAAC (for2 in 1),Service ApproverDODAAC (Cost Voucher)
N57023
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
23 of 47 FINAL
Acceptance At Other N/A
Local Processing Office (Certifier) N57023
DCAA Office DODAAC (Usedon Cost Voucher’s only)
N/A
Paying Office DODAAC HQ0251
Acceptor/COR Email Address [email protected]
(c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submitdirectly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation thatsupports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy ofthe invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contactidentified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as anattachment it must be provided as a .PDF, Microsoft Office product or other mutually agreed upon form between theContracting Officer and vendor.
(d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addressesfor the WAWF automated invoice notification to the following points of contact:
Name Email Phone Role
Tim Burrows [email protected] 757-282-5546
ext 3136 TOM
CONTRACT ADMINISTRATION APPOINTMENTS AND DUTIES (5252.NS-0002T)
In order to expedite administration of this contract/order, the following delineation of duties is provided includingthe
names, addresses and phone numbers for each individual or office as specified. The individual/position designated
as having responsibility should be contacted for any questions, clarifications or information regarding the functions
assigned.
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
24 of 47 FINAL
1. PROCURING CONTRACTING OFFICER (PCO) is responsible for:
a. All pre-award information, questions, or data;
b. Freedom of Information inquiries;
c. Change/question/information regarding the scope, terms or conditions of the basic contract document; and/or
d. Arranging the post award conference (See FAR 42.503).
Name: Jill-Joscelyn-Smith
Address: Fleet Logistics Center, Norfolk
1968 Gilbert Street, Suite 600
Norfolk, VA 23511-3392
Phone: 757-443-12192. CONTRACT ADMINISTRATION OFFICE (CAO) is responsible for matters specified in FAR 42.302 andDFARS
242.302 except in those areas otherwise designated herein.
Is changed FROM:
Name: E. ADAMS
Address: NAVSUP Fleet Logistics Center Norfolk
1968 Gilbert Street, Suite 600
Norfolk, VA 23511-3392
Phone: 757-443-1256
TO:
Name: CHARLES LOSS
Address: NAVSUP Fleet Logistics Center Norfolk
1968 Gilbert Street, Suite 600
Norfolk, VA 23511-3392
Phone: 757-443-1343
3. DEFENSE CONTRACT AUDIT AGENCY (DCAA) is responsible for audit verification/provisional approval of
invoices and final audit of the contract prior to final payment to the contractor.
Name: N/A
4. PAYING OFFICE is responsible for payment of proper invoices after acceptance is documented.
Name: DFAS Columbus
Address: PO Box 369021 Columbus, OH 43213
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
25 of 47 FINAL
Phone: 800-756-4571
5. TASK ORDER MANAGER (TOM) is responsible for:
a. Liaison with personnel at the Government installation and the contractor personnel on site;
b. Technical advice/recommendations/clarification on the statement of work;
c. The statement of work for delivery/task orders placed under this contract.
d. An independent government estimate of the effort described in the definitized statement of work;
e. Quality assurance of services performed and acceptance of the services or deliverables;
f. Government furnished property;
g. Security requirements on Government installation;
h. Providing the PCO or his designated Ordering Officer with appropriate funds for issuance of the Delivery/Task
order; and/or
i. Certification of invoice for payment.
NOTE: When, in the opinion of the Contractor, the TOM requests effort outside the existing scope of the contract(or
delivery/task order), the Contractor shall promptly notify the Contracting Officer (or Ordering Officer) in writing. No
action shall be taken by the contractor under such direction until the Contracting Officer has issued a modification to
the contract or, in the case of a delivery/task order, until the Ordering Officer has issued a modification of the
delivery/task order; or until the issue has otherwise been resolved. THE TOM IS NOT AN ADMINISTRATIVE
CONTRACTING OFFICER AND DOES NOT HAVE THE AUTHORITY TO DIRECT THEACCOMPLISHMENT OF
EFFORT WHICH IS BEYOND THE SCOPE OF THE STATEMENT OF WORK IN THE CONTRACT
ORDELIVERY/TASK ORDER.
TOM Name:
Mr. Timothy Burrows
7970 Diven St
Norfolk, VA 23505
757-282-5546 Ext 3136
In the event that the TOM named above is absent due to leave, illness, or official business, all responsibilities and
functions assigned to the TOM be the responsibility of the alternate TOM listed below:
ATOM Name: N/A
Address: -------------------------------------------
Phone: -------------------------------------------
6. TECHNICAL ASSISTANT, if assigned by the requiring activity, is responsible for providing technical
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
26 of 47 FINAL
assistance
and support to the TOM in contract administration by:
a. Identifying contractor deficiencies to the TOM;
b. Reviewing contract/delivery/task order deliverables and recommending acceptance/rejection of deliverables;
c. Identifying contractor noncompliance of reporting requirements;
d. Evaluating contractor proposals for specific contracts/orders and identifying areas of concern affecting
negotiations;
e. Providing TOM with timely input regarding the SOW, technical direction to the contractor and recommending
f. Reviewing contractor reports providing recommendations for acceptance/rejection;
g. Reviewing invoices for appropriateness of costs and providing recommendations to facilitate certification of the
invoice; corrective actions; and
h. Providing written reports to the TOM as required concerning trips, meetings or conversations with the contractor.
Name: N/A
Address: ------------------------------------------------
Phone: ------------------------------------------------
7. ORDERING OFFICER is responsible for:
a. Requesting, obtaining, and evaluating proposals for orders to be issued;
b. Determining the estimated cost of the order is fair and reasonable for the effort proposed;
c. Obligating the funds by issuance of the delivery/task order;
d. Authorization for use of overtime;
e. Authorization to begin performance; and/or
f. Monitoring of total cost of delivery/task orders issued.
The following limitations/restrictions are placed on the Ordering Officer:
a. Type of order issued is limited by this contract to ------------------- pricing arrangements;
b. No order shall be placed in excess of $------------------ without the prior approval of the PCO; and/or
c. No order shall be placed with delivery requirements in excess of ------------------------.
Name: N/A
Address: -------------------------------------------------
Phone: -------------------------------------------------
(End of text)
Accounting Data
SLINID PR Number Amount
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
27 of 47 FINAL
-------- ---------------------- ---------------------4000 N5702309RC00093 702067.97 LLA : AA 21 9 2040 0000 9 4C 4020 665716.30200 255X 40D100 MIPR9KDAVED285 9E0DBY S18001 Standard Number: MIPR9KDAVED285 6000 N5702309RC00093 55227.20 LLA : AA 21 9 2040 0000 9 4C 4020 665716.30200 255X 40D100 MIPR9KDAVED285 9E0DBY S18001 Standard Number: MIPR9KDAVED285 BASE Funding 757295.17 Cumulative Funding 757295.17 MOD 01 Funding 0.00 Cumulative Funding 757295.17 MOD 02 Funding 0.00 Cumulative Funding 757295.17 MOD 03 6000 N5702309RC00093 10000.00 LLA : AB 21 0 2040 0000 0 4C 4020 665716.30200 255X 40D100 MIPR0JDAVED266 0E0D51 Standard Number: MIPR0JDAVED266 MOD 03 Funding 10000.00 Cumulative Funding 767295.17 MOD 04 400101 MIPR0MDAVED309 70000.00 LLA : AC 21 0 2040 0000 0 4C 4020 665716.30200 255X 40D100 MIPR0MDAVED309 0E0D51 Standard Number: N5702309RC00093 INCREMENTAL FUNDING 600101 MIPR0MDAVED309 10000.00 LLA : AC 21 0 2040 0000 0 4C 4020 665716.30200 255X 40D100 MIPR0MDAVED309 0E0D51 Standard Number: N5702309RC00093 INCREMENTAL FUNDING MOD 04 Funding 80000.00 Cumulative Funding 847295.17 MOD 05 400102 N5702309RC00093 150000.00 LLA : AD 21 1 2040 0000 1 4C 4020 66571630200 255X 40D100 MIPR1BDAVED042 1E0D25 Standard Number: MIPR1BDAVED042 600102 N5702309RC00093 10000.00 LLA : AD 21 1 2040 0000 1 4C 4020 66571630200 255X 40D100 MIPR1BDAVED042 1E0D25 Standard Number: MIPR1BDAVED042 MOD 05 Funding 160000.00 Cumulative Funding 1007295.17 MOD 06 Funding 0.00 Cumulative Funding 1007295.17 MOD 07 400103 N5702309RC00093 265000.00
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
28 of 47 FINAL
LLA : AH 2112040 0000 1 4C 4020 66571630200 255X 40D100 MIPR1DDAVED082 1E0D65 S18001 Standard Number: MIPR1DDAVED082 INCREMENTAL FUNDING 600103 N5702309RC00093 35000.00 LLA : AH 2112040 0000 1 4C 4020 66571630200 255X 40D100 MIPR1DDAVED082 1E0D65 S18001 Standard Number: MIPR1DDAVED082 INCREMENTAL FUNDING MOD 07 Funding 300000.00 Cumulative Funding 1307295.17 MOD 08 400104 MIPR1GDAVES147 238120.39 LLA : AJ 21 1 2040 000 1 4C 4020 66571630200 255X 40D100 MIPR1GDAVES147 1EODEL S18001 Standard Number: N5702309RC00093 INCREMENTAL FUNDING 600104 MIPR1GDAVES147 227.20 LLA : AJ 21 1 2040 000 1 4C 4020 66571630200 255X 40D100 MIPR1GDAVES147 1EODEL S18001 Standard Number: N5702309RC00093 INCREMENTAL FUNDING MOD 08 Funding 238347.59 Cumulative Funding 1545642.76 MOD 09 400105 MIPR1GDAVES147 84999.99 LLA : AJ 21 1 2040 000 1 4C 4020 66571630200 255X 40D100 MIPR1GDAVES147 1EODEL S18001 Standard Number: N5702309RC00093 600105 MIPR1GDAVES147 6000.00 LLA : AJ 21 1 2040 000 1 4C 4020 66571630200 255X 40D100 MIPR1GDAVES147 1EODEL S18001 Standard Number: N5702309RC00093 MOD 09 Funding 90999.99 Cumulative Funding 1636642.75 MOD 10 600106 MIPR1GDAVES147 12000.00 LLA : AJ 21 1 2040 000 1 4C 4020 66571630200 255X 40D100 MIPR1GDAVES147 1EODEL S18001 Standard Number: N5702309RC00093 MOD 10 Funding 12000.00 Cumulative Funding 1648642.75 MOD 11 400201 MIPR1GDAVES147 AMD 4 75000.00 LLA : AJ 21 1 2040 000 1 4C 4020 66571630200 255X 40D100 MIPR1GDAVES147 1EODEL S18001 600201 MIPR1GDAVES147 AMD 5 8500.00 LLA : AJ 21 1 2040 000 1 4C 4020 66571630200 255X 40D100 MIPR1GDAVES147 1EODEL S18001 MOD 11 Funding 83500.00
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
29 of 47 FINAL
Cumulative Funding 1732142.75 MOD 12 400202 MIPR2ADAVED012 75000.00 LLA : AK 21 2 2040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2ADAVED012 2E0D16 S18001 600202 MIPR2ADAVED012 12000.00 LLA : AK 21 2 2040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2ADAVED012 2E0D16 S18001 MOD 12 Funding 87000.00 Cumulative Funding 1819142.75 MOD 13 400203 62000.00 LLA : AK 21 2 2040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2ADAVED012 2E0D16 S18001 INCREMENTAL FUNDING FOR DEC 600203 13000.00 LLA : AK 21 2 2040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2ADAVED012 2E0D16 S18001 INCREMENTAL FUNDING FOR DEC MOD 13 Funding 75000.00 Cumulative Funding 1894142.75 MOD 14 400204 MIPR2CDAVED035 75000.00 LLA : AL 21 2 2040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2CDAVED035 2E0D46 S18001 INCREMENTAL FUNDING JAN 2012 MOD 14 Funding 75000.00 Cumulative Funding 1969142.75 MOD 15 Funding 0.00 Cumulative Funding 1969142.75 MOD 16 400205 MIPR2CDAVED035 60000.00 LLA : AL 21 2 2040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2CDAVED035 2E0D46 S18001 MOD 16 Funding 60000.00 Cumulative Funding 2029142.75 MOD 17 400204 MIPR2CDAVED035 (75000.00) LLA : AL 21 2 2040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2CDAVED035 2E0D46 S18001 INCREMENTAL FUNDING JAN 2012 400205 MIPR2CDAVED035 (60000.00) LLA : AL 21 2 2040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2CDAVED035 2E0D46 S18001 400206 MIPR2EDAVED073 707313.01 LLA : AM 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2EDAVED073 2EOD80 S18001 600204 MIPR2EDAVED073 27686.99
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
30 of 47 FINAL
LLA : AM 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2EDAVED073 2EOD80 S18001 MOD 17 Funding 600000.00 Cumulative Funding 2629142.75 MOD 18 600205 MIPR2EDAVED073 40000.00 LLA : AN 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2EDAVED073 2EOD80 S18001 MOD 18 Funding 40000.00 Cumulative Funding 2669142.75 MOD 19 Funding 0.00 Cumulative Funding 2669142.75 MOD 20 400206 MIPR2EDAVED073 (41040.00) LLA : AM 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2EDAVED073 2E0D80 S18001 600205 MIPR2EDAVED073 (23140.00) LLA : AN 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2EDAVED073 2E0D80 S18001 MOD 20 Funding -64180.00 Cumulative Funding 2604962.75 MOD 21 400301 MIPR2LDAVED169 70000.00 LLA : AP 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2LDAVED169 2E0D80 S18001 MOD 21 Funding 70000.00 Cumulative Funding 2674962.75 MOD 22 Funding 0.00 Cumulative Funding 2674962.75 MOD 23 400302 MIPR2LDAVED169 10000.00 LLA : AP 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2LDAVED169 2E0D80 S18001 600302 MIPR2LDAVED169 13000.00 LLA : AP 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2LDAVED169 2E0D80 S18001 MOD 23 Funding 23000.00 Cumulative Funding 2697962.75 MOD 24 600301 MIPR2LDAVED169 (10000.00) LLA : AP 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2LDAVED169 2E0D80 S18001 600303 MIPR2LDAVED169 10000.00 LLA : AP 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2LDAVED169 2E0D80 S18001
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
31 of 47 FINAL
MOD 24 Funding 0.00 Cumulative Funding 2697962.75 MOD 25 400303 MIPR2LDAVED169 81000.00 LLA : AP 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2LDAVED169 2E0D80 S18001 600304 MIPR2LDAVED169 38000.00 LLA : AP 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2LDAVED169 2E0D80 S18001 MOD 25 Funding 119000.00 Cumulative Funding 2816962.75 MOD 26 400304 MIPR2LDAVED169 85000.00 LLA : AP 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2LDAVED169 2E0D80 S18001 MOD 26 Funding 85000.00 Cumulative Funding 2901962.75 MOD 27 400305 HQ0147322821 273000.00 LLA : AQ 97 201320140400D 2520 YF SPY04_FY13-A0-00-FY1314-710000-255-HQ0147322821 04-000-406 03914C00 044411 MOD 27 Funding 273000.00 Cumulative Funding 3174962.75 MOD 28 400305 HQ0147322821 (33000.00) LLA : AQ 97 201320140400D 2520 YF SPY04_FY13-A0-00-FY1314-710000-255-HQ0147322821 04-000-406 03914C00 044411 600305 HQ0147322821 33000.00 LLA : AQ 97 201320140400D 2520 YF SPY04_FY13-A0-00-FY1314-710000-255-HQ0147322821 04-000-406 03914C00 044411 MOD 28 Funding 0.00 Cumulative Funding 3174962.75 MOD 29 400306 HQ0147322821 90000.00 LLA : AQ 97 201320140400D 2520 YF SPY04_FY13-A0-00-FY1314-710000-255-HQ0147322821 04-000-406 03914C00 044411 600306 HQ0147322821 10000.00 LLA : AQ 97 201320140400D 2520 YF SPY04_FY13-A0-00-FY1314-710000-255-HQ0147322821 04-000-406 03914C00 044411 MOD 29 Funding 100000.00 Cumulative Funding 3274962.75 MOD 30
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
32 of 47 FINAL
400307 HQ0147322821 140000.00 LLA : AQ 97 201320140400D 2520 YF SPY04_FY13-A0-00-FY1314-710000-255-HQ0147322821 04-000-406 03914C00 044411 Standard Number: HQ0147322821 600307 HQ0147322821 5000.00 LLA : AQ 97 201320140400D 2520 YF SPY04_FY13-A0-00-FY1314-710000-255-HQ0147322821 04-000-406 03914C00 044411 Standard Number: HQ0147322821 MOD 30 Funding 145000.00 Cumulative Funding 3419962.75 MOD 31 4000 N5702309RC00093 (1005.91) LLA : AA 21 9 2040 0000 9 4C 4020 665716.30200 255X 40D100 MIPR9KDAVED285 9E0DBY S18001 Standard Number: MIPR9KDAVED285 6000 N5702309RC00093 (11103.85) LLA : AB 21 0 2040 0000 0 4C 4020 665716.30200 255X 40D100 MIPR0JDAVED266 0E0D51 Standard Number: MIPR0JDAVED266 600106 MIPR1GDAVES147 (670.80) LLA : AJ 21 1 2040 000 1 4C 4020 66571630200 255X 40D100 MIPR1GDAVES147 1EODEL S18001 Standard Number: N5702309RC00093 600205 MIPR2EDAVED073 (263.13) LLA : AN 2122040 0000 2 41 4020 66571630200 255Y 40D100 MIPR2EDAVED073 2E0D80 S18001 MOD 31 Funding -13043.69 Cumulative Funding 3406919.06 MOD 32 400308 HQ0147322821 230838.97 LLA : AQ 97 201320140400D 2520 YF SPY04_FY13-A0-00-FY1314-710000-255-HQ0147322821 04-000-406 03914C00 044411 600308 HQ0147322821 52700.24 LLA : AQ 97 201320140400D 2520 YF SPY04_FY13-A0-00-FY1314-710000-255-HQ0147322821 04-000-406 03914C00 044411 MOD 32 Funding 283539.21 Cumulative Funding 3690458.27 MOD 33 Funding 0.00 Cumulative Funding 3690458.27 MOD 34 Funding 0.00 Cumulative Funding 3690458.27 MOD 35 400401 HQ0147322821 80000.00 LLA : AQ 97 201320140400D 2520 YF SPY04_FY13-A0-00-FY1314-710000-255-HQ0147322821 04-000-406 03914C00 044411 Standard Number: HQ0147322821 600401 HQ0147322821 10000.00
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
33 of 47 FINAL
LLA : AQ 97 201320140400D 2520 YF SPY04_FY13-A0-00-FY1314-710000-255-HQ0147322821 04-000-406 03914C00 044411 Standard Number: HQ0147322821 MOD 35 Funding 90000.00 Cumulative Funding 3780458.27 MOD 36 400402 HQ0147430145 203000.00 LLA : AR 97 201420150400D 2520 YF ST04P_FY14-DT-00-FY1415-71DT-255-HQ0147430145 04-000-40603 914C00 044411 Standard Number: HQ0147430145 MOD 36 Funding 203000.00 Cumulative Funding 3983458.27 MOD 37 400402 HQ0147430145 (203000.00) LLA : AR 97 201420150400D 2520 YF ST04P_FY14-DT-00-FY1415-71DT-255-HQ0147430145 04-000-40603 914C00 044411 Standard Number: HQ0147430145 400403 HQ0147431462 203000.00 LLA : AR 97 201420150400D 2520 YF ST04P_FY14-DT-A0-FY1415-71DT-255-HQ0147431462 04-000-40603 914C00 044411 Standard Number: HQ0147431462 600402 HQ0147431462 22000.00 LLA : AR 97 201420150400D 2520 YF ST04P_FY14-DT-A0-FY1415-71DT-255-HQ0147431462 04-000-40603 914C00 044411 Standard Number: HQ0147431462 MOD 37 Funding 22000.00 Cumulative Funding 4005458.27 MOD 38 Funding 0.00 Cumulative Funding 4005458.27
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
34 of 47 FINAL
SECTION H SPECIAL CONTRACT REQUIREMENTS
ORGANIZATIONAL CONFLICT OF INTEREST:
(a) Purpose. This clause seeks to ensure that the contractor (1) does not obtain an unfair competitive advantage over
other parties by virtue of its performance of this contract, and (2) is not biased because of its current or planned
interests (financial, contractual, organizational or otherwise) that relate to the work under this contract. (b) Scope. The restrictions described herein shall apply to performance or participation by the contractor (as definedin
paragraph (d)(7)) in the activities covered by this clause. (1) The restrictions set forth in paragraph (e) apply to supplies, services, and other performance rendered with respectto
the suppliers and/or equipment subject to this contract. The contract will specify to which suppliers and/orequipment
subparagraph (f) restrictions apply. (2) The financial, contractual, organizational and other interests of contractor personnel performing work under this
contract shall be deemed to be the interests of the contractor for the purposes of determining the existence of an
Organizational Conflict of Interest. Any subcontractor that performs any work relative to this contract shall besubject to
this clause. The contractor agrees to place in each subcontract affected by these provisions the necessary language
contained in this clause. (c) Waiver. Any request for waiver of the provisions of this clause shall be submitted in writing to the Procuring
Contracting Officer. The request for waiver shall set forth all relevant factors including proposed contractualsafeguards
or job procedures to mitigate conflicting roles that might produce an Organizational Conflict of Interest. No waivershall
be granted by the Government with respect to prohibitions pursuant to access to proprietary data. (d) Definitions. For purposes of application of this clause only, the following definitions are applicable: (1) “System” includes system, major component, subassembly or subsystem, project, or item. (2) “Nondevelopmental items” as defined in FAR 2.101. (3) “Systems Engineering” (SE) includes, but is not limited to, the activities in FAR 9.505-1(b). (4) “Technical direction” (TD) includes, but is not limited to, the activities in FAR 9.505-1(b). (5) “Advisory and Assistance Services” (AAS) are those services acquired from non-governmental sources to support
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
35 of 47 FINAL
or improve agency policy development or decision making; or, to support or improve the management oforganizations
or the operation of hardware systems. Such services may encompass consulting activities, engineering and technical
services, management support services and studies, analyses and evaluations. (6) “Consultant services” as defined in FAR 31.205-33(a). (7) “Contractor”, for the purposes of this clause, means the firm signing this contract, its subsidiaries and affiliates,joint
ventures involving the firm, any entity with which the firm may hereafter merge or affiliate, and any other successoror
assignee of the firm. (8) “Affiliates,” means officers or employees of the prime contractor and first tier subcontractors involved in theprogram
and technical decision-making process concerning this contract. (9) “Interest” means organizational or financial interest. (10) “Weapons system supplier” means any prime contractor or first tier subcontractor engaged in, or having aknown
prospective interest in the development, production or analysis of any of the weapon systems, as well as any major
component or subassembly of such system. (e) Contracting restrictions. [ x ] (1) To the extent the contractor provides systems engineering and/or technical direction for a system or
commodity but does not have overall contractual responsibility for the development, the integration, assembly and
checkout (IAC) or the production of the system, the contractor shall not (i) be awarded a contract to supply thesystem
or any of its major components or (ii) be a subcontractor or consultant to a supplier of the system or of its major
components. The contractor agrees that it will not supply to the Department of Defense (either as a prime contractoror
as a subcontractor) or act as consultant to a supplier of, any system, subsystem, or major component utilized for orin
connection with any item or other matter that is (directly or indirectly) the subject of the systems engineering and/or
technical direction or other services performed under this contract for a period of 30 days after the date of completionof
the contract. (FAR 9.505-1(a)) [x ] (2) To the extent the contractor prepares and furnishes complete specifications covering nondevelopmental itemsto
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
36 of 47 FINAL
be used in a competitive acquisition, the contractor shall not be allowed to furnish these items either as a prime
contractor or subcontractor. This rule applies to the initial production contract, for such items plus a specified time
period or event. The contractor agrees to prepare complete specifications covering non-developmental items to beused
in competitive acquisitions, and the contractor agrees not to be a supplier to the Department of Defense, subcontract
supplier, or a consultant to a supplier of any system or subsystem for which complete specifications were prepared
hereunder. The prohibition relative to being a supplier, a subcontract supplier, or a consultant to a supplier of these
systems of their subsystems extends for a period of 30 days after the terms of this contract. (FAR 9.505-2(a)(1)) [ x ] (3) To the extent the contractor prepares or assists in preparing a statement of work to be used in competitively
acquiring a system or services or provides material leading directly, predictably and without delay to such a work
statement, the contractor may not supply the system, major components thereof or the services unless the contractoris
the sole source, or a participant in the design or development work, or a contractor involved in preparation of thework
statement. The contractor agrees to prepare, support the preparation of or provide material leading directly,predictably
and without delay to a work statement to be used in competitive acquisitions, and the contractor agrees not to be a
supplier or consultant to a supplier of any services, systems or subsystems for which the contractor participated in
preparing the work statement. The prohibition relative to being a supplier, a subcontract supplier, or a consultant toa
supplier of any services, systems or subsystems extends for a period of 30 days after the terms of this contract. (FAR
9.505-2(b)(1)) [ x ] (4) To the extent work to be performed under this contract requires evaluation of offers for products or services,a
contract will not be awarded to a contractor that will evaluate its own offers for products or services, or those of a
competitor, without proper safeguards to ensure objectivity to protect the Government’s interests. Contractor agreesto
the terms and conditions set forth in the Statement of Work that are established to ensure objectivity to protect the
Government’s interests. (FAR 9.505-3) [ x ] (5) To the extent work to be performed under this contract requires access to proprietary data of othercompanies,
the contractor must enter into agreements with such other companies which set forth procedures deemed adequate by
those companies (i) to protect such data from unauthorized use or disclosure so long as it remains proprietary and(ii) to
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
37 of 47 FINAL
refrain from using the information for any other purpose other than that for which it was furnished. Evidence of such
agreement(s) must be made available to the Procuring Contracting Officer upon request. The contractor shall restrict
access to proprietary information to the minimum number of employees necessary for performance of this contract.
Further, the contractor agrees that it will not utilize proprietary data obtained from such other companies inpreparing
proposals (solicited or unsolicited) to perform additional services or studies for the United States Government. The
contractor agrees to execute agreements with companies furnishing proprietary data in connection with workperformed
under this contract, obligating the contractor to protect such data from unauthorized use or
disclosure so long as such data remains proprietary, and to furnish copies of such agreement to the ContractingOfficer.
Contractor further agrees that such proprietary data shall not be used in performing for the Department of Defense
additional work in the same field as work performed under this contract if such additional work is procuredcompetitively.
(FAR 9.505-4(b))
[ x ] (6) Preparation of Statements of Work or Specifications. If the contractor under this contract assistssubstantially in
the preparation of a statement of work or specifications, the contractor shall be ineligible to perform or participate inany
capacity in any contractual effort (solicited or unsolicited) that is based on such statement of work or specifications.The
contractor shall not incorporate its products or services in such statement of work or specifications unless so directedin
writing by the Contracting Officer, in which case the restrictions in this subparagraph shall not apply. Contractoragrees
that it will not supply to the Department of Defense (either as a prime contractor or as a subcontractor) or act as
consultant to a supplier of, any system, subsystem or major component utilized for or in connection with any itemor
work statement prepared or other services performed or materials delivered under this contract, and is procured on a
competitive basis, by the Department of Defense with 30 days after completion of work under this contract. The
provisions of this clause shall not apply to any system, subsystem, or major component for which the contractor isthe
sole source of supply or which it participated in designing or developing. [ x ] (7) Advisory and Assistance Services (AAS). If the contractor provides AAS services as defined in paragraph (d)of
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
38 of 47 FINAL
this clause, it shall be ineligible thereafter to participate in any capacity in Government contractual efforts (solicitedor
unsolicited) which stem directly from such work, and the contractor agrees not to perform similar work forprospective
offerors with respect to any such contractual efforts. Furthermore, unless so directed in writing by the Contracting
Officer, the contractor shall not perform any such work under this contract on any of its products or services, or the
products or services of another firm for which the contractor performs similar work. Nothing in this subparagraphshall
preclude the contractor from competing for follow-on contracts for AAS. [ x ] (8) To the extent work performed under this contract may be subject to 10 U.S.C. 2399, the contractor agreesto
comply with 10 U.S.C. 2399 (f) Remedies. In the event the contractor fails to comply with the provisions of this clause, such noncompliance shallbe
deemed a material breach of the provisions of this contract. If such noncompliance is the result of conflicting financial
interest involving contractor personnel performing work under this contract, the Government may require thecontractor
to remove such personnel from performance of work under this contract. Further, the Government may elect toexercise
its right to terminate for default in the event of such noncompliance. Nothing herein shall prevent the Governmentfrom
electing any other appropriate remedies afforded by other provisions of this contract, or statute or regulation. (g) Disclosure of Potential Conflicts of Interest. The contractor recognizes that during the term of this contract,
conditions may change which may give rise to the appearance of a new conflict of interest. In such an event, the
contractor shall disclose to the Government information concerning the new conflict of interest. The contractor shall
provide, as a minimum, the following information: (1) a description of the new conflict of interest (e.g., additional weapons systems supplier(s), corporate restructuring,
new first-tier subcontractor(s), new contract) and identity of parties involved; (2) a description of the work to be performed; (3) the dollar amount; (4) the period of performance; and (5) a description of the contractor’s internal controls and planned actions, to avoid any potential organizationalconflict
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
39 of 47 FINAL
of interest.
5252.237-9400 SUBSTITUTION OR ADDITION OF PERSONNEL (JAN 1992) (NAVSUP)
(a) The Contractor agrees to assign to the contract those persons whose resumes, personnel data forms, or personnel
qualification statements were submitted as required by Section L to fill the requirements of the contract. No
substitution or addition of personnel shall be made, except in accordance with this clause.
(b) The Contractor agrees that: during the contract performance period, no personnel substitutions will be permitted
unless such substitutions are necessitated by an individual's sudden illness, death, termination of employment, or
authorized by the contracting officer. In any of these events, the Contractor shall promptly notify the Contracting
Officer and provide the information required by paragraph (d) below.
(c) If personnel for whatever reason become unavailable for work under the contract for a continuous period
exceeding 30 working days, or are expected to devote substantially less effort to the work than indicated in the
proposal, the Contractor shall propose a substitute of such personnel, in accordance with paragraph (d) below.
(d) All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least 15 days (30 days if a
security clearance must be obtained) prior to the proposed substitution. Each request shall provide a detailed
explanation of the circumstances necessitating the proposed substitution, a complete resume for the proposed
substitute, and any other information required by the Contracting Officer to approve or disapprove the proposed
substitution. All proposed substitutes (no matter when they are proposed during the performance period) shall have
qualifications that are equal or higher than the qualifications of the person being replaced.
(e) In the event of a requirement to increase the specified level of effort for a designated labor category, but not the
overall level of effort of the contract occurs, the Contractor shall submit to the Contracting Officer a written request
for approval to add personnel to the designated labor category. The information required is the same as that required
in paragraph (d) above. The additional personnel shall have qualifications greater than, or equal to, at least one (1) of
the individuals proposed for the designated labor category.
(f) The Contracting Officer shall evaluate requests for substitution and addition of personnel and promptly notify the
Contractor, in writing, of whether the request is approved or disapproved.
(g) If the Contracting Officer determines that suitable and timely replacement of personnel who have been reassigned,
terminated, or have otherwise become unavailable to perform under the contract is not reasonably forthcoming, or
that the resultant reduction of productive effort would impair the successful completion of the contract or the
delivery order, the contract may be terminated by the Contracting Officer for default, or for the convenience of the
Government, as appropriate. Alternatively, at the Contracting Officer's discretion, if the Contracting Officer finds the
Contractor to be at fault for the condition, he may equitably adjust (downward) the contract price or fixed fee to
compensate the Government for any delay, loss, or damage as a result of the Contractor's actions.
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
40 of 47 FINAL
(End of Clause)
N00244H136 GOVERNMENT REVIEW OF RESUMES (AUG 1992) (FISC SAN DIEGO)
The Government reserves the right to review the resumes of contractor employees performing under the contract
solely for the purpose of ascertaining their qualifications relative to the personnel qualifications terms of the
contract. Accordingly, the contractor shall furnish such resumes to the Contracting Officer upon request by the
Contracting Officer's Representative or Contracting Officer.
ACCESS BADGES
Permanent COMOPTEVFOR badges will be issued only to contractor whose contract specifies that the performance
will be on-site (at COMOPTEVFOR). To be issued a permanent badge, the contractor's security office must fax the
visit request/ security clearance to COMOPTEVFOR (attn: Security Manager) at 757-282-5556 no less than 3working
days prior to the beginning of the contract performance period. Hand-carried requests will not be accepted. Upon
check-in to COTF, the contractor must present a copy of his contract and a copy of his company's visit request. All
contractors must check in with the Contracting Officer prior to being issued a badge. The permanent badge will be
issued for twelve months of the duration of the contract.
REIMBURSEMENT OF TRAVEL COSTS (OCT 1998)
(a) Travel
(1) Area of Travel. Performance under this contract may require travel by contractor personnel. If travel, domestic or
overseas, is required, the contractor is responsible for making all needed arrangements for his personnel. This
includes but is not limited to the following:
Medical Examinations
Immunization
Passports, visas, etc.
Security Clearances
All contractor personnel required to perform work on any U.S. Navy vessel will have to obtain boardingauthorization
from the Commanding Officer of the vessel prior to boarding.
(2) Travel Policy. The Government will reimburse the contractor for allowable travel costs incurred by the contractor
in performance of the contract and determined to be in accordance with FAR subpart 31.2, subject to the following
provisions:
Travel required for tasks assigned under this contract shall be governed in accordance with rules set forth for
temporary duty travel in FAR 31.205-46.
(3) Travel. Travel, subsistence, and associated labor charges for travel time are authorized, whenever a task
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
41 of 47 FINAL
assignment requires work to be accomplished at a temporary alternate worksite.
Travel performed for personal convenience and daily travel to and from work at contractor’s facility will not be
reimbursed.
(4) Per Diem. Per diem for travel on work assigned under this contract will be reimbursed to employees consistentwith
company policy, but not to exceed the amount authorized in the Department of Defense Joint Travel Regulations.
(5) Shipboard Stays. Whenever work assignments require temporary duty aboard a Government ship, the contractor
will be reimbursed at the per diem rates identified in paragraphs C8101.2C or C81181.3B(6) of the DOD JointTravel
Regulations, Volume 2.
(6) Air/Rail Travel. In rendering the services, the contractor shall be reimbursed for the actual costs of transportation
incurred by its personnel not to exceed the cost of tourist class rail, or plane fare, to the extent that such
transportation is necessary for the performance of the services hereunder and is authorized by the Ordering Officer.
Such authorization by the Ordering Officer shall be indicated in the order or in some other suitable written form.
NOTE: To the maximum extent practicable without the impairment of the effectiveness of the mission,transportation
shall be tourist class. In the event that only first class travel is available, it will be allowed, provided justification
therefore is fully documented and warranted.
(7) Private Automobile. The use of privately owned conveyance within the continental United States by the traveler
will be reimbursed to the contractor at the mileage rate allowed by Joint Travel Regulations. Authorization for theuse
of privately owned conveyance shall be indicated on the order. Distances traveled between points shall be shown in
standard highway mileage guides. Any deviations from distance shown in such standard mileage guides shall be
explained by the traveler on his expense sheet.
(8) Car Rental. The contractor shall be entitled to reimbursement for car rental, exclusive of mileage charges, as
authorized by each order, when the services are required to be performed outside the normal commuting distance
from the contractor’s facilities. Car rental for TDY teams will be limited to a rate of one car for every four (4) persons
on TDY at one site.
(End of Provision)
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
42 of 47 FINAL
SECTION I CONTRACT CLAUSES
Note: All the provisions and clauses of SECTION I of the basic contract apply to this task order (unless
otherwise specified in the task order) plus the following:
CLAUSES INCORPORATED BY FULL TEXT
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the ratesspecified in the
contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary
of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder
shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractorwithin
5 days prior to expiration of the contract.
(End of clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 7 days;provided
that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 days. The
preliminary notice does not commit the Government to an extension.
(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 options under this clause, shall not exceed five(5)
years and six (6) month extension in accordance with FAR 52.217-8 Option To Extend Services.
(End of clause)
52.232-22 LIMITATION OF FUNDS (APR 1984)
(a) The parties estimate that performance of this contract will not cost the Government more than (1) the estimated
cost specified in the Schedule or, (2) if this is a cost-sharing contract, the Government's share of the estimated cost
specified in the Schedule. The Contractor agrees to use its best efforts to perform the work specified in the Schedule
and all obligations under this contract within the estimated cost, which, if this is a cost-sharing contract, includes
both the Government's and the Contractor's share of the cost.
(b) The Schedule specifies the amount presently available for payment by the Government and allotted to this
contract, the items covered, the Government's share of the cost if this is a cost-sharing contract, and the period of
performance it is estimated the allotted amount will cover. The parties contemplate that the Government will allot
additional funds incrementally to the contract up to the full estimated cost to the Government specified in the
Schedule, exclusive of any fee. The Contractor agrees to perform, or have performed, work on the contract up to the
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
43 of 47 FINAL
point at which the total amount paid and payable by the Government under the contract approximates but does not
exceed the total amount actually allotted by the Government to the contract.
(c) The Contractor shall notify the Contracting Officer in writing whenever it has reason to believe that the costs it
expects to incur under this contract in the next 60 days, when added to all costs previously incurred, will exceed 75
percent of (1) the total amount so far allotted to the contract by the Government or, (2) if this is a cost-sharing
contract, the amount then allotted to the contract by the Government plus the Contractor's corresponding share. The
notice shall state the estimated amount of additional funds required to continue performance for the period specified
in the Schedule.
(d) Sixty days before the end of the period specified in the Schedule, the Contractor shall notify the Contracting
Officer in writing of the estimated amount of additional funds, if any, required to continue timely performance under
the contract or for any further period specified in the Schedule or otherwise agreed upon, and when the funds will be
required.
(e) If, after notification, additional funds are not allotted by the end of the period specified in the Schedule or another
agreed-upon date, upon the Contractor's written request the Contracting Officer will terminate this contract on that
date in accordance with the provisions of the Termination clause of this contract. If the Contractor estimates that the
funds available will allow it to continue to discharge its obligations beyond that date, it may specify a later date inits
request, and the Contracting Officer may terminate this contract on that later date.
(f) Except as required by other provisions of this contract, specifically citing and stated to be an exception to this
clause--
(1) The Government is not obligated to reimburse the Contractor for costs incurred in excess of the total amount
allotted by the Government to this contract; and
(2) The Contractor is not obligated to continue performance under this contract (including actions under the
Termination clause of this contract) or otherwise incur costs in excess of (i) the amount then allotted to the contract
by the Government or, (ii) if this is a cost-sharing contract, the amount then allotted by the Government to the
contract plus the Contractor's corresponding share, until the Contracting Officer notifies the Contractor in writing
that the amount allotted by the Government has been increased and specifies an increased amount, which shall then
constitute the total amount allotted by the Government to this contract.
(g) The estimated cost shall be increased to the extent that (1) the amount allotted by the Government or, (2) if thisis
a cost-sharing contract, the amount then allotted by the Government to the contract plus the Contractor's
corresponding share, exceeds the estimated cost specified in the Schedule. If this is a cost-sharing contract, the
increase shall be allocated in accordance with the formula specified in the Schedule.
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
44 of 47 FINAL
(h) No notice, communication, or representation in any form other than that specified in subparagraph (f)(2) above, or
from any person other than the Contracting Officer, shall affect the amount allotted by the Government to this
contract. In the absence of the specified notice, the Government is not obligated to reimburse the Contractor for any
costs in excess of the total amount allotted by the Government to this contract, whether incurred during the course of
the contract or as a result of termination.
(i) When and to the extent that the amount allotted by the Government to the contract is increased, any costs the
Contractor incurs before the increase that are in excess of (1) the amount previously allotted by the Government or,
(2) if this is a cost-sharing contract, the amount previously allotted by the Government to the contract plus the
Contractor's corresponding share, shall be allowable to the same extent as if incurred afterward, unless the
Contracting Officer issues a termination or other notice and directs that the increase is solely to cover termination or
other specified expenses.
(j) Change orders shall not be considered an authorization to exceed the amount allotted by the Governmentspecified
in the Schedule, unless they contain a statement increasing the amount allotted.
(k) Nothing in this clause shall affect the right of the Government to terminate this contract. If this contract is
terminated, the Government and the Contractor shall negotiate an equitable distribution of all property produced or
purchased under the contract, based upon the share of costs incurred by each.
(l) If the Government does not allot sufficient funds to allow completion of the work, the Contractor is entitled to a
percentage of the fee specified in the Schedule equalling the percentage of completion of the work contemplated by
this contract.
(End of clause)
SUP 5252.243-9400 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992)
(a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visitthe
Contractor’s facilities or in any other manner communicate with Contractor personnel during the performance of this
contract shall constitute a change under the “Changes” clause of this contract.
(b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued
in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of
this contract.
(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this
contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with
the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the
Contracting Officer, the change will be considered to have been made without authority and no adjustment will be
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
45 of 47 FINAL
made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone
number of the Contracting Officer is:
NAME: JILL-JOSCELYN-SMITH
ADDRESS: Fleet Logistics Center, Norfolk Office
Contracting Department, Code 230.3
1968 Gilbert Street, Suite 600
Norfolk, VA 23511
PHONE: 757-443-1219
FAX: 757-443-1424
EMAIL: [email protected]
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
46 of 47 FINAL
SECTION J LIST OF ATTACHMENTS
Attachment I - Contract Data Requirements List (CDRL A0001 - A0009)
Attachment II - DD254, Contract Security Classification Specification
Attachment III - Contract Administration Plan
Attachment IV - Quality Assurance Surveillance Plan (QASP)
Attachment V - QASP Matrix
CONTRACT NO.
N00178-05-D-4207 DELIVERY ORDER NO.
FK03 AMENDMENT/MODIFICATION NO.
38 PAGE
47 of 47 FINAL