Upload
others
View
23
Download
0
Embed Size (px)
Citation preview
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)
48 25-Mar-2013 Various N/A6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A
NSWC, CRANE DIVISION
300 Highway 361 - Building 64
Crane IN 47522-5001
@navy.mil 812-854-4474
DCMA DAYTON
AREA C, BUILDING 30, 1725 VAN PATTON DRIVE
WRIGHT-PATTERSON AFB OH 45433-5302
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
Tri Star Engineering 3000 W. 16th Street Bedford IN 47421-3332 9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X] N00178-04-D-4146-FC01
10B. DATED (SEE ITEM 13)
CAGECODE
03WZ3 FACILITY CODE 23-Sep-2005
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
[ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of thisamendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitationand this amendment, and is received prior to the opening hour and date specified.12. ACCOUNTING AND APPROPRIATION DATA (If required)
SEE SECTION G
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
(*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. INITEM 10A.
[ ] [X] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation
date, etc )SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). Deobligation Modification IAW FAR 43.103(a)
[ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
[ ] D. OTHER (Specify type of modification and authority)
E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 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)
Contracts Administrator II Contracting Officer
15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ 22-Mar-2013 BY /s/ 25-Mar-2013
(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE
30-105 STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243
1. CONTRACT ID CODE PAGE OF PAGES
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3
XXXXXXX
XXXXXXXX
XXXXXXXXXXXX
XXXXXXXX
GENERAL INFORMATION
The purpose of this modification is to: (1) de-obligate funding. Accordingly, said task order is modified asfollows:
The total potential value of this task order remains
1. DEOBLIGATION OF FUNDS
a. Funding is hereby de-obligated as follows:
SLIN ACRN AMOUNTDEOBLIGATED
FROM TO
101044 H4101048 J5101058 M5101059 M6101060 M7117107 N9117116 Q7103103 R1303104 R1
The total funded amount available for this task order is hereby decreased by from to
The clause entitled, Limitation of Funds (FAR 52.232-22), applies. The Government is not obligated toreimburse the Contractor for costs incurred in excess of unless additional funds are madeavailable and are incorporated as a modification to this task order.
The Line of Accounting information is hereby changed as follows:
The total amount of funds obligated to the task is hereby decreased from by16,573.73 to 5,740,077.47.
CLIN/SLIN Type Of Fund From By To
101044 WCF
101048 WCF
101058 SCN
101059 O&MN,N
101060 SCN
103103 WCF
117107 OPN
117116 OPN (
303104 WCF
The total value of the order is hereby increased from by to
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
2 of 3 FINAL
XXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXX XXX XXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXX
XXXXXXXXXX
XXXXXX
XXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXX
XXXXX
XXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXX
X XXXXXXXXXXXXXXXXX
X
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXX
X X XXX
XX
XX
XXXX
XXXX
XXXX
XX
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
3 of 3 FINAL
XXXXXXXXXX
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ ----------------- --------- ---- --------------- --------------- -------------- 1000 FY06 Performance Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work 100001 Incremental 1.0 LO Funding for Code 608 Distance Support SLIN 1000AA labor in Year 1 ACRN A1 Req Number 68683/52711497 (O&MN,N) 100002 Incremental 1.0 LO Funding for Code 805J SPS SLIN 1000AA labor in Yr 1 (WCF) 100003 Incremental 1.0 LO Funding for Code 805J SPS SLIN 1000AA labor in Yr 1 ACRN F6 Requisition Number: 85A00/60811534 (WCF) 100004 Incremental 1.0 LO Funding for Code 805J SPS SLIN 1000AA labor in Yr 1 ACRN L3 Requisition Number: 85A00/61991606 (WCF) 1000AA This SLIN has LH been deleted by
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
1 of 115 FINAL
XXXXXXXXXX
XXXXXXXXXX XXXXXXXX XXXXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXXXXXXXX
X
X X X
X
X
X
X
X
XX X X
X X X
X X X
an ACO Modification. (TBD) 1001 FY06 Performance 5320.0 LH Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 608 Virtual ISEA Exhibit AA (WCF) 100101 Incremental Funding in support of CLIN 1001 ACRN J1 Req No. 68683/61319741 NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 46 RESULTING IN A BALANCE OF (WCF) 1002 FY06 Performance 966.0 LH Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 608BR Exhibit AB (WCF) 100201 Incremental funding in support of CLIN 1002 ACRN J2, Req. No. 61257658 (WCF) 100202 Incremental funding in support of CLIN 1002 ACRN N1, Req. No. 62560515. Per Mod
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
2 of 115 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX
XXXXXXXXXX
X X X
X X X
45 dated 9/17/10 SLIN 100202 is de-obligated by from to . (WCF) 1003 FY06 Performance 10064.0 LH Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work. This CLIN has been created to accomodate a ceiling increase to SLIN 100001 (WCF) 100301 Incremental Funding for Code 608 Distance Support SLIN 1003 labor in Year 1 ACRN L7 Req Number 68683/61733651 Deobligated by by Modification 044 (WCF) 100302 Incremental Funding for Code 608 Distance Support SLIN 1003 labor in Year 1 ACRN L2 Req Number 68683/61888853 (WCF) 1004 FY06 Performance 1845.0 LH Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 805 Exhibit AE Joint Helmet Viewing System
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
3 of 115 FINAL
XXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXXXXXXXXXXXX
XXXXXXXXXX
X
X X X
X X X
(WCF) 100401 Incremental Funding for FY06 Performance Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 805 Exhibit AE (WCF) 1010 FY06 Performance Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 807, Exhibit L 101001 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0050 Follow On) ACRN A7 Reqn. #87872/52948731 (WCF) 101002 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0056 Follow On)ACRN A8 Reqn. # 87874/52958741 (WCF) 101003 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0061 Follow On)ACRN A9 Reqn. # 87874/52958742
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
4 of 115 FINAL
XXXXXXXXXX
XXXXXXX XXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXX XXXXX XXXXXXXX
X
X X X
X X X
X X X
(WCF) 101004 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0062 Follow On)ACRN A7 Reqn. # 87872/52948724 (WCF) 101005 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0064 Follow On)ACRN B1 Reqn. # 87870/52958743 (WCF) 101006 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0065 Follow On)ACRN B2 Reqn. # 87872/52948726 (WCF) 101007 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0073 Follow On)ACRN B3 Reqn. # 87871/52958737 (WCF) 101008 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0067 Follow On)ACRN B4 Reqn. # 87871/52958740
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
5 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
X X X
X X X
X X X
X X X
X X X
(WCF) 101009 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0068 Follow On)ACRN A7 Reqn. # 87872/52948732 (WCF) 101010 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0071 Follow On)ACRN B5 Reqn. # 87870/52958738 (WCF) 101011 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0066 Follow On)ACRN B7 Reqn. # 81800/52948717 (WCF) 101012 For Funding 1.0 LO Purposes Only, Same as SLIN 101011 above ACRN B8 Reqn # 81800/52948718 (WCF) 101013 For Funding 1.0 LO Purposes Only, Same as SLIN 101011 above ACRN B9 Reqn # 81800/52948719 (WCF) 101014 For Funding 1.0 LO Purposes Only,
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
6 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXX
X X X
X X X
X X X
X
X
X
X
X
XX X X
X X X
Same as SLIN 101011 above ACRN C1 Reqn # 81800/52948720 (WCF) 101015 For Funding 1.0 LO Purposes Only, Same as SLIN 101011 above ACRN B6 Reqn # 81800/52948715 (WCF) 101016 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0064 Follow On)ACRN C7 Reqn. # 87870/53198429 (WCF) 101017 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0056 Follow On)ACRN C9 Reqn. # 87874/53198424 (WCF) 101018 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0071 Follow On)ACRN D3 Reqn. # 87872/53478414 (WCF) 101019 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0062 Follow
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
7 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXX XXXXXXXX
XXXXXXXX XXXXX XXXXXXXX
X
X
X
X
X
XX X X
X X X
X X X
X X X
On)ACRN D4 Reqn. # 87872/53478408 (WCF) 101020 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0050 Follow On) ACRN D5 Reqn. #87872/53488746 (WCF) 101021 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0061 Follow On)ACRN D6 Reqn. # 87874/53509410 (WCF) 101022 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0056 Follow On)ACRN.:D1 Reqn. No. 87874/53198427 (WCF) 101023 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0065 Follow On)ACRN E1 Reqn. # 87874/60313427 (WCF) 101024 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0073 Follow On)ACRN E4
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
8 of 115 FINAL
XXXXXXX XXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
X X X
X X X
X X X
X X X
X X X
Reqn. # 87870/60397251 (WCF) 101025 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0073 Follow On)ACRN E5 Reqn. # 87870/60397246 (WCF) 101026 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0064 Follow On)ACRN C8 Reqn. # 87870/60397142 (WCF) 101027 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0064 Follow On)ACRN C7 Reqn. # 87870/60397157 (WCF) 101028 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0071 Follow On)ACRN D3 Reqn. # 87872/60418061 (WCF) 101029 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0071 Follow On)ACRN E6
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
9 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXX XXXXXXXX
XXXXX
X X X
X X X
X X X
X X X
X X X
Reqn. # 87872/60418054 (WCF) 101030 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0062 Follow On)ACRN D4 Reqn. # 87872/60418066 (WCF) 101031 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0068 Follow On)ACRN E7 Reqn. # 87871/60418149 (WCF) 101032 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0064 Follow On)ACRN F1 Reqn. # 60698118 (WCF) 101033 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0061 Follow On)ACRN F2 Reqn. # 60448648 (WCF) 101034 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0061 Follow On)ACRN F8 Reqn. # 87874/60448660
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
10 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXXX
XXXXXXX XXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXX
X X X
X X X
X X X
X X X
X X X
(WCF) 101035 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0067 Follow On)ACRN G4 Reqn. # 87871/60418147 (WCF) 101036 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0050 Follow On) ACRN F9 Reqn. #87872/60458905 (WCF) 101037 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0066 Follow On) ACRN G6 Reqn. #01P80/61101444 (WCF) 101038 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0066 Follow On) ACRN G7 Reqn. #01P80/61101447 (WCF) 101039 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0066 Follow On) ACRN G8 Reqn. #01P80/61101466 (WCF)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
11 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXX
X X X
X X X
X X X
X X X
X X X
101040 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0066 Follow On) ACRN G9 Reqn. #01P80/61101442 (WCF) 101041 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0066 Follow On) ACRN H1 Reqn. #01P80/61101468 (WCF) 101042 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0066 Follow On) ACRN H2 Reqn. #01P80/61101441. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF (WCF) 101043 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0066 Follow On) ACRN H3 Reqn. #01P80/61101461 (WCF) 101044 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0066 Follow
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
12 of 115 FINAL
XXXXXXX XXXXX XXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXX
XXXXXXXXX
X X X
X X X
X X X
X X X
X X X
On) ACRN H4 Reqn. #01P80/61101456 Deobligated on Mod 48, leaving a balance of (WCF) 101045 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0062 Follow On)ACRN H5 Reqn. # 87872/61225411 (WCF) 101046 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0050 Follow On) ACRN H6 Reqn. #87872/61247150 (WCF) 101047 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0050 Follow On) ACRN F9 Reqn. #87872/61247139 (WCF) 101048 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0068 Follow On)ACRN J5 Reqn. # 87870/61745090 Deobligated on Mod 48, leaving a balance of (WCF) 101049 Incremental 1.0 LO
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
13 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXXXX
XXXXXXXXX
XXXXXXXX
XXXXXXXXXX
X X X
X X X
X X X
X X X
X X X
Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0061 Follow On)ACRN J6 Reqn. # 87874/61745061 (WCF) 101050 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0073 Follow On)ACRN J7 Reqn. # 87871/61745076 (WCF) 101051 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0067 Follow On)ACRN J8 Reqn. # 87871/61745070 (WCF) 101052 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0067 Follow On)ACRN J9 Reqn. # 87871/61745073 (WCF) 101053 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0061 Follow On)ACRN K1 Reqn. # 87874/61745052 (WCF) 101054 Incremental 1.0 LO
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
14 of 115 FINAL
XXXXXXX XXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXXX XXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXXX XXXXX XXXXXXXX
X X X
X X X
X X X
X X X
X X X
Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0073 Follow On)ACRN K2 Reqn. # 87871/61745080 (WCF) 101055 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0073 Follow On)ACRN K3 Reqn. # 87870/61745085 (WCF) 101056 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0073 Follow On)ACRN K4 Reqn. # 87870/61745088 (WCF) 101057 Incremental 1.0 LO Funding for Code 807 SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0073 Follow On)ACRN K5 Reqn. # 87870/61745086. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF (WCF) 101058 Incremental 1.0 LO Funding to Support CLIN 1010
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
15 of 115 FINAL
XXXXXXX XXXXX XXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXXXX
XXXXXXX
X X X
X X X
X X X
X X X
Reqn. 87874/62560141 ACRN:M5 Deobligated on Mod 48, leaving a balance of (SCN) 101059 Incremental 1.0 LO Funding to Support CLIN 1010 Reqn. 87874/62560260 ACRN:M6 Deobligated on Mod 48, leaving a balance of (O&MN,N) 101060 Incremental 1.0 LO Funding to Support CLIN 1010 Reqn. 87871/62560146 ACRN:M7 Deobligated on Mod 48, leaving a balance of (SCN) 101061 Incremental 1.0 LO Funding to Support CLIN 1010 Reqn. 87872/62559328 ACRN:L4 (SCN) 101062 Incremental 1.0 LO Funding to Support CLIN 1010 Reqn. 87875/62625055 ACRN:M8 (WCF) 1010AA This SLIN has 23830.0 LH been deleted by an ACO Modification. (WCF) 1011 FY06 Performance
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
16 of 115 FINAL
XXXXXXX XXXXX XXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXXX XXXXXXX XXXXXXXXX
XXXXXXXXX
XXXXXXXX
XXXXXXXXX
XXXXX
XXXXXXXXX
XXXXXXXX
XXXXXXXXX
X X X
X X X
X X X
X X X
X X X
XX
Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 807, Exhibit J 101101 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0052 Follow On)ACRN A3 Reqn. # 87872/52948733 (WCF) 101102 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0055 Follow On)ACRN A4 Reqn. # 87875/52979125 (WCF) 101103 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0057 Follow On)ACRN A5 Reqn. # 87872/52948729 (WCF) 101104 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0059 Follow On)ACRN A6 Reqn. # 87875/52979134 (WCF)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
17 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
X X X
X X X
X X X
X X X
101105 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0059 Follow On)ACRN C2 Reqn. # 87875/52979137 (WCF) 101106 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0055 Follow On)ACRN D7 Reqn. # 87875/53509439 (WCF) 101107 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0059 Follow On)ACRN D8 Reqn. # 87874/53509451 (WCF) 101108 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0059 Follow On)ACRN D7 Reqn. # 87875/53509444 (WCF) 101109 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0059 Follow On)ACRN F3 Reqn. #
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
18 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
X X X
X X X
X X X
X X X
X X X
87875/60552614 (WCF) 101110 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0059 Follow On)ACRN F4 Reqn. # 87875/60552612 (WCF) 101111 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0055 Follow On)ACRN F5 Reqn. # 87875/60801217 (WCF) 101112 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0055 Follow On)ACRN F6 Reqn. # 87875/60801219 (WCF) 101113 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0052 Follow On)ACRN A3 Reqn. # 87872/60407786 (DEOBLIGATED) (WCF) 101114 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
19 of 115 FINAL
XXXXXXX XXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXX
XXX XXX XXX
XXXXXXX XXXXX XXXXXXXX
X X X
X X X
X X X
X X X
X X X
(0031/0059 Follow On)ACRN G1 Reqn. # 87874/60520751 (WCF) 101115 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0052 Follow On)ACRN A3 Reqn. # 87872/60407777 (WCF) 101116 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0055 Follow On)ACRN H7 Reqn. # 87875/61235871 (WCF) 101117 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0055 Follow On)ACRN H8 Reqn. # 87875/61235874 (WCF) 101118 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0055 Follow On)ACRN H9 Reqn. # 87875/187V841 (WCF) 101119 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
20 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXX XXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
X X X
X X X
X X X
X X X
X X X
Attached Code 807 Statement of Work (0031/0055 Follow On)ACRN K7 Reqn. # 87875/61785409 (WCF) 101120 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0059 Follow On)ACRN K8 Reqn. # 87875/61807269 (WCF) 101121 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0059 Follow On)ACRN K9 Reqn. # 87875/61807266 (WCF) 101122 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0059 Follow On)ACRN L4 Reqn. # 87872/61745022 (WCF) 101123 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0059 Follow On)ACRN L6 Reqn. # 87875/62201565 (WCF) 101124 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
21 of 115 FINAL
XXXXXXX XXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
X X X
X X X
X X X
X X X
X X X
labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0055 Follow On)ACRN L6 Reqn. # 87875/62211932 (WCF) 101125 Incremental 1.0 LO Funding for Code 807 SLIN 1011AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0059 Follow On)ACRN L9 Reqn. # 87875/62338378 (WCF) 101126 SLIN has been 1.0 LO deleted but remains with a 0 balance per Seaport instruction (WCF) 101127 Incremental 1.0 LO Funding to Support CLIN 1011 Reqn. 87875/62443462 ACRN:L6 (O&MN,N) 101128 Incremental 1.0 LO Funding to Support CLIN 1011 Reqn. 87872/62559330 ACRN:L4 (SCN) 101129 Incremental 1.0 LO Funding to Support CLIN 1011 Reqn. 87875/62443471 ACRN:L6 (O&MN,N) 101130 Incremental 1.0 LO Funding for Code 807 SLIN 1011 labor in Yr 1 IAW Attached Code 807 Statement of Work
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
22 of 115 FINAL
XXXXXXX XXXXX XXXXXXX
XXX XXX XXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXX XXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXX XXXX XXXXXXX
X X X
X X X
X
X X X
XX X X
XX X X
X X X
(0031/0059 Follow On)ACRN Q5 Reqn. # 87875/70259131 (OTHER) 1011AA This SLIN has 1.0 LO been deleted by an ACO Modification. (WCF) 1012 FY06 Performance Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 807, Exhibit M 101201 Incremental 1.0 LO Funding for Code 807 SLIN 1012AA labor in Yr 1 IAW Attached Code 807 Statement of Work Exhibit M (0031/0069 Follow On)ACRN C5 Reqn. # 87733/53147343 (WCF) 101202 Incremental 1.0 LO Funding for Code 807 SLIN 1012AA labor in Yr 1 IAW Attached Code 807 Statement of Work Exhibit M (0031/0069 Follow On)ACRN D9 Reqn. # 87875/53509449 (WCF) 101203 Incremental 1.0 LO Funding for Code 807 SLIN 1012AA labor in Yr 1 IAW Attached Code 807 Statement of Work Exhibit M (0031/0069 Follow
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
23 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
X X X
X
X X X
X X X
X X X
On)ACRN G2 Reqn. # 87875/60520870. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF (WCF) 101204 Incremental 1.0 LO Funding for Code 807 SLIN 1012AA labor in Yr 1 IAW Attached Code 807 Statement of Work Exhibit M (0031/0069 Follow On)ACRN K8 Reqn. # 87875/61733737 (WCF) 101205 Incremental 1.0 LO Funding for Code 807 SLIN 1012AA labor in Yr 1 IAW Attached Code 807 Statement of Work Exhibit M (0031/0069 Follow On)ACRN L1 Reqn. # 87875/61733730 (WCF) 101206 Incremental 1.0 LO Funding for Code 807 SLIN 1012AA labor in Yr 1 IAW Attached Code 807 Statement of Work Exhibit M (0031/0069 Follow On)ACRN L5 Reqn. # 87875/62211920 (WCF) 101207 Incremental 1.0 LO Funding for Code 807 SLIN 1012 labor in Yr 1 IAW Attached Code 807 Statement of Work Exhibit M
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
24 of 115 FINAL
XXXXXXX XXXXX XXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXX XXXX XXXXXXX
XXXXXX
XXXXXXXXXX
X X X
X X X
X X X
X X X
(0031/0069 Follow On)ACRN Q5 Reqn. # 87875/63173166 (OTHER) 1012AA This SLIN has 5334.0 LH been deleted by an ACO Modification. (WCF) 1030 FY06 Performance Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 805, Exhibit K 103001 Incremental 1.0 LO Funding for Code 805 SLIN 1030AA labor in Yr 1 IAW Attached Code 805 Statement of Work (0031/0072 Follow On)ACRN C4 Reqn. # 85A00/52989572 (WCF) 103002 Incremental 1.0 LH Funding for Code 805 SLIN 1030AA labor in Yr 1 IAW Attached Code 805 Statement of Work (0031/0072 Follow On)ACRN C4 Reqn. # 85A00/53509172 (WCF) 1030AA This SLIN has 1930.0 LH been deleted by an ACO Modification. (WCF) 1031 FY06 Performance 1.0 LO Based Non-Personal Technical and
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
25 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
X X X
XX
X X X
X X X
X X X
X X X
Engineering Services In Accordance With attached Statement of Work Code 805, Exhibit P (WCF) 103101 FY06 Performance Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 805, Exhibit P Reqn. NO 85C00/60552352 ACRN E9 (WCF) 103102 FY06 Performance Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 805, Exhibit P Reqn. NO 85C00/61950874 ACRN E9 (WCF) 103103 Incremental Funding ACRN R1 Deobligated on Mod 48, leaving a balance of (WCF) 1040 FY06 Performance 1930.0 LH Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 605, Exhibit N (WCF)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
26 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
X
XXXXX
XXXXXX
XXXXXXXXX
X
X X X
104001 Incremental Funding for Code 608 SLIN 1040 (In support of 1010AA) labor in Yr 1 IAW Attached Code 605 Statement of Work Exhibit N ACRN E8 Reqn. # 65R52/60345016 (WCF) 104002 Incremental Funding for Code 608 SLIN 1040 (In support of 1010AA) labor in Yr 1 IAW Attached Code 605 Statement of Work Exhibit N ACRN J4 Reqn. # 65R50/61775295 (WCF) 1150 FY07 Performance 1.0 LO Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 805J, Exhibit BY2 (WCF) 115001 Incremental Funding Reqn. # 85A00/62687363 ACRN M9. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF . (WCF) 1151 FY07 Performance 1.0 LO Based Non-Personal Technical and Engineering Services In Accordance With
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
27 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXX
XXXXXX
XXXXXXXXX
XXXXXX
X
X X X
X X X
attached Statement of Work Code 805J, Exhibit DY2 (OTHER) 115101 Incremental Funding for CLIN 1151 Reqn. # 85H00/62709079 ACRN N3 (OTHER) 115102 Incremental Funding for CLIN 1151 Reqn. # 85H00/63060786 ACRN Q2. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF (OTHER) 1160 FY07 Performance 1.0 LO Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work (Exhibit 608 Distance Support Year 2) (O&MN,N) 116001 Incremental Funding for CLIN 1160 Reqn. # 68683/62623985 ACRN M1 (O&MN,N) 116002 Incremental Funding for CLIN 1160 Reqn. # 68683/62625030 ACRN M2 (O&MN,N) 116003 Incremental Funding for CLIN 1160 Reqn. # 68683/62635402 ACRN M3 (O&MN,N) 116004 Incremental
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
28 of 115 FINAL
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXX
XXXXXXXXX
X X X
Funding for CLIN 1160 Reqn. # 68683/62625040 ACRN M4 (O&MN,N) 116005 Incremental Funding for CLIN 1160 Reqn. # 68683/63537310. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF (O&MN,N) 1161 FY07 Performance 1.0 LO Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Exhibit CY2 608 Fleet Maintenance (WCF) 116101 Incremental Funding Reqn. # 68685/62570935 ACRN N2 (WCF) 1170 FY07 Performance 1.0 LO Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 807, Exhibit JY2 (OPN) 117001 Incremental Funding Reqn. # 87872/62937026 ACRN L4 (OPN) 117002 Incremental Funding Reqn. # 87872/62937055 ACRN P6
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
29 of 115 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX
XXXXXXXXXX
X X X
X X X
NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 46 RESULTING IN A BALANCE OF (OPN) 117003 Incremental Funding Reqn. # 87875/62977815 ACRN P9 (OPN) 117004 Incremental Funding Reqn. # 87875/62937158 ACRN Q1. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF (OPN) 117005 Incremental Funding Reqn. # 87872/62937183 ACRN L4 (OPN) 117006 Incremental Funding ACRN Q6 (OPN) 1171 FY07 Performance 1.0 LO Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work Code 807, Exhibit LY2 (OPN) 117101 Incremental Funding Reqn. # 87871/62925671 ACRN N4 (OPN) 117102 Incremental Funding Reqn. # 87874/62925707 ACRN N5. NOTE: FUNDS IN THE AMOUNT OF
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
30 of 115 FINAL
XXXXXXXXXX XXXXXXXX XXXXXXXXXX
XXXXXX
XXXXXXXXXX
XXXXXXX
XXXXXXXXXX
XXXXXX
X X X
ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF (OPN) 117103 Incremental Funding Reqn. # 87874/62925716 ACRN N5 (OPN) 117104 Incremental Funding Reqn. # 87871/62925732 ACRN N6 (OPN) 117105 Incremental Funding Reqn. # 87871/62925748 ACRN N7 (OPN) 117106 Incremental Funding Reqn. # 87871/62925770 ACRN N8 (OPN) 117107 Incremental Funding Reqn. # 87874/62935994 ACRN N9 Deobligated on Mod 48, leaving a balance of (OPN) 117108 Incremental Funding Reqn. # 01P80/62925702 ACRN P1 (OPN) 117109 Incremental Funding Reqn. # 01P80/62925706 ACRN P2 (OPN) 117110 Incremental Funding Reqn. # 01P80/62925711 ACRN P3 (OPN) 117111 Incremental Funding Reqn. # 01P80/62925718 ACRN P4 (OPN) 117112 Incremental Funding Reqn. #
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
31 of 115 FINAL
XXXXXXXXX
XXXXX
XXXXXXXXX
01P80/62937057 ACRN P2 (OPN) 117113 Incremental Funding Reqn. # 01P80/1A06000 ACRN P5 (OPN) 117114 Incremental Funding Reqn. # 87872/62977808 ACRN P7. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF (OPN) 117115 Incremental Funding Reqn. # 87875/62977863 ACRN P8. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF (OPN) 117116 Incremental Funding ACRN Q7 Deobligated on Mod 48, leaving a balance of (OPN) 1200 FY08 Performance Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work 1200AA FY08 Performance 153788.0 LH Based Non-Personal Technical and Engineering Services In Accordance With attached
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
32 of 115 FINAL
XXXX
XXXX
XXXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXX
XXXXXXXXX
XXXXXX
XXXXXXXXXX
X
X
X
X X X
Statement of Work (TBD) Option 1300 FY09 Performance Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work 1300AA FY09 Performance 183482.0 LH Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work (TBD) Option 1400 FY10 Performance Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work 1400AA FY10 Performance 220173.0 LH Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work (TBD) Option For ODC Items: Item Supplies/Services Qty Unit Est. Cost ------ ----------------- --------- ---- ---------------- 3000 300001 Incremental 1.0 LO Funding for
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
33 of 115 FINAL
XXXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXX
XXXXXXXXXX
X
X X X
X
X X X
X
Travel to Support SLIN 100001 Code608 Distance Support Yr 1 Reqn. No. 68683/52700715 ACRN: A1 (O&MN,N) 300002 Travel to Support 1.0 LO SLIN 100002 Code 805J SPS Yr 1 (WCF) 300003 Incremental 1.0 LO Funding for Travel to Support SLIN 1011AA Code 807 Distance Support Yr 1 (Follow on 0031/0052)REQN No 87872/52989373 ACRN: A3 (TBD) 300004 Incremental 1.0 LO Funding for Travel to Support SLIN 1011 Code 807 Distance Support Yr 1 (Follow on 0031/0055) Reqn. No. 87875/52989363 ACRN: A4 (WCF) 300005 Incremental 1.0 LO Funding for Travel to Support SLIN 1011 Code 807 Distance Support Yr 1 (Follow on 0031/0057)REQN No 87872/52989367 ACRN: A5 (WCF) 300006 Incremental 1.0 LO Funding for Travel to Support SLIN 1011 Code 807 Distance Support Yr 1 (Follow on 0031/0059) REQN. No 87875/52989365 ACRN: C3 (WCF)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
34 of 115 FINAL
XXX
XXX
XXX
XXX
XXX
X
XX
X
X
X
300011 Incremental 1.0 LO Funding for Travel to Support SLIN 101016 Code 807 Distance Support Yr 1 (Follow on 0031/0064) Reqn. No 87870/53198431 ACRN: C8 Reqn. No. 87870/53198431 (WCF) 300012 Incremental 1.0 LO Funding for Travel and ODC to Support SLIN 1012 Code 807 Distance Support Yr 1 (Follow on 0031/0069)Reqn. No. 87733/53147350 C5 (WCF) 300015 Incremental 1.0 LO Funding for Travel to Support SLIN 101015 Code 807 Distance Support Yr 1 (Follow on 0031/0071) ACRN: D2 Reqn. No. 87872/53187793. Per mod 45 9/17/10 SLIN 300015 is de-obligated by From to (WCF) 300017 Incremental 1.0 LO Funding for Travel to Support SLINs 101011-101015 Code 807 Distance Support Yr 1 (Follow on 0031/0066) Reqn. No. 81800/53147495
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
35 of 115 FINAL
XXX
XXX
XXXXXXX
XXX
XXXXXXXX
XXXXXXXXXXXXXXXX
X
X
X
X
ACRN: C6 (WCF) 300018 Incremental 1.0 LO Funding for Travel to Support SLINs 101011-101017 Code 807 Distance Support Yr 1 (Follow on 0031/0066)Reqn. No. 81800/53147490 ACRN: C6 (WCF) 300019 Incremental 1.0 LO Funding for Travel to Support SLIN 101018 Code 807 Distance Support Yr 1 (Follow on 0031/0071) ACRN: D3 Reqn. No. 87872/53478415 (WCF) 300020 Incremental 1.0 LO Funding for Travel and ODC to Support SLIN 1012 Code 807 Distance Support Yr 1 (Follow on 0031/0069)ACRN D9 Reqn. No: 87875/53509450 (WCF) 300021 Incremental 1.0 LO Funding for Travel to Support SLINs 1011AA Code 807 Distance Support Yr 1 (Follow on 0031/0055) ACRN D7 87875/60117377 (WCF) 300022 Incremental 1.0 LO Funding for Travel to Support SLIN 1011AA Code 807 Distance Support Yr 1
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
36 of 115 FINAL
XXXXXXX
XXX
XXX
XXX
XXXXXXXXX
X
X
X
X
(Follow on 0031/0059) ACRN: D9 87875/60117344. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF (WCF) 300023 Incremental 1.0 LO Travel and ODC Funding for Code 807 In support of SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0065 Follow On)ACRN E1 Reqn. # 87874/60313430 (WCF) 300024 Incremental 1.0 LO Travel and ODC Funding for Code 807 In support of SLIN 1012AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0069 Follow On)ACRN E3 Reqn. # 87875/60345005 (WCF) 300025 Incremental 1.0 LO Travel and ODC Funding for Code 807 In support of SLIN 1010AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0064 Follow On)ACRN C7 Reqn. # 87870/60397165 (WCF) 300026 Incremental 1.0 LO Travel and ODC Funding for Code
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
37 of 115 FINAL
XXXXXXX
XXX
XXX
XXX
XXXXXXXX
XXXXXXXXXX
X
X
X
X
807 In support of SLIN 1012AA labor in Yr 1 IAW Attached Code 807 Statement of Work (0031/0069 Follow On)ACRN G3 Reqn. # 87875/60520873 (WCF) 300027 Incremental 1.0 LO Funding for Travel to Support SLINs 1011AA Code 807 Distance Support Yr 1 (Follow on 0031/0064) ACRN C7 87870/60698129 (WCF) 300028 Incremental 1.0 LO Funding for Travel to Support SLIN 1011AA Code 807 Distance Support Yr 1 (Follow on 0031/0052) ACRN: A3 87872/60407786 (WCF) 300029 Incremental 1.0 LO Funding for Travel and ODC to Support SLIN 1012 Code 807 Distance Support Yr 1 (Follow on 0031/0069)Reqn. No. 87733/53147350 G5 (WCF) 300030 Incremental 1.0 LO Travel and ODC Funding for Code 608 In support of CLIN 1001 labor in Yr 1 IAW Attached Code 608 Statement of Work Exhibit AA (ACRN J1 Reqn. # 68683/61319757)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
38 of 115 FINAL
XXX
XXX
XXX
XXXXXXXXX
X
X
X
NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 68 RESULTING IN A BALANCE OF (WCF) 300031 Incremental 1.0 LO Funding for Travel and ODC to Support SLIN 1012 Code 807 Distance Support Yr 1 (Follow on 0031/0069)Reqn. No. 87875/61733739 K8 (WCF) 300032 Incremental 1.0 LH Funding for Travel and ODC to Support SLIN 1031 Code 805 Yr 1 Reqn. No. 85C00/61950872 ACRN E9 (WCF) 300033 Incremental 1.0 LO Funding for Travel and ODC to Support SLIN 1012 Code 807 Distance Support Yr 1 (Follow on 0031/0069)Reqn. No. 87875/62211928 L5 (WCF) 300034 Incremental 1.0 LO Funding for Code 807 SLIN 1012AA labor in Yr 1 IAW Attached Code 807 Statement of Work Exhibit M (0031/0069 Follow On)ACRN L5 Reqn. # 87875/62222629 (WCF) 300035 SLIN has been 1.0 LO deleted but remains with a 0
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
39 of 115 FINAL
XXX
XXX
XXX
XXX
XXX
XXXXXXX
XXXXXXXXXX
X
X
XX
X
X
X
balance per Seaport instruction (WCF) 300036 SLIN has been 1.0 LO deleted but remains per Seaport instruction (WCF) 300037 SLIN has been 1.0 LO deleted but remains with a 0 balance per Seaport instruction (WCF) 300038 Incremental 1.0 LO Funding to Support CLIN 3000 Reqn. 87875/62645152 ACRN:L6 (O&MN,N) 300039 Incremental 1.0 LO Funding to Support CLIN 3000 Reqn. 87875/62625057 ACRN:M8 (WCF) 300040 Incremental 1.0 LO Travel and ODC Funding Reqn. No. 87872/62720047 ACRN L4 (WCF) 300041 Incremental 1.0 LO Travel and ODC Funding Reqn. No. 87875/63173170 ACRN Q5. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF (OTHER) 3000AA This SLIN has 1.0 LO been deleted by an ACO
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
40 of 115 FINAL
XXX
XXX
XXX
XXX
XXXXXXX
XXXXXX
XXXXXXXX
XXXXXXX
XXXXXXXXXX
X
XX
X
X
X
XX
X
Modification. Per Mod 45 9/17/10 and per Seaport helpdesk support telephone call, we reviewed the Pricing Structure and observed that the Info CLIN/Priced SLIN structure required that the holding SLIN 3000AA needed to be updated to accommodate the additional funds. Once the Negotiated values were realigned it was possible to fund SLIN 300015 at 4312.07. (TBD) 3011 301130 tbd (OTHER) 1.0 LO 3012 301207 tbd (OTHER) 1.0 LO 3031 FY06 ODC and 1.0 LO Travel in Support of Code 805, Exhibit P CLIN 1031 (WCF) 303101 FY06 ODC and Travel for Code 805, Exhibit P, in support of CLIN 1031 Reqn. No. 85C00/60552352 ACRN E9 (WCF) 303102 FY06 ODC and Travel for Code 805, Exhibit P, in support of CLIN 1031 Reqn. No. 85C00/62730510 ACRN E9 (WCF) 303103 FY06 ODC and
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
41 of 115 FINAL
XXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXXX
X
X
X
X
X
X
X
X
XX
X
Travel for Code 805, Exhibit P, in support of CLIN 1031 Reqn. No. (WCF) 303104 Incremental Funding ACRN R1 Deobligated on Mod 48, leaving a balance of (WCF) 3150 Other Direct 1.0 LH Costs and Travel in support of CLIN 3150. Non-fee bearing. Travel in accordance with JTR. (WCF) 3160 Other Direct 1.0 LO Costs and Travel in support of CLIN 1160. Non-fee bearing. Travel in accordance with JTR. (O&MN,N) 316001 Incremental funding in support of CLIN 3160 Reqn. No. 68683/62697691 ACRN M1 (O&MN,N) 316002 Incremental funding in support of CLIN 3160 Reqn. No. 68683/63340261 ACRN Q3. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF (O&MN,N) 316003 Incremental Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
42 of 115 FINAL
XXXXXXX
XXXXXXXXX
XXXXXXX
XXXXXXXXX
XXXXXXXX
XXXXXXXXX
X
X
X
XX
ACRN M1 (O&MN,N) 3161 Other Direct 1.0 LO Costs and Travel in support of CLIN 1161. Non-fee bearing. Travel in accordance with JTR. (WCF) 3170 Other Direct 1.0 LO Costs and Travel in support of CLIN 1170. Non-fee bearing. Travel in accordance with JTR. (OPN) 317001 Incremental funding Reqn. No. 87872/62937041 ACRN L4 (OPN) 317002 Incremental funding Reqn. No. 87872/62937064 ACRN P6 (OPN) 317003 Incremental funding Reqn. No. 87875/62937164 ACRN D7. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 47 RESULTING IN A BALANCE OF (OPN) 3171 Other Direct 1.0 LO Costs and Travel in support of CLIN 1171. Non-fee bearing. Travel in accordance with JTR. (OPN) 317101 Incremental funding Reqn. No. 87871/62925690 ACRN N4 (OPN) 317102 Incremental
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
43 of 115 FINAL
XXXXX
XXXXXXXX
XXXXXXXX
XXXXX
XXXXXXX
X
X
X
funding Reqn. No. 87871/62925734 ACRN N6 (OPN) 317103 Incremental funding Reqn. No. 87871/62925756 ACRN N7 (OPN) 317104 Incremental funding Reqn. No. 87871/62925777 ACRN N8 (OPN) 317105 Incremental funding Reqn. No. 87874/62937002 ACRN N9 (OPN) 317106 Incremental funding Reqn. No. 01P80/62925720 ACRN P4 (OPN) 317107 Incremental funding Reqn. No. 01P80/62937080 ACRN P5 (OPN) 317108 Incremental funding ACRN Q8 (OPN) 3200 3200AA Other Direct 1.0 LO Costs and Travel in support of CLIN 1200. Non-fee bearing. Travel in accordance with JTR. (TBD) Option 3300 3300AA Other Direct 1.0 LO Costs and Travel in support of CLIN 1300. Non-fee bearing. Travel in accordance with JTR. (TBD) Option 3400
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
44 of 115 FINAL
XXXXXXXXX
XXXXXXXXX
XXXXXXXXX
XXXXXXXXX
XXXXXXXXX
X
XX
X
XX
X
3400AA Other Direct 1.0 LO Costs and Travel in support of CLIN 1400. Non-fee bearing. Travel in accordance with JTR. (TBD) Option
1) Task order type will be cost reimbursement plus fixed fee.
(2) In addition to the base ordering period, the contractor may earn an extension or reduction to the TO period froma minimum of 1 to a maximum of 5 years on the basis of performance during the evaluation periods as prescribed inthe award term clause and award term plan.
The Government shall have Government purpose data rights to all data generated in accordance with DFARS252.227-7013
(LIMITATION OF COST OR LIMITATION OF FUNDS LANGUAGE – (5310) The clause entitled"LIMITATION OF COST" (FAR 52.232 20) or "LIMITATION OF FUNDS" (FAR 52.232 22), as appropriate,shall apply separately and independently to each separately identified estimated cost.
PAYMENTS OF FEE(S) (LEVEL OF EFFORT) (NAVSEA) (MAY 1993) - (5314)
(a) For purposes of this contract, "fee" means "target fee" in cost plus incentive fee type contracts, "base fee" in costplus award fee type contracts, or "fixed fee" in cost plus fixed fee type contracts for level of effort type contracts.
(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in thiscontract entitled "FIXED FEE" (FAR 52.216 8) or "INCENTIVE FEE", (FAR 52.216 10), as applicable. Suchpayments shall be equal to percent (7.95%) of the allowable cost (exclusive of subcontractor costs) of each invoicesubmitted by and payable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COSTAND PAYMENT" (FAR 52.216 7), subject to the withholding terms and conditions of the "FIXED FEE" or"INCENTIVE FEE" clause, as applicable (percentage of fee is based on fee dollars divided by estimated cost dollars,including facilities capital cost of money). Total fee(s) paid to the Contractor shall not exceed the fee amount(s) setforth in this contract.
(c) The fee(s)specified in SECTION B, and payment thereof, is subject to adjustment pursuant to paragraph (g) ofthe special contract requirement entitled "LEVEL OF EFFORT." If the fee(s) is reduced and the reduced fee(s) is lessthan the sum of all fee payments made to the Contractor under this contract, the Contractor shall repay the excessamount to the Government. If the final adjusted fee exceeds all fee payments made to the contractor under thiscontract, the Contractor shall be paid the additional amount, subject to the availability of funds. In no event shallthe Government be required to pay the Contractor any amount in excess of the funds obligated under this contract atthe time of the discontinuance of work.
(d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid until the contract has beenmodified to reduce the fee(s) in accordance with the "LEVEL OF EFFORT" special contract requirement, or untilthe Procuring Contracting Officer has advised the paying office in writing that no fee adjustment is required.
PAYMENTS OF FEE(S) (COMPLETION) (NAVSEA) (MAY 1993) - (5313)
(a) For purposes of this contract, "fee" means "target fee" in cost plus incentive fee type contracts, "base fee" in costplus award fee type contracts, "fixed fee" in cost plus fixed fee type contracts for completion and phase type contracts.
(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in thiscontract entitled "FIXED FEE" (FAR 52.216 8) or "INCENTIVE FEE", (FAR 52.216 10), as applicable. Suchpayments shall be equal percent (7.95%) of the allowable cost (exclusive of subcontractor cost) of each invoicesubmitted by and payable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
45 of 115 FINAL
XXXXXXXXXX
AND PAYMENT" (FAR 52.216 7), subject to the withholding terms and conditions of the "FIXED FEE" or"INCENTIVE FEE" clause, as applicable (percentage of fee is based on fee dollars divided by estimated cost dollars,including facilities capital cost of money). Total fee(s) paid to the Contractor shall not exceed the fee amount(s) setforth in this contract.
(c) In the event of discontinuance of the work under this contract, or any specified phase of the contract, inaccordance with the clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232 22) or"LIMITATION OF COST" (FAR 52.232 20), as applicable, the fee shall be equitably adjusted by mutualagreement to reflect the diminution of work. If the adjusted fee is less than the sum of all fee payments made to theContractor under this contract, the Contractor shall repay the excess amount to the Government. If the adjusted feeexceeds all payments made to the Contractor under this contract, the Contractor shall be paid the additional amount,subject to the availability of funds. In no event shall the Government be required to pay the Contractor any amountin excess of the funds obligated under this contract at the time of the discontinuance of work.
(d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid until the contract has beenmodified to reduce the fee(s) in accordance with paragraph (c) above, or until the Procuring Contracting Officer hasadvised the paying office in writing that no fee adjustment is required.
NOTE: Percentage of fee is based on fee dollars divided by estimated cost dollars, including facilities capital cost ofmoney.
TRAVEL COSTS - ALTERNATE I (NAVSEA) (MAY 2000) – (5315)
(a)(1) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs inaccordance with FAR 31.205-46. The costs to be reimbursed shall be those costs accepted by the cognizant DCAA.
(a)(2) In accordance with Class Deviation 2000-00005, DOD Contractors may choose to use either the FTR ratesand definitions for travel, lodging and incidental expenses effective on 31 December 1998 or the current FTR ratesand definitions. The Contractor must choose either the 1998 definitions and rates or the current FTR definitions andrates and apply them consistently to all travel while this class deviation, or its successor, is in effect.
(b) Reimbursable travel costs include only that travel performed from the Contractor's facility to the worksite, in andaround the worksite, and from the worksite to the Contractor's facility.
(c) Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR 31.205-35;however, Contracting Officer approval shall be required prior to incurring relocation expenses and travel costsincident to relocation.
(d) The Contractor shall not be reimbursed for the following daily local travel costs:
(i) travel at U.S. Military Installations where Government transportation is available;
(ii) travel performed for personal convenience/errands, including commuting to and from work; and
(iii) travel costs incurred in the replacement of personnel when such replacement is accomplished for the Contractor'sor employee's convenience.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
46 of 115 FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
Performance Based
Statement of Work
1.0 Scope
This Statement of Work (SOW) sets forth the requirements for the procurement of engineering and technical supportservices for the following programs: AN/SPS-40, AN/SPS-48(V), AN/SPS-48E, AN/SPS-49, AN/SPS-55,AN/SPS-64, AN/SPS-67, AN/SLQ-32(V), AN/SLA-10, AN/WLR-1H(V), AN/SSQ-82(V), SEWIP and programssupporting Block Upgrades, NULKA, Decoy, Submarine EW and Airborne EW, Electro-Optic Systems, Improved(Chemical Agent) Point Detection System (IPDS), Joint Biological Point Detection System (JBPDS), NAVSEACrane’s Distance Support initiatives and the NSWC Surface Electronic Warfare (SEW) Project. The parameters ofthe work to be performed for each program are specifically described in the subparagraphs below. As required bydelivery order, the contractor shall furnish all labor, facilities, material, and equipment except for material, facilities,and equipment to be provided by the Government as Government Furnished Information (GFI), GovernmentFurnished Material (GFM), Government Furnished Facilities (GFF), or Government Furnished Equipment (GFE).The contractor shall collect, analyze, assess, review, recommend, evaluate, design, develop, inspect, validate, verify,and/or deliver data as required by delivery order.
Scope Restriction A:
The contractor shall not be requested to perform more than a combined maximum of (100) installations per year forthe Electro-Optic Systems, IPDS and JBPDS during the duration of this contract unless otherwise agreed upon inwriting by both the contractor and the government for purposes of this scope restriction, an ‘installation’ willconsist of a contractor provided crew performing work aboard a U.S. Navy, Coast Guard or a FMS Ship installingone of the above systems. Since both the systems and the ships may vary, it is not possible to define the exactnumber of personnel or hours required for each installation (hence the requirement for the selected contract type.)However, the historical average installation time has exceeded 500 labor hours. Therefore, for the purpose of thiscontract, one installation shall be defined as: “putting in service one system, from the above categories, on boardU.S. Navy, Coast Guard or a FMS Ship, within 628 to 928 hours inclusive of travel time, preparation and wrap-uptime as required for the completion of each delivery order.”
1.1 Background
These services are in support of electronics related tasks for the various branches of Code 80 of the Naval SurfaceWarfare Center, Crane Division, (NAVSURFWARCENDIV Crane). This effort is for a follow-on contract toContracts N00164-98-D-0009, N00164-99-D-0015, and N000164-00-0031. This requirement will be processed as acompetitive 8(a) set-aside in accordance with the 8(a) Program under the statutory authority implemented by FederalAcquisition Regulation (FAR) paragraph 219.805-2.
2.0 Applicable Documents
The following documents of the revision or issue in effect at the date of delivery order or as otherwise specified bythe delivery order form a part of this Statement of Work to the extent described herein. The exact revisions of thedocuments are not cited in the text of the Statement of Work. In the event of conflict between the documentsreferenced herein and the contents of this Statement of Work, the contents of this Statement of Work shall prevail.
2.1 Specifications
DOD-D-1000B Drawings, Engineering, and Associated Lists
MIL-STD-1812 Type Designation, Assignment and Method for Obtaining
MIL-E-1 7555 Electronic and Electrical Equipment Accessories and Repair
2.2 Standards
Mil-STD-248D Welding and Brazing Procedure and Performance Qualification
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
47 of 115 FINAL
DOD-STD-100 Engineering Drawing Practices
DOD-STD-2003 Electric Plant Installation Standard Methods for Surface Ships and
Submarines, Cable ISO 9000 Quality Management and Quality
Assurance Standards
2.3 Other Publications
NAVSEA S9086-CH-STM Welding and Allied Processes 010/CH-074 VI
ANSI Z39.18-87 Information Sciences-Scientific and Technical Reports -
Organization, Reparation, and Production
ASME Y14.100-2000 Engineering Drawing Practices
NSTS 9090-310B Alterations to Ships Accomplished by Alteration
Installation Teams.
2.4 Instructions and Regulations
OPNAVINST 5100.19 Navy Occupational Safety and Health (NAVOSH)
Program Manual for Forces Afloat
OPNAVINST 5102.1C Mishap Investigation and Reporting
29 CFR 1910.1200 OSHA Hazard Communication Standard
3.0 Requirements
All work to be performed and all deliverables shall be specifically referred to and described in all delivery ordersresulting from use of this contract by authorized contracting officers. Below are listed the specific areas in which thecontractor is expected to work and kinds of services to be provided for each, if required, by specific delivery orders:
3.0.1 Radar Systems and components
Work to be performed may consist of installation services, training and repair for the AN/SPS-40, AN/SPS-48E,AN/SPS-49, AN/SPS-55, AN/5P5-64, and AN/SP5-67 radar’s and antennas. Also required is the preparation ofbriefings and meetings for the above mentioned systems as tasked on individual delivery orders.
3.0.2 Night Vision Electro-Optics
Work to be performed may consist of Program Management support, Test Plans/Procedures development andimplementation, Engineering, Technical, Data Management support and meeting assistance in support ofelectro-optic programs.
Work to be performed may also consist of installation support and/or equipment removal services - Restriction Aapplies. The work to be performed shall consist of; installation certifications, system check outs and materialfabrication or procurement of necessary installation components needed to perform the installations.
3.0.3 Chemical-Biological Detection
Work to be performed may consist of installation support and/or equipment removal services for the IPDS andJBPDS -Restriction A applies. The work to be performed shall consist of; installation certifications, system checkouts and material fabrication or procurement of necessary installation components needed to perform theinstallations.
3.0.4 SEW Project Manager
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
48 of 115 FINAL
Work to be performed may consist of installation support and/or equipment removal services, training, repair, dataentry, CAD, illustration and administration support for the SEW Project Manager. This support includes thereceipt, filing, database entry, status accounting, extracting reports, reproduction of documents, revision/creation oftechnical drawings/documents, visual illustrations, briefings, meeting support and distribution of documents.
3.0.5 Distance Support
Work to be performed shall consist of Program Management support, test plans/procedures development andimplementation, engineering, technical, data management support and meeting assistance in support of DistanceSupport.
3.1 Task Requirements
As required by specified delivery orders, the Contractor shall provide all labor, material, equipment and facilitiesexcluding material, equipment and facilities provided for or referred to as GFM, GFE, GFF or GFI. TechnicalDirection Letters (TDLs) may be utilized to initiate specific tasking and provide travel details from within theindividual delivery orders.
3.1.1 Program Management Support Services
As specified by delivery order, the Contractor shall provide project/program management support services. Thissupport may consist of planning, preparing, organizing and reporting. The Contractor shall analyze and validateresults relating to the programs targeted objectives and current resources as required by delivery order.
3.1.2 Meeting Assistance
The following tasks shall be performed as specified, if required by individual delivery order. Contractor shall attendmeetings as requested. This shall consist of preparing technical and engineering recommendations as well asbriefings and overhead transparencies for quarterly reviews. The Contractor shall provide meeting assistanceconsisting of recording and distributing minutes for technical program meetings, weekly program meetings andprogram status reviews. The Contractor shall provide meeting coordination support consisting of planningmeetings, coordinating schedules with participants; reserving existing meeting space and ensuring briefingmaterials/equipment are available. Specific requirements and meeting agenda development will be specified byTDLs on individual delivery orders.
3.1.3 Engineering & Technical Support Services
The following tasks shall be performed as specified, if required by individual delivery order. The Contractor shallprovide engineering and technical support for the design, development, test, evaluation and engineering relatedefforts for the procurement, production maintenance and life cycle management. This consists of verification ofoperational capabilities, check out and repair, monitoring of system installations, performance of system diagnostictesting, inspection of installation facilities (pre and post installation) and ensuring that overall integrationspecifications have been attained.
3.1.4 Test Plans and Procedures
The following tasks shall be performed as specified, if required by individual delivery order. The Contractor shalldevelop, system, subsystem, equipment and component test plans and procedures, installation control drawings(ICDs). The plans and procedures may include test and evaluation master plans and procedures, technical evaluationplans and procedures, operational evaluation plans and procedures, system qualification and First ArticleQualification Test Plans and procedures, and production acceptance test and evaluation plans and procedures.
3.1.5 Installation Support (Radar)
The following tasks shall be performed as specified, if required by individual delivery order. The Contractor shallprovide engineering and technical support in order to perform installation certification according to systemcertification procedures, check out, repair and training for the identified radars and antennas at various locations,including shipyards and laboratory settings.
3.1.6 Installation Support (Electro Optics and Chemical Biological)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
49 of 115 FINAL
The following tasks shall be performed as specified, if required by individual delivery order. The Contractor shallprovide installation support for electro-optic systems, IPDS and JBPDS shipboard equipment, foundations, cabling,including: site preparation, scaffolding, priming, painting, lagging, cable pulling, cable banding, cable connectorassembly, equipment installation, equipment tagging, decking, fire watch, certified marine welding and removaland/or installation of Protective Counter Measure System materials.
Any delivery order or technical direction letter which would require the contractor to perform two or moreinstallations with overlapping schedules on separate ships shall only be binding by mutual agreement provided thatif the contractor chooses to decline an installation, it shall done within 24 hours of written notification of theoverlapping schedules.
3.1.7 Equipment Removal (Electro Optics and Chemical Biological)
The following tasks shall be performed as specified, if required by individual delivery order. The Contractor shallremove and/or relocate shipboard equipment including removal of previously installed electro-optic systems, IPDSand JBPDS foundations, brackets, cables, transformers, circuit breakers and other related materials to allow forinstallation of new or upgraded equipment/systems.
3.1.8 Installation Support (SEW)
The following tasks shall be performed as specified, if required by individual delivery order. The Contractor shallprovide engineering and technical support in order to perform installation certification according to systemcertification procedures, check out and repair and training for the Surface Electronic Warfare (SEW) Programs atvarious locations, including shipyards and laboratory settings supporting both US Navy Ships and FMS Ships.
3.1.9 Data Entry/CAD/Illustration/Admin (SEW)
The following tasks shall be performed as specified in each individual delivery order. The Contractor shall perform,database entry, filing, distribution, extracting, status accounting, creating databases & review for the following:Product Quality Deficiency Reports (PQDRs), Naval messages, In-Service analysis reports and AlterationInstallation Team (AlT) reports. The Contractor shall provide local (NSWC Crane facilities) meeting assistance,modify spreadsheets & update quarterly expenditure reports for the Surface Electronic Warfare Project Manager.
4.0 Data Deliverables.
Description CDRL No. DID No.
Contractors Progress,
Status & Management Report 0001 Dl-MGMT-80227
Conference Agenda 0002 DI-ADMN-81249A
Conference Minutes 0003 DI-ADMN-8 1 250A
Technical Report - 0004 Dl-MISC-80508
Study/Services
Status of Government-Furnished
Equipment Report 0005 Dl-MGMT-80269
5.0 Travel
Travel requirements are estimated as follows:
FY 2006 Number Number NumberDestination Trips Days Persons
Washington DC 30 7 5
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
50 of 115 FINAL
Norfolk, VA 45 14 6Crane, IN 20 14 2Pascagoula, MS 20 10 3Mayport, FL 20 12 6Miami, FL 20 12 6St. Petersburg, FL 10 12 6Panama City, FL 10 7 5San Diego, CA 30 14 6Everett, WA 10 12 6Bremerton, WA 10 10 3Honolulu, HI 10 14 6
FY 2007 Number Number NumberDestination Trips Days Persons
Washington DC 30 7 5Norfolk, VA 45 14 6Crane, IN 20 14 2Pascagoula, MS 20 10 3Mayport, FL 20 12 6Miami, FL 10 12 6St. Petersburg, FL 10 12 6Panama City, FL 10 7 5San Diego, CA 30 14 6Everett, WA 10 12 6Bremerton, WA 10 10 3Honolulu, HI 10 14 6Manama, Taiwan 5 14 2Alexandria, Egypt 5 14 2Turkey 5 14 2
FY 2008 Number Number NumberDestination Trips Days Persons
Washington DC 30 7 5Norfolk, VA 45 14 6Crane, IN 20 14 2Pascagoula, MS 20 10 3Mayport, FL 20 12 6Miami, FL 10 12 6St. Petersburg, FL 10 12 6Panama City, FL 10 7 5San Diego, CA 30 14 6Everett, WA 10 12 6Bremerton, WA 10 10 3Honolulu, HI 10 14 6Manama, Taiwan 5 14 2Alexandria, Egypt 5 14 2Turkey 5 14 2
FY 2009 Number Number NumberDestination Trips Days Persons
Washington DC 30 7 5Norfolk, VA 45 14 6
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
51 of 115 FINAL
Crane, IN 20 14 2Pascagoula, MS 20 10 3Mayport, FL 20 12 6Miami, FL 10 12 6St. Petersburg, FL 10 12 6Panama City, FL 10 7 5San Diego, CA 30 14 6Everett, WA 10 12 6Bremerton, WA 10 10 3Honolulu, HI 10 14 6Manama, Taiwan 5 14 2Alexandria, Egypt 5 14 2Turkey 5 14 2
FY 2010 Number Number NumberDestination Trips Days Persons
Washington DC 30 7 5Norfolk, VA 45 14 6Crane, IN 20 14 2Pascagoula, MS 20 10 3Mayport, FL 20 12 6Miami, FL 10 12 6St. Petersburg, FL 10 12 6Panama City, FL 10 7 5San Diego, CA 30 14 6Everett, WA 10 12 6Bremerton, WA 10 10 3Honolulu, HI 10 14 6Manama, Taiwan 5 14 2Alexandria, Egypt 5 14 2Turkey 5 14 2
CLAUSES INCORPORATED BY REFERENCE
52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions APR 1991
CLAUSES INCORPORATED BY FULL TEXT
HQ-C-1-0001 ITEM(S)CLIN 0002-DATA REQUIREMENTS (NAVSEA) (SEP 1992)
The data to be furnished hereunder shall be prepared in accordance with the Contract Data Requirements List, DDForm 1423, Exhibit(s), attached hereto.
HQ-C-1-0002 ITEM(S) CLINs 1001-1401 ENGINEERING SERVICES (NAVSEA) (MAY 1998)
(a) The Contractor shall furnish the services of qualified engineer(s) to:
(1) Assist in planning, installation, testing, checkout, adjustment, operation, disassembly, and repair of ; and
(2) Perform on-the-job instruction and training of Navy personnel (military and/or civilian).
(b) For purposes of this requirement, the following definitions apply:
(1) "Domestic services" means services rendered within the United States (U.S.) and/or on Navy vessels in portswithin the U.S. or at sea, provided the vessel does not enter port outside the U.S.
(2) "Foreign services" means services other than domestic.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
52 of 115 FINAL
(3) "United States" means the United States, its possessions, Puerto Rico, and any other place subject to itsjurisdiction, but does not include leased bases or trust territories.
(4) "Man day" means the services of one engineer for one day of eight hours, Monday through Friday (excludingholidays).
(5) "Holidays" means all Federally recognized holidays.
(c) The engineering services shall be performed within the limits, if any, as to place(s) and period(s) specifiedtherefor, as authorized by NSWC Crane .
(d) When authorized under paragraph (c) above, each engineer shall perform engineering services in accordance withsupplemental instructions provided by the Contract Administration Office (CAO) cognizant of the vesselconstruction/conversion contract, a representative of the authorizing activity or a representative of the activity wherethe engineering services are performed, as applicable. However, each engineer shall not be considered an employee ofthe Government.
(e) Travel time necessary for performance of such services shall be included in computing the man days of service.When services are performed at sea and the engineer(s) is unable to leave the vessel when work is completed, theremaining time aboard the vessel shall be considered travel time for purposes of computing the man days of services.However, the Contractor shall be paid for no more than one man day of service per calendar day for each engineerwhile in travel status.
(f) Passports, visas, inoculations and other medical requirements necessary for performance of engineering servicesshall be at the sole responsibility and expense of the Contractor.
(g) Each time services are performed, the engineer(s) shall obtain a certification of performance from a responsibleU.S. Government official aboard the vessel or at the activity where the services were performed, citing taskssatisfactorily performed and hours worked each day.
(h) The maximum liability of the Government for each engineering services item shall not exceed the amount setforth in the Schedule, or the amount obligated whichever is less. If, at any time, the Contractor has reason to believethat the amounts it expects to incur in the performance of each engineering services item in the next succeeding sixty(60) days, when added to all amounts previously incurred, will exceed seventy-five percent (75%) of the amountthen set forth in the Schedule; or if, at any time, the Contractor has reason to believe that the man days and/oramount for the full performance of each engineering services item will be greater or substantially less than that setforth in the Schedule, the Contractor shall notify the Contracting Officer in writing, giving its revised estimate of theman days and/or amount for the performance of said item. The Contractor shall not exceed the obligated amount foreach engineering services item, unless and until such amount has been increased in writing by the ContractingOfficer.
(i) In the event the Government does not designate time(s) and place(s) sufficient for performance of the total quantityof engineering services set forth in the Schedule within the period(s) provided therefor, those services not furnishedshall be deemed to be terminated for the convenience of the Government at no cost to the Government. Suchtermination shall be evidenced by a written document signed by the Contracting Officer and mailed or otherwisefurnished to the Contractor.
HQ-C-1-0009 ITEM(S) CLIN 1001-1401 SUPPORT FOR ENGINEERING SERVICES - ALTERNATE I(NAVSEA) (JUN 1992)
(a) The Contractor shall be reimbursed for its reasonable actual subsistence and transportation costs incurred in theperformance of the related engineering services item(s) in accordance with FAR 31.205-46. The costs to bereimbursed shall be those costs accepted by the cognizant DCAA.
(b) Overtime shall be performed as required by the using activity and to the extent authorized by the applicableNSWC Crane code identified in Section C under Engineering Services.
(c) The Contractor shall furnish selected replacement repair parts, other than repair parts carried in and readilyavailable from the Navy supply system, which in its judgement may be required during servicing of the equipmentto replace worn, defective or malfunctioning parts. This item shall also cover minor redesign, and improvements in
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
53 of 115 FINAL
components of items, as approved by the applicable NAVSEA/DRPM/PEO code identified in Section C underEngineering Services. As soon as practicable after completion of services for a specific vessel for which selectedreplacement repair parts were furnished, the Contractor shall submit an itemized priced list of the parts to theContracting Officer. Prices shall be subject to agreement between the Contracting Officer and the Contractor. Suchagreement shall be evidenced by a bilateral contract modification. Any dispute, or failure of the parties to reachagreement on the prices for any or all of the parts, shall be determined in accordance with and subject to the clause ofthis contract entitled "DISPUTES" (FAR this requirement, means "information technology" as that term is definedat FAR 2.101, and further including those items that would otherwise be excluded by paragraph (c) of thatdefinition. "Year 2000 compliant" (as defined at FAR means that the IT accurately processes date/time data(including), but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth andtwenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other IT, used incombination with the IT being delivered, properly exchanges date/time data with it. The "proper exchange" ofdate/time data shall be in accordance with the interface requirements specification(s) of the contract.
(c) For line item deliverables which are commercial items (as defined at FAR 2.101), and which include commercialIT, the terms and conditions of the standard commercial warranty covering such commercial IT shall apply inaddition to, and to the extent such terms and conditions are consistent with, this requirement. Any applicablecommercial warranty shall be incorporated into this contract by attachment.
(d) Notwithstanding any provision to the contrary in any other warranty of this contract, or in the absence of anysuch warranty(ies), the remedies available to the Government under this requirement shall include those provided inthe Inspection clause(s) of this contract. Nothing in this requirement shall be construed to limit any rights orremedies the Government may otherwise have under this contract.
(e) Unless specified elsewhere in the contract, the Contractor will also deliver to the Government a reportsummarizing any Year 2000 compliance testing that was performed, and the results thereof.
(f) The remedies available to the Government for noncompliance with this requirement shall remain available until31 January 2001, or one hundred eighty (180) days after acceptance of the last deliverable IT item under this contract(including any option exercised hereunder), whichever is later.
(End of Text)
HQ-C-2-0032 INFORMATION AND DATA FURNISHED BY THE GOVERNMENT - ALTERNATE II(NAVSEA) (MAY 1993)
(a) NAVSEA Form 4340/2 or Schedule C, as applicable, Government Furnished Information, attached hereto,incorporates by listing or specific reference all the data or information which the Government has provided or willprovide to the Contractor except for -
(1) The specifications set forth in Section C, and
(2) Government specifications, including drawings and other Government technical documentation which arereferenced directly or indirectly in the specifications set forth in Section C and which are applicable to this contractas specifications, and which are generally available and provided to Contractors or prospective Contractors uponproper request, such as Federal or Military Specifications, and Standard Drawings, etc.
(b) Except for the specifications referred to in subparagraphs (a)(1) and (2) above, the Government will not beobligated to provide to the Contractor any specification, drawing, technical documentation or other publicationwhich is not listed or specifically referenced in NAVSEA Form 4340/2 or Schedule C, as applicable,notwithstanding anything to the contrary in the specifications, the publications listed or specifically referenced inNAVSEA Form 4340/2 or Schedule C, as applicable, the clause entitled "GOVERNMENT PROPERTY(FIXED-PRICE CONTRACTS)" (FAR 52.245-2), or "GOVERNMENT PROPERTY (COST-REIMBURSEMENT, TIME-AND-MATERIAL, OR LABOR-HOUR CONTRACTS)" (FAR 52.245-5), asapplicable, or any other term or condition of this contract.
(c) (1) The Contracting Officer may at any time by written order:
(i) delete, supersede, or revise, in whole or in part, data listed or specifically referenced in NAVSEA Form 4340/2 or
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
54 of 115 FINAL
XXXX
Schedule C, as applicable; or
(ii) add items of data or information to NAVSEA Form 4340/2 or Schedule C, as applicable; or
(iii) establish or revise due dates for items of data information in NAVSEA Form 4340/2 or Schedule C, asapplicable.
(2) If any action taken by the Contracting Officer pursuant to subparagraph (c)(1) immediately above causes anincrease or decrease in the costs of; or the time required for performance of any part of the work under this contract anequitable adjustment shall be made in the contract amount and delivery schedule in accordance with the proceduresprovided for in the "CHANGES" clause of this contract.
HQ-C-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)
(a) "Organizational Conflict of Interest" means that because of other activities or relationships with other persons, aperson is unable or potentially unable to render impartial assistance or advice to the Government, or the person'sobjectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitiveadvantage. "Person" as used herein includes Corporations, Partnerships, Joint Ventures, and other businessenterprises.
(b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in thecontract, the Contractor does not have any organizational conflict of interest(s) as defined in paragraph (a).
(c) It is recognized that the effort to be performed by the Contractor under this contract may create a potentialorganizational conflict of interest on the instant contract or on a future acquisition. In order to avoid this potentialconflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the right of theContractor to participate in future procurement of equipment and/or services that are the subject of any work underthis contract shall be limited as described below in accordance with the requirements of FAR 9.5.
(d) (1) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result indisclosure to any party outside the Government any information provided to the Contractor by the Governmentduring or as a result of performance of this contract. Such information includes, but is not limited to, informationsubmitted to the Government on a confidential basis by other persons. Further, the prohibition against release ofGovernment provided information extends to cover such information whether or not in its original form, e.g., wherethe information has been included in Contractor generated work or where it is discernible from materialsincorporating or based upon such information. This prohibition shall not expire after a given period of time.
(2) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result indisclosure to any party outside the Government any information generated or derived during or as a result ofperformance of this contract. This prohibition shall expire after a period of three years after completion of performanceof this contract.
(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate of theContractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving theContractor, any entity into or with which it may merge or affiliate, or any successor or assign of the Contractor. Theterms of paragraph (f) of this Special Contract Requirement relating to notification shall apply to any release ofinformation in contravention of this paragraph (d).
(e) The Contractor further agrees that, during the performance of this contract and for a period of three years aftercompletion of performance of this contract, the Contractor, any affiliate of the Contractor, any subcontractor,consultant, or employee of the Contractor, any joint venture involving the Contractor, any entity into or with whichit may subsequently merge or affiliate, or any other successor or assign of the Contractor, shall not furnish to theUnited States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractoror subcontractor, any system, component or services which is the subject of the work to be performed under thiscontract. This exclusion does not apply to any recompetition for those systems, components or services furnishedpursuant to this contract. As provided in FAR 9.505-2, if the Government procures the system, component, orservices on the basis of work statements growing out of the effort performed under this contract, from a source otherthan the contractor, subcontractor, affiliate, or assign of either, during the course of performance of this contract orbefore the three year period following completion of this contract has lapsed, the Contractor may, with theauthorization of the cognizant Contracting Officer, participate in a subsequent procurement for the same system,
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
55 of 115 FINAL
component, or service. In other words, the Contractor may be authorized to compete for procurement(s) for systems,components or services subsequent to an intervening procurement.
(f) The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, itshall make immediate and full disclosure in writing to the Contracting Officer. The notification shall include adescription of the actual or potential organizational conflict of interest, a description of the action which theContractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevantinformation that would assist the Contracting Officer in making a determination on this matter. Notwithstandingthis notification, the Government may terminate the contract for the convenience of the Government if determined tobe in the best interest of the Government.
(g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of anorganizational conflict of interest prior to the award of this contract or becomes, or should become, aware of anorganizational conflict of interest after award of this contract and does not make an immediate and full disclosure inwriting to the Contracting Officer, the
Government may terminate this contract for default.
(h) If the Contractor takes any action prohibited by this requirement or fails to take action required by thisrequirement, the Government may terminate this contract for default.
(i) The Contracting Officer's decision as to the existence or nonexistence of an actual or potential organizationalconflict of interest shall be final.
(j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to theUnited States Government its product lines in existence on the effective date of this contract; nor, shall thisrequirement preclude the Contractor from participating in any research and development or delivering any designdevelopment model or prototype of any such equipment. Additionally, sale of catalog or standard commercial itemsare exempt from this requirement.
(k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate oradvise the Government concerning its own products or activities or those of a competitor in order to ensure propersafeguards exist to guarantee objectivity and to protect the Government's interest.
(l) The Contractor shall include this requirement in subcontracts of any tier which involve access to information orsituations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contractor" whereappropriate.
(m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remediesprovided by law or elsewhere included in this contract.
(n) Compliance with this requirement is a material requirement of this contract.
(End of Text)
HQ-C-2-0038 PERMITS AND RESPONSIBILITIES (NAVSEA) (SEP 1990)
The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessarylicenses and permits, and for complying with any applicable Federal, State, and Municipal laws, codes, andregulations, in connection with any movement over the public highways of overweight/overdimensional materials.
Personnel Requirements
All personnel shall furnish satisfactory proof to the Government that they are a citizen of the United States ofAmerica. This requirement can be waived on a case by case basis with prior approval from the contracting officer.
Personnel Qualifications
1.1 Program Manager
1.1.1 Basic Requirements: Successful completion of a full four year Bachelor of Science degree in
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
56 of 115 FINAL
electrical/electronic engineering (not technology), physics or business from an accredited college/university.
1.1.2 Experience Requirements: Candidate must have a minimum of five years of business, engineering or programmanagement work experience, three years experience with Government contracts and five years specialized experiencein radar systems and components, night vision electro-optics and/or chemical-biological detection.
1.1.3 Alternate Requirements: Candidate may substitute the specialized experience with the completion of a mastersor higher post graduate degree in engineering, physics or business from an accreditted college/university.
1.2 Senior Engineer
1.2.1 Basic Requirements: Successful completion of a full four-year professional engineering curriculum (notengineering technology) leading to a bachelor's or higher degree in engineering from an accredited college/university.To be acceptable the curriculum must:
Be in a school of engineering with at least one curriculum accredited by the
Accreditation Board for Engineering and Technology (ABET) as a professional
engineering curriculum, or
Include differential and integral calculus and courses (more advanced than first
year science or engineering) in five of the seven areas of engineering science or
physics: (a) statistics, dynamics; (b) strength of material (stress-strain
relationships); fluid mechanics, hydraulics; (d) thermodynamics; (e) electrical
fields and circuits; (f) nature and properties of materials (relating particle and
aggregate structure to properties); (g) any other comparable area of fundamental
engineering science or physics, such as optics, heat transfer or electronics.
1.2.1.1 Alternate Requirements: Candidates may substitute for the basic requirement, an alternate requirement of atleast 4 years of college-level education, training or technical experience that furnished (1) a thorough knowledge ofthe physical and mathematical sciences underlying professional engineering, and (2) a good understanding, boththeoretical and practical, of the engineering sciences and techniques and their application to one of the branches ofengineering cited above. This knowledge and understanding must be equivalent to that provided by a full four yearprofessional engineering curriculum with respect to (a)the knowledge, skills and abilities required to performprofessional engineering work in the specialty field of the position to be filled, and (b) the ability to develop andprogress in a career as a professional engineer in the specialty field. The adequacy of such background must bedemonstrated by registration as a professional engineer by any state, Guam, Puerto Rico, or District of Columbia.Registration must have been obtained by passing the written test administered by the Board of EngineeringExaminers, not by a grandfather clause or eminence provisions.
1.2.2 Experience Requirements: In addition to the basic requirement, candidates must: (1) have completed threeyears of progressively difficult electronics, chemical, computer, or mechanical engineering work assignments, or (2)have completed all requirements for a doctoral degree in mechanical, chemical, computer or electronics engineering.
NOTE: The personnel listed above are considered key personnel and are subject to the clause, SUBSTITUTIONOF PERSONNEL (SEP 1990) (NAVSEA 5252.237-9106)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
57 of 115 FINAL
SECTION D PACKAGING AND MARKING
CNIN-D-0005 PROHIBITED PACKING MATERIALS
The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper andsimilar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene is prohibited forshipboard use.
CNIN-D-0006 INSTRUCTIONS FOR MARKING DISTRIBUTION STATEMENT
The Contractor shall comply with the instructions cited below for placement of the distribution statement associatedwith data. The applicable distribution statement is identified on each Contract Data Requirements List (DD Form1423-1).
The distribution statement shall be displayed conspicuously on technical documents so as to be recognized readilyby receipts. The distribution statement shall appear on each front cover and title page of a report. If the technicaldocument does not have a cover or title page, the applicable distribution statement shall be stamped or typed on thefront page in a conspicuous position.
HQ D-1-0001 DATA PACKAGING LANGUAGE
All unclassified data shall be prepared for shipment in accordance with best commercial practice.
Classified reports, data, and documentation shall be prepared for shipment in accordance with National IndustrialSecurity Program Operating Manual (NISPOM), DOD 5220.22-M dated January 1995.
HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990)
All reports delivered by the Contractor to the Government under this contract shall prominently show on the coverof the report:
(1) name and business address of the Contractor
(2) contract number
(3) contract dollar amount
(4) whether the contract was competitively or non-competitively awarded
(5) sponsor:
(Name of Individual Sponsor)
(Name of Requiring Activity)
(City and State)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
58 of 115 FINAL
SECTION E INSPECTION AND ACCEPTANCE
CLAUSES INCORPORATED BY REFERENCE
52.246-5 Inspection Of Services Cost-Reimbursement APR 1984
CLAUSES INCORPORATED BY FULL TEXT
HQ E-1-0001 INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA
Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DDForm 1423.
HQ E-1-0002 INSPECTION AND ACCEPTANCE LANGUAGE FOR ENGINEERING SERVICES
Item(s) CLIN 1001-3401 - Acceptance shall be made by the cognizant TOM upon receipt of a copy of theauthorization for services and the original certification of performance.
HQ E-2-0006 GOVERNMENT FURNISHED MATERIAL (NAVSEA) (MAY 1995)
Government Furnished Material: When material is furnished by the Government, the contractor's procedures shallinclude at least the following:
(a) Examination upon receipt, consistent with practicality, to detect damage in transit;
(b) Inspection for completeness and proper type;
(c) Periodic inspection and precautions to assure adequate storage conditions and to guard against damage fromhandling and deterioration during storage;
(d) Functional testing, either prior to or after installation, or both, as required by contract to determine satisfactoryoperation;
(e) Identification and protection from improper use or disposition; and
(f) Verification of quantity.
Damaged Government Furnished Material: The contractor shall report to the Government representative anyGovernment-furnished property found damaged, malfunctioning, or otherwise unsuitable for use. In event of damageor malfunction during or after installation, the contractor shall determine and record probable cause and necessity forwithholding material from use.
Bailed Property: The contractor shall, as required by the terms of the Bailment Agreement, establish procedures forthe adequate storage, maintenance, and inspection of bailed Government property. Records of all inspections andmaintenance performed on bailed property shall be maintained. These procedures and records shall be subject toreview by the Government representative.
[As used in the foregoing, the term "material" applies to Government-furnished equipment to be installed in orfurnished with the end item. The term "property" is Government equipment that is used in the fabrication orassembly of the end item, and is not delivered as part of the end item.]
HQ E-2-0008 INSPECTION AND TEST RECORDS (NAVSEA) (MAY 1995)
Inspection and Test Records: Inspection and test records shall, as a minimum, indicate the nature of theobservations, number of observations made, and the number and type of deficiencies found. Data included ininspection and test records shall be complete and accurate, and shall be used for trend analysis and to assesscorrective action and effectiveness.
HQ E-2-0015 QUALITY SYSTEM REQUIREMENTS (NAVSEA) (MAY 1995)
Quality System Requirements. The Contractor shall provide and maintain a quality system that, as a minimum,
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
59 of 115 FINAL
adheres to the requirements of ANSI/ASQC Q9001-1994 Quality Systems-Model for Quality Assurance inDesign/Development, Production, Installation, and Servicing and supplemental requirements imposed by thiscontract. The quality system procedures, planning, and all other documentation and data that comprise the qualitysystem shall be made available to the Government for review. Existing quality documents that meet therequirements of this contract may continue to be used. The Government may perform any necessary inspections,verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementingprocedures. The Contractor shall require of subcontractors a quality system achieving control of the quality of theservices and/or supplies provided. The Government reserves the right to disapprove the quality system or portionsthereof when it fails to meet the contractual requirements.
HQ E-2-0017 USE OF CONTRACTOR’S INSPECTION EQUIPMENT
(NAVSEA) (MAY 1995)
Use of Contractor’s Inspection Equipment: The contractor's gages, and measuring and testing devices shall be madeavailable for use by the Government when required to determine conformance with contract requirements. Ifconditions warrant, the contractor’s personnel shall be made available for operations of such devices and forverification of their accuracy and condition.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
60 of 115 FINAL
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
100001 9/23/2005 - 9/22/2006
100002 9/23/2005 - 9/22/2006
100003 9/23/2005 - 9/22/2006
100004 9/24/2005 - 9/23/2006
1000AA 9/24/2005 - 9/23/2006
1001 5/26/2006 - 9/24/2006
1002 5/25/2006 - 9/24/2006
1003 6/15/2006 - 9/22/2006
1004 9/1/2006 - 10/24/2006
101001 10/25/2005 - 10/24/2006
101002 10/25/2005 - 10/24/2006
101003 10/25/2005 - 10/24/2006
101004 10/25/2005 - 10/24/2006
101005 10/25/2005 - 10/24/2006
101006 10/25/2005 - 10/24/2006
101007 10/25/2005 - 10/24/2006
101008 10/25/2005 - 10/24/2006
101009 10/25/2005 - 10/24/2006
101010 10/25/2005 - 10/24/2006
101011 10/25/2005 - 10/24/2006
101012 10/25/2005 - 10/24/2006
101013 10/25/2005 - 10/24/2006
101014 10/25/2005 - 10/24/2006
101015 10/25/2005 - 10/24/2006
101016 10/25/2005 - 10/24/2006
101017 10/25/2005 - 10/24/2006
101018 10/25/2005 - 10/24/2006
101019 10/25/2005 - 10/24/2006
101020 10/25/2005 - 10/24/2006
101021 10/25/2005 - 10/24/2006
101022 10/25/2005 - 10/24/2006
101023 10/25/2005 - 10/24/2006
101024 10/25/2005 - 10/24/2006
101025 10/25/2005 - 10/24/2006
101026 10/25/2005 - 10/24/2006
101027 10/25/2005 - 10/24/2006
101028 10/25/2005 - 10/24/2006
101029 10/25/2005 - 10/24/2006
101030 10/25/2005 - 10/24/2006
101031 10/25/2005 - 10/24/2006
101032 10/25/2005 - 10/24/2006
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
61 of 115 FINAL
101033 10/25/2005 - 10/24/2006
101034 10/25/2005 - 10/24/2006
101035 10/25/2005 - 10/24/2006
101036 10/25/2005 - 10/24/2006
101037 10/25/2005 - 10/24/2006
101038 10/25/2005 - 10/24/2006
101039 10/25/2005 - 10/24/2006
101040 10/25/2005 - 10/24/2006
101041 10/25/2006 - 10/24/2007
101042 10/25/2005 - 10/24/2006
101043 10/25/2005 - 10/24/2006
101044 10/25/2005 - 10/24/2006
101045 10/25/2006 - 10/24/2007
101046 10/25/2006 - 10/24/2007
101047 10/25/2007 - 10/24/2008
101048 10/25/2005 - 10/24/2006
101049 10/25/2005 - 10/24/2006
101050 10/25/2005 - 10/24/2006
101051 10/25/2005 - 10/24/2006
101052 10/25/2005 - 10/24/2006
101053 10/25/2005 - 10/24/2006
101054 10/25/2005 - 10/24/2006
101055 10/25/2005 - 10/24/2006
101056 10/25/2005 - 10/24/2006
101057 10/25/2005 - 10/24/2006
101058 10/25/2005 - 10/24/2006
101059 10/25/2005 - 10/24/2006
101060 10/25/2005 - 10/24/2006
101061 10/25/2005 - 10/24/2006
101062 10/25/2005 - 10/24/2006
1010AA 10/25/2005 - 10/24/2006
101101 10/25/2005 - 10/24/2006
101102 10/25/2005 - 10/24/2006
101103 10/25/2005 - 10/24/2006
101104 10/25/2005 - 10/24/2006
101105 10/25/2005 - 10/24/2006
101106 10/25/2005 - 10/24/2006
101107 10/25/2005 - 10/24/2006
101108 10/25/2005 - 10/24/2006
101109 10/25/2005 - 10/24/2006
101110 10/25/2005 - 10/24/2006
101111 10/25/2005 - 10/24/2006
101112 10/25/2005 - 10/24/2006
101113 10/25/2005 - 10/24/2006
101114 10/25/2005 - 10/24/2006
101115 10/25/2005 - 10/24/2006
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
62 of 115 FINAL
101116 10/25/2005 - 10/24/2006
101117 10/25/2005 - 10/24/2006
101118 10/25/2005 - 10/24/2006
101119 10/25/2005 - 10/24/2006
101120 10/25/2005 - 10/24/2006
101121 10/25/2005 - 10/24/2006
101122 10/25/2005 - 10/24/2006
101123 10/25/2005 - 10/24/2006
101124 10/25/2005 - 10/24/2006
101125 10/25/2005 - 10/24/2006
101126 10/25/2005 - 10/24/2006
101127 10/25/2005 - 10/24/2006
101128 10/25/2005 - 10/24/2006
101129 10/25/2005 - 10/24/2006
101130 10/25/2005 - 10/24/2006
1011AA 10/25/2005 - 10/24/2006
101201 11/10/2005 - 11/9/2006
101202 11/10/2005 - 11/9/2006
101203 11/10/2006 - 11/9/2007
101204 11/10/2005 - 11/9/2006
101205 11/10/2005 - 11/9/2006
101206 11/10/2005 - 11/9/2006
101207 10/25/2006 - 10/27/2006
1012AA 10/10/2005 - 10/9/2006
103001 10/25/2005 - 10/24/2006
103002 10/25/2006 - 10/24/2007
1030AA 10/25/2005 - 10/24/2006
1031 2/2/2006 - 2/1/2007
1040 2/2/2006 - 2/1/2007
1150 9/23/2006 - 9/22/2007
1151 10/1/2006 - 9/30/2007
1160 9/23/2006 - 9/22/2007
1161 10/1/2006 - 9/30/2007
1170 10/25/2006 - 10/24/2007
1171 10/25/2006 - 10/24/2007
300001 9/23/2005 - 9/22/2006
300002 9/23/2005 - 9/22/2006
300003 10/25/2005 - 10/24/2006
300004 10/25/2005 - 10/24/2006
300005 10/25/2005 - 10/24/2006
300006 10/25/2005 - 10/24/2009
300011 10/25/2005 - 10/24/2006
300012 11/10/2005 - 11/9/2006
300015 10/25/2005 - 10/24/2006
300017 10/25/2005 - 10/24/2006
300018 10/25/2005 - 10/24/2006
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
63 of 115 FINAL
300019 10/25/2005 - 10/24/2006
300020 10/25/2005 - 10/24/2006
300021 10/25/2005 - 10/24/2006
300022 10/25/2005 - 10/24/2006
300023 10/25/2005 - 10/24/2006
300024 11/10/2005 - 11/9/2006
300025 10/25/2005 - 10/24/2006
300026 11/10/2005 - 11/9/2006
300027 10/25/2005 - 10/24/2006
300028 10/25/2005 - 10/24/2006
300029 11/11/2005 - 11/7/2006
300030 5/30/2006 - 9/24/2006
300031 10/25/2005 - 10/24/2006
300032 10/25/2005 - 10/24/2006
300033 10/25/2005 - 10/24/2006
300034 10/25/2005 - 10/24/2007
300035 10/25/2005 - 10/24/2006
300036 10/25/2005 - 10/24/2006
300037 10/25/2005 - 10/24/2006
300038 10/25/2005 - 10/24/2006
300039 10/25/2009 - 10/24/2010
300040 10/25/2005 - 10/24/2006
300041 10/25/2005 - 10/24/2006
3000AA 9/25/2005 - 9/24/2006
301130 10/25/2005 - 10/24/2006
301207 10/25/2006 - 10/27/2006
3031 2/2/2006 - 2/1/2007
3150 9/23/2006 - 9/22/2007
3160 9/23/2006 - 9/22/2007
3161 9/30/2006 - 9/29/2007
3170 10/25/2006 - 10/24/2007
3171 10/25/2006 - 10/24/2007
CLAUSES INCORPORATED BY REFERENCE
52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984
52.247-34 F.O.B. Destination NOV 1991
CLAUSES INCORPORATED BY FULL TEXT
CNIN-F-0001 PERFORMANCE LANGUAGE FOR LOE SERVICES
The Contractor shall perform the work described in SECTION C, at the level of effort specified in SECTION B, asfollows:
ITEM(S) From TO
1001-3401 Date of Contract/Delivery Order Award Period of Performance Specified in individual Delivery Orders
1501 IAW DD1423s
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
64 of 115 FINAL
CNIN-F-0005 TIME OF PERFORMANCE (SERVICES)
Services to be furnished under ITEM 0001hereunder shall be performed and completed within 5 years from theeffective date of the contract as specified in delivery orders.
HQ F-2-0003 DATA DELIVERY LANGUAGE FOR SERVICES ONLY
PROCUREMENTS
All data to be furnished under this contract shall be delivered prepaid to the destination(s) and at the time(s)specified on the Contract Data Requirements List(s), DD Form 1423.
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following Items are as follows:
100001 9/23/2005 - 9/22/2006
100002 9/23/2005 - 9/22/2006
100003 9/23/2005 - 9/22/2006
100004 9/24/2005 - 9/23/2006
1000AA 9/24/2005 - 9/23/2006
1001 5/26/2006 - 9/24/2006
1002 5/25/2006 - 9/24/2006
1003 6/15/2006 - 9/22/2006
1004 9/1/2006 - 10/24/2006
101001 10/25/2005 - 10/24/2006
101002 10/25/2005 - 10/24/2006
101003 10/25/2005 - 10/24/2006
101004 10/25/2005 - 10/24/2006
101005 10/25/2005 - 10/24/2006
101006 10/25/2005 - 10/24/2006
101007 10/25/2005 - 10/24/2006
101008 10/25/2005 - 10/24/2006
101009 10/25/2005 - 10/24/2006
101010 10/25/2005 - 10/24/2006
101011 10/25/2005 - 10/24/2006
101012 10/25/2005 - 10/24/2006
101013 10/25/2005 - 10/24/2006
101014 10/25/2005 - 10/24/2006
101015 10/25/2005 - 10/24/2006
101016 10/25/2005 - 10/24/2006
101017 10/25/2005 - 10/24/2006
101018 10/25/2005 - 10/24/2006
101019 10/25/2005 - 10/24/2006
101020 10/25/2005 - 10/24/2006
101021 10/25/2005 - 10/24/2006
101022 10/25/2005 - 10/24/2006
101023 10/25/2005 - 10/24/2006
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
65 of 115 FINAL
101024 10/25/2005 - 10/24/2006
101025 10/25/2005 - 10/24/2006
101026 10/25/2005 - 10/24/2006
101027 10/25/2005 - 10/24/2006
101028 10/25/2005 - 10/24/2006
101029 10/25/2005 - 10/24/2006
101030 10/25/2005 - 10/24/2006
101031 10/25/2005 - 10/24/2006
101032 10/25/2005 - 10/24/2006
101033 10/25/2005 - 10/24/2006
101034 10/25/2005 - 10/24/2006
101035 10/25/2005 - 10/24/2006
101036 10/25/2005 - 10/24/2006
101037 10/25/2005 - 10/24/2006
101038 10/25/2005 - 10/24/2006
101039 10/25/2005 - 10/24/2006
101040 10/25/2005 - 10/24/2006
101041 10/25/2006 - 10/24/2007
101042 10/25/2005 - 10/24/2006
101043 10/25/2005 - 10/24/2006
101044 10/25/2005 - 10/24/2006
101045 10/25/2006 - 10/24/2007
101046 10/25/2006 - 10/24/2007
101047 10/25/2007 - 10/24/2008
101048 10/25/2005 - 10/24/2006
101049 10/25/2005 - 10/24/2006
101050 10/25/2005 - 10/24/2006
101051 10/25/2005 - 10/24/2006
101052 10/25/2005 - 10/24/2006
101053 10/25/2005 - 10/24/2006
101054 10/25/2005 - 10/24/2006
101055 10/25/2005 - 10/24/2006
101056 10/25/2005 - 10/24/2006
101057 10/25/2005 - 10/24/2006
101058 10/25/2005 - 10/24/2006
101059 10/25/2005 - 10/24/2006
101060 10/25/2005 - 10/24/2006
101061 10/25/2005 - 10/24/2006
101062 10/25/2005 - 10/24/2006
1010AA 10/25/2005 - 10/24/2006
101101 10/25/2005 - 10/24/2006
101102 10/25/2005 - 10/24/2006
101103 10/25/2005 - 10/24/2006
101104 10/25/2005 - 10/24/2006
101105 10/25/2005 - 10/24/2006
101106 10/25/2005 - 10/24/2006
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
66 of 115 FINAL
101107 10/25/2005 - 10/24/2006
101108 10/25/2005 - 10/24/2006
101109 10/25/2005 - 10/24/2006
101110 10/25/2005 - 10/24/2006
101111 10/25/2005 - 10/24/2006
101112 10/25/2005 - 10/24/2006
101113 10/25/2005 - 10/24/2006
101114 10/25/2005 - 10/24/2006
101115 10/25/2005 - 10/24/2006
101116 10/25/2005 - 10/24/2006
101117 10/25/2005 - 10/24/2006
101118 10/25/2005 - 10/24/2006
101119 10/25/2005 - 10/24/2006
101120 10/25/2005 - 10/24/2006
101121 10/25/2005 - 10/24/2006
101122 10/25/2005 - 10/24/2006
101123 10/25/2005 - 10/24/2006
101124 10/25/2005 - 10/24/2006
101125 10/25/2005 - 10/24/2006
101126 10/25/2005 - 10/24/2006
101127 10/25/2005 - 10/24/2006
101128 10/25/2005 - 10/24/2006
101129 10/25/2005 - 10/24/2006
101130 10/25/2005 - 10/24/2006
1011AA 10/25/2005 - 10/24/2006
101201 11/10/2005 - 11/9/2006
101202 11/10/2005 - 11/9/2006
101203 11/10/2006 - 11/9/2007
101204 11/10/2005 - 11/9/2006
101205 11/10/2005 - 11/9/2006
101206 11/10/2005 - 11/9/2006
101207 10/25/2006 - 10/27/2006
1012AA 10/10/2005 - 10/9/2006
103001 10/25/2005 - 10/24/2006
103002 10/25/2006 - 10/24/2007
1030AA 10/25/2005 - 10/24/2006
1031 2/2/2006 - 2/1/2007
1040 2/2/2006 - 2/1/2007
1150 9/23/2006 - 9/22/2007
1151 10/1/2006 - 9/30/2007
1160 9/23/2006 - 9/22/2007
1161 10/1/2006 - 9/30/2007
1170 10/25/2006 - 10/24/2007
1171 10/25/2006 - 10/24/2007
300001 9/23/2005 - 9/22/2006
300002 9/23/2005 - 9/22/2006
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
67 of 115 FINAL
300003 10/25/2005 - 10/24/2006
300004 10/25/2005 - 10/24/2006
300005 10/25/2005 - 10/24/2006
300006 10/25/2005 - 10/24/2009
300011 10/25/2005 - 10/24/2006
300012 11/10/2005 - 11/9/2006
300015 10/25/2005 - 10/24/2006
300017 10/25/2005 - 10/24/2006
300018 10/25/2005 - 10/24/2006
300019 10/25/2005 - 10/24/2006
300020 10/25/2005 - 10/24/2006
300021 10/25/2005 - 10/24/2006
300022 10/25/2005 - 10/24/2006
300023 10/25/2005 - 10/24/2006
300024 11/10/2005 - 11/9/2006
300025 10/25/2005 - 10/24/2006
300026 11/10/2005 - 11/9/2006
300027 10/25/2005 - 10/24/2006
300028 10/25/2005 - 10/24/2006
300029 11/11/2005 - 11/7/2006
300030 5/30/2006 - 9/24/2006
300031 10/25/2005 - 10/24/2006
300032 10/25/2005 - 10/24/2006
300033 10/25/2005 - 10/24/2006
300034 10/25/2005 - 10/24/2007
300035 10/25/2005 - 10/24/2006
300036 10/25/2005 - 10/24/2006
300037 10/25/2005 - 10/24/2006
300038 10/25/2005 - 10/24/2006
300039 10/25/2009 - 10/24/2010
300040 10/25/2005 - 10/24/2006
300041 10/25/2005 - 10/24/2006
3000AA 9/25/2005 - 9/24/2006
301130 10/25/2005 - 10/24/2006
301207 10/25/2006 - 10/27/2006
3031 2/2/2006 - 2/1/2007
3150 9/23/2006 - 9/22/2007
3160 9/23/2006 - 9/22/2007
3161 9/30/2006 - 9/29/2007
3170 10/25/2006 - 10/24/2007
3171 10/25/2006 - 10/24/2007
The periods of performance for the following Option Items are as follows:
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
68 of 115 FINAL
1200AA 9/23/2007 - 9/22/2008
1300AA 9/23/2008 - 9/22/2009
1400AA 9/23/2009 - 9/22/2010
The periods of performance for the Award Term Items are as follows:
3200AA 9/23/2007 - 9/22/2008
3300AA 9/23/2008 - 9/22/2009
3400AA 9/23/2009 - 9/22/2010
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
69 of 115 FINAL
SECTION G CONTRACT ADMINISTRATION DATA
CLAUSES INCORPORATED BY FULL TEXT
CNIN-G-0001 SPECIAL PAYMENT/INVOICING INSTRUCTIONS
SPECIAL PAYMENT INSTRUCTIONS
Payment instructions will be detailed in each individual delivery order—[Use in basic IDIQ award document]
Payment is not to be pro-rated.
ACRNs are to be paid in accordance with contractor’s invoice.
Disburse ACRNs in the order shown:
SPECIAL INVOICE/BILLING INSTRUCTIONS
Invoice/Billing instructions will be detailed in each individual delivery order
The contract ACRN associated with each CLIN/SLIN shall be referenced on page 1 of the invoice by CLIN/SLIN.
CLINs 1001-3401: Invoice ACRNs in the order shown:
[IF DFAS-CO PAYING OFFICE ORIGINAL INVOICE GOES TO COLUMBUS WITH COPY TO VENDORPAY]
In addition to Payment Office copy, the contractor shall submit 1 copy of the invoice to:
VENDOR PAY
CODE 00M, BLDG 64
NAVSURFWARCENDIV
300 HIGHWAY 361
CRANE IN 47522-5000
1 copy of the invoice to:
CONTRACT SPECIALIST
CODE 0565, BLDG 3291
NAVSURFWARCENDIV
300 HIGHWAY 361
CRANE IN 47522-5000
FAX 812.854.5066
Task Order Manager
Code 6083, Bldg 3330N
NAVSURFWARCENDIV
300 HIGHWAY 361
CRANE IN 47522-5000
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
70 of 115 FINAL
XXXXXXXXXX
XXXXXXXX
Or e-mail the invoice to the following address:
CRAN_VendorPay@navy mil
The subject line of the e-mail must read as follows:
Company Name/Contract Number/Order Number
[DFAS OPLOC Payment offices shall use the following note in place of the above note—The contractor shall NOTsend a copy of the invoice directly to the payment office—Please annotate “Send invoice to” block appropriately onPage 1 of the contract]
The contractor shall submit invoices to:
VENDOR PAY
CODE 00M, BLDG 64
NAVSURFWARCENDIV
300 HIGHWAY 361
CRANE IN 47522-5000
Or e-mail the invoice to the following address:
CRAN_VendorPay@navy mil
The subject line of the e-mail must read as follows:
Company Name/Contract Number/Order Number
CLAUSES INCORPORATED BY FULL TEXT
CNIN-G-0004 SUBMISSION OF INVOICES (COST-REIMBURSEMENT, TIME-AND-MATERIALS,LABOR-HOUR, OR FIXED PRICE INCENTIVE)
(a) "Invoice" as used in this clause includes contractor requests for interim payments using public vouchers (SF1034) but does not include contractor requests for progress payments under fixed price incentive contracts.
(b) The Contractor shall submit invoices and any necessary supporting documentation, in an original and fourcopies, to the cognizant DCAA office at the following address:
unless delivery orders are applicable, in which case invoices will be segregated by individual order and submitted tothe address specified in the order. In addition, an information copy shall be submitted to NSWC Crane ContractingOfficer & NSWC Vendor Pay. Following verification the cognizant DCAA office will forward the invoice to thedesignated payment office for payment in the amount determined to be owing, in accordance with the applicablepayment (and fee) clause(s) of this contract.
(c) Invoices requesting interim payments shall be submitted no more than once every two weeks, unless anothertime period is specified in the Payments clause of this contract. For indefinite delivery type contracts, interimpayment invoices shall be submitted no more than once every two weeks for each delivery order. There shall be alapse of no more than __14_ calendar days between performance and submission of an interim payment invoice.
(d) In addition to the information identified in the Prompt Payment clause herein, each invoice shall contain thefollowing information, as applicable:
(1) Contract line item number (CLIN)
(2) Subline item number (SLIN)
(3) Accounting Classification Reference Number (ACRN)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
71 of 115 FINAL
(4) Payment terms
(5) Procuring activity
(6) Date supplies provided or services performed
(7) Costs incurred and allowable under the contract
(8) Vessel (e.g., ship, submarine or other craft) or system for which supply/service is provided
(e) A DD Form 250, "Material Inspection and Receiving Report",
Xis required with each invoice submittal.
_is required only with the final invoice.
_is not required.
(f) A Certificate of Performance
Xshall be provided with each invoice submittal.
_is not required.
(g) The Contractor's final invoice shall be identified as such, and shall list all other invoices (if any) previouslytendered under this contract.
(h) Costs of performance shall be segregated, accumulated and invoiced to the appropriate ACRN categories to theextent possible. When such segregation of costs by ACRN in not possible for invoices submitted withCLINS/SLINS with more than one ACRN, an allocation ratio shall be established in the same ratio as theobligations cited in the accounting data so that costs are allocated on a proportional basis.
Alternate I
(i) When a vendor invoice for a foreign currency is provided as supporting documentation, the Contractor shallidentify the foreign currency and indicate on the vendor invoice the rate of exchange on the date of payment by theContractor. The Contractor shall also attach a copy of the bank draft or other suitable documents showing the rate ofexchange. The Contractor shall provide an English translation if the vendor invoice is written in a foreign language.
A copy of every invoice shall also be provided to the Task Order Managerlisted below.
Task Order Manager
Code 805C, Bldg 64
NAVSURFWARCENDIV
300 HIGHWAY 361
CRANE IN 47522-5000
FAX 812.854.3665
Alternate II
(b)(i) In accordance with DFARS 242.803(b)(i)(C), the cognizant DACC auditor has authorized the contractor tosubmit interim vouchers directly to the paying offices. This authorization does not extend to the first and finalinvoices, which shall be submitted to the contract auditor at the following address:
DCAA Indianapolis Branch
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
72 of 115 FINAL
XXXXXXXXXX
Column 116-AA
8899 E 56th Street
Indianapois, IN 46249
FAX 317.510.1012
CNIN-G-0007 PROMPT PAYMENT CONSTRUCTIVE ACCEPTANCE
The Prompt Payment Act referenced in 52.212-4(g)(2) or Paragraph FAR 52.232-25(a)(5)(i) of the Prompt Paymentclause is hereby changed to:
For the sole purpose of computing an interest penalty that might be due the contractor, government acceptance shallbe deemed to have occurred constructively on the 30th day after the contractor delivered the supplies or performedthe services in accordance with the terms and conditions of the contract, unless there is a disagreement overquantity, quality, or contractor compliance with a contract provision.
Payment will be due the vendor in accordance with FAR 52.232-25(a)(1)
Due date.
(i) Except as indicated in paragraphs (a)(2) and (c) of this clause, the due date for making invoice payments by thedesignated payment office shall be the later of the following two events:
(A) The 30th day after the designated billing office receives a proper invoice from the Contractor (except as providedin paragraph (a)(1)(ii) of this clause).
(B) The 30th day after Government acceptance of supplies delivered or services performed. For a final invoice, whenthe payment amount is subject to contract settlement actions, acceptance is deemed to occur on the effective date ofthe contract settlement.
(ii) If the designated billing office fails to annotate the invoice with the actual date of receipt at the time of receipt,the invoice payment due date is the 30th day after the date of the Contractor's invoice; provided the designatedbilling office receives a proper invoice and there is no disagreement over quantity, quality, or Contractor compliancewith contract requirements.
CNIN-G-0009 SECURITY ADMINISTRATION
The highest level of security required under this contract is Secret as designated on DD Form 254 attached heretoand made a part hereof.
The Commander, Defense Security Service, Director of Industrial Security, * Region, is designated SecurityAdministrator for the purpose of administering all elements of military security hereunder.
DEFENSE SECURITY CENTER17177 N. LAUREL PARK DRIVESUITE 417LOVONA, MI 48152-2659
CNIN-G-0010 SCIENTIFIC AND TECHNICAL REPORTS
The contractor shall furnish scientific and technical reports to Defense Technical Information Center (DTIC), ATTN:DTIC-FDAC Cameron Station, Alexandra, VA 22304-6145. NOTE: When agencies require that completed reportsbe covered by a Report Documentation Page, Standard Form 298, the contractor shall submit a copy with thereport.
CNIN-G-0013 CONTRACTOR PERFORMANCE ASSESSMENT RATING SYSTEM (CPARS) (jAN 2001)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
73 of 115 FINAL
(a) Pursuant to FAR 42.1502, this contract is subject to DoD's Contractor Performance Assessment System(CPARS). CPARS is an automated centralized information system accessible via the Internet that maintains reportsof contractor performance for each contract. CPARS is located at http://www.cpars.navy mil/. Further information onCPARS is available at that web-site.
(b) Under CPARS, the Government will conduct annual evaluations of the contractor's performance. The contractorhas thirty (30) days after the Government's evaluation is completed to comment on the evaluation. The opportunityto review and comment is limited to this time period and will not be extended. Failure to review the report at thistime will not prevent the Government from using the report.
(c) The contractor may request a meeting to discuss the CPAR. The meeting is to be requested via e-mail to theCPARS Program Manager no later than seven days following receipt of the CPAR. A meeting will then be heldduring the contractor’s 30-day review period.
(d) The CPARS system requires the Government to assign the contractor a UserID and password in order to viewand comment on the evaluation. Provide the name(s) of at least one individual (not more than three) that will beassigned as your Defense Contractor Representative for CPARS.
Name Phone E-mail Address (optional)
CNIN-G-0014 PAYMENT STATUS INQUIRIES
Status of invoice payments can be obtained from the following web site:
http://www.dod mil/dfas/money/vendor/
If the payment is being made by DFAS—Columbus use the MOCAS Vendor Pay Inquiry System (VPIS) site listedon the above web site. It is recommended that the vendor download the “MOCAS VPIS Help Guide” and “Reasonand Remark Code Document”. You must then register by clicking on “User Registration” under the subheading“MOCAS Vendor Pay Inquiry System” before payment inquiries can be made.
If payment is being made by other than DFAS-Columbus, status of invoice payment can be obtained through theNon-MOCAS System by cage code, contract number or DUNS number at the above listed web site.
You may also contact one of the DFAS Paying Office Vendor Pay Customer Service Phone Numbers listed below:
DFAS Columbus 1-800-756-4571
(North, South, & West Entitlements)
DFAS Charleston 1-800-755-3642
DFAS Dayton 1-800-756-4571
DFAS Denver 1-888-898-0887
DFAS Indianapolis 1-888-332-7366
DFAS Lawton (Seaside) 1-888-445-5154
DFAS Lexington 1-859-293-4344
DFAS Limestone 1-800-337-0371
DFAS Norfolk 1-800-209-1628
DFAS Oakland 1-800-731-8096
DFAS Omaha 1-800-756-4571
DFAS Orlando (Army) 1-800-950-9784
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
74 of 115 FINAL
DFAS Orlando (Air Force) 1-800-756-4571
DFAS Pacific 1-888-222-6950
DFAS Pensacola 1-800-328-9371
DFAS Rock Island 1-888-332-7742
DFAS Rome 1-800-553-0527
DFAS San Antonio 1-888-478-5636
DFAS San Bernardino 1-800-756-4571
DFAS San Diego 1-800-731-8096
DFAS St. Louis 1-877-782-5680
To determine which system to use or which payment office to call see the following blocks of your contractdocument for payment offices designation:
Document Block
SF 26 Award/Contract 12
SF 33 Award/Contract 25
SF 1449 Solicitation/Contract/Order for Commercial Items 18a
DD1155 Order for Supplies or Services 15
CNIN-G-0016 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
DFARS 252.232-7003 is hereby incorporated into the contract by reference. For purposes of implementation ofelectronic finance payment invoicing under NSWC Crane contracts, WAWF-RA is applicable in accordance withDeployment of Wide Area WorkFlow - Receipt and Acceptance OUSD(AT&L)(DP) memo 1 Apr 2002. Otherelectronic systems are not to be utilized.
For other than finance payment request invoices, NSWC Crane is currently working with the WAWF-RA programoffice to develop an interface between the financial system and WAWF-RA. However, this interface is not currentlyin place and NSWC Crane cannot currently accept WAWF-RA invoices for payment against lines of accountingcited in contracts/orders issued and certified for payment by NSWC Crane (DoDAAC N00164 / FC).
In accordance with DFARS 252.232-7003(c), the contractor is required to submit their receipt and acceptancedocumentation with delivery of the materials. A copy of the invoice for payment shall be submitted, in hard copy, inaccordance with the Submission of Invoice Clause and Special Invoice Instructions herein.
HQ-G-2-0002 CONTRACT ADMINISTRATION DATA LANGUAGE
Enter below the address (street and number, city, county, state and zip code) of the Contractor’s facility which willadminister the contract if such address is different from the address shown on the SF26 or SF33 as applicable.
HQ-G-2-0003 CONTRACTING OFFICER'S REPRESENTATIVE LANGUAGE
Task Order Manager
Code 6083, Bldg 3330N
NAVSURFWARCENDIV
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
75 of 115 FINAL
XXXXXXXXXX
300 HIGHWAY 361
CRANE IN 47522-5000
The Contractor shall forward a copy of all invoices to the Contracting Officer's Representative.
HQ-G-2-0004 PURCHASING OFFICE REPRESENTATIVE LANGUAGE
PURCHASING OFFICE REPRESENTATIVE:
COMMANDING OFFICER
CODE 0565, BLDG 3291
NAVAL SURFACE WARFARE CENTER, CRANE DIVISION
300 HIGHWAY 361
CRANE IN 47522-5000
Telephone No. 812-854-2239
CONTRACT ADMINISTRATION PLAN
Subj: CONTRACT ADMINISTRATION PLAN FOR A COST REIMBURSEMENT CONTRACTRef: NAVSUPINST 4330.6b; Service Contract Administration
Introduction: To expedite administration of this contract, the delineation of duties listed is provided. The individual/position designated for responsibility should be contacted for information about the functions assigned. All normal contract administration functions listed at FAR 42.302 are to be performed by the cognizant Contract Administration Office, to be determined upon award, except those listed below, which are hereby retained by the Procuring Contracting Office.
1.Procuring Contracting Office (PCO), Naval Surface Warfare Crane Division is responsible for: a.All Pre-award information, questions, or data.b.Freedom of information inquiries.c.Changes, questions, or information regarding the scope, terms or conditions of the basic contract document.d.Arranging the post award conference if applicablee.Reviewing and evaluating the contractor’s (delivery order) proposals under FAR subpart 15.8.f.Consent to the placement of subcontractor’s in accordance with FAR 52.244-2, Subcontracts (Cost-Reimbursement and Letter Contracts).
2.Contract Administration Office (CAO): is responsible for matters specified in FAR 42.302 and DFARS 42.302 except those areas otherwise designated herein.
3.Defense Contract Audit Agency (DCAA): is responsible for auditverification/provisional approval of invoices and final audit of the contract prior to final payment to the contractor.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
76 of 115 FINAL
XXXXXXXXXX
4.The Paying Office is responsible for payment of proper acceptance and documented invoices.
5.The Contracting Officer’s Representative (COR) responsibilities are: a.Approves Contractor travel requirements, for which time and date have not been specifically identified in the Statement of Work (SOW), the Contractor’s proposal, and the delivery order requirements.b.Prior to award, reviews SOW requirements, making recommendations and clarifications if required.c.Prior to award, reviews Independent Government Estimate of the effort described in the definitized SOW.d.Reviews the appropriate funds for new delivery orders prior to submission to the PCO or designated Ordering Officer.e.Maintains appropriate file documentation to support the COR’s actions under this paragraph and paragraph 6.f.Monitors the Contractor for quality assurance of services performed and ensures timely, written certification of the inspection and acceptance of the services.g.Expeditiously reviews Contractor invoices/vouchers, Certificates of Performance, and all supporting documentation. In light of the requirements, the COR reviews Contractor’s progress, and other input, both documentary and from personal observation to determine the reasonableness of the billing. The COR further ensures that the effort expended toward the completion of one of the line item deliverables in the contract and its comparability to other documents. The COR will indicate complete or partial concurrence with the Contractor’s invoice/voucher. The final invoice/vouchers for any order will not be processed for payment by the payment officer until receipt of the COR’s complete concurrence, as noted above, plus certification of inspection and acceptance of services performed.h.Alerts the Contracting Officer of any potential performance problems; and if performance schedule slippage is identified, determine the factors that caused the slippage, reporting them to the Contracting Officer with proposed actions required to eliminate or overcome the causes and recover the slippage, if feasible. Monitors the recovery according to the agreed upon plan, and reports significant problems to the appropriate Contracting Officer.i.Furnishes the Contracting Officer with any Contractor or Technical Code request for change, deviations, or waiver, including timely submission of supporting analysis and other required documentation.j.Ensures that any Government-owned property used by the Contractor is monitored and returned in a timely manner.k.Performs production support, surveillance, and status reporting, including timely reporting of potential and actual slippages in contract delivery schedules.l. Issues Technical Direction Letters, as applicable.
Accounting Data
SLINID PR Number Amount -------- ---------------------- --------------------- MOD 01 100001 68683/52711497
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
77 of 115 FINAL
XXXXXXX
LLA : AA 1751804 70BA 000 00070 R 045924 2D CK2053 0007052053KP 100002 85J00/52711724 LLA : AB 97X4930.Nh1J 000 77777 0 000164 2F 00000085J00585H325 300001 68683/52700715 LLA : AC 1751804 70BA 000 00070 R 045924 2D CK2053 0007052053KP MOD 01 Funding Cumulative Funding MOD 02 101001 87872/52948731 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 487V624 ACRN A3 101002 87874/52958741 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 0988529 101003 87874/52958742 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 487V051 101004 87872/52948724 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 487V624 101005 87870/52958743 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 4810009 101006 87872/52948726 LLA : NA 1751804 70BA 000 00070 R 045924 2D CK2053 0007052053KP 101007 87871/52958737 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 487V040 101008 87871/52958740 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 587V061 101009 87872/52948732 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 487V624 101010 87870/52958738 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 587V029 101011 81800/52948717 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 81800 3810018 101012 81800/52948718 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 81800 3810007 101013 81800/52948719 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 81800 3810020 101014 81800/52948720 LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
78 of 115 FINAL
XXXXXX
XXXXXX
XXXXXXXXXXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
NA 97X4930.NH1J 000 77777 0 000164 2F 000000 81800 5810022 101015 81800/52948715 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 81800 5810019 101101 87872/52948733 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 85872 587V296 101102 87875/52979125 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V352 101103 87872/52948729 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 85872 587V289 101104 87875/52979134 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V351 101105 87875/52979137 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V480 103001 85A00/52989572 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 85A00 185P015 300003 87872/52989373 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 587V296 300004 87875/52989363 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V352 300005 87872/52989367 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 587V289 300006 87875/52989365 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V356 MOD 02 Funding Cumulative Funding MOD 03 101201 87733/53147343 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87733 587V714 300012 87733/53147350 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87733 587V714 300017 81800/53147495 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 81800 4810027 300018 81800/53147490 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 81800 5810039 MOD 03 Funding Cumulative Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
79 of 115 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXXXXXXXXXX
MOD 04 101016 87870/53198429 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 187V227 101017 87874/53198424 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 1810187 300008 87874/53198427 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 4810034 300011 87870/53198431 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 187V226 300015 87872/53187793 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 487V623 MOD 04 Funding Cumulative Funding MOD 05 101018 87872/53478414 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V448 101019 87872/53478408 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V201 101020 87872/53488746 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 587V039 101021 87874/53509410 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 53509410 101106 87875/53509439 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V355 101107 87874/53509451 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 187V492 101108 87875/53509444 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V355 101202 87875/53509449 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V714 300002 85C00/52229776 LLA : AD 97X4930.NH1J 000 77777 0 000164 2F 00000085C00/585W038 300003 87872/52989373 ( LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 587V296 300004 87875/52989363 ( LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V352
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
80 of 115 FINAL
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXX
300005 87872/52989367 ( LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 587V289 300006 87875/52989365 ( LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V356 300008 87874/53198427 ( LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 4810034 300011 87870/53198431 ( LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 187V226 300015 87872/53187793 ( LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 487V623 300020 87875/53509450 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 53509450 MOD 05 Funding Cumulative Funding MOD 06 103002 85A00/53509172 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 85A00 185P015 300003 87872/52989373 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 587V296 300004 87875/52989363 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V352 300005 87872/52989367 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 587V289 300006 87875/52989365 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V356 300008 87874/53198427 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 4810034 300011 87870/53198431 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 187V226 300015 87872/53187793 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 487V623 300021 87875 60117377 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V355 300022 87875 60117344 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V714 MOD 06 Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
81 of 115 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
Cumulative Funding MOD 07 101022 87874/53198427 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 4810034 101023 87874/60313427 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 187D001 300023 87874/60313430 LLA : NA 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 187D001 MOD 07 Funding Cumulative Funding MOD 08 101024 87870/60397251 LLA : NA ACRN: E4 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 387V090 ACRN: E4 101025 87870/60397246 LLA : NA ACRN: E5 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 587V030 ACRN: E5 101026 87870/60397142 LLA : NA ACRN: C8 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 187V226 ACRN: C7 101027 87870/60397157 LLA : NA ACRN: C7 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 187V227 ACRN: C8 101028 87872/60418061 LLA : NA ACRN: D3 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V448 ACRN: C7 101029 87872/60418054 LLA : NA ACRN: E6 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V237 ACRN: D3 101030 87872/60418066 LLA : NA ACRN: D4 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V201 ACRN: E6 101031 87871/60418149 LLA : NA ACRN: E7 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V013 ACRN: D4 103101 85C00/60552355 LLA : NA ACRN: E9 97X4930.NH1J 000 77777 0 000164 2F 000000 85C00 185W192 104001 65R52/60345016 LLA : NA ACRN: E8 97X4930.NH1J 000 77777 0 000164 2F 000000 65R52 1655058 300019 87872/53478415 LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
82 of 115 FINAL
XXXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
NA ACRN: D3 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V448 ACRN: D3 300024 87875/60345005 LLA : NA ACRN: E3 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V824 300025 87870/60397165 LLA : NA ACRN: C7 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 187V222 303101 85C00/60552352 LLA : NA ACRN: E9 97X4930.NH1J 000 77777 0 000164 2F 000000 85C00 185W192 MOD 08 Funding Cumulative Funding MOD 09 100003 85A00/60811534 LLA : NA ACRN: F7 97X4930.NH1J 000 77777 0 000164 2F 000000 85A00 185J127 101032 87870/60698118 LLA : NA ACRN: F1 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 187V227 101033 87874/60448648 LLA : NA ACRN: F2 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 487V529 101109 87875/60552614 LLA : NA ACRN: F3 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 60552614 101110 87875/60552612 LLA : NA ACRN: F4 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V287 101111 87875/60801217 LLA : NA ACRN: F5 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V506 101112 87875/60801219 LLA : NA ACRN: F6 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 487V345 MOD 09 Funding Cumulative Funding MOD 10 101034 87874/60448660 LLA : NA ACRN: F8 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 587V490 101035 87871/60418147 LLA : NA ACRN: G4 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 387V090 101036 87872/60458905 LLA : NA ACRN: F9 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V239 101113 87872/60407786 LLA : NA ACRN: A3 97X4930.NH1J 000 77777 0 000164 2F 000000 85872 587V296 101114 87874/60520751
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
83 of 115 FINAL
XXXXXX
XXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXXXXXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
LLA : NA ACRN: G1 97X4930.NH1J 000 77777 0 000164 2F 000000 85874 487V525 101115 87872/60407777 LLA : NA ACRN: A3 97X4930.NH1J 000 77777 0 000164 2F 000000 85872 587V296 101203 87875/60520870 LLA : NA ACRN: G2 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V830 300026 87875/60520873 LLA : NA ACRN: G3 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V826 300027 87870/60698129 LLA : NA ACRN: C7 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 187V227 MOD 10 Funding Cumulative Funding MOD 11 101037 01980/61101444 LLA : NA ACRN: G6 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06003 101038 01P80/61101447 LLA : NA ACRN: G7 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 2810011 101039 01P80/61101466 LLA : NA ACRN: G8 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 4810027 101040 01P80/61101442 LLA : NA ACRN: G9 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1810001 101041 01P80/61101468 LLA : NA ACRN: H1 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 4810025 101042 01P80/1810004 LLA : NA ACRN: G8 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1810004 101043 01P80/61101461 LLA : NA ACRN: H3 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06001 101044 01P80/61101456 LLA : NA ACRN: H4 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06000 101113 87872/60407786 ( LLA : NA ACRN: A3 97X4930.NH1J 000 77777 0 000164 2F 000000 85872 587V296 300028 87872/60407786 LLA : NA ACRN: A3 97X4930.NH1J 000 77777 0 000164 2F 000000 85872 587V296 300029 87875/187V865 LLA : NA ACRN: G5 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V865 MOD 11 Funding Cumulative Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
84 of 115 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXXXXXXXXX
MOD 12 101045 87872/61225411 LLA : H5 ACRN H5 1701711 2317 253 YHWTL 0 068342 2D 000000 3012A400003C (AD) 101046 87872/61247150 LLA : H6 ACRN: H6 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V250 101047 87872/61247139 LLA : F9 ACRN: F9 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V239 101116 87875/61235871 LLA : H7 ACRN: H7 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V535 101117 87875/61235874 LLA : H8 ACRN H8 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V853 101118 87875/61235869 LLA : H9 ACRN H9 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V841 MOD 12 Funding Cumulative Funding MOD 13 100101 68683/61319741 LLA : J1 ACRN: J197X4930.NH1J 000 77777 0 000164 2F 000000 68683 0C68608 100201 68682/61257658 LLA : J2 ACRN: J2 97X4930.NH1J 000 77777 0 000164 2F 000000 68682 1686521 300030 68683/61319757 LLA : J1 ACRN: J197X4930.NH1J 000 77777 0 000164 2F 000000 68683 0C68608 MOD 13 Funding Cumulative Funding MOD 14 100301 68683/61733651 LLA : K6 ACRN: K6 97X4930.NH1J 000 77777 0 000164 2F 000000 68683 1686859 100302 68683/61888853 LLA : L2 ACRN: L2 97X4930.NH1J 000 77777 0 000164 2F 000000 68683 66851RS 101048 87870/61745090 LLA : J5 ACRN J5 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 187V031 101049 87874/61745061 LLA : J6 ACRN: J6 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 187V814 101050 87871/61745076 LLA : J7 ACRN: J7 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V077 101051 87871/61745070
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
85 of 115 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXX
LLA : J8 ACRN: J8 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V022 101052 87871/61745073 LLA : J9 ACRN: J9 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V009 101053 87874/61745052 LLA : K1 ACRN: K1 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 187V456 101054 87871/61745080 LLA : K2 ACRN: K2 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 487V051 101055 87870/61745085 LLA : K3 ACRN: K3 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 587W032 101056 87870/61745088 LLA : K4 ACRN: K4 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 587V068 101057 87870/61745086 LLA : K5 ACRN: K5 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 587V048 101119 87875/61785409 LLA : K7 ACRN: K7 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V062 101120 87875/61807269 LLA : K8 ACRN: K8 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V066 101121 87875/61807266 LLA : K9 ACRN: K9 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V067 101204 87875/61733737 LLA : K8 ACRN: K8 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V066 101205 87875/61733730 LLA : L1 ACRN: L1 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V825 104002 65R50/61775295 LLA : J4 ACRN:J4 97X4930.NH1J 000 77777 0 000164 2F 000000 65R50 1655117 300031 61733739 LLA : K8 ACRN: K8 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V066 MOD 14 Funding Cumulative Funding MOD 15 100004 85A00/61991606 LLA : L3 ACRN L3 97X4930.NH1J 000 77777 0 000164 2F 000000 85A00 185P009 101122 87872/61745022 LLA : L4 ACRN: L4 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V604 101205 87875/61733730 LLA : L1 ACRN: L1 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V825
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
86 of 115 FINAL
XXXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXXX
103102 85C00/61950872 LLA : E9 ACRN: E9 97X4930.NH1J 000 77777 0 000164 2F 000000 85C00 185W192 300032 85C00/61950872 LLA : E9 ACRN: E9 97X4930.NH1J 000 77777 0 000164 2F 000000 85C00 185W192 MOD 15 Funding Cumulative Funding MOD 16 101123 87875/62201565 LLA : L6 ACRN: L6 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 5810033 101124 87875/62211932 LLA : L6 ACRN: L6 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 5810033 101206 87875/62211920 LLA : L5 ACRN L5 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V072 300033 87875/62211928 LLA : L5 ACRN: L5 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V072 300034 87875/62222629 LLA : L5 ACRN: L5 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V072 MOD 16 Funding Cumulative Funding MOD 18 100401 85H00/62401104 LLA : L8 ACRN: L8 97X4930.NH1J 000 77777 0 000164 2F 000000 85H00 185H023 MOD 18 Funding Cumulative Funding MOD 19 100301 68683/61733651 ( LLA : L7 ACRN: L7 1761804 76M9000 68045 0 068566 2D X6N200 6804566N100Q (AA) Standard Number: N6804506WX6N200 LLA change for SLIN 100301 101125 87875/62338378 LLA : L9 ACRN: L9 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V034 MOD 19 Funding - Cumulative Funding MOD 21 116001 68683/62623985 LLA : M1 ACRN M1 1761804 8B2B 253 SAS03 0 068342 2D 000000 12B800000800 (AA) Standard Number: N0002406WX02547
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
87 of 115 FINAL
XXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXX
XXXXXXXXXXXX
XXXXXXX
XXXXX
XXXXXXXXXXXXX
XXXXXX
116002 68683/62625030 LLA : M2 ACRN M2 1761804 76M9 000 68045 0 068566 2D CFQ330 680456FQ332Q (AA) Standard Number: N6804506RCFQ330 116003 68683/62635402 LLA : M3 ACRN M3 1761106 27A 000 00027 0 067443 2D 000000 08806MPPV284 (AA) Standard Number: M0008806MPPV284 116004 68683/62625040 LLA : M4 ACRN M4 216 2020 0000 59-5901 42361200000 252B 12KCAZ 044 Standard Number: MIPR6MNAVSWC38 316001 68683/62697691 LLA : M1 ACRN M1 1761804 8B2B 253 SAS03 0 068342 2D 000000 12B800000800 (AA) Standard Number: N0002406WX02547 MOD 21 Funding Cumulative Funding MOD 22 101032 87870/60698118 ( LLA : NA ACRN: F1 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 187V227 101045 87872/61225411 ( LLA : H5 ACRN H5 1701711 2317 253 YHWTL 0 068342 2D 000000 3012A400003C (AD) 101047 87872/61247139 ( LLA : F9 ACRN: F9 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V239 101115 87872/60407777 ( LLA : NA ACRN: A3 97X4930.NH1J 000 77777 0 000164 2F 000000 85872 587V296 103101 85C00/60552355 ( LLA : NA ACRN: E9 97X4930.NH1J 000 77777 0 000164 2F 000000 85C00 185W192 103102 85C00/61950872 ( LLA : E9 ACRN: E9 97X4930.NH1J 000 77777 0 000164 2F 000000 85C00 185W192 300003 87872/52989373 ( LLA : NA ACRN: A3 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 587V296 ACRN: A3 300022 87875 60117344 ( LLA : NA 9770300 8CNT 311 SA340 0 068342 2D 000000 RT1000000000 ACRN: D9 300023 87874/60313430 ( LLA : NA ACRN: E1 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 187D001 ACRN: E1 300027 87870/60698129 ( LLA : NA ACRN: C7 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 187V227 300028 87872/60407786 ( LLA : NA ACRN: A3 97X4930.NH1J 000 77777 0 000164 2F 000000 85872 587V296
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
88 of 115 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
MOD 22 Funding - Cumulative Funding MOD 23 100202 6868B/62560515 LLA : N1 97X4930.NH1J 000 77777 0 000164 2F 000000 6868B 1686689 101058 87874/62560141 LLA : M5 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 187V027 101059 87874/62560260 LLA : M6 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 1878008 101060 87871/62560146 LLA : M7 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V057 101061 87872/62559328 LLA : L4 97X4930.NH1J 000 77777 0 000164 2F 000000 81800 5810019 101062 87875/62625055 LLA : M8 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V271 101127 87875/62443462 LLA : L6 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 5810033 101128 87872/62559330 LLA : L4 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V604 101129 87875/62443471 LLA : L6 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 5810033 115001 85A00/62687363 LLA : M9 97X4930.NH1J 000 77777 0 000164 2F 000000 85A00 185P044 300038 87875/62645152 LLA : L6 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 5810033 300039 87875/62625057 LLA : M8 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V271 303102 85C00/62730510 LLA : E9 ACRN: E9 97X4930.NH1J 000 77777 0 000164 2F 000000 85C00 185W192 MOD 23 Funding Cumulative Funding MOD 24 116101 62570935 LLA : N2 97X4930.NH1J 000 77777 0 000164 2F 000000 68685 0966869 MOD 24 Funding Cumulative Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
89 of 115 FINAL
XXXXXXXXXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXXXXXXXXX
MOD 25 115101 85H00/62709079 LLA : N3 97X4930.NH1J 000 77777 0 000164 2F 000000 85H00 185H072 FMS # FI-P-LBC MOD 25 Funding Cumulative Funding MOD 27 300040 87872/62720047 LLA : L4 ACRN: L4 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V604 MOD 27 Funding Cumulative Funding MOD 28 117001 87872/62937026 LLA : L4 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V604 117002 87872/62937055 LLA : P6 97X4930.NC1A 000 81003 0 000104 7T 000000 8PRL00200M1G (AB) Standard Number: N0010407WX10006 117003 87875/62977815 LLA : P9 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 0988607 Standard Number: RCP# N0002406WX21111 117004 87875/62937158 LLA : Q1 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V858 117005 87872/62937183 LLA : L4 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V604 117101 87871/62925671 LLA : N4 ACRN: 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 6871400 117102 87874/62925707 LLA : N5 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 B87V006 117103 87874/62925716 LLA : N5 ACRN: 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 B87V006 117104 87871/62925732 LLA : N6 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V053 117105 87871/62925748 LLA : N7 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V056 117106 87871/62925770 LLA : N8 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V054 117107 87874/62935994 LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
90 of 115 FINAL
XXXXX
XXXXXXXXXXXX
XXXXX
XXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
N9 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 B87D004 117108 01P80/62925702 LLA : P1 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06003 117109 01P80/62925706 LLA : P2 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 5810019 117110 01P80/62925711 LLA : P3 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 3810018 117111 01P80/3810007 LLA : P4 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 3810007 117112 01P80/62937057 LLA : P2 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 5810019 117113 01P80/62937053 LLA : P5 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06000 117114 87872/62977808 LLA : P7 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 B87V009 117115 87875/62977863 LLA : P8 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 B87V204 317001 87872/62937041 LLA : L4 ACRN: 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V604 317002 87872/62937064 LLA : P6 97X4930.NC1A 000 81003 0 000104 7T 000000 8PRL00200M1G (AB) Standard Number: N0010407WX10006 317003 87875/62937164 LLA : D7 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V355 317101 87871/62925690 LLA : N4 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 6871400 317102 87871/62925734 LLA : N6 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V053 317103 87871/62925756 LLA : N7 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V056 317104 87871/62925777 LLA : N8 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V054 317105 87874/62937002 LLA : N9 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 B87D004 317106 01P80/62925720 LLA : P4 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 3810007 317107 01P80/62937080
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
91 of 115 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXX
XXXXX
XXX
XXXXX
XXXXX
XXXXX
LLA : P5 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06000 MOD 28 Funding Cumulative Funding MOD 29 115102 85H00/63060786 LLA : Q2 97X4930.NH1J 000 77777 0 000164 2F 000000 85H00 B85H185 MOD 29 Funding Cumulative Funding MOD 31 316002 68683/63340261 LLA : Q3 97X4930.NH1J 000 77777 0 000164 2F 000000 68683 B686510 MOD 31 Funding Cumulative Funding MOD 32 115001 85A00/62687363 ( LLA : M9 97X4930.NH1J 000 77777 0 000164 2F 000000 85A00 185P044 115102 85H00/63060786 ( LLA : Q2 97X4930.NH1J 000 77777 0 000164 2F 000000 85H00 B85H185 116001 68683/62623985 ( LLA : M1 ACRN M1 1761804 8B2B 253 SAS03 0 068342 2D 000000 12B800000800 (AA) Standard Number: N0002406WX02547 116002 68683/62625030 ( LLA : M2 ACRN M2 1761804 76M9 000 68045 0 068566 2D CFQ330 680456FQ332Q (AA) Standard Number: N6804506RCFQ330 116003 68683/62635402 ( LLA : M3 ACRN M3 1761106 27A0 000 00027 0 067443 2D 000000 08806MPPV284 (AA) Standard Number: M0008806MPPV284 FIP: M00088 LP PV CH 25B8 1H00 V284 Pay Office DODAAD: M67443 116004 68683/62625040 ( LLA : M4 ACRN M4 216 2020 0000 59-5901 42361200000 252B 12KCAZ 044008 Standard Number: MIPR6MNAVSWC38 KCAZ12 MIPR6MNAVSWC38 116101 62570935 ( LLA : N2 97X4930 NH1C 000 77777 0 000167 2F 000000 061912647305 (AA) 117001 87872/62937026 ( LLA : L4 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V604 117002 87872/62937055 ( LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
92 of 115 FINAL
XXXXXXXXXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXXX
P6 97X4930.NC1A 000 81003 0 000104 7T 000000 8PRL00200M1G (AB) Standard Number: N0010407WX10006 117003 87875/62977815 ( LLA : P9 1751811 1224 253 SJWML 0 068342 2D 000000 55688400203M (AB) Standard Number: RCP# N0002406WX21111 117004 87875/62937158 ( LLA : Q1 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V858 117101 87871/62925671 ( LLA : N4 ACRN: 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 6871400 117102 87874/62925707 ( LLA : N5 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 B87V006 117103 87874/62925716 ( LLA : N5 ACRN: 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 B87V006 117104 87871/62925732 ( LLA : N6 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V053 117105 87871/62925748 ( LLA : N7 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V056 117106 87871/62925770 ( LLA : N8 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V054 117107 87874/62935994 ( LLA : N9 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 B87D004 117108 01P80/62925702 ( LLA : P1 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06003 117109 01P80/62925706 ( LLA : P2 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 5810019 117110 01P80/62925711 ( LLA : P3 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 3810018 117111 01P80/3810007 ( LLA : P4 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 3810007 117113 01P80/62937053 ( LLA : P5 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06000 117114 87872/62977808 ( LLA : P7 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 B87V009 117115 87875/62977863 ( LLA : P8 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 B87V204 317001 87872/62937041 ( LLA : L4 ACRN: 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187V604
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
93 of 115 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
317002 87872/62937064 ( LLA : P6 97X4930.NC1A 000 81003 0 000104 7T 000000 8PRL00200M1G (AB) Standard Number: N0010407WX10006 317003 87875/62937164 ( LLA : D7 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V355 317101 87871/62925690 ( LLA : N4 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 6871400 317102 87871/62925734 ( LLA : N6 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V053 317103 87871/62925756 ( LLA : N7 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V056 317104 87871/62925777 ( LLA : N8 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V054 317105 87874/62937002 ( LLA : N9 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 B87D004 317106 01P80/62925720 ( LLA : P4 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 3810007 317107 01P80/62937080 ( LLA : P5 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06000 MOD 32 Funding - Cumulative Funding MOD 34 116005 68683/63537310 LLA : Q4 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06003 MOD 34 Funding Cumulative Funding MOD 35 101130 87875/70259131 LLA : Q5 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V295 101207 87875/63173166 LLA : Q5 97X4930 NC1A 000 81003 0 000104 7T 000000 8PPL05800MCW 117006 82820/70173797 LLA : Q6 97X4930.NH1J 000 77777 0 000164 2F 000000 82820 B82DD12 117116 87872/70112697 LLA : Q7 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187D006 300041 87875/63173170 LLA : Q5 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V295
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
94 of 115 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXX
XXXXXX
XXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXXX
XXXXX
XXXXX
XXXX
XXX
XXXXX
XXXXXX
XXXXXXXXXXXXX
317108 01P80/70173563 LLA : Q8 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 3810007 MOD 35 Funding Cumulative Funding MOD 36 116005 68683/63537310 ( LLA : Q4 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06003 MOD 36 Funding - Cumulative Funding MOD 37 116001 68683/62623985 ( LLA : M1 ACRN M1 1761804 8B2B 253 SAS03 0 068342 2D 000000 12B800000800 (AA) Standard Number: N0002406WX02547 116005 68683/63537310 LLA : Q4 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06003 MOD 37 Funding Cumulative Funding MOD 38 303103 71143801 LLA : Q9 97X4930.NH1J 000 77777 0 000164 2F 000000 85854 B85C039 MOD 38 Funding Cumulative Funding MOD 39 103103 80148705 LLA : R1 97X4930.NH1J 000 77777 0 000164 2F 000000 J5200 CJ5C021 116001 68683/62623985 ( LLA : M1 ACRN M1 1761804 8B2B 253 SAS03 0 068342 2D 000000 12B800000800 (AA) Standard Number: N0002406WX02547 303104 80307187 LLA : R1 97X4930.NH1J 000 77777 0 000164 2F 000000 J5200 CJ5C021 MOD 39 Funding - Cumulative Funding MOD 40 316003 80451205 LLA : M1 1761804 8B2B 253 SAS03 0 068342 2D 000000 12B800000800 (AA) Standard Number: N0002406WX02547 MOD 40 Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
95 of 115 FINAL
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
Cumulative Funding MOD 41 116001 68683/62623985 LLA : M1 ACRN M1 1761804 8B2B 253 SAS03 0 068342 2D 000000 12B800000800 (AA) Standard Number: N0002406WX02547 MOD 41 Funding Cumulative Funding MOD 43 101062 87875/62625055 LLA : M8 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V271 101115 87872/60407777 LLA : NA ACRN: A3 97X4930.NH1J 000 77777 0 000164 2F 000000 85872 587V296 300003 87872/52989373 LLA : NA ACRN: A3 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 587V296 ACRN: A3 MOD 43 Funding Cumulative Funding MOD 44 100301 68683/61733651 LLA : L7 ACRN: L7 1761804 76M9000 68045 0 068566 2D X6N200 6804566N100Q (AA) Standard Number: N6804506WX6N200 LLA change for SLIN 100301 MOD 44 Funding Cumulative Funding MOD 45 100202 6868B/62560515 LLA : N1 97X4930.NH1J 000 77777 0 000164 2F 000000 6868B 1686689 300015 87872/53187793 LLA : NA ACRN: D2 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 487V623 ACRN: D2 MOD 45 Funding
MOD 46 100101 68683/61319741 LLA : J1 ACRN: J197X4930.NH1J 000 77777 0 000164 2F 000000 68683 0C68608 117002 87872/62937055 LLA : P6 97X4930.NC1A 000 81003 0 000104 7T 000000 8PRL00200M1G (AB) Standard Number: N0010407WX10006 300030 68683/61319757 LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
96 of 115 FINAL
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXXXX
XXXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXXXXXXX
XXXXXX
XXXXXX
XXXXXX
J1 ACRN: J197X4930.NH1J 000 77777 0 000164 2F 000000 68683 0C68608 MOD 46 Funding Cumulative Funding MOD 47 101042 01P80/1810004 LLA : H2 ACRN: H2 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1810004 ACRN: H2 101057 87870/61745086 LLA : K5 ACRN: K5 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 587V048 101203 87875/60520870 LLA : G2 ACRN: G2 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V830 115001 85A00/62687363 LLA : M9 97X4930.NH1J 000 77777 0 000164 2F 000000 85A00 185P044 115102 85H00/63060786 LLA : Q2 97X4930.NH1J 000 77777 0 000164 2F 000000 85H00 B85H185 116005 68683/63537310 LLA : Q4 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06003 117004 87875/62937158 LLA : Q1 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 187V858 117102 87874/62925707 LLA : N5 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 B87V006 117114 87872/62977808 LLA : P7 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 B87V009 117115 87875/62977863 LLA : P8 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 B87V204 300022 87875 60117344 LLA : D9 9770300 8CNT 311 SA340 0 068342 2D 000000 RT1000000000 ACRN: D9 300041 87875/63173170 LLA : Q5 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V295 316002 68683/63340261 ( LLA : Q3 97X4930.NH1J 000 77777 0 000164 2F 000000 68683 B686510 317003 87875/62937164 LLA : D7 97X4930.NH1J 000 77777 0 000164 2F 000000 87875 587V355 MOD 47 Funding Cumulative Funding MOD 48
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
97 of 115 FINAL
XXXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXXXXXXXXX
101044 01P80/61101456 LLA : H4 ACRN: H4 97X4930.NH1J 000 77777 0 000164 2F 000000 01P80 1A06000 ACRN: H4 101048 87870/61745090 LLA : J5 ACRN J5 97X4930.NH1J 000 77777 0 000164 2F 000000 87870 187V031 ACRN: J5 101058 87874/62560141 LLA : M5 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 187V027 101059 87874/62560260 LLA : M6 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 1878008 101060 87871/62560146 LLA : M7 97X4930.NH1J 000 77777 0 000164 2F 000000 87871 187V057 103103 80148705 LLA : R1 97X4930.NH1J 000 77777 0 000164 2F 000000 J5200 CJ5C021 117107 87874/62935994 LLA : N9 97X4930.NH1J 000 77777 0 000164 2F 000000 87874 B87D004 117116 87872/70112697 ( LLA : Q7 97X4930.NH1J 000 77777 0 000164 2F 000000 87872 187D006 303104 80307187 LLA : R1 97X4930.NH1J 000 77777 0 000164 2F 000000 J5200 CJ5C021 MOD 48 Funding Cumulative Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
98 of 115 FINAL
XXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXXXXXXXXX
SECTION H SPECIAL CONTRACT REQUIREMENTS
CLAUSES INCORPORATED BY REFERENCE
52.245-4 Government-Furnished Property (Short Form) JUN 2003
CLAUSES INCORPORATED BY FULL TEXT
NAVSEA 5252.202-9101 ADDITIONAL DEFINITIONS (MAY 1993)
As used throughout this contract, the following terms shall have the meanings set forth below:
(a) DEPARTMENT - means the Department of the Navy.
(b) REFERENCES TO THE FEDERAL ACQUISITION REGULATION (FAR) - All references to the FAR in thiscontract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS), unlessclearly indicated otherwise.
(c) REFERENCES TO ARMED SERVICES PROCUREMENT REGULATION OR DEFENSE ACQUISITIONREGULATION - All references in this document to either the Armed Services Procurement Regulation (ASPR) orthe Defense Acquisition Regulation (DAR) shall be deemed to be references to the appropriate sections of theFAR/DFARS.
(d) NATIONAL STOCK NUMBERS - Whenever the term Federal Item Identification Number and its acronymFIIN or the term Federal Stock Number and its acronym FSN appear in the contract, order or their citedspecifications and standards, the terms and acronyms shall be interpreted as National Item Identification Number(NIIN) and National Stock Number (NSN) respectively which shall be defined as follows:
(1) National Item Identification Number (NIIN). The number assigned to each approved Item Identification under theFederal Cataloging Program. It consists of nine numeric characters, the first two of which are the NationalCodification Bureau (NCB) Code. The remaining positions consist of a seven digit non-significant number.
(2) National Stock Number (NSN). The National Stock Number (NSN) for an item of supply consists of theapplicable four position Federal Supply Class (FSC) plus the applicable nine position NIIN assigned to the item ofsupply.
5252.216-9112 ORDERS (COST-PLUS-FIXED-FEE) (JUN 2000)
(a) General. Orders for supplies or services specified in Section B of the Schedule may be issued by the ContractingOfficer at any time during the effective period of this agreement. Except as otherwise provided in paragraph (e) of thisclause, the Contractor agrees to accept and perform orders issued by the Contracting Officer within the scope of thisagreement. It is understood and agreed that the Government has no obligation under the terms of this agreement toissue any orders. Except as otherwise provided in any order, the Contractor shall furnish all materials and servicesnecessary to accomplish the work specified in each order issued hereunder; provided, however, that this agreementshall not be used for the furnishing of supplies or services which are covered by any "guaranty" or "warranty"clause(s) of the contract(s) under which the supplies were manufactured. In the event of any inconsistency betweenany order and this agreement, this agreement shall control. All the requirements of this agreement shall beapplicable to all orders issued hereunder. Wherever the word "contract" appears in this agreement, it shall be deemedto include within its meaning the word "order", and each order shall be considered a separate binding contract as ofits effective date. The Contractor shall segregate the costs incurred in the performance of any order issued hereunderfrom the costs of all other orders issued under this agreement.
(b) Ordering. Orders and revisions thereto shall be made in writing and be signed by any authorized ContractingOfficer cited in paragraph (i). Each order shall:
(1) set forth detailed specifications or requirements for the supplies or services being ordered, (or reference applicablespecifications or requirements in Section C of this agreement), and, if applicable, shall refer to the appropriate itemunder Section B of this agreement;
(2) set forth quantities being ordered;
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
99 of 115 FINAL
(3) set forth preservation, packaging and packing instructions, if any;
(4) set forth delivery or performance dates;
(5) designate the place(s) where inspection and acceptance will be made by the
Government;
(6) set forth the estimated cost and fixed fee or, in the case of an undefinitized order, the definitization schedule andboth the monetary limitation on Government liability for the undefinitized order and the maximum ceiling amountat which the order may be definitized;
(7) set forth appropriation and accounting data for the work being ordered;
(8) be dated;
(9) be identified by number in accordance with DFARS 204.7004;
(10) set forth the property, if any, to be furnished by the Government and the date(s)
such property is to be delivered to the Contractor;
(11) set forth the disbursing office where payment is to be made and other applicable
contract administration data;
(12) cite the applicable circumstance or exception and the justification control number.
Orders for items not identified in the class justification, or an individual justification and the basic orderingagreement are unauthorized;
(13) be issued on an SF 26 or DD Form 1155; and
(14) set forth any other pertinent information.
(c) Priced Orders. Except as otherwise provided in paragraph (d) below, the Contractor shall not begin any work onan order until the estimated cost and fixed fee for the order have been agreed upon by the Contracting Officer andContractor and an order is issued by the Contracting Officer. Upon receipt of a proposed order, the Contractor shallpromptly submit to the Contracting Officer a cost proposal for the work specified in the order. The Contractor shallsubmit such cost or pricing data as the Contracting Officer may require. Promptly after receipt of the Contractor'sproposal and supporting cost or pricing data, the Contractor and the Contracting Officer shall negotiate and agreeupon the estimated cost, fixed fee, and delivery schedule for the work being ordered. The estimated cost, fixed fee,and delivery schedule, as agreed upon, shall be set forth in the priced order and the order shall be signed by both theContracting Officer and the Contractor. Upon receipt of the priced order, the Contractor shall promptly commencework and shall diligently complete it.
(d) Undefinitized Orders. Whenever the Contracting Officer determines that urgent demands or requirements preventthe issuance of a priced order, the Contracting Officer may issue an unpriced order. Such order may be unilateral orbilateral and shall establish a limitation on Government liability, a maximum ceiling amount, and a schedule fordefinitization of the order, as described in subparagraph (f)(2) below. Upon request, the Contractor shall submit amaximum ceiling amount proposal before the undefinitized order is issued. The maximum ceiling amount is themaximum amount (including fee) at which the order may be definitized. Except as provided in paragraph (e) below,the Contractor shall commence performance of the order upon receipt. The clause entitled "CONTRACTDEFINITIZATION" (DFARS 252.217-7027) shall be included in any undefinitized order.
(e) Rejection of Unilateral Orders. The Contractor may reject any unilateral order if the Contractor determines that itcannot feasibly perform the order or if it does not concur with the maximum ceiling amount. However, eachunilateral order shall be deemed to have been accepted by the Contractor unless within fifteen (15) days of issuanceof the order the Contractor notifies the Contracting Officer in writing of its rejection of the order.
(f) Definitization of Undefinitized Orders. (l) The Contractor agrees that following the issuance of an undefinitized
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
100 of 115 FINAL
order, it will promptly begin negotiating with the Contracting Officer the CPFF and terms of a definitive order thatwill include: (A) all clauses required by regulation on the date of the order; (B) all clauses required by law on thedate of execution of the definitive order; and, (C) other mutually agreeable clauses, terms and/or conditions. No laterthan sixty (60) days after the undefinitized order is issued, the Contractor shall submit a cost proposal with sufficientdata to support the accuracy and derivation of its CPFF proposal; and, when required by FAR or the ContractingOfficer, cost or pricing data. If additional cost information is available prior to the conclusion of negotiations, theContractor shall provide that information to the Contracting Officer. The CPFF agreed upon shall be set forth in abilateral modification to the order. In no event shall the CPFF exceed the maximum ceiling amount specified in theundefinitized order.
(2) Each undefinitized order shall contain a schedule for definitization which shall include a target date fordefinitization and dates for submission of a qualifying proposal, beginning of negotiations and, if appropriate,submission of make-or-buy and subcontracting plans and cost or pricing data. Submission of a qualifying proposalin accordance with the definitization schedule is a material element of the order. The schedule shall provide fordefinitization of the order by the earlier of:
(i) a specified target date which is not more than l80 days after the issuance of the undefinitized order. However, thattarget date may be extended by the Contracting Officer for up to l80 days after the Contractor submits a qualifyingproposal as defined in DFARS 2l7.740l; or
(ii) the date on which the amount of funds obligated by the Government under the undefinitized order exceeds fiftypercent (50%) of the order's maximum ceiling amount, except as provided in subparagraph (f)(3) below.
(3) If agreement on a definitive order is not reached within the time provided pursuant to subparagraph (f)(2) above,the Contracting Officer may, with the approval of the Head of the Contracting Activity, determine a reasonableCPFF in accordance with Subpart l5.4 and Part 3l of the FAR, and issue a unilateral order subject to Contractorappeal as provided in the "DISPUTES" clause (FAR 52.233-1). In any event, the Contractor shall proceed withcompletion of the order, subject to the "LIMITATION OF GOVERNMENT LIABILITY" clause (FAR 52.216-24).
(g) Limitation of Government Liability. (l) Each undefinitized order shall set forth the limitation of Governmentliability, which shall be the maximum amount that the Government will be obligated to pay the Contractor forperformance of the order until the order is definitized. The Contractor is not authorized to make expenditures orincur obligations exceeding the limitation of Government liability set forth in the order. If such expenditures aremade or if such obligations are incurred, those expenditures and obligations will be at the Contractor's sole risk andexpense, Further, the limitation of liability shall be the maximum Government liability if the order is terminated.The clause at FAR 52.216?24 shall be included in any undefinitized order.
(2) Except for undefinitized orders for Foreign Military Sales; purchases of less than special accessprograms; and Congressionally-mandated long-lead procurements; and except as otherwise provided in subparagraph(g)(3) below, the limitation of Government liability shall not exceed fifty percent (50%) of the maximum ceilingamount of an undefinitized order. In the case of orders within these excepted categories, however, the procedures setforth herein shall be followed to the maximum extent practical.
(3) If the Contractor submits a qualifying proposal, as defined in DFARS 217.7401 to definitize an order before theGovernment obligated fifty percent (50%) of the maximum ceiling
amount, the Contracting Officer may increase the limitation of Government Liability up to no more thanseventy-five percent (75%) of the maximum ceiling amount or up to seventy-five percent (75%) of the total CPFFproposed by the Contractor, whichever is less.
(4) If at any time the Contractor believes that its expenditure under an order will exceed the limitation ofGovernment liability, the Contractor shall so notify the Contracting Officer, in writing, and propose an appropriateincrease in the limitation of Government liability of such order. Within thirty (30) days of such notice, theContracting Officer will either (i) notify the Contractor in writing of such appropriate increase, or (ii) instruct theContractor how and to what extent the work shall be continued; provided, however, that in no event shall theContractor be obligated to proceed with work on an undefinitized order beyond the point where its costs incurredplus a reasonable profit exceed the limitation of Government liability, and provided also that in no event shall theGovernment be obligated to pay the Contractor any amount in excess of the limitation of Government liabilityspecified in any such order prior to definitization.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
101 of 115 FINAL
XXXXX
(End of Text)
5252.227-9113 GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (AUG 1997)
(a) The Contractor shall participate in the appropriate interchange of the Government-Industry Data ExchangeProgram (GIDEP) in accordance with NAVSEA S0300-BU-GYD-010 dated November 1994. Data entered isretained by the program and provided to qualified participants. Compliance with this requirement shall not relievethe Contractor from complying with any other requirement of the contract.
(b) The Contractor agrees to insert paragraph (a) of this requirement in any subcontract hereunder exceedingWhen so inserted, the word "Contractor" shall be changed to "Subcontractor".
(c) GIDEP materials, software and information are available without charge from:
GIDEP Operations Center
P.O. Box 8000
Corona, CA 91718-8000
Phone: (909) 273-4677 or DSN 933-4677
FAX: (909) 273-5200
Internet: http://www.gidep.corona.navy mil
5252.233-9103 DOCUMENTATION OF REQUESTS FOR EQUITABLE ADJUSTMENT (APR 1999)
(a) For the purposes of this special contract requirement, the term "change" includes not only a change that is madepursuant to a written order designated as a "change order" but also (1) an engineering change proposed by theGovernment or by the Contractor and (2) any act or omission to act on the part of the Government in respect ofwhich a request is made for equitable adjustment.
(b) Whenever the Contractor requests or proposes an equitable adjustment of or more per vessel in respectto a change made pursuant to a written order designated as a "change order" or in respect to a proposed engineeringchange and whenever the Contractor requests an equitable adjustment in any amount in respect to any other act oromission to act on the part of the Government, the proposal supporting such request shall contain the followinginformation for each individual item or element of the request:
(1) A description (i) of the work required by the contract before the change, which has been deleted by the change,and (ii) of the work deleted by the change which already has been completed. The description is to include a list ofcomponents, equipment, and other identifiable property involved. Also, the status of manufacture, procurement, orinstallation of such property is to be indicated. Separate description is to be furnished for design and productionwork. Items of raw material, purchased parts, components and other identifiable hardware, which are made excess.bythe change and which are not to be retained by the Contractor, are to be listed for later disposition;
(2) Description of work necessary to undo work already completed which has been deleted by the change;
(3) Description of work not required by the terms hereof before the change, which is substituted or added by thechange. A list of components and equipment (not bulk materials or items) involved should be included. Separatedescriptions are to be furnished for design work and production work;
(4) Description of interference and inefficiencies in performing the change;
(5) Description of each element of disruption and exactly how work has been, or will be disrupted:
(i) The calendar period of time during which disruption occurred, or will occur;
(g) In accordance with the inspection requirements of the contract, all actions of the Government pursuant to thisrequirement shall be performed in such a manner as to not delay the work.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
102 of 115 FINAL
XXXXXXX
XXXXX
X
X
(End of Text)
5252.237-9106 SUBSTITUTION OF PERSONNEL (SEP 1990)
(a) The Contractor agrees that a partial basis for award of this contract is the list of key personnel proposed.Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submitted withthe proposal necessary to fulfill the requirements of the contract. No substitution shall be made without priornotification to and concurrence of the Contracting Officer in accordance with this requirement.
(b) All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person to bereplaced. The Contracting Officer shall be notified in writing of any proposed substitution at least forty-five (45)days, or ninety (90) days if a security clearance is to be obtained, in advance of the proposed substitution. Suchnotification shall include: (1) an explanation of the circumstances necessitating the substitution; (2) a completeresume of the proposed substitute; and (3) any other information requested by the Contracting Officer to enablehim/her to judge whether or not the Contractor is maintaining the same high quality of personnel that provided thepartial basis for award.
5252.245-9108 GOVERNMENT-FURNISHED PROPERTY (PERFORMANCE) (SEP 1990)
The Government will provide only that property set forth below, notwithstanding any term or condition of thiscontract to the contrary. Upon Contractor's written request to the cognizant ask Order Manager, via the cognizantContract Administration Office, NSWC Crane, the Government will furnish the following for use in the performanceof this contract:
* To be identified upon issuance of each individual task order modification
5252.245-9109 GOVERNMENT-FURNISHED PROPERTY (INCORPORATION) (SEP 1990)
The Government will provide only that property set forth below, notwithstanding any term or condition of thiscontract to the contrary. Upon Contractor's written request to the cognizant Task Order Manager, via the cognizantContract Administration Office, NSWC Crane, the Government will furnish the following for incorporation in theequipment to be delivered under Item(s) of this contract:
* To be identified upon issuance of each individual task order modification
ALLOTMENT OF FUNDS (MAY 1993) (NAVSEA 5252.232-9104)
(a) This task order is incrementally funded with respect to both cost and fee. The amount(s) presently available andallotted to this task order for payment of fee for incrementally funded contract line item number/contract subline itemnumber 0001,(CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE"(FAR 52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this taskorder for payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of thistask order entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and theperiod of performance for which it is estimated the allotted amount(s) will cover are as follows:
ItemsAlloted to CostAllotted to FeeEstimated Period of Performance100001 09/23/2005 to 09/22/2006100002 09/23/2005 to 09/22/2006101001 10/25/2005 to 10/24/2006101002 10/25/2005 to 10/24/2006101003 10/25/2005 to 10/24/2006101004 10/25/2005 to 10/24/2006101005 10/25/2005 to 10/24/2006101006 10/25/2005 to 10/24/2006101007 10/25/2005 to 10/24/2006101008 10/25/2005 to 10/24/2006101009 10/25/2005 to 10/24/2006101010 10/25/2005 to 10/24/2006101011 10/25/2005 to 10/24/2006101012 10/25/2005 to 10/24/2006
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
103 of 115 FINAL
XXXXXXXXX XX
XXXXXX
X
X
XXXX
XXX
XXX
XX
XXX X
XXXXXXXXX
X
XXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXX
XXXX
XXX
XXX
XX
XXX X
XXXXXXXXXXX XXXXX
XXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXX
XXXXXXXXXXXXXXXXXX
XXXXXXXXXX
XXXXXXX
XXXXXXXXXX
XXXXXX
XXXXXXXXXXXXXXXXXXXXXXXX
XXXXXX
XXXXXXXXXXXXXXXXXX
101013 10/25/2005 to 10/24/2006101014 10/25/2005 to 10/24/2006101015 10/25/2005 to 10/24/2006101101 10/25/2005 to 10/24/2006101102 10/25/2005 to 10/24/2006101103 10/25/2005 to 10/24/2006101104 10/25/2005 to 10/24/2006101105 10/25/2005 to 10/24/2006108001 10/25/2005 to 10/24/2006101201 11/10/2005 to 10/24/2006101016 10/25/2005 to 10/24/2006101017 10/25/2005 to 10/24/2006101018 10/25/2005 to 10/24/2006101019 10/25/2005 to 10/24/2006101020 10/25/2005 to 10/24/2006101021 10/25/2005 to 10/24/2006101106 10/25/2005 to 10/24/2006101107 10/25/2005 to 10/24/2006101108 10/25/2005 to 10/24/2006101202 11/10/2005 to 11/09/2006101022 10/25/2005 to 10/24/2006101023 10/25/2005 to 10/24/2006101024 10/25/2005 to 10/24/2006101025
10/25/2005 to 10/24/2006101027 10/25/2005 to 10/24/2006101028
10/25/2005 to 10/24/2006101030 10/25/2005 to 10/24/2006101031 10/25/2005 to 10/24/2006104001
02/02/2006 to 02/01/2007101032 10/25/2005 to 10/24/2006101033 10/25/2005 to 10/24/2006101034
10/25/2005 to 10/24/2006101110 10/25/2005 to 10/24/2006101111 10/25/2005 to 10/24/2006101112 10/25/2005 to 10/24/2006100003
10/25/2005 to 10/24/2006101036 10/25/2005 to 10/24/2006101113 10/25/2005 to 10/24/2006101114 10/25/2005 to 10/24/2006101115 6 10/25/2005 to 10/24/2006101203 11/10/2005 to 11/09/2006101037 10/25/2005 to 10/24/2006101038 10/25/2005 to 10/24/2006101039 10/25/2005 to 10/24/2006101040 10/25/2005 to 10/24/2006101041 10/25/2005 to 10/24/2006101042 10/25/2005 to 10/24/2006101043 10/25/2005 to 10/24/2006101044 10/25/2005 to 10/24/2006101045 10/25/2005 to 10/24/2006101046 10/25/2005 to 10/24/2006101047
10/25/2005 to 10/24/2006
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
104 of 115 FINAL
X
XXXXXXX
X
XXXXXXX
X XXXXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXX
XXXX
XXX
XXX
XX
XXX X
X XXXXXXXXXX
XXXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXX
X
XXXXX
X
XXXX
X
XXXX
X
XXX
X
XXX
X
XX
X
XX
X
X
X
X
X
X XXXX
X
X
X
XXX
X
X
X
XX
X
X
XX
XX
X
X
XX
X
X
X
XX
X
X
X
XX
X XX
X
XX
X
X
X
XX
X
X
XX
X
X
X
X
X
XX
X
X
X
XX
X
X
XX
X
X
X
X
X
X
X
XX
X
XXX
XX
X
XXX
X
X
XXX
X
X
XXX
X XX
X
XX
X
X
X
X
XXX
X
X
XXX
X
X
XX
X
X
XXX
X
XXX
X
XX
X
XX
X
X
X
X
X
XX
XXX X
X XX XXX
XXX X
X XX X
X
X
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXX
XXXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXX
XXXX
XXX
XXX
XX
XXX X
XXXXXX XXXXXXXXX XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXX
XXXXXX
XXXXX
XXXXXXX
XXXXXXXXXXXXXXX
XXXXXXXXXXXXX
XXX
XX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXX
XXXXXXXXXXXXXXX
XXXXXXXXXX XXXXX
XXXXXXXXXXXXX
XXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXX
XXXXXXXXXX
XXXXXXXXX
XXX
XXXXXXXXX
XXXXXXXX
XXXXXXXXXX XX
XXXXXXXX
XXXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXX
XXXXXXXXXXXX
XXXXXXXXXXXX
XXXX
XXXXXXX
XXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
XXXXX
XX
XXXXXXXXXXXXXX
XXXXXXXXXX
XXXXXXXX
XXXXXX
XX
XXXX
XX
XX
XX
XX
XXXXXX
XXXX
101117 10/25/2005 to 10/24/2006101118 10/25/2005 to 10/24/2006100101 05/30/2005 to 10/24/2006100101 05/30/2005 to 10/24/2006100301 06/15/2005 to 10/24/2006100302 06/15/2005 to 10/24/2006101048 10/25/2005 to 10/24/2006101049 10/25/2005 to 10/24/2006101050 10/25/2005 to 10/24/2006101051 10/25/2005 to 10/24/2006101052 10/25/2005 to 10/24/2006101053 10/25/2005 to 10/24/2006101054 10/25/2005 to 10/24/2006101055 10/25/2005 to 10/24/2006101056 10/25/2005 to 10/24/2006101057
10/25/2005 to 10/24/2006101120 10/25/2005 to 10/24/2006101121 10/25/2005 to 10/24/2006101122
10/25/2005 to 10/24/2006101205 10/25/2005 to 10/24/2006104002
10/25/2005 to 10/24/2006101123 10/25/2005 to 10/24/2006101124 10/25/2005 to 10/24/2006101206 10/25/2005 to 10/24/2006100401 9/01/2006 to 10/24/2006116001 9/23/2006 to 11/30/2006116002 9/23/2006 to 11/30/2006116003 9/23/2006 to 11/30/2006116004 9/23/2006 to 11/30/2006316001 9/23/2006 to 11/30/20061000202 10/25/2005 to 10/24/2006101058 10/25/2005 to 10/24/2006101059 10/25/2005 to 10/24/2006101060 10/25/2005 to 10/24/2006101061
10/25/2005 to 10/24/2006101127 10/25/2005 to 10/24/2006101128 10/25/2005 to 10/24/2006101129 10/25/2005 to 10/24/2006115001 09/23/2006 to 11/30/2006300038 10/25/2005 to 10/24/2006300039 10/25/2005 to 10/24/2006303102 10/25/2005 to 10/24/2006116101 10/01/2006 to 11/30/2006117001 10/25/2006 to 11/30/2006117002 10/25/2006 to 11/30/2006317001 10/25/2006 to 11/30/2006317002
10/25/2006 to 11/30/2006117102
10/25/2006 to 11/30/2006
117105 10/25/2006 to 11/30/2006117106 10/25/2006 to 11/30/2006117107 10/25/2006 to 11/30/2006
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
105 of 115 FINAL
XXXXXXX
XXXX
XX
XXXXXXXXX
XXXX
XXX
XXX
XXX
XX
X XXXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXX
XXXXXXXXX
XXXXXXXX
X
XXXXXXXX
X
XXXXXXX
XX
XXXXXXX
XX
XXXXXX
XXX
XXXXXX
XXX
XXXXX
XXXX
XXXXX
XXXX
XXXX
XXXX
XXXX
XXXX
XXX
XXXX
XXX
XXXX
XX
XXXX
XX
XXXX
X
XXXX
X
XXXX
X
XXXXX
X
XXXXX
XXXX
XXXX
XXX
XXX
XX
XXX X
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXX
XXXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXX
XXXX
XXX
XXX
XX
XXX X
XXXXX
XXXXXXXXXXXXXXXXXXXX
XXXXX
XXXXXXXXXXXX
XXXXXXXXXXXXXXXX
XXXXXX
XXXXXXXX
XXX
XXXXXXX
XXXXX
XXXXXXXXXXXXXXXXXXXXXX
XXXXXXX
XXXX
XXXXXXX
XXXXXXXXXXXXXXXXXXXXXX
XXX
XXXXXXXXX
XXXXXXXXXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXX
XXXXXXXXXX
XX
XX
XXXXXX
XXXX
XXXXXXXXXX
XXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XX
X
X
X
XXXXXXXXXXXX
XXXXXXX
XXXXXXXXX
X
X
XXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXX
XXXXXXXXXXXXXXXXX
XXXXXXXXXXX
XXXXXXXX
XXXXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXXXXXX
XXXX
XXXXXXXXXXXX
XXXXXX
XXXXXXXXX
XXXXXXXXXXXXXXX
XXXXXX
XXXXX XXXX
XXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXX
XXXXXXXXX
XXXX
XXXXX
XXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXX
117108 10/25/2006 to 11/30/2006117109 10/25/2006 to 11/30/2006117110 10/25/2006 to 11/30/2006117111
10/25/2006 to 11/30/2006117113 10/25/2006 to 11/30/2006117114 10/25/2006 to 11/30/2006117115 10/25/2006 to 11/30/2006317101
10/25/2006 to 11/30/2006317103
10/25/2006 to 11/30/2006317105 10/25/2006 to 11/30/2006317106 10/25/2006 to 11/30/2006317107 10/25/2006 to 11/30/2006317003 10/25/2006 to 11/30/2006117003 10/25/2006 to 11/30/2006117004 10/25/2006 to 11/30/2006117005
10/25/2005 to 10/24/2006
(b) The parties contemplate that the Government will allot additional amounts to this task order from time to timefor the incrementally funded CLINs/SLINs by unilateral task order modification, and any such modification shallstate separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, andthe period of performance which the amount(s) are expected to cover.
(c) CLINs/SLINs are fully funded and performance under these CLINs/SLINs is subject to the clause of this taskorder entitled "LIMITATION OF COST" (FAR 52.232 20) or "LIMITATION OF COST (FACILITIES)" (FAR52.232 21), as applicable.
(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs ofperformance of fully funded CLINs/SLINs.
TECHNICAL INSTRUCTIONS (MAY 1993) (NAVSEA 5252.242-9115)
(a) Performance of the work hereunder shall be subject to written technical instructions/technical direction letterssigned by the Task Order Manager specified in Section G of this contract. As used herein, technicalinstructions/technical direction letters are defined to include the following:
(1) Directions to the Contractor, which suggest pursuit of certain lines of inquiry, shift work emphasis, fill in detailsor otherwise serve to accomplish the contractual statement of work.
(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions ofwork description.
(b) Technical instructions must be within the general scope of work stated in the contract. Technical instructionsmay not be used to:
(1) assign additional work under the contract;
(2) direct a change as defined in the "CHANGES" clause of this contract;
(3) increase or decrease the contract price or estimated contract amount (including fee), as applicable, the level ofeffort, or the time required for contract performance; or
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
106 of 115 FINAL
XXXXXXXX
XXXXXXXXXX
XXXXX
XXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXX
XXXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXX
XXXX
XXX
XXX
XX
XXX X
XXXXXXXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXX
XXXXXXX
XXXXXX
X
XX
XXXXXXXXXX
XXXXXXXXXXXXXX
XX
XXXXX
XX
XXXX
XX
XXX
XX
XX
XX
X
XX
XXXX
XXXXXXXXXXXXX
XXXXXXXXXXXXXX
XXXXX
X
XXXX
XXXXXXXX
X
(4) change any of the terms, conditions or specifications of the contract.
(c) If, in the opinion of the Contractor, any technical instruction/technical direction letters calls for effort outside thescope of the contract or is inconsistent with this requirement, the Contractor shall notify the Procuring ContractingOfficer (NSWC Crane) in writing within ten (10) working days after the receipt of any such instruction. TheContractor shall not proceed with the work affected by the technical instruction/technical direction letter unless anduntil the Contractor is notified by the Procuring Contracting Officer (NSWC Crane) that the technicalinstruction/technical direction letter is within the scope of this contract.
(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portion ofthe contractual work statement, which is not affected by the disputed technical instruction/technical direction letter.
H20S INSURANCE - WORK ON A GOVERNMENT INSTALLATION
The following types of insurance are required in accordance with the clause entitled, Insurance - Work On AGovernment Installation (FAR 52.228-5), and shall be maintained in the minimum amounts shown:
(1) Comprehensive General Liability: per person and per accident for bodily injury.
(2) Automobile Insurance: per person and per accident for bodily injury and peraccident for property damage.
(3) Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritime employment isinvolved, Longshoremen's and Harbor Worker's Compensation Insurance) in the minimum amount of
H30S LIMITATION OF LIABILITY - INCREMENTAL FUNDING (JUN 2004)
This task order is incrementally funded and the amount currently available for payment hereunder is limited to 3,004,795 inclusive of fee, profit and all other charges. The clause entitled, Limitation of Funds (FAR 52.232-22),applies. The Government is not obligated to reimburse the Contractor for costs incurred in excess of this amountunless additional funds are made available and are incorporated as a modification to this task order.
H81S TRAVEL COSTS AND RESPONSIBILITIES
(a) Performance under this task order may require travel by contractor personnel. If travel, domestic or overseas, isrequired, the Contractor shall be responsible for making all needed arrangements for his personnel. This includes,but is not limited to, medical examinations; immunizations; passports, visas, etc. and security clearances. If anywork will take place on a U.S. Navy vessel, the Contractor shall obtain boarding authorization for all contractorpersonnel from the Commanding Officer of the vessel. Authorization shall be obtained prior to boarding.
(b) The Government will reimburse the Contractor for allowable travel costs incurred by the Contractor inperformance of the task order in accordance with FAR subpart 31.2 or 31.3 as applicable.
H83S SERVICE CONTRACT ACT WAGE DETERMINATION (JUN 2004)
The applicable Service Contract Act Wage Determinations by the Secretary of Labor are provided as attachments inSection J.
HC25S ACCESS TO GOVERNMENT SITE (JUN 2004)
(a) Contractor personnel shall comply with all current badging and security procedures required to gain access to anyGovernment site. The Contractor shall ensure that Contractor personnel employed on any Government site becomefamiliar with and obey Activity regulations. Contractor personnel shall not enter restricted areas unless required todo so and until cleared for such entry. The Contractor shall request permission to interrupt any activity roads orutility services in writing a minimum of 15 calendar days prior to the date of interruption. Contractor personnelshall bear personal protective equipment in designated areas. All contractor equipment shall be conspicuouslymarked for identification.
The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations,Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
107 of 115 FINAL
XXXXX XXXXX
XXXXX XXXXX XXXX
XXXXX
X X
X X X
X
X
HG10S CONTRACTUAL AUTHORITY AND COMMUNICATIONS (JUN 2004)
(a) Except as specified in subparagraph (b) below, no order, statement, or conduct of any Government personnel whovisit the Contractor's facilities or in any other manner communicates with Contractor personnel during theperformance of this task order shall constitute a change under the Changes clause of this task order.
(b) The Contractor shall not comply with any order, direction or request of Government personnel unless it isissued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as apart of this task order.
(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this taskorder and, notwithstanding provisions contained elsewhere in this task order, the said authority remains solely theContracting Officer's. In the event the contractor effects any change at the direction of any person other than theContracting Officer, the change will be considered to have been made without authority and no adjustment will bemade in the task order price to cover any increase in charges incurred as a result thereof.
HP10S OPTION TO EXTEND THE TERM OF THE TASK ORDER
This task order is renewable at the prices stated in Section B of the Contractor's proposal, at the option of theGovernment. The Contracting Officer shall give written notice of renewal to the Contractor by the first day of eachGovernment fiscal year or within 30 days after funds for that fiscal year become available, whichever date is the later;provided that the Contracting Officer shall have given preliminary notice of the Government's intention to renew atleast 30 days before this task order is to expire. Such a preliminary notice of intent to renew shall not be deemed tocommit the Government to renewals. If the Government exercises this option for renewal, the task order as renewedshall be deemed to include this option provision however, the total duration of this task order, including theexercise of any options under this clause, shall not exceed 24 months.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
108 of 115 FINAL
SECTION I CONTRACT CLAUSES
CLAUSES INCORPORATED BY REFERENCE
52 202-1 Definitions JUL 2004
52 203-3 Gratuities APR 1984
52 203-5 Covenant Against Contingent Fees APR 1984
52 203-6 Restrictions On Subcontractor Sales To The Government JUL 1995
52 203-7 Anti-Kickback Procedures JUL 1995
52 203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity JAN 1997
52 203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997
52 203-12 Limitation On Payments To Influence Certain Federal Transactions JUN 2003
52 204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000
52 209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JAN 2005
52 215-2 Audit and Records--Negotiation JUN 1999
52 215-8 Order of Precedence--Uniform Contract Format OCT 1997
52 215-9 Changes or Additions to Make-or-Buy Program OCT 1997
52 215-10 Price Reduction for Defective Cost or Pricing Data OCT 1997
52 215-12 Subcontractor Cost or Pricing Data OCT 1997
52 215-15 Pension Adjustments and Asset Reversions OCT 2004
52 215-17 Waiver of Facilities Capital Cost of Money OCT 1997
52 215-18 Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other than Pensions OCT 1997
52 215-19 Notification of Ownership Changes OCT 1997
52 215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data--Modifications OCT 1997
52 216-7 Allowable Cost And Payment DEC 2002
52 216-8 Fixed Fee MAR 1997
52 219-8 Utilization of Small Business Concerns MAY 2004
52 219-14 Limitations On Subcontracting DEC 1996
52 222-3 Convict Labor JUN 2003
52 222-4 Contract Work Hours and Safety Standards Act - Overtime Compensation SEP 2000
52 222-21 Prohibition Of Segregated Facilities FEB 1999
52 222-26 Equal Opportunity APR 2002
52 222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001
52 222-36 Affirmative Action For Workers With Disabilities JUN 1998
52 222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans DEC 2001
52 223-5 Pollution Prevention and Right-to-Know Information AUG 2003
52 223-14 Toxic Chemical Release Reporting AUG 2003
52 226-1 Utilization Of Indian Organizations And Indian-Owned Economic Enterprises JUN 2000
52 227-1 Authorization and Consent JUL 1995
52 227-2 Notice And Assistance Regarding Patent And Copyright Infringement AUG 1996
52 228-7 Insurance--Liability To Third Persons MAR 1996
52 230-2 Cost Accounting Standards APR 1998
52 232-9 Limitation On Withholding Of Payments APR 1984
52 232-20 Limitation Of Cost APR 1984
52 232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I APR 1984
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
109 of 115 FINAL
52 232-25 Prompt Payment OCT 2003
52 232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003
52 233-1 Disputes JUL 2002
52 233-3 Alt I Protest After Award (Aug 1996) - Alternate I JUN 1985
52 237-3 Continuity Of Services JAN 1991
52 242-1 Notice of Intent to Disallow Costs APR 1984
52 242-3 Penalties for Unallowable Costs MAY 2001
52 242-4 Certification of Final Indirect Costs JAN 1997
52 242-13 Bankruptcy JUL 1995
52 243-2 Alt I Changes--Cost-Reimbursement (Aug 1987) - Alternate I APR 1984
52 243-5 Changes and Changed Conditions APR 1984
52 244-2 Alt I Subcontracts (Aug 1998) - Alternate I MAR 2005
52 244-5 Competition In Subcontracting DEC 1996
52 244-6 Subcontracts for Commercial Items DEC 2004
52 245-5 Dev Government Property (Cost-Reimbursement, Time-and-Material, or Labor-Hour Contracts) Deviation MAY 2004
52 246-1 Contractor Inspection Requirements APR 1984
52 246-25 Limitation Of Liability--Services FEB 1997
52 248-1 Value Engineering FEB 2000
52 249-6 Termination (Cost Reimbursement) MAY 2004
52 249-14 Excusable Delays APR 1984
52 253-1 Computer Generated Forms JAN 1991
252 201-7000 Contracting Officer's Representative DEC 1991
252 203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies DEC 2004
252 203-7002 Display Of DOD Hotline Poster DEC 1991
252 204-7003 Control Of Government Personnel Work Product APR 1992
252 204-7004 Alt A Central Contractor Registration (52 204-7) Alternate A NOV 2003
252 205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991
252 209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country MAR 1998
252 215-7000 Pricing Adjustments DEC 1991
252 215-7002 Cost Estimating System Requirements OCT 1998
252 217-7027 Contract Definitization OCT 1998
252 219-7011 Notification to Delay Performance JUN 1998
252 225-7001 Buy American Act And Balance Of Payments Program JUN 2005
252 225-7002 Qualifying Country Sources As Subcontractors APR 2003
252 225-7004 Reporting of Contract Performance Outside the United States and Canada--Submission after Award JUN 2005
252 225-7012 Preference For Certain Domestic Commodities JUN 2004
252 225-7016 Restriction On Acquisition Of Ball and Roller Bearings JUN 2005
252 227-7013 Rights in Technical Data--Noncommercial Items NOV 1995
252 227-7014 Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation JUN 1995
252 227-7016 Rights in Bid or Proposal Information JUN 1995
252 227-7019 Validation of Asserted Restrictions--Computer Software JUN 1995
252 227-7027 Deferred Ordering Of Technical Data Or Computer Software APR 1988
252 227-7030 Technical Data--Withholding Of Payment MAR 2000
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
110 of 115 FINAL
252 227-7037 Validation of Restrictive Markings on Technical Data SEP 1999
252 231-7000 Supplemental Cost Principles DEC 1991
252 232-7003 Electronic Submission of Payment Requests JAN 2004
252 242-7004 Material Management And Accounting System DEC 2000
252 243-7002 Requests for Equitable Adjustment MAR 1998
252 244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) MAR 2000
252 247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000
CLAUSES INCORPORATED BY FULL TEXT
52 216-18 ORDERING (OCT 1995)
(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated inthe Schedule Such orders may be issued from effective date of contract through 1825 from the effective contract award date
(b) All delivery orders or task orders are subject to the terms and conditions of this contract In the event of conflict between a delivery order or task order and thiscontract, the contract shall control
(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail Orders may be issued orally, by facsimile, or byelectronic commerce methods only if authorized in the Schedule
(End of clause)
52 216-19 ORDER LIMITATIONS (OCT 1995)
(a) Minimum order When the Government requires supplies or services covered by this contract in an amount of less than 50 hours, the Government is not obligated topurchase, nor is the Contractor obligated to furnish, those supplies or services under the contract
(b) Maximum order The Contractor is not obligated to honor:
(1) Any order for a single item in excess of hours;
(2) Any order for a combination of items in excess of hours; or
(3) A series of orders from the same ordering office within 15 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above
(c) If this is a requirements contract (i e , includes the Requirements clause at subsection 52 216-21 of the Federal Acquisition Regulation (FAR)), the Government is notrequired to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above
(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (ororders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and thereasons Upon receiving this notice, the Government may acquire the supplies or services from another source
(End of clause)
52 216-22 INDEFINITE QUANTITY (OCT 1995)
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule The quantities of supplies and servicesspecified in the Schedule are estimates only and are not purchased by this contract
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause The Contractor shall furnish to the Government,when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum" The Governmentshall order at least the quantity of supplies or services designated in the Schedule as the "minimum"
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued TheGovernment may issue orders requiring delivery to multiple destinations or performance at multiple locations
(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in theorder The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completedduring the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after delivery of the last delivery orderissued under this contract
(End of clause)
52 219-18 NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS (JUN 2003)
(a) Offers are solicited only from small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program andwhich meet the following criteria at the time of submission of offer--
(1) The Offeror is in conformance with the 8(a) support limitation set forth in its approved business plan; and
(2) The Offeror is in conformance with the Business Activity Targets set forth in its approved business plan or any remedial action directed by the SBA
(b) By submission of its offer, the Offeror represents that it meets all of the criteria set forth in paragraph (a) of this clause
(c) Any award resulting from this solicitation will be made to the Small Business Administration, which will subcontract performance to the successful 8(a) offerorselected through the evaluation criteria set forth in this solicitation
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
111 of 115 FINAL
XXX
XXX
(d)(1) Agreement A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced bysmall business concerns in the United States or its outlying areas If this procurement is processed under simplified acquisition procedures and the total amount of thiscontract does not exceed a small business concern may furnish the product of any domestic firm This paragraph does not apply to construction or servicecontracts
(2) The (insert name of SBA's contractor) will notify the (insert name of contracting agency Contracting Officer) in writing immediately upon entering an agreement (eitheroral or written) to transfer all or part of its stock or other ownership interest to any other party
(End of clause)
52 222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)
(a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed 1000 hours or the overtime premium is paid for work --
(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment, or occasional productionbottlenecks of a sporadic nature;
(2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation, maintenance, standby plant protection,operation of utilities, or accounting;
(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations in flight or afloat that are continuousin nature and cannot reasonably be interrupted or completed otherwise; or
(4) That will result in lower overall costs to the Government
(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for contract completion and shall--
(1) Identify the work unit; e g , department or section in which the requested overtime will be used, together with present workload, staffing, and other data of the affectedunit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime;
(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;
(3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with identificationof each affected contract; and
(4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel
* Insert either "zero" or the dollar amount agreed to during negotiations The inserted figure does not apply to the exceptions in paragraph (a)(1) through (a)(4) of theclause
(End of clause)
52 222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989)
In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes ofservice employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agencysubject to the provisions of 5 U S C 5341 or 5332
THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION
Employee ClassMonetary Wage-Fringe Benefits
E m p l o y e e C l a s s M o n e t a r y W a g e – F r i n g e B e n e f i t s S e n i o r E l e c t r o n i c T e c h n i c i a n , G S - 1 2 7 7 . 1 8Sr. Eng. Tech GS- 77.18 Draftsman, GS-9 62.73 Admin Assistant, GS-7 50.37
(End of clause)
52 232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)
Funds are not presently available for performance under this contract beyond ( ) The Government's obligation for performance of this contract beyond that date iscontingent upon the availability of appropriated funds from which payment for contract purposes can be made No legal liability on the part of the Government for anypayment may arise for performance under this contract beyond ( ), until funds are made available to the Contracting Officer for performance and until the Contractorreceives notice of availability, to be confirmed in writing by the Contracting Officer
(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 acost-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 inthe 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 theContractor'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 thecost 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 allotadditional 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 toperform, or have performed, work on the contract up to the point at which the total amount paid and payable by the Government under the contract approximates but doesnot exceed the total amount actually allotted by the Government to the contract
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
112 of 115 FINAL
XXXX
XX
X X
(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 60days, 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 acost-sharing contract, the amount then allotted to the contract by the Government plus the Contractor's corresponding share The notice shall state the estimated amountof 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 additionalfunds, 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 fundswill 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 writtenrequest the Contracting Officer will terminate this contract on that date in accordance with the provisions of the Termination clause of this contract If the Contractorestimates that the funds available will allow it to continue to discharge its obligations beyond that date, it may specify a later date in its request, and the ContractingOfficer 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 costsin 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 thecontract plus the Contractor's corresponding share, until the Contracting Officer notifies the Contractor in writing that the amount allotted by the Government has beenincreased 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 this is a cost-sharing contract, the amount then allotted bythe 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, theincrease shall be allocated in accordance with the formula specified in the Schedule
(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 forany 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 theContractor's corresponding share, shall be allowable to the same extent as if incurred afterward, unless the Contracting Officer issues a termination or other notice anddirects 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 Government specified in the Schedule, unless they contain a statementincreasing 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 shallnegotiate 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 Scheduleequalling the percentage of completion of the work contemplated by this contract
(End of clause)
52 233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
United States law will apply to resolve any claim of breach of this contract
(End of clause)
52 252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text Upon request, the Contracting Officer willmake their full text available Also, the full text of a clause may be accessed electronically at this/these address(es):
www arnet gov
(End of clause)
52 252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the clause
(End of clause)
252 219-7009 SECTION 8(A) DIRECT AWARD (MAR 2002)
(a) This contract is issued as a direct award between the contracting office and the 8(a) Contractor pursuant to the Partnership Agreement dated February 1, 2002, betweenthe Small Business Administration (SBA) and the Department of Defense Accordingly, the SBA, even if not identified in Section A of this contract, is the primecontractor and retains responsibility for 8(a) certification, for 8(a) eligibility determinations and related issues, and for providing counseling and assistance to the 8(a)Contractor under the 8(a) Program The cognizant SBA district office is:
(To be completed by the Contracting Officer at the time of award)
(b) The contracting office is responsible for administering the contract and for taking any action on behalf of the Government under the terms and conditions of thecontract; provided that the contracting office shall give advance notice to the SBA before it issues a final notice terminating performance, either in whole or in part, underthe contract The contracting office also shall coordinate with the SBA prior to processing any novation agreement The contracting office may assign contractadministration functions to a contract administration office
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
113 of 115 FINAL
(c) The Contractor agrees that--
(1) It will notify the Contracting Officer, simultaneous with its notification to the SBA (as required by SBA's 8(a) regulations at 13 CFR 124 308), when the owner orowners upon whom 8(a) eligibility is based plan to relinquish ownership or control of the concern Consistent with Section 407 of Pub L 100-656, transfer of ownershipor control shall result in termination of the contract for convenience, unless the SBA waives the requirement for termination prior to the actual relinquishing of ownershipand control; and
(2) It will not subcontract the performance of any of the requirements of this contract without the prior written approval of the SBA and the Contracting Officer
(End of Clause)
252 219-7010 ALTERNATE A (JUN 1998)
(a) Offers are solicited only from small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program andwhich meet the following criteria at the time of submission of offer--
(1) The Offeror is in conformance with the 8(a) limitation set forth in its approved business plan; and
(2) The Offeror is in conformance with the Business Activity Targets set forth in its approved business plan or any remedial action directed by the SBA
(b) By submission of its offer, the Offeror represents that it meets all of the criteria set forth in paragraph (a) of this clause
(c) Any award resulting from this solicitation will be made directly by the Contracting Officer to the successful 8(a) offeror selected through the evaluation criteria set forthin this solicitation
(d)(1) Agreement A small business concern submitting an offer in its own name agrees to furnish, in performing the contract, only end items manufactured or produced bysmall business concerns in the United States The term "United States" includes its territories and possessions, the Commonwealth of Puerto Rico, the trust territory ofthe Pacific Islands, and the District of Columbia If this procurement is processed under simplified acquisition procedures and the total amount of this contract does notexceed a small business concern may furnish the product of any domestic firm This subparagraph does not apply in connection with construction or servicecontracts
(2) The [insert name of SBA's contractor] will notify the [insert name of contracting agency] Contracting Officer in writing immediately upon entering anagreement (either oral or written) to transfer all or part of its stock or other ownership interest to any other party
(End of clause)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
52 222-41 Service Contract Act (1965)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
114 of 115 FINAL
XXXX
SECTION J LIST OF ATTACHMENTS
Exhibit BY2 NVEO Sensors
Exhibit DY2 Helmet Systems
Exhibit EY2 Cost Guard Installs
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC01 AMENDMENT/MODIFICATION NO.
48 PAGE
115 of 115 FINAL