110
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 55 28-Sep-2016 See Section G N/A 6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A NSWC, CRANE DIVISION 300 Highway 361 - Building 3373 Crane IN 47522-5001 @navy.mil 812-854-0000 DCMA DAYTON AREA A, BUILDING 30, 1725 VAN PATTON DRIVE WRIGHT-PATTERSON AFB OH 45433-5302 SCD: C 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-FC20 10B. DATED (SEE ITEM 13) CAGE CODE 03WZ3 FACILITY CODE 09-Apr-2010 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [X] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc )SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). 43.103(b) [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible ) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) , Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ 28-Sep-2016 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 XXXXXX XXXXXXXXXXXX XXXXXXXXX X

XXXXXXXXXXXX X XXXXXXXXXx xx xxx x x xx xxx x xxx xxx xx xx xx xx xx xx xxxxxxxxxxx xxxxxxxxxxx xxxxxxxxxxx xxxxxxxxxxx xxxxxxxxxxx xxxxxxxxxxx xxxxxxxxxxx xxxxxxxxxxx. section b supplies

  • Upload
    others

  • View
    130

  • Download
    0

Embed Size (px)

Citation preview

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

    55 28-Sep-2016 See Section G N/A6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A

    NSWC, CRANE DIVISION

    300 Highway 361 - Building 3373

    Crane IN 47522-5001

    @navy.mil 812-854-0000

    DCMA DAYTON

    AREA A, BUILDING 30, 1725 VAN PATTONDRIVE

    WRIGHT-PATTERSON AFB OH 45433-5302

    SCD: C

    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-FC20 10B. DATED (SEE ITEM 13)

    CAGECODE

    03WZ3 FACILITY CODE 09-Apr-2010

    11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

    [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of thisamendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitationand this amendment, and is received prior to the opening hour and date specified.12. ACCOUNTING AND APPROPRIATION DATA (If required)

    13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

    (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. INITEM 10A.

    [ ] [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). 43.103(b)

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

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

    E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office.14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible )

    SEE PAGE 2

    15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

    , Contracting Officer

    15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ 28-Sep-2016

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

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

    1. CONTRACT ID CODE PAGE OF PAGES

    AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

    XXXXXX

    XXXXXXXXXXXX

    XXXXXXXXXX

  • GENERAL INFORMATION

    The purpose of this modification is to extend the Period of Performance on SLINs 7003AY and 9003AL.Accordingly, said Task Order is modified as follows: A conformed copy of this Task Order is attached to thismodification for informational purposes only.

    The Line of Accounting information is hereby changed as follows:

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

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

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

    CLIN/SLIN From To

    7003AY 8/16/2016 - 9/30/2016 8/16/2016 - 11/30/2016

    9003AL 8/16/2015 - 9/30/2016 8/16/2015 - 11/30/2016

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    2 of 2 FINAL

    XXXXXX

    X XX XXX XX XX XXX X

    XXXXXXXX XX XX

    XX XX XX

    XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX

    XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX

    XXXXXXXXXXX

  • SECTION B SUPPLIES OR SERVICES AND PRICES

    CLIN - SUPPLIES OR SERVICES

    For Cost Type Items:

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

    4000 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. (Fund Type - TBD)

    1.0 LO

    400001 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. (Deob of on mod

    24) (O&MN,N)

    400002 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-002, ACRN

    A2 (deob of on mod 24) (Fund

    Type - OTHER)

    400003 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-003,

    ACRN A3 (deob of on mod

    24) (Fund Type - OTHER)

    400004 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-007, ACRN

    A4 (De-Obligate on MOD

    05)(Additional deob of on

    mod 24) (Fund Type - OTHER)

    400005 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-001.2,

    ACRN A1 (Fund Type - OTHER)

    400006 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-005, ACRN

    A5 Note: DeOb'ed on MOD

    16 (Fund Type - OTHER)

    400007 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-004, ACRN

    A6 Note: DeOb'ed on MOD 16

    (O&MN,N)

    400008 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-006, ACRN

    A7 (deob of on mod 24) (Fund

    Type - OTHER)

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    1 of 108 FINAL

    XXXXXX

    XXXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXXX

    XXXXXX

    XXXXXXXXXXXXXXXXX

    XXXXXX

    XXXXXXXXX

    XXXXXX

    XXXXXX

    XXXX

    XXXX

    XXXXXXX

    XXXXXX

    XXXXXX

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

    400009 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-008, ACRN

    A8 Note: DeOb'ed on MOD 16

    (additional deob of on mod 24)

    (Fund Type - OTHER)

    400010 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-001.1 and

    TI-001.2, ACRN A9 (deob of on

    mod 24) (Fund Type - OTHER)

    400011 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-009, ACRN

    B1 (FMS)

    400012 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-001.2,

    ACRN A9 (O&MN,N)

    400013 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-010, ACRN

    B2 (O&MN,N)

    400014 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-011, ACRN

    (WCF)

    400015 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-010, ACRN

    A2 (deob of on mod 24)

    (O&MN,N)

    400016 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-008, ACRN

    A8 (Reobligated from SLIN

    600009 to move to Labor) Note:

    DeOb'ed on MOD 16 (O&MN,N)

    400017 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-001.2,

    ACRN B4 (Fund Type - OTHER)

    400018 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-008, ACRN

    B6 Note: DeOb'ed on MOD 16

    (additional deob of on mod

    24) (O&MN,N)

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    2 of 108 FINAL

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXXXXXX

    XXXXXX

    XXXXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXX

    XXXXX

    XXXX

    XXXXX

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

    400019 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-001.2,

    ACRN B7 (RDT&E)

    400020 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-010, ACRN

    B2 (O&MN,N)

    400021 R425 Engineering and Technical support

    services for WXQ. Labor Only. Base

    Years 1 and 2. TI-001.2,

    ACRN B8.De-Obligation of

    per MOD 29. The balance is

    Corrected prior deobligation amount

    from Mod 29. New amount

    Corrected via modification 30.

    (O&MN,N)

    4300 R425 Engineering and Technical support

    services for WXQ. Labor Only. Year 3,

    Award Term 1. (Fund Type - TBD)

    1.0 LO

    430001 R425 Engineering and Technical support

    services for WXQ. Labor Only. Award

    Term 1. TI-001.2 (ACRN B9).

    NOTE: FUNDS IN THE AMOUNT OF

    ARE DEOBLIGATED VIA

    MODIFICATION 14 RESULTING IN A

    BALANCE OF (O&MN,N)

    430002 R425 Engineering and Technical support

    services for WXQ. Labor Only. Award

    Term 1. TI-005 (ACRN C1).

    NOTE: FUNDS IN THE AMOUNT OF

    ARE DEOBLIGATED VIA

    MODIFICATION 14 RESULTING IN A

    BALANCE OF $ (O&MN,N)

    430003 R425 Engineering and Technical support

    services for WXQ. Labor Only. Award

    Term 1. TI-1.2 (ACRN B9).

    (O&MN,N)

    430004 R425 Engineering and Technical support

    services for WXQ. Labor Only. Award

    Term 1. TI-005 (ACRN C1).De-

    Obligation of per MOD 29.The

    balance is (O&MN,N)

    430005 R425 Engineering and Technical support

    services for WXQ. Labor Only. Award

    Term 1. TI-1.2 (ACRN C2).

    (Fund Type - OTHER)

    4400 R425 Engineering and Technical support

    services for WXQ. Labor Only. Year 4,

    1.0 LO

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    3 of 108 FINAL

    XXXXXX

    XXXXXXXXX

    XXXXXXX

    XXXXXXXX

    XXXXXX

    XXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXXXX

    XXXXXX

    XXXXXXXXX XXXXXXXXX

    XXXXXXXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXX

    XXXXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

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

    Option Year 1(SEE NOTE A) (Fund Type

    - TBD)

    440001 R425 Labor Only. TI-006

    (ACRN C3). Deobligated

    under Mod 31. Remaining balance is

    (Fund Type - OTHER)

    440002 R425 Engineering and Technical support

    services for WXQ. Labor. Award Term

    2. TI-1.2 (ACRN C4).

    Deobligated under Mod 31.

    Remaining balance is

    (Fund Type - OTHER)

    440003 R425 Engineering and Technical support

    services for WXQ. Labor. Award Term

    2. TI-1.2. 2410a Authority

    is hereby invoked. (ACRN C5). (Fund

    Type - OTHER)

    440004 R425 Engineering and Technical support

    services for WXQ. Labor. Award Term

    2. TI-1.2. 2410a Authority

    is hereby invoked. (ACRN C6). (Fund

    Type - OTHER)

    440005 R425 Funding in support of (TI-01.2/USMC

    /TMDE/PM-CSSEMSS). (Fund Type -

    OTHER)

    4500 R425 Engineering and Technical support

    services for WXQ. Labor Only. Year 5,

    Option Year 2. (SEE NOTE A) (Fund

    Type - TBD)

    1.0 LO

    4501

    4501AA R425 Funding in support of (TI-01.2/USMC

    /TMDE/PM-CSS EMSS). (Fund Type -

    OTHER)

    1.0 LO

    4501AB R425 Funding in support of (TI-13/NELO

    /UMS/LMEK). (RDT&E)

    1.0 LO

    4501AC R425 Funding in support of (TI-1.2/USMC

    /TMDE/PM-CSS EMSS). (O&MN,N)

    1.0 LO

    4501AD R425 Funding in support of (TI-1.2/USMC

    /TMDE/PM-CSS EMSS). (Fund Type -

    OTHER)

    1.0 LO

    4501AE R425 10 USC 2410(a) Authority is hereby

    invoked. Funding in support of TI-13

    (UMS/RDT&E). (RDT&E)

    1.0 LO

    4501AF R425 10 USC 2410(a) Authority is hereby

    invoked. Funding in support of TI-13

    (NELO/UMS/RDT&E). (RDT&E)

    1.0 LO

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    4 of 108 FINAL

    XXXXXXXXXXXXXXX

    XXXXXX

    XXXXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXXX

    XXXXXXX

    XXXXXXXXX

    XXXXXXXX

    XXXXXXX XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXXX

    XXXXXXX

    XXXXXXX XXXXXXX

    XXXXXXXX

    XXXXXXXXX

    XXXXXXXX

    XXXXXXX

    XXXXXX

    XXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXX XXXXXXXX

    XXXXXXX XXXXXXX

    XXXXX

    XXXXXX

    XXXXXXX

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

    4501AG R425 Funding in support of TI-0016 for

    USMC CACS Software Support. (Fund

    Type - OTHER)

    1.0 LO

    4501AH R425 Funding in support of TI-0017 for

    family of system in PM AFSS

    portfolio. De-obligate per

    MOD 32. New balance is

    (Fund Type - OTHER)

    1.0 LO

    4501AJ R425 Funding in support of TI 1.2 for

    MARCORSYSCOM. (PMC)

    1.0 LO

    For ODC Items:

    Item PSC Supplies/Services Qty Unit Est. Cost

    6000 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. (See Note B) (Fund Type - TBD)

    1.0 LO

    600001 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-001.2 and TI-007. (deob of on

    mod 24) (O&MN,N)

    600002 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-002, ACRN A2 (Deobligate

    on MOD 04 to move to Labor) (additional deob of on mod

    24) (Fund Type - OTHER)

    600003 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-003, ACRN A3 (deob of

    on mod 24) (Fund Type - OTHER)

    600004 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-007, ACRN A4 (deob of on

    mod 24) (Fund Type - OTHER)

    600005 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-005, ACRN A5 Note: DeOb'ed

    on MOD 16 (Fund Type - OTHER)

    600006 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-001.2, ACRN A1 (Fund Type -

    OTHER)

    600007 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-004, ACRN A6 DeOb'ed

    on MOD 16 (O&MN,N)

    600008 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-006, ACRN A7 (De-Obligated on

    MOD 05)(additional deob of 47,686.45 on mod 24) (Fund Type -

    OTHER)

    600009 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-008, ACRN A8 (MOD 06

    Deobligated to move to Labor) Note: DeOb'ed

    on MOD 16 (additional deob of on mod 24) (Fund Type -

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    5 of 108 FINAL

    XXXXXX

    XXXXXXXXXXXXXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXX

    XXXXXXXXX

    XXXXX

    XXXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXX

    XXXXXXX XXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXX

    XXXX

    XXX

  • Item PSC Supplies/Services Qty Unit Est. Cost

    OTHER)

    600010 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-007, ACRN A9 (deob of on

    mod 24) (Fund Type - OTHER)

    600011 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-001.2, ACRN A9 (deob of

    on mod 24) (O&MN,N)

    600012 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-001.2, ACRN A9 (deob of

    on mod 24) (O&MN,N)

    600013 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-001.2, ACRN B5 (deob of

    on mod 24) (Fund Type - OTHER)

    600014 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Base Years 1 and 2. TI-008, ACRN B6 Note: DeOb'ed

    on MOD 16 (O&MN,N)

    6300 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Year 3, Award Term 1. (See Note B) (Fund Type - TBD)

    1.0 LO

    630001 R425 Engineering and Technical support services for WXQ. ODC Only.

    Award Term 1. TI-001.2 (ACRN B9). NOTE: FUNDS IN THE

    AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 14

    RESULTING IN A BALANCE OF De-Obligation of

    per MOD 29. The new balance is (O&MN,N)

    630002 R425 Engineering and Technical support services for WXQ. ODC Only.

    Award Term 1. TI-001.2 (ACRN B9). De-Obligation of

    per MOD 29. The new balance is

    De-obligated per MOD 31. The new balance is

    (O&MN,N)

    6400 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Year 4, Option Year 1(SEE NOTE A&B) (Fund Type - TBD)

    1.0 LO

    640001 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Year 4, Option Year 1(SEE NOTE A&B). TI1.2 (ACRN

    C4).De-obligated per MOD 31. The remaining balance is

    (Fund Type - OTHER)

    640002 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Year 4, Option Year 1(SEE NOTE A&B). TI1.2 2410a

    Authority is hereby invoked. (ACRN C6). De-obligated per

    MOD 90. The remaining balance is (Fund Type - OTHER)

    6500 R425 Engineering and Technical support services for WXQ. ODC's Only.

    Year 5, Option Year 2. (SEE NOTE A&B) (Fund Type - TBD)

    1.0 LO

    6501

    6501AA R425 Funding in support of (TI-01.2/USMC/TMDE/PM-CSS EMSS). (Fund

    Type - OTHER)

    1.0 LO

    6501AB R425 Funding in support of (TI-01.2/USMC/TMDE/PM-CSS EMSS). (Fund

    Type - OTHER)

    1.0 LO

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    6 of 108 FINAL

    XXXXXXX

    XXXXXXXXXXXXXX

    XXXXXX XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXX

    XXXXXXX XXXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXX

    XXXXXX

    XXXXXXXXX

    XXXXXXXX

    XXXXXXXX

    XXXXXX

    XXXXXXXX

    XXXXXXXX

    XXXXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXXXXXXXX

    XXXXXXXX

    XXXXXXXX

    XXXXXXX

    XXXXX

    XXXXXXX

    XXXXXX

    XXXXXXXXXXXXX

    XXX

    XXXXX

    XXXXXX

    XXXXX

  • Item PSC Supplies/Services Qty Unit Est. Cost

    6501AC R425 Funding in support of TI-0016 for USMC CACS Software Support.

    De-obligated per MOD 44. (Fund Type - OTHER)

    1.0 LO $

    6501AD R425 Funding in support of TI-0017 for family of system in PM AFSS

    portfolio. De-obligate per MOD 32. The new balance is

    zero. (Fund Type - OTHER)

    1.0 LO $

    For Cost Type Items:

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

    7000 R425 Labor Option Period 4 (Year 5). This

    CLIN is intended for the labor ceiling

    and LOE for base period 4. No funding

    will be applied to this CLIN.

    Contractors shall not invoice against

    CLIN 7000.'Contractor shall invoice

    the following priced SLIN IAW PGI

    204.7108(d)(1).' (Fund Type - TBD)

    1.0 LO

    7001 Engineering and Technical support

    services for WXQ. Labor Only. Year 5.

    7001AA R425 Funding in support of TI-1.2 Rev 8.

    MARCORSYSCOM. (PMC)

    1.0 LO

    7001AB R425 Funding in support of TI-17,rev1.,for

    MARCORSYSCOM. (Fund Type - OTHER)

    1.0 LO

    7001AC R425 Funding in support of TI-17, rev1, for

    MARCORSYSCOM. Deobligated

    per MOD 34. (Fund Type - OTHER)

    1.0 LO $ $ $

    7001AD R425 Funding in support of TI-17, rev01.

    for MARCORSYSCOM. Deobligated

    per MOD 34 (Fund Type -

    OTHER)

    1.0 LO $ $ $

    7001AE R425 Funding in support of TI-16, for USMC

    SYSCOM. (Fund Type - OTHER)

    1.0 LO

    7001AF R425 Funding in support of TI-19, for USAF

    Tactical Air Control Party-

    Modernization. (Fund Type - OTHER)

    1.0 LO

    7001AG R425 Funding in support of TI-21,for USMC

    SYSCOM. (RDT&E)

    1.0 LO

    7001AH R425 Funding in support of TI-20, for USMC

    SYSCOM. (PMC)

    1.0 LO

    7001AJ R425 Funding in support of TI-20,for USMC

    SYSCOM. Deobligated per MOD

    34 (PMC)

    1.0 LO

    7001AK R425 Funding in support of TI-20,USMC

    SYSCOM. Deobligated per MOD

    34. (Fund Type - OTHER)

    1.0 LO

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    7 of 108 FINAL

    XXXXXXXXX

    XXXXXXXXX

    XXXXXXX

    XXXXXX

    XXX XXX XXX

    XXX XXX XXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXXXXXXX

    XXXXXXXXX

    XXXXXXXX

    XXXXXXXX XXXXXXXX

    XXXXXX XXXXXX

    XXXXXXX

    XXXXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX XXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXXX XXXXXXXX

    XXXXXXX

    XXXXXX

    XXXX

    XXXXXXXX

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

    7001AL R425 Funding in support of TI-17 for USMC

    SYCOM. (RDT&E)

    1.0 LO

    7001AM R425 Funding in support of TI- 21 for USMC

    SYSCOM. (Fund Type - OTHER)

    1.0 LO

    7001AN R425 Funding in support of TI-17 for USMC

    SYSCOM. Deobligated per MOD

    34. (Fund Type - OTHER)

    1.0 LO

    7001AP R425 10 USC 2410(a) Authority is hereby

    invoked.Funding in support of

    TI-1.2,for USMC,PM TMDE-EMMS. (Fund

    Type - OTHER)

    1.0 LO

    7001AQ R425 Funding in support of TI-19 for USAF.

    Deobligated from Labor only

    per MOD 50. (Fund Type - OTHER)

    1.0 LO

    7001AR R425 Funding in support of TI-16 for the

    Common Aviation Command and Control

    System (CAC2s). (PMC)

    1.0 LO

    7001AS R425 10 USC 2410(a) Authority is hereby

    invoked. Funding in support of TI-20

    for USMC. (Fund Type - OTHER)

    1.0 LO

    7001AT R425 10 USC 2410(a) Authority is hereby

    invoked. Funding in support of TI-18

    for NAVSEA. Deobligated from

    Labor only per MOD 50. (O&MN,N)

    1.0 LO

    7001AU R425 10 USC 2410(a) Authority is hereby

    invoked. Funding in support of TI-0020

    for Cyber Security for PM CSS. (Fund

    Type - OTHER)

    1.0 LO

    7001AV R425 10 USC 2410(a) Authority is hereby

    invoked. Funding in support of TI-17,

    Cyber Security (Information Assurance)

    efforts for the Armor & Fire Support

    Systems Product Group Fire Support

    Systems. (Fund Type - OTHER)

    1.0 LO

    7001AW R425 10 USC 2410(a) Authority is hereby

    invoked. Funding in support of TI-17,

    Marine Corp Armor & Fire Support

    Systems' Information Assurance work,

    target location, Designation and

    Hand-off System tasking. (Fund Type -

    OTHER)

    1.0 LO

    7001AX R425 10 USC 2410(a) Authority is hereby

    invoked. Funding in support of TI-17,

    Advanced Field Artillery Tactical Data

    System efforts including C&A

    documentation updates and IA Gate

    support. (Fund Type - OTHER)

    1.0 LO

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    8 of 108 FINAL

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXXX XXXXXXXX

    XXXXXX

    XXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX XXXXXXX

    XXXXXX XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXX XXXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX XXXXXXX

    XXXXXX

    XXXXXXX XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX

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

    7001AY R425 Funding in support of TI-17.

    De-obligated per MOD 45.

    (O&MN,N)

    1.0 LO $ $ $

    7001AZ R425 Funding in support of TI-0024 to

    support Cybersecurity efforts for the

    Common Aviation Command & Control

    System (CAC2S). (Fund Type - OTHER)

    1.0 LO

    7001BA R425 Funding in support of TI-0019 for

    programming support of TACP, CASS

    1.4.4. Deobligated from

    Labor only per MOD 50. (Fund Type -

    OTHER)

    1.0 LO

    7001BB R425 Funding in support of TI-0020 for

    Cybersecurity efforts for the Program

    Manager Combat Support Systems

    (PMCSS). (PMC)

    1.0 LO

    7001BC R425 Funding in support of TI-0016 for USMC

    CAC2S Software Support. (PMC)

    1.0 LO

    7001BD L059 Funding in support of TI-0019 for

    program support of TACP, ASOC GW.

    (O&MAFR)

    1.0 LO

    7001BE R425 Funding in support of TI-19 for TACP,

    ASOC GW TI INDMS program support.

    De-Obligated per MOD 44.

    Deobligated from Labor only

    per MOD 50. (RDT&E)

    1.0 LO

    7001BF R425 Funding in support of TI-23 for

    Cybersecurity (Information

    Assurance)development, and sustainment

    efforts for USMC 1st Marine Regiment

    armory. (Fund Type - OTHER)

    1.0 LO

    7001BG D399 Funding in support of TI-24 for

    Cybersecurity (Information Assurance)

    efforts for the Marine Air Command &

    Control System (MACCS) (Fund Type -

    OTHER)

    1.0 LO

    7001BH H959 Funding in support of TI-026 for Cyber

    Security (Information Assurance)

    efforts for the Program Manager

    Infantry Weapon Systems (PM IWS).

    De-obligated per MOD 51.

    (PMC)

    1.0 LO

    7001BJ R499 Funding in support of TI-20 for Cyber

    Security (Information Assurance)

    efforts for the Program Manager Combat

    Support System. (PMC)

    1.0 LO

    7001BK R425 Funding in support of TI-1.2 to

    support the Test, Measurement

    1.0 LO

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    9 of 108 FINAL

    XXX XXX XXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXXX XXXXXXXX

    XXXXXXX XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXX

    XXXXXXX

    XXXXX

    XXXXXXX XXXXXXX

    XXXX

    XXXXX

    XXXXXX

    XXXXXX XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXX

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

    Diagnostic Equipment (TMDE)/ Combat

    Support Systems (CSS) Product Group

    Electronic Maintenance Support System

    (EMSS). (PMC)

    7001BL D399 Funding in support of TI-0024for

    technical support of cybersecurity

    compliance testing and engineering of

    AC2SN systems. Deobligated

    pre MOD 53. (RDT&E)

    1.0 LO

    7001BM D399 Funding in support of TI-024 for

    Cybersecurity (Information Assurance)

    efforts for the Common Aviation

    Command & Control system (CAC2S).

    (Fund Type - OTHER)

    1.0 LO

    7001BN R425 Funding in support of TI-0020 to

    support Cyber Security (Information

    Assurance) efforts for the Program

    Manager Combat Support Systems (PM

    CSS)- Family of Field Medical

    Equipment. Deobligated from

    Labor only per MOD 50. (Fund Type -

    OTHER)

    1.0 LO

    7002 R425 Labor Period 6 (Year 7). This CLIN is

    intended for the labor ceiling and LOE

    for period 6. No funding will be

    applied to this CLIN. Contractors

    shall not invoice against CLIN 7002.

    Contractor shall invoice the following

    priced SLIN IAW PGI 204.7108(d)(1).

    (Fund Type - TBD)

    1.0 LO

    7003 Engineering and Technical support

    services for WXQ. Labor Only. Year 6.

    7003AA H959 Funding in support of TI-26 for Cyber

    Security (Information Assurance)

    support for the Program Manger

    Infantry Weapon System (PM IWS). (PMC)

    1.0 LO

    7003AB R499 Funding in support of TI-20 for Cyber

    Security (Information Assurance)

    support for the Program Manager Combat

    Support Systems (PM CSS). (PMC)

    1.0 LO

    7003AC R425 Funding in support of TI-1.2 for Test,

    Measurement Diagnostic Equipment

    (TMDE)/Combat Support Systems (CSS)

    Product Group Electron Maintenance

    Support System (EMSS). (PMC)

    1.0 LO

    7003AD R425 Funding in support of TI-0016 for

    Common Aviation Command and Control

    System (CAC2S) In Service Engineering

    Activity Software. (Fund Type - OTHER)

    1.0 LO

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    10 of 108 FINAL

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXXXX XXXXXXXXX

    XXXXXXX XXXXXXX

    XXXXXX

    XXXXXXX XXXXXXX

    XXXXXXX

    XXXXXXXXX

    XXXXXXXX XXXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXX

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

    7003AE R425 Funding in support of TI-0020 to

    support Cyber Security (Information

    Assurance) efforts for the Program

    Manager Combat Support Systems (PM

    CSS)- Family of Field Medical

    Equipment. (Fund Type - OTHER)

    1.0 LO

    7003AF R425 Funding in support of TI-0019 for

    programming support of TACP, ASOC GW.

    (Fund Type - OTHER)

    1.0 LO

    7003AG R425 Funding in support of TI-0019 for

    programming support of TACP CASS.

    (Fund Type - OTHER)

    1.0 LO

    7003AH R425 Funding in support of TI-0019 for

    programming support of TACP CASS.

    (Fund Type - OTHER)

    1.0 LO

    7003AJ R425 Funding for TI-0024 to support

    Cybersecurity (Information Assurance)

    efforts for the Marine Air Command and

    Control (MACCS). (Fund Type - OTHER)

    1.0 LO

    7003AK R425 Funding provided for TI-0020 to

    support Cyber Security (Information

    Assurance) efforts for the Program

    Manager Combat Support Systems (PM

    CSS)- Test, Measurement, and

    Diagnostic Equipment (TMDE), Vehicle

    Automated Diagnostic Systems (VADS).

    (PMC)

    1.0 LO

    7003AL R425 Funding for TI-0021 to support USMC

    MC3 Cybersecurity, QA/CM, Technical

    Documentation and Software

    Engineering. Deobligated per

    MOD 53. (RDT&E)

    1.0 LO

    7003AM R425 Funding for TI-0020 to support Cyber

    Security (Information Assurance)

    efforts for the Program Manager Combat

    Support Systems (PM CSS)- Family of

    Field Medical Equipment. (Fund Type -

    OTHER)

    1.0 LO

    7003AN R425 Funding for TI-0016 for support of

    Common Aviation Command and Control

    System (CAC2S) In Service Engineering

    Activity Software Support. (Fund Type

    - OTHER)

    1.0 LO

    7003AP R425 Funding for TI-0024 to support Cyber

    Security (Information Assurance)

    efforts for the Common Aviation

    Command and Control System (CAC2S

    Phase 2). (Fund Type - OTHER)

    1.0 LO

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    11 of 108 FINAL

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXXX XXXXXXXX

    XXXXXXX XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXX XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX XXXXXXX

    XXXXXXX

    XXXXXXX XXXXXXX

    XXXXXX

    XXXXXXX

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

    7003AQ R425 Funding for TI-0028 in support of

    H03-Cyber Security (Information

    Assurance) efforts for the Program

    Manager Marine Air-Ground Task Force

    (MAGTF) Command, Control,

    Communications (PM MC3) USMC Counter

    Radio-Controlled Improvised Explosive

    Device (RCIED) Electronic Warfare.

    (Fund Type - OTHER)

    1.0 LO

    7003AR R425 Funding for TI-0020 to support HD1

    Cyber Security (Information Assurance)

    efforts for the Program Manager Combat

    Support Systems (PM CSS)- Survey Set

    Kiosk. (PMC)

    1.0 LO

    7003AS R425 Funding for TI-0020 to support HD1

    Cyber Security (Information Assurance)

    efforts for the Program Manager Combat

    Support Systems (PM CSS) Assault

    Breacher Vehicle (ABV). (PMC)

    1.0 LO

    7003AT R425 Funding for TI-0027 to support Cyber

    Engineering Analysis for Deputy

    Commander Systems Engineering,

    Interoperability, Architecture and

    Technology. (Fund Type - OTHER)

    1.0 LO

    7003AU R425 Funding for TI-0018 for support of

    Cyber Security (Information Assurance)

    efforts for Navy Identity Dominance

    System (IDS) managed by JXQ. (Fund

    Type - OTHER)

    1.0 LO

    7003AV R425 Funding for TI-0024 to support Common

    Aviation Command and Control System

    (CAC2S) Phase 1. (Fund Type - OTHER)

    1.0 LO

    7003AW R425 Funding for TI-0021 to support USMC

    MC3 Cyber Security, QA/CM, Technical

    Documentation, and Software

    Engineering. (RDT&E)

    1.0 LO

    7003AX R425 Funding for TI-0029 to support Field

    Service Representative efforts for the

    Program Manager Marine Air-Ground Task

    Force (MAGTF) Command, Control,

    Communications (PM MC3). (RDT&E)

    1.0 LO

    7003AY R425 Funding for TI-0020 to support Cyber

    Security (Information Assurance)

    efforts for the Program Manager Combat

    Support Systems (PM CSS)- Test,

    Measurement and Diagnostic Equipment

    (TMDE), Vehicle Automated Diagnostic

    Systems (VADS). (PMC)

    1.0 LO

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    12 of 108 FINAL

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX XXXXXXX

    XXXXXXXX XXXXXXXX

    XXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXX XXXXXXX

    XXXXXX XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXXX

    XXXXX

    XXXXXX

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

    7003AZ R425 Funding for TI-0021 in support of

    Network Planning Management (NPM)

    Cyber Security Software Maintenance.

    10 USC 2410(a) Authority is hereby

    invoked. (Fund Type - OTHER)

    1.0 LO

    7003BA R425 Funding for TI-0020 in support of

    Cyber Security (Information Assurance)

    efforts for the Program Manager Combat

    Support Systems (PM CSS)- Assault

    Breacher Vehicle (ABV). (PMC)

    1.0 LO

    7003BB R425 10 USC 2410(a) Authority is hereby

    invoked. Funding for TI-0027 in

    support of Cyber Engineering analysis

    Deputy Commander Systems Engineering,

    Interoperability, Architectures and

    Technology (DC SIAT). (Fund Type -

    OTHER)

    1.0 LO

    7003BC R425 Funding for TI-0026 in support of HD1

    Cyber Security (Information Assurance)

    efforts for the Program Manager

    Infantry Weapon Systems (PM IWS)- Non

    Gasoline Burning Outboard Engine

    (NBOE). (PMC)

    1.0 LO

    7003BD R425 Funding for TI-0020 in support of

    Family of Field Medical Equipment,

    including Digital Dental X-Ray (DDX)

    and Bio Medical Equipment Test and

    Repair System (BMETS). (Fund Type -

    OTHER)

    1.0 LO

    7003BE R425 10 USC 2410(a) Authority is hereby

    invoked. Funding for TI-0032 in

    support of Cyber Security (Information

    Assurance) efforts for the Common

    Aviation Command & Control System

    (CAC2S) Phase 1. (Fund Type - OTHER)

    1.0 LO

    7003BF R425 10 USC 2410(a) Authority is hereby

    invoked. Funding for TI-0033 for Cyber

    Security (information Assurance)

    efforts for the Common Aviation

    Command & Control System(CAC2S) Phase

    2. (Fund Type - OTHER)

    1.0 LO

    7003BG R425 Funding for TI-0026 to support Cyber

    Security (Information Assurance)

    efforts for the Program Manager

    Infantry Weapon System (PM IWS)- Non

    Gasoline Burning Outboard Engine

    (NBOE). (PMC)

    1.0 LO

    7003BH R425 10 USC 2410(a) Authority is hereby

    invoked. Funding for TI-0034 to

    support In Service Engineering

    1.0 LO

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    13 of 108 FINAL

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXXX XXXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXXX XXXXXXXX

    XXXXXX

    XXXXXXX XXXXXXX

    XXXXXX

    XXXXX

    XXXXXX

    XXXXXXX XXXXXXX

    XXXXXXX

    XXXXX

    XXXXXX XXXXXX

    XXXXXXX

    XXXXXXXXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

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

    Activity (ISEA) software efforts for

    the Common Aviation Command & Control

    System (CAC2S) Phase 1. (Fund Type -

    OTHER)

    7003BJ R425 10 USC 2410(a) Authority is hereby

    invoked. Funding for TI-0035 in

    support of Acquisition Support

    Engineering Service Agent (AS/ESA)

    Software efforts for the Common

    Aviation Command & Control System

    (CAC2S) Phase 2. (Fund Type - OTHER)

    1.0 LO

    For ODC Items:

    Item PSC Supplies/Services Qty Unit Est. Cost

    9000 R425 ODC Option Period 4 (Year 5). This CLIN is intended for the ODC

    ceiling and LOE for base period 4. No funding will be applied to

    this CLIN. Contractors shall not invoice against CLIN

    9000.'Contractor shall invoice the following priced SLIN IAW PGI

    204.7108(d)(1).' (Fund Type - TBD)

    1.0 LO

    9001 Engineering and Technical support services for WXQ. ODC's Only.

    Base Year 5.

    9001AA R425 Funding in support of TI-1.2, Rev.8. MCSYCOM. (PMC) 1.0 LO

    9001AB R425 Funding in support of TI-17,rev.1 for MARCORSYSCOM. Deobligated

    per MOD 34. (Fund Type - OTHER)

    1.0 LO

    9001AC R425 Funding in support of TI-16,for USMC SYSCOM. (Fund Type - OTHER) 1.0 LO

    9001AD R425 Funding in support of TI-21,for USMC SYSCOM. (RDT&E) 1.0 LO

    9001AE R425 Funding in support of TI-20, for USMC SYSCOM. Deobligated

    per MOD 34 (PMC)

    1.0 LO $

    9001AF R425 Funding in support of TI-20, for USMC SYSCOM. Deobligated

    per MOD 34 (PMC)

    1.0 LO $

    9001AG R425 Funding in support of TI-17, for USMC, SYSCOM. (RDT&E) 1.0 LO

    9001AH R425 Funding in support of TI-21,for USMC SYSCOM. (Fund Type - OTHER) 1.0 LO

    9001AJ R425 Funding in support of TI-17, for USMC SYSCOM. (Fund Type -

    OTHER)

    1.0 LO

    9001AK R425 10 USC 2410(a) Authority is hereby invoked. Funding in support

    of TI-1.2, for USMC PM TMDE - EMMS. (Fund Type - OTHER)

    1.0 LO

    9001AL R425 10 USC 2410(a) Authority is hereby invoked. Funding for TI-18 in

    support of NAVSEA. Deobigated per MOD 50. (O&MN,N)

    1.0 LO

    9001AM R425 Funding in support of TI-0016 for USMC CAC2S. (PMC) 1.0 LO

    9001AN R425 10 USC 2410(a) Authority is hereby invoked. Funding in support

    of TI-17, Ground Counter Fire Sensor System tasking effort, C&A

    plan POA&M, and CM Test procedure. (Fund Type - OTHER)

    1.0 LO

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    14 of 108 FINAL

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXXX

    XXXXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXX

    XXXXXX

    XXXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXXXX

  • Item PSC Supplies/Services Qty Unit Est. Cost

    9001AP R425 10 USC 2410(a) Authority is hereby invoked. Funding in support

    of TI-17, Advanced Field Artillery Tactical Data System tasking

    including C&A documentation updates and IA Gate support. (Fund

    Type - OTHER)

    1.0 LO

    9001AQ R425 Funding in support of TI-0020 for Cyber Security efforts for the

    Program Manager Combat Support Systems (PMCSS). (PMC)

    1.0 LO

    9001AR R499 Funding in support of TI-20 for Cyber Security (Information

    Assurance) efforts for the Program Manger combat Support systems

    (PM CSS). Deobligated per MOD 50. (NDSF)

    1.0 LO $

    9001AS D399 Funding in support of TI-0024 for technical support of

    cybersecurity compliance testing and engineering of AC2SN

    systems. Deobligated per MOD 50. (RDT&E)

    1.0 LO

    9002 R425 ODC Period 6 (Year 7). This CLIN is intended for the ODC ceiling

    and LOE for period 6. No funding will be applied to this CLIN.

    Contractors shall not invoice against CLIN 9002. Contractor

    shall invoice the following priced SLIN IAW PGI 204.7108(d)(1).

    (Fund Type - TBD)

    1.0 LO

    9003 Engineering and Technical support services for WXQ. ODC's Only.

    Base Year 6.

    9003AA H959 Funding in support of TI-26 for Cyber Security (Information

    Assurance) support for the Program Manager Infantry Weapon

    Systems (PM IWS) (PMC)

    1.0 LO

    9003AB R425 Funding in support of TI-1.2 for Test, Measurement Diagnostic

    Equipment (TMDE)/Combat Support Systems (CSS) Product Group

    Electron Maintenance Support System (EMSS). (PMC)

    1.0 LO

    9003AC R425 Funding in support of TI-0016 for Common Aviation Command and

    Control System (CAC2S) In Service Engineering Activity Software.

    (Fund Type - OTHER)

    1.0 LO

    9003AD R425 Funding for TI-0021 to support USMC MC3 Cybersecurity, QA/CM,

    Technical Documentation and Software Engineering. (RDT&E)

    1.0 LO

    9003AE R425 Funding for TI-0024 to support Cyber Security (Information

    Assurance) efforts for the Common Aviation Command and Control

    System (CAC2S Phase 2). (Fund Type - OTHER)

    1.0 LO

    9003AF R425 Funding for TI-0020 to support HD1 Cyber Security (Information

    Assurance) efforts for the Program Manager Combat Support

    Systems (PM CSS)- Survey Set Kiosk. (PMC)

    1.0 LO

    9003AG R425 Funding for TI-0020 to support HD1 Cyber Security (Information

    Assurance) efforts for the Program Manager Combat Support

    Systems (PM CSS) Assault Breacher Vehicle (ABV). (PMC)

    1.0 LO

    9003AH R425 Funding for TI-0018 for support of Cyber Security (Information

    Assurance) efforts for Navy Identity Dominance System (IDS)

    managed by JXQ. (Fund Type - OTHER)

    1.0 LO

    9003AJ R425 Funding for TI-0021 to support USMC MC3 Cyber Security, QA/CM,

    Technical Documentation, and Software Engineering. (RDT&E)

    1.0 LO

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    15 of 108 FINAL

    XXXXXX

    XXXXXX

    XXX

    XXXXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

  • Item PSC Supplies/Services Qty Unit Est. Cost

    9003AK R425 Funding for TI-0029 to support Field Service Representative

    efforts for the Program Manager Marine Air-Ground Task Force

    (MAGTF) Command, Control, Communications (PM MC3). (RDT&E)

    1.0 LO

    9003AL R425 Funding for TI-0020 to support Cyber Security (Information

    Assurance) efforts for the Program Manager Combat Support

    Systems (PM CSS)- Test, Measurement and Diagnostic Equipment

    (TMDE), Vehicle Automated Diagnostic Systems (VADS). (PMC)

    1.0 LO

    9003AM R425 Funding for TI-0020 in support of Family of Field Medical

    Equipment, including Digital Dental X-Ray (DDX) and Bio Medical

    Equipment Test and Repair System (BMETS). (Fund Type - OTHER)

    1.0 LO

    9003AN R425 10 USC 2410(a) Authority is hereby invoked. Funding for TI-0033

    for Cyber Security (information Assurance) efforts for the

    Common Aviation Command & Control System(CAC2S) Phase 2. (Fund

    Type - OTHER)

    1.0 LO

    9003AP R425 Funding for TI-0026 to support Cyber Security (Information

    Assurance) efforts for the Program Manager Infantry Weapon

    System (PM IWS)- Non Gasoline Burning Outboard Engine (NBOE).

    (PMC)

    1.0 LO

    9003AQ R425 10 USC 2410(a) Authority is hereby invoked. Funding for TI-0034

    to support In Service Engineering Activity (ISEA) software

    efforts for the Common Aviation Command & Control System (CAC2S)

    Phase 1. (Fund Type - OTHER)

    1.0 LO

    9003AR R425 10 USC 2410(a) Authority is hereby invoked. Funding for TI-0035

    in support of Acquisition Support Engineering Service Agent

    (AS/ESA) Software efforts for the Common Aviation Command &

    Control System (CAC2S) Phase 2. (Fund Type - OTHER)

    1.0 LO

    9003AS R425 Funding for TI-0021 for Cyber Security Support for SPEED

    Project. (Fund Type - OTHER)

    1.0 LO

    NOTE A: OPTIONOption item to which the option clause in Section I applies and which is to be supplied only if and to the extent that said option isexercised.

    NOTE B: OTHER DIRECT COSTSThe Government estimates total ODCs for this TO to be ODCs should be proposed as prescribed in Section L ofSolicitation, paragraph 3.4.3 Other Direct Costs.

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    16 of 108 FINAL

    XXXXXX

    XXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXXXX

    XXXXXX

    XXXXXX

    XXXXXXX

    XXXXX

    XXXXXX

    XXXXXX

    XXXXXX

    XXXXXXXX

  • SECTION C DESCRIPTIONS AND SPECIFICATIONS

    1.0 SCOPE

    This Performance Work Statement (PWS) sets forth the requirements for when the contractorshall, in response to Technical Instructions (TI’s) issued under this Task Order(s), provideservices and materials that could span the entire spectrum of mission areas required to completethe tasking of the Network & Software Engineering Branch Special Missions Section. Serviceswithin the functional areas identified below shall be performed on this Task Order(s) only whenordered by TI. The TI will only be issued by the Contracting Officer Representative (COR).

    1.1. BackgroundCurrently, Network & Software Engineering Branch Special Missions (NSEBSM) Sectionprovides Engineering, Technical, Program, Logistic, Administrative, and Repair support servicesfor Marine Corps Autonomic Logistic Program (PMAL), Marine Corps Light Armored VehicleProgram (PM-LAV), Marine Corps Integration & Logistics (I&L) special projects (AutomatedArmory), Office Secretary of Defense (OSD) Item Unique Identification (IUID) Program, SmallArms (NSWC, Crane) and Joint Counter Radio Controlled Explosive Device Electronic Warfare(JCREW). Technology areas currently include: information assurance; information technology;information system design, fabrication & maintainability; electronic and mechanical systems,subsystems, equipments, and components, integration of legacy and new IT systems, advancedstate of the art platform health monitoring/sensoring, and other electronic interconnecttechnologies. In addition, other technology areas include: secure wireless technologies, RDT&E,AE & sustainment, obsolescence management, system integration, information technology datamanagement, data mining, configuration management, software application design anddevelopment. Majority of NSEBSM work is tactical in nature requiring extensive knowledge inmoving data/information in various tactical environments thus providing for faster and betterdecisions on the battlefield. Tactical data from theatre operations will encompass platform health& wellness information such as oil pressure, fuel level, low tire, low hydraulic pressure, low onsupplies, and how much fight is left in the platform. Platform Data in theatre will transferthrough wired and wireless means within DoD Information Assurance Certification andAccreditation Process (DIACAP) guidelines and provide secure and accurate data to allstakeholders to include but not limited to Program Office, Maintenance Officers, Commanders,and the logistic pipeline.

    1.2. Applicable ParagraphsThe following paragraphs and functional service areas identified below in bold from the SeaPortEnhanced (SeaPort-e) Multiple Award Contract (MAC) are applicable to this Task Order (TO). 3.1 Research and Development Support3.2 Engineering, System Engineering and Process Engineering Support3.3 Modeling, Simulation, Stimulation, and Analysis Support3.4 Prototyping, Pre-Production, Model-Making, and Fabrication Support3.5 System Design Documentation and Technical Data Support

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    17 of 108 FINAL

  • 3.6 Software Engineering, Development, Programming, and Network Support3.7 Reliability, Maintainability, and Availability (RM&A) Support3.8 Human Factors, Performance, and Usability Engineering Support3.9 System Safety Engineering Support3.10 Configuration Management (CM) Support3.11 Quality Assurance (QA) Support3.12 Information System (IS) Development, Information Assurance(IA)and Information Technology (IT) Support3.13 Inactivation and Disposal Support3.14 Interoperability, Test and Evaluation, Trials Support3.15 Measurement Facilities, Range, and Instrumentation Support3.16 Logistics Support3.17 Supply and Provisioning Support3.18 Training Support3.19 In-Service Engineering, Fleet Introduction, Installation and Checkout Support3.20 Program Support3.21 Functional and Administration Support3.22 Public Affairs and Multimedia Support

    2.0 APPLICABLE DOCUMENTSApplicable military specifications and standards that are listed in the issue of the Department ofDefense Index of Specifications and Standards (DODISS), and current on the date of the TaskOrder(s) award, plus all applicable industry standards, or any other program documents may bespecified within the individual TI’s that will be issued for performing specific tasks.

    ASME Y14.100 Engineering Drawings and Related DocumentationPractices

    ASME Y14.5M-94 Geometric dimensioning and Tolerancing (GD&T)Standards

    DOD-D-1000 Drawings, Engineering and Associated Lists

    DOD-STD-2101 Classification of Characteristics

    DOD 5520.22-M National Industrial Security Program OperatingManual

    DOD 8510.01 DOD Information Assurance Certification andAccreditation Process (DIACAP)

    DOD 8500.01E Information Assurance (IA)

    DOD 8500.2 Information Assurance (IA) Implementation

    DOD 8100.1 Global Information Grid (GIG) Overarching Policy

    DOD 8570 Information Assurance Training, Certification andWorkforce Management

    MIL-DTL-31000 Technical Data Packages

    MIL-HDBK-1379 Department of Defense Handbook Guidance forAcquisition of Training Data Products and Services

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    18 of 108 FINAL

  • MIL-PRF-29612 Training Data Products

    MIL-Q-9858 Quality Program Requirements

    MIL-STD-973 Configuration Management

    NAVSEAINST 4130-12 Configuration Management Policy and Guidance

    NAVSURWARCENDIVCRANEInstruction 11240.1

    Management of Government Vehicles

    NSWCCINST 5910.1 Control of Personnel Onboard

    NWSCINST 5510.1 Information, Personnel, and Industrial SecurityManual

    OPNAVINST 5102.1 Navy and Marine Corps Mishap and SafetyInvestigation Reporting and Record KeepingManual

    SECNAVINST 5370.2 Navy Fraternization Policy

    3.0 REQUIREMENTSThe contractor shall provide qualified personnel, materials, equipment, test instrumentation, datacollection and analysis, hardware and software, and other services that will support Network &Software Engineering Branch Special Missions Section in the execution of their overall mission,tasking, and workload.

    Personnel assigned to this contract will be required to work side by side with NSWC Crane’spersonnel, and interface with Network & Software Engineering Branch Special Missions Sectioncustomers. The services to be provided under this TO are categorized into 22 functional service areas asfollows, and are further defined below. 3.1 Research and Development

    The contractor shall support the development and application of scientific and analyticaldisciplines to conduct fundamental research; scientific study and experimentation directed towardadvancing the state-of-the-art or increasing knowledge or understanding; concept formulation;assessment of system and subsystem requirements; development, analysis and evaluation ofconcepts, technologies, systems and subsystems; and development of operational concepts andtactics with the end goal being the application of results to developing new or improving existingwar fighting capabilities. This effort may include manning, operating, and maintaining DODInformation Technology Systems that include but not limited to LANs, WANs, and SecureWireless in Contiguous United States (CONUS) or Outside Contiguous United States

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    19 of 108 FINAL

  • (OCONUS).

    3.2 Engineering, System Engineering and Process Engineering SupportThe contractor shall provide engineering support for the design, development, test, evaluation,and engineering related logistics for the procurement, production, maintenance, disposal, andrelated services for electronic and mechanical systems, subsystems, equipments, and componentsassociated with Marine Corps Autonomic Logistic Program (PMAL), Marine Corps LightArmored Vehicle Program (PM-LAV), Marine Corps Integration & Logistics (I&L) specialprojects (Automated Armory), Office Secretary of Defense (OSD) Item Unique Identification(IUID) Program, Small Arms (NSWC, Crane) and Joint Counter Radio Controlled ExplosiveDevice Electronic Warfare (JCREW). The contractor shall perform engineering investigations toevaluate equipment operational reliability, maintainability, availability, logistics support, andconfiguration status in accordance with applicable drawing specifications as specified on the TI. The contractor shall provide engineering support in the following areas of military applicationand test vehicle development and demonstration to include, but not limited to materialdevelopment, and material/process demonstrations. The contractor shall provide processengineering support services for electronic engineering interconnection fabrication, electronicassembly fabrication process, and Information System design & fabrication. The contractor shall provide comprehensive support to test and other engineering and technicaloperations. Tasks could include, but are not limited to, obtaining consumables, moving test items,moving test equipment, fabricating test stations, conducting inventory of consumables/test items,preparing for and conducting tests, analyzing and organizing test data, producing presentations,cleaning test cells or other test areas after testing, and managing hazardous materials. The contractor shall conduct analyses in the areas of handling equipment, storage considerations,and transportability issues and make recommendations along with the supporting rationale forthose recommendations to the Government. The contractor shall provide hosting support for application projects such as Program ManagerLight Armored Vehicle (PM-LAV), Training and Operational Readiness Information Services(TORIS), Maintenance Figure of Merit (MFOM), TechCam, Regional Maintenance andModernization Coordination Office (RMMCO), Afloat Toolbox for Maintenance (ATM),Management Support and Data Analysis (MSADA), Web Electronic Shift OperationsManagement System (WebSOMS), in additional to others. The contractor shall also provideinfrastructure support for projects within Expeditionary Electronic Warfare Special Missions. 3.3 Modeling, Simulation, Stimulation, and Analysis SupportThe contractor shall assist Crane in the development and validation of performance models andtrade studies associated to Secure Wireless Communication. Secure Wireless CommunicationGround Platform Data may be platform to garrison and platform to platform to ensure enterprise

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    20 of 108 FINAL

  • aggregation of data for decision makers in support of the war fighter. The contractor shall helpensure reliability growth, Failure Reporting, Analysis, and Corrective Action System, andreliability verification testing programs are established and adequate to verify equipment meetsspecified performance requirements. Perform test planning and test execution tracking.

    3.4 Prototyping, Pre-Production, Model-Making, and Fabrication Support

    The contractor shall provide support for the test and evaluation of the processes associated withmanufacturing and fabrication techniques and processes for testing of various DOD groundplatform IT Systems to include integration of DOD approved secure wired/wirelesscommunications.

    3.5 System Design Documentation and Technical Data Support

    The contractor shall prepare Technical Data Packages to meet the requirements of ASMEY14.5M-94, DOD-STD-2101, MIL-DTL-31000B and ASME Y14.100 or other commercialstandards as specified in the TI. The contractor shall review technical data changes, provided asGovernment Furnished Information (GFI), for technical accuracy, completeness, suitability, andadequacy for inclusion into the technical documentation. The contractor shall have the capabilityto alter drawing originals, sketches, or draft versions of the drawings provided as GFI usingconventional drafting tools/equipment, Computer-Aided Drafting (CAD) Systems or computerdrafting/management systems such as Engineering Documentation Management Information andControl System (EDMICS).

    3.6 Software Engineering, Development, Programming, and Networking Support

    The contractor shall perform analysis and development of hardware and computer software,modification to existing hardware and software systems, test facilities, or training facilities thatare unrelated to NMCI. Provide recommendations on hardware and computer software selectionand modifications to existing hardware and software, for systems, testing, and training facilities.This also consists of software engineering efforts and programming support required totechnically support software implementation in systems, sub-systems, and components utilizingcomputers, electronics, and software. Planning, designing, coding, testing, integrating,supporting, and delivering algorithms, software (source code and executables), and computerprograms, are the inherent activities of this functional area. The contractor shall have extensive programming and software development knowledge on webbased programming language to include but not limited to VB.net, HTML, XML, ASP.net, andJavaScript. The contractor shall have extensive knowledge in database design and maintainability,Sharepoint /SQL Server development and sustainment, IIS development and sustainment, DODTactical Ground Vehicle health and wellness monitoring/sensoring, enterprise data mining andsharing to include but not limited to Marine Corps Light Armored Vehicle (LAV), AmphibiousAssault Vehicle (AAV), and Medium Tactical Vehicle Replacement (MTVR). The contractorshall have at a minimum, four years of Joint Asset Information Support System (JAMISS)

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    21 of 108 FINAL

  • software development, fielding, and sustainment experience. The contractor shall have extensive knowledge of DoD Unique Identification (UID) registry toinclude push/pull of data via software control and development. The contractor shall have indepth knowledge of Navy/Marine Corps Small Arms Registry inventory application (WebBased).

    3.7 Reliability, Maintainability, and Availability (RM&A) Support

    The contractor shall ensure all electronic and mechanical hardware items and software items meetthe reliability, maintainability, and availability requirements specified in the technicalspecification and system requirements. The contractor shall identify unique maintenanceprocedures required for the configuration item during operational use and evaluate total effects onsystem maintenance concepts and ensure hardware and software reliability meets all requirementsspecified in the performance specification. The contractor shall ensure hardware maintainabilitymeets all requirements specified in the performance specification. The contractor shall assist NSWC Crane with the evaluation of design to ensure performancespecification conformance with regard to reliability, maintainability, and availability. The contractor shall assist in the evaluation of delivered technical data and maintain technical datalibrary. 3.8 Human Factors, Performance, and Usability Engineering SupportThe contractor shall provide scientific and analytical support to ensure that the designs ofInformation Technology Systems are safer, more secure, and easier to use. The goal is to reduceaccidents from human error, increase system integrity, and provide more efficient operations. 3.9 System Safety Engineering Support: Non/Applicable (N/A)

    3.10 Configuration Management (CM) Support

    The contractor shall develop specific elements of configuration management on selectedequipment as specified by TI. All detailed requirements and configuration management tasks shallbe performed in accordance with the requirements of NAVSEAINST 4130.12A. The contractorshall analyze and evaluate the impact of engineering change proposals on materials, cost,schedule, and technical documentation. The contractor shall implement configuration changes inaccordance with the configuration management plan for the system, subsystem, or component oras required by the TI. The contractor shall review and analyze requests for deviations andwaivers to determine the effects on production, configuration identification, operation, andlogistics. The contractor shall also determine whether requests for minor deviations or waiversand class II engineering changes are correctly categorized as defined in MIL-STD-973. Thecontractor shall submit reports to the Government on all such reviews, documenting the resultswith any change recommendations and supporting rationale. The contractor shall prepareengineering change proposals, engineering change orders, and specification change notices using

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    22 of 108 FINAL

  • guidance in MIL-STD-973 for equipment specified by the TI. The contractor shall review and/ordevelop configuration management plans in accordance with NAVSEAINST 4130.12A usingguidance in MIL-STD-973 for equipment specified in the TI. The contractor shall review existingconfiguration status accounting data systems and analyze their adequacy in meeting configurationstatus accounting requirements using guidance in MIL-STD-973 for equipments and programsspecified by the Government.

    3.11Quality Assurance (QA) Support

    The contractor shall provide the quality assurance services identified in MIL-Q-9858 forrequirements and other specifications and standards as may be specified by TI. The contractorshall perform quality assurance analyses and prepare quality assurance planning documentationon systems, subsystems, equipment and components as specified by TI and provide reportswith recommendations and supporting data to the Government. 3.12 Information System (IS) Development, Information Assurance (IA) and InformationTechnology (IT) Support The contractor shall have extensive knowledge of DoD information assurance certification andaccreditation process (DIACAP), global information grid (GIG) overarching policy, andinformation assurance implementation. The contractor shall have extensive knowledge of DoDpublic key infrastructure (PKI) development and processes. The contractor shall have extensiveknowledge of Navy/Marine Corps active directory (AD) services to include development andmanagement. The contractor shall provide Information System software analysis, requirementsdefinition, design, development, test, modification, installation, implementation, qualityassurance, training, and meet the evolving data storage and reporting needs of programs andmanagement. The contractor shall analyze, develop, and support, existing IT and IS databasesthat include, but are not limited to, MS SQL & Oracle, web sites, server management that include,but are not limited to, Windows XP and Windows 2003. The contractor shall have extensivenetwork experience that includes, but is not limited to, development and sustainment ofLANs/WANs, secure routers and switches, data domains, identity servers, enterprise back-upsystems that includes off-site storage and applications. The contractor shall recommend new orimproved interfaces and improved management tools that meet new management requirements, orimproves management effectiveness and efficiency. The contractor shall have extensiveknowledge of Navy global distance support program to include development and maintainability. The contractor shall have extensive knowledge of DoD Federal Information Processing Standards(FIPS) to include, but not limited to secure wireless information systems for analysis,development, and sustainment. The contractor shall perform maintenance and technical supportfor local area networks (LAN) and wide area networks (WAN) that are outside the cognizance ofthe Navy Marine Corps Intranet (NMCI). The contractor shall modify, implement and maintainweb based information systems and links. The contractor shall develop web-site structure,prepare documentation for population, implement and maintain web sites. The contractor shallprovide systems engineering and technical support for establishment, test, upgrade, andoperational support of systems, networks, workstations and support equipment hardware and

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    23 of 108 FINAL

  • software that are outside the cognizance of NMCI. Conduct IA analyses, develop, recommend,and implement, monitor, update, and maintain, IA practices, procedures, equipments, algorithms,and hardware that are outside the cognizance of NMCI. The contractor shall maintain at aminimum, the DOD 8570 certification. The contractor shall analyze system level requirements to verify that test definition, objectives,plans, and acceptance criteria are sufficient to validate system requirements and operationalneeds; validate software test results are in compliance with test acceptance criteria; performtraceability analysis between test designs, cases, procedures and execution results; and performIndependent Verification & Validation (IV&V) functions. The contractor shall attend tests performed at test sites both Government and contractor toreview the appropriate test results. Particular attention shall be paid to ensure that testprocedures are approved and followed, and that discrepancies occurring during tests aredocumented and corrected in accordance with approved test plans and resolved in accordancewith specified requirements. The contractor shall analyze system level requirements to verify that test definition, objectives,plans and acceptance criteria are sufficient to validate system requirements, and operationalneeds. Oversee, and provide independent representation of the current project testing (i.e. unit,software integration testing, and system level testing) and validate software test results are incompliance with test acceptance criteria. The contractor shall provide support for information technology and services as specified by theTI including programming support, web publishing, interactive software, systems administrationand other tasks as assigned in the TI. 3.13 Inactivation and Disposal Support: Non-Applicable (N/A)

    3.14 Interoperability, Test, and Evaluation, Trials SupportThe contractor shall analyze system level requirements to verify that test definition, objectives,plans, and acceptance criteria are sufficient to validate system requirements and operationalneeds; validate software test results are in compliance with test acceptance criteria; performtraceability analysis between test designs, cases, procedures and execution results; and performIndependent Verification & Validation (IV&V) functions. The Contractor shall attend tests performed at test sites both Government and contractor toreview the appropriate test results. Particular attention shall be paid to ensure that testprocedures are approved and followed, and that discrepancies occurring during tests aredocumented and corrected in accordance with approved test plans and resolved in accordancewith specified requirements.

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    24 of 108 FINAL

  • 3.15 Measurement Facilities, Range, and Instrumentation Support: Non-Applicable (N/A)

    3.16 Logistics Support

    The contractor shall gather information, analyze, develop, and prepare plans and analyses in theintegrated logistics support area. These plans and analyses shall generate, implement, review,and maintain Integrated Logistics Support Plans (ILSP). The contractor shall review anddocument weapons system acquisition plans for complete ILS requirements by life cycle phaseand consolidate and incorporate these identified requirements into an ILS detail specification forthe system, identifying specific program initiation, full-scale development, and production anddeployment requirements. The ILS detail specification shall quantify support systemsperformance parameters and constraints necessary to achieve readiness objectives at the leastcost. Upon approval of the ILS detail specification by the Government, the contractor shallreview and assess the acquisition package to ensure inclusion of all ILS requirements.

    3.17 Supply and Provisioning Support: Non-Applicable (N/A)3.18 Training SupportThe contractor shall develop training plans as specified in the TI. Primarily, the courses shall befor Government instructors or other support agents, who will perpetuate the training in theGovernment. All findings and recommendations shall be documented with supportinginformation. The contractor shall develop training materials and courses according toMIL-PRF-29612 and MIL-HDBK-1379 or as specified in the TI, for specified equipment andprovide instructors for these courses. The contractor shall participate in contractor trainingconferences to evaluate the effect of new system training data and make recommendations, alongwith the supporting rationale, to the Government. 3.19 In-Service Engineering, Fleet Introduction, Installation and Checkout SupportThe contractor shall perform Installs in accordance with approved Navy/USMC Fielding Plans.The contractor shall conduct associated operational verification tests to assure operationalintegrity of the installed equipment. The contractor shall review equipment installationrequirements and documentation and provide recommendations with justifications to theGovernment. The contractor shall inventory and verify support equipment, technical data, fleetintroductory material and modification kits are as specified by the individual TI. 3.20 Program SupportThe contractor shall provide program management, production control, facilities managementanalysis, manufacturing analysis, and procurement support to programs, systems, and workloadtasking. The contractor shall analyze deficiencies and develop improvement plans, charts, anddocuments related to backlog tracking, backorder reporting, item manager queries, procurementprocesses, and repository support items. The reporting requirements shall be analyzed andcompared to the current processes and provide recommendations to improve reporting data andinformation in a cost effective manner. The contractor shall gather and manage data required fordeveloping reports, maintaining databases, and preparing documents (automated to the maximumextent possible) for submission to Navy managers and DOD customers on schedule and in the

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    25 of 108 FINAL

  • format required. The contractor shall research vendor sources for supplies, components, orsystem equipment to support the repair, replacement, procurement, or manufacture of electronicor mechanical systems or subsystems. The contractor shall provide data management related support in accordance with requirementsset forth in TI’s issued under this PWS. These tasks encompass data management procedures indata record entry, reproduction, distribution, reporting, and verification. 3.21 Functional and Administration SupportThe contractor shall provide data management related support in accordance with requirementsset forth in TI’s issued under this PWS. These tasks encompass data management procedures indata record entry, reproduction, distribution, reporting, and verification. The contractor shallprovide support for information technology and services as specified by the TI includingprogramming support, web publishing, interactive software, systems administration, data baseadministration, and other tasks as assigned. 3.22 Public Affairs and Multimedia Support: Non-Applicable (N/A)

    4.0 GOVERNMENT FURNISHED ITEMS

    4.1 Government Furnished InformationThe Government Furnished Information (GFI) will be provided when the contractor has arequirement for special or specific Government information per specific tasking and asinstructed by the TI.

    4.2 Government Furnished MaterialGovernment Furnished Material (GFM) will be provided when the contractor has arequirement for special or specific Government material per specific tasking and asinstructed by the TI.

    4.3 Government Furnished EquipmentThe Government Furnished Equipment (GFE) will be provided when the contractor has arequirement for special or specific Government equipment per specific tasking and asinstructed by the TI.

    4.4 Government Furnished Facilities

    The Government will provide access to the Center; furnish a work area within Governmentspaces with access to the facility resources and equipment for the performance of thisSOW as needed.

    4.5 Government Owned Vehicles

    The contractor may be require to drive Government owned/leased vehicles and materialhandling equipment on-site at NSWC Crane in performance of their duties. Authorization

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    26 of 108 FINAL

  • to drive Government owned/leased vehicles and operate Government owned materialshandling equipment, such as overhead cranes and forklifts, will be specifically authorizedvia TI. If required by the TI and approved on a case-by-case basis, the contractor may beallowed or approved to use a Government Vehicle to transport documentation, media, etc.in accordance with the parameters of the contractor position. Government provided vehicles shall be used solely for the purposes as described in thisSOW. All drivers must present proof of valid operator driver’s license prior to operating aGovernment Vehicle. The contractor shall operate motor vehicles in accordance withNAVSURFWARCENDIV Crane Instruction 11240.1 or most recent instruction andNAVFAC P300. All contractor personnel operating Government vehicles, to includematerials handling equipment, shall be licensed in IAW provisions set forth inNAVSURFWARCENDIV Crane Instruction 11240.1 or most recent instruction, although avalid state drivers license shall be accepted as proper authority for operation ofcommercial/administrative (non-tactical) vehicles up to and including 10,000 pounds grossvehicle weight upon completion of training courses as called out inNAVSURFWARCENDIV Crane Instruction 11240.1 or most current instruction. Thecontractor shall ensure contractor personnel have in their possession a valid USGovernment Motor Vehicle Operator’s Identification Card (SF 46) or valid state driver’slicense, as applicable, when operating vehicles and equipment. Employees possessing avalid Government license need not be re-licensed. The contractor shall report any accidentsinvolving motor vehicles or any other equipment IAW NAVSURFWARCENDIV CraneInstruction 11240.1 or most recent instruction and NAVFAC P300.

    5.0 DATA DELIVERABLES

    The contractor shall deliver technical and financial data, engineering drawings, reports, repairedhardware and research data ordered under the TO. All data deliverables prepared under this TOshall be delivered as either a hardcopy or on electronic media or both as specified on each TI. Alldata deliverables shall be prepared according to the CDRLs listed below. The data items shall bedelivered to the TOM or the designated Requiring Technical Activity (RTA) person identified oneach TI.

    5.1 DELIVERABLES (CDRL A001, A002, A003, A004, A005, A006)

    All deliverables shall be completed and submitted in accordance with Contract DataRequirements Lists (CDRLs) and the requirements listed below.

    A001 DI-MGMT-80368 Status ReportA002 DI-MISC-80508 Technical Report - Study ServiceA003 DI-FNCL-80331-A Funds and Man-Hours Expense ReportA004 DL-FNCL-80331 Task Order Funding Notification Letter

    A005 DI-FNCL-80165A Material Purchases New

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    27 of 108 FINAL

  • A006 DI-MGMT-80259 Material Inventory New

    6.0 SPECIAL CONDITIONS

    6.1 Security Clearance RequirementsThe Contractor shall comply with security procedures and instructions as specified by the localGovernment Security Department and Section C of the SeaPort-e MAC. All Contractorsperforming these tasks are required to obtain up to and including a SECRET security clearance. Access to classified information will be limited by security clearance level and need to know, andall classified material shall be handled in accordance with approved security practices andprocedures. A Department of Defense Form 254 (DD 254) shall be filed with the TO identifyingthe Contractor’s facility and safeguarding level of clearance requirements. Classified informationmay be received or generated by the Contractor, in accordance with DOD-5220.22-M, NationalIndustrial Security Program Operating Manual (NISPOM), to fulfill the requirements of this taskorder. The contractor shall appoint a Security Officer, who shall (1) be responsible for allsecurity aspects of the work performed under this Task Order(s), (2) assure compliance with allDOD and U.S. Navy regulations regarding security, and (3) assure compliance with any writteninstructions from the Security Officer of the activity issuing the TI under this TO.

    6.1.1 Performance on this contract will require contractor employees to have accessto classified informa on up to and including the SECRET level.

    6.2 Travel

    The contractor may be required to travel throughout the continental United States (CONUS) andto locations outside of CONUS (OCONUS) that may include forward deployed locations. Tripduration will normally not exceed five working days plus the required transit time. When requiredto obtain access to a Government facility, ship, aircraft, or other duty station, the contractor shallinitiate requests for need-to-know certification and submit these requests to the COR forappropriate action.

    6.3 Travel Authorization

    All travel undertaken by the contractor for performance of tasking must have prior authorizationby the COR.

    6.4 CONTRACTING OFFICER REPRESENTATIVE (COR)The COR(s) for this contract will be;

    Acquisition Resource BranchBusiness Resource Mgmt DivisionCrane Division-Naval Surface Warfare CenterCode WXLL, Bldg. 3330S300 Highway 361Crane, IN 47522-5001Phone: 812.854.8433DSN: 482.8433

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    28 of 108 FINAL

    XXXXXXXXXXXX

  • Email: @navy.mil 6.4.1 Requiring Technical Activity (RTA)

    The RTA contact will be;

    Network & Software Engineering BranchNaval Surface Warfare Center (NSWC Crane) Code WXQR, Bldg 3330N300 HWY 361Crane, In 47522Phone: (812) 854-8562E-mail: @navy.mil

    6.5 Incremental FundingThis Task Order(s) will be funded incrementally as required. Each project will be identified byCLIN/SCLIN.

    6.6 Safety and Health

    The requirements of this order may require contractor personnel to come in contact or be exposedto hazardous conditions. The contractor shall abide by all applicable federal, local and stateoccupational safety and health requirements to include being responsible for conductingoccupational health and safety assessments on all contractual operations. If contracting workinvolves bringing hazardous materials on station, entering confined spaces, utilizing respiratoryprotection, and/or dealing with lead exposures, contractors are responsible for following contractprovisions within NSA/NSWC local instructions. The contractor shall do everything possible toprotect their own personnel, as well as, government personnel/property from contamination andunnecessary exposures when performing hazardous operations (ORM and hazard analysis isrequired on such operations). The Government will provide Standard Operating Procedures(SOP) when applicable. The contractor shall provide a copy of their corporate safety plan to theContracting Office prior to performing any hazardous operations. The contractor shall ensure allemployees utilize engineering/ administrative controls and have appropriate Personal ProtectionEquipment (PPE) labeled with their company logo as deemed necessary. The contractor shallensure employees have all required training and certifications related to Occupational Safety andHealth Requirements and provide copies to the government upon request.

    6.7 Control of Contractor Personnel

    The contractor shall comply with the requirements of NAVWPNSUPPCENINST 5510.1 andNAVWPNSUPPCENINST 5910.1. All persons engaged in work while on Government propertyshall be subject to search of their persons (no bodily search) and vehicles at any time by theGovernment, and shall report any known or suspected security violations to the Crane DivisionSecurity Department. Assignment, transfer, and reassignment of contractor personnel shall be atthe discretion of the contractor. However, when the Government directs, the contractor shall

    CONTRACT NO.

    N00178-04-D-4146 DELIVERY ORDER NO.

    FC20 AMENDMENT/MODIFICATION NO.

    55 PAGE

    29 of 108 FINAL

    XXXXXXXXXX

    XXXXXXXXXXXXXXXXXXXXXXX

    XXXXXXXXXXXXXXXXXXXX

  • remove from contract performance any person who endangers life, property, or national securitythrough improper conduct. All contractor personnel engaged in work while on Governmentproperty shall be subject to the Standards of Conduct contained in SECNAVINST 5370.2J. Priorto conducting work under this contract, the contractor shall provide a list of employees that willbe working on site. The employee list shall contain full names, security clearance levels, socialsecurity numbers, job titles, and original birth certificates. This list shall be updated within fortyeight hours after changes occur.

    6.8 Identification Badges

    The contractor shall be required to obtain identification badges from the Government forcontractor personnel to be located on Government property. The identification badge shall bevisible at all times while employees are on Crane Division property. The contractor shall furnishall requested information required to facilitate issuance of identification badges and shall conformto applicable regulations concerning the use and possession of the badges. The contractor shall beresponsible for ensuring that all identification badges issued to contractor employees are returnedto the Crane Division Security Department within forty eight hours following the completion ofthe contract, relocation or termination of an employee issued an identification badge, and uponrequest by the Contracting Officer.

    6.9 Accident Reporting

    The Contractor shall maintain an accurate record of and shall report all accidents to the TOMand/or the NSWC, Crane Security Department as prescribed by OPNAVINST 5102.1, Navy andMarine Corps Mishap and Safety Investigation Reporting and Record Keeping Manual.

    6.10 Smoking RegulationsSm