+ All Categories
Home > Documents > N00178-04-D-4061-DO HR01 - Gryphon Technologies LC

N00178-04-D-4061-DO HR01 - Gryphon Technologies LC

Date post: 11-Feb-2022
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
62
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 43 20-Nov-2014 1300465165 N/A 6. ISSUED BY CODE N61331 7. ADMINISTERED BY (If other than Item 6) CODE S2101A NSWC, PANAMA CITY 110 Vernon Avenue Panama City FL 32407-7001 [email protected] 850-230-7274 DCMA Baltimore 217 EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD 21202-5299 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Gryphon Technologies 80 M Street SE, Suite 600 Washington, DC DC 20003 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4061-HR01 10B. DATED (SEE ITEM 13) CAGE CODE 05TP2 FACILITY CODE 29-Apr-2009 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) FAR 52.232-22 Limitation of Funds 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) Mary F Hines, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Mary F Hines 21-Nov-2014 (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
Transcript

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

43 20-Nov-2014 1300465165 N/A6.  ISSUED BY CODE N61331 7.  ADMINISTERED BY (If other than Item 6) CODE S2101A

NSWC, PANAMA CITY

110 Vernon Avenue

Panama City FL 32407-7001

[email protected] 850-230-7274

DCMA Baltimore

217 EAST REDWOOD STREET, SUITE 1800

BALTIMORE MD 21202-5299

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

Gryphon Technologies80 M Street SE, Suite 600

Washington, DC DC 20003 9B.  DATED (SEE ITEM 11)

10A.  MODIFICATION OF CONTRACT/ORDER NO.

[X]N00178-04-D-4061-HR01

10B.  DATED (SEE ITEM 13)

CAGECODE

05TP2 FACILITY CODE 29-Apr-2009

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

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.

[  ][  ] B.  THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation

date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).    

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

[X] D.  OTHER (Specify type of modification and authority)FAR 52.232-22 Limitation of Funds

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)

Mary F Hines, Contracting Officer15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED

BY /s/Mary F Hines 21-Nov-2014 (Signature of person authorized to sign) (Signature of Contracting Officer)

NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE

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

  1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

GENERAL INFORMATION

The purpose of this modification is to add incremental funding in the amount of $50,000.00. Accordingly, saidTask Order is modified as follows:

SLIN 600112 was originally incorporated into the Task Order and funded in the amount of $50,000.00via Modification N00178-04-D-4061-HR01420.

SLIN 600112 was de-obligated from the Task Order in the amount of $50,000.00 via Modification N00178-04-D-4061-HR01428.

SLIN 600116 has been incorporated into the Task Order and funded in the amount of  $50,000.00.  This action is aresult of the contractors identification of incurred cost subsequent to their acceptance of the Modification N00178-04-D-4061-HR01428.  The funds incorporated via SLIN 600116 have a period of availability that overlaps the AwardTerm period of performance.

The period of performance for each CLIN is identified in Section F Deliverables or Performance.

Except as provided herein, all terms and conditions of the document referenced in Item 10A, as heretofore changed,remains unchanged and in full force and effect.

The Line of Accounting information is hereby changed as follows:

600112:From: CF 7020610 0201 131 02523 3 Z51800 00 0DOLD4 2812842PD401To:     CF 7020610 0201 131 02523 3 Z51800 00 0DOLD4 2812842PD401 Z51800

The total amount of funds obligated to the task is hereby increased from $74,358,439.14 by$50,000.00 to $74,408,439.14.

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

600116Fund Type -OTHER

0.00 50,000.00 50,000.00

The total value of the order is hereby increased from $83,992,184.24 by $0.00 to$83,992,184.24.

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

CLIN/SLIN From To

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

 2 of 2 FINAL

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

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

1000 R706 Chemical, Biological and

Radiological Defense (CBR-D)

Individual Protection Equipment

(IPE) Readiness SupportServices

(Fund Type - TBD)

HR $6,377,689.00

100001 R706 Incremental funding in the

amount of $500,000 (O&MN,R)

100002 R706 Incremental funding in the

amount of $2,303,480 (O&MN,R)

100003 R706 Incremental funding in the

amount of $184,667 (O&MN,R)

100004 R706 Incremental funding in the

amount of $585,600 (O&MN,R)

100005 R706 Incremental funding in the

amount of $850,000 (O&MN,R)

100006 R706 Incremental funding in the

amount of $224,050 (WCF)

100007 R706 Incremental funding in the

amount of $45,400(WCF)

100008 R706 Incremental funding in the

amount of $65,000(WCF)

100009 R706 Incremental funding in the

amount of $1,282,000 (O&MN,R)

100010 R706 Incremental funding in the

amount of $337,493 (O&MN,R)

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

3000 R706 Chemical, Biological and Radiological Defense (CBR-D) Individual

Protection Equipment (IPE) Readiness SupportServices. (Fund Type

- TBD)

1.0 LO $5,833,298.00

300001 R706 Incremental funding in the amount of $500,000 (O&MN,R)

300002 R706 Incremental funding in the amount of $2,105,520 (O&MN,R)

300003 R706 Incremental funding in the amount of $390,400 (O&MN,R)

300004 R706 Incremental funding in the amount of $184,667 (O&MN,R)

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

1 of 60 FINAL

Item PSC Supplies/Services Qty Unit Est. Cost

300005 R706 Incremental funding in the amount of $850,000 (O&MN,R)

300006 R706 Incremental funding in the amount of $224,050 (WCF)

300007 R706 Incremental funding in the amount of $45,400(WCF)

300008 R706 Incremental funding in the amount of $65,000(WCF)

300009 R706 Incremental funding in the amount of $1,107,507 (O&MN,R)

300010 R706 Incremental funding in the amount of $360,000 (O&MN,R)

300011 R706 Incremental funding in the amount of $754 (RDDA)

For Cost Type Items:

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

4000 R706 Chemical, Biological and

Radiological Defense (CBR-D)

Individual Protection Equipment

(IPE) Readiness SupportServices

(Fund Type - OTHER)

HR $6,601,701.00

400001 R706 Incremental Funding in the

amount of $130,326.00 (FundType

- OTHER)

400002 R706 Incremental Funding in the

amount of $119,674.00 (O&MN,N)

400003 R706 Incremental Funding in the

amount of $100,000.00 (WCF)

400004 R706 Incremental Funding in the

amount of $200,000.00 (WCF)

400005 R706 Incremental Funding in the

amount of $366,000.00 (O&MN,N)

400006 R706 Incremental funding in the

amount of $658,665.00 (O&MN,N)

400007 R706 Incremental funding in the

amount of $1,563,000.00 (O&MN,N)

400008 R706 Incremental funding in the

amount of $500,000.00 (O&MN,N)

400009 R706 Incremental funding in the

amount of $587,700.00 (FundType

- OTHER)

400010 R706 Incremental funding in the

amount of $4,494.62 (WCF)

400011 R706 Incremental funding in the

amount of $3,681.04 (WCF)

400012 R706 Incremental funding in the

amount of $5,432.36 (WCF)

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

2 of 60 FINAL

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

400013 R706 Incremental funding in the

amount of $1,821,750.00 (O&MN,N)

400014 R706 Incremental funding in the

amount of $6,000.00 (WCF)

400015 R706 Incremental funding in the

amount of $255,800.00 (WCF)

400016 R706 Incremental funding in the

amount of $274,177.98 (O&MN,N)

400017 R706 Incremental funding in the

amount of $5,000.00 (O&MN,N)

4001 R706 Chemical, Biological and

Radiological Defense (CBR-D)

Individual Protection Equipment

(IPE) Readiness SupportServices

(Fund Type - TBD)

HR $7,933,607.00

400101 R706 Incremental funding in the

amount of $110,000.00 (O&MN,N)

400102 R706 Incremental funding in the

amount of $1,061.00 (RDDA)

400103 R706 Incremental funding in the

amount of $48,000.00 (SCN)

400104 R706 Incremental funding in the

amount of $300,000.00 (FundType

- OTHER)

400105 R706 Incremental funding in the

amount of $112,617.39 (SCN)

400106 R706 Incremental funding in the

amount of $140,000.00 (SCN)

400107 R706 Incremental funding in the

amount of $3,200.00 (O&MN,N)

400108 R706 Incremental funding in the

amount of $44,100.00 (O&MN,N)

400109 R706 Incremental funding in the

amount of $150,600.00 (WCF)

400110 R706 Incremental funding in the

amount of $415,400.00 (WCF)

400111 R706 Incremental funding in the

amount of $68,050.00 (WCF)

400112 R706 Incremental funding in the

amount of $1,000,000.00 (O&MN,N)

400113 R706 Incremental funding in the

amount of $1,621,831.98 (O&MN,N)

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

3 of 60 FINAL

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

400114 R706 Incremental funding in the

amount of $400,000.00 (O&MN,N)

400115 R706 Incremental funding in the

amount of $400,000.00 (O&MN,N)

400116 R706 Incremental funding in the

amount of $3,118,736.63 (O&MN,N)

400117 R706 Incremental funding in the

amount of $10.00 (O&MN,N)

4002 R706 Chemical, Biological and

Radiological Defense (CBR-D)

Individual Protection Equipment

(IPE) Readiness SupportServices

(Fund Type - TBD)

HR $8,211,753.00

400201 R706 Incremental funding in the

amount of $1,831,263.37 (O&MN,N)

400202 R706 Incremental funding in the

amount of $136,000.00 (O&MN,N)

400203 R706 Incremental funding in the

amount of $7,250.00 (O&MN,N)

400204 R706 Incremental funding in the

amount of $600,000.00 (O&MN,N)

400205 R706 Incremental funding in the

amount of $0.00 (O&MN,N)

400206 R706 Incremental funding in the

amount of $0.00 (O&MN,N)

400207 R706 Incremental funding in the

amount of $0.00 (O&MN,N)

400208 R706 Incremental funding in the

amount of $0.00 (O&MN,N)

400209 R706 Incremental funding in the

amount of $0.00 (O&MN,N)

400210 R706 Incremental funding in the

amount of $750,000.00 (O&MN,N)

400211 R706 Incremental funding in the

amount of $750,000.00 (O&MN,N)

400212 R706 Incremental funding in the

amount of $500,000.00 (O&MN,N)

400213 R706 Incremental funding in the

amount of $50,000.00 (Fund Type

- OTHER)

400214 R706 Incremental funding in the

amount of $402,000.00 (O&MN,N)

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

4 of 60 FINAL

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

400215 R706 Incremental funding in the

amount of $250,000.00 (O&MN,N)

400216 R706 Incremental funding in the

amount of $250,000.00 (O&MN,N)

400217 R706 Incremental funding in the

amount of $317,000.00 (O&MN,N)

400218 R706 Incremental funding in the

amount of $536,039.00 (O&MN,N)

400219 R706 Incremental funding in the

amount of $200,000.00 (O&MN,N)

400220 R706 Incremental funding in the

amount of $341,069.73 (O&MN,N)

4003 R706 Chemical, Biological and

Radiological Defense (CBR-D)

Individual Protection Equipment

(IPE) Readiness SupportServices

(Fund Type - TBD)

HR $8,500,317.00

400301 R706 Incremental funding in the

amount of $246,000.00 (O&MN,N)

400302 R706 Incremental funding in the

amount of $102,000.00 (O&MN,N)

400303 R706 Incremental funding in the

amount of $250,000.00 (O&MN,N)

400304 R706 Incremental funding in the

amount of $12,000.00 (O&MN,N)

400305 R706 Incremental funding in the

amount of $300,000.00 (FundType

- OTHER)

400306 R706 Incremental funding in the

amount of $300,000.00 (WCF)

400307 R706 Incremental funding in the

amount of $20,000.00 (O&MN,N)

400308 R706 Incremental funding in the

amount of $500,000.00 (O&MN,N)

400309 R706 Incremental funding in the

amount of $222,000.00 (O&MN,N)

400310 R706 Incremental funding in the

amount of $42,500.00 (O&MN,N)

400311 R706 Incremental funding in the

amount of $90,000.00 (O&MN,N)

400312 R706 Incremental funding in the

amount of $666,000.00 (O&MN,N)

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

5 of 60 FINAL

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

400313 R706 Incremental funding in the

amount of $285,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400314 R706 Incremental funding in the

amount of $264,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400315 R706 Incremental funding in the

amount of $718,282.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400316 R706 Incremental funding in the

amount of $724,518.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400317 R706 Incremental funding in the

amount of $150,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400318 R706 Incremental funding in the

amount of $1,270,099.50. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400319 R706 Incremental funding in the

amount of $678,587.

2410(a)Authority is hereby

invoked. (O&MN,N)

4004 R706 Chemical, Biological and

Radiological Defense (CBR-D)

Individual Protection Equipment

(IPE) Readiness SupportServices

(Fund Type - TBD)

HR $7,567,980.24

400401 R706 Incremental funding in the

amount of $386,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400402 R706 Incremental funding in the

amount of $500,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400403 R706 Incremental funding in the

amount of $500,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400404 R706 Incremental funding in the

amount of $500,000.00. 2410(a)

Authorityis hereby invoked.

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

6 of 60 FINAL

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

(O&MN,N)

400405 R706 Incremental funding in the

amount of $500,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400406 R706 Incremental funding in the

amount of $500,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400407 R706 Incremental funding in the

amount of $500,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400408 R706 Incremental funding in the

amount of $500,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400409 R706 Incremental funding in the

amount of $500,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400410 R706 Incremental funding in the

amount of $410,750.00. 2410(a)

Authorityis hereby invoked.

(Fund Type - OTHER)

400411 R706 Incremental funding in the

amount of $35,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400412 R706 Incremental funding in the

amount of $50,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400413 R706 Incremental funding in the

amount of $348,000.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400414 R706 Incremental funding in the

amount of $30,000.00. 2410(a)

Authorityis hereby invoked.

(WCF)

400415 R706 Incremental funding in the

amount of $427,375.00. 2410(a)

Authorityis hereby invoked.

(O&MN,N)

400416 R706 Incremental funding in the

amount of $1,100,000.00. 2410(a)

Authorityis hereby invoked.

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

7 of 60 FINAL

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

(O&MN,N)

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

6000 R706 Chemical, Biological and Radiological Defense (CBR-D) Individual

Protection Equipment (IPE) Readiness SupportServices. (Fund Type

- TBD)

1.0 LO $6,017,087.00

600001 R706 Incremental funding in the amount of $1,000,000.00 (O&MN,N)

600002 R706 Incremental funding in the amount of $300,000.00 (O&MN,N)

600003 R706 Incremental funding in the amount of $195,900.00 (FundType -

OTHER)

600004 R706 Incremental funding in the amount of $607,250.00 (O&MN,N)

600005 R706 Incremental funding in the amount of $100,000.00 (WCF)

600006 R706 Incremental funding in the amount of $1,225,822.02 (O&MN,N)

600007 R706 Incremental funding in the amount of $5,000.00 (WCF)

600008 R706 Incremental funding in the amount of $1,815.00 (Fund Type -

OTHER)

600009 R706 Incremental funding in the amount of $908,000.00 (O&MN,N)

600010 R706 Incremental funding in the amount of $173,299.98 (O&MN,N)

600011 R706 Incremental funding in the amount of $1,500,000.00 (O&MN,N)

6001 R706 Chemical, Biological and Radiological Defense (CBR-D) Individual

Protection Equipment (IPE) Readiness SupportServices. (Fund Type

- TBD)

1.0 LO $7,141,422.00

600101 R706 Incremental funding in the amount of $1,555,668.02 (O&MN,N)

600102 R706 Incremental funding in the amount of $2,000,000.00 (O&MN,N)

600103 R706 Incremental funding in the amount of $3,390.00 (O&MN,N)

600104 R706 Incremental funding in the amount of $500,000.00 (O&MN,N)

600105 R706 Incremental funding in the amount of $630,000.00 (O&MN,N)

600106 R706 Incremental funding in the amount of $26,913.00 (O&MN,N)

600107 R706 Incremental funding in the amount of $325,000.00 (O&MN,N)

600108 R706 Incremental funding in the amount of $202,484.27 (O&MN,N)

600109 R706 Incremental funding in the amount of $139,235.92 (O&MN,N)

600110 R706 Incremental funding in the amount of $37,869.83 (O&MN,N)

600111 R706 Incremental funding in the amount of $0.00 (O&MN,N)

600112 R706 Incremental funding in the amount of $0.00 (Fund Type - OTHER)

600113 R706 Incremental funding in the amount of $0.00 (O&MN,N)

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

8 of 60 FINAL

Item PSC Supplies/Services Qty Unit Est. Cost

600114 R706 Incremental funding in the amount of $0.00 (O&MN,N)

600115 R706 Incremental funding in the amount of $0.00 (O&MN,N)

600116 R706 Incremental funding in the amount of $50,000.00 (Fund Type -

OTHER)

6002 R706 Chemical, Biological and Radiological Defense (CBR-D) Individual

Protection Equipment (IPE) Readiness SupportServices. (Fund Type

- TBD)

1.0 LO $7,499,735.00

600201 R706 Incremental funding in the amount of $682,522.73 (O&MN,N)

600202 R706 Incremental funding in the amount of $402,000.00 (O&MN,N)

600203 R706 Incremental funding in the amount of $500,000.00 (O&MN,N)

600204 R706 Incremental funding in the amount of $250,000.00 (O&MN,N)

600205 R706 Incremental funding in the amount of $250,000.00 (O&MN,N)

600206 R706 Incremental funding in the amount of $500,000.00 (O&MN,N)

600207 R706 Incremental funding in the amount of $330,000.00 (O&MN,N)

600208 R706 Incremental funding in the amount of $500,000.00 (O&MN,N)

600209 R706 Incremental funding in the amount of $500,000.00 (O&MN,N)

600210 R706 Incremental funding in the amount of $318,000.00 (O&MN,N)

600211 R706 Incremental funding in the amount of $521,000.00 (FundType -

OTHER)

600212 R706 Incremental funding in the amount of $1,837,282.00 (O&MN,N)

600213 R706 Incremental funding in the amount of $908,930.27 (O&MN,N)

6003 R706 Chemical, Biological and Radiological Defense (CBR-D) Individual

Protection Equipment (IPE) Readiness SupportServices. (Fund Type

- TBD)

1.0 LO $7,884,949.00

600301 R706 Incremental funding in the amount of $106,000.00 (O&MN,N)

600302 R706 Incremental funding in the amount of $103,000.00 (O&MN,N)

600303 R706 Incremental funding in the amount of $250,000.00 (O&MN,N)

600304 R706 Incremental funding in the amount of $47,000.00 (O&MN,N)

600305 R706 Incremental funding in the amount of $100,000.00 (FundType -

OTHER)

600306 R706 Incremental funding in the amount of $80,000.00 (WCF)

600307 R706 Incremental funding in the amount of $29,792.00 (O&MN,N)

600308 R706 Incremental funding in the amount of $500,000.00 (O&MN,N)

600309 R706 Incremental funding in the amount of $95,000.00 (O&MN,N)

600310 R706 Incremental funding in the amount of $564,000.00 (O&MN,N)

600311 R706 Incremental funding in the amount of $353,000.00 (O&MN,N)

600312 R706 Incremental funding in the amount of $334,000.00 (O&MN,N)

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

9 of 60 FINAL

Item PSC Supplies/Services Qty Unit Est. Cost

600313 R706 Incremental funding in the amount of $175,708.00. 2410(a)

Authorityis hereby invoked. (O&MN,N)

600314 R706 Incremental funding in the amount of $29,000.00. 2410(a)

Authorityis hereby invoked. (O&MN,N)

600315 R706 Incremental funding in the amount of $1,270,099.50. 2410(a)

Authorityis hereby invoked. (O&MN,N)

600316 R706 Incremental funding in the amount of $349,878.00. 2410(a)

Authorityis hereby invoked. (O&MN,N)

600317 R706 Incremental funding in the amount of $446,000.00. 2410(a)

Authorityis hereby invoked. (O&MN,N)

6004 R706 Chemical, Biological and Radiological Defense (CBR-D) Individual

Protection Equipment (IPE) Readiness SupportServices. (Fund Type

- TBD)

1.0 LO $4,422,646.00

600401 R706 Incremental funding in the amount of $114,000.00. 2410(a)

Authorityis hereby invoked. (O&MN,N)

600402 R706 Incremental funding in the amount of $500,000.00. 2410(a)

Authorityis hereby invoked. (O&MN,N)

600403 R706 Incremental funding in the amount of $500,000.00. 2410(a)

Authorityis hereby invoked. (O&MN,N)

600404 R706 Incremental funding in the amount of $92,200.00. 2410(a)

Authorityis hereby invoked. (O&MN,N)

600405 R706 Incremental funding in the amount of $99,500.00. 2410(a)

Authorityis hereby invoked. (Fund Type - OTHER)

600406 R706 Incremental funding in the amount of $525,000.00. 2410(a)

Authorityis hereby invoked. (O&MN,N)

600407 R706 Incremental funding in the amount of $290,000.00. 2410(a)

Authorityis hereby invoked. (O&MN,N)

600408 R706 Incremental funding in the amount of $378,000.00. 2410(a)

Authorityis hereby invoked. (WCF)

600409 R706 Incremental funding in the amount of $152,000.00. 2410(a)

Authorityis hereby invoked. (O&MN,N)

600410 R706 Incremental funding in the amount of $12,850.00. 2410(a)

Authorityis hereby invoked. (WCF)

600411 R706 Incremental funding in the amount of $50,000.00. 2410(a)

Authorityis hereby invoked. (O&MN,N)

600412 R706 Incremental funding in the amount of $400,000.00. 2410(a)

Authorityis hereby invoked. (O&MN,N)

600413 R706 Incremental funding in the amount of $180,000.00. 2410(a)

Authorityis hereby invoked. (WCF)

EXERCISE OF AWARD TERMS 

The Award Term provisions in Section H of the contract applies to CLINS 4000, 4001, 4002, 4003, 6000, 6001, 6002, and 6003.

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

10 of 60 FINAL

If elected, Award Term options will be exercised prior to the end of the then current contract year. For example, the Award Term forYear 2 will be awarded prior to the end of Base Year, the Award Year 3 will be exercised prior to end of Year 2, and so on based onavailability of funds and good performance. 

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

11 of 60 FINAL

SECTION C DESCRIPTIONS AND SPECIFICATIONS

STATEMENT OF WORKFOR

EXTREME ENVIRONMENTS LIFE SUPPORT DIVISION READINESS SUPPORTSERVICES

1. SCOPE

The Extreme Environments Life Support Division, Code E14 is organized into two (2) major categories: PC20 –Chemical & Biological Warfare Individual Protection Systems and PC34 - Surface Life Support Systems for ExtremeEnvironments. The Division performs complete life cycle management for assigned equipment and systems including,development of initial program concepts; performing system engineering to develop performance specifications;conducting research, development, tests and simulations to investigate solutions to equipment problems; assessingalternative technical approaches to identify the best programmatic approach; and to evaluate design agent achievements.In addition, the division monitors and ensures the materiel and logistics readiness of assigned systems and equipment.The overall scope of this work is to provide support for both PC20 and PC34.

Contractor support is required to provide support to the In-Service Engineering Agents (ISEA's), AcquisitionEngineering Agents (AEA's), Technical Direction Agents (TDA's)/Design Agents (DA’s) and Program Offices thatsupport the Navy's Chemical, Biological Defense (CBD) programs, the Navy's Damage Control & Firefighting (DC/FF)programs, and the Navy's Personal Protection Systems (PPS) (Life Jackets, Body Armor, and Helmets) Programs.Support Services to be provided are technical, logistics, program support, centralized assets management (inventorymanagement, inspection & assessments, maintenance & repair, quality assurance/quality control, warehousemanagement, bar-coding, laser engraving, packaging, shipping, handling, off-loading, on-loading, and dekitting),installation support, materiel readiness improvement, sizing and fitting, and readiness assistance. Contractor personnelwill be required to Fit, Test, and Size individual warfighters at major Naval Installations both CONUS and OCONUS.Integrated Logistics Support (ILS) to NAVSEA 05P14 is required for the coordination of the fitting, fielding, anddelivery in a timely manner of the equipment on afloat, expeditionary and ashore assets.

1.1 BACKGROUND

The terrorist attacks against the USS COLE and the United States on September 11, 2001, coupled with the subsequentdomestic emergence of bio-terrorism events, have highlighted the need to enhance force protection for the chemical andbiological defensive posture of U.S. Navy ship and shore facilities, both CONUS and OCONUS. As a result, Congressauthorized and allocated emergency supplemental funds (Cost of War) to support the Navy Chem-Bio Enhanced ForceProtection initiative.

The Naval Surface Warfare Center, Panama City Division (NSWC PCD), Extreme Environments Life Support Division,Code E14, directly supports the Naval Sea Systems Command (NAVSEA) Office for Chemical and Biological Defense,Damage Control Firefighting, and Personal Protection Systems (Life Jackets, Body Armor, and Helmets) (SEA 05P14),Military Sealift Command (MSC), Naval Facilities Engineering Command/Commander Naval Installations Command(NAVFAC/CNIC), and Bureau of Medicine and Surgery (BUMED). Code E14 provides a full spectrum of acquisitionand in-service support to the Navy's Warfighting Enterprises; Surface Warfare Enterprise (SWE), Naval AviationEnterprise (NAE) and Navy Expeditionary Combat Enterprise (NECE).

2. APPLICABLE DOCUMENTS

It is the intent of this Statement of Work to fully implement the principles of the Department of Defense acquisitionreform initiatives. Specifically, reference is made to the Secretary of Defense policy promulgated by memorandum on 29June 1994 and the SECNAV policy memorandum of 21 December 1994 regarding the use of specifications and standardsby all Navy programs. As stated in the memorandum, when performance specifications are not practical,non-Government (industry developed) standards shall be used. Only those military standards and specifications for whichwaivers have been obtained will be cited if appropriate or shall only be cited for guidance. The Contractor mayvoluntarily choose to use military specifications and standards in the execution of the contract.

The following documents, of the exact issue shown, form a part of this statement of work to the extent specified herein. It

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

12 of 60 FINAL

should be noted that the specifications or standards cited represents only one possible acceptable solution and thatofferors may propose substitution of alternatives to the specified specification or standard. In the event of conflict betweenthe documents referenced herein and the contents of this Statement of Work, the Order of Precedence clause of thiscontract shall apply. Documents cited within the following referenced documents shall be considered first tier documentsin accordance with the Federal Acquisition Regulation (FAR) 10.008. Second tier and lower reference documents shallbe strictly for guidance only.

2.1 Military Specifications

l MIL-D-81992 – Directives, Technical, Preparation ofl MIL-DTL-31000 – Preparation of Technical Data Package

2.2 Military Standards

l MIL-STD-129P, Military Marking for Shipment and Storagel MIL-STD-961E – Defense and Program-Unique Specifications Format and Content

2.3 Other Documents

l ANSI/ISO/ASQ Q9001-2000, Quality Management Systems – Requirements

l ANSI/ISO/ASQ Q9004-2000, Quality Management Systems – Guidelines for Performance Improvements

l ANSI Z39.18 – Scientific and Technical Reports – Elements, Organization, and Design

l ASME ANSI Y14.5M – Dimension and Tolerance

l CINLANTFLT/CINPACFLT 4790.3 (Series) – Joint Fleet Maintenance Manual

l Damage Control Information Newsletters #73, 75, 76 and 79

l DOD RFID and Wireless Standards

l DOD Product Marking Standards including UID

l DOD-STD-2101 – Classification of Characteristics

l Fan, Portable Medium Capacity (Box Fan) Technical Manual (Manufacturer)

l Fan, Water driven Technical Manual Ram Fan 2000 (Manufacturer)

l Fire Extinguishing System – Aqueous Film Forming Foam (AFFF) Systems Manual

l Firefighter Helmet User Manual by Bullard

l Naval Firefighter Thermal Imager (NFTI) Instruction/Technical Manual P4428 (Manufacturer)

l NAVEDTRA 131 series, Personnel Performance Profile-Based Curriculum Development Manual

l NAVSEA S0300-B2-MAN-010 (Series) – SUPSHIP Operations Manual

l NAVSEA S5090-CL-MMC-010, Pipe Jumper Hose System (PJHS) Kit No. 1 and Kit No. 2

l NAVSEA S6220-EM-MMO-010, Breathing Air Compressor (BAC)

l NAVSEA S6220-EV-MMO-010, Oceanus-E3 Compressor

l NAVSEA S6225-BW-MMO-010, P-250 MOD-1

l NAVSEA S6226-CM-MMO-010/05748, Portable Submersible Pump

l NAVSEA S6226-NM-MMC-010, P-100 Portable Pump Unit

l NAVSEA S6290-AQ-MMC-010/09687, Portable Exothermic Cutting Unit

l NAVSEA S6470-AB-MMO-010, Chemical-Biological Mask, Type MCU-2/P, MCU-2A/P

l NAVSEA S9040-AA-GTP-010/SSCR (Series) – Shipboard Systems Certification Requirements for Surface Ship

Industrial Periods (Non-Nuclear)

l NAVSEA S9074-AQ-GIB-010/248 – Requirements for Welding & Brazing procedure and performance qualifications

l NAVSEA S9555-A6-MMA-010, Fire Extinguishing System – Halon 1301 Fire Extinguishing System (ANSUL)

l NAVSEA S9555-AP-MMO-010, Fire Extinguishing System – Halon 1301 Fire Extinguishing System (FFG 8-60)

l NAVSEA S9555-AR-MMO-010, Fire Extinguishing System – Deep Fat and Doughnut Fryer

l NAVSEA S9555-AT-MMA-010, Fire Extinguishing System – Halon 1301 Fire Extinguishing System (KIDDE)

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

13 of 60 FINAL

l NAVSEA S9555-D3-MMO-010, Improved Carbon Dioxide Fixed Flooding System and Hose Reel System

l NAVSEA S9623-AE-MMO-010, Firefighter Ladder Safety System (LSS)

l NAVSEA S9AAO-AB-GOS-010/GSO (Series) – General Specification for Overhaul of Surface Ships

l NAVSEA S9AAO-AB-GOS-030 (Series) – General Specification for Overhaul of Surface Ships (GSO) AEIGIS

Supplement

l NAVSEA SE100-AS-MMO-010, Damage Control Wire Free Communications System Manual (AN/SRC-53(V)),

l NAVSEA SS100-AJ-MMO-010, Firefighter Extraction Systems (FES)

l NAVSEA SS100-AK-MMA-010, Breathing Air Reducing Station (BARS) Technical Manual, Operation and

Maintenance, Organizational and Intermediate Levels

l NAVSEA SS600-AA-MMA-010, Oxygen Breathing Apparatus (OBA) Type A-4 Technical Manual

l NAVSEA SS600-AS-OMI-010 Emergency Escape Breathing Device (EEBD

l NAVSEA ST-460-AH-OMI-010, Damage Control Generator by Pramac Generator Set Model ES5500X

l NAVSEA Standard 009-06 – Protection During Contamination-Producing Operations and Maintaining Cleanliness

Accomplish

l NAVSEA Standard 009-09 – Process Control Procedure (PCP); Provide and Accomplish

l NAVSEA Standard 009-11 – Insulation and Lagging Requirements; Accomplish

l NAVSEA Standard 009-12 – Welding, Fabrication, and Inspection Requirements; Accomplish

l NAVSEA Standard 009-22 – Shipboard Electric Cable; Test

l NAVSEA Standard 009-23 – Interferences; Remove and Install

l NAVSEA Standard 009-32 – Cleaning and Painting Requirements; Accomplish

l NAVSEA Standard 009-35 – Confined Space Entry, Certification, Fire Prevention and Housekeeping; Accomplish

l NAVSEA Standard 009-40 – Requirements for Contractor Cranes at Naval Facilities; Accomplish

l NAVSEA Standard 009-73 – Shipboard/Electrical/Electronic/Fiber Optic Cable; Remove, Relocate, Repair, and Install

l NAVSEA Standard 009-75 – Circuit Breaker; Repair

l NAVSEA Standard 009-78 – Passive Countermeasures Systems (PCMS) Material Repair/Installation Requirements;

Accomplish

l NAVSEA Standard 009-04 – Quality Management System; Provide

l NAVSEA T9074-AS-GIB-010/271 – Requirements for Non-Destructive Tests

l NAVSEA TL855-AA-STD-010 (Series) – Naval Shipyard Quality Program Manual

l NAVSEAINST 4280.2C – Master Agreement for Repair and Alterations of Vessels

l NAVSEAINST 4720.11 (Series) – Shipboard Installations and Modifications Performed by Alteration Installation

Teams

l NAVSEAINST 9304.1 (Series) – Shipboard Electrical Cable and Cableway Inspection and Reporting Procedures

l NAVSEAINST S0400-AD-URM-010/TUM (Series) – Tag Out Users Manual

l NAVSHIPS 0347-0601, Model 777D-Bronze

l NAVSHIPS 0347-183-0000, Portable Submersible Pump Model 777H-Aluminum

l NAVSUP P548 Integrated Logistics Support Handbook

l NAVSUP P485 Vol. I Supply Procedures (Afloat) Vol. II (Ashore)

l NAVSUP P529 Warehouse Modernization and Layout Planning Guide.

l NFTI - K90 Talisman XL Operating Manual

l NSTM 077, Personnel Protective Equipment

l NSTM 470, Shipboard BW/CW Defense

l NSWC PC S Department Quality Assurance Manual 4855.3

l Portable Electric-Powered All-Purpose Rescue Set (PEARS) P-16 Rescue System Owner Operation & Maintenance

Manual

l Portable Electric-Powered All-Purpose Rescue Set (PEARS) P-40 & P-25 Power Pusher Ram Instruction Manual

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

14 of 60 FINAL

l Portable Hydraulic Access and Rescue System (PHARS) Technical Manuals (3 Manufacturers)

l Radiac Policies and Procedures TM100.10-20/5B

l S6470-AD-OMP-010 Joint Service General Purpose Mask, Field, M50

l S6470-AC-OMP-010 Joint Service General Purpose Mask, Field, USSOCOM Variant, M53

l SE 700-AA-MAN-100/RADIAC, RADIAC Policies and Procedures Manual, Volume 1, Navy RADIAC Program

User's Manual

l SEA 05P14 Financial Management Plan, dated 28 March, 2006

l SS200-AP-MMO-010 Joint Service Lightweight Integrated Suit Technology (JSLIST) Chemical Protective Ensemble

l TDA-99 Operators Manual.

l Technical Manual for MCU-2/P &A/P masks,

l TI 10010-20/5 CBR Serviceability Inspection Instructions

l TM 3-4240-341-10 Technical Manual Operators Instructions, M-45 Mask

l TM 3-4240-346-10 Operators Manual for M40A/1

l TM 3-4240-346-20&P Unit Maintenance Manual M40A/1 series masks

l TM 8415-10/3 Operators Manual Joint Service Lightweight Integrated Suit Technology Chemical Protective

Ensemble

l TS9090-310D – Alterations to Ships Accomplished by Alterations Installations Teams

3. REQUIREMENTSThe Contractor shall perform the following tasks using the documents listed in SOW Paragraph 2.0 for guidance.

3.1. PROGRAM MANAGEMENT AND LOGISTICS SUPPORTThe contractor shall provide program management and logistics support for the CBD Individual Protection Equipment(IPE) Program Manager (PM).

3.1.1. PROGRAM MANAGEMENT: The contractor shall provide comprehensive assistance to the CBD IPE PM forlife cycle management and technical issues for IPE, Life Support Systems and PPS; shall assist with the oversight andmanagement of the Consolidated Storage Facility (CSF); and shall assist with the oversight and execution of theReadiness Improvement Program (RIP). The contractor shall assist the CBD IPE PM in preparation of officialcorrespondence (memorandums, letters and naval messages); shall assist in preparation of presentations and briefings(slide presentations); shall assist in preparation of program and technical point papers; shall assist interfacing with Navyorganizations and Headquarters; shall provide input to assist development of program management plans; and shallprovide general records filing.

3.1.2. LOGISTICS: The contractor shall provide comprehensive integrated logistics support expertise in support of lifecycle management for the assigned systems and equipment. The contractor shall participate in a multitude of recurringlogistic activities. The contractor shall support and cooperate with the efforts of Stakeholders, Material Developers,Equipment Item Managers and ISEA's seeking to ensure that: 1) there is consistency across the Navy CBD programs; 2)ILS documentation reflect appropriate support strategy; 3) acquisition guidelines and requirements are being met; 4)proper support data elements are factored into the Life Cycle Cost (LCC) estimates; 5) the program is executable andsustainable.

3.1.2.1. PROGRAM STRATEGY. The contractor shall review current and future Program Strategies and provideexpert analysis of the impacts of the logistic elements as to how they impact supportability. As is appropriate, thecontractor shall submit recommendations to the CBD IPE PM such as, changes in fielding numbers, changes inemployment concepts, changes in shelf-life rules etc.

3.1.2.2. SUPPORT EQUIPMENT. The contractor shall review the ability to perform required maintenance and theneed for support equipment, including tools, calibration equipment, performance monitoring, fault isolation equipmentand material handling devices. The contractor shall make recommendations as appropriate.

3.1.2.3. SUPPLY SUPPORT. The contractor shall analyze the requirements for spares and repair parts required tooperate and maintain equipment. Consumable or expendable items are also included in this category. 

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

15 of 60 FINAL

3.1.2.4. TRAINING. The contractor shall analyze the processes, procedures, devices and equipment requirements thatare needed to train civilian, active duty, and reserve military personnel to operate and maintain the systems. Thisincludes individual and crew classroom training, as well as formal on the job training. The contractor shall also providebasic familiarization training for the assigned systems and equipment.

3.1.2.5. PACKAGING, HANDLING, STORAGE AND TRANSPORTATION. The contractor shall serve as theSubject Matter Expert (SME) to evaluate and recommend the best practices for protecting systems against packaging,handling, transportation, and storage environments that are inherent in production, deployment and sustainment of thesystems, support equipment and components.

3.1.2.6. CONFIGURATION MANAGEMENT. The contractor shall maintain the desired configuration (form, fit,function and interface), facilitate tracking of fielded units, provide necessary spares, meet contingency requirements,maintain technical data, provide upgrades and improvements that enhance the equipment availability and lower life cyclecost.

3.1.2.7. TECHNICAL DATA. The contractor shall maintain and update, as required, the logistics technical data thatgenerally shall consist of technical manuals, engineering drawings, technical repair standards and other related technicaldocumentation that is required for operating, testing, and repairing and maintaining systems, subsystems andcomponents.

3.1.2.8. FACILITIES. The contractor shall analyze and make recommendations as to the type and number of facilitiesand equipment required to support in-service, new or modified Chemical & Biological  IPE equipment and systems.The contractor shall manage and/or work in the Government facilities as approved by the Procuring Contracting Officer. If Government facilities and equipment are not available or deemed unsuitable by the Task Order Manager, the contractorshall analyze and make recommendations to the Task Order Manager for additional facilities and equipment for theTOM’s concurrence.  The Contractor shall not execute any lease for facilities or equipment without written approvalfrom the Procuring Contract Officer.  Leases for facilities and equipment in support of this task order shall be an ODCexpense.  Facilities and equipment leased under this task order shall be used exclusively in performance of the Statementof Work of this task order.

3.1.2.9. COMPUTER LIFE CYCLE SUPPORT. The contractor shall analyze and make recommendations as to therequirements for mission critical and non-mission critical computer support resources. System design and supportabilitytrade-offs must consider software and firmware impact on each logistics element.

3.1.2.10. INDUSTRIAL BASE ASSESSMENTS. The contractor shall observe and analyze the industrial base andprovide trends and findings to the CBD IPE PM to support the Navy CBD program priorities.

3.2. CENTRALIZED ASSETS MANAGEMENT SUPPORT.  The contractor shall provide comprehensivecentralized warehouse management, inventory management, inspection & assessment and maintenance & repair expertisein support of the centralized asset management efforts for assigned systems and equipment.

3.2.1. CENTRALIZED MANAGEMENT. The contractor shall assist the CBD IPE PM with the management ofoperations at the NAVSEA Consolidated Storage Facility (CSF) located in Fort Worth, TX and associated East & WestCoast Support Nodes.  Facilities shall be IAW Paragraph 3.1.2.8 and have appropriate security.

3.2.2. INVENTORY MANAGEMENT. The contractor shall bar code selected items of equipment with typical 2D barcodes and laser etch (using Yag Lamp-pumped Center for Devices and Radiological Health (CDRH) class 4 laser etchingapparatus) the bar codes chemical protective masks. The contractor shall maintain a warehouse management systemcapable of providing real time inventories. The contractor shall serve as the focal point for the TDA-99/JSMLT inventorymanagement web based database. The contractor shall provide the inventory data for the Annual Inventory Report toCongress for equipment managed at the CSF.

3.2.3. INSPECTION AND ASSESSMENTS. The contractor shall perform warehouse management functions toinclude; receipt inspection, assessment, repair, and distribution of CBD, DC/FF, Life Support PPS and associatedmaterials, supplies and equipment in support of the USN CBD RIP and NAVSEA 05P14 initiatives. The contractorshall provide a qualified staff to conduct visual inspection and assessments for serviceability of equipment and masksprior to issue. The contractor shall inventory, inspect and retrofit when possible CBD IPE received at the facility fromdecommissioned vessels. All tests are to be conducted in accordance with approved procedures.

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

16 of 60 FINAL

3.2.4. MAINTENANCE AND REPAIR. The contractor shall perform planned/preventive maintenance, cleaning andsanitizing of field protective masks (FPMs), assembly and disassembly of equipment, and intermediate level of repair tochemical protective masks and organizational level repairs to all other equipment. The contractor shall perform FPMtesting using mask leakage testers designated by TYCOM Task Plan, TYCOM Instruction, or as specified by theNAVSEA CBD-IPE Technical Warrant Holder. The contractor shall provide total end-item support, which includes thekeeping the Government advised as to the requirements for the procurement of spare parts, repair parts, end-items, andmaintenance and repair services.

3.2.5. KITTING AND SHIPPING. The contractor shall assemble IPE into kits. The contractor shall performpreservation, packing and packaging (PP&P) for distribution of equipment. The contractor shall perform distribution ofequipment as required and handle all shipping for the equipment designated by the NAVSEA 05P14 CBD IPE Manager.The contractor shall ensure environmental health and safety compliance and provide hazardous waste operator andDepartment of Transportation (DOT) / International Air Transport Association (IATA) certified operator on site tomanage and ship hazardous materials.

3.2.6. RECEIPT AND DEKITTING IPE. The contractor shall receive and inventory all IPE items and gas masksfrom ships/unit. The contractor shall check for shelf life and inspect for serviceability for reissue. The contractor shallassemble CBD equipment into kits for each crewmember according to NAVSEA 05P14 guidance. The contractor shallplace kits into CBD Stowage Bags in accordance to guidance provided by NAVSEA 05P14. The contractor shallconduct quality assurance audits during the assembly of and after the completion of assembly of CBD kits. Thecontractor shall maintain a copy of all inspection forms; a copy should be given to the ship / unit and original providedto NAVSEA 05P14. The contractor shall barcode, enter into the database, package, and label contents of all CBD IPEwith 5% allowance for size up to the ship’s/organization allowance and prepare IPE for return to the ship. The contractorshall repackage damaged outer IPE plastic bags and repair damaged vacuum bags, as required, bulk items for return toship. The contractor shall insert Chemical Protective Glove Inner Gloves and re-box, as required, bulk items for return tothe ship. When requested by ship’s force, the Type Commanders (TYCOM) and NAVSEA, the contractor shall providerecommendations on stowage locations.  The contractor shall perform planned/preventive maintenance (up to andincluding intermediate level maintenance) in accordance with the appropriate technical manual.  In the absence of atechnical manual, the contractor shall perform the following annual Planned Maintenance Services (PMS) Checks (or thecurrent equivalent) on CBD IPE:

A-4: Inventory and inspect kit - M291 decontamination.A-5: Inventory and inspect canteen sets.A-6: Inventory and inspect CBR chemical protective footwear covers and glove sets.A-11: Inventory and inspect Advanced Chemical Protective Overgarment.A-7 Inventory MCU series mask and C-2 Canisters.

3.2.7. DISPOSAL. The contractor shall ensure compliance with DOD and current DLA policies and procedures whenprocessing IPE for disposal. Assets are to be turned in under their originally assigned national stock number to includetraining assets (if known).

3.2.8. SHELF-LIFE MONITORING & PRODUCTION LOT TESTING. The contractor shall: 1) gather andcommunicate information from surveillance programs on shelf-life and disposal of CBD equipment to Fleet and shoreactivities; 2) participate in meetings and activities of the Joint Service IPE Technical Working Group and the NBC ShelfLife sub Integrated Product Team (IPT); 3) coordinate lot testing of Navy IPE for shelf-life extension with the JointCBRN Equipment Assessment Program (JEAP); 4) identify material defects and degradation trends; 5) investigate andestablish cause of material defects/deficiencies; 6) provide recommendations for corrective actions; 7) conduct a thoroughreview of lot #'s for equipment that is currently fielded and in storage waiting to be fielded; 8) identify by lot # whenequipment will need surveillance/shelf-life extension and ensure that the appropriate amount of these lot #'s are obtainedand set-aside for testing; 9) identify any obsolescence issues.

3.3. READINESS IMPROVEMENT/READINESS ASSIST VISIT SUPPORT

3.3.1. READINESS IMPROVEMENT. As part of the Individual/Personal Protection Equipment (IPPE) - ReadinessImprovement Program (RIP), the contractor shall provide comprehensive equipment management, storage andmaintenance expertise for the life cycle support of assigned systems and equipment. This includes field support for fittesting and sizing of individuals for proper sized and serviceable protection equipment, field maintenance

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

17 of 60 FINAL

(planned/preventive) of the equipment, and organizational level and/or intermediate level (select systems) repairs of theequipment.

3.3.1.1. FLEET SUPPORT. The contractor shall assist the CBD IPE PM in providing support to United StatesGovernment Agencies including, but not limited to United States Fleet Forces Command; United States PacificFleet; Numbered Fleets, Type Commanders; Commander, Naval Surface Forces; Commander, Naval Air Forces;Commander, Naval Submarine Forces; Naval Expeditionary Combatant Command; Special Warfare Command;Naval Air Systems Command; Military Sealift Command; Expeditionary Combat Readiness Command; NavalFacilities Command, Chief of Naval Installations, United States Coast Guard and the United States Air Force.

3.3.1.2. RIP EQUIPMENT ASSESMENT FIT, TEST, SIZING UNIT. Under technical direction set forth bythe Task Order Manager (TOM), the contractor shall provide technical and programmatic liaison, participate inprogram reviews and planning sessions in support of 05P14 evaluations, scope and scheduling initiatives. Thecontractor shall provide field teams with prior experience to conduct Field Protective Mask (FPM) fit/test (maskleakage tester supported) and IPE sizing protocol on individual sailors to meet overarching objectives of the CBDRIP. The contractor shall provide “Train the Trainer” instruction for supported unit crews/personnel to include theFPM fit/test and IPE sizing protocol procedures. The contractor shall provide “Train the Trainer” instruction forsupported unit crews/personnel on the operation and maintenance of the TDA-99/mask leakage tester in support ofthe FPM fit/test protocol. The contractor shall provide “Train the Trainer” instruction for supported unitcrews/personnel on proper PMS procedures for FPMs and IPE ensemble. The contractor shall document all “Trainthe Trainer” activities for submission to supported unit. The contractor shall advise supported units on improvingand implementing PMS programs for FPMs and IPE associated with expeditionary environments. The contractorshall conduct visual assessments of FPMs prior to individual issue. The contractor shall conduct tests in accordancewith Government approved test and evaluation (T & E) plans. The contractor shall conduct chain of custody andturnover of TDA 99M/JSMLT with appropriate documentation (DD 1149) to using units in accordance withguidance provided by NAVSEA 05P14. Current policy is TDA-99M/JSMLT are only onboard CVN Class Shipsand located at specific Navy Expeditionary Combat Commands (NECC). The contractor shall construct unit databases on fit/test and sizing projections and results for turnover to supported unit and 3rd parties, as directed. Thecontractor shall deploy field teams world wide to include actual underway conditions to meet U.S. Navy operationalrequirements. The contractor shall ensure field teams have requisite travel documents (i.e. passports) to meetoperational requirements. The contractor shall develop, prepare, distribute and maintain status reports, analyses andstaff documents. The contractor shall ensure field team members can meet secret clearance requirements if necessary.The contractor shall provide Technical and SME support of 05P14 on current and future equipment requirementsand testing.

3.3.1.3. RIP KIT DEVELOPMENT. The Contractor shall perform the following efforts using the documentslisted in SOW Paragraph 2.0 for guidance. In support of Navy’s CBD IPE RIP, the contractor shall conduct adetailed assessment of all the ship’s CBD equipment. Detailed assessment will include the inspection of lotnumbers, manufacturer’s dates, and condition of packaging. The contractor shall perform PMS checks in accordancewith guidance provided by Task Order Manager (TOM). The contractor shall create and maintain daily workschedule for kit production. The contractor shall enter all information concerning CBD IPE is inputted into thegovernment provided database. The contractor shall enter the total number, type, lot numbers, personnel, kit bagnumbers, and any other information in accordance with guidance from the TOM. The contractor shall enter any otherinformation pertinent to CBD IPE into the government provided database. The contractor shall back-up on a dailybasis, all electronic information on a non-rewritable compact disk. Clearly mark compact disk (CD) with date andships name. Clearly mark CD with the words “CBR Database, Unit Name in Progress” and the name of personmaking the back-up. At conclusion of the Fitting/Sizing process, the contractor shall supply the ship and thegovernment a copy of completed database. At the conclusion of the kitting process, the contractor shall ship kit bagsto the ship or unit. The contractor shall assist with on load of IPE in accordance with guidance as provided by theTOM. The contractor shall provide NAVSEA 05P14 a listing of all serial numbers for protective masks and IPEissued. The list shall be aligned to ships or organizations that have received and issued equipment. The list shallalso be aligned to ships or organizations that have ships assigned for all issued equipment. On completion of thecontract and/or when directed, the contractor shall turn over the database to the NAVSEA 05P14.

3.3.2. READINESS ASSIST VISITS (RAV). The contractor shall provide qualified technicians to perform acomprehensive materiel readiness evaluation within 60 days of a scheduled ship deployment. This effort would also beavailable to provide the same readiness for surging units. This readiness evaluation will include CBD Detection

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

18 of 60 FINAL

(including medical PCR), Collective Protection, IPE, Decontamination and Bio-Consumables. IPE readiness willconsist of checking the when the vessel was last RIP’d. Readiness determination of Medical CBD requirements as wellas management of Decontamination consumables could be included as NAVSEA and SWE/NAE/NECE/CNIC request.The focus of the RAV shall be on ensuring all CBD equipment is assessed and all personnel are size and fitted, kitintegrity and database accuracy.

3.3.3. ONLOAD/OFFLOAD OF FPMS AND IPE. The contractor shall coordinate onload/offload FPMs and IPEfrom the ship/unit, remove masks from protective mask carriers, along with other materials. When attached to theprotective mask, the contractor shall remove the C-1 Canister from the protective mask. The contractor shall mark FPMsand IPE in accordance with NSTM 470 paragraph 5.2.6.2. The contractor shall retain protective masks for reissue to thecrew as a training canister after it’s properly marked. When canister is removed from protective mask, the contractor shallplace the mask back into the carrier and pack and prepare for shipping. The contractor shall ship masks to therefurbishment facility as directed by the NAVSEA 05P14 CBD IPE Manager. After receipt back from refurbishmentfacility, the contractor shall place a training canister on to the protective mask.

3.4 TRAVEL. The Contractor may be required to travel throughout the continental United States (CONUS) and tolocations outside of CONUS. Trip duration will be identified in government furnished information which will includethe required transit time. When required to obtain access to a Government facility, ship, aircraft, or other duty station,the Contractor shall initiate requests for Need to Know Certification and submit these requests to the Task OrderManager for appropriate action.

3.5 SAFETY AND HEALTH. The requirements of this order may require contractor personnel to come in contact orbe exposed to hazardous conditions. The contractor shall abide by all applicable federal, local and state occupationalsafety and health requirements. The Government will provide Standard Operating Procedures (SOP) when applicable.The contractor must have on record a corporate safety plan and shall provide a copy to the TOM when instructed. Thecontractor shall ensure all employees have appropriate Personal Protection Equipment (PPE). The contractor shall ensureemployees have all required training and certifications related to Occupational Safety and Health Requirements. Allsystems will be provided complete with the respective Material safety data sheet (MSDS) and instructions on disposaland the use of the respective material. The contractor will provide someone responsible for the handling of the hazardousmaterials and the respective MSDS. This responsibility includes proper training in the handling and disposal of thehazardous materials.

3.6 ACCIDENT REPORTING. The Contractor shall maintain an accurate record of and shall report all accidents tothe TOM and/or the appropriate Security Department as prescribed by OPNAVINST 5102.1.

3.7 OVERTIME. Overtime shall be performed as required by the TOM and to the extent authorized by the ContractingOfficer.  The definition of overtime is as follows: work in excess of forty hours per week or work performed on holidays. Work on Saturday and Sunday may be offset by providing compensated time and shall not include overtime premiums. Overtime shall be used only upon prior approval by the Procuring Contracting Officer (PCO) and TOM.

3.8 IDENTIFICATION BADGES. The Contractor shall obtain identification badges from the Government forContractor personnel to be located on Government property. The identification badge shall be visible at all times whileemployees are on Government property. The Contractor shall furnish all requested information required to facilitateissuance of identification badges and shall conform to applicable regulations concerning the use and possession of thebadges. The Contractor shall be responsible for ensuring that all identification badges issued to Contractor employees arereturned to the appropriate Security Department within forty eight hours following the completion of the contract,relocation or termination of an employee issued an identification badge, and upon request by the Contracting Officer.

3.9 CONTROL OF CONTRACTOR PERSONNEL. The Contractor shall comply with the requirements ofNAVSEA and NSWC instructions. All Contractors must be US citizens. All persons engaged in work while onGovernment property shall 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 appropriate Security Department.Assignment, transfer, and reassignment of Contractor personnel shall be at the discretion of the Contractor. However,when the Government directs, the Contractor shall remove from contract performance any person who endangers life,property, or national security through improper conduct. All Contractor personnel engaged in work while onGovernment property shall be subject to the Standards of Conduct contained in SECNAVINST 5370.2J.

3.10 DAMAGE REPORTING. The Contractor shall maintain an accurate record of and shall report to the TOM all

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

19 of 60 FINAL

damages to Government Furnished Equipment and Facilities as prescribed by OPNAVINST 5102.1.

3.11 QUALITY ASSURANCE. The Government will monitor the Contractor’s contract work performance under thisSOW by requiring progress reports, conducting on-site inspections, and inspecting contract deliverables for complianceto contract requirements.

3.12 MONTHLY PROGRESS REPORT (CDRL A001)

3.12.1 The contractor shall submit a Monthly Progress Report by the 21st of the month following the month beingreported on. The cutoff date of the report shall be the same as that used for invoicing purposes by the prime contractor.Any and all subcontractor, consultant, vendor data shall be current through the “as of” date of the report. The report shallbe unclassified and reflect no proprietary markings; narrative information shall be in Microsoft Word. E-mail submissionis encouraged. The specific format shall be pre-approved by the TOM and the Contract Specialist.

3.12.2 This Task Order will be funded from a variety of sponsors. It will be necessary, therefore, for the MonthlyProgress Report to separately report on work accomplished for each tasking area both in terms of technicalaccomplishments against goals for the period and expenditure data.

3.12.3 Each line of funding obligated against this Task Order will have a unique subCLIN, or SLIN. These SLINs areautomatically established by SeaPort-e. This can result in a situation where the same line of accounting, or ACRN,could be obligated under multiple SLINs. Invoicing is accomplished at the SLIN level. The monthly report shall showinvoicing against each SLIN.

3.12.4 The contractor shall include a summary of all tasking under the Task Order. This summary shall be organized byperiod (Base, Option 1, etc.) and shall include the following data: Tasking, funded amount, expenditures to date, andfunding balance.

3.12.5 For both current and completed CLINs, provide tables that show ceiling hours, funded hours, and both currentand cumulative hours charged labor category. Provide subtotals for key and non-key categories.

3.12.6 Following this summary expenditure information, the report shall identify the CLIN currently being performedand its period of performance. List current CLIN Task Order modifications by number, including date issued anddescription.

3.12.7 Open Correspondence – Identify any correspondence that requires either Government or Contractor action.

3.12.8 Financial and other information: It is a material requirement of this Task Order that expenditure information becurrent thru the "as of" date of the report for all performers (prime contractor, subcontractor, consultant, vendor). It isunderstood that these data may reflect higher expenditures than what has been invoiced. For example, a report for theperiod ending 31 Oct 2007 is expected to reflect all subcontractor expenditures in terms of hours and dollars thru 31 Oct2007 whether or not these amounts have been invoiced to the prime contractor.

3.12.9 Provide current and cumulative expenditures of both hours and dollars. Separately show expenditures by CLIN(labor and ODC). Show the amount funded and compute a funding balance.

3.12.10 Provide the names of all personnel charging. Organize these data by labor category and show both current andcumulative hours charged for each individual. Separately show uncompensated hours/total time accounting hours worked(if applicable). Labor categories shall be identified as to whether they are key or non-key categories. Subtotals shall beprovided for key and non-key categories as well as total current and cumulative hours. These data shall includesubcontractor/ consultant hours in appropriate labor categories.

3.12.11 A breakdown of ODCs shall include, at a minimum, breakouts for Travel, Material, and Shipping & Handling.

4.0 DATA DELIVERABLES

All data deliverables shall be submitted in accordance with the attached DD Form 1423.

5.0 SECURITY

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

20 of 60 FINAL

Performance under this task order will require contractor access to information CLASSIFIED up to and includingSECRET. The Contractor shall comply with Security procedures and instructions as specified by the local GovernmentSecurity Department. Access to classified information is limited. Contractor personnel in contact with classifieddocumentation and/or equipment shall have the proper level of clearance on file with the local Government Securityoffice. Documentation delivered under this contract shall be UNCLASSIFIED. Provisions of the attached contract DDForm 254 apply.

6.0 PERFORMANCE BASED REQUIREMENTS

This requirement is performance based. The incentive for satisfactory or better performance is contained in the order(award term provisions). The Government Technical Point of Contact will report the quality of performance to theProcuring Contracting Officer not later than 45 days prior to the completion of each performance period (base or option)during the order or sooner, if required, to correct less than satisfactory performance.

HQ C-2-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)

(a) "Organizational Conflict of Interest" means that because of other activities or relationships with other persons, aperson is unable or potentially unable to render impartial assistance or advice to the Government, or the person'sobjectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitiveadvantage. "Person" as used herein includes Corporations, Partnerships, Joint Ventures, and other business enterprises.

(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 potential conflictof interest, and at the same time to avoid prejudicing the best interest of the Government, the right of the Contractor toparticipate in future procurement of equipment and/or services that are the subject of any work under this contract shall belimited 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 Government during oras a result of performance of this contract. Such information includes, but is not limited to, information submitted to theGovernment on a confidential basis by other persons. Further, the prohibition against release of Government providedinformation extends to cover such information whether or not in its original form, e.g., where the information has beenincluded in Contractor generated work or where it is discernible from materials incorporating or based upon suchinformation. 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 toany party outside the Government any information generated or derived during or as a result of performance of thiscontract. This prohibition shall expire after task order completion.

(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate of theContractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving the Contractor, anyentity into or with which it may merge or affiliate, or any successor or assign of the Contractor. The terms of paragraph(f) of this Special Contract Requirement relating to notification shall apply to any release of information in contraventionof 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, oremployee of the Contractor, any joint venture involving the Contractor, any entity into or with which it maysubsequently merge or affiliate, or any other successor or assign of the Contractor, shall not furnish to the United StatesGovernment, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractor or subcontractor,any system, component or services which is the subject of the work to be performed under this contract. This exclusiondoes not apply to any recompetition for those systems, components or services furnished pursuant to this contract. Asprovided in FAR 9.505-2, if the Government procures the system, component, or services on the basis of workstatements growing out of the effort performed under this contract, from a source other than the contractor, subcontractor,

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

21 of 60 FINAL

affiliate, or assign of either, during the course of performance of this contract or before the three year period followingcompletion of this contract has lapsed, the Contractor may, with the authorization of the cognizant Contracting Officer,participate in a subsequent procurement for the same system, component, or service. In other words, the Contractor maybe authorized to compete for procurement(s) for systems, components or services subsequent to an interveningprocurement.

(f) The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, it shallmake immediate and full disclosure in writing to the Contracting Officer. The notification shall include a description ofthe actual or potential organizational conflict of interest, a description of the action which the Contractor has taken orproposes to take to avoid, mitigate, or neutralize the conflict, and any other relevant information that would assist theContracting Officer in making a determination on this matter. Notwithstanding this notification, the Government mayterminate the contract for the convenience of the Government if determined to be in the best interest of the Government.

(g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of an organizationalconflict of interest prior to the award of this contract or becomes, or should become, aware of an organizational conflict ofinterest after award of this contract and does not make an immediate and full disclosure in writing to the ContractingOfficer, 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 this requirement,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 organizational conflict ofinterest shall be final.

(j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to the UnitedStates Government its product lines in existence on the effective date of this contract; nor, shall this requirement precludethe Contractor from participating in any research and development or delivering any design development model orprototype of any such equipment. Additionally, sale of catalog or standard commercial items are exempt from thisrequirement.

(k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate or advise theGovernment concerning its own products or activities or those of a competitor in order to ensure proper safeguards existto 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.

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

22 of 60 FINAL

SECTION D PACKAGING AND MARKING

All Deliverables shall be packaged and marked IAW Best Commercial Practice.

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

23 of 60 FINAL

SECTION E INSPECTION AND ACCEPTANCE

Inspection and acceptance of services will be conducted by Government personnel at Panama City, Florida; FortWorth, Texas; Norfolk, VA and San Diego, CA

The Contractor will establish, implement, document, and maintain a quality system that ensures conformance tocontractual requirements and meets the requirements of ANSI/ISO/ASQ 9001, or an equivalent quality system

model.

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

24 of 60 FINAL

SECTION F DELIVERABLES OR PERFORMANCE

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

1000 4/29/2009 - 4/28/2010

3000 4/29/2009 - 4/28/2010

4000 4/29/2010 - 4/28/2011

4001 4/15/2011 - 4/14/2012

4002 3/9/2012 - 3/8/2013

4003 3/9/2013 - 3/8/2014

4004 3/9/2014 - 3/8/2015

6000 4/29/2010 - 4/28/2011

6001 4/15/2011 - 4/14/2012

6002 3/9/2012 - 3/8/2013

6003 3/9/2013 - 3/8/2014

6004 3/9/2014 - 3/8/2015

The period of performance for this Task Order is as follows:

1000                            04/29/2009 - 04/28/20103000                            04/29/2009 - 04/28/2010

4000                            04/29/2010 - 04/28/20116000                            04/29/2010 - 04/28/2011

4001                            04/15/2011 - 04/14/20126001                            04/15/2011 - 04/14/2012

4002                            03/09/2012 - 03/08/20136002                            03/09/2012 - 03/08/2013

40036003

In accordance with the provi

03/09/2013 - 03/08/2014

sions of NAVSEA 5252.216-9122 -- LEVEL OF EFFORT (DEC 2000) (g)(ii), the 03/09/2013 - 03/08/2014

government unilaterally adds CLIN 4004 and 6004 to require the

Contractor to continue to perform the work until

the total number of man-hours of direct labor specified in Section

B of the Task Order shall have been ex at no increase in the fee of this contract.  The total number of labor

hours required under this provision are

03/09/2014 - 3/08/2015

e.

The Contractor agrees to complete up to additional labor hours under CLIN 4004.

40046004                            03/09/2014 - 03/08/2015

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

25 of 60 FINAL

SECTION G CONTRACT ADMINISTRATION DATA

GOVERNMENT POINTS OF CONTACT

Contracting OfficerMary Hines, Code G2110 Vernon AvePanama City Beach, FL  [email protected](850) 235-5817

Contract Specialist:Joel Roberson110 Vernon AvenuePanama City, [email protected](850) 234-4296

Contracting Officer RepresentativeKevin Klamser110 Vernon AvePanama City Beach, FL [email protected](850) 235-5087

Alternate Contracting Officer RepresentativeLeon Goodwin501 W. Felix StFort Worth, TX [email protected](817) 509-0095

Technical Subject Matter ExpertWilliam Bradley, Code E14110 Vernon AvePanama City Beach, FL  [email protected](850) 235-5084

ACCOUNTING DATA

The award document will include Accounting Data at the end of Section G. All lines of accounting are listedsequentially under a heading that identifies the particular action (award or modification number) under which thefunding was obligated. Under Seaport, all funding is identified/obligated at the SubCLIN (SLIN) level. SLINs areestablished sequentially by the Seaport software. Each obligation of funds receives a unique SLIN identifier, even ifthe funds are an increase to an existing line of accounting (ACRN). Thus, an individual functional area or TechnicalInstruction that is funded incrementally, could have one ACRN but multiple SLINs.  Accounting for expendituresand invoicing at the SLIN level is required.

PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

252.204-0002 Line Item Specific: Sequential ACRN Order. (SEP 2009)

The payment office shall make payment in sequential ACRN order within the line item, exhausting all funds in theprevious ACRN before paying from the next ACRN using the following sequential order: numeric/numeric.

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

26 of 60 FINAL

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

(a) Definitions. As used in this clause—

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

“Document type” means the type of payment request or receiving report available for creation in Wide AreaWorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when payment certification is doneexternal to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests andreceiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests andReceiving Reports.

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

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

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

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based TrainingCourse and use the Practice Training Site before submitting payment requests through WAWF. Both can beaccessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/

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

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

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

        Cost Voucher (Cost Reimbursable, T&M, LH, or FPI)   

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

See Section E – Inspection and Acceptance

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

        Routing Data Table* 

Field Name in WAWF Data to be entered in WAWFPay Official DoDAAC HQ0338Issue By DoDAAC N61331Admin DoDAAC S2101AInspect By DoDAAC N61331Ship To Code N61331 (invoice purposes only)Ship From Code N/AMark For Code N/A

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

27 of 60 FINAL

Service Approver (DoDAAC) N61331Service Acceptor (DoDAAC) N/AAccept at Other DoDAAC N/ALPO DoDAAC N/ADCAA Auditor DoDAAC HAA719Other DoDAAC(s) N/A

 (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includesappropriate contract line item and subline item descriptions of the work performed or supplies delivered, unitprice/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F,(e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the “SendAdditional Email Notifications” field of WAWF once a document is submitted in the system.

    [email protected]     [email protected]

 (g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’sWAWF point of contact. 

NSWC Panama City WAWF Point of Contact -  [email protected]

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

(End of clause)

EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES

When a Government facility is closed and/or early dismissal of Federal employees is directed due to severe weather,a security threat, or a facility-related problem that prevents personnel from working, on-site contractor personnelregularly assigned to work at that facility should follow the same reporting and/or departure directions given toGovernment personnel. The contractor shall not direct charge to the contract for time off, but shall follow parentcompany policies regarding taking leave (administrative or other). Non-essential contractor personnel, who are notrequired to remain at or report to the facility, shall follow their parent company policy regarding whether they shouldgo/stay home or report to another company facility. Subsequent to an early dismissal and during periods ofinclement weather, on-site contractors should monitor radio and television announcements before departing for workto determine if the facility is closed or operating on a delayed arrival basis.When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severeweather, a security threat, or a facility-related problem), on-site contractors will continue working established workhours or take leave in accordance with parent company policy. Those contractors who take leave shall not directcharge the non-working hours to the task order.

Contractors are responsible for predetermining and disclosing their charging practices for early dismissal, delayedopenings, or closings in accordance with the FAR, applicable cost accounting standards, and company policy.Contractors shall follow their disclosed charging practices during the task order period of performance, and shall notfollow any verbal directions to the contrary. The Contracting Officer will make the determination of cost allowabilityfor time lost due to facility closure in accordance with FAR, applicable Cost Accounting Standards, and theContractor’s established accounting policy.

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------100001 90065026 500000.00  LLA :

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

28 of 60 FINAL

AA 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00  Standard Number: N0002409WX01078 ACRN AA

100002 90890389 2303480.00  LLA :AA 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00  Standard Number: N0002409WX01078 ACRN AA

300001 90065041 500000.00  LLA :AA 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00  Standard Number: N0002409WX01078 ACRN AA

300002 90890402 2105520.00  LLA :AA 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00  Standard Number: N0002409WX01078 ACRN AA

BASE Funding 5409000.00Cumulative Funding 5409000.00

MOD 01

100003 91336599 184667.00  LLA :AA 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00  Standard Number: N0002409WX01078 ACRN AA

100004 91194761 585600.00  LLA :AB 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CW0SWE0W00  Standard Number: N0002409WX01621 ACRN AA

300003 91194763 390400.00  LLA :AB 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CW0SWE0W00  Standard Number: N000309WX01621 ACRN AA

300004 91336600 184667.00  LLA :AA 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00  Standard Number: N0002409WX01078 ACRN AA

MOD 01 Funding 1345334.00Cumulative Funding 6754334.00

MOD 02

100003 91336599 (1.00)  LLA :AA 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00  Standard Number: N0002409WX01078 ACRN AA

100005 91551604 850000.00  LLA :AC 1791804 22CA 000 00022 0 068566 2D CCC401 000229CC253Q  FUNDING DOC NO: N0002209RCCC401 ACRN: AA

300005 91551607 850000.00  LLA :AC 1791804 22CA 000 00022 0 068566 2D CCC401 000229CC253Q  FUNDING DOC: N0002209RCCC401 ACRN: AA

MOD 02 Funding 1699999.00Cumulative Funding 8454333.00

MOD 03

100006 91825852 224050.00  

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

29 of 60 FINAL

LLA :AD 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E09A0011  

100007 91906806 45400.00  LLA :AE 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E09A0012   100008 91906813 65000.00  LLA :AF 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E09A0010   300006 91825853 224050.00  LLA :AD 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E09A0011   300007 91906811 45400.00  LLA :AE 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E09A0012   300008 91906814 65000.00  LLA :AF 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E09A0010   

MOD 03 Funding 668900.00Cumulative Funding 9123233.00

MOD 04

100009 92221860 1282000.00  LLA :AG 1791804 18JD 000 62645 0 068688 2D X20001 686109JGE13T  FUNDING DOC: N6861009WX20001 FUNDING ACRN: AA

100010 92221866 337493.00  LLA :AB 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CW0SWE0W00  FUNDING DOC: N0002409WX01621 FUNDING ACRN: AA

300009 92221869 1107507.00  LLA :AB 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CW0SWE0W00  FUNDING DOC: N0002409WX01621 FUNDING ACRN: AA

300010 92221871 360000.00  LLA :AA 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00  FUNDING DOC: N0002409WX01078 FUNDING ACRN: AA

MOD 04 Funding 3087000.00Cumulative Funding 12210233.00

MOD 05

400001 00684922 130326.00  LLA :AH 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0005   400002 00684942 119674.00  LLA :AJ 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0001   400003 00684943 100000.00  LLA :AK 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0006   400004 00684944 200000.00  LLA :AL 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0007   400005 00684947 366000.00  

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

30 of 60 FINAL

LLA :AR 1701804 8C6C 253 SAS05 0 068342 2D 000000 16C830000830  Direct Cite: N0002410WX01923ACRN: AB 400006 00684948 658665.00  LLA :AS 1701804 8C6C 253 SAS05 0 068342 2D 000000 16C820000820  Direct Cite: N0002410WX01923ACRN: AA 400007 00684949 1563000.00  LLA :AT 1701804 8C6C 253 SAS05 0 068342 2D 000000 16C860000860  Direct Cite: N0002410WX01923ACRN: AC 400008 00684954 500000.00  LLA :AM 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0008   400009 00816379 587700.00  LLA :AU 7090610 2P001 199300504-70210-2531-504EQUIPMENTMOP--DEF.TASK  Direct Cite: HSCG8410XP04006ACRN: AA

400010 01061109 4494.62  LLA :AN 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0012   400011 01061112 3681.04  LLA :AP 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0010   400012 01061113 5432.36  LLA :AQ 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0011   400013 01061108 1821750.00  LLA :AV 1701804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00  Direct Cite: N0002410WX00896ACRN: AA 600001 00684955 1000000.00  LLA :AT 1701804 8C6C 253 SAS05 0 068342 2D 000000 16C860000860  Direct Cite: N0002410WX01923ACRN: AC 600002 00684956 300000.00  LLA :AW 1701804 KU2N 253 FA678 N 068342 2D 04B2N0 910NX25310NX  Direct Cite: N0002510WX1052WACRN: AA

600003 00816382 195900.00  LLA :AU 7090610 2P001 199300504-70210-2531-504EQUIPMENTMOP--DEF.TASK  Direct Cite: HSCG8410XP04006ACRN: AA

600004 01061114 607250.00  LLA :AV 1701804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00  Direct Cite: N0002410WX00896ACRN: AA 

MOD 05 Funding 8163873.02Cumulative Funding 20374106.02

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

31 of 60 FINAL

MOD 06 Funding 0.00Cumulative Funding 20374106.02

MOD 07

400014 01545835 6000.00  LLA :AX 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0014   400015 01545840 255800.00  LLA :AL 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0007   600005 01545839 100000.00  LLA :AK 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0006   

MOD 07 Funding 361800.00Cumulative Funding 20735906.02

MOD 08 

400016 01820725 274177.98  LLA :AY 1701804 60CC 260 4582A A 060951 2D C001JE 402730PCECCT  Direct Cite: N4027310RC001JEFunding ACRN: AA

600006 01820726 1225822.02  LLA :AY 1701804 60CC 260 4582A A 060951 2D C001JE 402730PCECCT  Direct Cite: N4027310RC001JEFunding ACRN: AA

600007 01820728 5000.00  LLA :AZ 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0013   600008 01820729 1815.00  LLA :BA 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0016   

MOD 08 Funding 1506815.00Cumulative Funding 22242721.02

MOD 09

400017 02396906 5000.00  LLA :AV 1701804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00  Direct Cite: N0002410WX00896Funding ACRN: AA

600009 02396908 908000.00  LLA :AV 1701804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00  Direct Cite: N0002410WX00896Funding ACRN: AA

600010 02396910 173299.98  LLA :AJ 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E10A0001   

MOD 09 Funding 1086299.98Cumulative Funding 23329021.00

MOD 10

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

32 of 60 FINAL

600011 02396909 1500000.00  LLA :AY 1701804 60CC 260 4582A A 060951 2D C001JE 402730PCECCT  Direct Cite: N4027310RC001JEFunding ACRN: AA

MOD 10 Funding 1500000.00Cumulative Funding 24829021.00

MOD 11

300011 03196701 754.00  LLA :BB 97 0 0400 2601 0 5Y 5YCP 50604384BP0 255X 12YP28 MIPR0HJECARC31 YP2812 044008  Direct Cite: MIPR0HJECARC31Funding ACRN: AA

MOD 11 Funding 754.00Cumulative Funding 24829775.00

MOD 12

400101 10315075 110000.00  LLA :BC 1711804 8C6C 252 V5P00 0 050120 2D 000000 A00000612230  Direct Cite: N0002411RX00669Funding ACRN: AA

400102 10610495 1061.00  LLA :BB 97 0 0400 2601 0 5Y 5YCP 50604384BP0 255X 12YP28 MIPR0HJECARC31 YP2812 044008  Direct Cite: MIPR0HJECARC31Funding ACRN: AA

400103 10610498 48000.00  LLA :BD 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11DG107   400104 10610501 300000.00  LLA :BE 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11A0003   400105 10691514 112617.39  LLA :BD 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11DG107   400106 10691517 140000.00  LLA :BF 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11DG110   400107 10691520 3200.00  LLA :BG 1711804 3D2D 252 68733 068892 2D C05006 68733105601Q  Direct Cite: N6873311RC05006Funding ACRN: AA

400108 10691521 44100.00  LLA :BH 1711804 3D2D 252 63402 068892 2D P00010 634021S0056Q  Direct Cite: N6340211MP00010Funding ACRN: AA

400109 10873554 150600.00  LLA :BJ 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11AMSC1   400110 10873564 415400.00  LLA :BK 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11AMSC3   

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

33 of 60 FINAL

400111 10873571 68050.00  LLA :BL 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11AMSC2   400112 10873587 1000000.00  LLA :BM 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11ACZEN   

MOD 12 Funding 2393028.39Cumulative Funding 27222803.39

MOD 13 

400113 11025321 1621831.98  LLA :BN 1711804 60CC 253 4582A A 060951 2D C001JE 40273137REEQ  Direct Cite: N4027311RC001JEFunding ACRN: AA

MOD 13 Funding 1621831.98Cumulative Funding 28844635.37

MOD 14 

400114 11320610 400000.00  LLA :BP 1711804 KU2N 257 FA678 B 068342 2D 04B2N0 910BX25710BX  Direct Cite: N0002511WX1115WACRN: AA

MOD 14 Funding 400000.00Cumulative Funding 29244635.37

MOD 15 

400115 11330843 400000.00  LLA :BP 1711804 KU2N 257 FA678 B 068342 2D 04B2N0 910BX25710BX  Direct Cite: N0002511WX1115WACRN: AA

400116 11715241 3118736.63  LLA :BC 1711804 8C6C 252 V5P00 0 050120 2D 000000 A00000612230  Direct Cite: N0002411RX00669ACRN: AA

MOD 15 Funding 3518736.63Cumulative Funding 32763372.00

MOD 16

400117 11786026 10.00  LLA :BC 1711804 8C6C 252 V5P00 0 050120 2D 000000 A00000612230  Direct Cite: N0002411RX00669Funding ACRN: AA

400201 11786021 1831263.37  LLA :BC 1711804 8C6C 252 V5P00 0 050120 2D 000000 A00000612230  Direct Cite: N0002411RX00669Funding ACRN: AA

600101 11786024 1555668.02  LLA :BN 1711804 60CC 253 4582A A 060951 2D C001JE 40273137REEQ  Direct Cite: N4027311RC001JE

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

34 of 60 FINAL

Funding ACRN: AA

600102 11786023 2000000.00  LLA :BQ 1711804 8C6C 252 V5P00 0 050120 2D 000000 A00000767503  Direct Cite: N0002411RX02099Funding ACRN: AA

600103 11866644 3390.00  LLA :BC 1711804 8C6C 252 V5P00 0 050120 2D 000000 A00000612230  Direct Cite: N0002411RX00669Funding ACRN: AA

MOD 16 Funding 5390331.39Cumulative Funding 38153703.39

MOD 17

400202 12173118 136000.00  LLA :BR 1711804 8C6C 252 MW340 0 050120 2D 000000 A00000819676  Direct Cite: N0002411RX02646Funding ACRN: AA

400203 12173116 7250.00  LLA :BS 1711804 22M8 252 3594A 0 068566 2D XPH048 0612A1C752PQ  Direct Cite: N0612A11WXPH048Funding ACRN: AA

400204 12173113 600000.00  LLA :BT 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11A0004   400205 12294645 196640.00  LLA :BU 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11A0012   400206 12284486 500000.00  LLA :BN 1711804 60CC 253 4582A A 060951 2D C001JE 40273137REEQ  Direct Cite: N4027311RC001JEFunding ACRN: AA

600104 12284484 500000.00  LLA :BN 1711804 60CC 253 4582A A 060951 2D C001JE 40273137REEQ  Direct Cite: N4027311RC001JEFunding ACRN: AA

600105 12294642 630000.00  LLA :BV 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11A0010   600106 12173120 26913.00  LLA :BW 1711804 DUG3 000 41756 0 068941 2D 000000 250017339000  Direct Cite: N4175611RC50149Funding ACRN: AA

600107 12173121 325000.00  LLA :BV 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11A0010   

MOD 17 Funding 2921803.00Cumulative Funding 41075506.39

MOD 18

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

35 of 60 FINAL

400207 12628426 390000.00  LLA :CA 1711804 4A4A 252 00019 0 050120 2D 000000 A00000883618  Direct Cite: N0001911RX01373Funding ACRN: AA

400208 12628403 373000.00  LLA :BC 1711804 8C6C 252 V5P00 0 050120 2D 000000 A00000612230  Direct Cite: N0002411RX00669Funding ACRN: AA

400209 12628427 150000.00  LLA :CB 1711804 4A4N 252 00019 0 050120 2D 000000 A00000884243  Direct Cite: N00019RX01374Funding ACRN: AA

600108 12496408 202484.27  LLA :BX 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11A0002   600109 12496409 139235.92  LLA :BM 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11ACZEN   600110 12496410 37869.83  LLA :BY 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11A0100   600111 12496411 130500.00  LLA :BZ 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11A0011   

MOD 18 Funding 1423090.02Cumulative Funding 42498596.41 

MOD 19 Funding 0.00Cumulative Funding 42498596.41

MOD 20

400210 130024894700001 750000.00  LLA :CC 1721804 8C6C 252 V5P00 0 050120 2D 000000 A00001050277  400211 130024994800001 750000.00  LLA :CD 1721804 8C6C 255 V5P00 0 050120 2D 000000 A00001058514  400212 130024898200001 500000.00  LLA :CE 1721804 8C6C 252 V5P00 0 050120 2D 000000 A00001050369  600112 130024822100001 50000.00  LLA :CF 7020610 0201 131 02523 3 Z51800 00 0DOLD4 2812842PD401 Z51800  MIPR: HSCG84-12-X-PD4010EQUIPMENTMOPP-DEF TASKDODAAD: 51800ALC: 70-06-0000CSN: 2812842PD4010

600113 130024894800001 500000.00  LLA :CG 1721804 8C6C 252 V5P00 0 050120 2D 000000 A00001050363  600114 130024894500001 750000.00  LLA :CH 1721804 8C6C 252 V5P00 0 050120 2D 000000 A00001050258  

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

36 of 60 FINAL

MOD 20 Funding 3300000.00Cumulative Funding 45798596.41

MOD 21

400213 1300248223 50000.00  LLA :CF 7020610 0201 131 02523 3 Z51800 00 0DOLD4 2812842PD401  MIPR: HSCG84-12-X-PD4010EQUIPMENTMOPP-DEF TASKDODAAD: 51800ALC: 70-06-0000CSN: 2812842PD4010

400214 1300257738 402000.00  LLA :CL 1721804 60CC 252 4582A A 060951 2D C001JE 40273237QEEQ 600111 12496411 (130500.00)  LLA :BZ 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11A0011   600115 1300265904 251608.50  LLA :CJ 97X4930 NH1D 252 77777 0 050120 2F 000000 A00001168638  600201 1300254199 682522.73  LLA :CK 1721804 8C6C 252 V5P00 0 050120 2D 000000 A00001088797  

MOD 21 Funding 1255631.23Cumulative Funding 47054227.64

MOD 22 

400215 1300270621 250000.00  LLA :CM 1721804 KU2N 257 FA678 B 068342 2D 04B2N0 910BX25710BX 400216 1300270520 250000.00  LLA :CM 1721804 KU2N 257 FA678 B 068342 2D 04B2N0 910BX25710BX 600202 1300257738 402000.00  LLA :CL 1721804 60CC 252 4582A A 060951 2D C001JE 40273237QEEQ 600203 1300270622 500000.00  LLA :CM 1721804 KU2N 257 FA678 B 068342 2D 04B2N0 910BX25710BX 600204 1300270621 250000.00  LLA :CM 1721804 KU2N 257 FA678 B 068342 2D 04B2N0 910BX25710BX 600205 1300270520 250000.00  LLA :CM 1721804 KU2N 257 FA678 B 068342 2D 04B2N0 910BX25710BX 600206 1300270627 500000.00  LLA :CM 1721804 KU2N 257 FA678 B 068342 2D 04B2N0 910BX25710BX 600207 1300270628 330000.00  LLA :CM 1721804 KU2N 257 FA678 B 068342 2D 04B2N0 910BX25710BX 600208 1300270625 500000.00  LLA :CM 1721804 KU2N 257 FA678 B 068342 2D 04B2N0 910BX25710BX

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

37 of 60 FINAL

MOD 22 Funding 3232000.00Cumulative Funding 50286227.64

MOD 23 

400217 1300277788 317000.00  LLA :CN 1721804 60CC 252 4582A A 060951 2D C001JE 40273237QEEQFUNDING DOC: N4027312RC001JEFUNDING ACRN: AA

600209 1300270623 500000.00  LLA :CM 1721804 KU2N 257 FA678 B 068342 2D 04B2N0 910BX25710BXFUNDING DOC: N0002512WX1112WFUNDING ACRN: AA

600210 1300277788 318000.00  LLA :CN 1721804 60CC 252 4582A A 060951 2D C001JE 40273237QEEQFUNDING DOC: N4027312RC001JEFUNDING ACRN: AA

MOD 23 Funding 1135000.00Cumulative Funding 51421227.64

MOD 24

400218 1300289273 536039.00  LLA :CP 1721804 8C6C 252 V5P00 0 050120 2D 000000 A00001311078 Direct Cite: N0002412WX00874Funding ACRN: AA

MOD 24 Funding 536039.00Cumulative Funding 51957266.64 

MOD 25 Funding 0.00Cumulative Funding 51957266.64

MOD 26

400205 12294645 (196640.00)  LLA :BU 97X4930 NH1D 000 77777 0 061331 2F 000000 31S4E11A0012   400206 12284486 (500000.00)  LLA :BN 1711804 60CC 253 4582A A 060951 2D C001JE 40273137REEQ  Direct Cite: N4027311RC001JEFunding ACRN: AA

400207 12628426 (390000.00)  LLA :CA 1711804 4A4A 252 00019 0 050120 2D 000000 A00000883618  Direct Cite: N0001911RX01373Funding ACRN: AA

400208 12628403 (373000.00)  LLA :BC 1711804 8C6C 252 V5P00 0 050120 2D 000000 A00000612230  Direct Cite: N0002411RX00669Funding ACRN: AA

400209 12628427 (150000.00)  LLA :CB 1711804 4A4N 252 00019 0 050120 2D 000000 A00000884243  Direct Cite: N00019RX01374

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

38 of 60 FINAL

Funding ACRN: AA

600211 1300300201 521000.00  LLA :CQ 5723400 AA 57234 0 0 302 15 76 BMH 300 040000 5 3390 91212F 667100 F67100  Funding Doc: MIPR F4ATA72215G003Funding ACRN: AA

MOD 26 Funding -1088640.00Cumulative Funding 50868626.64

MOD 27

400219 1300300219 200000.00  LLA :CR 1721804 8C6C 252 V5P00 0 050120 2D 000000 A00001363879 Funding Document: N0002412WX04532Funding ACRN: AA

600212 1300300219 1837282.00  LLA :CR 1721804 8C6C 252 V5P00 0 050120 2D 000000 A00001363879 Funding Document: N0002412WX04532Funding ACRN: AA

MOD 27 Funding 2037282.00Cumulative Funding 52905908.64

MOD 28

600112 130024822100002 (50000.00)  LLA :CF 7020610 0201 131 02523 3 Z51800 00 0DOLD4 2812842PD401 Z51800  MIPR: HSCG84-12-X-PD4010EQUIPMENTMOPP-DEF TASKDODAAD: 51800ALC: 70-06-0000CSN: 2812842PD4010

600113 130024894800001 (500000.00)  LLA :CG 1721804 8C6C 252 V5P00 0 050120 2D 000000 A00001050363  600114 130024894500001 (750000.00)  LLA :CH 1721804 8C6C 252 V5P00 0 050120 2D 000000 A00001050258  600115 130026590400001 (251608.50)  LLA :CJ 97X4930 NH1D 252 77777 0 050120 2F 000000 A00001168638  

MOD 28 Funding -1551608.50Cumulative Funding 51354300.14

MOD 29

400220 1300248948 341069.73  LLA :CG 1721804 8C6C 252 V5P00 0 050120 2D 000000 A00001050363  600213 1300248945 908930.27  LLA :CH 1721804 8C6C 252 V5P00 0 050120 2D 000000 A00001050258  

MOD 29 Funding 1250000.00Cumulative Funding 52604300.14

MOD 30

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

39 of 60 FINAL

400301 1300336517 246000.00  LLA :CS 97X4930 NH1D 252 77777 0 050120 2F 000000 A10001627300 Funding Document: N0002413WX03005Funding ACRN: AA 400302 1300336366 102000.00  LLA :CT 97X4930 NH1D 252 77777 0 050120 2F 000000 A00001626333 Funding Document: N0002413WX02927Funding ACRN: AA 400303 1300336365 250000.00  LLA :CU 97X4930 NH1D 252 77777 0 050120 2F 000000 A00001626050 Funding Document: N0002413WX01724Funding ACRN: AA 400304 1300336518 12000.00  LLA :CV 97X4930 NH1D 252 77777 0 050120 2F 000000 A10001627822 Funding Document: N0002413WX03005Funding ACRN: AA 400305 1300334319 300000.00  LLA :CW 7030610 2/P /301/ 1 31/30/ 0/ DOLD4/ 31000/2523-U SNCSF-DEF.TASK Z51800  Funding Document: MIPR HSCG84-13-X-PD4040

400306 1300334662 300000.00  LLA :CX 97X4930 ND2A 253 00033 0 000033 2F 118933 04000002535F  600301 1300336517 106000.00  LLA :CS 97X4930 NH1D 252 77777 0 050120 2F 000000 A10001627300 Funding Document: N0002413WX03005Funding ACRN: AA 600302 1300336366 103000.00  LLA :CT 97X4930 NH1D 252 77777 0 050120 2F 000000 A00001626333 Funding Document: N0002413WX02927Funding ACRN: AA 600303 1300336365 250000.00  LLA :CU 97X4930 NH1D 252 77777 0 050120 2F 000000 A00001626050 Funding Document: N0002413WX01724Funding ACRN: AA 600304 1300336518 47000.00  LLA :CV 97X4930 NH1D 252 77777 0 050120 2F 000000 A10001627822 Funding Document: N000242413WX03005Funding ACRN: AA 600305 1300334319 100000.00  LLA :CW 7030610 2/P /301/ 1 31/30/ 0/ DOLD4/ 31000/2523-U SNCSF-DEF.TASK Z51800  Funding Document: MIPR HSCG84-13-X-PD4040

600306 1300334662 80000.00  LLA :CX 97X4930 ND2A 253 00033 0 000033 2F 118933 04000002535F  

MOD 30 Funding 1896000.00Cumulative Funding 54500300.14

MOD 31

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

40 of 60 FINAL

400307 1300340088 20000.00  LLA :CY 1731804 70AE 260 57025 H 068688 2D C001XC 570253N1A7LQFunding Document: N5702513RC001XCFunding ACRN: AA

400308 1300337049 500000.00  LLA :CZ 97X4930 NH1D 252 77777 0 050120 2F 000000 A10001632666 Funding Document: N0002413WX00561Funding ACRN: AA 400309 1300336693 222000.00  LLA :DA 1731804 KU2N 257 00025 B 068732 2D 04B2N0 AA003WX1023WFunding Document: N0002513WX1023WFunding ACRN: AA

400310 1300336760 42500.00  LLA :DA 1731804 KU2N 257 00025 B 068732 2D 04B2N0 AA003WX1023WFunding Document: N0002513WX1023WFunding ACRN: AA

400311 1300337849 90000.00  LLA :DA 1731804 KU2N 257 00025 B 068732 2D 04B2N0 AA003WX1023WFunding Document: N0002513WX1023WFunding ACRN: AA

400312 1300339701 666000.00  LLA :DB 1731804 60CC 252 4582A A 060951 2D C001JE 40273337QEEQFunding Document: N4027313RC001JEFunding ACRN: AA

600307 1300340088 29792.00  LLA :CY 1731804 70AE 260 57025 H 068688 2D C001XC 570253N1A7LQFunding Document: N5702513RC001XCFunding ACRN: AA

600308 1300337049 500000.00  LLA :CZ 97X4930 NH1D 252 77777 0 050120 2F 000000 A10001632666 Funding Document: N0002413WX00561Funding ACRN: AA 600309 1300336693 95000.00  LLA :DA 1731804 KU2N 257 00025 B 068732 2D 04B2N0 AA003WX1023WFunding Document: N0002513WX1023WFunding ACRN: AA

600310 1300336760 564000.00  LLA :DA 1731804 KU2N 257 00025 B 068732 2D 04B2N0 AA003WX1023WFunding Document: N0002513WX1023WFunding ACRN: AA

600311 1300337849 353000.00  LLA :DA 1731804 KU2N 257 00025 B 068732 2D 04B2N0 AA003WX1023WFunding Document: N0002513WX1023WFunding ACRN: AA

600312 1300339701 334000.00  LLA :DB 1731804 60CC 252 4582A A 060951 2D C001JE 40273337QEEQFunding Document: N4027313RC001JEFunding ACRN: AA

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

41 of 60 FINAL

MOD 31 Funding 3416292.00Cumulative Funding 57916592.14

MOD 32

400313 1300344830 285000.00  LLA :DC 1731804 8C6C 252 V5P00 0 050120 2D 000000 A00001686517  400314 1300349268 264000.00  LLA :DD 1731804 70AE 260 57025 H 068688 2D C001XC 570253N1A7LQ 600313 1300349268 175708.00  LLA :DD 1731804 70AE 260 57025 H 068688 2D C001XC 570253N1A7LQ 

MOD 32 Funding 724708.00Cumulative Funding 58641300.14

MOD 33

400315 1300352927 718282.00  LLA :DE 1731804 8C6C 252 V5P00 0 050120 2D 000000 A20001746768 Funding Document: N0002413WX01724Funding ACRN: AA

MOD 33 Funding 718282.00Cumulative Funding 59359582.14

MOD 34

400316 1300368767 724518.00  LLA :DF 1731804 8C6C 252 V5P00 0 050120 2D 000000 A00001841112 Funding Document: N0002413WX00561Funding ACRN: AA

400317 1300369910 150000.00  LLA :DG 1731804 70AE 260 57025 H 068688 2D C001XC 570253N1A7LQFunding Document: N5702513RC001XCFunding ACRN: AA

400318 1300368893 1270099.50  LLA :DF 1731804 8C6C 252 V5P00 0 050120 2D 000000 A00001841604 Funding Document: N0002413WX00561Funding ACRN:

600314 1300369910 29000.00  LLA :DG 1731804 70AE 260 57025 H 068688 2D C001XC 570253N1A7LQFunding Document: N5702513RC001XCFunding ACRN: AA

600315 1300368893 1270099.50  LLA :DH 1731804 8C6C 252 V5P00 0 050120 2D 000000 A00001841604 Funding Document: N0002413WX01724Funding ACRN: AA

MOD 34 Funding 3443717.00Cumulative Funding 62803299.14

MOD 35

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

42 of 60 FINAL

400319 1300375650 678587.00  LLA :DJ 1731804 8C6C 252 V5P00 0 050120 2D 000000 A00001885362 Funding Doc: N0002413WX00561Funding ACRN: AA 600316 1300375824 349878.00  LLA :DL 1731804 8C6C 252 V5P00 0 050120 2D 000000 A00001885695 Funding Doc: N0002413WX00561Funding ACRN: AA 600317 1300375649 446000.00  LLA :DK 1731804 60CC 252 4582A A 060951 2D C001JE 40273337QEEQFunding Doc: N4027313RC001JEFunding ACRN: AA

MOD 35 Funding 1474465.00Cumulative Funding 64277764.14 

MOD 36 Funding 0.00 Cumulative Funding 64277764.14 

MOD 37 Funding 0.00Cumulative Funding 64277764.14

MOD 38 

400401 130040622100001 386000.00  LLA :DM 1741804 60CC 252 4582A A 060951 2D C001JE 40273437QEGQFunding document: N4027314RC001JEFunding ACRN: AA

600401 130040622100002 114000.00  LLA :DN 1741804 60CC 252 4582A A 060951 2D C001JE 40273437QEGQFunding document: N4027314RC001JEFunding ACRN: AA

MOD 38 Funding 500000.00Cumulative Funding 64777764.14

MOD 39

400402 130040971400001 500000.00  LLA :DP 1741804 8C6C 252 V5P00 0 050120 2D 000000 A00002176543 Funding Document: N0002414WX00948Funding ACRN: AA 400403 130040971400002 500000.00  LLA :DQ 1741804 8C6C 252 V5P00 0 050120 2D 000000 A00002176543 Funding Document: N0002414WX00948Funding ACRN: AA 400404 130040971400003 500000.00  LLA :DR 1741804 8C6C 252 V5P00 0 050120 2D 000000 A00002176543 Funding Document: N0002414WX00948Funding ACRN: AA 400405 130040971400004 500000.00  LLA :DS 1741804 8C6C 252 V5P00 0 050120 2D 000000 A00002176543 Funding Document: N0002414WX00948Funding ACRN: AA

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

43 of 60 FINAL

400406 130040971400005 500000.00  LLA :DT 1741804 8C6C 252 V5P00 0 050120 2D 000000 A00002176543 Funding Document: N0002414WX00948Funding ACRN: AA 400407 130040971400006 500000.00  LLA :DU 1741804 8C6C 252 V5P00 0 050120 2D 000000 A00002176543 Funding Document: N0002414WX00948Funding ACRN: AA 400408 130040971400007 500000.00  LLA :DV 1741804 8C6C 252 V5P00 0 050120 2D 000000 A00002176543 Funding Document: N0002414WX00948Funding ACRN: AA 400409 130040971400008 500000.00  LLA :DW 1741804 8C6C 252 V5P00 0 050120 2D 000000 A00002176543 Funding Document: N0002414WX00948Funding ACRN: AA 600402 130040971400009 500000.00  LLA :DX 1741804 8C6C 252 V5P00 0 050120 2D 000000 A00002176543 Funding Document: N0002414WX00948Funding ACRN: AA 600403 130040971400010 500000.00  LLA :DY 1741804 8C6C 252 V5P00 0 050120 2D 000000 A00002176543 Funding Document: N0002414WX00948Funding ACRN: AA 600404 130040971400011 92200.00  LLA :DZ 1741804 8C6C 252 V5P00 0 050120 2D 000000 A00002176543 Funding Document: N0002414WX00948Funding ACRN: AA 

MOD 39 Funding 5092200.00Cumulative Funding 69869964.14

MOD 40

400410 130040826100001 410750.00  LLA :EA 7040610 2P4 01 13 1 300DOL D4 31000 2523 Z51800  Funding Document: MIPR HSCG84-14-X-PD4028

400411 130040542900001 35000.00  LLA :EB 1741804 KU2N 257 00025 B 068732 2D 04B2N0 AA004RC2011RFunding Document: N0002514RC2011RFunding ACRN: AA

400412 130040542900003 50000.00  LLA :EC 1741804 KU2N 257 00025 B 068732 2D 04B2N0 AA004RC2011RFunding Document: N0002514RC2011RFunding ACRN: AA

600405 130040826100002 99500.00  LLA :ED 7040610 2P4 01 13 1 300DOL D4 31000 2523 Z51800  Funding Document: MIPR HSCG84-14-X-PD4028

600406 130040542900002 525000.00  

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

44 of 60 FINAL

LLA :EE 1741804 KU2N 257 00025 B 068732 2D 04B2N0 AA004RC2011RFunding Document: N0002514RC2011RFunding ACRN: AA

600407 130040542900004 290000.00  LLA :EF 1741804 KU2N 257 00025 B 068732 2D 04B2N0 AA004RC2011RFunding Document: N0002514RC2011RFunding ACRN: AA

600408 130041335700001 378000.00  LLA :EG 97X4930 ND2A 253 00033 0 000033 2F 118934 04000002535F Funding Document: N0003314RCN3005Funding ACRN: AA 

MOD 40 Funding 1788250.00Cumulative Funding 71658214.14 

MOD 41 Funding 0.00Cumulative Funding 71658214.14

MOD 42 

400413 130044319500001 348000.00  LLA :EH 1741804 KU2N 257 00025 B 068732 2D 04B2N0 AA004RC2011RFunding document: N0002514RC2011RFunding ACRN: AA

400414 130044319800001 30000.00  LLA :EJ 97X4930 ND2A 253 00033 0 000033 2F 118934 04000002535F Funding document: N0003314RCN3005Funding ACRN: AA 400415 130044319900002 427375.00  LLA :EK 1741804 60AE 260 57012 Y 060951 2D C001XL 5701241NFMTTFunding document: N5701214RC001XLFunding ACRN: AA

400416 130043997800001 1100000.00  LLA :EL 1741804 60CC 252 4582A A 060951 2D C001JE 40273437QEGQFunding document: N4027314RC002JEFunding ACRN: AA

600409 130044319500002 152000.00  LLA :EM 1741804 KU2N 257 00025 B 068732 2D 04B2N0 AA004RC2011RFunding document: N0002514RC2011RFunding ACRN: AA

600410 130044319800002 12850.00  LLA :EN 97X4930 ND2A 253 00033 0 000033 2F 118934 04000002535F Funding document: N0003314RCN3005Funding ACRN: AA 600411 130044319900001 50000.00  LLA :EP 1741804 60AE 260 57012 Y 060951 2D C001XL 5701241NFMTTFunding document: N5701214RC001XLFunding ACRN: AA

600412 130043997800002 400000.00  LLA :EQ 1741804 60CC 252 4582A A 060951 2D C001JE 40273437QEGQFunding document: N4027314RC001JE

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

45 of 60 FINAL

Funding ACRN: AA

600413 130045207300001 180000.00  LLA :ER 97X4930 ND2A 253 00033 0 000033 2F 118934 04000002535F Funding document: N0003314N3ND2AFunding ACRN: AA 

MOD 42 Funding 2700225.00Cumulative Funding 74358439.14

MOD 43

600116 130046516500001 50000.00  LLA :CF 7020610 0201 131 02523 3 Z51800 00 0DOLD4 2812842PD401 Z51800  MIPR: HSCG84-12-X-PD4010EQUIPMENTMOPP-DEF TASKDODAAD: 51800ALC: 70-06-0000CSN: 2812842PD4010

MOD 43 Funding 50000.00Cumulative Funding 74408439.14

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

46 of 60 FINAL

SECTION H SPECIAL CONTRACT REQUIREMENTS

DISTRIBUTION LIMITATION STATEMENT

Documentation generated under this order shall have the following Distribution Limitation Statement andDestruction Notice affixed to the front cover and title page (if any):

DISTRIBUTION STATEMENT D: DISTRIBUTION AUTHORIZED TO DEPARTMENT OF DEFENSE

AND U.S. DOD CONTRACTORS ONLY (ADMINISTRATIVE/OPERATIONAL USE) (DATE STATEMENTAPPLIED). OTHER REQUESTS FOR THIS DOCUMENT MUST BE REFERRED TO PEO-LMW (PMS210).

DESTRUCTION NOTICE – FOR CLASSIFIED DOCUMENTS, FOLLOW THE PROCEDURES IN DOD5220.22-M, NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL, CHAPTER 5,SECTION 7 OR DOD 5200.1-R, INFORMATION SECURITY PROGRAM REGULATION. FORUNCLASSIFIED, LIMITED DOCUMENTS, DESTROY BY ANY METHOD THAT WILL PREVENTDISCLOSURE OF CONTENTS OR RECONSTRUCTION OF THE DOCUMENT.

OTHER DIRECT COST EXPENDITURES

Only items directly used for this Task Order, for work within the scope of the Statement of Work, shall be purchasedunder the ODC line items. Purchases above $3,000 shall be approved by the PCO prior to purchase by thecontractor except for the items noted below. The purchase request shall be itemized and contain the cost or priceanalysis performed by the contractor to determine reasonableness of the pricing. The request and supportingdocumentation shall be submitted to the TOM for concurrence prior to being submitted to the PCO for approval. 

MISCELLANEOUS

Adhesive Spray Masks QA Tags

Alcohol Packaging Tape

Alcohol Pads Pallets

Banding Materials Paper Towels

Beaded Ties Shipping Labels

Trash Bags Zip Lock Bags

Box Dividers Sponges

Boxes (various sizes) Stretch Wrap

Calcium Hypochloride Tape Gun Tape

Cotton Rags Tape Guns

Ink Pens Triwalls

Label Printer Ribbon Truck Seals

Labels (various sizes) Copier Paper

Luggage Tags Sailor Sizing Data Sheets

IPE NSN/PN ITEMS

Chemical Protective Masks Canteens

Parts, Chemical Protective Masks Cover, Canteen

Filters, Chemical Protective Masks Webb Belts

Chemical Protective Suits CBRD Kit Bags

Chemical Protective Gloves Mask Leakage Testers

Insert, Cotton Chem GloveParts, Mask LeakageTester

Chemical Protective Boots

PPE PART NO ITEMS (ALL LEVEL'S AND CLASS'S)

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

47 of 60 FINAL

Suits Chargers, Battery

Training SuitsPowered Air PurifyingRespirator (PAPR)

Boots Gloves

SCBA Bottles/Cylinders, maintenance, repair,testing equipment and replacement parts

Filter Sets

Face Pieces Respirator Repair Parts

Voice Projection Units/Voice Amplifier Suit Repair Parts

Suit Tester Mask Parts

PPE Bags Cooling Vest

Spectacle Kit Phase Change Packs

Batteries

SERVICES

Equipment Maintenance for Mask Leakage Tester equipment and calibration ofMeasuring Devices required in support of this contract

Waste Disposal

Safety Supplies

Shipping Expenses

Material Handling Equipment (MHE) maintenance in support of this contract

Hydrostatic testing of compressed gas cylinders

OTHER DIRECT COST EXPENDITURES - EQUIPMENT LEASES

The following equipment leased under ODC line items shall be directly used for this Task Order, for work withinthe scope of the Statement of Work.  Additional equipment leases shall be approved by the PCO prior to leaseexecution by the contractor except for the items noted below. The request shall be itemized and contain a leaseversus buy analysis performed by the contractor to determine reasonableness of the pricing. The request andsupporting documentation shall be submitted to the TOM for concurrence prior to being submitted to the PCO forapproval. 

Location Equipment Description Quantity

Fort Worth Forklift ED 4374264 Nissan TX30 1

Fort Worth Forklift ED L081003 Linde E20-AC 1

Fort Worth Forklift ED 4282098 Clark TMX 15S 1

Fort Worth Forklift ED 4293007 Mid Rider ECR60 1

Fort Worth Forklift ED 4293008 Mid Rider ECR60 1

Fort Worth Forklift ED 4251022 Mid Rider ECR80 1

Fort Worth Forklift ED 4274091 Bendi B40/48E 1

Fort Worth Midrider ED 4364198 Bendi B40/48E 1

Fort Worth Midrider ED 4352197 Bendi B30/42 1

Fort Worth Midrider ED 83542 Linde E15S 1

Fort Worth Copier Copier MP2550 3

Fort Worth Copier Copier MPC2550 1

Norfolk Forklift ED 4101017 Clark CQ25L 1

Norfolk Box Truck Penske International 4300 Truck 1

Norfolk Van Penske Ford E250 Regular Panel Van 1

Norfolk Copier Copier MP2851 SP 1

San Diego Forklift ED 4282119 Clark CMP25L 1

San Diego Truck Penske Railgate Lift Truck 1

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

48 of 60 FINAL

San Diego Van Penske Ford Panel Van E250 1

San Diego Copier Copier MPC2550 1

GOVERNMENT FURNISHED PROPERTY

Government Furnished Information (GFI)

NSWC PC will provide the following program documentation as the GFI becomes available. The Contractor shallreturn all GFI to NSWC PC at completion of this task order.

a) CBRND IPE Allowance Equipage Lists (AEL's) for all ship classesb) NSTM-470c) Roster of all crewmembers with a list of ACPG sizes for each memberd) Instructions on how to handle defective equipmente) Access to the CBR OSIMS (CBR IPE) Database.f) Packaging instructions for determination of how recycled protective masks will be packed and prepared forshippingg) Ship's ILS load out documentation for CBRND IPE, ILS load out documentation shall include PreventiveMaintenance System (PMS) cards, technical manuals, training manuals, printers, scanners, ribbons, and bar codelabels.h) Access to copies of the documents listed in Section 2.

Access to Government EquipmentNSWC PC will provide the Contractor access to Government facilities as required to complete this task order. TheGovernment will provide the Contractor with access to the following equipment and facilities. Access will beprovided during normal business hours (Monday through Friday, 0600 – 1800 hours).

a) Vacuum sealersb) Laser etcher, Yag lamp-pumped CDRH Class 4 laser.c) Air compressord) Mask Leakage Testerse) General warehouse equipment to include but not limited to Government owned trucks, forklifts, pallet jacks,scales, stretch wrap and stretch wrap machines, banding and banding equipment, and general packing materials.

NAVSEA 5252.216-9122 -- LEVEL OF EFFORT (DEC 2000)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the workdescribed in Sections B and C of this contract. The total level of effort for the performance of this contract shall be inaccordance with Section B and the format defined in Attachment J4, of direct labor, including subcontractor directlabor for those subcontractors specifically identified in the Contractor's proposal as having hours included in theproposed level of effort.

(b) Of the total man-hours of direct labor set forth above, it is estimated that zero man hours that are uncompensatedeffort. Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week withoutadditional compensation for such excess work. All other effort is defined as compensated effort. If no effort isindicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not becounted in fulfillment of the level of effort obligations under this contract.

(c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performedin direct support of this contract and shall not include time and effort expended on such things as (local travel to andfrom an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work(actual or inferred) at an employee's residence or other non-work locations (except as provided in paragraph (j)below), or other time and effort which does not have a specific and direct contribution to the tasks described inSections B and C.

(d) It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technicalobjective, provided such fluctuation does not result in the use of the total man-hours of effort prior to the expirationof the term hereof, except as provided in the following paragraph.

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

49 of 60 FINAL

(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such anextent that the total man-hours of effort specified above would be used prior to the expiration of the term, theContractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefitswhich would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together withan offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work untilexpiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms andconditions of this contract and any additions or changes required by then current law, regulations, or directives, andthat the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. TheContractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Anyagreement to accelerate will be formalized by contract modification.

(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct laborsuch that the total man-hours of effort specified in paragraph (a) above would be used prior to the expiration of theterm. This order shall specify the acceleration required and the resulting revised term. The Contractor shallacknowledge this order within five days of receipt.

(g) If the total level of effort specified in paragraph (a) above is not provided by the Contractor during the period ofthis contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract as follows:Fee (Required LOE - Expended LOE)Fee Reduction = ---------------------------------Required LOEor (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20)require the Contractor to continue to perform the work until the total number of man-hours of direct labor specifiedin paragraph (a) above shall have been expended, at no increase in the fee of this contract.

(h) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative ContractingOfficer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated anduncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shallindicate on each invoice the total level of effort claimed during the period covered by the invoice, separatelyidentifying compensated effort and uncompensated effort, if any.

(i) Within 45 days after completion of the work under each separately identified period of performance hereunder, theContractor shall submit the following information in writing to the Contracting Officer with copies to the cognizantContract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number ofmanhours of direct labor expended during the applicable period; (2) a breakdown of this total showing the number ofmanhours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown ofother costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for theperiod. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, inthe case of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced to recoverexcess funds and, in the case of an underrun in hours specified as the total level of effort; and (6) a calculation of theappropriate fee reduction in accordance with this clause. All submissions shall include subcontractor information.

(j) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish man-hours up to fivepercent in excess of the total man-hours specified in paragraph (a) above, provided that the additional effort isfurnished within the term hereof, and provided further that no increase in the estimated cost or fee is required.

CHANGES IN KEY PERSONNEL

(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) The contractor agrees that during the first 180 days of the period of performance no key personnel substitutionswill be permitted unless such substitutions are necessitated by an individual's sudden illness, death, or terminationof employment. All proposed substitutions shall have qualifications equal to or higher than the qualifications of theperson to be replaced. The Contracting Officer shall be notified in writing of any proposed substitution at least

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

50 of 60 FINAL

thirty(30) days, or forty-five (45) days if a security clearance is to be obtained, in advance of the proposedsubstitution.

Such notification shall include:

(1) An explanation of the circumstances necessitating the substitution;(2) A complete resume of the proposed substitute;(3) The hourly rates of the incumbent and the proposed substitute;(4) A chart summarizing the years of experience and professional development for the individuals involved in thesubstitution; and(5) Any other information requested by the Contracting Officer to enable him/her to judge whether or not theContractor is maintaining the same high quality of personnel that provided the partial basis for award.

(c) In the event a requirement to increase the specified level of effort for a designated labor category, but not theoverall level of effort of the contract, occurs, the Contractor shall submit to the Contracting Officer a written requestfor approval to add personnel to the designated labor category. The same information as specified in paragraph (b)above is to be submitted with the request.

(d) The Contracting Officer shall evaluate requests for changes in personnel and promptly notify the Contractor, inwriting, whether the request is approved or disapproved.

KEY PERSONNEL:

LABOR CATEGORY NAME

Program Manager Jim Counts

Senior Logistics Analyst Peggy Shannon

Project Manager - CSF Chamberlin Hannah

RIP Team Lead Jim Bruchard

POST AWARD CONTRACTOR PERSONNEL APPROVAL

(a) Requests for post award approval of additional and/or replacement key personnel should be submitted via e-mail.E-mail submissions shall be made simultaneously to the Contract Specialist and the TOM. Electronic notificationvia e-mail for the Contract Specialist will serve as written approval/disapproval on behalf of the Contracting Officer.

(b) It is desired that resumes be submitted in the format required in solicitation Section L for original proposalsubmission. However, in order to expedite contract administration, contractor format may be used.

(c) A cover letter shall be included which clearly demonstrates how the proposed resume clearly meets contractrequirements.

(d) If the employee is not a current employee of the contractor (or a subcontractor), a copy of the accepted offer letter(which identifies a projected start date and the agreed to annual salary) shall be provided.

Government Facilities and Equipment

The Government shall provide facilities and equipment as shown below.  Other facilities and equipment shall beIAW Paragraph 3.1.2.8 of the Statement of Work.

a. Fort Worth, Texas

The facility in Fort Worth, TX serves as the main warehouse for the Navy's CBD IPE. Functions at the facilityinclude general warehouse and logistics planning, building kit bags, mask preventative maintenance, mask repair,mask inspection and testing, dekitting, shipping and receiving.~230,000 sq ft of Warehouse Space~2000 sq ft of Climate Controlled Work Space (for mask washing, laser etching, and mask leakage testing)~7500 sq ft of Climate Controlled Office Space

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

51 of 60 FINAL

GFE includes misc office furniture (conference tables chairs and desks), fans, warehouse equipment, laser etchingequipment, and shipping & handling equipment.GFE does not include any computers, network equipment, printers, copiers or other misc office equipment.

b. San Diego, CA

The facilities in San Diego, CA are used to stage CBD IPE gear between the Central Storage Facility and the fleetand to support offload and onload of gear from ships. A local fit test and sizing team stores equipment here forservicing the West Coast.~3000 sq ft of Warehouse Space~250 sq ft of Climate Controlled Office SpaceGFE includes misc office furniture, and warehouse equipmentGFE does not include any computers, network equipment, printers, copiers or other misc office equipment.

c. Panama City, FL

The personnel in Panama City, FL provide Program Management and Logistics Support to the IPE CommodityArea Manager and the Acquisition Engineering Agent. Additional support includes Fleet Liaison Support for the InService Engineering Agent.  The Government will provide three (3) office spaces for three (3) Contractor personnel.

GFE includes office furniture , NMCI computers and LAN, office equipment and office supplies.

d. Coronado, CA

The Naval Base Point Loma provides one office/cubicle space.  The space is provided in order to facilitate CBD-IPEProgram to the Commander, Third Fleet.  The Government shall supply one NMCI seat with associated NIPR andSIPR account and computer equipment.

e. Coronado, CA

The Naval Amphibious Base Coronado provides one office/cubicle space.  The space is provided in order tofacilitate CBD-IPE Program to the Commander, Naval Surface Forces.  The Government shall supply one NMCIseat with associated NIPR and SIPR account and computer equipment.

f. Coronado, CA

The Naval Amphibious Base Coronado provides space within their warehouses and office space for regionalCBD-IPE Program support to the Commander, Naval Special Warfare Command. Space at Naval Amphibious BaseCoronado in support of this contract effort is provided on a space available basis as determined by Commander,Naval Special Warfare Command. Regional activities include logistics support, warehousing, kitting, dekitting, andstaging CBD-IPE as well as Fit Testing and Sizing. The Government shall provide or fund electricity, water,NMCI, non-NMCI, and MICAS compatible computers, printers, LAN, and telephone equipment as it deemsnecessary. 

g. Port Hueneme, CA

The Naval Construction Battalion Center (NCBC) Port Hueneme provides space within their warehouses and officespace for regional CBD-IPE Program support to the Naval Expeditionary Combat Enterprise and the ExpeditionaryCombat Readiness Center.  Space at NCBC Port Hueneme in support of this contract is provided on a spaceavailable basis as determined by NCBC Port Hueneme.  Regional activities include warehousing, kitting, dekitting,and staging CBD-IPE as well as Fit Testing and Sizing.  The Government shall provide or fund electricity, water,non-NMCI computers, printers, LAN, and telephone equipment.  The Government shall not fund modifications orimprovements to these facilities.        

h. Mayport, FL

The Naval Station Mayport provides one office/cubicle space for regional CBD-IPE Program support.  Space atNaval Station Mayport in support of this contract is provided on a space available basis as determined by Naval

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

52 of 60 FINAL

Station Mayport.  Regional activities include staging CBD-IPE as well as Fit Testing and Sizing.  TheGovernment shall provide or fund non-NMCI computers, printers, LAN, and telephone equipment.  TheGovernment shall  provide a trailer for use and equipment necessary to relocate the trailer.

i. Honolulu, HI

The Joint Base Pearl Harbor-Hickam provides one office/cubicle space.  The space is provided in order to facilitateCBD-IPE Program to the Commander, Pacific Fleet.  The Government shall supply one NMCI seat with associatedNIPR and SIPR account and computer equipment.

j. Gulfport, MS

The Naval Construction Battalion Center (NCBC) Gulfport provides space within their warehouses and office spacefor regional CBD-IPE Program support to the Naval Expeditionary Combat Enterprise and the ExpeditionaryCombat Readiness Center.  Space at NCBC Gulfport in support of this contract is provided on a space availablebasis as determined by NCBC Gulfport.  Regional activities include warehousing, kitting, dekitting, and stagingCBD-IPE as well as Fit Testing and Sizing.  The Government shall provide or fund electricity, water, non-NMCIcomputers, printers, LAN, and telephone equipment.  The Government shall not fund modifications orimprovements to these facilities.

k. Little Creek, VA

The Little Creek Naval Base provides space within their warehouses and office space for regional CBD-IPE Programsupport to the Commander, Naval Special Warfare Command.  Space at Little Creek Naval Base in support of thiscontract is provided on a space available basis as determined by Commander, Naval Special Warfare Command.Regional activities include warehousing, kitting, dekitting, and staging CBD-IPE as well as Fit Testing andSizing.  The Government shall provide or fund electricity, water, non-NMCI and MICAS compatible computers,printers, LAN, and telephone equipment.

l. Williamsburg, VA

The CBD-IPE Program shall provide ~26,000 sq ft of unheated warehouse space at Naval Weapons StationYorktown - Cheatham Annex.  This warehouse space is used to provide CBD-IPE Program support to Navy andother Government Agencies on the East Coast.  Support activities include warehousing, kitting, dekitting, andstaging CBD-IPE as well as Fit Testing and Sizing.  The Government shall provide or fund electricity, water,non-NMCI computers, printers, LAN, and telephone equipment.

m. Yokosuka Naval Base, Japan

The Navy provides office space for regional CBD-IPE Program support to the forward deployed forces in the UnitedStates Pacific Command (USPACOM).  Space at Yokosuka Naval Base in support of this contract is provided on aspace available basis as determined by the base and its tenants.

n. Kaneohe Bay, HI

Marine Corps Base Hawaii provides space within their warehouses and office space for regional CBD-IPE Programsupport to the Surface Warfare Enterprise and Naval Aviation Enterprise.  Space at the Marine Corps Base Hawaii insupport of this contract is provided on a space available basis as determined by the installation. Regional activitiesinclude staging CBD-IPE as well as Fit Testing and Sizing. The Government shall provide or fund non-NMCIcomputers, printers, LAN, and telephone equipment.

o. Norfolk Naval Base, VA

Military Sealift Command (MSC) has allocated a portion of the MSC warehouse, located at the Norfolk Naval Base(Bldg. W143 DW 10) on 1968 Gilbert Street, Norfolk VA  23511-2313, to support worldwide distribution ofCBRD/Force Protection systems and equipment in support of this contract.  Specifically, this space is located onthe 4th floor; Bay "B" of W-143, size is approximately 30,416 square feet, comprised of warehouse stowage, officespace, and a CBRD mask service and test program area. 

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

53 of 60 FINAL

p. Oak Harbor, WA

Naval Air Station (NAS) Whidbey Island provides one office/cubicle space. The space is provided in order tofacilitate CBD-IPE Program support to the Commander Electronic Attack Wing US Pacific (COMVAQWINGPAC),Commander Patrol and Reconnaissance Wing 10 (CPRW 10), Fleet Logistics Support Wing, Naval InformationOperations Command Whidbey Island (NIOC Whidbey), Fleet Readiness Center Northwest (FRCNW), and FleetMaritime Patrol Mobile Operations Command Control Center Golf (FMP MOCC GOLF). The Government shallsupply one NMCI seat with associated NIPR and SIPR account and computer equipment.

q. Norfolk, VA

The Naval Station Norfolk provides one office/cubicle space. The space is provided in order to facilitate CBD-IPEProgram to the Commander, Naval Surface Forces Atlantic. The Government shall supply one NMCI seat withassociated NIPR and SIPR account and computer equipment.

Access to Government Facilities

Contractor personnel will require access to Government buildings, during normal working hours (Mon-Fri0800-1600) and possibly on weekends during periods of high productivity, always under government oversight. Thecontractor shall provide a list of employees who require access to these areas, including standard security clearanceinformation for them, to Mr. Bill Bradley at (850) 235-5084, within 3 days of award.Access procedures will be provided to the contractor after award.

TECHNICAL GUIDANCE

The Task Order Manager (TOM) will provide guidance to the contractor regarding the requirements of the Statementof Work (SOW). Such guidance may be needed to prioritize work or initiate specific tasking within broad task areas.Under no circumstances may the TOM direct the contractor to perform work outside the scope of the SOW. Thecontractor is responsible for notifying the Contracting Officer if it believes it has received direction to perform workthat is out of scope. Technical guidance will normally occur through day-to-day verbal communication between theTOM and the contractor’s program management personnel. However, written Technical Instructions may be issuedat the TOM’s discretion. Technical Instructions might be needed to clarify unusually complex requirements, orsimply to initiate a written record of guidance that the TOM feels is particularly important. Technical Instructionswill be numbered sequentially and will be in the format provided by the Contracting Officer.

MANDATORY REQUIREMENT - SECURITY

The Contractor will be required to access classified information up to, and including SECRET, under this contract.Documents generated under this contract may be CLASSIFIED up to and including SECRET. Provisions of theattached contract DD Form 254 apply.

NSWCPC – H06 SECURITY REQUIREMENTS

a. The work to be performed under this contract as delineated in the DD Form 254, Attachment No (J.2) involvesaccess to and handling of classified material up to and including SECRET.

b. In addition to the requirements of the clause "Security Requirements," the Contractor shall appoint a FacilitySecurity Officer (FSO), who shall (1) be responsible for all security aspects of the work performed under thiscontract, (2) assure compliance with the National Industrial Security Program Operating Manual (NISPOM) (DOD5220.22-M), and (3) assure compliance with any written instructions from the Naval Surface Warfare Center PanamaCity Division, Security Office, Code XPC, 110 Vernon Avenue, Panama City, Florida 32407-7001.

NSWCPC-H07 INFORMATION SECURITY REQUIREMENTS

a. All contractor personnel requiring access to DON controlled unclassified information (CUI) or "user level access toDON or DoD networks and information systems, system security and network defense systems, or to systemresources providing visual access and/or ability to input, delete or otherwise manipulate sensitive information

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

54 of 60 FINAL

without controls to identify and deny sensitive information" who do not have clearance eligibility are required tosubmit a Questionnaire for Public Trust Positions (Standard Form 85P) through the cognizant Facility SecurityOfficer or designee to NSWC PCD Security, for a suitability determination by DON Central Adjudication Facility.

b. Minimum Protection Requirements for Controlled Unclassified Information (CUI): Security classification guides(OPNAVINST 5513 series) and unclassified limited documents (e.g., For Official Use Only (FOUO), DistributionStatement Controlled) are not authorized for public release and, therefore, cannot be posted on a publicly accessibleweb server or transmitted over the Internet unless appropriately encrypted.

NSWCPC - H08 Operations Security

1. Operations Security (OPSEC) is concerned with the protection of critical information:  facts about intentions,capabilities, operations, or activities that are needed by adversaries or competitors to bring about failure orunacceptable consequences of mission accomplishment.

Critical information includes information regarding:

-Operations, missions, and exercises, test schedules or locations;- Location/movement of sensitive information, equipment, or facilities;- Force structure and readiness (e.g., recall rosters); - Capabilities, vulnerabilities, limitations, security weaknesses;- Intrusions/attacks of DoD networks or information systems;- Network (and system) user IDs and passwords;- Movements of key personnel or visitors (itineraries, agendas, etc.); and- Security classification of equipment, systems, operations, etc.

2. The contractor, subcontractors and their personnel shall employ the following countermeasures to mitigate thesusceptibility of critical information to exploitation, when applicable:

- Practice OPSEC and facilitate OPSEC awareness;- Immediately retrieve documents from printers assessable by the public;- Shred sensitive and Controlled Unclassified Information (CUI) documents when no longer needed;- Protect information from personnel without a need-to-know;- When promulgating information, limit details to that essential for legitimacy;- During testing and evaluation, practice OPSEC methodologies of staging out of sight, desensitization, or speed ofexecution, whenever possible.

H-XX NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUS

For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, 52.219-3,NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18, NOTIFICATION OF COMPETITION LIMITED TOELIGIBLE 8(A)CONCERNS, and 52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNEDSMALL BUSINESS SETASIDE, the determination of whether a small business concern is independently ownedand operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified asa small business under the size standards in this solicitation, and further, meets the definition of a HUBZone smallbusiness concern, a small business concern certified by the SBA for participation in the SBAs 8(a) program, or aservice disabled veteran owned small business concern, as applicable, shall be based on the status of said concern atthe time of award of the SeaPort-e MACs and as further determined in accordance with Special Contract RequirementH-19 (located in the basic award).

52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUNE 2003)(a) Definition. “Small business concern” as used in this clause, means a concern, including its affiliates, that isindependently owned and operated, not dominant in the field of operation in which it is bidding on Governmentcontracts, and qualified as a small business under the size standards in this solicitation.

(b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are notsmall business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from thissolicitation will be made to a small business concern.

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

55 of 60 FINAL

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

AWARD TERM CLAUSE

In addition to the terms and conditions set forth elsewhere in this order, the contractor may earn an award termincentive consisting of an extension to the order period from the minimum one (1) year to a maximum of five (5)years on the basis of:

1. Satisfactory or better performance of the contractor as evaluated by the Government.2. The Government has a continued need for the service (solely determined by the Government.)3. The Government has funds available for the service.4. The price is fair and reasonable.

For each year of the order, contractor performance is evaluated and ratings are assigned based on how well thecontractor has performed. If ratings are satisfactory or better for Year 1, the contractor earns Year 2; if ratings aresatisfactory or better for Year 2, the contractor earns Year 3, and so on up to the maximum of five (5) years. But ifratings are less than satisfactory for any year, then the order is ended. The evaluation criteria and the award termprocedures are described in the “Award Term Plan”.

AWARD TERM PLAN

The Government will assess the quality of the Contractors performance as follows:

a. The Areas of Evaluation are as follows:

-QUALITY OF PRODUCT/SERVICE-SCHEDULE-COST CONTROL-BUSINESS RELATIONS-MANAGEMENT OF KEY PERSONNEL-Comments

b. Ratings. The ratings used are:

The contractor must receive a rating of satisfactory or better on each of the above evaluation areas in order to receivethe award-term incentive. A rating of less than satisfactory on any of the above criteria will result in the incentive notbeing earned. 

Rating Definition

Exceptional (Dark Blue)Performance meets contractual requirements and exceeds many requirementsto the government's benefit.

Very Good (Purple)Performance meets contractual requirements and exceeds some to thegovernment's benefit.

Satisfactory (Green) Performance meets contractual requirements.

Marginal (Yellow)

Performance does not meet some contractual requirements. The elementbeing assessed reflects a serious problem for which the contractor has notyet implemented satisfactory corrective actions.

Unsatisfactory (Red)

Performance does not meet contractual requirements and recovery is notlikely in a timely manner. Contractor's corrective actions to date areineffective.

The contractor must receive a rating of satisfactory or better on each of the above areas of evaluation in order to earnthe award-term incentive. A rating of less than satisfactory on any of the above criteria may result in the incentive

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

56 of 60 FINAL

not being earned.

c. Evaluation Period. The evaluation periods will be (1) from award of the order through the end of the base periodof performance and (2) for each award term year thereafter. Interim evaluations will also be conducted as describedbelow.

d. Personnel. The Government evaluation team shall consist of an Assessing Official, performance monitors, and aReviewing Official.

(1) Assessing Official (Technical). The Assessing Official considers all information from performance monitors andother pertinent sources and prepares written reports evaluating the contractor’s performance.

(2) Performance Monitors (Technical). Performance monitors monitor the contractor’s performance at the task orderlevel and provide input to the Assessing Official to be used in preparing performance reports. Monitors may providewritten and verbal input as directed by the Assessing Official.

(3) Reviewing Official (Contract Specialist administering the order). The Reviewing Official is responsible forreconciling any disagreements between the Assessing Official and the contractor, and for finalizing ratings andclosing reports whenever such disagreements exist.

e. Interim Evaluations. An interim evaluation shall be conducted at the midpoint (i.e., six months) of eachevaluation period. No later than 15 calendar days after the midpoint of the evaluation period, the Assessing Officialshall notify the Contracting Officer of the contractor’s current strengths and weaknesses on the basis of inputs fromthe performance monitors and other pertinent sources. The Contracting Officer will then issue a letter to thecontractor describing the strengths and weaknesses identified by the Assessing Official. The Contracting Officer mayalso issue letters at any time when it is deemed necessary to highlight areas of Government concern.

f. End-of-Period Evaluations. No later than 45 calendar days prior to the end of the evaluation period, the AssessingOfficial shall initiate a report covering the entire evaluation period and submit that report to the contractor for reviewand comment. The contractor shall review the report and provide comments to the Assessing Official within 10calendar days. If the contractor concurs, the Assessing Official will forward the report to the Reviewing Official whowill finalize the ratings and close the report. If the contractor does NOT concur with ratings the Reviewing Officialwill then reconcile any disagreements between the Assessing Official and the contractor, finalize the ratings, andclose the report. All reports must be closed no later than the 30 days prior to the end of the evaluation period. Oncethe report is closed, the ratings are final.

g. Award-Term Incentive Determination. As stated above, the contractor must receive a rating of satisfactory or betteron each of the evaluation criteria and the criteria specified in the Award Term Clause must be met in order to earnthe award-term incentive. The Contracting Officer will review the closed report to determine if the award termincentive has been earned. If the incentive has been earned, then the Contracting Office will issue a modification toexercise the award term for the next year of the order. The award term is subject to cancellation or may not be earnedbased on the following specific contingencies: elimination of the requirement; lack of funding; and unfavorabledetermination that price is fair and reasonable.

h. Changes to the Award-Term Plan. Either party may propose a change to the Award-Term Plan at any time.However, the Government reserves the unilateral right to change the evaluation criterion for future periods as long asnotice is given prior to the start of the next evaluation period.

NAVSEA 5252.232-9104  ALLOTMENT OF FUNDS (JAN 2008)

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

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

57 of 60 FINAL

ITEM(S) ALLOTED TO COST ALLOTTED TO FEE ESTIMATED PERIOD OFPERFORMANCE

$ $

ITEMALLOTTEDTO COST

ALLOTTEDTO FIXEDFEE

ALLOTTEDTO AWARDFEE

CPFF M/HS EST. POP

4002 6,920,622.10 03/09/2012-03/08/2013

4003 6,840,986.50 03/09/2013-03/08/2014

4004 0.00 $6,787,125.00 03/09/2014-03/08/2015

6001 0.00 0.00 0.00 5,470,561.04 04/15/2011-04/14/2012

6003 0.00 0.00 0.00 4,832,477.50 03/09/2013-03/08/2014

6004 0.00 0.00 0.00 3,293,550.00 03/09/2014-03/08/2015

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

(c)  CLINs/SLINs 1000, 3000, 4000, 4001, 6000, 6002  are fully funded and performance under these CLINs/SLINs issubject to the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20).

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

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

58 of 60 FINAL

SECTION I CONTRACT CLAUSES

Applicable clauses are contained in the basic contract.  Additionally, these clauses are also included;

52.222-17 Nondisplacement of Qualified Workers (May 2014)

52.222-41 Service Contract Act (1965)

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 (29CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract andstates the wages and fringe benefits payable to each if they were employed under the contracting agency subject to theprovisions of 5 U.S.C. 5341 or 5332.

THIS STATEMENT IS FOR INFORMATION ONLY:  IT IS NOT A WAGE DETERMINATION

Labor Category                RATE

Secretary                           $14.25

Warehouse Specialist         $14.88

52.222-2 -- Payment for Overtime Premiums.

Payment for Overtime Premiums (Jul 1990)

(a) The use of overtime is authorized under this contract if the overtime premium does not exceed $0.00 or theovertime premium is paid for work --

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

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

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

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

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

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

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

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

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

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

59 of 60 FINAL

SECTION J LIST OF ATTACHMENTS

DD Form 254 - Revised 20 August 2014

Revised CDRLs June 2011

Bay County, Florida: Wage Determination No: 2005-3008, Revision No: 15, Date of Revision: 06/19/2013

Fort Worth, Tarrant County, Texas: Wage Determination No: 2005-2514, Revision No: 15, Date of Revision:06/19/2013

San Diego, California: Wage Determination No: 2005-2058, Revision No: 15, Date of Revision: 06/19/2013

Norfolk, Va: Wage Determination No: 2005-2544, Revision No: 15, Date of Revision: 06/19/2013

Hawaii, Statewide: Wage Determination No: 2005-2153, Revision No: 17, Date of Revision: 06/19/2013

Gulf Port, Harrison County, MS: Wage Determination No: 2005-2301, Revision No: 13, Date of Revision:06/19/2013 

Port Hueneme, CA, Ventura County, Wage Determination No: 2005-2072, Revision No: 16, Date of Revision:06/19/2013

Mayport, Duval County, FL, Wage Determination No: 2005-2116, Revision No: 14, Date of Revision: 06/19/2013

Oak Harbor, Island County, WA, Wage Determination No: 2005-2561, Revision No: 18, Date of Revision:06/19/2013

 CONTRACT NO.

N00178-04-D-4061 DELIVERY ORDER NO.

HR01 AMENDMENT/MODIFICATION NO.

43 PAGE

60 of 60 FINAL


Recommended